PD 09-1055-0211 Redacted
PD 09-1055-0211 Redacted
PD 09-1055-0211 Redacted
\
I
i
II. WASHINGTON STATE PATROL
CONTRACT AMENDMENT
\
Th e above-referenced c~ntract
between the Washington State Pa
Security and Investigatio \s Inc. trol (WSP) and
(Contractor) is hereby amended
as follows:
a. The period of perfor~ance is ext
ended through December 31, 200
8.
b. The maximom contr ct amount
is increased by $11,000 for a rev
contract amount of $ 54,950.00 ised maximum
.
!
c. This amendment is e*e ctiv e on
November 30, 2008.
All oth er terms and COnditi~nS
oft his Contract remain in full forc
e and effect.
THIS AMENDMENT is exe¢uted
by the persons signing below, wh
have the authority to execute this o warrant that they
Amendment.
,\
STATE OF WASHINGTON I
WASHINGTON STATE PA 1R OL
CONTRACTOR
\,
Date
Date
i
t
i
i,
\,
,,
;
;
! Pa ge 1 of 1
~" ~ .'
\
INTER( FICE COMMUNICATl N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Security and Investigations Inc. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 12, ext. 11052 if you have any questions or concerns regarding this
:Iff{
contract.
Attachment
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 596-4000 • www.wsp.wa.gov
December 3, 2008
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 596-4052.
Sincerely,
jh
. Enclosur~.
Budget and Fiscal Services
Contract Routing Face Sheet
o New
Period of ~ Amendment
Contract No. - 1.20illO
(
Recurring
Contract Title: _J....-e..L"ldl.dL---/.d!D'JL1~~'-'U#Jt.Z.~--<LJ!LW.~.L·~::>-_ _ _ _~_
Other Party:
Amount:
Comments:
Grants and Contract Manager:
BFS Administrator:
~I
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
11/20 /2008 22:45 4255720P~7 PAGE 01
TO;
rROM:
JeffHugdahl Sean Monal1an/Security & Investigations
Inc.
(:OMPAN y:
f)A TR:
WSP 11/21/ 2008
PAX NUMI1ER;
TOTAl. NO, or· PAGHS IN<:tUD lN(' COVER:
360-596-4078 2
PHQNEN UM13BR:
5n.NI)~R·S nnFr::luiNGr-;: NUMBRR.l
'I
I
I
11 /2 0/ 20 08 42 55 72 0[> 77 PAGE 0? .. _ _ _
22 :4 5
II
WSP Contract No, C0
51032PSC
\ Am en dm en t?
i
I WASHINGTON STAT
E PATROL
\ CONTRACT AMENDM
ENT
\
The above-referenced
Cdntract between the
Security and Investiga Washington State Pa
tiot1s Inc. (Contractor) trol
is hereby amended as (WSP) and
follows:
a. The period of perfor\
~ance is extended th
rough December 31 ,2
00 8.
b. The maximum contra
t amount is increased
contract amount of $
I
54,950.00.
by $11,000 for a ~vised
maximum
c, This amendment is e1
tective on November 30
. I , 2008,
All ot he r terms and co
nditiJns of this Contra
ct remain in full force
a nd effect,
THIS AMENDMENT is
ex
have the authority to ex eL te d by the persons signing below, wh
ecute this Amendmen o warrant that they
I
t.
STATE O F WASHING I
TON \
WASHINGTON STAT
E PA~ROL
CONTRACTOR
\,
John R. Batiste, Chie
f
\
~~~
Signature
Date
Date
\
\
I
I
!
i
!
"
i,,
,
\
!
\
;
!
i
\
.Page 1 of 1 " '.
\
"" !.. .
I
I
\
WSP Contract No. C051032PSC
Amendment 7
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Page 1 of 1
Sean, the attached amendment will fund Mr. Kristof at WAJAC through December 31,2008. If you could sign this
amendment, fax it to me no later than Wednesday, November 26 and mail the original I'd appreciate it.
Sean, we've learned today that Region 1 will not be providing WSP with the funding for Mr. Melton's portion of the
contract. I've attached a revised amendment to continue funding Mr. Kristof at WAJAC for an additional 2
months. If you could sign this amendment, fax it to me and mail the original I'd appreciate it.
Mr. Hugdahl, I just faxed over the signed above mentioned Contract amendment. The original will go out
in the mail today. If you have time please let me know that the faxed was received. Thanks.
Sean Monahan
Security & Investigations, Inc.
425-672-8787 Phone
1-800-865-2880 Phone
425-670-1640 Fax
11120/2008
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, November 20, 2008 3:46 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 11/18/2008 3:54:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number, 34379-07
Agency, 225
Agency Contract #' C051032PSC
Filed Date, 11/18/2008 3,54,00 PM
Start Date, 11/30/2008
Filed By, Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Tuesday, November 18, 2008 3:54 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 11/18/2008 3:54:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 11/18/2008 3:54:00 PM
Start Date: 11/30/2008
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision., After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
http://contracts.ofin.wa.govIPSCDlFilinglPrintFilingSummary.aspx?menuSelect=mnuFA...11I18/2008
Page 2 of3
Contacts
http://contracts.ofin.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSeiect=mnuFA. .. 11118/2008
Page 3 of3
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the services in the proposed contract.
Contractor's Qualifications
Provide an explanation of the contractor's qualifications, abilities, or expertise to meet the agency's
specific needs for the services under the amendment.
The contractor was selected through a two-tier process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
processes to the point where it would take several months to procure, evaluate, conduct background
investigations, and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at WAJAC while the agency conducts a competitive
procurement of these services. A new RFQQ for these services was issued on October 31, 2008; the agency
is currently conducting an evaluation of proposals but will not be completed with the procurement process by
the time this contract ends on November 30, 2008. Should this contractor become an apparent successful
proposer under the new RFQQ they will be placed under a new contract; this current contract will not be
extended after this amendment.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would be available beyond November 30, 2008.
Explain why the services were not included in the terms of the original contract.
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would be available beyond November 30, 2008.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
The contract has been amended to extend the period of performance through December 31 , 2008 while the
agency conducts a competitive procurement of these services. A waiver was granted by the U.S. Department
of Homeland Security for the use of $1 million dollars of federal fiscal year 2008 funds to continue funding
contracted intelligence analysts; rather than continue to extend this contract the agency is conducting a new
procurement for these services and allowing all previous contracts for this service to expire.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
sii amd 7.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFilingiPrintFilingSummary.aspx?menuSelect=mnuFA... 1111812008
Date 9/26/08
Washington State Patrol
LOS / /
Budget and Fiscal Services Contract Notification Form
o Billable over $10,000 D Billable under $10,000 [gl Payable D Other:
WSP Contract Number Other Contract Number NR Number
C051032PSC (6t
Contract Start Date Contract End Date AFRS End Date
November 30, 2008
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services I DYes DNo
Contractor Name
Security and Investigations Inc.
Contractor Contact Address
Prorate Leave to Contract: DYes DNo AFRS Code Assigned: DYes DNo
Overtime~lIowed: DYes ~ Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Cost: es ONo Minimum Call Out Hours:
-------1
Primary Org Code: Other Org Codes:
Type~eipt: DRevenue 0 Interagency Reimbursement o Recovery of Expenditure
--- -
Distribution: [gl Project Manager [gl Accountant [glSudget Analyst O-Other:_ _ _ _ _ _ _ __
300-365-522 (R 6/03)
WSP Contract No. C051032PSC
Amendment 6
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
;)
(.5-
Date Date
Page 1 of 1
INTER\.. .. :FICE COMMUNICA1. _~N
Attached is a fully executed copy of the above-listed amendment between the Washington State
Patrol and Security and Investigations Inc. Funding for this contract has been encumbered under
the budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following steps to ensure the correct payment of this contract.
• If you feel the indicated budget code is incorrect, please contact Ms. Cindy Haider,
Budget and Fiscal Services, within fifteen days from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with
your assigned budget analyst to address any fiscal year end balances.
Please contact Ms. Cindy Haider at Micro 12, ext. 11071 if you have any questions or concerns
regarding this contract.
C'-<+(JRH:clh
~IAttachrnent
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Captain Tim Braniff, Investigative Services Division
Ms. Tanya Pierce, Budget and Fiscal Services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-4000 • www.wsp.wa.gov
October 6, 2008
.Enclosed with this letter is one fully executed amendment of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 596-4071.
Sincerely,
L ~~R.cl4W~
1'"' Mr. Jeffre
Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
o New
®' Amendment
Contract No. :L.#-'-.-L-;--L!.f:-"''fJ-.....
o Recurring
Contract Title: _--I......t.:.....;r:L..<LIC.l_OdL.!.!Utc.qc.a<""'-.....t:jf.C.l.'LI-'y....u.~LS!.JC!....:.-"-'"'~ _ _ _ __
Other Party:
Payable
o Receivable
Amount: o Other:
Scope of Work:
Comments:
Grants and Contract Manager:
•
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, October 01, 2008 1:23 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agenc y 225 - Filed Date Approved - Decisio
n: 9/15/2008.
Agenc y: 225
Agenc y Contr act #: C0510 32PSC
Filed Date: 9/15/2 008
Start Date: 9/30/2 008
Filed By: Jeff Hugda hl
Thank You
Offic e of Finan cial Manag ement I WA state Perso nal Servi ces Contr acts
1
WSP Contract No. C051032PSC
Amendment 6
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Security & Imlestigations, Inc. 407 Howell Way
Edmonds, WA 98020
425-672-8787 Phone
425-672-0877 Fax
Jeff Hugdahl
Washington State Patrol
Budget & Fiscal Services
PO Box 42602
Olympia, WA 98504-2602
Included with this letter is the updated signed copy of WSP Contract No. C051032PSC Amendment 6
that omits funding for Dan Melton in Region 1. Please return the fully executed amendment to me here
at our main office located at the address listed above in Edmonds. If the budget allows for another
extension after November 2008 for John Kristof at WAJAC please send the contract amendment to
me directly via fax at 425-<i72-0877 or e-mail to sean@cssow.org. If other areas become available
again please let us know. Thank you for the opportunity to continue to serve WSP. We are sorry to
have lost the services for Region 1.
Sincerely,
Sean Monahan
Security & Investigations, Inc.
V.P.
09/24/ 2008 07:10 425672 087 7 PAGE 01
TO:
rnOM;
Jeff HugdahJ. . Sean Monahan/Security & Investigations
Inc.
COMPAN Y:
!)ATI"l.\
WSP 9/24/2 008
FAX NUMBER :
TOTAL NO. OF ).'AC.P.$ INCLUI)J NC COVHR.:
360-596-4078 2
PI·TONE NUMRER :
np,.:
YOtJl{ Rp,FfiRBNCr: NUM"UT\,Rl
WSP Contract No. C0510 2PSC
Amenchnent6
1
o URGnN'r 0" FOR R,wmL o I'l.n,\SH COMMENT o PLEASE REPLY o pl.EASn ltECYCl.11
I
NO'l'liS/COMMcNT,~:
Mr. H the following page is the signed copy of WSP Contract No,
C051032PSC A1mendmcot 6. The origmal is going out in the mail today,
PAGE 02
09/24/2008 07:10 4255720877
II
WSP Con~ract No. C051032PSC
Amendment 6
I
WASHINGTON STATE PATROL
CONTRACT AMENDMENT
The above-referenced C ntract between the Washington State Patrol (WSP) and
Security and Investigatiors Inc. (Contractor) is hereby amended as follows:
All other terms and condi~ions of this Contract remain in full force and effect.
THIS AMENDMENT is ex~cuted by the persons signing below, who warrant that they
have the authority to exe9ute this Amendment.
STATE OF WASHINGTOt-J
WASHINGTON STATE PfTROL CONTRACTOR
I
John R. Batiste, Chief i
Date
I Date
I
I
I
I
!
\
I
\
I
Page 1 of 1
Page 1 of 1
Attached is an amendment to your firm's criminal intelligence analyst contract to extend and fund the contract for
two additional months.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 596-4078, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Tuesday, September 30, 2008 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of
amendment to you for your records.
9/23/2008
Hugdahl. Jeff (W5P)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, October 01, 2008 1:23 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 9/15/2008.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number, 34379-06
Agency, 225
Agency Contract #' C051032PSC
Filed Date, 9/15/2008
Start Date, 9/30/2008
Filed By, Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, September 15, 20084:19 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/15/2008 4:19:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency, 225
Agency Contract #, C051032PSC
Filed Date, 9/15/2008 4,19,00 PM
Start Date, 9/30/2008
Filed By' Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing t please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
09/30/2008 11/30/2008
Contacts
State the rationale for executing an amendment to an existing contract rather than competitively
http://contracts.ofin.wa.govIPSCDlFilinglPrintFilingSummary.aspx?menuSelect=rrmuFAF... 9/1512008
Page 3 of3
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at WAJAC. This amendment is funded by dollars
remaining from the state's 2007 LETPP allocation. Although the state has determined that $1 million dollars of
federal fiscal year 2008 funds are available to continue funding contracted intelligence analysts, using these
funds for this purpose requires a waiver to the U.S. Department of Homeland Security's grant guidance
document. This waiver was requested in April 2008 and is still pending.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would be available beyond September 30, 2008.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through November 30, 2008. Although
the state has determined that $1 million dollars of federal fiscal year 2008 funds were available to continue
funding contracted intelligence analysts, we require a waiver to the U.S. Department of Homeland Security's
grant guidance document to allow that use. This waiver was requested in April 2008 and is still pending.
Because this waiver request has not been granted we cannot extend this contract beyond the two months of
remaining funding, Should the waiver not be granted this contract will terminate with no further extensions on
November 30, 2008.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
Funding was made available for two additional months by leaving an agency employee position also funded
by this grant vacant. A number of contracts providing these services statewide will cease work and/or
terminate pending the waiver decision noted above, and the decision by local jurisdictions to continue
providing funds for local LETPP allocation - funded contracts.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
SII amd 6.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the c'¥'tract or amendment document attached or listed above? Yes
. .
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Date 11/9/07
Washington State Patrol
LOS I I
Budget 8.·ilU Fiscal Services Contract Notih-,ction Form
o Billable over $10,000 0 Billable under $10,000 [gl Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C051032PSC (5)
Contract Start Date Contract End Date AFRS End Date
June 7, 2005 September 30, 2008
Contract Title CFDANo. QFSR
Criminal Intelliqence Analyst Services I DYes DNo
Contractor Name
Security and Investigations Inc.
Contractor Contact Address
Prorate Leave to Contract: DYes DNo ~ AFRS Code Assigned: DYes DNo
Overtime Allowed: DYe~ Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Co~es DNo Minimum Call Out Hours: - - - - - - - 1
Primary Org Code: __________ Other Org Codes:
Type~eipt: DRevenue 0 Interagency Reimbursement o Recovery of Expenditure
--
Distribution: [gl Project Manager
300-365-522 (R 6/03)
[gl Accountant [glBudget Analyst o Othef:_ _ _ _ _ _ _ __
PAGE 02
09/23/2007 08:45 4255720877
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
.«:~c
Signature
Date Date
Page 1 of l'
INTER"- ~FICE COMMUNICAT"",)N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Security and Investigations Inc.. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
:!ffit.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
Attachment
cc; Mr. Shawn Eckhart, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540 • www.wsp.wa.gov
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
D New
g'Amendment
Contract No. """I_U
.L.:.,f-'-;.......-'7i-+/--=-t'-"ll
Recurring
Scope of Work:
Comments:
Grants and Contract Manager:
BFS Adminstrator:
/ 7
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, October 15, 2007 10:35 AM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 9/26/2007.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number' 34379-05
Agency' 225
Agency Contract #' C051032PSC
Filed Date, 9/26/2007
Start Date, 9/30/2007
Filed By, Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
09/23/ 2007 08:45 425572 0877 PAGE 01
TO:
PROM:
Jeff Hugdah1 Sean Monah an
COMPANY: DArp,~
WSP Budget & Fiscal Services 9/24/z 007
I'AXNUM RER,
TOTAl.. No. OF l)AOPS INCLUDTNC1 COVER:
360-664-0657 2
'PHON1£ NUMnI1R:
Sr:'NDI'.R'S REPE1W.NCE NUMBER:
RJ?:
YOUR R~FERliNCE NUM"llEi.R.
o URGENT I;']' rOR REVIP-W o PI.P,A SE COMMENT 0 l'I-EASE REn Y o PI.P-ASE RECYc;I,I;;
NOTes/C OMMENT S:
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, September 26, 2007 3:35 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/26/2007 3:35:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 9/26/2007 3:35:00 PM
Start Date: 10/1/2007
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD '. . .
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed star! date of
services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
58691
·Number:
Agency Contract
C051032PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN 900087242
Legal Name Security and Investigations Inc.
DBA
UBI 602293493
Address 407 Howell Way, Edmonds, WA USA 98020
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of the contract is to provide criminal intelligence analyst services to local,
state and federal law enforcement agencies through regional intelligence centers co-
located with local law enforcement jurisdictions; or at the Washington Joint Analytical
Center. The amendment allows the contractor for provide continuous services for the
next federal fiscal year.
Fund Source
Filing Number Federal State Other Total
34379 - 00 $158,000 $158,000
34379 - 01 $32,000 $32,000
34379 - 02 $22,300 $22,300
34379 - 03 $86,500 $86,500
34379 - 04 $264,600 $264,600
This Filing $264,600 $264,600
Contract Total $828,000
Contract Dates
Contacts
http://contracts.ofin.wa.govIPSCDlFilinglPrintFilingSummary.aspx?menuSelect=mnuFAF... 9/26/2007
Page 3 of3
The contractor was selected through a two-tier process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
processes to the point where it would take several months to procure, evaluate, conduct background
investigations, and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services. Additionally, the agency has conducted seven procurements for these
services over the past 2.5 years, and is finding it increasingly difficult to identify qualified contractors to
provide these services. The agency is currently in the process of conducting another procurement to provide
these services to local jurisdictions where services are not currently being provided.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond September 30,2007.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through September 30, 2007 when the
agency received an extension of funding from the Military Department. The agency's intent is to continue to
conduct procurements for the services as contractors terminate services at different locations throughout the
state. The agency has almost continuously been conducting procurements for these services since in
inception of the project in 2005.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
This contract has been funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program (LETPP) federal fiscal year 2004 funds provided to WSP through the Washington State
Military Department. The agency was recently notified that it would receive federal fiscal year 2007 funds from
this grant program.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
SII amd 5.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAF... 9/2612007
Page 1 of 1
Mr. Melton-
Attached is an amendment to your firm's criminal intelligence analyst contract to extend and fund the contract for
one additional year.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 664-0657, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Sunday, September 30, 2007 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of
amendment to you for your records.
912112007
WSP Contract No. C051032PSC
Amendment 5
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Date 10/27/06
Washington State Patrol
BUJge
d t ana FIscaI S '
ervlces Con tract Na t'f
IICaLion Farm
LDS
-I-/-
D Billable over $10,000 D Billable under $10,000 IZI Payable D Other:
WSP Contract Number Other Contract Number AIR Number
C051032PSC (4)
Contract Start Date Contract End Date AFRS End Date
June 7, 2005 September 30, 2007
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Security and Investigations Inc.
Contractor Contact Address
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
INTER' ":FICE COMMUNICAT IN
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Security and Investigations Inc. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this lOCo
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
contract.
;:re/(
Jh
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600. Olympia, WA 98504-2600 • (360) 753-6540· www.wsp.wa.gov
November 3, 2006
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
M'~~
Budget and Fisc Services
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Contract No.
Amount:
Comments:
Grants and Contract Manager:
BFS Adminstrator:
~I
The above-referenced Contract betvveen the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
't"':;O{L(JO{{
"0:
Jeff Hugdahl
C:()Ml~J\NY: oATJI..l
WSP Budget and FisaU. Services 9/26/2006
FAX NUMBI£R. TO']'I\1. NO. or Pi\(iTi.."i INC1.UDTNG G()VliR:
360-664-0657 2
PHONE NUMBHR: $r:NIJI';R'S IUil-'ERF,NCE NUM1~I:m,:
No,·t:-:S/r;OMMI~NTS:
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is exec:uted by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl. Jeff (WSP)
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 34379-04
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 9/28/2006
Start Date: 9/30/2006
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofrn.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, September 28, 2006 10:59 AM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/28/2006 10:58:00 AM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 9/28/2006 10:58:00 AM
Start Date: 10/1/2006
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
Filed Date Start Date End Date
10/01/2006 09/30/2007
Contacts
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAF... 9/2812006
Page 2 of3
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services. Additionally, the agency has conducted four procurements for these services
over the past 1.5 years, and is finding it increasingly difficult to identify qualified contractors to provide these
services. The agency is currently in the process of conducting another procurement to provide these services
to local jurisdictions where services are not currently being provided.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not inclUded in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond September 30, 2006.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through September 30, 2006 when the
agency received an extension of funding from the Military Department. The agency's intent is to conduct a
procurement for the services provided through this contract and issue a new competitively procured contract
once this contract expires on September 30,2007.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
This contract has been funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program (LETPP) federal fiscal year 2004 funds provided to WSP through the Washington State
Military Department. The agency recently received federal fiscal year 2006 funds from this grant program.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
ssi amd 4 0906.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofm.wa.gov/PSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFAF... 9/28/2006
Page 1 of 1
Attached is an amendment to your firm's criminal intelligence analyst contract to extend and fund the contract for
one additional year.
If this amendment is acceptable, please have an authorized indiVidual for your company sign and date the
amendment, fax the amendment to my attention at (360) 664-0657, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Friday, September 29, 2006 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of the
amendment to you for your records.
9/28/2006
WSP Contract No. C051032PSC
Amendment 4
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
-
Page 1 of 1
Date 6/2/06
Washington State Patrol
LOS
Bujge
d t ana IscaIServlces ContractN o ff
Ileaf Ion Form - /-/-
D Billable over $10,000 D Billable under $10,000 181 Payable D Other:
WSP Contract Number Other Contract Number NR Number
C051032PSC (:3)
Contract Start Date Contract End Date AFRS End Date
I
June 7,2005 September 30, 2006
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Security and Investigations Inc.
Contractor Contact Address
Mileage Allowed:
Std Mileage Rate:
DYes
DYes
DNo
DNo
Billable Contracts Only
- Mileage O~ DNo ---
~ per mile
Travel Authorized: DYes DNo oluntary OIT: DYes DNo
Special Rules: DYes DNo
~
Prorate Leave to Contract: Dye~ AFRS Code Assigned: DYes DNo
. Overtime Allowed: DYes Overtime Only (On Day Off): DYes DNo
Contract Pays Only ~es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Type~eipt: DRevenue D Interagency Reimbursement D Recovery of Expenditure
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Signature
Date Date
Page 1 of 1
INTER....,FFICE COMMUNICAT.JN
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Security and Investigations Inc.. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The fmal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
contract.
~!
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records. -- ------- -----
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
M,@:?~ahl
Budget and Fi al Services
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Scope of Work: Extends and adds sufficient funds for 4 additional months.
Funded via LETPP FFY04 grant from the Military Department.
Comments:
Grants and Contract Manager:
BFS Adminstrator:
~--11S~~-------------------------
WSP Contract No. C051032PSC
Amendment 3
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, June 07,20067:46 AM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 6/2/2006.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 34379-03
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 6/2/2006
Start Date: 5/31/2006
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofrn.contracting@ofm.wa.gov
Sent: Friday, June 02, 2006 1:47 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 6/2/2006 1:47:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency' 225
Agency Contract #' C051032PSC
Filed Date, 6/2/2006 1,47,00 PM
Start Date, 5/31/2006
Filed By, Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at.ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262. '
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 oD
Contract Dates
Filed Date Start Date End Date
05/31/2006 09/30/2006
Contacts
http://contracts.ofin.wa.govIPSCDfFilingIPrintFilingSummary.aspx?menuSelect=mnuFAFiL.. 6/2/2006
Page 2 of3
None Identified
Former State Employees
None Identified
Late Filing Justification
Reason for Late Filing:
Despite the agency's efforts to resolve funding issues with the Military Department well in advance of the filing
period, the agency received notification of the funding extension during the afternoon of May 31, 2006 and
was unable to file the amendment in time.
Action taken to prevent future Late Filings:
The agency will continue to work with the Military Department in order to secure funding earlier in order to
facilitate the filing process.
Filing Justification
Specific Problem or Need
Identify and fully describe the specific problem, requirement or need which the amendment is
intended to address and which makes the services necessary.
The purpose of this contract is to provide criminal intelligence analyst services at joint federal, state and local
law enforcement environments such as joint and regional criminal intelligence centers. This contract is funded
through the Department of Homeland Security's Law Enforcement Terrorism Prevention Program (federal
fiscal year 2004 funds) provided to WSP through the Washington State Military Department. WSP's funding
agreement with the Military Department was originally scheduled to end on April 30, 2006; the Military
Department had extended the period of performance of the funding agreement through May 31, 2006. The
Military Department extended the period of performance once again at the request of the agency through
November 30, 2006.
Describe how the agency determined the services are critical or essential to agency responsibilities
or operations and/or whether the services are mandated or authorized by the Washington State
Legislature.
The services provided through this contract are essential for the implementation of the Washington State
Homeland Security Strategic Plan as published by the Washington State Military Department for the State of
Washington and approved by the Governor's Office. The contract is funded through the federal Law
Enforcement Terrorism Prevention Program through the Military Department from the U.S. Department of
Homeland Security.
Other Public Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available
WITHIN YOUR AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the services in the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL,
STATE OR FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the
service more efficiently or more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the services in the proposed contract.
Contractor's Qualifications
Provide an explanation of the contractor's qualifications, abilities, or expertise to meet the agency's
specific needs for the services under the amendment.
The contract provides two criminal intelligence analysts (Dan K. Melton and John L. Kristof) to intelligence
centers service federal, state and local juridictions. Mr. Melton provides services to the Region 1 intelligence
group (Everett); Mr. Kristof provides services to the Washington Joint Analy1ical Center in Seattle. Both
contractor employees were select through a two-tier process: the initial evaluation of proposed contractor
employee qualifications; and the selection through an oral interview process with member agencies of the
intelligence center where the contractor employee would provide services. Both contractor employees have
been providing services to their respective centers over the last several months and have been integrated into
their center's work processes to the point where it would take several months to procure, evaluate, replace
and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
It is not efficient to conduct a competitive procurement solely for four months of contract performance.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services. Additionally, the agency has conducted four procurements for these services
over the past year, and is finding it increasingly difficult to identify qualified contractors to provide these
services.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond April 30, 2006. The contract has been amended to
extend the period of performance through May 31, 2006 when thOe agency received an extension of funding
from the Military Department.
Explain why the services were not included in the terms of the original contract.
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond April 30, 2006. The contract has been amended to
extend the period of performance through May 31, 2006 when the agency received an extension of funding
from the Military Department.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
This contract is funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program (federal fiscal year 2004 funds) provided to WSP through the Washington State Military
Department. WSP's funding agreement with the Military Department was originally scheduled to end on April
30, 2006; the Military Department had extended the period of performance of the funding agreement through
May 31,2006. The Military Department extended the period of performance once again at the request of the
agency through November 30, 2006.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
SII amd 3 0506.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAFil... 6/212006
0512512005 09:52 4255720877
'1'0: P'R.OMI
Jeff Hugdahl Scan Monahan
C()MPANY~ DATE:
WSP Budget and Fiscal Serviccs 5/25/2006
r:AX NUMBb:R: 'I'{H'AI. NO. OP 111\C:8$ I NCLUDlNC; COVER:
360-664-0657 2
PHONE NUMBHR:
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc, (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
FW: FIAT Training Page 1 of4
We still haven't received an extension to the funds for your contract from the Military Department. In anticipation
of an extension, I've attached an amendment to this e-mail that will extend your contract and provide funding
through September 30, 2006.
Please have an authorized individual for your company sign and date the amendment, fax the amendment to my
attention at (360) 664-0657, and send the amendment with the original Signature to me at WSP Budget and Fiscal
Services, PO Box 42602, Olympia WA 98504-2602. I must receive the amendment via fax no later than
Wednesday, May 31, 2006 at 4:00 p.m. local time.
If we do not receive an extension to your contract's funds the contract will end at midnight on May 31, 2006. I will
inform you of the status of this extension via e-mail no later than noon on May 31, 2006. Should the funding for
your contract lapse, it is our intent to enter into a new contract for your services as soon as funding can be
secured.
Please let me know if you have any questions concerning this e-mail.
Mr. Hugdahl.Please let me know if you have any information regarding the renewal of the criminal analyst
services we are providing the will end 5-31-06. Thanks.
Sean Monahan
Security & Investigations, Inc.
425-672-8787 ext 12.
-----Original Message-----
From: Jeff.Hugdahl@wsp.wa.gov [mailto:Jeff.Hugdahl@wsp.wa.gov]
Sent: Wednesday, April 12, 2006 2:04 PM
To: smonahan@pro-network.biz
Cc: Keith.Huntley@wsp.wa.gov
Subject: RE: Contract Maximum Contract # C051032PSC
Sean, the Military Department has extended current funding through May 31, 2006; beyond that we're still
waiting for word. Attached is an amendment to your contract to extend it and provide funding through the
end of May. If this is OK with you, please sign and date the amendment, fax it back to me at (360) 664-
0657, and send the document with the original signature to my attention at WSP Budget and Fiscal
Services, PO Box 42602, Olympia WA 98504-2602.
5/2512006
FW: FIAT Training Page 20f4
Mr Hugdahl, can you update me on the status of our contract renewal. Our current contract is set
to expire 4-30-06. Will there be openings for new applicants? I sent this to Lieutenant Huntley and
he is out of the office until next Tuesday. Thanks.
Sean Monahan
Connnunity Support Solutions
425-672-8787 ext 12 Phone
425-672-0877 Fax .
-----Original Message-----
From: Jeff.Hugdahl@wsp.wa.gov [mailto:Jeff.Hugdahl@wsp.wa.gov]
Sent: Thursday, March 02, 2006 3:29 PM
To: smonahan@pro-network.biz
Cc: Keith.Huntley@wsp.wa.gov
Subject: FW: Contract Maximum Contract # COS1032PSC
Sean, please have someone authorized for your firm sign the attached amendment, fax the
amendment to me at (360) 664-0657, and mail the amendment with the original signature
to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602.
Lietenant Huntley, Our contract specifies a maximum amount of 152,000.00$. June 2005 through
December 2005 we have been reimbursed for 111042.60$
which leaves us with 40957.42$ remaining through April 30, 2006. At the current rate our contract
maximum will be reached the first week of March 2006. Please
let us know what we need to do to make sure Dan Melton and John Kristof will be able to
continue after the 152,000.00$ maximum has been reached. If you could
also update us on the potential openings coming up that would be great as one of the initial six
applicants we submitted last spring is now interested. On another note
I have spoken with Dan and John and they are both planning on attending next weeks FIAT
training. Thanks.
-----Original Message-----
From: Keith.Huntley@wsp.wa.gov [mailto:Keith.Huntley@wsp.wa.gov]
Sent: Tuesday, December 06, 2005 3:24 PM
To: smonahan@pro-network.biz
Subject: RE: FIAT Training
5/2512006
FW: FIAT Training Page 3 of4
Sean,
The deadline for submitting proposals is now closed; however, we may be opening it up
again early next year. I'll keep you posted.
Keith, we have another officer interested in the criminal Analyst positions. Are the positions
now full for this contract period?
Sean Monahan
Connnunity Support Solutions
Connnunity Builders
Security & Investigations Inc.
Professional Network Inc.
Accounts Receivable
425-672-8787 ext 12 Phone
425-672-0877 Fax
-----Original Message-----
From: Keith.Huntley@wsp.wa.gov [mailto: Keith.Huntley@wsp.wa.gov]
Sent: Monday, December 05,20053:20 PM
To: ; smonahan@pro-network.biz
Subject: FW: FIATTraining
(360) 704-2422
keith.huntley@wsp.wa.goy
5/25/2006
FW: FIAT Training Page 4 of4
I just learned that the LETPP 06 grant guidance (The grant we are funded from)
will require all contracted analysts to show proof of completion of FIAT training
as well as completion of the Intelligence Analyst Training Program (FLETC).
I encourage all of you to sign up for this training as it may affect your ability to
contract with the WSP next year. I will find out more about the other training
they mention and,give you details of when and where it's offered.
(360) 704-2422
keith.huntley@wsp.wa.gov
5/25/2006
WSP Contract No. C051032PSC
Amendment 3
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended. as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Date 4/12/06
Washington State Patrol
LDS - /- /-
BU d1get an ... t-IscaI S '
ervlces Con tract N01t'fIl-dfIon Form
D Billable over $10,000 D Billable under $10,000 [gJ Payable D Other:
WSP Contract Number Other Contract Number AIR Number
C051032PSC (2)
Contract Start Date contract End Date AFRS End Date
6/7/2005 5/31/06
Contract Title ·
CFDANo. I QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Security and Investigations Inc.
Contractor Contact Address
Accounting Manager
Indirect Costs %
Sub Y Revenue Code Percent!
Master Index Fund AI PI Project Major Major Sub TAR Code
Object Amount
Group Source Source
SIS4 001 020 00270 SIS4 CE
'''.".0.
. " 'V.
nn< n~n 1M 1\ IA rl=
All other terms and conditions of this Contract remain in full force
and effect.
THIS AMENDMENT is executed by the persons Signing below, who
warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STAT~ PATROL CONTRACTOR
~~:K5
Signature
Date Date
Page 1 of 1
INTER FFICE COMMUNICA1: )N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Security and Investigations Inc. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
:j;n;;'
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000-323-001 (5/96) An internationally accredited agency providing professional law enforce~nt services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administrative Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540 • www.wsp.wa.gov
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
M'~~~hI
Budget and Fisc Services
jh
Enclosure
Budget 'and Fiscal Services
Contract Routing Face.Sheet
Period of
Contract No. Performance:
~~~~~--, --~~~~~~
Amount:
Scope of Work:
Comments:
Grants and Contract Manager: -~-...7k3,-,,-~Z-l-V-----;I~%-'+-_____________________
BFS Adminstrator:
,
WSP Contract No. C051032PSC
Amendment 2
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
t-'Abt. 111
04/12/2006 13:33 4256720877
N()'I"~S/COMMHNT!':
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions Of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
FW : FIAT Training Page 1 of 4
Thank you for the update. I will sign and fax back to you today and send the original in the mail.
Sean Monahan
425-672-8787 ext 12 Phone
425-672-0877 Fax
-----Original Message-----
From: Jeff.Hugdahl@wsp.wa.gov [mailto:Jeff.Hugdahl@wsp.wa.gov]
Sent: Wednesday, April 12, 2006 2:04 PM
To: smonahan@pro-network.biz
Cc: Keith.Huntley@wsp.wa.gov
Subject: RE: Contract Maximum Contract # COS1032PSC
Sean, the Military Department has extended current funding through May 31,2006; beyond that we're still
waiting for word. Attached is an amendment to your contract to extend it and provide funding through the
end of May. If this is OK with you, please sign and date the amendment, fax it back to me at (360) 664-
0657, and send the document with the original signature to my attention at WSP Budget and Fiscal
Services, PO Box 42602, Olympia WA 98504-2602.
Mr Hugdahl, can you update me on the status of our contract renewal. Our current contract is set
to expire 4-30-06. Will there be openings for new applicants? I sent this to Lieutenant Huntley and
he is out of the office until next Tuesday. Thanks.
Sean Monahan
Community Support Solutions
425-672-8787 ext 12 Phone
425-672-0877 Fax
-----Original Message-----
From: Jeff.Hugdahl@wsp.wa.gov [mailto:Jeff.Hugdahl@wsp.wa.gov]
Sent: Thursday, March 02, 2006 3:29 PM
To: smonahan@pro-network.biz
Cc: Keith.Huntley@wsp.wa.gov
Subject: FW: Contract Maximum Contract # COS1032PSC
Sean, please have someone authorized for your firm sign the attached amendment, fax the
4/12/2006
FW: FIAT Training Page 2 of4
amendment to me at (360) 664-0657, and mail the amendment with the original signature
to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602.
Lietenant Huntley, Our contract specifies a maximum amount of 152,000.00$. June 2005 through
December 2005 we have been reimbursed for 111042.60$
which leaves us with 40957.42$ remaining through Apri130, 2006. At the current rate our contract
maximum will be reached the first week of March 2006. Please
let us know what we need to do to make sure Dan Melton and John Kristof will be able to
continue after the 152,000.00$ maximum has been reached. If you could
also update us on the ~otential openings coming up that would be great as one of the initial six
applicants we submitted last spring is now interested. On another note
I have spoken with Dan and John and they are both planning on attending next weeks FIAT
training. Thanks.
-----Original Message-----
From: Keith.Huntley@wsp.wa.gov [mailto:Keith.Huntley@wsp.wa.gov]
Sent: Tuesday, December 06,20053:24 PM
To: smonahan@pro-network.biz
Subject: RE: FIAT Training
Sean,
The deadline for submitting proposals is now closed; however, we may be opening it up
again early next year. I'll keep you posted.
Keith, we have another officer interested in the criminal Analyst positions. Are the positions
now full for this contract period?
Sean Monahan
Connnunity Support Solutions
Connnunity Builders
4112/2006
FW: FIAT Training Page 30f4
-----Original Message-----
From: Keith.Huntley@wsp.wa.gov [mailto:Keith.Huntley@wsp.wa.gov]
Sent: Monday, December OS, 2005 3:20 PM
To: smonahan@pro-network.biz
Subject: FW: RAT Training
(360) 704-2422
keith.huntley@wsp.wa.gov
I just learned that the LETPP 06 grant guidance (The grant we are funded from)
will require all contracted analysts to show proof of completion of FIAT training
as well as completion of the Intelligence Analyst Training Program (FLETC).
I encourage all of you to sign up for this training as it may affect your ability to
contract with the WSP next year. I will find out more about the other training
they mention and give you details of when and where it's offered.
411212006
FW: FIAT Training Page 4 of4
(360) 704-2422
keith.huntley@wsp.wa.gov
4/1212006
WSP Contract No. C051032PSC
Amendment 2
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl. Jeff (WSP)
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 34379-02
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 4/12/2006
Start Date: 4/30/2006
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, April 12, 2006 2: 17 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 4/12/2006 2:17:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 4/12/2006 2:17:00 PM
Start Date: 4/30/2006
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracti.ng@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of2
Contract Dates
Filed Date Start Date End Date
04/30/2006 05/31/2006
Contacts
http://contracts.ofin.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFAF... 4/12/2006
Page 2 of2
None Identified
Filing Justification
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
It is not efficient to conduct a competitive procurement solely for one month of contract performance.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Option to extend the contract was included in the solicitation. List what optional periods: The option to extend
the contract was not included in the original solicitation because the agency did not know if funding for this
project would continue beyond April 30, 2006.
Explain why the services were not included in the terms of the original contract.
This contract is funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program provided to WSP through the Washington State Military Department. WSP's funding
agreement with the Military Department was scheduled to end on April 30, 2006; the Military Department has
extended the period of performance of that funding agreement through May 31, 2006.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
See above.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
ssi amd 2.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
L. r/
r.An./M 7:. ... DYes DNo
Contractor Name
:J..f:GfJJ-.
, :I.:. ; / ~ /~
'"-..... A. >4' J;;r
Contractor Contact Add~S
J
Contractor Contact Name Contractor Contact Phone . Contractor EIN/SSN
Remarks: /
I
Indirect Costs %
Accounting Manager ~)/)_//
v Revenue Code
Master Index Fund AI Project Sub Percent!
PI Major Major Sub TAR Code
Object Amount
Group Source Source
~/1cf :fC
---- ---------
Travel Authorized: DYes DNo • u, untary OIT: DYes DNo
Special Rules: DYes DNo
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations, Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
L~
Signature
Date Date
Page 1 of 1
INTER' '=FICE COMMUNICAT )N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Security and Investigations Inc.. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this· contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents,
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
¥!
contract.
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000~323·001 (5/96) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administrative Building, PO Box 42600 • Olympia, WA 98504·2600 • (360) 753·6540 • www.wsp.wa.gov
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
Mr.:Je ey R. H
Budget and Fis al Services
jh
Enclosures
Budget'and Fiscal Services
Contract Routing Face.Sheet
. . Period of
ojg Amendment
New
~::~~::e c/:'::?.:t#~$
. Q-P ble
o Receivable
Amount: /Itt/, tJtJ~ D Other:
Scope of Work:
rh :iP;:!f.f;~
Comments:
Grants and Contract Manager: _ _ _ -'..;.,[==""(-§LdE1~~'-/-~
_ _.;:,L~~-----'-----
BFS Adminstrator:
,
WSP Contract No. C051032PSC
Amendment 1
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations, Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 10f 1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, March 08, 2006 2:58 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 2/28/2006 1:48:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 34379-01
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 2/28/2006 1:48:00 PM
Start Date: 2/28/2006
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of2
PS CD .. .
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Review - Amendment is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
50612
Number:
Agency Contract
C051032PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN 900087242
Legal Name Security and Investigations Inc.
DBA
UBI 602293493
Address 407 Howell Way, Edmonds, WA USA 98020
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose To provide continued criminal intelligence analyst services.
Fund Source
Contract Dates
Contacts
http://contracts.ofin.wa.govIPSCD/Filing/PrintFilingSummary.aspx?menuSelect=rnnuFAF... 2/28/2006
FW: FIAT Training Page 1 of3
Sean, please have someone authorized for your firm sign the attached amendment, fax the amendment
to me at (360) 664-0657, and mail the amendment with the original signature to me at WSP Budget and
Fiscal Services, PO Box 42602, Olympia WA 98504-2602.
Lietenant Huntley, Our contract specifies a maximum amount of 152,000.00$. June 2005 through December
2005 we have been reimbursed for 111042.60$
which leaves us with 40957.42$ remaining through April 30, 2006. At the current rate our contract maximum
will be reached the first week of March 2006. Please
let us know what we need to do to make sure Dan Melton and John Kristof will be able to continue after the
152,000.00$ maximum has been reached. If you could
also update us on the potential openings coming up that would be great as one of the initial six applicants we
submitted last spring is now interested. On another note
I have spoken with Dan and John and they are both planning on attending next weeks FIAT training. Thanks.
-----Original Message-----
From: Keith.Huntley@wsp.wa.gov [mailto:Keith.Huntley@wsp.wa.gov]
Sent: Tuesday, December 06,20053:24 PM
To: smonahan@pro-network.biz
Subject: RE: FIAT Training
Sean,
The deadline for su.bmitting proposals is now closed; however, we may be opening it up again early next
year. I'll keep you posted.
3/2/2006
FW: FIAT Training Page 2 of3
Keith, we have another officer interested in the criminal Analyst positions. Are the positions now full for this
contract period?
Sean Monahan
Connnunity Support Solutions
Connnunity Builders
Security & Investigations Inc.
Professional Network Inc.
Accounts Receivable
425-672-8787 ext 12 Phone
425-672-0877 Fax
-----Original Message-----
From: Keith.Huntley@wsp.wa.gov [mailto:Keith.Huntley@wsp.wa.govl
Sent: Monday, December OS, 2005 3:20 PM
To: smonahan@pro-network.biz
Subject: FW: FIAT Training
(360) 704-2422
keith.huntley@wsp.wagoy
I just learned that the LETPP 06 grant guidance (The grant we are funded from) will require
all contracted analysts to show proof of completion of FIAT training as well as completion of
the Intelligence Analyst Training Program (FLETC).
I encourage all of you to sign up for this training as it may affect your ability to contract with
the WSP next year. I will find out more about the other training they mention and give you
details of when and where it's offered.
3/2/2006
FW: FIAT Training Page 3 of3
(360) 704-2422
keith.J:lUntlex@wsp.wa.gov
3/2/2006
WSP Contract No. C051032PSC
Amendment 1
The above-referenced Contract between the Washington State Patrol (WSP) and
Security and Investigations, Inc. (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Date 5/27105
Washington State Patrol
LOS
BUd1get anu ,'IscaI S ·
ervlces Con t ract No ff
I I(;~tlon Form -/-/-
o Billable over $10,000 o Billable under $10,000 [gJ Payable o Other:
. WSP Contract Number Other Contract Number AIR Number
C051032PSC .
Indirect Costs %
Accounting ManagJ t( (( ..-'~tv/)VL-
Sub '-"'Revenue Code
Master Index Fund AI PI Project TAR Code PercenV
Object Major Major Sub Amount
Group Source Source
SIS4 001 020 00270 SI84 '9( '£ lOt)
Mileage Allowed:
Std Mileage Rate:
DYes
DYes
DNo
DNo
Billable Contracts Only
Mileage O~ DNo---
~ per mile
Travel Authorized: DYes DNo oluntary OIT: DYes DNo
----
Special Rules: DYes DNo
~~~
Inc.
for
407 Howell Way tax purposes)
98020 90-0087242
I
PO Box 42602
Date
STATEMENT OF WORK
1. General. As assigned by WSP, the Contractor Employee(s) identified below shall provide
criminal intelligence analyst services at the Location of Work in order to provide the
following products:
• Raw intelligence classification and analysis
• Daily intelligence briefings
• Weekly and monthly written Intelligence bulletins
• Periodic intelligence assessments
• Information dissemination to local law enforcement agencies
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice conceming race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state or
federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential I nformation for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into the
Contract herein. Violation of this section by the Contractor may result in termination of this
Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below hour for
services provided by the Contractor Employee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These rates
are published in the State Accounting and Administrative Manual (SAAM). This manual is
available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policY/saamintro.htm
1. Definitions.
"Contracf' means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontracf' means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is obligated
to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
'WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. ASSignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
its reasonable attorney's fees together with expenses and costs incurred with such litigation, including
necessary fees, costs and expenses for services rendered at both trial and appellate levels as well as
subsequent to judgement in obtaining execution thereof. In the event that parties to this Contract
engage in arbitration, mediation or any other alternative dispute resolution forum to resolve a dispute in
lieu of litigation, both parties shall share equally in the cost of the alternative dispute resolution,
including the cost of mediation or arbitration services. Each party shall be responsible for their own
attorney's fees incurred as a result of the alternative dispute resolution method.
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW. .
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permissi9n of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and make
a determination of the dispute. The determination of the Dispute Board shall be final and binding to all
parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by negligent
acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
15. Industrial Insurance Coverage. Prior to performing work under this Contract, the Contractor shall
provide or purchase industrial insurance coverage for its employees, as may be required of an
"employer" as defined in Title 51 RCW, and shall maintain full compliance with Title 51 RCW during the
period of performance for this Contract. WSP shall not be responsible for payment of industrial
insurance premiums or for any other claim or benefit for the Contractor, or any subcontractor or
employee of the Contractor, which might arise under the industrial insurance laws during the
performance of duties and services under this Agreement.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract, the
Contractor shall maintain records sufficient to document (i) performance of all acts required by statute, ,
regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its organization's "
structure, tax status, capabilities and performance; and (iii) demonstrate accounting procedures,
practices and records that sufficiently and properly document the Contractor's invoices to WSP and all
expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in the
following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The aSSignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
computer programs, films, tapes, and/or sound reproductions. Ownership includes the right to
copyrights, patent, register, and the ability to transfer these rights.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty·free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it is
determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall-comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP _ The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
ariSing out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C051032PSC
(Contract) or its performance may consist of information that is exempt from disclosure to the
public or other unauthorized persons under either chapter 42.17 RCW or other state or federal
statutes ("Confidential Information").
Coniidentiallnformation includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types ofinformation.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Date RECEIVED
JUN 0 3 2005
BUDGET & FISCAL
wSP
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C051032PSC
(Contract) or its performance may consist of information that is exempt from disclosure to the
public or other unauthorized persons under either chapter 42.17 RCW or other state or federal
statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I"agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
~ L. /</?/J7t)r-
Printed Name and Title
Date
'1
1
1
1
1
1
1
11
1
1
1
1
1
1
1
1
1
RECEIV
ED
JUN 0 3 2005 1,
8UDGET &
FI SC
wSP AL
.
Exhibit C
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C051032PSC
(Contract) or its performance may consist of information that is exempt from disclosure to the
public or other unauthorized persons under either chapter 42.17 RCW or other state or federal
statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Signature of Contractor E
Date / /
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Security and Investigations Inc. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The fmal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro II, ext. 179 if you have any questions or concerns regarding this
41;'Attachment
cc: Ms. Mary Thygesen, Budget Section
Ms. Tanya G. Pierce, ACcounts Payable Section
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
Mr.3e y R. Hu
Budget and Fisc Services
jh
Enclosure
cc: Sergeant Keith Huntley, Investigative Assistance Division
Budget and Fiscal Services .
Contract Routing Face Sheet
B1
ew '
Period of Amendment
Contract No. Co-s-Icfo.<e sc.... Perfonnance: R~curring
Contract Title:· -:-..I.C.<:!A!!I!mmM~"L:I---=.7,i:!!.".:.!:~':':(/'~·3~e1~<e.~-!A:!!II!!!"+'r25r~.:Se~nA~·ces.=-_ _ _ _ _ _ __
. Other Party: S't "",nf.. ti/IIJ );",myJi;,(IS ::z;, c
7 ~yable
o Receivable
Amount:
•
o Other:
Scope of Work: _-.::::r~'..:.!'e::./I.1-"et:.!"!,!«'So...-..J<c!f.!!ML.!!..!)~!39Lf~c"'!:!l;J.L!!'~f{L.t-+,k~~P.1<:l"O!!!Iwt1!..ll!e/~ka:a...J~~n.llle?fO~2..=-_
&,~~., I'(I~eU. C:Jt ;..., e_H- ""no C2?2J.n 1(..,&1-- GJ ~ A'J't\;.C I... ~GfH...
Comments:
Grants and Contract Manager: _ _ ""72f-?Zr-::.'-f....J.-I~--:~f-d~______--:-____
•___
_____________
Management Setvices Bureau Director: _~pP~
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Tuesday, June 07,20053:18 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 5/27/2005.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 34379-00
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 5/27/2005
Start Date: 5/27/2005
Filed By: Jeff Hugdahl
Decision Comments: OFM Policy lS.20.30.b requires that competitive contracts of $20,000
or more be advertised in a major daily newspaper in Washington state. Please ensure all
future applicable contracts are so advertised.
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Excluded Parties List System Page 1 of 1
> Advanced Search Search Results for Parties > Public User's Manual
:> Administration
eDlscomments@eDls.gov
:> Upload Login > Phone: 1-866-GSA-EPLS
1-866-472-3757
http://www.epls.gov/epls/search.do 9/2112007
Personal Service Contr, ,~isk Assesment
Page 1 of4
CONTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
WSP Contract Number
BFS Contracts Specialist
A. PRE-CONTRACT PLANNING
1.
Decision Comments
Funding
Fundingsource (account coding) and Amount L.e:7"PP tl4..7 ,,, ~ / ""-
Has an authorized manager approved the
expenditure? ~esO~o
Type of appropriation (federal, state, other) CIr, /
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties list System been ~es ONo
checked?
Public Resources
How have you assessed if other public resources are
available for this work? /..1M
• AQency resources o Yell 0 No
• Other public (Qovernmental) resources o Ye!/l.J No
Competitive Contracting
Has this work been performedlis performed by WSP
employees?
o Yes I}?No
If yes, has the WSP Labor Attorney been contacted? o Yes U No /vI'A
Has the WSP Labor Attorney given approval to
proceed with the contract?
o Yes 0 No J/
Ethics
Is contractor a current or former state employee? OYesMNo
• If current, does contractor require Ethics Board o Yes !)dNo
approval?
• If former, provide last date of employment.
Payments . .'
g:cost Reimbursement (Budget)
Have you determined the appropriate method(s) of Time and materials (Hourly)
compensation and billing? Fixed Price
o Performance Based (valuation of
deliverables)
Personal Service Contra ,~isk Assesment
Page 2 of4
Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintained. J- / /
+A R~()& r.t4f:"tv
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= Lower Risk; Yes = HiQher Risk ?
Contract dollar amount
$5,000 to <$25,000 = Low Risk
>$25,000 to <$100,000 = Medium Risk q .
>$100,000 = High Risk
Complexity of services ~
Payment method (how complex is it?) What method(s) did you use? What
experience do you have with the method(s)?
o
if
Cost Reimbursement (Budget) (score 3·5)
~Time and. materials (Hourly) (score 3·5)
Fixed Price (score 1·3))
o Performance Based (valuation of deliverables) (score 1·3)
Procurement method:
~ Competitive (score 1 to 3)
Sole Source (score 3 to 5)
:l
2. Contractor Risk
Risk
Risk Factor Points
Size and source of funding 'J
Length of time in business ~
Experience and past performance Il
Accreditation and licensure (Is contractor subject to either and if so, do you have
proof?)
Financial health and practices (is contractor's financial condition good or poor?)
-~
Board of Directors (for Non·profits only - do they take an active role in the
-
-
orQanization?)
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?)
Organizational changes (is orQanization stable or does it have frequent turnover?) ~
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentralized functions?) 1
Legal actions (has there been any for the last 12 months? - if so, what?) ~
BackQround of individuals (do yoU have resumes?) ;;t
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the termS of the contract.
1. Were contract and contractor risks assessed prior to entering into a contract?
~Yes ONo
2. Does Ibe risk assessment form the basis of the monitoring plan?
~es ONo
Personal Service Contra .~isk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
]8fVes 0 No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A 133 audits)7
What, if any, audit coverage is necessary to
assure appropriate spendinQ of state funds?
Was a risk assessment completed to determine
whether an audit was needed? .
ISSUE COMMENT
An';L activities need follow-up?
All invoices have been received and paid?
Follow-up on audit findinQs needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Friday, May 27, 2005 11 :43 AM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 5/27/2005 11 :43:00 AM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051032PSC
Filed Date: 5/27/2005 11:43:00 AM
Start Date: 5/27/2005 Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
P5CD
-
OFFICE OF FINANCIAL MANAGEMENT
.. Personal Service Contracts Database
Filing Summary
Review - Contract is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference Number: 46382
Agency Contract
C051032PSC
Number:
Filed By:
OFM Decision Date:
Contractor Information
TIN 900087242
Legal Name Security and Investigations Inc.
DBA
UBI 602293493
Address 407 Howell Way, Edmonds, WA USA 98020
Contract Information
Procurement Competitive
Service Description CF Technical Research Services
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at joint federal,
state and local law enforcement environments such as joint and regional criminal intelligence
centers.
Fund Source
Filing Number Federal State Other Total
This Filing $152,000 $152,000
Contract Total $152,000
Contract Dates
Filed Date Start Date End Date
05/27/2005 04/30/2006
Contacts
http://contracts.ofin.wa.govIPSCDlFilinglPrintFilingSummary.aspx?menuSelect=mnuFilingNew 5/27/2005
Page 2 of3
The Washington Joint Analytical Center is housed at the Seattle Field Office of the Federal Bureau of Investigation (FBI).
WAJAC builds on existing intelligence efforts by local, regional, and federal agencies by organizing and disseminating threat
information and other intelligence efforts to law enforcement agencies, first responders, and key decision makers throughout
the state, allowing real-time, accurate, two-way flow of intelligence information. WAJAC participating agencies including the
FBI; U.S. Immigration and Customs Enforcement; the Washington National Guard; the Washington State Patrol; and several
local law enforcement agencies. Nine Regional Intelligence Centers (RIGs) are being created to provide criminal intelligence
services in an effort to prevent terrorism. The RIGs are located regionally throughout Washington State, and are comprised
of representatives of local and state law enforcement agencies. The RIGs serve to provide regionally-focused intelligence
analysis products, and well as a conduit for information to and from the WAJAC.
Describe how the agency determined the services are critical or essential to agency responsibilities or operations
and/or whether the services are mandated or authorized by the Washington State Legislature.
The services provided through this contract are essential for the implementation of the Washington State Homeland Security
Strategic Plan as published by the Washington State Military Department for the State of Washington and approved by the
Governor's Office. The contract is funded through the federal Law Enforcement Terrorism Prevention Program through the
Military Department from the U.S. Department of Homeland Security.
Other Public Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available WITHIN YOUR
AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees from performing
the services in the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL, STATE OR
FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the service more efficiently or
more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees from performing
the services in the proposed contract.
Competitive Solicitation Process
Advertisement Information
Name of the newspapers the advertisement was published in: The RFQQ was also published on the internet at WSP's
website, announced through the Washington Association of Sheriffs and Police Chiefs to their member organizations, and
advertised on the Law Enforcement Analyst Mailing List website (http://www.leanalyst.info/).
Solicitation Notification
Number of Solicited Documents: 90. This document was posted on the Internet.
Evaluation
Explain the basis on which the contractor was selected. Do not simply list the evaluation criteria or the scores, but
rather explain your analysis of why the contractor scored well in the evaluation process or what differentiated this
contractor from others.
The contractor was initially selected for an interview based on the strength of their education, training, work experience and
proposed hourly rate. Final selection was based on the consensus of local jurisdictions that will be receiving the services.
Names of Firms Responding With Proposals.
Gary L. Smith (dba Northern Watch) William J. Joslin (dba Joslin Consulting) Kelly Miller Dan L. Collier (dba Collier &
Associates) Ronald Knapp (dba Shadow Enterprises) Leah J. Belshay (dba Analysis Contracting Services) Crystal L. Van
Meter Shawna Gibson Robert C. Orth (dba Strait Solutions) Michael R. Chamness Mike Sweeney (Matrix Public Sector
Services) William J. Giannetti Robert C. Thurston Science Applications Intemational Corporation Security and Investigations
Inc. Setrecon Inc.
Describe the evaluation process (e.g., evaluation committees scored the responses, selection committee made the
award decision, etc).
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence Unit and
Washington Joint Analytical Center staff to score vendor education, training and work experience. Cost points were awarded
based on the proposed hourly rate versus the lowest hourly rate proposed for all vendors. Proposed consultant team
members were separated by work location availability; the highest scorers from the evaluation were interviewed by WSP
and local jurisdictions participating the regional intelligence centers and the WAJAC where the proposed consultant team
members would work. The final selection was based on the outcome of these interviews.
Reasonableness of Cost
http://contracts.ofm.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFilingNew 5/27/2005
Page30f3
How was it determined that costs are fair and reasonable, or within the competitive range?
For proposed consultant team members, the average hourly rate was $48.04 per hour. The contractor proposed $60 per
hour. Although the hourly rate was higher than the average, it was comparable to other non-sole proprietors submitting
proposals for these services.
Attachments
sii0505.doc - 102400kb
amendment 1 to RFQQ No C050836PSC.doc - 60928kb
RFQQ No. C050836PSC.doc - 188416kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofm.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFilingNew 5127/2005
STATE OF WASHINGTON
Enclosed are two originals of the referenced contract between the Washington State Patrol and
your firm. Once an approved individual for your firm has signed these originals, please retum
both originals to my attention at the following address:
Please have Mr. Melton and Mr. Kristof each complete and sign Exhibit C, Contractor Employee
Nondisclosure Agreement, and return them with the signed original contracts.
The Washington State Patrol contract tracking number is the contract number referenced
above; please use this number on all correspondence regarding this contract. If you need
further assistance, please contact me at (360) 753-0602.
Sincerely,
CI7;?~E
M~/{~~. Hugd
Budget and Fiscal
jh
Enclosures
cc: Sergeant Keith Huntley, Investigative Assistance Division
WSP No.
WASHINGTON STATE PATROL
PERSONAL SERVICE CONTRACT
Criminal Intelligence Analyst Services
and Inc.
Contractor Number (mandatol)l,
407 Howell Way tax purposes)
Edmonds W A 98020 90·0087242
WSP Address
WSP Investigative Assistance Division
PO Box 2347 WA
PO Box 42602
WA 98504-2602
to
STATEMENT OF WORK
1. General. As assigned by WSP, the Contractor Employee(s) identified below shall provide
criminal intelligence analyst services at the Location of Work in order to provide the
following products:
• Raw intelligence classification and analysis
. • Daily intelligence briefings
• Weekly and monthly written Intelligence bulletins
• Periodic intelligence assessments
• Information dissemination to local law enforcement agencies
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state or
federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees-to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into the
Contract herein. Violation of this section by the Contractor may result in termination of this
Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below hour for
services provided by the Contractor Ernployee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These rates
are published in the State Accounting and Administrative Manual (SAAM). This manual is
available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policY/saamintro.htm
1. Definitions.
"Contracf' means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontracf' means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is obligated
to perform pursuant to this Contract. .
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
'WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments PrOhibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
its reasonable attorney's fees together with expenses and costs incurred with such litigation, including
necessary fees, costs and expenses for services rendered at both trial and appellate levels as well as
subsequent to judgement in obtaining execution thereof. In the event that parties to this Contract
engage in arbitration, mediation or any other alternative dispute resolution forum to resolve a dispute in
lieu of litigation, both parties shall share equally in the cost of the alternative <;lispute resolution,
including the cost of mediation or arbitration services. Each party shall be responsible for their own
attorney's fees incurred as a result of the altemative dispute resolution method.
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and make
a determination of the dispute. The determination of the Dispute Board shall be final and binding to all
parties to this Contract.
. 12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by negligent
acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified.in this Contract.
15. Industrial Insurance Coverage. Prior to performing work under this Contract, the Contractor shall
provide or purchase industrial insurance coverage for its employees, as may be required of an
"employer" as defined in Title 51 RCW, and shall maintain full compliance with Title 51 RCW during the
period of performance for this Contract. WSP shall not be responsible for payment of industrial
insurance premiums or for any other claim or benefit for the Contractor, or any subcontractor or
employee of the Contractor, which might arise under the industrial insurance laws during the
performance of duties and services under this Agreement.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract. .
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract, the
Contractor shall maintain records sufficient to document (i) performance of all acts required by statute,
regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its organization's
structure, tax status, capabilities and performance; and (iii) demonstrate accounting procedures,
practices and records that sufficiently and properly document the Contractor's invoices to WSP and all
expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in the
following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be ''works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
computer programs, films, tapes, and/or sound reproductions. Ownership includes the right to
copyrights, patent, register, and the ability to transfer these rights.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, ihall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor. < •
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it is
determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct aSSignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furniShed by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage_ upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract
Exhibit C
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C051032PSC
(Contract) or its performance may consist of information that is exempt from disclosure to the
public or other unauthorized persons under either chapter 42.17 RCW or other state or federal
statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Date
One (1) original Letter of Submittal and Certifications and Assurances was submitted
with the Consultant's proposal. Letter of Submittal and Certifications and
Assurances were signed by a person authorized to legally obligate the Consultant.
>( Proposal was submitted on or before 4:00 p.m. on Monday, April 4, 2005.
Proposal contains:
Letter of Submittal
At a minimum, the proposal clearly demonstrates that any proposed Consultant Team Member:
Has a two year college degree in criminal justice, law enforcement, statistical
analysis or a related field (two years experience as a criminal intelligence analyst or
as a commisSioned law enforcement officer may substitute for each year of college);
Has two years work experience in national security or criminal intelligence analysis,
or five years work experience as a commissioned law enforcement officer
Reviewed:
iDAd /( /4,4/1
I T5~1/1/1 .T. b« f/;J/.to
I DvAtlq" pI/vi LlW,-$
/ :r;t,. L, /(t:'fl,~
J ~1I11f6;' c. eM
I')
Original
Letter of Submittal
To Whom It May Concern:
Thank you for allowing us the opportunity to submit a proposal for the Criminal Intelligence
Analyst Services. Security and htvestigations htc. has been in business for seven years providing
Security and htvestigation Services in the Greater Puget Sound for the State of Washington. All
our investigators are retired Seattle police officers with quality training as well as years of hands-
on experience. Their experience includes a myriad of law enforcement experience and training
ranging from intelligence work and homicide investigation to explosives detection and disposal.
This is an energetic group looking forward to taking on new challenges and responsibilities. Their
dedicated service to our community continues through their work with our company.
2. Security and Investigations htc. is an S Corporation. The company was organized as this
entity in 1999
5. At this present time, we have no current or former state employees on our governing
board
Once again, thank you for the opportunity to submit our company for consideration. These
services are vital to the safety of our communities and workers. We are confident that our
experienced officers will be able to provide the highest level of service and quality attention .
. /~,ll /7 /
:~Y1il!J/.:/tJ!'j
fIjj
. '. ' ;/h
CEO
SCI - on~~
,ff'
Criminal Intelligence Analyst
Services Proposal
RFQ # C050836PSC
I/we make the following certifications and assurances as a required element of the proposal to which it is
attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance with
these requirements are conditions precedent to the award or continuation of the related contract(s):
1. I/we declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However,
I/we may freely join with other persons or organizations for the purpose of presenting a single
proposal.
3. The attached proposal is a firm offer for a period of 60 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of certainty
in key terms) at any time within the 60-day period.
4. In preparing this proposal, I/we have not been assisted by any current or former employee of the
state of Washington whose duties relate (or did relate) to this proposal or prospective contract,
and who was assisting in other than his or her official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document.)
5. I/we understand that WSP will not reimburse me/us for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and I/we claim no proprietary right to
the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her prior
to opening, directly or indirectly to any other Proposer or to any competitor.
7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. Ifthere are
any exceptions to these terms, I/we have described those exceptions in detail on a page attached
tO~iS dOCr/tit. /]
8. /~o btten(pv~a~~ cl~ or wil be made by the Proposer to induce any other person or firm to
'su~ 't ¢r ,npt ttl ubm' Va propo I for the purpose of restricting competition.
ilf/I/ /
' \ t.::" ~I
! )~! '
Si
1~"lIj
ditf
tl$ii~~~:..d.----
TiWO Date
Each of these men either presently has the ability to use i2's Analyst Notebook,
Penlink and Microsoft Office software or is willing to be trained/take classes for
these applications.
3. The past several years, Security & Investigations, Inc. has provided services for
DSHS and DCFS in Region 4. During this time, we have been responsible for the
security of five building and the employees and clients who frequent these facilities.
Our responsibilities range from site security, client/social worker safety to internal
and external theft problems.
We have also performed work for the Division of Developmental Disabilities located
in Buckley, W A. On several occasions when they have had to dismiss employees and
the safety of other employees became an issue, we maintained a presence on campus
and ensured that a safe and viable working situation existed.
We are a company that consists of retired Seattle police officers. We have a myriad of
law enforcement experience and training ranging from intelligence work, homicide
investigation to explosives detection and disposal. We are energetic and look forward
to taking on new challenges and responsibilities.
Feel free to contact the following business references:
a. Department of Social and Health Services
Division of Child and Family Services.
Judy Smith - Manager
1700 E. Cherry st.
Seattle, WA 98122
206.568.5510
b. Department of Social and Health Services
Rainier School- Department of Developmental Disabilities
Neal Crowley - Manager
2120 Ryan Rd.
Buckley, WA 98321
360.829.3023
c. Department of Social and Health Services
Division of Child and Family Services
Diane Chesterfield
101 South King St.
Seattle, WA 98104
206.691.2300
QUALIFICATIONS
EDUCATION
1975 Bachelor of Arts - Public Administration University of Puget Sound
1972 Assoc. of Applied Arts - Criminal Science Shoreline Comm. Coil.
EMPLOYMENT
1 Sept. 2001 Manager Security & Investigations Inc.
Manage fourteen security officers working at four different DSHS
offices in Seattle insuring a safe work place for the social workers.
support staff & their clients and families when they come to the office
for services. Insure that the officers are on time & conversant with
DSHS policies & procedures.
1984 1998 Detective Seattle Police Dept. assigned to the Criminal Intelligence
Section where I worked traditional & non-traditional organized crime
problems in the Northwest. During this time I also worked on cases
involving domestic telTorism. I received training in criminal analysis
work and used it in various investigations.
19781984 Detective Seattle Police Dept. assigned to the Crimes Against Persons
Section. Homicide & Assault Unit. I worked various homicide. assault &
sexual cases while assigned to this area.
19701978 Detective Seattle Police Dept. assigned to the Juvenile Section &
Crimes Against Property Section. While assigned to these units I
worked general crimes involving follow up & court prosecutions.
References for Dan K. Melton:
Michael R. Germann
Allan R. Lorette
Charles E. McClure
Respectfully submitted,
Dan K. Melton
Benny J. DePalmo
DOB 11-29-42
SS#
EMPLOYMENT: Seattle Police Department March, 28, 1967 to March 30, 1993
610 - 3rd Avenue
Seattle, WA 98104
JOB ASSIGNMENTS:
SPECIAL TRAINING:
SPECIAL ASSIGNMENTS:
- 38 Cal. Revolver
- 9 MM Automatic Pistol
- 9 MM Automatic Machine Gun
- Police Baton
- 12 Ga. Shotgun
SPECIAL MEMBERSHIPS:
James Deschane
Seattle Police Assistant Chiefi'Ret
Michael Gennann
Seattle Police CaptainJRet.
Donald Cameron
Seattle Police Detective SergeantlRet.
Duane Paul Lewis
WORK EXPERIENCE:
o Police Officer
• SWAT
• Tactical Operations
• Dignitary Protection
• Defensive Tactics Instructor at Washington State Criminal
Justice Training Center
o Detective
• Narcotics Unit
• Felony Warrant & Fugitive Apprehension Unit
MlLATARY BACKGROUND:
REFERENCES:
Dan Bryant, retired Assistant Chief from the Seattle Police Departnlent
SUMMARY
Retired as a Senior Detective from the Seattle Police Department. Conducted investigations on
major fraud, employee theft, arson and bomb cases while assigned to the Fraud and Explosives
Unit for over fourteen years. Employed by The Hartford Insurance Company as a Special
Investigator assigned to a five state area conducting investigations into suspected fraudulent
claims including arson and organized crime issues. Experienced in the private sector with
building security and conflict resolution with the State of Washington division of Child
Protective Services. Proficient in various Microsoft office applications.
OBJECTIVE
SUMMARY OF OUALIFICATIONS
PROFESSIONAL EMPLOYMENT
6197 to present: Employed by PNI on a contract basis to the State of Washington DSHS Child
Protective Services. Provided building and personal secnrity to employees and conducted
conflict resolution during client interviews, meetings and hearings.
5/98 to 2/99: Employed as a civilian contractor for the Seattle Police Department. Responsible
for the evaluation of the candidate and recommendations as to their fitness for employment.
5/69 to 12/97: Employed by the Seattle Police Department in various capacities including Liaison
Officer between SPD and the US Secret Service, K9 Officer and various undercover
assignments. The last fourteen years of my career were spent as a Senior Detective with the
Fraud and Explosives Unit. In this capacity I was responsible for the investigation of major fraud
and white collar crimes reaching into seven figure amounts. I was responsible for investigating
all reports of internal theft involving City of Seattle employees and elected officials. I was in the
Bomb Squad and am an expert in explosive detection, investigation and devices. I conducted
numerous arson investigations and was involved in multi-jnrisdictional task forces involving the
King County Prosecutors Office, FBI, IRS, US Secret Service, ATF, Washington State Attorney
General's Office and the Washington State Insurance Commissioners Office.
REFERENCES:
Projects/Presentations
• Worked with State Coalition to create model Domestic Violence
Offender Probation Protocol
• Lectured state wide one the Law Enforcement a~d Corrections
SMART Partnership Program
• Created and managed Department of Corrections Seattle Police
Department Domestic Violence Unit Partnership designed to hold
batter's accountable through coordinated efforts
• Created and managed Seattle Police Department's Domestic
Violence Fugitive Apprehension Team
• Presented at National Training Center on Domestic and Sexual
Violence
• Primary delegate to Tashkent Uzbekistan Police Department
For U. S. State Department delegation on Domestic Violence
References
• Seattle Police Chief Norm Stamper (Retired)
• Seattle Police Chief Herb Johnson· (Retired)
• Seattle Police Assistant Chief Michael OMahony (Retired)
• Seattle Police Assistant Chief Harv Ferguson (Retired)
• Seattle Police Assistant ChiefW. D. Bryant
• Seattle Police Deputy Chief John Diaz
• Seattle Police Captain Neil Low
• W. Randy Fillingam, Supervisor Washington State Department of
Corrections
• Steven Marrs, Washington State Department of Corrections
• Judith Shoshana, Seattle City Attorney, Domestic Violence Unit
• Additional references available upon request
REFEtU:NCES
Experience
August, 2001 - December 2004 Security and Investigative Services Lynnwood, Wa.
Security Officer
• Facility, Stqffand Client Security
(Left Employment December 2004 due to state budget cuts)
Job Responsibilities:
~ Site Security
~ Provide for the safety of staff and clients
Job Responsibilities
~ Conducted police department firearms training and qualification
~ Oversaw daily operations of the range facility i.e. opening and closing of facility,
security, check-in, safety and usage verification
~ Operated range retail facility and customer service counter
~ Public Relations
~ Conducted firearms training for the W.S. C.J.T.C.
~ Coordinated range facility use with numerous local, state and federal agencies
Education
College Attendance
PROFESSIONAL REFERENCES:
1) Michael German
Telephone Number:
2) Richard Hinz
Telephone Number:
3) C.l. Zentner
Telephone Number:
Exhibit E
WAIVER AND AUTHORIZATION TO RELEASE INFORMATIO
N
To whom it may concern:
I autho rize you to fumish the Washington State Patrol with any
and all information that you
have conce rning me, my work, my reputation, my driving record
, my criminal history record,
includ ing any arrest records, any information contained in invest
igatory files, any intemal affairs
invest igatio ns and discipline, including any files which are deeme
d to be confidential and/or
sealed , my medical records, my psychological testing analysis
and recommendation, my
militar y servic e records, and my financial status. Inform ation
of a confidential or privileged
nature may be included.
Your reply will be used to assist the Washi ngton State Patrol
in determining my qualificalions. I
under stand my rights under Title 5, United States Code, Sectio
n 552a (The Privacy Act of
1974) , and waive these rights with the understanding that information
furnished will be used by
the Wash ington State Patrol.
I hereb y releas e to you, your organization, and others from any liability
or damag e which may
result from furnishing the information requested.
CPD-~
Applic ant Signa ture
rt JI - :J/~9/()I
Date
I autho rize you to fumish the Washington State Patrol with any and all
information that you
have conce rning me, my work, my reputation, my driving record
, my criminal history record,
includ ing any arrest records, any information contained in invest
igatory files, any intemal affairs
invest igation s and discipline, including any files which are deeme
d to be confidential and/or
sealed , my medical records, my psychological testing analysis
and recommendation, my
militar y servic e records, and my financial status. Information of
a confidential or privileged
nature may be included.
Other name s
Addre ss State
Date of Birth
Exhibit Ei
WAIVER AND AUTHORIZATION TO RELEASE INFOR MATIO
N
To whom it may concern:
I author ize you to furnish the Washington State Palrol with any
and all information that you
have conce rning me. my work. my reputation. my driving record
. my criminal history record,
includ ing any arrest records, any information contained in investi
gatory files, any internal affairs
invest igation s and discipline, including any files which are deeme
d to be confidential and/or
sealed , my medical records, my psychological testing analysis
and recommendation, my
militar y servic e records, and my financial status. Inform ation
of a confidential or privileged
nature may be included.
Your reply will be used to assist the Washi ngton Stale Patrol
in determining my qualificalions. I
under stand my rights under Tille 5, United States Code, Sectio
n 552a (The Privacy Act of
1974), and waive these rights with the understanding that inform
ation furnished will be used by
the Washi ngton State Patrol.
oq - "2.3 - \cr4 (P
/
Social Secur itv Number
P";~Z~
Date of Birth
~ ~ ~ ,. ~." 3-30-2.0o~
Aoolic ant Signat ure Date
I authorize you to fumish the Washington State Patrol with any and all information that you
have concerning me, my work, my reputation, my driving record, my criminal history record,
including any arrest records, any information contained in investigatory files, any intemal affairs
investigations and discipline, including any files which are deemed to be confidential andfor
sealed, my medical records, my psychological testing analysis and recommendation, my
military service records, and my financial status. Information of a confidential or privileged
nature may be included.
Your reply will be used to assist the Washington State Patrol in determining my qualificalions. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from fumishing the information requested.
Other names you have been know by, includillg prior marriaQe(s) or nickname(sl
~/~~~
~cant Signature . {/
3 3/ o..s-
Date
I autho rize you to fumish the Washington State Patrol with any and
all information that you
have conce rning me, my work, my reputation, my driving record
, my criminal history record,
includ ing any arrest records, any information contained in invest
igatory files, any internal affairs
invest igatio ns and discipline, including any files which are deeme
d to be confidential and/or
sealed , my medical records, my psychological testing analysis
and recommendation, my
militar y servic e records, and my financial status. Information of
a confidential or privileged
nature may be included.
I hereb y releas e to you, your organization, and others from any liability
or damage which may
result from furnishing the information requested.
i(tNNEJY1 C CONuEiL
Applic ant Name (First. Middle, Last)
Other name s you have been know by, including prior marriage(s)
or nickname(s)
A
fU~tL~
Signa ture
3)3tJh'5
Date'
v
I authorize you to furnish the Washington State Patrol with any and all information that you
have concerning me, my work, my reputation, my driving record, my criminal history record,
including any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
s~~led, my '!ledical records, my psych?lg~i~l}estillg atl~!~;ti~a!'l~f~;~mfl1~~\~~~",\1lY .
military service records, and my finanCial status. Information of a confidentlalor"jjnvileged
nature may be included.
Your reply will be used to assist the Washington State Patrol in determining my qualificalions.
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
Other names YOU have been know by, includina prior marriage(s) or nickname(s)
~
Address City State Zip Code
~~
Applicant Signature
ot.l -0 I - 0'::;:-
Date
QUOTATION
The evaluation process is designed to award this procurement not necessarily to the Consultant of
least cost, but rather to the Consultant whose proposal best meets the requirements of this RFQQ.
However, Consultants are encouraged to submit proposals which are consistent with State
government efforts to conserve state resources.
Identify the hourly reimbursement rate for proposed team members. If the hourly rate differs from
each individual, please identify the specific rate for each proposed team member.
1. The hourly rate must include all costs associated with providing services, including Consultant
Team Member salary and benefits, industrial insurance, and federal and state taxes.
2. You should base your hourly rate on providing services at a maximum of forty (40) hours per
workweek.
3. The worksite, office supplies, personal computer, and communications shall be provided to
the Contractor. Any such goods and/or services shall remain the property of WSP.
4. All costs associated with training for i2's Analyst Notebook application, Penlink and Microsoft
Office Suite are solely the responsibility of the Consultant.
5. When services are required by WSP at locations other than the Consultant Team Members
worksite, WSP will reimburse Contractors for authorized lodging, subsistence and business
vehicle mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This manual
is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm.
B. Computation. The score for the cost proposal will be computed by dividing the lowest average
hourly rate received by the Consultant's average hourly rate. Then the resultant number will be
multiplied by the maximum possible points for the cost section.
Amendment
AmdAmount I $335.000
Amd Status !Completed
Date document was sent to:
Word Processing
Attorney General
Bureau Cdr IOC 12/17/2008
BFS Notification 12/17/2008
BFS Review 1/1612009
Chiefs Office 1/20/2009.
Transmittal Letter 1/27/2009
Mailed to Other Part 1/812009
Received Back 1/15/2009
Distributed 1/27/2009
Personal Service Cont'u.:t Risk Assesment
Page 1 of4
~C~O~N~T,-"R~A~C!.'TO~R~NA~M~E=-_ _--+----"¥u,,,;[l£.<>I.&...\--ttfll{1-Lu.:.!l.:lli!.N..~---bCi.::\1~eMlLftlI'\')~U\S+
WSP Project Manager
Has the WSP Project Manager
completed contract training?
18I Yes DNo
A. PRE-CONTRACT PLANNING
Decision Comments
Funding
Fundinq source (account codinq) and Amount 001 - (")1* -nna')( IDA"\ J?
Has an authorized manager approved the
expenditure?
'6QI Yes 0 No
Type of appropriation (federal, state, other)
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties List System been ~Yes DNo
checked?
Public Resources
How have you assessed if other public resources are
available for this work? L0'7P+ IDMPc Ad- dTa..b'~
• Agency resources "@Yes 0 No V
Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintained.
-;L., (""*=0, e:\: £:, I.
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
\0 I",
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is dynamic and
should be updated periodically throughout the term of the contract. Not required on contracts less
than $5,000.
Score on a scale of 1 - 5, with 1 representing the lowest risk.
If factor is not applicable, risk point =O. Unknown, risk point = 5.
1-2 = Low Risk 3= Medium Risk 4-5 = High Risk
Personal Service Contro"t Risk Assesment
Page 3 of 4
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= =
Lower Risk; Yes Higher Risk d.--
Contract dollar amount
=
$5,000 to <$25,000 Low Risk
=
>$25,000 to <$100,000 Medium Risk
=
>$100,000 High Risk 'f
Complexity of services 3
Payment method (how complex is it?) What method(s) did you use? What
experience do you have with the method(s)?
D Cost Reimbursement (Budget) (score 3-5)
~ Time and materials (Hourly) (score 3-5)
Fixed Price (score 1-3))
D Performance Based (valuation of deliverabies) (score 1-3) 3
Procurement method:
tEl
Competitive (score 1 to 3)
D Sole Source (score 3 to 5) I
2. Contractor Risk
Risk
Risk Factor Points
Size and source of funding .1
Length of time in business 4
Experience and past performance I
Accreditation and licensure (Is contractor subject to either and if so, do you have
proof?) \
Financial health and practices (is contractor's financial condition good or poor?) 3
Board of Directors (for Non-profits only - do they take an active role in the
organization?) ~
-
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?)
-
,
Organizational changes (is organization stable or does it have frequent turnover?)
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentralized functions?)
Legal actions (has there been any for the last 12 months? - if so, what?) \
Background of individuals (do you have resumes?) I
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contract.
1. Were contract and contractor risks assessed prior to entering into a contract?
~Yes D No
2. Does the risk assessment form the basis of the monitoring plan?
ijl Yes D No
Personal Service Contr.. ~t Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
IZIYes 0 No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A 133 audits)? 1\.)\11
What, if any, audit coverage is necessary to
assure appropriate spending of state funds? NIA
Was a risk assessment completed to determine
whether an audit was needed? f\) IPc
Is corrective action necessary? Were
questioned costs resolved? (\)1 A
Are audit findings, if any, resolved? ~)JA
ISSUE COMMENT
Any activities need follow-up?
All invoices have been received and paid?
Follow-up on audit findings needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
> Advanced Search Search Results for Parties > Public User's Manual
https://www.epls.gov/epls/search.do 1212312008
Haider. Cindy (WSP)
This e-mail is being sent because you were identified as the person to be contacted after a decision was made by OFM on
this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 39081-00
Agency: 225
Agency Contract #: C090550PSC
Filed Date: 1/9/2009
Start Date: 1/15/2009
Filed By: Cindy Haider
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist with filing an amendment to the
contract in the PSCD system. If you have any questions or concerns about this filing, please contact OFM at
ofm.contracting@ofm.wa.gov or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
L.
1
Page I of I
I thought that I had incorporated the language under Reasonableness of Cost but will ensure for future filings.
This is the last of the filings that are associated to a recent RFOO.
Cindy no!de,'"
WSI' Co1"llrm:ls
360-596-·1071
cindy. haider@wsp.wa.w
Does the following apply to all of your recent filings for criminal analyst services? (one James
Ward and three Doug Larm).
WSP considers this to be a convenience contract where the contractor provides services on an as-needed
basis and the dollar value referenced is a maximum amount available, because it cannot be known if the
total dollars will be used?
It would be appreicated if you would include this language, when applicable, in future filings.
As soon as I have your response to this e-mail, I will start to process your most recent filings.
Thank you. Jan
111212009
Haider. Cindy (WSP)
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C090550PSC
Filed Date: 1/9/2009 10:30:00 AM .
Start Date: 1/15/2009 Filed By: Cindy Haider
Please retain the Contract Reference Number listed above for any questions during processing and to access the filing in
the PSCD system prior to OFM decision. After decision has been made use the OFM Filing Number to access data in
PSCD. If you have any questions or concerns about this filing, please contact OFM at ofm.contracting@ofmwa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD .
OffiCE OF FtNANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Review - Contract is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
64974
Number:
Agency Contract
C090550PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN 300369267
Legal Name Larm, Doug
DBA
UBI 602632122
Address 4227 South Meridian Suite C366, Puyullap, WA USA 98373
Contract information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at joint
federal, state and local law enforcement environments such as joint and regional
criminal intelligence centers.
Fund Source
Contract Dates
Contacts
http://contracts.ofm.wa.gov/PSCD/Filing/PrintFilingSummary.aspx?menuSelect=mnuFiling...1/912009
Page 2 of3
None Identified
Filing Justification
Specific Problem or Need
Identify and fully describe the specific problem, requirement or need which the contract is intended to
address and which makes the services necessary.
The Washington Joint Analytical Center (WAJAC) is housed at the Seattle Field Office of the Federal Bureau
of Investigations (FBI). WAJAC builds on existing intelligence efforts by local, regional, and federal agencies
by organizing and disseminating threat information and other intelligence efforts to law enforcement agencies,
first responders, and key decision makers throughout the state, allowing real-time, accurate, two-way fiow of
intelligence information. WAJAC participating agencies includes the FBI; US Immigration and Customs
Enforcement; the Washington National Guard; the Washington State Patrol; and several local law
enforcement agencies. The Contractor's criminal analyst services are critical to the efforts of WAJAC in an
effort to prevent terrorism.
Describe how the agency determined the services are critical or essential to agency responsibilities
or operations and/or whether the services are mandated or authorized by the Washington State
Legislature.
The services provided through this contract are essential for the implementation of the Washington State
Homeland Security Strategic Plan as published by the Washington State Military Department for the State of
Washington and approved by the Governor's office. This contract is funded through the federal Law
Enforcement Terrorism Prevention Program through the Military Department from the U.S. Department of
Homeland Security. WSP is contractually obligated to the federal government to provide these services.
These services are critical to WSP to fulfill their mission of "enhancing the safety and security of our state"
which includes sharing information with other local, state and federal law enforcement organizations. In light
of the Personal Service contract freeze, this contract is approved by Deputy Chief Paul S. Beckley.
Other PubHc Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available
WITHIN YOUR AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL,
STATE OR FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the
service more efficiently or more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency emploYE\es
from performing the service in the proposed contract.
Competitive Solicilation Process
Advertisement Information
Solicitation Notification
Number of Solicited Documents: 6
Evaluation
Explain the basis on which the contractor was selected. Do not simply list the evaluation criteria or
the scores, but rather explain your analysis of why the contractor scored well in the evaluation
process or what differentiated this contractor from others.'
The Contractor was initially selected for an interview based on the strength of their education, training, work
experience and proposed hourly rate. Final selection was based on the consensus of panel members from
the WAJAC as well as a written assignment.
Names of Firms Responding With Proposals.
Network Transport Engineering Nighthawk Analytical Dan K. Melton Michael R. Chamness Chad R. Melton
KSNK Enterprise Kristof Analysis & Investigation Services Intelligence Acumen Operational Applications Inc.
http://contracts.ofm.wa.gov/PSCDlFiling/PrintFilingSummary.aspx?menuSelect=rnnuFiling...1/9/2009
Page 3 on
Describe the evaluation process (e.g., evaluation committees scored the responses, selection
committee made the award decision, etc).
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence
Unit and Washington Joint Analytical Center to score vendor education. training. leadership and work
experience. Cost points were awarded based on the proposed hourly rate versus the lowest hourly rate
proposed for all vendors. The highest scorers from the evaluation were interviewed by WSP and local
jurisdictions participating in the regional intelligence centers and the WAJAC where the proposed consultant
team member would work. The final selection was based on the outcome of these interviews and written
assignment.
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
The hourly rate is comparable to other contractors submitting proposals for these services. Work is assigned
by Task Orders on an as-needed basis. Contract references maximum amount available.
Attachments
Operational090550.doc - 153600kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.gov/PSCD/Filing/PrintFilingSummary.aspx?menuSelect=mnuFiling...1/9/2009
~LViSU£ ~
R-ccs \b Ie.. ~wcJ cY\fl-D.t- 4--0
6.Lse.- ~~w4- - JO / I ~{(
___~I~D~)'~'/~/o~~~1~60~/~IIL-___
_ d/6'::).o) ><. I '2;:, x I d... x. /' DS
,
I -
0
-0
I
~ I
I _I' I ~
x 0
-- ..0
'X
X 0
.~ Q
,
-,~; U(
II
dl
OIl
,\
1· ~
II
fI r
o
Date .1.@lli!.
Washington State Patrol
LDS ' /
Budjget an dFIsca IS ervlces Contract NotlTIcatlon Form - -7-
-
Prorate Leave to Contract: DYe~ ----------- AFRS Code Assigned: DYes DNo
Overtime Allowed: DYes Overtime Only (On Day Off): DYes DNo
Contract Pays Only~eS DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Type~eipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
Distribution: I2J Project Manager I2J Accountant I2JBudget Analyst I2J Other: Captain Braniff
300-365-522 (R 6/03)
WASHINGTON STATE PATROL
Task Order
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $48.00.
• 'tUfe
Page 1 of 1 -
Date 1/8/09
Washington State Patrol
Bulge
d t an dFIscaI S Cont ractNff
ervlces o Ilca Ion r Form LDS
- -r-
o Billable over $10,000 o Billable under $10,000 IZI Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C090550PSC
Contract Start Date Contract End Date AFRS End Date
January 162009 September 30,2012
Contract Title CFDA No. I QFSR
Criminal Intellillence Analyst Services DVes DNo
Contractor Name
Operational Applications Inc. (Doug Larm)
Contractor Contact Address
4227 South Meridian Suite C366, Puyallup WA 98373
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
Mr. Doug Larm 253-226-9564 30-0369267
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
doug.larm@2j:leralionalapplications.com Tanya Pierce
WSP Project Manager WSP Section/Division/Bureau BFS Budget Analyst Name
Lt. Randy Drake lAD Sue Aschenbrenner
Remarks: R~quires separate task orders - do not encumber.
Analyst Kathleena Almquist
Indirect Costs
Accounting Manager r.; "- (; ~ /'
,;}-vk9
% ',/IV
Sub I ~venue Code PercenV
Master Index Fund AI PI Project Major --/t.1ajor Sub TAR Code
Object Amount
Group Source Source
WAJ8 001 01" 00271 WAJ8 CE 100%
----
Billable Contracts Only
Mileage Allowed: DVes DNo Mileage Only: DNo
Std Mileage Rate: DVes DNo Special Mileage R per mile
Travel Authorized: DVes DNo oluntary OIT: DVes DNo
Special Rules: DVes DNo
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent; profane, or insolent language or
gestures, and shall not express any prejudice conceming race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performanc;e may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge; publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee Inilial- 9/30/09 10/1/09 - 9130/10 10/1/10 - 9/30/11 10/1/11 - 9130/12
Kathleena Almquist $48.00 $50.00 $52.00 $54.00
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SMM). This
manual is available at the Office of Financial Management's SMM website:
http://www.ofm.wa.gov/policy/saamintro.htm
6. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01,1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any Claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
inforrnation that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise speCified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notic;e or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable. .
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or knowledge in
connection with Washington State Patrol Contract Number (Contract) or its performance may
consist of information that is exempt from disclosure to the public or other unauthorized persons under either
chapter 42.56 RCW or other state or federal statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers, e-mail
addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or information identifiable to
an individual that relates to any of these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential Information for
any purpose other than the performance of this Contract, and not to release, divulge, publish, transfer, sell,
disclose, or otherwise make it known to any other party without the Washington State Patrol's express written
consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized access to
Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor, I shall
surrender any and all Confidential Information in my possession to the Vendor for its disposition according to the
terms of the Contract.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including RCW 10.97,
violation of which may result in criminal prosecution.
Date I
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 596·4000 • www.wsp.wa.gov
Enclosed with this letter are two fully executed originals of the referenced agreements
and task orders between you and the Washington State Patrol. Please keep these
originals for your records.
The Washington State Patrol contract tracking number are the agreement numbers
referenced above; please use these numbers on all correspondence regarding these
agreements. If you need further assistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 596-4071.
Sincerely,
. (L~d.~
.f'Mr. Jeffr#R. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
['ig New
( \ ') Period of D Amendment
Contract No. COg o5sorse< Performance: \ )'0/0'1- q/~(oq D Recurring
Comments:
Grants and Contract Manager: ~;:a=f--P'E1~,-"7j(,---,-&-,,' UL.. _ _ _ _ _ _ _ _ _ _ _ __
BFS Administrator:
( 7
~ (-21-0~
Budget and Fiscal Services
Contract Routing Face Sheet
Contract No.
Contract Title:
Other Party:
Amount:
Comments:
Grants and Contract Manager:
BFS Administrator:~
_~:=L._7;f_+---_~7I:L-ZP"=~~'-C..l9,---_ _ _ _ _ _ _ __
----c 7 7
:-P Ir·VO
Management Services Bureau Director: --I-~-'--AI---'-------~--------
INTER( 'FICE COMMUNICAT N
Attached is a fully executed copy of the above-listed contract and task order between the
Washington State Patrol and Operational Applications, Inc. for Criminal Intelligence Analyst Ms.
Kathleena Almquist. Funding for this contract will be encumbered under separate task orders.
Please ensure that the WSP employee preparing payment documents for this contract has a copy
of this contract to ensure the payment documents are filled out correctly.
The Budget and Fiscal Services contract tracking number is the WSP Contract Number noted
above; please use this number on all correspondence and payment documents associated with this
contract. If you need further assistance, please contact Ms. Cindy Haider, Budget and Fiscal
Services, at Micro 12, ext. 11071.
0(k:clh
r I Attachment
cc: Ms. Sue Aschenbrenner, Budget Section
Captain Tim Braniff, Investigative Assistance Division
Ms. Tanya Pierce, Accounts Payable Section
3000·323·001 (5196) An internationally accredited agency providing professional law enforcement services
page I at:,
----.---
From: Beckley, Paul (WSP)
Sent: Monday, December 22, 2008 4:35 PM
To: Lamoreaux, Marc (WSP)
Cc: Ma~i, Bob (WSP); Hattell, Curt (WSP); Hugdahl, Jeff (WSP)
Subject: RE: WAJAC - Analysts
Approved
Paul Beckley
Deputy Chief
Washington State Patrol
SerDice With Humility
360-596-4103
Since these are personal service contracts, not a request to hire FTEs the request needs to go through BFS to
solicit an exemption from OFM. To process this request from Captain Braniff, BFS needs your approval (As the
Acting Chief) to "approve the requested exemption and provide purchase approval."
Thanks/Marc
1114/2009
page L ot ~
Note: To ensure compliance with all administrative requirements and retention guidelines, please delete any e-
mails regarding OPS cases after your review. When responding to any e-mails regarding OPS cases please
delete the sent e-mail immediately.
Paul BecWey
Deputy Chief
Washington State Patrol
8ertJice W'itk Humility
360-596-4103
Chief, I am walking into this movie when it is almost over. This looks like something that should
have your approval. Please let me know if this is something I can do or if it needs your
blessing. Thanks, Curt
Cpt,
AC approved it; however, we have all erased the email and Cindy Haider needs a copy in the file.
Lieutenant Randy Drake
Washington State Patrol
Intelligence Section I WAJAC
1114/2009
Page 3 ot)
Geri out today I am hoping you can check or give your approval. Acting Captain Drake needs to get this process
moving and we just need the AC's approval forwarded to Jeff Hugdahl and Bob Maki to make it happen. These
are grant funded contract analysts who will work at the WAJAC. If you need any more info, just give me or Randy
a call.
Thanks, Traci
Randy: The Chief doesn't necessarily need to see the contracts. He just needs to approve the exemption
of them from the spending freeze and provide purchase approval..
You can forward this to him and ask that he review/approve and forward to me/JeffHugdahl. We'll
take it from there.
Thx, Bob
Captain Braniff is on vacation for the remainder of the year. I have provided answers to the questions as per
Cindy Haider's email found below. I do not have a copy of the contracts. Cindy, do you know if AC Ursino
has received these contracts?
1. Purpose
The Washington State Fusion Center (WSFC) is in the process of hiring a total of six intelligence analysts (1
Lead Analyst and 5 Intelligence Analysts). The Lead Analyst position has already been approved. These are
contractor positions. Background investigations will be required due to the nature and sensitivity of
information available to analysts.
Contractors will be paid with funds from the Department of Homeland Security's State Homeland Security
Grant. One million dollars has been allotted to fund these positions.
The project provides a critical component (intelligence analysts) to Washington State's Statewide
Integrated Intelligence System Plan (SWlIS). The spirit and intent of the SWIIS is to protect the citizens of
Washington State by providing an intelligence capability focused on terrorism prevention .
No.
1114/2009
Page 4 ot)
Federal funds are available to fund the hiring of these contractors. An investment justification submitted to
the Department of Homeland Security specifies that these funds will be used to fund intelligence analysts
• Meet a mission-critical information technology requirement without which a system can fail, a project will
encounter costly delays, or key deadlines are missed and penalties are incurred?
The WSFC enhancement project is dependent upon the acquisition of intelligence analysts and
continuation of the contracting process including background investigations on successful proposers.
If not approved, the WSP will not be able to successfully secure the services of the above-described
proposers and will not be in compliance with the WSP's own contractor proposal requirements.
Captain Braniff,
The chosen candidates for the Criminal Intelligence Analysts to be located at WAJAC with the effective dates of
January 15, 2009 through September 30,2012 are the following:
Due to the recent spending freeze please pass these pending personal services agreements to Assistant Chief
Ursino for his approval. If he approves these contracts he needs to forward to either Jeff Hugdahl or Bob Maki for
DC Beckley's approval. They will need the following questions answered:
1. Purpose
2. Fund Source and Amount
3. Does the purchase ....
• Prevent material loss or damage to property, bodily injury, or loss of life?
• Stem from court orders or are required under the law?
• Secure the receipt of federal or other funds as required by'a grant?
• Meet a miSSion-critical information technology requirement without which a system can fail, a
project will encounter costly delays, or key deadlines are missed and penalties are incurred?
4. What will happen if the purchase is not approved?
Once approval through the chain of command has been received the contract can be then be processed and
routed for signature as well as the approval may be needed by HRD to complete the background check.
1114/2009
Page) 01 )
Thank-you,
('indy Ilaider
IFS/' ('{)nrmus
3rjlJ-596-·.fI}7 I
cindy, haider@wsp. wa. gOY
111412009
Page 1 of 1
Hello Doug,
Yesterday I mailed the envelope containing contracts and task orders for the three analysts. As much as I double
checked my "crossing my t's and dotting my i's" I inadvertently put the wrong Start Date.
I have attached the corrected contracts and task orders and would appreciate if you would print out two pages of
the first page of each contract and two each of the task orders. The first page of each contract will replace the
incorrect page on the contracts you will be receiving.
Please let me know if you have any questions and sorry for any inconvenience
Hope you are doing well in this continuing Washington winter weather.
Take care,
Cindy Haider
ITSI' ('ori/meL'
3n{}-5vf}-407 J
cindy. haider@wsp. wa. W
119/2009
WASHINGTON STATE PATROL
Task Order
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$48.00.
Page 1 of 1
WSP Contract No.
WASHINGTON STATE PATROL
C090550PSC
PERSONAL SERVICE CONTRACT
Other Contract No.
Criminal Intelligence Analyst Services
This Contract is between the State of Washington, Washington State Patrol and the Contractor identified below, and is
governed by chapter 39.29 RCW.
CONTRACTOR NAME Contractor Doing Business As (DBA)
Operational A~ications Inc.
Contractor Address Contractor Federal Employer Identification Number
4227 South Meridian Suite C366
30-0369267
Puyallup WA 98373
Contact Name Contact Telephone
Mr. Doug Larm 253-226-9564
Contact Fax Contact E-mail Address
doug.larm@operationalapplications.com
WSP Contact Information
WSP Project Manager Name and Title WSP Project Manager Address
WSP Investigative Assistance Division
Lieutenant Randy Drake
PO Box 2347, Olvmpia WA 98507-2347
Telephone
(360) 704-2393
I
Fax
(360) 704-2973
E-mail Address
ran~drake@wsp,wa.gov
WSP Administrative Contact Name and Title WSP Admin istrative Contact Address
Mr. Jeff Hugdahl PO Box 42602
Grants and Contracts Manager Olympia WA 98504-2602
Telephone
(360l596-4052
I
Fax
1360) 596-4077
E-mail Address
jeff. hllgdahl@wsp.wa.gov
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-4000 • www.wsp.wa.gov
January 8, 2009
Enclosed are two sets each of the referenced agreements and task orders between the
Washington State Patrol and your organization. Once an approved representative of
your organization has signed these originals, please return all originals to the following:
One fully executed original of each will be returned to you for your records. The
Washington State Patrol contract tracking numbers are referenced above; please use
these numbers on all correspondence regarding these agreements. If you need further
assistance, please contact Ms. Haider at (360) 596-4071.
Sincerely,
c~~~. ~V\
~ 'Mr. Jeffrey R. Hugdahl
Budget and Fiscal Services
---- ,---
JRH:clh
_Enclosures
WASHINGTON STATE PATROL
Task Order
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$48.00.
Page 1 of 1
WSP Contract No.
WASHINGTON STATE PATROL
C090550PSC
PERSONAL SERVICE CONTRACT
Other Contract No.
Criminal Intelligence Analyst Services
This Contract is between the State of Washington, Washington State Patrol and the Contractor identified below, and is
governed by chapter 39.29 RCW.
CONTRACTOR NAME Contractor Doing Business As (DBA)
Operational Applications Inc.
Contractor Address Contractor Federal Employer Identification Number
4227 South Meridian Suite C366
-
30-0369267
Puyallup WA 98373
Contact Name Contact Telephone
Mr. DouQ Larm 253-226-9564
Contact Fax Contact E-mail Address
doug.larm@operationalapplications.com
WSP Contact Information
WSP Project Manager Name and Title WSP Project Manager Address
WSP Investigative Assistance Division
Lieutenant Randy Drake
PO Box 2347,01 mpia WA 98507-2347
Telephone
(360) 704-2393
I
Fax
(360) 704-2973
E-mail Address
randy.drake@wsp.wa.gov
WSP Administrative Contact Name and Title WSP Admin istrative Contact Address
Mr. Jeff Hugdahl PO Box 42602
Grants and Contracts Manager Olympia WA 98504-2602
Telephone
(360) 596-4052
I
Fax
(360) 596-4077
E-mail Address
jeff. hugdahl@wsp.wa.gov
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be aSSigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee Initial - 9/30109 10/1/09 - 9/30/10 10/1/10 - 9130/11 10/1/11 - 9/30/12
Kathleena Almquist $48.00 $50.00 $52.00 $54.00
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
6. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01,1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon Signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are deClared to be severable. .
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to retum within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C090550PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
Date
Mr. Larm,
Congratulations; the following have been selected as Apparent Successful Proposers for this procurement
The Start Date for these contracts will be January 15, 2009. Two original contracts and Task Order No.1 for
each will be mailed out to you for signature within the next two weeks. Please sign all sets and mail all sets back
to my attention at the address listed on the cover letter that will be enclosed.
('jndv!li.tfder
iV:,;P IiFVQ C(lorJIll([/or
ci}u(v. haider({{.:h,·Sp. wa.g-oj:
12/22/2008
Page 1 of 1
Just to confirm the Start Date for the 5 new Analysts - 1/151097
As per my conversation with S9t Jarmon I will wait for you to contact me on Friday when you are ready for me to
send out the final notifications.
Thanks,
("iwiv Huider
?FS'P Conlracts
360-596-4071
cindy. haider@w~J2. wa. gov
1127/2009
Page 1 of 1
Mr. Larm,
Congratulations; the following have been selected as Apparent Successful Proposers for this procurement.
The Start Date for these contracts will be January 15, 2009. Two original contracts and Task Order No.1 for
each will be mailed out to you for signature within the next two weeks. Please sign all sets and mail all sets back
to my attention at the address listed on the cover letter that will be enclosed.
Gill!).' Huillo-
WS!' RFQQ C·OO!'rJifWi()1"
ciJu{V, IUJi£ief\r/lvsp. "H'a.gol<
1127/2009
· .
No. Company TIN UBI POC Title POC First POC Last Address City State Zip Phone Fax E-mail Tm Title Tm First Tm Last
1 Network Transport Engine, 602580868 Me. Micheal Dorsey 3300 NE 11 Ridgefield WA 98642 (425) 531-2735 (503)786-3167 Mr. Nicholas Jones
2 Nighthawk Analytical 602117883 Me. Harry Hansen 27306 SE I Sammami, WA 98075 (206) 940-0235 nighthawkanal:t!ical@Mr. Harry Hansen
3 Dan K. Melton 602559115 Me. Dan Melton Mr. Dan Mellon
4 Michael R Chamness 602111069 Me. Michael Chamness 8280 NE B Bainbridge WA 98110 (360) 551-2183 mchamnes@leo.gov Mr.! Michael Chamness
5 Chad R. Melton 602558289 Me. Chad Melton 206) 661-7851 (206) 262-2014 chd.melton@gmailco Me. Chad Melton
6 KSNK Enterprise 20-0674694 602373741 Me. Kenneth Crow PO Box 77 Issaquah WA 98027 (425) 837-0229 (425)837-0229 kcrow@ais-seattle.ccMr. Ken Crow
7 Kristof Analysis & Investig, 5 602877420 Mr. John Kristof 7326 46th, Seattle WA 98115 (206) 262-2382 (206) 473-8736 jkristof@leo.gov Ms. John Kristof
8 Intelligence Acumen Me. James Ward 7008 258tr Graham WA 98338 (253) 232-6378 James. Ward@Juno.( Mr. James Ward
9 Centra Technology Inc. 52-1405842 Ms. Eileen O'Sullivan 25 Burlingt Burlington MA 1803 (781) 272-7892 (781) 272-7883 osullivane@centram'Ms. Amy Kanawi
9c Centra Technology Inc. Ms. Olivia Goodman
9d Centra Technology Inc. Mr. Nathan Miller
ge Centra Technology Inc. Mr. Michael Steinberg
9f Centra Technology Inc. Mr. Evan Waidley
9g Centra Technology Inc. Ms. Victoria Allen
lOa Operational Applications 602632122 Mr. Doug Larm 4227 Soutt Puyallup WA 98374 (253) 226-9564 doug.larm@o(2eratior Mr. Dennis Gerber
10b Operational Applications Ms. Sara Lacy
10c Operational Applications Ms. Kathleen Almquist
10d Operational Applications Ms. Kia Graham
10e Operational Applications Ms. Neoma Skye
11 The Confluence Group Inc 20-4527781 602589963 Mr. Luis Vega 2829 Ruck Everett WA 98201 (425) 212-3500 (425)212-3535 Ivega@confluenceca'Mr. David Malinowski
11a The Confluence Group Inc Mr. Brinkley Harrell
11b The Confluence Group Inc Mr. Bob Korter
11c The Confluence Group Inc Mr. Francisco .olivarez
11d The Confluence Group Inc Mr. Carlos Alvarez
11e The Confluence Group Inc Ms. Alice Switzer
LEADS
No. Company TIN UBI POC Title POC First POC Last Address City State Zip Phone Fax E-mail Tm Title Tm First Tm Last
1 Network Transport Engine, 602580868 Mr. Micheal Dorsey 3300 NE 11 Ridgefield WA 98642 (425) 531-2735 (503)786-3167 Mr. Nicholas Jones
8 Intelligence Acumen Me. James Ward 7008 258tl" Graham WA 98338 (253) 232-6378 (Mr. James Ward
9 Centra Technology Inc. 52-1405842 Ms. Eileen O'Sullivan 25 Burlingt Burlington MA 1803 (781) 272-7892 (781) 272-7883 osullivane@centram'Ms. Amy Kanawi
9a Centra Technology Inc. Mr. Steve Mazel
9b Centra Technology Inc. Mr. Scott Whippo
10 Operational Applications 602632122 Mr. Doug Lanm 4227 Soutt Puyallup WA 98374 (253) 226-9564 doug.larm@oQeratiorMr. Bill Evans
~.
Responsive Rate 1 Rate 2 Rate 3 Rate 4 Avg Cost Pis (. Eval 1 Eval2 Eval3 Quest Rav Quest (70 Ref 1 Ref2
Yes $44.00 $44.00 $44.20 $44.20 $44.10 13.54 8.00 8.00 8.00 8.00 56.00 45.00 50.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00 5.00 5.00 5.00 35.00 38.00 40.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00 5.00 5.00 5.00 35.00 0.00 0.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 6.00 6.00 6.00 6.00 42.00 41.00 47.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 7.00 7.00 7.00 7.00 49.00 47.00 42.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00 5.00 5.00 5.00 35.00 44.00 44.00
.Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 6.00 6.00 7.00 .6.33 44.33 44.00 45.00
Yes $37.50 $39.00 $40.56 $42.18 $39.81 15.00 7.00 7.00 7.00 7.00 49.00
Yes WITHDR EW $48.34 $50.76
50.00 50.00
$53.30 $55.97 $52.09 11.46
Yes WITHDR EW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27 5.00 5.00 5.00 5.00 35.00 47.00 47.00
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27 8.00 8.00 7.00 7.67 53.67 50.00 0.00
Yes $48.00 $50.00 $52.00 $54.00 $51.00 11.71 6.00 6.00 6.00 6.00 42.00 50.00 46.00
Yes $48.00 $50.00 $52.00 $54.00 $51.00 11.71 7.00 7.00 7.00 7.00 49.00 50.00 46.00
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27 7.00 7.00 8.00 7.33 51.33 0.00 43.00
No
No
No
No
No
No
Threat Defined:
The primarily Latino gang MS-!3 has recently been reported as expanding its
influence throughout the United States; Oregon, Alaska, and California are all
listed as areas of operation for MS-13. By geographical analysis alone, this
constitutes a threat to Washington State. However, Washington State
demographics include an exceptionally large Latino population, heavily
concentrated in the Yakima region.
• MS-!3 announces its arrival through violence against rival gang members,
including murder, rape, and assault.
• Members are heavily recruited from middle schools and high schools.
• MS-13 members are often tattooed with the gang's symbols.
• MS-!3 funds its operations through activities including car theft, armed robberies,
drug sales, firearm sales, and home-invasions.
• MS-13 is associated with trafficking both weapons and drugs across the Mexican
border. Washington State shares a border with Canada, and as s\lch is prone to
similar illegal cross border activities as MS-13 moves in with the skills and
knowledge already acquired from their activities along the Mexican border.
o As MS-13 bring larger amounts of weapons and drugs into the area, crime
and terrorist organizations may take advantage of the gang's activities as a
middle man for acquiring weapons for terrorist activities in the
Washington State area to prevent detection of their own operations.
o This is especially possible as gang members become more successful in an
area. MS-13 as a gang is currently a small scale terrorist group, instilling
fear in the public and showing aggression towards the community just as a
terrorist organization does.
This notice would have pictures of MS-13 tattoos and typical apparel attached.
This notice would be disseminated to all law enforcement agencies in Washington
State, including border security organizations.
I would include the sources of the information and information regarding their
credibility.
I would create a one page fact sheet on what to look for/ask about when confronted
with a potential MS-13 activity/member.
I would send information requests to the border patrol organizations along the
Mexican-US border to inquire about MS-13 tactics, techniques and procedures for
smuggling weapons/drugs.
\/ . . REFERENCE CHECK FORM
~~\<tL<J Mfl'.~u(S{-
Vendor Name q;el]j-hQ~lQ \ ~1jC<d\ONS Vendor Number \0
Please provide a raw score of 0-10 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
=
1 The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. \ for ·30 A
r:;;'c\av;SZt\ \!.,j-l~~",- M~~+
Reference Name _ _ _ ~:r->-"c>~",--",-_c,,,,,,,,,-,-\~,-=-,~:..:G:::."=-=-_-,-C!..!~=':-I"O,-,-I)-t-·_
Point of Contact Name _ _ _ _ _ _ _ _ __ Phone: ql?'-ZI.(O-Gfot:tb
1.
SD·'D
\/ , ,I, ~ ,REFERENCE CHECK FORM
"",-«-",,,I ~~ """:'<b" 1 5~
Vendor Name LfU(LtD!\JG [ A.W IrCG-b~(\JS Vendor Number JSl
7! /
proceedings of the evaluation process or at any subsequent time, to anyone who is not also
authorized access to the information by law or regulation. I will return all copies of the proposals
~Ih my Wmpl"??:~O,"
Signature ~ ~ {.lk- Date rHtf-t7~
Please provide a raw score of 0-10 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. z... for ~ -\-h ~~""- A-\M-f().M"!:. +
Reference Name fu ~ c.l~~ Z-J.1...oJ ar J...S llV'-t>l.JoC)
Point of Contact Name _ _ _ _ _ _ _ _ __ Phone:'20"2..- zgb - 1 Bb~
1. r'hat did th~roposed An our com..l2§.ny? /' /score:.---:'\L......_
S S c:::.c....;\"\"""U A..... I~O'" (....<:... (
Q
6. Score:_-.-l-+,_
c .... ll
REFERENCE CHECK FORM
~-IM\e..w Mrnlbv <>+- .
Vendor Name Cf~OrJc..l ~plt1c+;ON:S Vendor Number jQ.
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Point of Contact Name _ _ _ _ _ _ _ __
2. Score: 10
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
=
10 The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
=
7 The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements,
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
A. If you are submitting a proposal for Criminal I ntelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include infonnation on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent infonnation. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
c _ _~2,--_
Signature _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ Date_ _I_/...:;:...:/_f_;;_~I_~_
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
=
5 The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
=
10 The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include infonnation on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent infonnation. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
A. If you are submitting a proposal for Criminal I ntelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
.intelligence analyst training with the resumes'
One (1) original Letter of Submittal and Certifications and Assurances was submitted
with the Consultant's proposal. Letter of Submittal and Certifications and Assurances
were signed by a person authorized to legally obligate the Consultant.
Has previously served as an intelligence analyst for a minimum of two (2) years either in
a Federal intelligence agency, the military, or State and/or local law enforcement
intelligence unit; or, has a Bachelor's degree or higher college degree in criminal justice,
law enforcement, statistical analysis or a related field that substitutes for the work
experience requirement; arid
For Criminal Intelligence Analyst - Lead Services, the proposal clearly demonstrates
that any proposed Consultant Team Member: .
@ For Criminal Intelligence Analyst Services the hourly reimbursement rate for proposed
Consultant Team Members does not exceed $50.00.
@ For Criminal Intelligence Analyst - Lead Services the hourly reimbursement rate for
proposed Consultant Team Member does not exceed $60.00.
@ The proposal contains a Waiver and Authorization to Release Information form for every
Consultant Team Member proposed for work. The form is Signed by each respective
proposed Consultant Team Member.
@ Proposal provided 90 days of acceptance of its terms from the due date of proposals.
PROJECT TITLE:
Criminal Intelligence Analyst Services
RECEHVIE£D
Nuv 14 200a
GUGGEr J. FiSCAL
WSP
Proposal to WSP RFQQ No. C090433PSC
Table of Contents
Section Page
3.0 - Response to Questionnaire (Exhibit C to RFQQ)....... ... ... ... ... ... ... ... ... ... ...... ... ... ... 6
3.3 - References........................................................................................... 34
LETTER OF SUBMITTAL
s i g n a t u r .__- - -
LETTER OF SUBMITTAL
1.1 - Attachment
Signature
1. l!we declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However,
l!we may freely join with other persons or organizations for the purpose of presenting a single
proposal.
3. The attached proposal is a firm offer for a period of 90 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of
certainty in key terms) at any time within the 90-day period.
4. In preparing this proposal, I/we have not been assisted by any current or former employee of the
state of Washington whose duties relate (or did relate) to this proposal or prospective contract,
and who was assisting ih other than his or her official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document.)
5. I/we understand that WSP will not reimburse me/us for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and I/we claim no proprietary right to
the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her
prior to opening, directly or indirectly to any other Proposer or to any competitor.
7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. If there are
any exceptions to these terms, I/we have described those exceptions in detail on a page attached
to this document.
8. No attempt has been made or will be made by the Proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition.
9. I/we certify that neither the Proposer nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participating in any
contract resulting from this procurement by any federal department or agency. Further, if
awarded a contract the Proposer agrees not to enter into any arrangements or other contracts
with any party that is on the "General Service Administration List of Parties Excluded from
Federal Procurement or Non-procurement Programs" which can be found at www.epls.gov.
Sigoot,mof_=, ~___
Title jl;ti:-.f/j)ri'Ai/ Date (DDIMMIYY)
RESPONSE TO QUESTIONNAIRE
Our team members possess special qualifications, unique personal attributes and measurable
knowledge, skills and abilities required to succeed in supporting intelligence efforts by local,
regional and federal agencies. Our team-based approach integrates individual skills, training
and experiences into a high performing, mature and cohesive work unit focused on common
. goals: collaborate, cooperate, communicate and achieve. Our team-based approach benefits
Washington State by building a stronger workplace community ready to initiate professional
criminal intelligence analytical service and support at the start of contract work beginning day
. one.
All of the Operational Applications intelligence analysts meet, and with most of the
requirements, exceed the minimal standards established by the RFQQ. A further enhancement
of our team-based approach is our demonstrative work history, training and experience
surpassing the Department of Justice Minimum Criminal Intelligence Training Standards
Findings and Recommendations dated October 2007. For example, our proposed team
cumulatively consists of:
Summary:
• Formal education: Master in Public Administration and MBA; BAin Political Science
(application courses in statistical analysis and research)
• National security work experience: three years as a King County regional intelligence
analyst supporting the Washington Joint Analytical Center
• Specialized intelligence analysis training: two years as adjunct instructor for
Washington Association of Sheriffs and Police Chiefs basic intelligence course (Role of
Intelligence Analyst); completed WASPC basic intelligence course, Foundations of
Intelligence Analysis Training and Drug Intelligence Analysis in 2006
• Microsoft Office software proficiem;y over fifteen years daily proficiency in
substance, organization, style and correctness in all forms of written communication
developed through Microsoft Office suite applications
a current
security cle~rance level security clearance
• Professional Experience
Performed as one of three intelligence analysts supporting the Washington Joint Analytical
Center's Regional Intelligence Group 6. Responsible for infusing an all crimes approach with
emerging analytical processes to determine potential links and connections to terrorism,
organized crime and all other criminal acts. Collected information, synthesized relevant data
and established situational evidence into potential criminal investigative facts in order to
determine trends and provide intelligence feedback.
Performed as an Investigator for a Seattle-based attorney's firm. This firm focused on trial and
appellate work, dispute resolution, and counsel and advice in both civil and white-collar criminal
cases. As an Investigator, worked on illegal satellite piracy for DircTV, utilizing the Digital
Millennium Act. Also worked on the illegal downloading and file sharing of copyrighted music for
the Recording Industry Association of America (RIM) under the Federal Copyright Act.
Police Commander, City of Renton Police Department, Patrol Services Division, 1995-2000
Performed as a Division Commander responsible for coordinating and providing all aspects of
training for the police department. Commanded the department's crime prevention program that
provided numerous community outreach programs. Commanded the Drug Abuse Resistance
Education (DARE) and Gang Resistance Education and Training (GREAT) programs. This
required a close working relationship with all educators and school administrators alike. These
programs provided drug and gang training to thousands of school children. Supervised all
recruitment for the agency and provided all background investigations on new police
candidates. Provided research and development on new equipment and technologies.
Directed a volunteer staff of over 50 personnel.
Performed as a Division Commander responsible for First Watch, Second Watch and Third
. Watch patrol shifts, directing over 60 uniformed officers. Commanded the K-9 Units as well as
the Bicycle Patrol Unit. Served as an Administrative Member on the Renton Police Department
Review Board. Participated in the oversight and review of all officer-involved shootings, motor
. vehicle accidents and other problematic officer-involved incidents.
Acting Deputy Chief, City of Renton Police Department, Support Services Bureau, 1992-1993
Performed as a Division Commander responsible for Jail, Inmate Health and Welfare, Weapons
Permits, Fingerprints and Evidence. Commanded a jail that provided over 30 outside agency
contracts for jail services. This included federal, state, tribal and local agencies. Responsible
for providing and processing all weapon permit requests as well as providing background
investigations on weapon permit applicants. Provided fingerprint processing on all bookings
and arrests as well as all school teachers within the district as required by law and all other
license applicants such as masseuses. Responsible for the evidence collection and proceSSing
of all crime scenes.
• Education
Bachelor of Arts - Political Science, University of Puget Sound, Tacoma, WA, 1979
• Job-Related Training
Washington State Criminal Justice Training Commission, Executive Level Certificate, Seattle,
WA,1995
Summary:
• Formal education: BS in Spanish/German with minor in environmental engineering;
slated to complete BS in Information TechnologyNisual Communication spring 2009
• National security work experience: over ten years in US Army intelligence
• Specialized intelligence analysis training: graduate of US Army military intelligence
officer basic course; selected to perform as an observer/controller in US Army Europe
training center responsible for coaching, teaching and mentoring junior and senior
intelligence officers in all aspects of intelligence operations
• Microsoft Office software proficiency over ten years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications--considered expert/power-user; proficient in
MS Visio and Project; skilled in HTML and Javascript; and able to program in Java and
C+
Be able to obtain a federal Top Secret level MEETS Requirement. Possesses current Defense Oepartment Top
security clearance Secret/Special Background Investigation-level security clearance
Resume: Sara Lacy is an innovative thinker and a professional intelligence analyst with over
ten years experience including wartime intelligence operations. She has performed as a
national level intelligence analyst responsible for producing country studies and other strategic
intelligence reports, as an operational level intelligence analyst responsible for finding,
identifying and locating hostile military air attack sites in northern Iraq, and as a tactical level
intelligence analyst in Korea responsible for analyzing problematic indications and warning
associated with ongoing US Forces peacekeeping operations on the Korean peninsula. Her
background supports critical work requirements for assessing information needs, identifying
analysis techniques, identifying risks, evaluating alternative solutions, identifying information
. gaps and establishing work priorities. Her wartime service contributes significant intelligence
experience in writing, collating and disseminating analytical reports, daily briefs and periodic
assessments.
• Professional Experience
Company Commander [Captain (CPT), Military Intelligence (MI)), 345th MI Battalion, Military
Intelligence Reserve Command, Jasper, AL, 2/07-3/08
Commanded the Theater Ground Intelligence Center (TGIC) support company. Responsible for
providing two combat-ready multi-discipline intelligence fusion teams which supported wartime
operations in Afghanistan and Iraq. The TGIC fusion teams are responsible for maintaining
situational awareness and situational understanding on emerging conditions existing within
assigned countries of studies in our region. We developed and maintained intelligence
preparation of the battlefield products, analytical assessments, and developed indications and
warning. Further, a major fusion team responsibility was to find and screen data potentially
indicating the presence or activities of terrorist groups that may have been operating in our
assigned region.
Intelligence Staff Officer [CPT/Mil, 3451h MI Battalion, Military Intelligence Reserve Command,
Fort Gordon, GA, 7106-2/07
As the Intelligence Officer, responsible for ensuring personnel security and physical security of
classified documents within the battalion's area of responsibility. As part of ensuring personnel
security my team conducted preliminary investigations for personnel requesting security .
clearances, as well as starting the process for periodic reviews for personnel already in
possession of a valid security clearance. My team provided oversight for the maintenance of two
different locations secured for use with processing, transmitting and storing Secret classified
information. I conducted regular inspections to ensure that the storage facilities conformed to
published regulations and reported monthly on the status of all classified documents and
systems in these two facilities. Provided oversight for two subordinate units that maintained
Secret classified document storage safes outside of these facilities and ensured that their
procedures and storage equipment also conform.ed to published regulations.
Intelligence Staff Officer [CPT/Mil, 5041h MI Brigade, Fort Hood, TX, 1/03-4/05
As an Intelligence Officer, served in Iraq from January to December 2004. Responsible for daily
reporting of personnel accountaOility for more than 2000 Soldiers and civilians stationed in
numerous cities, operating bases and enclaves positioned throughout Iraq. Coordinated the
Rest and Relaxation (R&R) program for the entire Brigade, ensuring that no unit fell below 90%
strength. Responsible for all casualty reporting within the Brigade. This report included all
Soldiers listed as Wounded In Action (WIA), Killed in Action (KIA) and Missing in Action (MIA).
My team tracked the movement of Soldiers and/or remains until final destination in the US.
Intelligence Staff Officer [CPT/Mil, 41h Brigade, 1st Infantry Division, Ansbach, Germany 9/01-
12/02
Two days before 9/11, I assumed staff duties as the senior intelligence officer in the brigade
with responsibility for keeping the commanders and senior officers informed on emerging
events, indications and warning and potential applications to our mission readiness. As the
senior brigade intelligence officer, performed as the commander'S representative during the
. Force Protection Working Group meetings. These meetings, developed in the days following
9/11, focused on force protection measures for three US military installations located in
Germany. These installations housed US military forces and family members as well as serving
as the garrison command locations for divisional units. Responsible for establishing the force
protection plans for these installations, for determining physical security guard rotations and for
standardizing operating procedures for guard forces at five different locations in the German
community. Additionally responsible for coaching, teaching and mentoring other intelligence
officers in the intelligence process and cycle with special emphasiS on intelligenCe production
and dissemination focused on Army aviation operations during assignment as an
observer/controller at the largest combat maneuver training center in Germany.
Intelligence Staff Officer [CPT/Mil. Iraqi Ground Forces Order of Battle Section, Operation
Northern Watch 3/01-7/01 and 4/02-5/02
Responsible for tracking Iraqi Ground Forces, analyzing the placement and movement of units,
providing input to the collection manager to facilitate the use of Tactical Reconnaissance and
National assets in Northern Iraq. Conducted weekly meetings with the senior intelligence officer
responsible for collection management as well as providing a "focus" meeting before each
mission in order to emphasize speCial interest ground targets. These meetings were important
because national intelligence assets would exploit these targets. Provided detailed information
about the disposition, strength and location of Iraqi ground forces. Responsible for supporting a
section of political and military analysts coordinating with foreign military embassies in Turkey in
order to maintain situational awareness of any political situation that might adversely, or
positively, impact Allied aviation missions over Northern Iraq. Conducted daily mission briefs for
the senior commanders and staff as well as detailed intelligence briefings for the pilots.
Exploited multiple national agency databases and monitored different classified message traffic
to synthesize current, real-time information on national imagery products. These products were
extremely useful in conjunction with various intelligence reports and data feeds to help visualize
the ground order of battle situation for the other staff members.
Platoon Leader [LieutenantlMI], B Company, 102nd Military Intelligence Battalion, 2nd Infantry
Division, Camp Essayons, Republic of Korea, 1/99-1/00
• Education
United States Military Academy at West Point, BS Spanish/German with minor in environmental
engineering; West Point, NY, 1998
• Job-Related Training
Summary:
• Formal education: slated to complete BA in Intelligence Studies with a focus on
Terrorism in summer 2009; currently maintaining 4.0 GPA
• National security work experience: over five years in intelligence with positions in
tactical and national level organizations including as an intelligence analyst supporting
US Special Operations in Iraq in 2004-2005; experience as lead intelligence liaison with
federal law enforcement agencies, major military commands, international committees,
and other government agencies
• Specialized intelligence analysis training: graduate of US Army Counter-Intelligence
Special Agent course and Joint Interrogation certification course; completed US Army
Intelligence Support in Counter-Terrorism course and US Army basic intelligence analyst
course
• Microsoft Office software proficiency over five years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications
Be able to obtain a federal Top Secret level. MEETS Requirement. Possesses current Defense Department Top
security clearance Secret/Special Background Investigation-level security clearance
Resume: Kia Graham is a US Army Reserve Counter-Intelligence Special Agent with over five
years of progressive wartime intelligence operations experience. She has supported over 100
strategic interrogations of high-value human intelligence targets as a senior intelligence analyst
with Joint Task Force Guantanamo Bay-Cuba. She has created and disseminated over 100 in-
depth all-source analytical products to law enforcement, intelligence agencies and foreign
governments in her wartime support role. Her professional experience and innovative mind
enabled her to exceed the required analytical production rate three-fold. She has liaised on a
daily basis with the US military criminal investigative task force, combatant commands, Federal
Bureau of Investigation and other governmental agencies as well as with Defense Department
and Justice Department. One of her most significant wartime service contributions included the
development of over thirty terrorist targeting packets in support of collection operations and
direct action missions which resulted in the apprehension of al-Qaeda operatives, foreign
fighters, and members of the former Saddam regime.
• Professional Experience
Lead Intelligence Analyst, Fusion Analysis Section, Joint Task Force-Guantanamo Bay, Cuba,
10106 - 02/08
Consistently provided timely and accurate analysis of all-source information and finished
intelligence products addressing transnational, international terrorism and terrorism-related
activities to support Joint Task Force intelligence and interrogation operations. Created and
disseminated over 100 fused in-depth all-source intelligence analysiS products to law
enforcement, intelligence agencies and foreign government services. Maintained situational
awareness and understanding of emerging events described in message traffic and intelligence
products. Liaised on a regular basis with criminal investigative task force, combatant
commands, Federal Bureau of Investigation, other governmental agencies and a myriad of other
Defense Department and Justice Department organizations.
Intelligence Analyst, Fusion Analysis Section/Gulf States Regional Team, Joint Task Force-
Guantanamo Bay, Cuba, 01/06 -10/06
Provided relevant, accurate and timely analytical support to ten human intelligence collection
teams assigned to the Gulf States region. Attended weekly coordination meetings and was a
contributing analyst to collection strategy sessions. Provided analytical comments on over 30
in-production intelligence information reports. Created intelligence summaries for over 80
intelligence information reports created by the Gulf States team. She reviewed and updated
over 100 detainee analytical support packages. Liaised with respective regional commands;
maintained collaborative processes with other fusion analysis sections.
She was responsible for intelligence reqUirements management. Provided analytical input for
over 50 interrogation control plans. Performed liaison and coordination planning with federal
law enforcement agencies, major military commands, international committees and other
governmental agencies. She developed all-source analytical products in support of North
Africa/Europe Regional Team's collection efforts. Assisted in the creation of and facilitation for
an Intelligence Information Upload Project. This project managed and archived relevant
detainee intelligence information. Selected to teach this project to senior officers. Served as a
senior military analyst for a visiting foreign delegation from an African Union member state.
Provided assessments, analyses and informational updates on selected high-value detainees.
• Education
• Job-Related Training
Joint Interrogation Certification Course, US Army Intelligence Center & School, Fort Huachuca,
AZ, Oct 2008
US Army Counter-Intelligence Special Agent Course, US Army Intelligence Center & School,
Fort Huachuca, AZ, Jul 2008
Intelligence Support in Counter-Terrorism Course, US Army Intelligence Center & School, Fort
Huachuca, AZ, Jun 2004
Intelligence Analyst Course, US Army Intelligence Center & School, Fort Huachuca, AZ, Sep
2003
Summary:
• Formal education: AAS - Dec 2008 (elements of Asian Language and Culture,
intensive writing, and mathematical reasoning)
• National security work experience: over four years in US Army Intelligence
• Specialized intelligence analysis training: completed intelligence training such as the
Mobile Warning Analysis Course from the Joint Military Intelligence Training Center and
US Army Counter-Intelligence course
• Microsoft Office software proficiency over four years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications
Be able to obtain a federal Top Secret level MEETS Requirement Possesses current Defense Department Top
security clearance Secret/Special Background Investigation-level security clearance
Resume: Kathleena Almquist is a US Army Reserve Military Intelligence Sergeant with over 4
years of military intelligence service. Her experience includes all-source intelligence analysis at
. the tactical level while interacting and sharing information with adjacent commands and
specialized organizations. She is confident, resourceful, and intelligent, and exceeds
expectations and reqUirements when accomplishing tasks. As a professional intelligence
analyst, she is capable of making timely decisions with minimal supervision. Additionally, she
communicates complex ideas in an understandable, effiCient, and professional manner. She
has demonstrated the ability to create, integrate, and improve intelligence products and
procedures. Her technical expertise covers a range of intelligence functions including human
intelligence, signals intelligence, and imagery intelligence. She uses her exceptional analytical
abilities, coupled with excellent written and oral communications skills, to translate information
into a synthesized intelligence product.
• Professional Experience
Incorporating lessons learned and knowledge acquired from real world analysiS experience into
reserve intelligence analysis training and operations. Coordinating related intelligence training.
Oversees the implementation and improvement of information, operations, communications,
and personnel security procedures for the brigade. Improved security readiness immensely, with
a vast change in security awareness and a higher level of respect for security regulations and
requirements. Created and implemented Standard Operation Procedures for derogatory
information reporting and clearance processing and tracking.
Intelligence Sergeant [Specialist (SPC)/MI], 3-2 Stryker Brigade Combat Team, Mosul,
Baghdad, and Baqubah, Iraq, 06/06 - 09/07
Intelligence Analyst [SPC/MI], 3-2 Stryker Brigade Combat Team - Fort Lewis, WA, 12/04-
06/06, 09/07 - 02/08
Assisted both the Brigade Security Manager and Brigade Special Security Officer in fields as
varied as Physical Security, Information Security, Operational Security and Personnel Security.
Coordinated training for 8 battalion intelligence teams, resulting in an efficient, knowledgeable,
and compliant organization. Trained 5 soldiers to continue security operations following the
transition of all experienced intelligence analysts from the S2, ensuring the continuous security'
standards within the 3'd Stryker Brigade, 2 nd Infantry Division. Established a system for tracking
security issues, including derogatory information handling, requests for Personnel Security
Investigations, and mandatory security awareness training for the Brigade.
• Education
Tacoma Community College, Tacoma, WA, Associate's Degree - 12/2008, Major: Four-Year
Transfer
• Job-Related Training
Mobile Warning Analysis Course, Joint Military Intelligence Training Center, Fort Lewis, WA,
2005
Intelligence Analyst Course, US Army Intelligence Center & School, Fort Huachuca, AZ., 2004
Summary:
• Formal education: BS in Business Management (application courses in statistical
analysis and research)
• National security work experience: over 15 years in military intelligence
• Specialized intelligence analysis training: US Army credentialed Counter-Intelligence
Special Agent; completed advanced intelligence training such as Intelligence in
Combating Terrorism, Criminal Intelligence Analysis, Anti-Terrorism, Signals
Intelligence, and numerous Analysis Software Programs
• Microsoft Office software proficiency over fifteen years daily proficiency in
substance, organization, style and correctness in all forms of written and graphic
communication developed through Microsoft Office suite applications
Must have completed intelligence analyst EXCeEOS Requirement. Specialized US Army training in security, terrorism,
training to ensure baseline proficiency counter-terrorism and force protection; credentialed Counter-Intelligence Special
Agent
Proficient in the use of Microsoft Office EXCEEDS Requirement. Considered product Power-user with over 15 years of
Suite applications daily PowerPoint. Access/Excel and Word use for intelligence presentations,
studies, analyses, and briefings in stand-alone and networked environments
Be able to obtain a federal Top Secret level MEETS Requirement Possesses current Defense Department Top
security clearance Secret/Special Background Investigation-level se~urity clearance
.
Resume: Neoma Skye is a US Army Reserve Military Intelligence Sergeant with over 15 years
of military intelligence service including three years of defense contracting intelligence support.
She is a credentialed US Army Counter-Intelligence Special Agent. Her analytical experience
includes situation-specific, non-traditional terrorism and asymmetrical threats. She served as a
team leader for the US Army Pacific's Homeland DefenselForce Protection analysis team
responsible for fusing and interpreting intelligence, analysis and reports from numerous military,
civilian and government sectors. Additionally, as the team leader, she was responsible for
developing innovative methods for obtaining information. Her fused intelligence summary was
produced using standard military and agency analytical collaboration techniques along with non-
traditional intelligence information· providers such as private security companies supporting local
retail and critical infrastructure. She researched, authored and disseminated daily analytical
reports summarizing potential terrorism related incidents and possible impacts on military
operations. In addition to situation-specific analyses, she produced general capability threat
assessments. She assisted senior military officers in writing intelligence outlook reports for
specific countries or political regions. These in-depth country reports included biographies,
conventional military threats, terror-related threats and socio-economic conditions. She was
responsible for creating and maintaining a tracking database of terrorism and counter-terrorism
incidents. This spreadsheet was used by the US Army for long-term threat analysis and was
incorporated in the intelligence portion of the senior commander's annual force protection and
risk assessment report.
• Professional Experience
Senior Counter-Intelligence Agent, 373,d Military Intelligence Battalion (US Army Reserve),
Tl,lmwater, WA, 1/08 - Present
Developed 2-hour in-depth security briefing (to include topics on subversion and espionage,
operational security and terrorism awareness) for yearly training requirement. Presented briefing
over 20 times to over 1800 soldiers and civilians within six months. Assisted in personal security
background investigations, national security crime investigations, vulnerability assessments,
and other authorized counter-intelligence operations. Reviewed and edited counterintelligence
reports for accuracy, content and validity. Developed course curriculum and conducted
beginning and advanced counter-intelligence investigation and counter-terrorism analysis
training for Army Reserve soldiers. Served as Counterintelligence Special Projects NCO and
assisted senior executives with personnel management analysis, reports reviews and liaison
with subordinate counterintelligence offices. Designed, coordinated, and executed two separate
soldier knowledge and skills competitions for Hawaii and the Pacific Region; winners advanced
to national region competition. Organized a filing and documentation system in the training
section in order to increase processing and tracking of training requests and completions for
500 solders in subordinate units. Requested by Special Security Office to tailor existing MS
Access database to meet changing needs of security section and allow for tracking of security
clearance information and training records for over 800 soldiers and civilians in the unit. As the
Brigade counter-intelligence and training representative, attended planning conference for Joint
US, Australia, United Kingdom, and Canada counter-intelligence/human intelligence exercise.
Conducted training development analysis through panels and surveys to ascertain end-user
needs, increase usability and determine relevance of training materials and testing criteria.
Developed and revised job qualification requirement handbooks, training modules and exams
for nine Pacific Command intelligence watch officer positions. Redesigned training website
.homepage to include designing webpage materials, links and graphics.
Led and instructed a five-person Anti-terrorism 1 Force Protection team; prepared and instructed
soldiers in beginning and advanced counterintelligence methods, use of technology systems,
analytical tools and methods, and presentation 1 reporting skills. Performed the collection,
analysis. processing and dissemination of information derived from multiple resources to answer
intelligence requirements specifically focused on the homeland defense, force protection, and
asymmetric threats posed by foreign intelligence services, unconventional warfare forces,
terrorist organizations and other extremist groups. Performed research and analysis on terrorist
groups in the US Pacific Command's Area of Responsibility (USPACOM AOR) for Intelligence
Preparation of the Battlefield purposes to support US Army Pacific's (USARPAC) operational
planning directives. Compiled and presented over 200 country intelligence and situational
awareness and force protection briefings, project status briefings, special situational reports and
threat assessment decision briefs for deploying USARPAC personnel and senior staff.
Researched,compiled and updated weekly force protection, threat and incident reports for 33
countries in support of USARPAC deployed forces within the USPACOM AOR. Served as
counterintelligence watch officer at the USARPAC Crisis Action Center; provided weekly
incident threat briefings and force protection reports to combined directorate watch office
personnel. Collaborated with general intelligence analysts to developed country update
briefings, assess recent events or political changes in relation to terrorism threats. Gathered
intelligence and developed country-specific reports and briefings of terrorist threats in the
USPACOM AOR to support Anti-terrorism 1 Force Protection and counter-terrorism operations.
Completed 160 hours of USPACOM AOR-specific intelligence operations and analysis training
courses.
as the USARPAC liaison to the FBI's Joint Terrorism Task Force-Pacific (JTTF-P); facilitated the
smooth transfer of intelligence and community threat awareness reporting responsibilities from
the Joint Rear Area Coordination-Hawaii to the JTTF-P. Established working relationships with
over 20 JTTF-P member agencies including Honolulu Police Department, State Civil Defense,
US Attorney's Office 1 Anti-terrorism Task Force, Department of Public Safety, US Secret
Service, Bureau of Immigration and Customs Enforcement (BICE), TSA, FBI and Defense
Department's sister intelligence agencies. Assisted Defense Department analysis team at JTTF-
P in daily counter-intelligence and counter-terrorism analysis and reporting. Ensured maximum
intelligence sharing between Defense Department, state, local and foreign agencies by creating
and updating web-based open-source intelligence products; maintained website dissemination
lists and new member enrollments to maximize dissemination. Served as the HUMINT
operations cell officer for one of the region's largest military exercises, coordinating three
HUMINT team's collection operations, creating intelligence reports and submitting requests for
information to ~upport exercise-related intelligence analysis and production. Completed a 40
hour Collection Management overview training course, integrating knowledge into daily
intelligence gathering abilities and production tasking requests.
Senior Counter-Intelligence Agent, 3681h Military Intelligence Battalion (US Army Reserve),
Fort Shafter, HI, 10/95-10101
Served as a senior team leader for assigned counter-intelligence personnel. Conducted initial
and refresher training on counter-intelligence operations, report writing and analysis for
subordinates and peers. Selected as primary briefer for all security-related briefings to outside
units and senior personnel. Attended both Basic and Advanced level Non-Commissioned
Officers Courses for military intelligence disciplines. Completed Basic course as Honor
Graduate and Advanced course with cumulative score of 95%. Acknowledged by instructors in
both courses for superior research ability, analytical approach to problems and small group
. leadership skills. Completed counter-intelligence special agent course that taught the basic
skills, concepts, principles and techniques required to perform tactical and strategic counter-
intelligence investigations and operations. As Honor Graduate exceeded course standards by
graduating in the top 10% of the class and was certified by the Department of the Army as a
credentialed Counter-Intelligence Special Agent.
Electronic Warfare & Signals Intelligence Analyst 1 Cambodian Linguist, US Army, 733 rd
Military Intelligence Battalion, Schofield Barracks, HI, 9/92-12194
Excelled as Mission Manger and linguistic expert during a highly volatile Southeast Asian
political situation of global interest. Continually recalled outside normal working hours to guide
mission efforts and translate messages. Kept US policy makers informed, allowing them to
make intelligent and timely decisions regarding US foreign policy to Southeast Asia. Performed
as a signals intelligence analyst for Southeast Asia Air Operations section, writing over 100
national-level and critically sensitive reports. Served on a special intelligence project committee
composed of national level experts. Provided valuable advice and linguistic expertise, ensuring
a successfu'I'conclusion to the project. Honored as the first junior enlisted soldier to certify as
an intelligence analyst in newly created joint-service analysis branch and further trained three
senior non-commissioned officers to assume analyst positions. Performed research and
analysis with continual adherence to US Army and Joint intelligence time-sensitive reporting
requirements, regulations and handbooks. Trained and mentored both Army and Air Force
personnel on the use of joint service computer programs, intelligence analysis and reporting
requirements.
• Education
University of Phoenix, Maui, HI, Bachelors Degree - 3/01, Major: Business Management
• Job-Related Training
ArcGIS (Geographic Mapping) Software Certified User Course, 40 Hrs, Battelle Corporation,
Fort Shafter, HI, 2004 .
Anti-Terrorism Officer's Course - ATIFP Level II, 40 hrs, United States Army Military Police
School, Ft. Leonard Wood, MS 2003
Intelligence Analysts' Online Tools, 32 hrs, Joint Intelligence Training Activity Pacific, San
Diego, CA, 2002
Criminal Intelligence Analysis Training Course, 40 hrs, The Alpha Group Center, Montclair, CA,
2002
Mobile Collection Managers Course, 40 hrs, Joint Military Intelligence Training Center,
Washington, DC, 2002
Intelligence in Combating Terrorism Course, 80 hrs, US Amy Intelligence Center and School,
Fort Huachuca, AZ, 2002
Pacific Intelligence Analysis Curriculum, 40 Hrs, Joint Intelligence Training Activity Pacific, San
Diego, CA, 2001
US Army Counter-Intelligence Special Agent Course, 6 weeks, US Army Intelligence Center &
School, Fort Huachuca, AZ, 1997
US Army Signals Intelligence Analyst Course, 16 weeks, US Air Force, 3480'h Technical
Training Wing, Goodfellow Air Force Base, TX, 1992
US Army Cambodian Basic Language Course, 47 weeks, Defense Language Institute, Presidio
of Monterey, CA, 1992
Our intelligence analyst-lead service is a strong and visionary leader. Our approach is to have
our senior intelligence analyst lead by doing, coaching, teaching and mentoring. He has a
proven track record for transformational leadership-motivating a team to be efficient and
effective in an emerging and challenging environment.
Summary:
• Formal education: BA in Political Science (application courses in statistical analysis
and research)
• National security work experience: over twenty years in US Army intelligence
• Specialized intelligence analysis training: US Army credentialed Counter-Intelligence
Special Agent; completed advanced intelligence training such as Intelligence in
Combating Terrorism, Strategic Approaches to Counter-Intelligence, Advanced
Applications of Intelligence Techniques, Senior Cryptologic Course at National Security
Agency and Reserve Component National Security Course at the National Defense
University
• Microsoft Office software proficiency over ten years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications
Possess a
i use years
Suite applications hands-on experience with Microsoft Office products in stand-alone and networked
environments; daily proficiency using PowerPoint, Publisher, Binder, AcCess/Excel
and Word for intelligence presentations, studies, analyses, and briefings
• Professional Experience
Battalion Commander [Lieutenant Colonel (LTe), Military Intelligence (MI)], 373'd Military
Intelligence Battalion (US Army Reserve), Tumwater, WA, 8/07 - Present
Led and trained functional teams in the analysis and correlation of single source information into
a timely, synthesized intelligence product to support of Army and Joint Force military decision
makers across the full spectrum of military operations. Directed the research, analysis, and
production of information pertaining to terrorist activities, indications and warnings of regional
conflicts, pOlitical instability and emerging military technologies throughout the Pacific-theater.
Provided guidance and oversight in the production of daily intelligence read files and weekly
update briefings for Senior Military Executives. Planned, prepared and supervised intelligence
support to training exercises in Korea, Japan and Thailand. Formulated training strategies to
test and integrate complex intelligence procedures. Worked extensively with intelligence and
operations planners, systems and networking technicians, and simulations specialists to
develop exercise concepts, design intelligence architectures, and build and test databases.
Deployed and led Intelligence Support Elements during these joint and international exercises.
Coordinated intelligence operations and training with intelligence professionals from Thailand,
Japan, and Korea. Served as an instructorl facilitator for a US Army Pacific Command Subject
Matter Expert Exchange Program with the Royal Thai Army.
Directed regional counter-intelligence and human intelligence activities for a 1,BOO-person task
force with the mission to detect, disrupt and defeat transnational terrorist groups posing an
imminent threat to the US, its allies or their interests. Provided staff supervision of counter-
intelligence operations, investigations, collections and analysis for the task force. Synchronized
all Army, Navy, Air Force and Special Operations counter-intelligence units and activities in an
area equal in size to 50% of the US and including the countries of Djibouti, Eritrea, Sudan,
Kenya, Ethiopia, Somalia, and Yemen. Conducted senior executive-level claSSified and highly
sensitive briefings on terrorist and foreign intelligence collection activities. Planned and
executed the conversion of the task force's local confidential informant registry into a centralized
source operations database, resulting in improved functionality and compatibility within the
CENTCOM Theater of Operations. Routinely liaised with host nation and coalition intelligence
and security professionals, US Embassy country teams, and other US intelligence and law
enforcement agencies including the FBI, CIA, DIA and Defense Human Intelligence Service. His
interpersonal skills and subject matter expertise led to strengthened relationships with
Djiboutian, French and German officials and facilitated an increase in the intelligence
exchanges between the parties.
Counter-Intelligence Officer [MAJ/MI), 502nd Military Intelligence Battalion, Fort Lewis, WA,
1/02 - 5/03
Directed the collection, analysis, processing and dissemination of information derived from
human resources to answer intelligence requirements specifically focused on asymmetric
threats posed by foreign intelligence services, unconventional warfare forces, terrorist
organizations and other extremist groups. Experienced at adapting and utilizing military
intelligence analytical tools methodology and tools to non-traditional military operations such as
combating terrorism. Ensured the fusion of human intelligence with technical intelligence
sources to develop a comprehensive, multi-disciplined intelligence product. Established and
maintained databases on threat capabilities, intentions, and friendly vulnerabilities; prepared
threat estimates for contingency plans and operations; and coordinated analytical support for
major training exercises. Provided technical advice and assistance to commanders on counter-
intelligence and human intelligence capabilities, operations and training. Worked with staff
professionals to integrate counter-intelligence considerations into operations security,
information operations and force protection plans. Commanded a detachment of 39 reservists
providing intelligence in support of the Global War on Terrorism. Planned and executed
specialized training to prepare these soldiers for follow-on deployments to US Central
Command Headquarters, Iraq, Afghanistan and Africa.
Regional Operations Manager, Northwest Protective Services, Inc., Tacoma, WA, 3/98 - 6/02
Directed the collection, analysis, processing and dissemination of information derived from
human resources to answer intelligence requirements specifically focused on asymmetric
threats posed by foreign intelligence services, unconventional warfare forces, terrorist
organizations and other extremist groups. Experienced at adapting and utilizing military
intelligence analytical tools methodology and tools to non-traditional military operations such as
combating terrorism. Ensured the fusion of human intelligence with technical intelligence
sources to develop a comprehensive, multi-disciplined intelligence product. Established and
maintained databases on threat capabilities, intentions, and friendly vulnerabilities; prepared
threat estimates for contingency plans and operations; and coordinated analytical support for
major training exercises. Provided technical advice and assistance to commanders on counter-
. intelligence and human intelligence capabilities, operations and training. Worked with staff
professionals to integrate counter-intelligence considerations into operations security,
information operations and force protection plans. Trained personnel on various intelligence
functions with specific emphasis on analysis and production, counter-intelligence techniques
and procedures, and human intelligence operations.
the institutional instruction by bringing senior intelligence professionals from strategic military
units and national intelligence and law enforcement agencies to present information briefings on
current operations to students and faculty. Expanded the program to include senior executives
from the Defense Intelligence Agency, Central Intelligence Agency, National Security Agency
and the Federal Bureau of Investigation. Managed the US Army Counter-intelligence Badge arid
Credentials Program on behalf of the Department of the Army. Assumed command of the
organization for 60 days.
Commanded 100 counter-intelligence specialists dispersed among seven cities in central and
southern Germany. Supervised the conduct of personal security background investigations,
national security crime investigations, vulnerability assessments, and Qther authorized counter-
intelligence operations. Reorganized personnel and assets to more efficiently handle an
increased investigation workload, resulting in a 50% reduction in pending investigations and
increased support to community security agencies. Recognized by the Defense Investigative
Service and the Commanding Generals of V Corps and US Army Europe for top quality and
quantity of investigations. Provided counter-intelligence support to the protection of US
personnel, organizations and facilities through the collection and reporting of threat information,
and liaison with US and German intelligence and law enforcement agencies. Trained and
deployed personnel to provide counter-intelligence, security and intelligence support to
peacekeeping operations in Turkey and Croatia. Served as an Adjunct Faculty Instructor for
courses at the NATO School and German Army Signal School. As a counter-intelligence
research and analysis specialist, directed the processing, analysis and dissemination of
intelligence and security information pertaining to threats posed to soldiers, family members and
installations by foreign intelligence services, terrorist organizations and extremist groups.
Established and maintained databases on indigenous, transnational and international terrorists
groups operating on the European continent, as well as in the Middle East and North Africa.
Developed comprehensive profiles on terrorist organizations and key personalities to increase
situational understanding of their methods of operation and target selection. Provided threat
assessments to protective details escorting VIPs traveling throughout Germany. Prepared and
presented weekly counter-intelligence and intelligence briefings to Senior Military Executives.
Maintained routine liaison with French, German and Canadian military intelligence agencies.
Served as a primary planner for the US ceremonies commemorating the 50th Anniversary of the
Normandy Invasion. Coordinated the transportation of personnel and equipment to France,
ceremonial support and logistics for five National and countless local French village ceremonies,
and lodging for approximately 2,500 ceremonial participants. Worked closely with military police,
law enforcement agenCies and the US Secret Service on security operations for the national
ceremonies that were attended by foreign heads of state and dignitaries including President
Clinton.
Student [CPT/Mil, US Army Intelligence Center and School, Fort Huachuca, AZ, and US Army
Command and General Staff College, Fort Leavenworth, KS, 7/90 - 6/91
Attended the Military Intelligence Officer Transition Course (MIOTC), the Military Intelligence
Officer Advanced Course (MIOAC), the Counter-intelligence (CI) Officer, the Intelligence in
Combating Terrorism (lCT) Course and the Combined Arms and Services Staff School (CAS3).
The Military Intelligence Officer training curriculum covered subjects necessary to fully
understand military and national Intelligence and Electronic Warfare (lEW) organizations,
systems and operations. As the Honor Graduate for MIOTC and MIOAC, exceeded course
standards by achieving cumulative scores of 99.31 % and 99.35%. The CI Officer Course taught
the basic skills, concepts, principles and techniques required to manage and perform tactical
and strategic CI investigations and operations. Graduated the CI Officer Course with a
cumulative score of 98.46% and was certified by the Department of the Army as a Counter-
intelligence Special Agent. The ICT curriculum covered the skills and knowledge required to
conduct comprehensive terrorist threat assessments. It included detailed information on the
dynamics of terrorism, ideological motivations, terrorism structures and linkages, and terrorist
tactics, goals and strategies. CAS3 is a rigorous staff officer's management training program
designed to improve student's ability to: analyze and solve military problems; interact and
coordinate as a member of a staff; write and brief effectively; and understand Army
organization, operations, and procedures.
52, Intelligence and Security Officer [CPT/Mil, 3rd Battalion, 47th Infantry Regiment, Fort
Lewis, WA, 5/89 - 6/90
Advised the commander on all aspects of intelligence and security. Duties included directing,
supervising and coordinating the planning, collection, analysis, production and dissemination of
all source intelligence; supervising and performing intelligence preparation of the battlefield; and
informing the commander and subordinate units on the enemy situation, their capabilities,
weather and terrain. Trained personnel assigned to the intelligence staff to become superior
analysts. Developed and published intelligence handbooks and created intelligence products.
As the Battalion's Security Manager, had overall responsibility for information systems security,
personnel and information security, physical security, crime prevention, and classified material
control and accountability. Conducted training for and inspections of subordinate units' security
programs. Achieved scores in excess of 90% on every higher-headquarters directed inspections
of intelligence and security programs. Served as the Intelligence Oversight Officer.
• Education
University of South Carolina, Columbia, SC, Bachelor's Degree - 8/85, Major: Political Science
Command and General Staff Officers Course, US Army Command & General Staff College, Fort
Leavenworth, KS,2005
Combined Arms and Services Staff School, US Army Command & General Staff College, Fort
Leavenworth, KS, 1991
. Military Intelligence Officer Transition Course, Military Intelligence Officer Advanced Course, US
Army Counter-intelligence Special Agent Course, US Army Intelligence Center & School, Fort
Huachuca, AZ, 1991
Infantry Officer Basic Course, US Army Infantry Center & School, Fort Benning, GA, 1986
• Job-Related Training
Reserve Component National Security Course, 80 hrs, National Defense University, Fort
McNair, Washington, DC, 2008
Senior Cryptologic Reserve Officers Course, 80 hrs, National Security Agency, Fort Meade, MD,
2008
Intelligence Collection Battle Management Course, 32 hrs, Joint Intelligence Training Activity
Pacific, Fort Lewis, WA, 2005
Theater and National Support to the Combined Joint Task Force CJ2X, 40 hrs, Joint Military
Intelligence Training Center, Fort Lewis, WA, 2004
Reid Technique of Interviewing and Interrogation (Basic & Advanced), 40 hrs, John E. Reid &
Associates, 1999 & 1995 .
Army Operations Security Course, 40 hrs, Deputy Chief of Staff for Operations, Department of
the Army, Fort Huachuca, AZ., 1997, 1996 (40 hours)
Joint Military Planners Course, 40 hrs, Director of Operations, Joint Staff, Washington, DC,
1996
Army Military Planners Course, 40 hrs, Director of Operations, Army Staff, Washington, DC,
1996
Supervisor Development Course, 40 hrs, Army Training Support Center, Fort Eustis, VA, 1996
Joint Counter-intelligence Staff Officers Course, 40 hrs, Defense Intelligence Agency, Fort
Lewis, WA, 1995
Company Commander's Course, 80 hrs, 7th Army Training Command, Vii seck, GE, 1992
Intelligence in Combating Terrorism, 80 hrs, US Amy Intelligence Center and School,· Fort
Huachuca,AZ.,1991
US Army Counter-intelligence Special Agent Course, 8 weeks, US Army Intelligence Center &
School, Fort Huachuca, AZ., 1991
3.3 - References
Operational Applications Incorporated grants permission to WSP to contact each and every
listed reference.
Address
Telephone Number
NA
Fax Number
Email
Sergeant Green was my direct supervisor during my three years as an intelligence analyst in the
Type service provided King County Regional Intelligence Group
Don Perrson (Renton City Councilman); retired Deputy Chief, Renton Police Department
Name .
425-271-6935
Telephane Number
NA
Fax Number
dpersson@ci.renton.wa.us
Email
Supported Don Perrson as a police commander; I supervised over 100 full-time personnel;
Type service provided conducted employee training, workflow coordination, scheduling, evaluation and discipline
425-430-6500
Telephone Number
NA
Fax Number
dlaw@ci.renton.wa.us
Email
Supported Denis Law on city, community and Rotary projects
Type service provided
256-876-1662
Telephone Number
NA
Fax Number
todd.obradovich@us.anny.mif
Email
Peliorrned as company commander under COL O'Sradovich's battalion command
Type service provided
802-485-2491
Telephone Number
NA
Fax Number
steve.carney@us.arrny.mil
Email
Performed as the brigade personnel and administrative officer under COL Carney during
Type service provided deployment to Iraq
NA
Telepho~e Number
NA
Fax Number
joseph.mcneill@us.anny.mil
Email
Perfonned as the brigade personnel and administrative officer under COL McNeill during
Type service provided garrison command in Texas and during brigade deployment to Iraq
818-285-9383
Telephone Number
Fax Number
NA
Email
Co-worker with Ron Compton in both Guantanamo Bay Cuba and Iraq. He was an analyst on
the Gulf States regional team within the Interrogation Control Element (ICE), while I was on the
Type service provided
North Africa/Europe regional team
360-269-4251
Telephone Number
Fax Number
NA
Email
Mentor since I was a private; we both deployed to Korea in 2004 and to Guantanamo Bay
Type service provided
Company A
373 Military Intelligence Battalion
Address
Tumwater, Washington 98511
360-786-0771
Telephone Number
NA
Fax Number
david.schoonmaker@usar.anny.mil
Email
I am assigned to Company A, 373 MI Battalion and SFC Schoonmaker is the company First
Sergeant; he is the unit senior Non-Commissioned Officer and I support him as one of the
Type service provided
company's Non-Commissioned Officers
913-240-9096
Telephone Number
NA
Fax Number
jon.clausen@us.anny.mil
Email
MAJ Clausen depended upon me for timely intelligence products, thorough analysis, and my
ability to identify and fill infonnation gaps before pushing products and information on to others.
Type service provided MAJ Clausen relied on my team to convey intelligence to him and the brigade command group
while they were operating in and around Iraq
202-286-7864
Telephone Number
NA
Fax Number
michael.g.edwards@us.army.mil
Email
Major Edwards served as the Brigade S2X: the counterintelligence hub of the Stryker Brigade.
He often utilized many of my intelligence products, requested analysis to corroborate HUMINT
Type service provided
r~porting, and observed my work ethic in a real world environment
224-944-9556
Telephone Number
NA
Fax Number
robert.h.flores@us.anny.mil
Email
As my direct supervisor during my deployment in support of Operation Iraqi Freedom 2006 -
2007, Sergeant Robert Flores observed my professional perfonnance, attitude, and leadership
Type service provided abilities in an operational environment. SGT Flores relied on me to relay accurate, complete,
and timely intelligence products to intelligence professionals and commanders at the brigade
level; higher, adjacent, and subordinate commands
Colonel Gary Royster, US Anny retired; Deputy Director of Intelligence, Joint Inter-Agency Task
.Name Force West
JIATF/lntelligence
USPACOM
Address Camp HM Smith, Hawaii 96861
808-477-9861
Telephone Number
NA
Fax Number
gary.royster@us.army.mil
Email
COL Royster was my senior supervisor while working in the USARPAC G-2 as the JTTF-P
Type service provided liaison and can attest to my diligence, analytical and briefing skills, and overall job performance
Lieutenant Colonel Gary Smith, US Army retired; Intelligence Analyst, South Sound Regional
Name Intelligence Group, Tacoma Police DepartmentfPierce County Sheriffs D~partment
253-594-7964
Telephone Number
NA
Fax Number
gary.smith@cLtacoma.wa.us
Email
LTC Smith was my immediate supervisor while working in the USARPAC G-2 as the JITF-P
Type service provided
liaison and can attest to my liaison, analytical and briefing skills, and overall job performance
206-786-5461
Telephone Number
NA
Fax Number
Email
First Sergeant Whippo is my senior leader in my current US Army Reserve unit (37311J MI BN, B
Type service provided Co.) and .can attest to my leadership, training skills and general professionalism
703-806-5043
Telephone Number
Fax Number
NA
leslie.purser@us.army.mil
Email
I serve as a commander under Brigadier General Purser and am responsible for providing multi-
discipline intelligence and counterintelligence support for contingency operations worldwide.
Type service provided Responsible for the management, training, and readiness of 290 authorized personnel and
millions of dollars in organizational equipment
Lieutenant C%nel Roger Fortier, US Army retired; fonner Chief G2 Plans, First Corps, Fort
Name Lewis
.. 8703 109th ST CT SW
Address Lakewood, Washington 98498
253-686-1322
Telephone Number
Fax Number
NA
roger.fortier@us.army.mil
Email
I supported LTC Fortier by directing the research, analysis, and production of information
pertaining to terrorist aC?tivities, indications and warnings of regional conflicts, political instability
and emerging military technologies throughout the Pacific-theater. Provided guidance and
Type service provided oversight in the production of daily intelligence read files and weekly update briefings for Senior
Military Executives. Planned, prepared and supervised intelligence support to training exercises
in Korea, Japan and Thailand. Formulated training strategies to test and integrate complex
intelligence procedures
Colonel Harvey Crockett, US Army retired; former G2, First Corps, Fort Lewis
Name
Elk Grove, California 95758
Address
916-600-9467
Telephone Number
Fax Nurnber
NA
harvey.crockett@us.army.mil
Email
I supported COL Crockett as the Senior Intelligence Research and Analysis Specialist for the
Corps Intelligence Directorate during several multi-agency and multi-national intelligence
operations in Korea and Japan. Led and trained functional teams in the analysis and correlation
Type service provided of Single source infonnation into a timely, synthesized intelligence product to support of senior
military decision makers. Developed professional and personal relationships with foreign
military officers to foster to enhance bi-lateral partnerships and increase security cooperation
QUOTATION
Operational Applications submits hourly rate quotations as including all costs associated with
providing services, including team member salaries and benefits, industrial insurance and
applicable federal, state and local taxes.
Out year hourly rate increases is based on Amendment 1 to RFQQ No. C090433PSC dated
October 31, 2008. This amendment allows up to a 5% annual increase. Operational
Applications proposes an under 5% average increase for each federal fiscal year starting
October 1, 2009.
Operational Applications understands WSP will reimburse for a maximum one hundred seventy-
three (173) hours per month for each team member providing services under contract resulting
from this RFQQ.Further, Operational Applications acknowledges provisions for worksite, office
supplies, personal computer and communications shall be provided to the team members and
any such goods and/or services obtained, developed and/or provided shall remain the property
ofWSP.
Operational Applications understands when team member services are required by WSP at
locations other than the worksite, WSP will reimburse for authorized lodging, subsistence and
business vehicle mileage costs at current State of Washington approved reimbursement rates.
These rates are published in the State Accounting and Administrative Manual (SAAM) available
at the Office of Financial Management's SAAM website:
(www.ofm.wa.gov/policy/saamintro.htm).
I <luthorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
Other names YOU have been know by, including prior marriage(s) or nickname(s)
~~~I~ic~a~nt~S~~~alna~t~ur~e~______________________~D~a~te~_____________________ !
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the-Washington State Patrol in determiningmy qualifications.
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
dVC,-
licant Name First, Middle, Last
Address State Zi
Date of Birth
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed. my medical records. my psychological testing analysiS and recommendation. my military
service records. and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5. United States Code. Section 552a (The Privacy Act of
1974). and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization. and others from any liability or damage which may
result from furnishing the information requested.
Other names
Address Zi Code
I
! f//, ' . ,((
I c.~, 1 f~ 1-L lk"'~'V Jr '
~A~P~~li~c~~t~S~i~n~~~u~re~·______~______________~D~a~t~e_____________________J
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested .
Other names
Address
Date
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in tletermining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
Cit
Date of Birth
i I "\00 D~
I Applicant Signature Date
I authoriz:e you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status .. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
--2-;';'- ~
...-"
~~L~h~,. , ..
....-:. .. ---- /i -.1--;;: .~ ",.-.::;; // J v (: v fi ,,("--/ l-sf:.",-' ;JIfJ 0",\> I
ADDIicant STclnature Date
I,1~~~~~;;i~~~~~g~'CE
FOLLOWS
ANALYST - 3YRS 6 MOS//
1
1~~ii~l9 , 200S//INTELLIGENCE ANALYST
2004//MOBILER WARNING
COURSE, 1 WEEK, 200S//SECURITY
FOLLOWS 'S ORIENTATION COURSE, 1 WEEK, 2005//
I FOLLOWS
I
I
I
I (Include upgrades)
! DUTY
I! 5-16
[YYYYMMDD}
Washington State Patrol 6/12/20094:25:06 PM
Budget and Fiscal Services
Contracts Database
Amendment ~
Amd Amount 1i-~$5:':3"'2~,0:;:00;:-
Amd Status ICompleted
Date document)lvas sent to:
Word Processing
Attorney General
Bureau Cdr IOC
BFS Notification 10/21/2008
BFS Review 11712009
Chiefs Office 1/8/2009
Transmittal Letter 1/14/2009
Mailed to Other Part 12/16/2008.
Received Back 117/2009
Distributed 1/14/2009
Amendment
AmdAmount $0
Personal Service Contract Risk Assesment
Page 1 of 4
CONTRACTOR NAME
WSP Project Manager
Has the WSP Project Mana ger
completed contract training?
'is} Ves DNo
A. PRE-CONTRACT PLANNING
1. Description of Services:
b9 nA es;c('.Im\ j",\-QI\;SQ"lC'e.
Decision I Comments
Funding
Funding source (account cod in!]) and Amount COl nlJ!- OOd-.'J1 Lt)~\.R:
Has an authorized manager approved the
expenditure? J:8.Ves 0 No
Type of appropriation (federal. state, other)
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties List System been i'jg Ves 0 No
checked?
Public Resources
How have you assessed if other public resources are
available for this work? l,Ds(l '+ U)I'I.sre., f() ()~. 0 1, i. 61e
• Agency resources E$Ves 0 No '-'
Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintained.
CoNka
'";L<-\ c± -£ \9
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
\')1 Pt
Do you have proof of advertisement (tear sheet and affidavit)? 1:81 Yes D No
5. Does the contractor require accreditation and licensure? DYes !;)g No
If yes, have you received proof from contractor? DYes D No (\) \ '"
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is dynamic and
should be updated periodically throughout the term of the contract. Not required on contracts less
than $5,000.
Score on a scale of 1 - 5, with 1 representing the lowest risk.
If factor is not applicable, risk point =O. Unknown, risk point = 5.
1-2 = Low Risk 3= Medium Risk 4-5 = High Risk
Personal Service Contract Risk Assesment
Page 3 of4
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= Lower Risk; Yes = Higher Risk .:J
Contract dollar amount
$5,000 to <$25,000 = Low Risk
>$25,000 to <$100,000 = Medium Risk
>$100,000 = High Risk If!
Complexity of services .3
Payment method (how complex is it?) What method(s) did you use? What
experience do you have with the method(s)?
o Cost Reimbursement (Budget) (score 3-5)
o Time and materials (Hourly) (score 3-5)
o Fixed Price (score 1-3))
o Performance Based (valuation of deliverables) (score 1-3) _\
Procurement method:
o Competitive (score 1 to 3)
o Sole Source (score 3 to 5) \
2. Contractor Risk
Risk
Risk Factor Points
Size and source of fundinQ d.
Length of time in business '-f
Experience and past performance I
Accreditation and licensure (Is contractor subject to either and if so, do you have
proof?) I
Financial health and practices (is contractor's financial condition Qood or poor?) "-
Board of Directors (for Non-profits only - do they take an active role in the
organization?) -
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?) -
Organizational changes (is organization stable or does it have frequent turnover?) -
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentralized functions?) \
Legal actions (has there been any for the last 12 months? - if so, what?) \
Background of individuals (do you have resumes?) I
1. Were contract and contractor risks assessed prior to entering into a contract?
tiQ Yes 0 No
2. Does the risk assessment form the basis of the monito ring plan?
@Yes 0 No
Personal Service Contract Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
DYes 0 No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A133 audits)? \\."\11\..
What, if any, audit coverage is necessary to
assure appropriate spendinQ of state funds? .101 f.\..
Was a risk assessment completed to determine
whether an audit was needed? NJflr
Is corrective action necessary? Were
questioned costs resolved? "i\.' IA.
Are audit findinQs, if any, resolved? Jv 'r-,.
ISSUE COMMENT
Any activities need follow-up?
All invoices have been received and paid?
Follow-up on audit findings needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
> Exact Name and SSNITIN Exact Name: Evans, William Eugene ::> Acronyms
SSNITIN ::> Privacy Act Provisions
> MyEPLS
As of 23·Dec·2008 7:10 PM EST > News
::> Recent Updates
Save to MyEPlS
View Cause and Treatment Cede Reports
Descriptions Your search returned no results.
L-:--~-----,III
> Reciprocal Codes > Advanced Reports
> Procurement Codes Back New Search Printer-Friendly
> Recent Updates
::> Nonprocurement Codes > Dashboard
> Administration
> Email: ~Dort@eRjlLQ9'y
> Upload Login
§'ill iscoll1 m~r:t~?@.f,l.Rls ,QOV
https:llwww.epls.gov/epls/search.do 12/23/2008
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Friday, January 02, 2009 8:34 AM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 12/29/2008.
This e-mail is being sent because you were identified as the person to be contacted after a decision was made by OFM on
this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 39067-00
Agency: 225
Agency Contract #: C090433PSC
Filed Date: 12/29/2008
Start Date: 111/2009
Filed By: Cindy Haider
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist with filing an amendment to the
contract in the PSCD system. If you have any questions or concerns about this filing, please contact OFM at
ofm.contracting@ofm.wa.gov or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Washington State> Office of Financial Management> PSCD Page 1 of2
PSCD Filing
OfFICE OF FINANCIAL I'vlANAGfMENT
Personal Service Contracts Database
>Logout
Filing ~ummary Qrjgina! FHinQ.Summarv FilinQ Justification Original Filing Justification Correspondence t\ttact.Lment~
Legend
Qun-stlon: Sl.atm; ~;
In Process ~ Being
q, '1 q i:W,;,'t-','" ~~) 11"1,,' qJ ,",<)" ,'i'-':'iC,' ~'~:~~:; !h~ ~,v/\ j(\C ('P: "C
Analyzed
1';l(~Ht'~b\(:;" (,\i;;"r t!,' :,qpp::- "'2; ~'IJu~tS of' if'.!;' Jf.\,~ f( ;,'1" ",;",,('1
In Process - Request
OJ
k;:'!'Ui.s.'ii?
Further Info
~ Created Correspondence
AfJsw~,r'
'-! t'F.
F!r:'l·'1f';lll M~"f1JlD2rr"{~rit
~·_u,,,!.!"y,'·'0.-,!/,
FiIiJJ9.....!iummary OriQina! FilinQ Summary Filing Justification Original Filing Justification Correspondence Attachments
Ofhe:,
Legend / ......
QU'0stiDn' Status f::;:.~1
In Process ~ Being
Q, i'i),'-' 210 (:Cdio . ';:':'i) ,or.-,' f:' T;,,:~ a1'-;,m,' :11(:111 '-t~L",; 1f;(;~, :~;;_; ;- >-;,' "~I' :'!:;
Analyzed
{:Otl<,/) Ii ~.\[~:~n --"',;;,q(; eSCD tGI you
In Process - Request
OJ Further Info
~. Responded Question
/\nswz','
..::J
Filinq Summary Q.riQinal Filing Summary Filing Justification Original Filing Justification Correspondence Attachments
Q,
R(;8~j;O:~jU;
~)l>
Legend f"
f')dl,:(I'il{\"I'
:;:: j;.\it;~" ~I
In Process - 8eing
Q, P', :',('0,:(",'" ;':p\, ",'. , t;!)J :> r: (;f <, 'l:CJ')' ',"·f;,; < ~"';';l'
Analyzed
S. ~-"::(' ',~f(:'re cr,,:, "'«", - ('I' ;"tC'i:f) ':l:~(~~\l y;c" ',0:'(;, ,:i,l:;
Further Info '//'8t r'1L, lid ~\;'.:~!~ ~) -;;i; :!Giio;i (;; JU2G'U ;;r: :!';:Y' "'t:;~, ;It;;< -, ,1
21 New Comment
An;','.-}'" Date: av'
IIJiI Saved Question
)1,<,~\",~~r:
':'l!f) Ct;"" ;---':'S h~'nt') 'J)2:':F<i tl') !pfiect r.:<:"lF<2:! vsleau ci' S:2tf,
.::J
M:<lI1(lgt~ft1Mt
~:''';''_o1 i{<"_\~"",,,-
PSCD Filing
OffICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Queues Admin Search
>Logout
Filing_~mmary Original Filing Summary Filina Justification Oriainal Finna Justification Correspondence Attachments
Q,
f~e9;~rdin~1_
,';lh,;'
Legend <:::-.
(JUf:$tkill: StrAus "-~I
In Process - Being
Q, 1) <':\!{.> '\'\:(;1 ,'(J'·,'r ,;,<:(;$ :,,;:, r;c ,,::;,,~,/i( "-'S -),; .,~';,< :~ :;" 'j)'
Analyzed
':'<',i" 'I; 1)1,' '-fR" ::c", ','" (,-;ne,-,,1" 'elk:'-" ';~<I" '''\;" "" c,_""". ,';C'
~ Created Correspondence
:~:
8 New Comment
~ Saved Question
A'~"\fl.<'('
C(j';-t~C~
"
Offict:l or
Fln;!!d'lf.':r'll M3Mg",,_r'nSt.!
~:'Hl~ '" ".it1,\,\",;l,'"
flll~lLl11ma!y Qriqinal Filing Summary B!lng, Justification Oriqinal FilinQ Justification Correspondence Attachments
0. Regnrdinq
Legend
QIJ(;5tion: Status t:~
In Process Being
v
0. Analyzed
1;, L"-; ;'-:it;'.') ,,(1 '·iP!'lFr:.d~"i\: ((:1 th;s .~m,tr::1G: r":~8.rd;n;:1 lhe G'.)VCCn(J':'; ftl>':/( !i>f;,-'!i;~i':
:~i,' d<,-,'j~:~,: p '>.-':::1(-' -~IJri-CC';''(; :n-;o~rna~ ~Y' Hie Ci:i'!~ ,~'~< 1[;
In Process - Request "fD n::rI(~n1 .. i;'!!I)i ,~Y' ;'r(v("'t;:y, pr()g,am tk(\~, 'J' "'f; \!,:h,-'
OJ
:~"!;-,, !"~"n
Further Info t".) l'L;(' );')(' ~~(" V-JSP ~; ;~~:0T-1CLi~+ :;1{ 1i ' i";:.';' '
:-,c!i '/"1:"
~
}<>',\'
Created Correspondence
"
·;12te"':,<[1'i
g! New Question
Ie;>;;:,;, ,i! !;~" ;("'!:: 1: )'" ';'1('
(;:mjy
http://contracts,ofm,wa,gov/PSCO/Correspondence/Modif)rQuestion,aspx?menuSelect=mnuVProc&subMenuSelect=mnuVPC.,. 12/31/2008
Washington State> Office of Financial Management> PSCD Page 2 of2
ponf:,Wi3r~
'i:;. ('<\n<·,y{)v
Yr~~, h "(/;':::'1 ;
..=J
..:J
Of/iCB-c,j
FI!)anCral Mal'liriNrn ..jr:l
$,,',(t ,,~Wwlj~''1lil'' "
1. Purpose
The Washington State Fusion Center (WSFC) is in the process of hiring a total of six intelligence analysts (1
Lead Analyst and 5 Intelligence Analysts). The Lead Analyst position has already been approved. These are
contractor positions. Background investigations will be required due to the nature and sensitivity of
information available to analysts.
Contractors will be paid with funds from the Department of Homeland Security's State Homeland Security
Gran!. One million dollars has been allotted to fund these positions.
The project provides a critical component (intelligence analysts) to Washington State's Statewide
Integrated Intelligence System Plan (SWIIS). The spirit and intent of the SWIIS is to protect the citizens of
Washington State by providing an intelligence capability focused on terrorism prevention.
No.
Federal funds are available to fund the hiring of these contractors. An investment justification submitted to
the Department of Homeland Security specifies that these funds will be used to fund intelligence analysts.
• Meet a mission-critical information technology requirement without which a system can fail, a project will
encounter costly delays, or key deadlines are missed and penalties are incurred?
The WSFC enhancement project is dependent upon the acquisition of intelligence analysts and
continuation of the contracting process including background investigations on successful proposers.
If not approved, the WSP will not be able to successfully secure the services of the above-described
proposers and will not be in compliance with the WSP's own contractor proposal requirements.
12/29/2008
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, December 29, 20084:28 PM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 12/29/20084:28:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C090433PSC
Filed Date: 12/29/20084:28:00 PM
Start Date: 1/1/2009 Filed By: Cindy Haider
Please retain the Contract Reference Number listed above for any questions during processing and to access the filing in
the PSCD system prior to OFM decision. After decision has been made use the OFM Filing Number to access data in
PSCD. If you have any questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
Filed Date Start Date End Date
12/29/2008 01/01/2009 09/30/2012
Contacts
None Identified
Filing Justification
Specific Problem or Need
Identify and fully describe the specific problem, requirement or need which the contract is intended to
address and which makes the services necessary.
The Washington Joint Analytical Center (WAJAC) is housed at the Seattle Field Office of the Federal Bureau
of Investigations (FBI). WAJAC builds on existing intelligence efforts by local, regional, and federal agencies
by organizing and disseminating threat information and other intelligence efforts to law enforcement agencies,
first responders, and key decision makers throughout the state, allowing real-time, accurate, Mo-way flow of
intelligence information. WAJAC participating agencies includes the FBI; US Immigration and Customs
Enforcement; the Washington National Guard; the Washington State Patrol; and several local law
enforcement agencies.
Describe how the agency determined the services are critical or essential to agency responsibilities
or operations and/or whether the services are mandated or authorized by the Washington State
Legislature.
The services provided through this contract are essential for the implementation of the Washington State
Homeland Security Strategic Plan as published by the Washington State Military Department for the State of
Washington and approved by the Governo~s office. The contract is funded through federal law Enforcment
Terrorism Prevention Program through the Military Department from the U.S. Department of Homeland
Security. An investment justification submitted specifies that these funds will be used to fund intelligence
analysts.
Other Public Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available
WITHIN YOUR AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL,
STATE OR FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the
service more efficiently or more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Competitive SoliCitation Process
Advertisement Information
Solicitation Notification
Number of Solicited Documents: 6
Evaluation
Explain the basis on which the contractor was selected. Do not simply list the evaluation criteria or
the scores, but rather explain your analysis of why the contractor scored well in the evaluation
process or what differentiated this contractor from others.
The Contractor was initially selected for an interview based on the strength of their education, training,
leadership, work experience and proposed hourly rate. Final selection was based on the consensus of panel
members from the WAJAC as well as a written assignment.
Names of Firms Responding With Proposals.
NeMork Transport Engineering Intelligence Acumen Operational Applications
Describe the evaluation process (e.g., evaluation committees scored the responses, selection
committee made the award decision, etc).
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence
Unit and Washington Joint Analytical Center to score vendor education, training, leadership and work
experience. Cost points were awarded based on the proposed hourly rate versus the lowest hourly rate
proposed for all vendors. The highest scorers from the evaluation were interviewed by WSP and local
jurisdictions participating in the regional intelligence centers and the WAJAC where the proposed consultant
team member would work. The final selection was based on the outcome of these interviews and written
assignment.
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
The hourly rate is comparable to other contractors submitting proposals for these services.
Attachments
LeadAnalysto90433.doc - 153088kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofm.wa.gov/PSCD/filing/PrintFilingSummary.aspx?menuSelect=mnuVPr... 12/29/2008
Proposal to WSP RFQQ No. C090433PSC Exhibit B
. Has previously served as an intelligence analyst for a minimum of two (2) years either in
a Federal intelligence agency, the military, or State and/or local law enforcement
intelligence unit; or, has a Bachelor's degree or higher college degree in criminal justice,
law enforcement, statistical analysis or a related field that substitutes for the work
.experience requirement; and
@ For Criminal Intelligence Analyst - Lead Services, the proposal clearly demonstrates
that any proposed Consultant Team Member: .
@ For Criminal Intelligence Analyst Services the hourly reimbursement rate for proposed
Consultant Team Members does not exceed $50.00.
@ For Criminal Intelligence Analyst - Lead Services the hourly reimbursement rate for
proposed Consultant Team Member does not exceed $60.00.
@ The proposal contains a Waiver and Authorization to Release Information form for every
Consultant Team Member proposed for work. The form is signed by each respective
proposed Consultant Team Member.
@ Proposal provided 90 days of acceptance of its terms from the due date of proposals.
PROJECT TITLE:
Criminal Intelligence Analyst Services
RECEIVED
NUV 14 (oOB
BUDGET & FiSCA.l
!ilISp
Proposal to WSP RFQQ No. C090433PSC
Table of Contents
Section Page
Table of Contents... ...... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...... ... ... ... ... ... ... ... ... 2
2.0 - Certifications and Assurances (Exhibit A to RFQQ)... ... ... ... ... ... ... ...... ... ... ... ... ... ... 5
3.3 - References ............... ,.. ... ... ... ... ... ... ... ...... ...... ... ... ... ......... ... ... ... ... ... ... .... 34
3.4 - Related Information... ... ... ...... ... ... ... ......... ... ... ......... ...... ...... ...... ... ............. 40
LETTER OF SUBMITTAL
5J ~ -lliIl;£!&t-/I{ I~~r
LETTER OF SUBMITTAL
1.1 - Attachment
Signature . ;/"IMU~--
~ t8 --i!ZtJI>/Zt~ IJ/ilj&!
1. IIwe declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However,
IIwe may freely join with other persons or organizations for the purpose of presenting a single
proposal.
3. The attached proposal is a firm offer for a period of 90 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of
certainty in key terms) at any time within the 90-day period.
4. In preparing this proposal, IIwe have not been assisted by any current or former employee of the
state of Washington whose duties relate (or did relate) to this proposal or prospective contract,
and who was assisting in other than his or her Official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document.)
5. IIwe understand that WSP will not reimburse me/us for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and IIwe claim no proprietary right to
the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her
prior to opening, directly or indirectly to any other Proposer orto any competitor.
7. IIwe agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. If there are
any exceptions to these terms, IIwe have described those exceptions in detail on a page attached
to this document.
8. No attempt has been made or will be made by the Proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition.
9. IIwe certify that neither the Proposer nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participating in any
contract resulting from this procurement by any federal department or agency. Further, if
awarded a contract the Proposer agrees not to enter into any arrangements or other contracts
with any party that is on the "General Service Administration List of Parties Excluded from
Federal Procurement or Non-procurement Programs" which can be found at www.epls.gov.
Signature of Proposer
RESPONSE TO QUESTIONNAIRE
Our team members possess special qualifications, unique personal attributes and measurable
knowledge, skills and abilities required to succeed in supporting intelligence efforts by local,
regional and federal agencies. Our team-based approach integrates individual skills, training
and experiences into a high performing, mature and cohesive work unit focused on common
. goals: collaborate, cooperate, communicate and achieve. Our team-based approach benefits
Washington State by building a stronger workplace community ready to initiate professional
criminal intelligence analytical service and support at the start of contract work beginning day
one.
All of the Operational Applications intelligence analysts meet, and with most of the
requirements, exceed the minimal standards established by the RFQQ. A further enhancement
of our team-based approach is our demonstrative work history, training and experience
surpassing the Department of Justice Minimum Criminal Intelligence Training Standards
Findings and Recommendations dated October 2007. For example, our proposed team
cumulatively consists of:
Summary:
• Formal education: Master in Public Administration and MBA; BA in Political Science
(application courses in statistical analysis and research) .
• National security work experience: three years as a King County regional intelligence
analyst supporting the Washington Joint Analytical Center
• Specialized intelligence analysis training: two years as adjunct instructor for
Washington Association of Sheriffs and Police Chiefs basic intelligence course (Role of
Intelligence Analyst); completed WASPC basic intelligence course, Foundations of
Intelligence Analysis Training and Drug Intelligence Analysis in 2006
• Microsoft Office software proficiency over fifteen years daily proficiency in
substance, organization, style and correctness in all forms of written communication
developed through Microsoft Office suite applications
Be able to obtain a federal Top Secret level MEETS Requirement. Possesses a current De~artment of Justice Top Secret
security cle~rance level security clearance .
• Professional Experience
Performed as one of three intelligence analysts supporting the Washington Joint Analytical
Center's Regional Intelligence Group 6. Responsible for infusing an all crimes approach with
emerging analytical processes to determine potential links and connections to terrorism,
organized crime and all other criminal acts. Collected information, synthesized relevant data
and established situational evidence into potential criminal investigative facts in order to
determine trends and provide intelligence feedback.
Performed as an Investigator for a Seattle-based attorney's firm. This firm focused on trial and
appellate work, dispute resolution, and counsel and advice in both civil and white-collar criminal
cases. As an Investigator, worked on illegal satellite piracy for DircTV, utilizing the Digital.
Millennium Act. Also worked on the illegal downloading and file sharing of copyrighted music for
the Recording Industry Association of America (RIAA) under the Federal Copyright Act.
Police Commander, City of Renton Police Department, Patrol Services Division, 1995-2000
Performed as a Division Commander responsible for coordinating and providing all aspects of
training for the police department. Commanded the department's crime prevention program that
provided numerous community outreach programs. Commanded the Drug Abuse Resistance
Education (DARE) and Gang Resistance Education. and Training (GREAT) programs. this
required a close working relationship with all educators and school administrators alike. These
programs provided drug and gang training to thousands of school children. Supervised all
recruitment for the agency and provided all background investigations on new police
candidates. Provided research and development on new equipment and technologies.
Directed a volunteer staff of over 50 personnel. .
Performed as a Division Commander responsible for First Watch, Second Watch and Third
Watch patrol shifts, directing over 60 uniformed officers. Commandedlhe K-9 Units as well as
the Bicycle Patrol Unit. Served as an Administrative Member on the Renton Police Department
Review Board. Participated in the oversight and review of all officer-involved shootings, motor
. vehicle accidents and other problematic officer-involved incidents.
Acting Deputy Chief, City of Renton Police Department, Support Services Bureau, 1992-1993
Performed as a Division Commander responsible for Jail, Inmate Health and Welfare, Weapons
Permits, Fingerprints and Evidence. Commanded a jail that provided over 30 outside agency
contracts for jail services. This included federal, state, tribal and local agencies. Responsible
for providing and processing all weapon permit requests as well as providing background
investigations on weapon pennit applicants. Provided fingerprint processing on all bookings
and arrests as well as all school teachers within the district as required by law and all other
license applicants such as masseuses. Responsible for the evidence collection and processing
of all crime scenes.
• Education
Bachelor of Arts - Political Science, University of Puget Sound, Tacoma, WA, 1979
• Job-Related Training
Washington State Criminal Justice Training Commission, Executive Level Certificate, Seattle,
WA,1995
Summary:
.• Formal education: BS in Spanish/German with minor in environmental engineering;
slated to complete BS in Information TechnologyNisual Communication spring 2009
• National security work experience: over ten years in US Army intelligence
• Specialized intelligence analysis training: graduate of US Army military intelligence
officer basic course; selected to perform as an observer/controller in US Army Europe
training center responsible for coaching, teaching and mentoring junior and senior
intelligence officers in all aspects of intelligence operations
• Microsoft Office software proficiency over ten years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications--considered expert/power-user; proficient in
MS Visio and Project; skilled in HTML and Javascript; and able to program in Java and
C+
Be able to obtain a federal Top Secret level MEETS Requirement. Possesses current Defense Department Top
security clearance Secret/Special Background Investigation-level security clearance
.
Resume: Sara Lacy is an innovative thinker and a professional intelligence analyst with over
ten years experience including wartime intelligence operations. She has performed as a
national level intelligence analyst responsible for producing country studies and other strategic
intelligence reports, as an operational level intelligence analyst responsible for finding,
identifying and locating hostile military air attack sites in northern Iraq, and as a tactical level
intelligence analyst in Korea responsible for analyzing problematic indications and warning
associated with ongoing US Forces peacekeeping operations on the Korean peninsula. Her
background supports critical work requirements for assessing information needs, identifying
analysis techniques, identifying risks, evaluating alternative solutions, identifying information
. gaps and establishing work priorities. Her wartime service contributes significant intelligence
experience in writing, collating and disseminating analytical reports, daily briefs and periodic
assessments.
• Professional Experience
Company Commander [Captain (CPT), Military Intelligence (MI)]. 34S'h MI Battalion, Military
Intelligence Reserve Command,Jasper, AL, 2107-3/08
Commanded the Theater Ground Intelligence Center (TGIC) support company. Responsible for
providing two combat-ready multi-discipline intelligence fusion teams which supported wartime
operations in Afghanistan and Iraq. The TGIC fusion teams are responsible for maintaining
situational awareness and situational understanding on emerging conditions existing within
assigned countries of studies in our region. We developed and maintained intelligence
preparation of the battlefield products, analytical assessments, and developed indications and
warning. Further, a major fusion team responsibility was to find and screen data potentially
indicating the presence or activities of terrorist groups that may have been operating in our
assigned region.
Intelligence Staff Officer [CPTlMI], 345th MI Battalion, Military Intelligence Reserve Command,
Fort Gordon, GA, 7/06-2/07
As the Intelligence Officer, responsible for ensuring personnel security and physical security of
classified documents within the battalion's area of responsibility. As part of ensuring personnel
security my team conducted preliminary investigations for personnel requesting security .
clearances, as well as starting the process for periodic reviews for personnel already in
possession of a valid security clearance. My team provided oversight for the maintenance oftwo
different locations secured for use with processing, transmitting and storing Secret classified
information. I conducted regular inspections to ensure that the storage facilities conformed to
published regulations and reported monthly on the status of all classified documents and
systems in these two facilities. Provided oversight for two subordinate units that maintained
Secret classified document storage safes outside of these facilities and ensured that their
procedures and storage equipment also conform.ed to published regulations.
Intelligence Staff Officer [CPTlMI], 504th MI Brigade, Fort Hood, TX, 1/03-4/05
As an Intelligence Officer, served in Iraq from January to December 2004. Responsible for daily
reporting of personnel accountability for more than 2000 Soldiers and civilians stationed in
numerous cities, operating bases and enclaves positioned throughout Iraq. Coordinated the
Rest and Relaxation (R&R) program for the entire Brigade, ensuring that no unit fell below 90%
strength. Responsible for all casualty reporting within the Brigade. This report included all
Soldiers listed as Wounded In Action (WIA), Killed in Action (KIA) and Missing in Action (MIA).
My team tracked the movement of Soldiers and/or remains until final destination in the US.
Intelligence Staff Officer [CPT/MI], 4th Brigade, 1st Infantry Division, Ansbach, Germany 9/01-
12/02
Two days before 9/11, I assumed staff duties as the senior intelligence officer in the brigade
with responsibility for keeping the commanders and senior officers informed on emerging
events, indications and warning and potential applications to our mission readiness. As the
senior brigade intelligence officer, performed as the commander's representative during the
. Force Protection Working Group meetings. These meetings, developed in. the days following
9/11, focused on force protection measures for th~ee US military installations located in
Germany. These installations housed US military forces and family members as well as serving
as the garrison command locations for divisional units. Responsible for establishing the force
protection plans for these installations, for determining physical security guard rotations and for
standardizing operating procedures for guard forces at five different locations in the German
community. Additionally responsible for coaching, teaching and mentoring other intelligence
officers in the intelligence process and cycle with special emphasis on intelligence production
and dissemination focused on Anmy aviation operations during assignment as an
observer/controller at the largest combat maneuver training center in Genmany.
Intelligence Staff Officer [CPTlMI], Iraqi Ground Forces Order of Battle Section, Operation
Northern Watch 3/01-7/01 and 4/02-5/02
Responsible for tracking Iraqi Ground Forces, analyzing the placement and movement of units,
providing input to the collection manager to facilitate the use of Tactical Reconnaissance and
National assets in Northern Iraq. Conducted weekly meetings with the senior intelligence officer
responsible for collection management as well as providing a "focus" meeting before each
mission in order to emphasize special interest ground targets. These meetings were important
because national intelligence assets would exploit these targets. Provided detailed information
about the disposition, strength and location of Iraqi ground forces. Responsible for supporting a
section of political and military analysts coordinating with foreign military embassies in Turkey in
order to maintain situational awareness of any political situation that might adversely, or
positively, impact Allied aviation missions over Northern Iraq. Conducted daily mission briefs for
the senior commanders and staff as well as detailed intelligence briefings for the pilots.
Exploited multiple national agency databases and monitored different classified message traffic
to synthesize current, real-time information on national imagery products. These products were
extremely useful in conjunction with various intelligence reports and data feeds to help visualize
the ground order of battle situation for the other staff members.
Platoon Leader [Lieutenant/Mil, B Company, 102nd Military Intelligence Battalion, 2nd Infantry
Division, Camp Essayons, Republic of Korea, 1/99-1/00
• Education
United States Military Academy at West Point, BS Spanish/German with minor in environmental
engineering; West Point, NY, 1998
• Job-Related Training
Summary:
• Formal education: slated to complete BA in Intelligence Studies with a focus on
Terrorism in summer 2009; currently maintaining 4.0 GPA .
• National security work experience: over five years in intelligence with positions in
tactical and national level organizations including as an intelligence analyst supporting
US Special Operations in Iraq in 2004-2005; experience as lead intelligence liaison with
federal law enforcement agencies, major military commands, international committees,
and other government agencies
• Specialized intelligence analysis training: graduate of US Army Counter-Intelligence
Special Agent course and Joint Interrogation certification course; completed US Army
Intelligence Support in Counter-Terrorism course and US Army basic intelligence analyst
course
• Microsoft Office software proficiency over five years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications
Be able to obtain a federal Top Secret level. MEETS Requirement. Possesses current Defense Department Top
security clearance Secret/Special B.ackground Investigation-level security clearance
Resume: Kia Graham is a US Army Reserve Counter-Intelligence Special Agent with over five
years of progressive wartime intelligence operations experience. She has supported over 100
strategic interrogations of high-value human intelligence targets as a senior intelligence analyst
with JointTask Force Guantanamo Bay-Cuba. She has created and disseminated over 100 in-
depth all-source analytical products to law enforcement, intelligence agencies and foreign
governments in her wartime support role. Her professional experience and innovative mind
enabled her to exceed the required analytical production rate threecfold. She has liaised on a
daily basis with the US military criminal investigative task force, combatant commands, Federal
Bureau of Investigation and other governmental agencies as well as with Defense Department
and Justice Department. One of her most significant wartime service contributions included the
development of over thirty terrorist targeting packets in support of collection operations and
direct action missions which resulted in the apprehension of al-Qaeda operatives, foreign
fighters, and members of the former Saddam regime.
• Professional Experience
Lead Intelligence Analyst, Fusion Analysis Section, Joint Task Force-Guantanamo Bay, Cuba,
1 0106 - 02/08
Consistently provided timely and accurate analysiS of all-source information and finished
intelligence products addressing transnational, international terrorism and terrorism-related
activities to support JointTask Force intelligence and interrogation operations. Created and
disseminated over 100 fused in-depth all-source intelligence analysis products to law
enforcement, intelligence agencies and foreign government services. Maintained situational
awareness and understanding of emerging events described in message traffic and intelligence
products. Liaised on a regular basis with criminal investigative task force, combatant
commands, Federal Bureau of Investigation, other governmental agencies and a myriad of other
Defense Department and Justice Department organizations.
Intelligence Analyst, Fusion Analysis Section/Gulf States Regional Team, Joint Task Force-
Guantanamo Bay, Cuba, 01/06 - 10/06
Provided relevant, accurate and timely analytical support to ten human intelligence collection
teams assigned to the Gulf States region. Attended weekly coordination meetings and was a
contributing analystto collection strategy sessions. Provided analytical comments on over 30
in-production intelligence information reports. Created intelligence summaries for over 80
intelligence information reports created by the Gulf States team. She reviewed and updated
over 100 detainee analytical support packages. Liaised with respective regional commands;
maintained collaborative processes with other fusion analysis sections.
She was responsible for intelligence requirements management. Provided analytical input for
over 50 interrogation control plans. Performed liaison and coordination planning with federal
law enforcement agencies, major military commands, international committees and other
governmental agencies. She developed all-source analytical products in support of North
Africa/Europe Regional Team's collection efforts. Assisted in the creation of and facilitation for
an Intelligence Information Upload Project. This project managed and archived relevant
detainee intelligence information. Selected to teach this project to senior officers. Served as a
senior military analyst for a visiting foreign delegation from an African Union member state.
Provided assessments, analyses and informational updates on selected high-value detainees.
• Education
• Job-Related Training
Joint Interrogation Certification Course, US Army Intelligence Center & School, Fort Huachuca,
AZ, Oct 2008
US Army Counter-Intelligence Special Agent Course, US Army Intelligence Center & School,
Fort Huachuca, AZ, Jul 2008
Intelligence Support in Gounter-Terrorism Course, US Army Intelligence Center & School, Fort
Huachuca, AZ, Jun 2004
Intelligence Analyst Course, US Army Intelligence Center & School, Fort Huachuca, AZ, Sep
2003 .
Summary:
• Formal education: AAS - Dec 2008 (elements of Asian Language and Culture,
intensive writing, and mathematical reasoning)
• National security work experience: over four years in US Army Intelligence
• Specialized intelligence analysis training: completed intelligence training such as the
Mobile Warning Analysis Course from the Joint Military Intelligence Training Center and
US Army Counter-Intelligence course
• Microsoft Office software profiCiency. over four years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications
Proficient in the use of Microsoft Office MEETS ~equirement Over four years of daily PowerPoint. Access/Excel and
Suite applications Word use for intelligence presentations, studies, analyses, and briefings
Be able to obtain a federal Top Secret level MEETS Requirement Possesses current Defense Department Top
security clearance Secret/Special Background Investigation-level security clearance
Resume: Kathleena Almquist is a US Army Reserve Military Intelligence Sergeant with over 4
years of military intelligence service. Her experience includes all-source intelligence analysis at
. the tactical level while interacting and sharing information with adjacent commands and
specialized organizations. She is confident, resourceful, and intelligent, and exceeds
expectations and requirements when accomplishing tasks. As a professional intelligence
analyst, she is capable of making timely decisions with minimal supervision. Additionally, she
communicates complex ideas in an understandable, efficient, and professional manner. She
has demonstrated the ability to create, integrate, and improve intelligence products and
procedures. Her technical expertise covers a range of intelligence functions including human
intelligence, signals intelligence, and imagery intelligence. She uses her exceptional analytical
abilities, coupled with excellent written and oral communications skills, to translate information
into a synthesized intelligence product.
• Professional Experience
Incorporating lessons learned and knowledge acquired from real world analysis experience into
reserve intelligence analysis training and operations. Coordinating related intelligence training.
Oversees the implementation and improvement of information, operations, communications,
and personnel security procedures for the brigade. Improved security readiness immensely, with
a vast change in security awareness and a higher level of respect for securitY regulations and
requirements. Created and implemented Standard Operation Procedures for derogatory
information reporting and clearance processing and tracking.
Intelligence Sergeant [SpeCialist (SPC)/MI], 3-2 Stryker Brigade Combat Team, Mosul,
Baghdad, and Baqubah, Iraq, 06/06 - 09/07
Intelligence Analyst [SPC/MI]. 3-2 Stryker Brigade Combat Team - Fort Lewis, WA, 12/04-
06106, 09107 - 02/08
Assisted both the Brigade Security Manager and Brigade Special Security Officer in fields as
varied as Physical Security, Information Security, Operational Security and Personnel Security.
Coordinated training for 8 battalion intelligence teams, resulting in an efficient, knowledgeable,
and compliant organization. Trained 5 soldiers to continue security operations following the
transition of all experienced intelligence analysts from the S2, ensuring the continuous security'
standards within the 3rd Stryker Brigade, 2nd Infantry Division. Established a system for tracking
security issues, including derogatory information handling, requests for Personnel Security
Investigations, and mandatory security awareness training for the Brigade.
• Education
Tacoma Community College, Tacoma, WA, Associate's Degree -12/2008, Major: Four-Year
Transfer
• Job-Related Training
Mobile Warning Analysis Course, Joint Military Intelligence Training Center, Fort Lewis, WA,
2005
Intelligence Analyst Course, US Army Intelligence Center & School, Fort Huachuca, AZ., 2004
Summary:
• Formal education: BS in Business Management (application courses in statistical
analysis and research)
• National security work experience: over 15 years in military intelligence
• Specialized intelligence analysis training: US Army credentialed Counter-Intelligence
Special Agent; completed advanced intelligence training such as Intelligence in
Combating Terrorism, Criminal Intelligence Analysis, Anti-Terrorism, Signals
Intelligence, and numerous Analysis Software Programs
• Microsoft Office software proficiency over fifteen years daily proficiency in
SUbstance, organization, style and correctness in all forms of written and graphic
communication developed through Microsoft Office suite applications
Be able to obtain a federal Top Secret level MEETS Requirement PO$sesses current Defense Department Top
security clearance Secret/Special Background Investigation-level se~urity clearance
Resume: Neoma Skye is a US Army Reserve Military Intelligence Sergeant with over 15 years
of military intelligence service including three years of defense contracting intelligence support.
She is a credentialed US Army Counter-Intelligence Special Agent. Her analytical experience
includes situation-specific, non-traditional terrorism and asymmetrical threats. She served as a
team leader for the US Army Pacific's Homeland Defense/Force Protection analysis team
responsible for fusing and interpreting intelligence, analysis and reports from numerous military,
civilian and government sectors. Additionally, as the team leader, she was responsible for
developing innovative methods for obtaining information. Her fused intelligence summary was
produced using standard military and agency analytical collaboration techniques along with non-
traditional intelligence information providers such as private security companies supporting local
retail and critical infrastructure. She researched, authored and disseminated daily analytical
reports summarizing potential terrorism related incidents and possible impacts on military
operations. In addition to situation-specific analyses, she produced general capability threat
assessments. She assisted senior military officers in writing intelligence outlook reports for
specific countries or political regions. These in-depth country reports included biographies,
conventional military threats, terror-related threats and socio-economic: conditions. She was
responsible for creating and maintaining a tracking database of terrorism and counter-terrorism
incidents. This spreadsheet was used by the US Army for long-term threat analysis and was
incorporated in the intelligence portion of the senior commander's annual force protection and
risk assessment report.
• Professional Experience
Senior Counter-Intelligence Agent, 373rd Military Intelligence Battalion (US Army Reserve),
Tumwater, WA, 1/08 - Present
Developed 2-hour in-depth security briefing (to include topics on subversion and espionage,
operational security and terrorism awareness) for yearly training requirement. Presented briefing
over 20 times to over 1800 soldiers and civilians within six months. Assisted in personal security
background investigations, national security c:rime investigations, vulnerability assessments,
and other authorized counter-intelligence operations. Reviewed and edited counterintelligence
reports for accuracy, content and validity. Developed course curriculum and conducted
beginning and advanced counter-intelligence investigation and counter-terrorism analysis
training for Army Reserve soldiers. Served as Counterintelligence Special Projects NCO and
assisted senior executives with personnel management analysis, reports reviews and liaison
with subordinate counterintelligence offices. Designed, coordinated, and executed two separate
soldier knowledge and skills competitions for Hawaii and the Pacific Region; winners advanced
to national region competition. Organized a filing and documentation system in the training
section in order to increase processing and tracking of training requests and completions for
500 solders in subordinate units. Requested by Special Security Office to tailor existing MS
Access database to meet changing needs of security section and allow for tracking of security
clearance information and training records for over 800 soldiers and civilians in the unit. As the
Brigade counter-intelligence and training representative, attended planning conference for Joint
US, Australia, United Kingdom, and Canada counter-intelligence/human intelligence exercise.
. Conducted training development analysis through panels and surveys to ascertain end-user
needs, increase usability and determine relevance of training materials and testing criteria.
Developed and revised job qualification requirement handbooks, training modules and exams
for nine Pacific Command intelligence watch officer positions. Redesigned training website
homepage to include designing webpage materials, links and graphics.
Led and instructed a five-person Anti-terrorism 1 Force Protection team; prepared. and instructed
soldiers in beginning and advanced counterintelligence methods, use of technology systems,
analytical tools and methods, and presentation 1 reporting skills. Performed the collection,
analysis, processing and dissemination of information derived from multiple resources to answer
intelligence requirements specifically focused on the homeland defense, force protection, and
asymmetric threats posed by foreign intelligence services, unconventional warfare forces,
terrorist organizations and other extremist groups. Performed research and analysis on terrorist
groups in the US Pacific Command's Area of Responsibility (USPACOM AOR) for Intelligence
Preparation of the Battlefield purposes to support US Army Pacific's (USARPAC) operational
planning directives. Compiled and presented over 200 country intelligence and situational
awareness and force protection briefings, project status briefings, special situational reports and
threat assessment decision briefs for deploying USARPAC personnel and senior staff.
Researched,compiled and updated weekly force protection, threat and incident reports for 33
countries in support of USARPAC deployed forces within the USPACOM AOR. Served as
counterintelligence watch officer at the USARPAC Crisis Action Center; provided weekly
incident threat briefings and force protection reports to combined directorate watch office
personnel. Collaborated with general intelligence analysts to developed country update
briefings, assess recent events or political changes in relation to terrorism threats: Gathered
intelligence and developed country-specific reports and briefings of terrorist threats in the
USPACOM AOR to support Anti-terrorism 1 Force Protection and counter-terrorism operations.
Completed 160 hours of USPACOM AOR-specific intelligence operations and analysis training
courses ..
as the USARPAC liaison to the FBI's Joint Terrorism Task Force-Pacific (JTTF-P); facilitated the
smooth transfer of intelligence and community threat awareness reporting responsibilities from
the Joint Rear Area Coordination-Hawaii to the JTTF-P. Established working relationships with
over 20 JTTF-P member agencies including Honolulu Police Department, State Civil Defense,
US Attorney's Office 1 Anti-terrorism Task Force, Department of Public Safety, US Secret
Service, Bureau of Immigration and Customs Enforcement (BICE), TSA, FBI and Defense
Department's sister intelligence agencies. Assisted Defense Department analysis team at JTTF-
P in daily counter-intelligence and counter-terrorism analysis and reporting. Ensured maximum
intelligence sharing between Defense Department, state, local and foreign agencies by creating
and updating web-based open-source intelligence products; maintained website dissemination
lists and new member enrollments to maximize dissemination. Served as the HUMINT
operations cell officer for one of the region's largest military exercises, coordinating three
HUMINT team's collection operations, creating intelligence reports and submitting requests for
information to \lupport exercise-related intelligence analysis and production. Completed a 40
hour Collection Management overview training course, integrating knowledge into daily
intelligence gathering abilities and production tasking requests.
Senior Counter-Intelligence Agent, 368'h Military Intelligence Battalion (US Army Reserve),
Fort Shafter, HI, 10/95-10101
Served as a senior team leader for assigned counter-intelligence personnel. Conducted initial
and refresher training on counter-intelligence operations, report writing and analysis for
subordinates and peers. Selected as primary briefer for all security-related briefings to outside
units and senior personnel. Attended both Basic and Advanced level Non-Commissioned
Officers Courses for military intelligence disciplines. Completed Basic course as Honor
Graduate and Advanced course with cumulative score of 95%. Acknowledged by instructors in
both courses for superior research ability, analytical approach to problems and small group
leadership skills. Completed counter-intelligence special agent course thattaught the basic
skills, concepts, principles and techniques required to perform tactical and strategic counter-
intelligence investigations and operations. As Honor Graduate exceeded course standards by
graduating in the top 10% of the class and was certified by the Department of the Army as a
credentialed Counter-Intelligence Special Agent.
Electronic Warfare & Signals Intelligence Analyst 1 Cambodian Linguist, US Army, 733'd
Military Intelligence Battalion, Schofield Barracks, HI, 9/92-12/94
Excelled as Mission Manger and linguistic expert during a highly volatile Southeast Asian
political situation of global interest. Continually recalled outside normal working hours to guide
mission efforts and translate messages. Kept US policy makers informed, allowing them to
make intelligent and timely decisions regarding US foreign policy to Southeast Asia. Performed
as a signals intelligence analyst for Southeast Asia Air Operations section, writing over 100
national-level and critically sensitive reports. Served on a special intelligence project committee
composed of national level experts. Provided valuable advice and linguistic expertise, ensuring
a successfu·l·conclusion to the project. Honored as the first junior enlisted soldier to certify as
an intelligence analyst in newly created joint-service analysis branch and further trained three
senior non-commissioned officers to assume analyst positions. Performed research and
analysis with continual adherence to US Army and Joint intelligence time-sensitive reporting
requirements, regulations and handbooks. Trained and mentored both Army and Air Force
personnel on the use of joint service computer programs, intelligence analysis and reporting
requirements.
• Education
University of Phoenix, Maui, HI, Bachelor's Degree - 3/01, Major: Business Management
• Job-Related Training
ArcGIS (Geographic Mapping) Software Certified User Course, 40 Hrs, Battelle Corporation,
Fort Shafter, HI, 2004 .
Anti-Terrorism Officer's Course - ATIFP Level II, 40 hrs, United States Army Military Police
School, Ft. Leonard Wood, MS 2003
Intelligence Analysts' Online Tools, 32 hrs, Joint Intelligence Training Activity Pacific, San
Diego, CA, 2002
Criminal Intelligence Analysis Training Course, 40 hrs, The Alpha Group Center, Montclair, CA,
2002
Mobile Collection Managers Course, 40 hrs, Joint Military Intelligence Training Center,
Washington, DC, 2002
Intelligence in Combating Terrorism Course, 80 hrs, US Amy Intelligence Center and School,
Fort Huachuca, AZ, 2002
Pacific Intelligence Analysis Curriculum, 40 Hrs, Joint Intelligence Training Activity Pacific, San
Diego, CA, 2001
US Army Counter-Intelligence Special Agent Course, 6 weeks, US Army Intelligence Center &
School, Fort Huachuca, AZ, 1997
US Army Signals Intelligence Analyst Course, 16 weeks, US Air Force, 3480 Technical
lh
US Army Cambodian Basic Language Course, 47 weeks, Defense Language Institute, Presidio
of Monterey, CA, 1992
Our intelligence analyst-lead service is a strong and visionary leader. Our approach is to have
our senior intelligence. analyst lead by doing, coaching, teaching and mentoring. He has a
proven track record for transformational leadership-motivating a team to be efficient and
effective in an emerging and challenging environment.
Summary:
• Formal education: BA in Political Science (application courses in statistical analysis
and research)
• National security work experience: over twenty years in US Army intelligence
• Specialized intelligen·ce analysis training: US Army credentialed Counter-Intelligence
Special Agent; completed advanced intelligence training such as Intelligence in
Combating Terrorism, Strategic Approaches to Counter-Intelligence, Advanced
Applications of Intelligence Techniques, Senior Cryptologic Course at National Security
Agency and Reserve Component National Security Course at the National Defense
University
• Microsoft Office software proficiency over ten years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications
Must have completed intelligence -analyst EXCeEDS Requirement Specialized US Army training in security, terrorism,
training to ensure baseline proficiency counter-terrorism and advanced interviewing and interrogation techniques;
credentialed Counter-Intelligence Special Agent
Proficient in the use of Microsoft Office EXCEEDS Requirement. Considered product Power-user with over ten years
Suite applications hands-on experience with Microsoft Office products in stand-alone and networked
environments; daily proficiency using PowerPoint, Publisher, Binder, AcCess/Excel
and Word for intelligence presentations, studies, analyses, and briefings
Be able to obtain a federal Top Secret leve:l MEETS Requirement Possesses Defense Department Top Secret/Spe.cial
security clearance Background Investigation-level security clearance since 1989; revalidated in 2008
• Professional Experience
Battalion Commander [Lieutenant Colonel (LTCl. Military Intelligence (MI)]. 373,d Military
Intelligerice Battalion (US Army Reserve), Tumwater, WA, 8/07 - Present
Led and trained functional teams in the analysis and correlation of single source information into
a timely, synthesized intelligence product to support of Army and Joint Force military decision
makers across the full spectrum of military operations. Directed the research, analysis, and
production of information pertaining to terrorist activities, indications. and warnings of regional
conflicts, political instability and emerging military technologies throughout the Pacific-theater.
Provided guidance and oversight in the production of daily intelligence read files and weekly
update briefings for Senior Military Executives. Planned, prepared and supervised intelligence
support to training exercises in Korea, Japan and Thailand. Formulated training strategies to
test and integrate complex intelligence procedures. Worked extensively with intelligence and
operations planners, systems and networking technicians, and simulations specialists to
develop exercise concepts, design intelligence architectures, and build and test databases.
Deployed and led Intelligence Support Elements during these joint and international exercises.
Coordinated intelligence operations and training with intelligence professionals from Thailand,
Japan, and Korea. Served as an instructorl facilitator for a US Army Pacific Command Subject
Matter Expert Exchange Program with the Royal Thai Army.
Directed regional counter-intelligence and human intelligence activities for a 1,aOO-person task
force with the mission to detect, disrupt and defeat transnational terrorist groups posing an
imminent threat to the US, its allies or their interests. Provided staff supervision of counter-
intelligence operations, investigations, collections and analysis for the task force. Synchronized
all Army, Navy, Air Force and Special Operations counter-intelligence units and activities in an
area equal in size to 50% of the US and including the countries of Djibouti, Eritrea, Sudan,
Kenya, Ethiopia, Somalia, and Yemen. Conducted senior executive-level classified and highly
sensitive briefings on terrorist and foreign intelligence collection activities. Planned and
executed the conversion of the task force's local confidential informant registry into a centralized
source operations database, resulting in improved functionality and compatibility within the
CENTCOM Theater of Operations. Routinely liaised with host nation and coalition intelligence
and security professionals, US Embassy country teams, and other US intelligence and law
enforcement agencies including the FBI, CIA, DIA and Defense Human Intelligence Service. His
interpersonal skills and subject matter expertise led to strengthened relationships with
Djiboutian, French and German officials and facilitated an increase in the intelligence
exchanges between the parties.
Counter-Intelligence Officer [MAJ/MI], 502nd Military Intelligence Battalion, Fort Lewis, WA,
1/02 - 5/03
Directed the collection, analysis, processing and dissemination of information derived from
human resources to answer intelligence requirements specifically focused on asymmetric
threats posed by foreign intelligence services, unconventional warfare forces, terrorist
organizations and other extremist groups. Experienced at adapting and utilizing military
intelligence analytical tools methodology and tools to non-traditional military operations such as
combating terrorism. Ensured the fusion of human intelligence with technical intelligence
sources to develop a comprehensive, multi-disciplined intelligence product. Established and
maintained databases on threat capabilities, intentions, and friendly vulnerabilities; prepared
threat estimates for contingency plans and operations; and coordinated analytical support for
major training exercises. Provided technical advice and assistance to commanders on counter-
intelligence and human intelligence capabilities, operations and training. Worked with staff
professionals to integrate counter-intelligence considerations into operations security,
information operations and force protection plans. Commanded a detachment of 39 reservists
providing intelligence in support of the Global War on Terrorism. Planned and executed
specialized training to prepare these soldiers for follow-on deployments to US Central
Command Headquarters, Iraq, Afghanistan and Africa.
Regional Operations Manager, Northwest Protective Services, Inc., Tacoma, WA, 3/98 - 6/02
Directed the collection, analysis, processing and dissemination of information derived from
human resources to answer intelligence requirements specifically focused on asymmetric
threats posed by foreign intelligence services, unconventional warfare forces, terrorist
organizations and other extremist groups. Experienced at adapting and utilizing military
intelligence analytical tools methodology and tools to non-traditional military operations such as
combating terrorism. Ensured the fusion of human intelligence with technical intelligence
sources to develop a comprehensive, multi-disciplined intelligence product. Established and
maintained databases on threat capabilities, intentions, and friendly vulnerabilities; prepared
threat estimates for contingency plans and operations; and coordinated analytical support for
major training exercises. Provided technical advice and assistance to commanders on counter-
. intelligence and human intelligence capabilities, operations and training. Worked with staff
professionals to integrate counter-intelligence considerations into operations security,
information operations and fon::e protection plans. Trained personnel on various intelligence
functions with specific emphasis on analysis and production, counter-intelligence techniques
and procedures, and human intelligence operations,
the institutional instruction by bringing senior intelligence professionals from strategic military
units and national intelligence and law enforcement agencies to present information briefings on
current operations to students and faculty. Expanded the program to include senior executives
from the Defense Intelligence Agency, Central Intelligence Agency, National Security Agency
and the Federal Bureau of Investigation. Managed the US Army Counter-intelligence Badge arid
Credentials Program on behalf of the Department of the Army. Assumed command of the
organization for 60 days.
Commanded 100 counter-intelligence specialists dispersed among seven cities in central and
southern Germany. Supervised the conduct of personal security background investigations,
national security crime investigations, vulnerability assessments, and Qther authorized counter-
intelligence operations. Reorganized personnel and assets to more efficiently handle an
increased investigation workload, resulting in a 50% reduction in pending investigations and
increased support to community security agencies. Recognized by the Defense Investigative
Ser\tice and the Commanding Generals of V Corps and US Army Europe for top.quality and
quantity of investigations. Provided counter-intelligence support to the protection of US
personnel, organizations and facilities through the collection and reporting of threat information,
and liaison with US and German intelligence and law enforcement agencies. Trained and
deployed personnel to p·rovide counter-intelligence, security and intelligence support to
peacekeeping operations in Turkey and Croatia. Served as an Adjunct Faculty Instructor for
courses at the NATO School and German Army Signal School. As a counter-intelligence
research and analysis specialist, directed the processing, analysis and dissemination of
intelligence and security information pertaining to threats posed to soldiers, family members and
installations by foreign intelligence services, terrorist organizations and extremist groups.
Established and maintained databases on indigenous, transnational and international terrorists
groups operating on the European continent, as well as in the Middle East and North Africa.
Developed comprehensive profiles on terrorist organizations and key personalities to increase
situational understanding of their methods of operation and target selection. Provided threat
assessments to protective details escorting VIPs traveling throughout Germany. Prepared and
presented weekly counter-intelligence and intelligence briefings to Senior Military Executives.
Maintained routine liaison with French, German and Canadian military intelligence agencies.
Served as a primary planner for the US ceremonies commemorating the 50th Anniversary of the
Normandy Invasion. Coordinated the transportation of personnel and equipment to France,
ceremonial support and logistics for five National and countless local French village ceremonies,
and lodging for approximately 2,500 ceremonial partiCipants. Worked closely with military police,
law enforcement agencies and the US Secret Service on security operations for the national
ceremonies that were attended by foreign heads of state and dignitaries including President
Clinton.
Student [CPT/MI], US Army Intelligence Center and School, Fort Huachuca, AZ, and US Army
Command and General Staff College, Fort Leavenworth, KS, 7190 - 6/91
Attended the Military Intelligence Officer Transition Course (MIOTC), the Military Intelligence
Officer Advanced Course (MIOAC), the Counter-intelligence (CI) Officer, the Intelligence in
Combating Terrorism (lCT) Course and the Combined Arms and Services Staff School (CAS3).
The Military Intelligence Officer training curriculum cov.ered subjects necessary to fully
understand military and national Intelligence and Electronic Warfare (lEW) organizations,
systems and operations. As the Honor Graduate for MIOTC and MIOAC, exceeded course
standards by achieving cumulative scores of 99.31 % and 99.35%. The CI Officer Course taught
the basic skills, concepts, principles and techniques required to manage and perform tactical
and strategic CI investigations and operations. Graduated the CI Officer Course with a
cumulative score of 98.46% and was certified by the Department of the Army as a Counter-
intelligence Special Agent. The ICT curriculum covered the skills and knowledge required to
conduct comprehensive terrorist threat assessments. It included detailed information on the
dynamics of terrorism, ideological motivations, terrorism structures and linkages, and terrorist
tactics, goals and strategies. CAS3 is a rigorous staff officer's management training program
designed to improve student's ability to: analyze and solve military problems; interact and
coordinate as a member of a staff; write and brief effectively; and understand Army
organization, operations, and procedures.
52, Intelligence and Security Officer [CPT/MI], 3rd Battalion, 47th Infantry Regiment, Fort
Lewis, WA, 5/89 - 6/90
Advised the commander on all aspects of intelligence and security. Duties included directing,
supervising and coordinating the planning, collection, analysis, production and dissemination of
all source intelligence; supervising and performing intelligence preparation of the battlefield; and
informing the commander and subordinate units on the enemy situation, their capabilities,
weather and terrain. Trained personnel assigned to the intelligence staff to become superior
analysts. Developed and published intelligence handbooks and created intelligence products.
As the Battalion's Security Manager, had overall responsibility for information systems security,
personnel and information security, physical security, crime prevention, and classified material
control and accountability. Conducted training for and inspections of subordinate units' security
programs. Achieved scores in excess of 90% on every higher-headquarters directed inspections
of intelligence and security programs. Served as the Intelligence Oversight Officer.
• Education
University of South Carolina, Columbia, SC, Bachelor's Degree - 8/85, Major: Political Science
Command and General Staff Officers Course, US Army Command & General Staff College, Fort
Leavenworth, KS,2005
Combined Arms and Se.rvices Staff School, US Army Command & General Staff College, Fort
Leavenworth, KS, 1991
. Military Intelligence Officer Transition Course, Military Intelligence Officer Advanced Course, US
Army Counter-intelligence Special Agent Course, US Army Intelligence Center & School, Fort
Huachuca,AZ,1991
Infantry Officer Basic Course, US Army Infantry Center & School, Fort Benning, GA, 1986
• Job-Related Training
Reserve Component National Security Course, 80 hrs, National Defense University, Fort
McNair, Washington, DC, 2008
Senior Cryptologic Reserve Officers Course, 80 hrs, National Security Agency, Fort Meade, MD,
2008
Intelligence Collection Battle Management Course, 32 hrs, JOint Intelligence Training Activity
Pacific, Fort Lewis, WA, 2005
Theater and National Support to the Combined Joint Task Force CJ2X, 40 hrs, Joint Military
Intelligence Training Center, Fort Lewis, WA, 2004
Reid Technique of Interviewing and Interrogation (Basic & Advanced), 40 hrs, John E. Reid &
Associates, 1999 & 1995 .
Army Operations Security Course, 40 hrs, Deputy Chief of Staff for Operations, Department of
the Army, Fort Huachuca, AZ., 1997, 1996 (40 hours)
Joint Military Planners Course, 40 hrs, Director of Operations, Joint Staff, Washington, DC,
1996
Army Military Planners Course, 40 hrs, Director of Operations, Army Staff, Washington, DC,
1996
Supervisor Development Course,AO hrs, Army Training Support Center, Fort Eustis, VA, 1996
Joint Counter-intelligence Staff Officers Course, 40 hrs, Defense Intelligence Agency, Fort
. Lewis, WA, 1995
Company Commander's Course, 80 hrs, 7th Army Training Command, Vilseck, GE, 1992
US Army Counter-intelligence Special Agent Course, 8 weeks, US Army Intelligence Center &
School, Fort Huachuca, AZ., 1991
3.3 - References
Operational Applications Incorporated grants permission to WSP to contact each and every
listed reference.
Telephone NUmber
Fax Number
NA
Sergeant Green was my direct supervisor during- my three years as an intelligence analyst in the
Type service provided King County Regional Intelligence Group
Don Perrson (Renton City Councilman); retired Deputy Chief, Renton Police Depam:nent
Name
538 Renton Avenue South
Address Renton, Washington 98055
.
425-271-6935
Telephone NUmber
Fax Number
NA
dpersson@ci.renton.wa.us
Email
Supported Don Perrson as a police commander; I supelVised over 100 full-time personnel;
Type service provided conducted employee training, workflow coordination, scheduling, evaluation and discipline
425-430-6500
Telephone Number
Fax Number
NA
dlaw@cLrenton.wa.us
Email
Supported Denis Law on city, community and Rotary projects
Type service provided .
256-876-1662
Telephone NUmber
NA
Fax Number
todd.obradovich@us.army.mil
Email
802-485-2491
Telephone NUmber
NA
Fax Number .
steve.carney@us,army.mil
Email
Performed as the brigade personnel and administrative officer under COL Carney during
Type service provided deployment to Iraq
NA
Telephone Number
NA
Fax Number
joseph.mcneil\@us.army.mil
Email
Performed a's the brigade personnel and administrative officer under COL McNeill during
Type service provided garrison command in Texas and during brigade deployment to Iraq
818-285-9383
Telephone Number
Fax Number
NA
Email
Co-worker with Ron Compton in both Guantanamo Bay Cuba and Iraq. He was an analyst on
the Gulf States regional team within the Interrogation Control Element (ICE), while I was on the
Type service provided
North Africa/Europe regional team
360-269-4251
Telephone Number .
Fax Number
NA
Email
Mentor since I was a private; we both deployed to Korea in 2004 and to Guantanamo Bay
'Type service provided
360-786-0771 .
Telephone Number
Fax Number
NA
david.schoonmaker@usar.anny.mil
Email
I am assigned to Company A, 373 MI Battalion and SFC SchoQnmaker is the company First
Sergeant; he is the unit senior Non-Commissioned Officer and I support him as one of the
Type service provided
company's Non-Commissioned Officers
913-240-9096
Telephone Number
NA
Fax Number
jon.clausen@us.army.mil
Email
MAJ Clausen depended upon me for timely intelligence products, thorough analysis, and my
ability to identify and fill information gaps before pushing products and information on to others.
Type service provided MAJ Clausen relied on my team to convey intelligence to him and the brigade command group
while they were operating in -and around Iraq
202-286-7864
Telephone Number
NA
Fax Number
michael.g.edwards@us.army.mil
Email
Major Edwards served as the Brigade S2X: the counterintelligence hub of the Stryker Brigade.
He often utilized many of my intelligence products, requested analysis to corroborate HUMINT
Type service provided
r~porting, and observed my work ethic in a real world environment
224-944-9556
Teleph,one Number
NA
Fax Number
roberth.flores@us.anny.rnil
Email
As my direct supervisor during my deployment in support of Operation Iraqi Freedom 2006 -
2007, Sergeant Robert Flores observed my professional performance, attitude, and leadership
Type service provided abilities in an operational environment. SGT Flores relied on me to relay accurate, complete,
and timely intelligence products to intelligence professionals and commanders at the brigade
level; hiQher, adjacent. and subordinate commands
Colonel Gary Royster, US Anny retired; Deputy Director of Intelligence, Joint Inter-Agency Task
.Name Force West
JIATF/lntelligence
USPACOM
Address
Camp HM Smith, Hawaii 96861
808-477-9861
Telephone Number
NA
Fax Number
gary.royster@us.anny.mil
Email .
COL Royster was my senior supervisor while working in the USARPAC G-2 as the JTTF-P
Type service provided liaison and can attest to my diligence, analytical and briefing skills, and overall job perfonnance
Lieutenant Colonel Gary Smith, US Army retired; Intelligence Analyst. South Sound Regional
Name Intelligence Group, Tacoma Police DepartmentlPierce County Sheriffs D~partment
253-594-7964
Telephone Number
NA
Fax Number
gary.smith@ci.tacoma.wa.us
Email
L Te Smith was my immediate supelVisor while working in the USARPAC G-2 as the JTTF-P
Type service provided
liaison and can attest to my liaison, analytical and briefing skills, and overall job periormance
206-786-5461
Telephone Number .
NA
Fax Number
First Sergeant Whippo is my senior leader in my current US Army Reserve unit (373 MI BN, B
1U
Type service provided Co.) and_can attest to my leadership, training skills and general professionalism
703-806-5043
Telephone Number
NA
Fax Number
leslie.purser@us.arrny.mil
Email
I serve as a commander under Brigadier General Purser and am responsible for providing multi-
discipline intelligence and counterintelligence support for contingency operations worldwide.
Type service provided Responsible far the management. training. and readiness .of 290 authorized.personnel and
millions .of dollars in .organizational equipment
lieutenant Colonel Roger Fortier, US Army retired; former Chief G2 Plans·, First Corps, Fort
Name Lewis
.. 8703 109th ST CT SW
Address Lakewood, Washington 98498
253-686-1322
Telephone Number
NA
Fax Number
roger. fortier@us.anny.mil
Email
I supported LTC Fortier by directing the research, analysis, and production of infonnation
pertaining to terrorist a~ivities, indications and warnings of regional conflicts, political instability
and emerging military technologies throughout the Pacific-theater. Provided guidance and
Type service provided oversight in the production of daily intelligence read files and weekly update briefings for Senior
Military Executives. Planned, prepared and supervised intelligence support to training exercises
in Korea, Japan and Thailand. Formulated training strategies to test and integrate complex
intelliaence orocedures
.
Colonel Harvey Crockett, US Army retired; former G2, First Corps, Fort Lewis
Name
Elk Grove, California 95758
Address
916-600-9467
Telephone Number
NA
Fax Number
harvey.crockett@us.army.mil
Email
I supported COL Crockett as the Senior Intelligence Research and Analysis Specialist for the
Corps Intelligence Directorate during several,multi-agency and multi-national intelligence
operations in Korea and Japan. Led and trained functional teams in the analysis and correlation
Type service provided of single source information into a timely, synthesized intelligence product to support of senior
military decision makers. Developed professional and personal relationships with foreign
military officers to foster to enhance bi-Iateral partnerships and increase securitY cooperation
Original 'Signed copies of one Waiver and Authorization to Release Information form is
submitted from each proposed team member. They are attached in Section 5 of this proposal.
QUOTATION
Operational Applications submits hourly rate quotations as including all costs associated with
providing services, including team member salaries and benefits, industrial insurance and
applicable federal, state and local taxes.
Out year hourly rate increases is based on Amendment 1 to RFQQ No. C090433PSC dated
October 31, 2008. This amendment a.llows up to a 5% annual increase. Operational
Applications proposes an under 5% average increase for each federal fiscal year starting
October 1, 2009.
Operational Applications understands WSP will reimburse for a maximum one hundred seventy-
three (173) hours per month for each team member providing services under contract resulting
from this RFQQ.Further, Operational Applications acknowledges provisions for worksite, office
supplies, personal computer and communications shall be provided to the team members and
any such goods andlor services obtained, developed andlor provided shall remain the property
ofWSP.
Operational Applications understands when team member services are required by WSP at
locations other than the worksite, WSP will reimburse for authorized lodging, subsistence and
business vehicle mileage costs at current State of Washington approved reimbursement rates.
These rates are published in the State Accounting and Administrative Manual (SAAM) available
at the Office of Financial Management's SAAM website:
(www.ofm.wa.gov/policy/saamintro.htm).
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
-N./A
Other names-vou have been know by, includina prior marriaae(s) or nickname(s)
I
Address City \
State Zip Code
.
,\ ,""
"
.
Aoolicant Sianature
,
Ie JLnL 1/-IZ-7oo"l\"
Date
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are· deemed to be confidential and/or.
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the-Washington State Patrol in determining my qualifications. I.
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol:
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
ave,-
licant Name First, Middle, Last
Other names
Date of Birth
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature. may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested ..
Other names vou have been know by, inciudinQ prior marriaQe(s) or nickname(s)
Date
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may .
be included.
Your reply will be used to assist the Washington State "Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested .
to\\
Other names you have been know by, including prior marriage(s) or nickname(s)
i
Address City State Zip Code
O~~ \q 'i',"-\
Social Securitv Number Date of Birth
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and disCipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be I,Jsed to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
11\ IflYI1A- I
1\ A AY·TI-<::."'ctCs- 0. t'\..l"""DAAA RI L0 ' IJ =' Iv'" .R nolaN
Other names yOU have been know by, includina crior marriaae(sl or nickname(sl
tM.4'1O 2;"-' \
'
Social Security Number Date of Birth
-:-
tDu.~~~;, 0 II /'-..\00 Dg
Applicant SianaturP Date
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status .. Information of a confidential or privileged nature may
be included. .
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
-
W \LL \ ~,,"'II'--\ Ie ,-,G ;. . I\.)·~ t:'-.JA..-vS.
Applicant Name (First, Middle, Last)
Other names you have been know by, including prior marriage(s) or nickname(s) .
\
Address City State Zip Code.
· - r/ /"
. . ~
~··.eL
/L-i.. ·--(.ct· -b__ ,---<~/ 1: ~-'i::. ..... ,.... -.:J // IV' C v f-t.-Vi 13d 7J£J Or;
Applicant Signature Date
aitJarbs tbis
iJBiploma
to
LTC William E. Evans
for successfuUy compCeting the
Reserve components NationaiSecuriiy Course
presented by the Joint Reserve Affairs Center
.. 14 July - 25Jufy 2008
~.. ~. -<.
fl·"'" i,' (
.J
/-,... ,: . ../-1\--,
' ,fe? 4.~
Kaslii I"Yatto F. C. WiCson
Cofone(,.LLS. Anny Nationaf Guard .Lieutenant Genera~U.S. Marine Corps
Director President
,~~ telligence Training ActiVity PaC}fl ,
,:~_~_'FF_'_
o11lt In .. . .
1 Ie
ThIS IS to certIfy that
.. ~ -.
• ..J~,,~.... presented by
~...
./ /' . "j,,~
~ , J • l, Joint Intelligence Training Activity Pacific
~ ~'",,. .J 3955 North Harbor Drive· San Diego, CaJifOl'nia 92101
ur-
'"
1t
.~-
\ "" ...
... - ~A;ll~M
.. ~ '.i LTC, USA
.,4"
-
~.... ,
.....
COMMANDING OFFICER
~t~;::~~~J;~;~~~~::t~!lS~;~:~:t.~~~~··::, ft: ';,-
'".,
,1.' ,
~
....{(.;
':'~(~'I ,~
I~~ .
€rrtificalr of 1 raining
'\~
i
:t~~~) .~
,,;
• ).!~~
;\ ':; "
.",.
,.
~::
.f,~;') .~:;
~~.,
~: ;"~
'"
~~
,II
This is to certify that
li WILLIAM E. EVANS
t\i§
~
~? ;':~ has satisfactorily completed the requirements of
~\ .(~ fJ,:
iti,
,'.'
,
i:t-:~
';.'
~;?
The Five Day ,.'".
"\ r~ . -o
~~
>'f'_.
\. ''';
Conducted at Fort Drum, New York, 21 - 25 July 1997
\.:
, fh..: "":t~: -w
..
:~:11 - .... --.., ,.. .
I (I J \, ;.;
I~.t _<\ ',,:1.,,,,~,,..-,·,,,,,,....C,,,;I_L<.,.-,,,\ __ _ _ _ _ _ __
\'~:.,~ ~.
··--J~hn A. Nolan, III CPP, oep
Director of Training t*{.~.,. ""*
~J.
Phoenix Consulting Group, Incorporated
<\.
-,'
..;. ~
, .
~
+...
j "~~.ll~" I'.
r ,.,
~trZtt£Bit J\pprnarlI£$ tn
QIlluut£xiut.elltg£ur£
Sponsored by
National COllnterintelligence Ce:r.ter
Washington, D.C
/ / ~~1'1T OF ;:-.,
/ ;-' :,k.e'-.,
(:}l~~'" ./,""i . •. !.,,~
!. \
(.J I Vf::.>Jl d t ...._....... __ ._.............__ .. ___.._.._.. ._,~~:~~.:::~~;~<~d:··,-.~~ --:?~::_ ,~.__ ~.: ~~-4.---.,.
JflOrKAS M. BELCHER
Senior Instructor, Cour~e Manager
.~-' ,"
. ~\d\:\,\~~'l 2\utelligence. '7l'r
~x~·
@£riifirai£ of ijJraining
W4iz iz to tertiftl t4at
CAPTAIN WILLIAM E. EVANS
251-23-0279
K~j:
~;:::~~
'0 "O""bM :.~i"-}5 September 199~L'('~_~~
~
.
STATES 0'
,
. '. .
.
JD tr£ctor
~
,::
-'"'
~,
.9 .-::;
-
1:.: ~~t
-:....: X' '.:1
<";.,1
"- +-'
01 "". C
::s :;:!
.'t:: .c
_.
.- '"
C
,~
'" (,
:;
-
,0 ..0
"' E"''-'
~
J
.S
-.....::..-
2:
" t7.J
,...
Li.1
o
~
. co
".,
(f) .:'>l r.> ('.~
Z
<{
>
'..lJ F-l
Pi
-
') .=:
l~
~
-;;j
..:::- ill (,
=
...
~
C
;;;
<{
--'"
~
-""'" - . -;;j 3
-'
c i-
S ~
u
'CO
W
!-
Z
.--
ill4e
Q.?~ Qi)raonut£ ~;
.1Jn tegtinWnl1 1lm11creof. ani) bU autljoritllll£Eiteb in Il£I.
~\j/1J.<Jln_\!Y~~-{).... . . . . ,/7:i?~-,.r--;/~tt(
Q)l11111nlllT DHllt
i\Bllistant Q[llmmnnuant
AcmOi trb by
:x
!lrtl! (£mtra l
AH.tHl(intillU Df
([uJ.! i uno i)(QL1olli
US .... I' ,'J. 429(n.)"I") 1 So,. 89
\!iqf
is IlcnbU Dedurdi (I
C"'" IDtplnmavj
/] . /
A..:eA~SJ LAf) l~ ";;"~~.v/ .. p
,r .~~?/, -1':.~~J.-··,"-r7//.-e:. J
" . I
,
/
I'I--~'
l\mcbitco nu
'~"rl~ (!lcnlral
.:\~HHltintilJn of
Q:"Uc unO !il>dltllli.
USAK:S • ~".w (211. (1'10-.1) I s.... 19
~------
.~ ~-------------------
Date 1/22/09
Washington State Patrol
LDS / /
Budget and Fiscal Services Contract Notification Form
D Billable over $10,000 D Billable under $10,000 ~ Payable D Other:
WSP Contract Number Other Contract Number NR Number
C090433PSC (2)
Contract Start Date Contract End Date AFRS End Date
January 20, 2009 September 30,2012
Contract Title CFDANo. QFSR
Lead Criminal Intelligence Analyst Services I DYes DNo
Contractor Name
Operational Applications Inc.
Contractor Contact Address
4227 South Meridian Suite C366, Puyallup WA 98373
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
Mr. Douq Larm 253-226-9564 30-0369267
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
douQ.larm@operationalapplications.com Tanya Pierce
WSP Project Manager WSP Section/Division/Bureau BFS Budget Analyst Name
Lt. Randy Drake lAD Sue Aschenbrenner
Remarks: AMENDMENT 2 REVISES THE FEES SCHEDULE ON BASE AGREEMENT CHANGING FROM STATE
FISCAL YEAR TO FEDERAL FISCAL YEAR. ACTUAL FEES AND ALL OTHER TERMS REMAIN UNCHANGED.
12. -frll/Ir »?
/l
Previous
Contract Amount
$532,000 Grants and Contracts Manager . /). /~
Manag~r ~~ ~~ 'fj fL
Amendment
Amount $ Business Office "' - "'"
Revised Total \A I . L/ I,e. II
Amount
$532,000 Budget Manager r L----, Allot: DYes~No
~ 1..-/ () IUnalticipated Receipt: DYes ~No
Prorate Leave to Contract: DYes DNo ~ AFRS Code Assigned: DYes DNo
Overtim~Allowed: DYes ~. Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Cost. es DNo Minimum Call Out Hours: _ _ _ _ _--1
Primary Org Code: Other Org Codes:
Typepf-Rllceipt: DRevenue D Interagency Reimbursement D Recovery of Expenditure
--
Distribution: ~ Project Manager
300-365-522 (R 6/03)
~ Accountant ~Budget Analyst ~ Other: Captain Braniff
WSP Contract No. C090433PSC
Amendment 1
Q~n.eN''-''* 6-v-t d= k
WASHINGTON STATE PATROL I" ~ ~ Ord '" .,. I ,-(£',5
CONTRACT AMENDMENT .",,",wdN"hJ\- ',< ~
\kO J- .
The above-referenced Contract between the Washington State Patrol and ( ,__ . __ ._.. _.
Applications Inc. is hereby amended as follows:
WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee Initial - 9/30/09 10/1/09 9/30/10 10/1110 - 9130/11 10/1/11 9130/12
Bill Evans $60.00 $63.00 $66.00 $69.00
When services are required by WSP at locations other than the local worksite, WSP
will reimburse the Contractor for authorized lodging, subsistence and business
vehicle mileage costs at current State of Washington approved reimbursement
rates. These rates are published in the State Accounting and Administrative Manual
(SAAM). This manual is available at the Office of Financial Management's SAAM
website: http://www.ofm.wa.gov/policy/saamintro.htm
THIS AMENDMENT is executed by the persons signing below, who warrant that they have the
authority to execute this Amendment.
Date
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building· PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-400() • www.wsp.wa.gov
Enclosed with this letter is one fully executed amendment of the referenced agreement
between you and the Washington State Patrol. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 596-4071.
Sincerely,
c· d.~~
}'Mr. J~ R. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
~\di,P~,~ll_~r~~~~(
: I GrlQCZ
INTER OfFICE COMMUNICAT 'N
Attached is a fully executed copy of the above-listed amendment between the Washington State
Patrol and Operational Applications Inc, Lead Criminal Intelligence Analyst Bill Evans.
The Budget and Fiscal Services contract tracking number is the WSP Contract Number noted
above; please use this number on all correspondence associated with this contract. If you need
further assistance, please contact Ms. Cindy Haider, Budget and Fiscal Services, at Micro 12, ext.
11071.
Cd.,t( JRH:clh
/p-' I Attachment
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Ms. Tanya Pierce, Budget and Fiscal Services
3000-323.001 (5/96) An internationally accredited agency providing professional law enforcement services
Budget and Fiscal Services
Contract Routing Face Sheet
o New
( 'J-') Period of [29 Amendment
Contract No. CoS d-I 6 3 e5 C- Performance: Ib,o!oQ-'1/3ofc-,- 0 Recurring
ContractTitle: Lta (\ Cci('f'!tVCI \ :.t...M \I'8'wt<> fh,a lIe ~\-
Other Party: q-{' m :\'1()!\)a\ hff IJC/1:1-sorV S
. 18 Payable
o Receivable
Amount: dt 6<3d..., oeo 0 Other:
Comments:
Grants and Contract Manager:
The above-referenced Contract between the Washington State Patrol and Operational
Applications Inc. is hereby amended as follows:
WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contrac.tor Employee(s) under this Contract.
Contractor Employee Initial- 9/30/09 10/1/09 - 9130/10 10/1/10 - 9130/11 10/1111 - 9130/12
Bill Evans $60.00 $63.00 $66.00 $69.00
When services are required by WSP at locations other than the local worksite, WSP
will reimburse the Contractor for authorized lodging, subsistence and business
vehicle mileage costs at current State of Washington approved reimbursement
rates. These rates are published in the State Accounting and Administrative Manual
(SAAM). This manual is available at the Office of Financial Management's SAAM
website: http://www.ofm.wa.gov/policy/saamintro.htm '
THIS AMENDMENT is executed by the persons signing below, who warrant that they have the
authority to execute this Amendment.
Date
Page 1 of 1
Hello Doug,
Attached is the amendment we had discussed for the contract for Bill Evans. Please print out 2 sets, sign both
sets, and mail both sets to my attention at the following:
Cindy.Haider
WSP Contracr.'·
360-596-./0; J
cindy. haider@wsp. wa. gOl'
1120/2009
WSP Contract No. C090433PSC
Amendment 1
The above-referenced Contract between the Washington State Patrol and Operational
Applications Inc. is hereby amended as follows:
WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee Initial- 9/30/09 10/1/09 - 9130/10 10/1/10 - 9130/11 10/1/11 - 9130/12
Bill Evans $60.00 $63.00 $66.00 $69.00
When services are required by WSP at locations other than the local worksite, WSP
will reimburse the Contractor for authorized lodging, subsistence and business
vehicle mileage costs at current State of Washington approved reimbursement
rates. These rates are published in the State Accounting and Administrative Manual
(SAAM). This manual is available at the Office of Financial Management's SAAM
website: http://www.ofm.wa.gov/policy/saamintro.htm
THIS AMENDMENT is executed by the persons signing below, who warrant that they have the
authority to execute this Amendment.
Date Date
Washington State> Office of Financiai Management> PSCD Page 1 of2
PSCDHome
OFfICE OF FINANCIAL rvlANAGEMENT
Personal Service Contracts Database
Queues Search Contact Us Help
>Logout
Status:
0,,1
Legend
In Process ~ Being
0" Analyzed
In Process - Request
OJ Further Info
~~
Created Correspondence
ii:2l
" ". New Comment
Answer Date: By:
IIifII Saved Question
L~ Responded Question
Answer:
http://contracts. ofm. wa. gOYIP SCD/Correspondence/M odif,rQuesti on.aspx?menuSeiect=mnuVProc&sub MenuSelect=mnuVPC... 12/3 012 008
Date 12/16/08
Washington State Patrol
IlcarIon Form
,
LDS ---1-'--,'-..
Bulge
d t an dF'Isca IS ervlces
. Cont ractN o tT
D Billable over $10,000 D Billable under $10,000 ~ Payable D Other:
WSP Contract Number Other Contract Number NR Number
C090433PSC (1)
Contract Start Date Contract End Date AFRS End Date
January 1, 2009 September 30, 2009
Contract Title CFDA No. QFSR
Lead Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Operational Applications Inc.
Contractor Contact Address
4227 South Meridian Suite C366, Puyallup WA 98373
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
Mr. Doug Larm 253-226-9564 30-0369267
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
doug.larm@ojJerationalapplications.com Tanya Pierce
WSP Project Manager WSP Section/Division/Bureau BFS Budget Analyst Name
Lt. Randy Drake lAD Sue Aschenbrenner
Remarks: TASK ORDER NO.1. PERIOD OF PERFORMANCE AND AMOUNT IS FOR THIS TASK ORDER
ONLY. REIMBURSES CONTRACTOR AT HOURLY RATE OF $60.00 (SFY09).
60.00 X 173 X 9 X 1.05 =$98,091.00
Contract Amount Position Signature, and Date
/7
Previous
Contract Amount $ Grants and Contracts Manager
I d6r1l. ZhL '7/")
10.
Amendment
Amount
$ Business Office Manager/Itt, ~~(j /v
'I, /'
;0-
Revised Total
$99,000 Budget Manager YL!.. LL Y/OI...J DYes,~~o Allot
. wJ!r
Amount -' Unanticipated Receipt: DYes !SINo
~~
. "V
Accounting Manager
Indirect Costs % c.7 ~ - I'P;'
/Re..\onue Code
Master Index Fund AI PI Project Sub
Object Maj~~
Grou
..J.
ajor
Duree
Sub
Source
TAR Code Percent!
Amount
----
Billable Contracts Only
Mileage Allowed: DYes DNo . . Mileage on~ DNo
Std Mileage Rate: DYes DNo SpeCial Mileage R per mile
Travel Authorized: DYes DNo oluntary OIT: DYes DNo .
Special Rules: DYes DNo
--
Distribution: ~ Project Manager
300-365-522 (R 6/03)
~ Accountant ~Budget Analyst ~ Other: Captain Braniff
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Bill Evans) shall provide lead criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor's Employee during this Task Order is
the WAJAC.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $60.00.
Page 1 of 1
Budget and Fiscal Services
Contract Routing Face Sheet
IE! New
U)
Period of 0 Amendment
Contract No. CD90't33 PSG Performance: IIJ!09-Cf /30/oq 0 Recurring
Contract Title: _"",Le,,-,G;ud,-,-,C-,cl...C;ffiL!lli'I NC!",.~r_~-"",,,-,\Q,,,1"-lI+'tlf"'-"N~~€-""--"(W;,~w\"-I,\(,,,,5,,,-t-~5e=.1.Y-"-v,,-,,C.,,-f5"'--_ _ __
Other Party: QfO to ±30nml ~f \rrd;\ON s "1N (' .
~ Payable
o Receivable
Amount: At 9 C1) ,CC() 0 Other:
Scope of Work: \SO\- 7 <is k GhUQ J'
~lc<\burses ~ (Pom f-tr rolf
Comments:
Grants and Contract Manager:
BFS Administrator: ~ ~5
Prorate Leave to Contract: DYes DNo ~ AFRS Code Assigned: DYes DNo
Overtime Allowed: DYe~ Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Co~es DNo Minimum Call Out Hours:
------1
Primary Org Code: ___________ Other Org Codes:
TypeftReCeipt: DRevenue 0 Interagency Reimbursement o Recovery of Expenditure
- Distribution: [gl Project Manager [gl Accauntant [glBudget Analyst ~ Other: Captain Braniff
300-365-522 (R 6/03)
No.
WASHINGTON STATE PATROL
C090433PSC
PERSONAL SERVICE CONTRACT
Other Contract No.
Lead Criminal Intelligence Analyst Services
Contract is between the of Washington, Washington State Patrol and the Contractor below, and is
governed by chapter 39.29 RCW.
NAME Contractor As (DBA)
Inc.
Contractor Address Federal Employer
4227 South Meridian Suite C366
30-0369267
WA 98373
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be aSSigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
··must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this ContraCt and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee SFY08 Rate SFY09 Rate SFY10 Rate SFY11 Rate
Bill Evans . $60.00 $63.00 $66.00 $69.00
. When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
6. I~surance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01,1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. . Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor sha!1 destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personriel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. SubcQntracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
ariSing out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C080065PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, Violation of which may result in criminal prosecution.
12 - <J."l- o~
Date
Attached is a fully executed copy of the above-listed contract and task order between the
Washington State Patrol and Operational Applications, Inc. for Lead Criminal Intelligence
Analyst Mr. Bill Evans. Funding for this contract will be encumbered under separate task orders.
Please ensure that the WSP employee preparing payment documents for this contract has a copy
ofthis contract to ensure the payment documents are filled out correctly.
The Budget and Fiscal Services contract tracking number is the WSP Contract Number noted
above; please use this number on all correspondence and payment documents associated with this
contract. If you need further assistance, please contact Ms. Cindy Haider, Budget and Fiscal
Services, at Micro 12, ext. 11071.
cJ-~ JRH:clh
f>" Attachment
cc: Ms. Sue Aschenbrenner, Budget Section
Captain Tim Braniff, Investigative Assistance Division
Ms. Tanya Pierce, Accounts Payable Section
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-4000 • www.wsp.wa.gov
Enclosed with this letter are two fully executed originals of the referenced agreement
and task order between you and the Washington State Patrol. Please keep these
originals for your records.
The Washington State Patrol contract tracking number are the agreement numbers
referenced above; please use these numbers on all correspondence regarding these
agreements. If you need further assistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 596-4071.
Sincerely,
1 C~d.~
~, Mr. Jeffrey R. Hugdahl
Budget and Fiscal Services·
JRH:clh
Enclosure
_ c·-~J '::;~-~\
;~
Budget and Fiscal Services
Contract Routing Face Sheet
m New
Period of 0 Aniendment
Contract No. (o9O-fs:;, fE',c, Performance: \ 11ID'1- q (,,01 \~ 0 Recurring
Contract Title: ko ~ C-, rr-:!Nu [ 'tp ,td\'80,) ee Me.~,:; t 5l'.('v(tes
Comments:
Grants and Contract Manager:
e --. j
BFS Administrator:
.
Management Servlces Bureau D'Irector: c..,A) \/' i 101.
----zp----'7f='i------''-----"--------------
Page 1 of 1
Ms Haider/L T Drake:
As an FYI, fingerprint cards received and applicants are reporting in this week for completion along
with DOL abstracts.
Thank you.
VIR
Doug
Doug Larm
Operational Applications Incorporated
115/2009
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 596-4000 • www.wsp.wa.gov
Enclosed are two sets of the referenced agreement and task order between the
Washington State Patrol and your organization. Once an approved representative of
your organization has signed these originals, please return all originals to the following:
One fully executed original of each will be returned to you for your records. The
Washington State Patrol contract tracking number is referenced above; please use this
number on all correspondence regarding this agreement. If you need further
assistance, please contact Ms. Haider at (360) 596-4071.
Sincerely,
, , J
C~~ ~~~
h'i":~-~ili~~_~_-:-~
JRH:c1h
Enclosures
~---'----
()
Page 1 of2
In response to Tim's note: there is no need for D/C approval in this case.
He asked me to screen these for him and proceed with the procurements which were obviously critical.
Since he is on leave (and this one is a no brainer), I will have Cindy Haider move forward with it.
Resp, Bob
Approved
Approved for quarter-final approval, then it will need to go back to BFS for semi-final approval, then to the DC for
Final Approval.
Answers:
1. Support the Intelligence Gathering/Sharing Infrastructure at the WSFC.
2. WAJ8 (Federal Grant)
3. 3a.-Yes, 3b.-No, 3c.-Yes, 3d.-No
4. The WSFC will not be able to function.
Tim
12/5/2008
Page 1 of 1
Lt - Please provide the budget code for the Bill Evans contract.
Thanks,
CiiJdv Haider
IVSP ('oniracls
J{jO-59!i-/07 !
cindy. haider@wsp. wa. gQJ-'
12/16/2008
Page 1 of 1
Please review the attached contract and Task Order at your earliest convenience. If there aren't any changes I
will mail out originals to Mr. Doug Larm for signature.
Thanks,
('in(/F i {aider
JfS/' Contract.,
](jO·596-.f.07j
cindv.haider~. WQ,gQ}'
12/16/2008
WSP Contract No.
WASHINGTON STATE PATROL
PERSONAL SERVICE CONTRACT
Contract No.
Lead Criminal Intelligence Analyst Services
Inc.
I Number
4227 South Meridian Suite C366
30-0369267
Contact Fax
nt
, I i i
contains all of the terms and conditions agreed upon by the parties. No other understandings or repres,enl:aticJns, oral or
otherwise, regarding the subject matter of this Contract shall be deemed to exist or bind the The parties signing
below
Date Date
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee SFY08 Rate SFY09 Rate SFY10 Rate SFY11 Rate
Bill Evans $60.00 $63.00 $66.00 $69.00
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
6. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the SpeCial Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnity, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract arid for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable effortsto advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attomey's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all clairns
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the .Contractor under the terrns of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C080065PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 HCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
Date
You are welcome. I hope to have the paperwork sent out by middle of next week. Lt Drake will be in contact with
Mr. Evans regarding the background check and possible polygraph.
Ms Haider:
Thank you for the great news!
I will comply with a quick-turnaround for signatures.
Again, thank you for the great news!
Happy Holidays!
VIR
Doug Larm.
Mr. Larm,
Congratulations; your candidate Mr. Bill Evans has been selected as the Apparent Successful Proposer
for the Lead Criminal Intelligence Analyst. The Start Date for this contract will be January 1, 2009. Two
original contracts and Task Order No.1 will be mailed out to you for signature. Please sign both sets
and mail both sets back to my attention at the address listed on the cover letter that will be enclosed.
Cindy Haider
IV.'>P RFQQ COilrdii1uim'
cjl1dy. fzaldeJ'({!.}H;sp. 1·1:(t. go F
12/5/2008
Page 1 of 1
Mr. Larm,
Congratulations; your candidate Mr. Bill Evans has been selected as the Apparent Successful Proposer for the
Lead Criminal Intelligence Analyst. The Start Date for this contract will be January 1, 2009. Two original
contracts and Task Order No.1 will be mailed out to you for signature. Please sign both sets and mail both sets
back to my attention at the address listed on the cover letter that will be enclosed.
Cilldy llaider
IJ'S!' RFQQ Coordinator
eiI7l6'. haider@wsp.wa.gov
12/412008
Page 1 of 1
Yes
Lieutenant Randy Drake
Washington State Patrol
Intelligence Section I WAJAC
Are you planning on a start date of January 1, 2009 for Bill Evans?
CiYidF Haider
WSP Conlraers
360-596--11)7 !
cindv.haider@ws~
12/412008
Page 1 of 1
Cindy,
I was unable to reach all the analyst-lead applicants by phone so I sent each an email. I will provide them with any
feedback they might want at the upcoming interview analyst interviews. Mr. Ward and Mr. Jones have been
scheduled for interviews for the Criminal Intelligence Analyst position.
Lt - Please let me know once you have called the three lead candidates regarding the status. I will then send out
the formal notification via email.
Thanks,
Cindv Haider
WSI' Contmas
360-596--/07 I
cindy. hGider@wsp. WG. gov
12/512008
REFERENCE CHECK FORM
b \\ l:vO,J~ s
Vendor Name O~{> Y'h-\-i DNa \ ~hcGbor\)s Vendor Number -LQ
Signature ----tL-----=:!::.l.<=~~~'__~~=
_ _ _ _ __ Date I {- (q -t:JB
Please provide a raw score of 0-1 0 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
.approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
=
3 The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
=
10 The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. _l_ for _ _~
__-_,_'_\_ _2-,.'-'.-0..._(\..--="::>=--_______
2. nalyst? Score: \. 0
3. Score: I C>
7. proposed Analyst ( \b
eve..... ("'<...
D:ebot
REFERENCE CHECK FORM
'b, \ \ EAI~{\) s
Vendor Number --.lQ.
Vendor Name ~fL ~Q:
Evaluator Name et f'-
L
{J l
CONFLICT OF INTEREST AND CONFIDENTIALITY STATEMENT
To ensure a fair procurement process and to guard against protest by unsuccessful proposers, I
have carefully evaluated my position with regard to possible conflict of interest. I certify that I
am not aware of any issue that would reduce my ability to participate on the evaluation team in
an unbiased and objective matter, or which would place me in a position of real or apparent
conflict of interest between my responsibilities as a member of the evaluation team and other
interests. In making this certification, I have considered all financial interests and employment
arrangements (past, present or under consideration).
my
authorized access to the information by law or regulation. I will return all copies of the proposals
wHh romp?:,",,:,~:-
=
10 The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average prod uct.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed forWSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. ~ 2v....,.,::.
"Z- for --~~~~~~~~-----------------
\\
2.
all.
3. Score: \0
6.
7. Score: LV
50D
REFERENCE CHECK FORM $'0
\h,\\ ~s
Vendor Name QfQfg~Nli..1. '\>@\ i eq±>orJ:;; Vendor Number JQ.
Signature _1.=::~k.~_~-=--:"'W-=.
______ Date---.:./-,-I--,-(-.!.q_-_pu
__
Please provide a raw score of 0-10 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
=
o The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No.3. for ~:- \ \ 2v . . (\. ~
--~~------------=-----------------
1. Score: \ '0
Score: \D
6. Score: 10
7. Score: !b
50.0
Vendor Name O~HQ,,\s \Jf\)J ~\ i e.c...:I4QI'\)S Vendor Number--1a.
Signature _ _---,,~=~-?'"""'=::::...------_
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
A. If you are submitting a proposal for Criminal Intelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
Date _ _f_I_I_1f_/'_O_Y_
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the reqUirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
A. If you are submitting a proposal for Criminal I ntelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
Signature ---6""-~I----7''+-b''-''''''I.L--I-----
Date_-i-');,---"'-,/f,---~_cJ._#_'
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire, Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product
5 = The proposed staff meets the reqUirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the pro sed Consultant Team Member(s), which include information on the
individual's particular skills relat to this project, education, experience, significant accomplishments and
any other pertinent information/Please provide certificates of completion or other proof of specialized
intelligence analyst training wih the resumes'.
/
Criminal Intelligence Analyst .Services Team Member Qualifications/Experience
Raw Score (1'10)
Notes:
A. If you are submitting a proposal for Criminal I ntelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualiftcations of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include infonnation on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent infonnation. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
LEADS
No. Company TIN UBI pac Title POC First pac Last Address City State Zip
1 Network Transport Enginee Phone Fax E-mail Tm Title Tm First Tm Last
602580868 Mr. Micheal Dorsey 3300 NE 1. Ridgefie[d WA 98642 (425) 531-2735 (503)786-3167
8 Intelligence Acumen Mr. James Ward 7008 258tr Graham Mr. Nicholas Jones
WA 98338 (253) 232-6378
9 Centra Technology Inc. 52-1405842 Ms. Eileen O'Sullivan Mr. James Ward
25 Burlingt Burlington MA 1803 (781) 272-7892 (781) 272-7883 osullivane@centram'Ms.
9a Centra Technology Inc. Amy Kanawi
9b Centra Technology Inc. Mr. Steve Mazel
10 Operational Applications 602632122 Mr. Doug Larm Mr. Scott Whippo
4227 Soutt Puyallup WA 98374 (253) 226-9564 doug.larm@oQeratior Mr. Bill Evans
,-
Responsive Rate 1 Rate 2 Rate 3 Rate 4 Avg Cost Pis (. Eval 1 Eval2 Eval3 Quest Ray Quest (70 Ref 1
Yes Ref 2
$44.00 $44.00 $44.20 $44.20 $44.10 13.54 8.00
Yes 8.00 8.00 8.00 56.00 45.00 50.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00
Yes 5.00 5.00 5.00 35.00 38.00 40.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00
Yes 5.00 5.00 5.00 35.00 0.00 0.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 600
Yes 6.00 6.00 6.00 42.00 41.00 47.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 7.00
Yes 7.00 7.00 7.00 49.00 47.00 42.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00
~Yes
5.00 5.00 5.00 35.00 44.00 44.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 6.00
Yes 6.00 7.00 .6.33 44.33 44.00 45.00
$37.50 $39.00 $40.56 $42.18 $39.81 15.00 7.00
Yes WITHDREW 7.00 7.00 7.00 49.00 50.00 50.00
$48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27 5.00 5.00 5.00 5.00
Yes $50.00 35.00 47.00 47.00
$52.00 $54.00 $56.00 $53.00 11.27 8.00 8.00
Yes 7.00 7.67 53.67 50.00 0.00
$48.00 $50.00 $52.00 $54.00 $51.00 11.71 6.00
Yes 6.00 6.00 6.00 42.00 50.00 46.00
$48.00 $50.00 $52.00 $54.00 $51.00 11.71 7.00
Yes 7.00 7.00 7.00 49.00 50.00 46.00
$50.00 $52.00 $54.00 $56.00 $53.00 11.27 7.00
No 7.00 8.00 7.33 51.33 0.00 43.00
No
No
No
No
No
•
~\D
EXHIBITB
One (1) eriginal Letter ef Submittal and Certificatiens and Assurances was submitted with the
Censultant's propesal. Letter ef Submittal and Certificatiens and Assurances were signed by
a persen autherized to. legally ebligate the Censultant.
/
7'
4 separately-beund cepies ef the propesal were submitted.
Fer Criminal Intelligence Analyst Services, the prepesal clearly demenstrates that any
propesed Censultant Team Member(s):
Has previeusly served as an intelligence analyst fer a minimum ef two. (2) years either in a
Federal intelligence agency, the military, er State and/or lecallaw enfercement intelligence
unit; er has a Bacheler's degree er higher cellege degree in criminal justice, lawenfercement,
statistical analysis er a related field that substitutes fer the werk experience requirement; and
Has provided preef ef cempletien ef Intelligence Analyst Training to. ensure baseline
proficiency in intelligence analysis and productien.
Fer Criminal Intelligence Analyst - Lead Services, the propesal clearly demenstrates that any
propesed Censultant Team Member
Has feur years ef pregressively respensible werk experience in either in a Federal intelligence
agency, the military, er State and/or lecallaw enfercement intelligence unit; and
Pessess a Bacheler's degree frem an accredited cellege er university; er, an Asseciate's
degree in criminal justice, law enfercement, statistical analysis er related field from an
accredited cellege er university; and
Has provided proef ef cempletien ef Intelligence Analyst Training to. ensure baseline
proficiency in intelligence analysis and productien.
Fer Criminal Intelligence Analyst Services the heurly reimbursement rate fer prepesed
Censultant Team Members dees net exceed $50.00.
Fer Criminal Intelligence Analyst - Lead Services the heurly reimbursement rate fer propesed
Censultant Team Members dees not exceed $60.00.
The prepesal centains a Waiver and Autherizatien to. Release Infermatien ferm fer every
Censultant Team Member prepesed fer werk. The ferm is signed by each respective
propesed Censultant Team Member.
Prepesal provided 90 days fer acceptance ef its terms frem the due date ef propesals .
City (optional)
or Search by
r UBI/Tax Registration Number
Reset I Help
RESULTS
1 to 1 of 1 results
PUYALLUP Open
Previous Next
ABOUT US I CONTACT US ! OUEsrONS & ANSWERS I GRAPH!C VERSlON I TEXT VERSION! PR!NTER
FRiENDLY
Voler ,egist;-alion
ess!stanc(!
D!SC!3;mer i {f)200 (' Washing!,)!) StE.te Department of Reve iii€' and its !;cBn$!)rs. Ai! ngtn$ reserve(j [S",cretary of State)
Per Section 3.1.1 , First Tier Evaluation, of the referenced Request for Quallfications/Quotation, the top proposers for WAJAC
Criminal Intelligence Analyst - Lead Services are the following'
Per Section 3.1.1 , First Tier Evaluation, of the referenced Request for Qualifications/Quotation, the top proposers for WAJAC
Criminal Intelligence Analysts are the following:
l$Jstartj ; :. ~:)l Sent items ~ Microsoft o.J I...J RFQQ #C090433PS[ -... I
_.;..~ CONTRACTXP : Databas ..• ..Jij frmContract2
Page 1 of 1
Per Section 3.1.1, First Tier Evaluation, of the referenced Request for Qualifications/Quotation, the top proposers
for WAJAC Criminal Intelligence Analyst - Lead Services are the following:
Per Section 3.1.1, First Tier Evaluation, of the referenced Request for Qualifications/Quotation, the top proposers
for WAJAC Criminal Intelligence Analysts are the following:
Thank-you,
Cindy Haider
lIFQQ CoordinalO(
cindv.haiderf(.{.w.lp. wa.go\'
11124/2008
STATE OF WASHINGTON
Washington State Patrol
RFQQ Proposals:
Due date: No later than 4:00 p.m. PST on November 14, 2008
Send to: Ms. Cindy Haider, RFQQ Coordinator
Mailing Address:
Budget and Fiscal Services
PO Box 42602
Olympia WA 98504-2602
Physical Address:
210 - 11'h Avenue SW, Room 116
Olympia WA 98501
The following is an amendment to RFQQ No C090433PSC. All other terms and conditions of
the RFQQ that have not been revised by this amendment remain in full force and effect.
a. Vendor Questions and Answers. Per Section 2.2, Consultant Questions and Answers,
below are questions posed by potential consultants responding to this RFQQ, and the
Washington State Patrol's responses to those questions.
1. Question: Will all six (6) criminal intelligence analysts be located at the Washington
Joint Analytical Center in Seattle?
Answer: Yes.
2. Question: Will the total salary and benefits cap of $50 and $60 respectively, remain
unchanged during the multi-year contract?
Answer: You may propose up to a 5% increase for each federal fiscal year
starting October 1, 2009.
3. Question: For estimating the per hour cost, the RFQ uses 173 hours a month. This
exceeds the usual eight hour work day. Will the analysts be required to work 173
hours a month?
Answer: 173 hours is recognized by the U.S. Department of Homeland Security
as an average number of work hours during one month, and is the maximum
number of billable hours that a contracted intelligence analyst or lead analyst
can work. The position will typically work a 40-hour work week.
Page 1 of 1
WEBS Page 10f4
jC090433PSC 15 1-10
Bid Title .i> (limited to 75
.:J
Solicitation Type * Bid Type *
iRFOO il jOpen -::.1
Thf' F:,~'st DDte is the d2lt(~ thc-; hie: wi:! nost 1"0 i'~I(,; hid Cuil:~:·ld,:\r', The fnactive Date is the
(.lau~ t:H: bid \;vll1 drop off the Did ca!(;rr(]iJr
\3,000,000
Organization Name *
Step 3 - Make sure you have completed Steps 1 and 2 before proceeding.
Step :3 DlCjS yow vendor list for notlf'ci:ltlon
SELECT VENDORS FOR NOTIFICATION BY:
RU:lZliTi.IIDI§loblfNomlUl ?
1t is jt)'2 counties where the vendors indicated thoy are wiliing to provide serv,ce In
Step 4 - Make sure you have completed Steps 1, 2 and 3 before proceeding.
Browse... I
Fiii'!
C090-133PSC.doc
Browse ...
Note. Bid Amendment notice is sent auto~naticai\1 aftel' the Amendrnent has been uploaded. if bid
date ~leeds io be c~langed, do so before uploading the Ame(;cJrrH2rlt.
i
File
amend 1 to RFQQ No C090433PSC.cloc
CiiG BJ;COIW BID RESUL1S Record Bid Results and Notify Unsuccesful
Vendors
173 hours is recognized by the Homeland Security for the hours wcrked in one month The position Will typlcal'y
work a 40-hr work week depending on special circumstances
Cin',iv Haider
TfSl' II FQQ ( 'uordinqlor
kin,ely, haider@}1IJ]2JVJ],gov
CENTRA Technology, Inc. is considering this RFQ. We request that the following questions be
answered:
I.Fo r estimating the per hour cost, the RFQ uses 173 hours a month. This
exceeds the usual eight hour work day. Will the analysts be required to work
173 hours a month?
10/3112008
RFQ Criminal IntelJigence AD -~t Services C090433PSC Page 2 of3
Cin{~r Hoider
nsp Rl'{)(J CwrdillIJtor
r;JIl@j1fJ.ider~ wa. gov
CENTRA Technology, Inc. is considering this RFQ. We request that the following questions be
answered:
1. Will all six (6) criminal intelligence analysts be located at the Washington Joint Analytical
Center in Seattle? Yes
2. Will the total salary and benefits cap of $50 and $60 respectively, remain unchanged during the
multi-year contract? They may propose up to a 5% increase for each federal fiscal year starting
October 1, 2009
10/3112008
RFQ Criminal Intelligence AI' '~t Services C090433PSC Page 3 on
10/3112008
Page 1 of 1
Cindy j-foid('F
IPS}' RF(}Q Coordinulor
cindy. haider@wSQ.wa.gQY
Cindy,
I am interested in the following announcement; could you please send me the information?
Thank you.
Craig A. Dudley
10/31/2008
Page 1 of 1
Ciil(/ V I-!";!r, Ie r
W\}' flFQQ Coordinator
cindy haider@J1~]lJ:!l-'LgQV
10/3112008
RFQ Criminal Intelligence Ar . 'st Services C090433PSC Page I of2
('l})(.(i" ffdide(
frS'/' RFi)Q Coordinalor
cilj[i;Jiaider@J1~Juy'(L gov
CENTRA Technology, Inc. is considering this RFQ. We request that the following questions be
answered:
1. Will all six (6) criminal intelligence analysts be located at the Washington Joint Analytical
Center in Seattle? Yes
2. Will the total salary and benefits cap of $50 and $60 respectively, remain unchanged during the
multi-year contract? They may propose up to a 5% increase for each federal fiscal year starting
October 1, 2009
10/3112008
Page 1 01'2
Thank you Cindy for your reply. I have a Master's Degree, but not the Intelligence Analyst Training I think they
get at the FBI school :(
Keeping my eyes out for other contracts
Best Regards,
Theresa
1.4.2 CJ'iminallntelligence Analyst Services: At a minimum, each proposed Consultant Team Member
proposed for criminal intelligence analyst services must meet the following requirements:
• Work Experience and/or Education: Must have previously served as an intelligence analyst
for a minimum of two (2) years either in a Federal intelligence agency, the military, or State
and/or local law enforcement intelligence unit. A Bachelor's degree or higher college degree
in criminal justice, law enforcement, statistical analysis or a related field may be substituted
for the work experience requirement.
• Specialized Training: Must have completed Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
• Must be proficient in the use of Microsoft Office Suite applications.
• Must be able to obtain a federal Top Secret level security clearance and pass a criminal
history background check conducted by WSP. Proposed Consultant Team Members may be
required to pass a polygraph examination.
1.4.3 Criminal Intelligence Analyst - Lead Services: At a minimum, each proposed ConSUltant Team
Member proposed for criminal intelligence analyst-lead services must meet the following
requirements:
• Work Experience: Must have four years of progressively responsible work experience in
either in a Federal intelligence agency, the military, or State and/or local law enforcement
intelligence unit.
• Education: Possess a Bachelor's degree from an accredited college or university; or, an
Associate's degree in criminal justice, law enforcement, statistical analysis or related field
from an accredited college or university.
• Specialized Training: Must have completed Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
• Must be proficient in the use of Microsoft Office Suite applications.
• Must be able to obtain a federal Top Secret level security clearance and pass a criminal
history background check conducted by WSP. Proposed ConSUltant Team Members may be
required to pass a polygraph examination.
10/3112008
Page 20f2
Intelligence Analyst Training is defined by: Intelligence Analyst Training - Training received for the position of
Intelligence Analyst in accordance with Minimum CriminaiJntelligjlnc!1_ TrainingJilimgardJ;jQL!-aw
Enforcement and Other Criminal Justice A9-~ncies in the United.St!WJ; dated October 2007 as published
by the Bureau of Justice Assistance, U.S. Department of Justice.
(-imh ! !aider
rv,')'}' Commc{s
36U-596-·HF!
cindy.haider@wsp.wa.gQ}'
Cindy,
Question ref. min requirements on Criminal Intelligence Analyst
Service contract.
I did not attend the FBI school for CIA and do not have this credential.
I have 16 112 years of prior law enforcement. Does this count for this
contract?
Theresa Escott
theresa.escott@odominus.com
Description Of Opportunity
Criminal Intelligence Analyst Services
Date Posted Date Closed
10/23/2008 11/1412008
Estimated Value Contact Name
3,000,000 Cindy Haider
Contact Phone Contact Email
(360) 596-4071 cindy .haider@wsp.wa.gov
10/31/2008
Haider. Cindy (WSP)
Ashley,
The specialized training is a requirement. Please see Minimum Criminal Intelligence Training Standards for Law
Enforcement and Other Criminal Justice Agencies in the United States dated October 2007 as published by the Bureau of
Justice Assistance, U.S. Department of Justice to see if this applies to your current experience.
Cindy Haider
WSP Contracts
360-596-4071
cindy.haider@wsp.wa.gov
-----Original Message-----
From: Ashley Hunsberger [mailto:ashley.m.hunsberger@gmail.com]
Sent: Friday, October 24,20083:29 PM
To: Haider, Cindy (WSP)
Subject: Re: RFQQ WSP No. C090433PSC
Hello Cindy,
Thanks for the response. I was a bit confused because I have never applied for a job in this manor. I do however have
another question regarding the analysis training. I have been working at the National Geospatiallntelligence Agency
(NGA) here in the DC area for 2.5 yrs while finishing my BA. I have had training courses, and have produced multiple high
level intelligence briefs and received multiple awards for them, but have not had "specialized training" other than on the job
training. Will this be a problem or can my resume and work experience make that a non issue?
Thanks,
Ashley Hunsberger
From: <Cindy.Haider@wsp.wa.gov>
Sent: Friday, October 24, 2008 6: 15 PM
To: <ashley.m.hunsberger@gmail.com>
Subject: RE: RFQQ WSP No. C090433PSC
> Hi Ashley,
> The business license won't be required until after a candidate has
> been chosen the Successful Proposer. There is a 10-day grace period.
> Please refer questions regarding the business license to
> http://www.dol.wa.gov/mls/mlsinfo.htm. If you have further questions
> regarding the RFQQ and the requirements please send them to me by email.
> This is the preferred method as to ensure answering questions correctly.
> If need be after all I can give you a phone call.
>
> Thank-you - have a great afternoon
>
> Cindy Haider
> RFQQ Coordinator
> cindy.haider@wsp.wa.gov
>
> -----Original Message---
> From: Ashley Hunsberger [mailto:ashley.m.hunsberger@gmail.com]
> Sent: Friday, October 24,20082:17 PM
> To: Haider, Cindy (WSP)
> Subject: Re: RFQQ WSP No. C090433PSC
1
>
> Good afternoon Cindy,
>
> My name is Ashley Hunsberger and I recently received the notice for
> RFQQ No. C090433PSC . I am a bit confused. In this RFQQ, it says I
> must have a business license for Washington State, and be a
> consultant. I am not sure if I can get a business license for
> Washington as I do not live there yet,
> (currently I live in Virginia) and do not own a business. I have a few
>
> questions about this RFQQ and if you have time would like to speak to
> you about it.
>
> I can be reached at 703.475.0602.
>
> Thank you,
> Ashley Hunsberger
>
>
> --------------------------------------------------
> From: "Hunsberger, Ashley M." <Ashley.M.Hunsberger@nga.mil>
> Sent: Friday, October 24, 2008 12:45 PM
> To: <ashley.m.hunsberger@gmai1.com>
> Subject: FW: RFQQ WSP No. C090433PSC
>
»
»
» -----Original Message-----
» From: Ackerman, Matt (GA) [mailto:Mackerm@GA.WA.GOV] On Behalf Of GA
> WEBS
» Customer Service
» Sent: Friday, October 24,2008 12:32 PM
»To: Hunsberger, Ashley M.; GA WEBS Customer Service
» Subject: RE: RFQQ WSP No. C090433PSC
»
» Hi Ashley,
» You can obtain the RFQQ by logging into WEBS, searching in "search
» opportunities" for "my counties" and "my commodity codes". There you
> will
» find the solicitation and can download the document.
»
»
»
» Matt Ackerman
» WEBS System Manager
» General Administration I Office of State Procurement
» Phone: 360.902.7400 I Email: mackerm@ga.wa.gov
»
» -----Original Message-----
» From: Hunsberger, Ashley M. [mailto:Ashley.M.Hunsberger@nga.mil]
» Sent: Friday, October 24,20089:23 AM
» To: GA WEBS Customer Service
» Subject: RFQQ WSP No. C090433PSC
»
»
» Good morning,
»
» I would like to obtain a copy of the RFQQ for No. C090433PSC.
»
» Thank you,
»
» Ashley Hunsberger
» National Geospatial-Intelligence Agency (NGA) Imagery Analyst Latin
» America Division Venezuela Branch
2
» (703) 262-4454
»
» -----Original Message-----
»From: Cindy.Haider@wsp.wa.gov [mailto:Cindy.Haider@wsp.wa.govl
» Sent: Thursday, October 23, 2008 5:53 PM
»To: Cindy.Haider@wsp.wa.gov
» Subject: RFQQ WSP No. C090433PSC
»
» The Washington State Patrol (WSP) has released a Request for
» Qualifications/Quotation (RFQQ) to solicit proposals from Consultants
> to
» provide criminal intelligence analyst services at a regional criminal
» intelligence center serving Washington State. Proposers must be able
> to
» obtain a federal Top Secret level security clearance and pass a
> criminal
» history background check conducted by WSP and/or local law
> enforcement.
»
» You may obtain a copy of the RFQQ from the Washington's Electronic
» Business Solution (WEBS) webscustomerservice@ga.wa.gov. Proposals
» are due by 4:00 p.m., local time, on Friday, November 14, 2008 at the
» address listed below.
»
»
»
» WSP is an equal opportunity employer and minority and women-owned
» businesses are encouraged to reply.
»
»
»
» Please reference RFQQ No. C090433PSC in any communications regarding
» this RFQQ. For further information contact:
»
»
»
» WSP Budget and Fiscal Services
»
» ATTN: Cindy Haider, RFQQ Coordinator
»
»210 -11th Avenue SW, Room 116
»
» PO Box 42602
»
» Olympia WA 98504-2602
»
»Fax: (360) 596-4077
»
» e-mail: cindy.haider@wsp.wa.gov
»
»
»
»
»
3
Page 1 of 1
Thanks
Mr. Cassidy,
Attached is the RFQQ as requested.
Thank-you,
Cindy Haider
n·:',? Coordinator
cindy. haider@wsp. wa.gQ.l'
10127/2008
Page 1 of2
Cindy,
Just so you ar.e aware this is what I received via CENTRA when I applied at the following sites:
b:!:!p:llwww.intelligencecareers.comijobs/jobview.cfm?jobid=U12JLlZ<:Il:l.efsl.c=HLlclfu9.1e!"
(CENTRA Technology, Inc. is seeking Criminal Intelligence Analysts to provide intelligence support tl
in Seattle, Washington.
and
b:!:!p..J[jpbyie""..!Hpn;;ter&onJLGJ<tTob.Jl;;'PlSl
l~QU2=-Z106.9'Z.93&JQQTitle=Criminf}1±-In~llig~ns;e.±Amlly?!&Q.=Cri1l1.imtl±lnteUig~lQe±Al1alyst<:ll:rad=2.C
lQ~29+ 12Yo3<15.9.%).1\00&pg= I &seQ.=.2.
and
"We received your resume and are considering your qualifications for our
current staffing needs. We will contact you if your qualifications
match our position requirements. You are also welcome to apply to
future j.<JI:J.l)().s.ti.[\g~ if a specific opportunity interests you. We
appreciate your interest in exploring career opportunities with us and
value your interest in becoming a member of our team. Note: This is an
automated message and should only be used for resume submissions."
Sincerely,
CENTRA Technology, Inc.
So this is what I was calling about, not the RFQQ to contract employees for the position. Thank you for)
VfR,
Amy Kanawi
Amy - attached is the Washington State Patrol's Request for Qualifications/Quotations (RFQQ) for Criminallnte'
1114/2008
Page 2 of2
fIeider
1114/2008
Criminal Intelligence Analyst Job in Seattle 98101, Washington US Page 1 of3
Job Tools
Centra Technology
~
~ave
Share
httn' I Ii ()hvi ~W. m ()n ,Ier. com/Get!0 h.asDx?.J 0 hID=77 069793 &J 0 bTi tle=Criminal +Intelligence+ Anal yst&q=Criminal +Intelligence... 11/412008
Criminal Intelligence Analyst Job in Seattle 98101, Washington US Page 2 00
All applicants must have strong organization and communication skills. As', we provide
services for US Government customers in the national security arena, all CENTRA
employees must apply for and receive security clearances. Therefore, US citizenship is
required for all positions.
CENTRA Technology, Inc. is a rapidly growing small company providing systems
engineering and analytical services to Federal, state and local government and
commercial customers. We have main offices in Burlington, MA and Arlington, VA.
CENTRA Technology, Inc. is an Equal Opportunity Employer.
We offer a full range of benefits, including competitive salary, comprehensive health plan
including dental coverage, company-paid life & disability insurance policies, 401 (k) plan
with company match and profit sharing, ESOP, incentive bonuses, relocation assistance
and a generous educational reimbursement program.
If you would like to apply for this position, please e-mail your resume to
[e.cruiler2@centralechnologYccom. Please reference job code WA-CI in the subject
line.
Step 1:
* = Required Information
First name *
httn' I I;~h";,.,,, n1~nd,.r r~n1 In,., T~h ",nY? Tnh Tn=770hq7ql~Jn h Titl~=C:riminB I+T nt.e lli lIence+ Analvst&q=Criminal +Intelligence... 11/4/2008
Criminal Intelligence Analyst Job in Seattle 98101, Washington US Page 3 of3
Last name *
Email address *
Step 2:
Add your own cover letter or note below. To send your resume without a note, leave this box empty.
Step 3:
r
r-----
(0 Upload a new resume Copy and paste a resu me
I
Browse...
I
--::J
rRIY_QQlifl!'!
i=imL.Similjgr.Jobs
~tJ 'Geratd.D.Dean@uscg.mil·
),0(J .. 5,(i6·4:)7 }
cindy.haider@.wsp.wa.gov
J
::-l~ ·PETER.K.WALSH@saic.com'
.j
_ _
d;startJ ! ;,,;'8 Sent Ite~5 - Microsoft 0.:.: ,-.::1 _FYI:_ R_f-Q9'wSP' Nb. co... tel's ,MkrosoFt-Office-Ac~ess 3:03 PM
. ., . K
Eie fdit !/JeW Insert FQrmat loots actions tl,/p
,.. 4B.eply "41 Reply to Al! ' ~ib-For~ard <:.~ c.. .-¢
'" ;0 " X
.\',
....
.;. l~;
m
,,,"''' Halder, andy (WSP) Sent: _Thu 10(23/2000 4:37 PM
To: Haider.. Cmdy (W5P)
Cc:
Bee: '!,ETER,K,WAtsH@saic;com';'Gerald:o,Dean@UScg.mif; 'sarah.l,getty@saic,(om'
Subject: RFQQ WSP No. C090433PSC
The Washington $' .... te P.JtroIIWSPI 1I,1s rele.lsed ., Request f.01 Olh. . lificmions'-Ouotation IRFQO) to solidt IHOPO$;~ls
110111 COlisult.lllts 1(1 provide climin;.ll iutelligellce .lllalyst selvices at a le!.li~)("ll climini11 intelligence ceutel servin:.!
W.lshiu!JtOIi State. Plul~osels I1111S1 be .,hle to oht.lin it fed·eH .... 1 Top Sec-let level security cle.u,lllce ,11HI p''ISS ,1
crilllilhli history h<lckUhHIlHI check conducted by WSP <11111:01 10(:<11 hlW enf(II'Cel1lent.
You Ilhly oht.lin .1 COl'Y of the RFOO flom the W,lshiligtou'S Electl ollic Busilless Solution (WEBSI
wehscustomelselvice'&~~J-..l.W,.... l!ov. P1oIH>s-als ,ue due by 4:00 I).m .. local time, Olt Flid,lY. NovelUhel 14.2008 ,... t the
.... ,hhess listed below.
WSP is .111 'EHlu .... 1 01)IJottunity em(Jluyer and mhHuity and womell-owned bllsinesses .ue encom.,getl to reilly.
PleMe I efelellce RFOO No. C090433PSC ill <lily cOlllmullic.ltions req<l:ldhHJ this RFOO. FtU fl1lther infol"ln.ltiol)
c-ont.lct:
.:J
:i) Sent Items" Miq,"" !I J ru=QQ wSP No. Cm _~ CONTRACTXP : D" ,J ~:,:="·jl=f~'m~C~o~"=.="=t~2_ _JI cb="'",-"R~'Q~Q,,- _ __
.!,«
~~
4:37 PM
file !;,dit ~ew insert FQ.I'mat Iools 8,ctlol1s tlelp
; , ~B.eply ";'$ Reply to AU " r;)For~ard _:it ~
~'"
't' :.; "
,-' X ~ . .R ~ ',~i fj
From: HaldetJ andy (WSP) Sent: Thu 10/23/2008 2:53 PM
To: HalderJ anqy (WSP)
Cc:
Bee: tiugdah1J.Jeff (WSP); Drake J Randy (WSP); Braniff, Tim (WSP)j 'Iisa.palmeri@HQ.DHS.GOV'; ·tloLig.Jami~attIe.gov~ 'ashley.m.tJ.msberger@nga.mil'
Subject: RFQQ WSP No. C090433PSC
The W....shilHJton S1.lte P'ltl 01 lWSPI1.<lS released a Request fOI Ou.llificationsfOuot.ltioli tRFOO) 10 solicit ",Iopos.lls
froll1 Conslllt.lllts to plovide climinal illtelli.gellce <In<llysl selvices at al-eyioll<ll Cl'iminill intelligence center selviu9
Washington State. PI oposels mllst he able to oht.liu ,1 fedelal T (II> Seclet level security cle.lrance <lnll IhlSS .1
clhnin.ll hiS1GIY h.lckYlolltHI check conducted by WSP antl:'ol local I;)w enforcement.
You ItMy obtnin il copy of the RFQO tlolllthe WMhiu9tou's Elecuonic Business Solution {WEBS}
wehSCtlstollleISIHVice;(l~".l.W ... l!<lV. ProllOS.lls .ue <llIe by -1-:00 p.m •• 10C.ll time. 011 Fliday. I~ovemhel 14.2008 -.It the
.llhhess listed helow.
WSP is ,111 eqtl<ll oPI'oltlllli1Y elllilloyel' and min'Hity tlIHI women-owned huslnesses <ue encom,lijed 10 reply.
Please fetefence RFOO No. C0'90433PSC ill any c.Htulltmic.ltions relJ.lldiuy this RFOO. FOI fmthel illfol'lll<ltion
contact:
~fsta~tIJ \~~jl sentItems' - Mier ... II '..:::! RFQQ WSP No. C... I
~;J CO~TRACTXP: 0 ... 'jj1 frmContract2 IuRFQQ 2:53 PM
Page 1 of2
Lt,
I have included·in the below email the three contacts you previously sent. The following are names that have
been directly contacted in the past:
Gerald.D.Dean@uscg.mil
sarah.l.getty@saic.com
Do you wish to have the proposal directly sent to anyone from this list as well?
Cim6' Haider
H:;,)T Cumruels
360-596-4U7j
cindy. haider@ws[!. wa. gov
The Washington State Patrol (WSP) has released a Request for Qualifications/Quotation (RFQQ) to solicit
proposals from Consultants to provide criminal intelligence analyst services at a regional criminal
intelligence center serving Washington State. Proposers must be able to obtain a federal Top Secret level
security clearance and pass a criminal history background check conducted by WSP and/or local law
enforcement.
You may obtain a copy of the RFQQ from the Washington's Electronic Business Solution (WEBS)
webscustomerservice@ga.wa.gov. Proposals are due by 4:00 p.m., local time, on Friday, November 14,
2008 at the address listed below.
WSP is an equal opportunity employer and minority and women-owned businesses are encouraged to
reply.
10/2312008
Page 2 of2
Please reference RFQQ No. C090433PSC in any communications regarding this RFQQ. For further
information contact:
10/23/2008
Page 1 of2
Also include:
PETER.K.WALSH@saic.com
Thanks
Lieutenant Randy Drake
Washington State Patrol
Intelligence Section I WAJAC
Lt,
I have included in the below email the three contacts you previously sent. The following are names that have
been directly contacted in the past:
Gerald.D.Dean@uscg.mil
sarah.l.gettv@saic.com
Do you wish to have the proposal directly sent to anyone from this list as well?
Cindy Haider
HiSI' C'on/raels
360-596-4071
cindy. haider@wsp. wa. gov
The Washington State Patrol (WSP) has released a Request for Qualifications/Quotation (RFQQ) to solicit
proposals from Consultants to provide criminal intelligence analyst services at a regional criminal
intelligence center serving Washington State. Proposers must be able to obtain a federal Top Secret level
security clearance and pass a criminal history background check conducted by WSP and/or local law
enforcement.
You may obtain a copy of the RFQQ from the Washington's Electronic Business Solution (WEBS)
webscustomerservice@ga.wa.gov. Proposals are due by 4:00 p.m., local time, on Friday, November 14,
2008 at the address listed below.
10/2312008
Page 2 of2
WSP is an equal opportunity employer and minority and women-owned businesses are encouraged to
reply.
Please reference RFQQ No. C090433PSC in any communications regarding this RFQQ. For further
information contact:
10/23/2008
Page 1 of 1
Cindy,
Here are three contacts for the RFQQ. I have an analyst working on additional contacts right now.
Military Contact
doug.larm@seattle.gov
ashley.m.hunsberger@nga.mil
Ashley Hunsberger
Imagery Analyst
Latin America Division
Venezuela Branch
(703) 262-4454
10/23/2008
REPORT :: Bid Information Detail .' Washington's @)lectroniC Business Solution 10/23/20082:15 PM
Page 2
REPORT :: Bid Information Detail Washington's@lectroniC Business Solution 10/23/20082:15 PM
Page 6
REPORT :: Bid Information Detail Washington's @lectroniC Business Solution 10/23/20082:15 PM
Page 5
REPORT :: Bid Information Detail Washington's @lectroniC Business Solution 10/23/20082:15 PM
Page 8
REPORT :: Bid Information Detail Washington's @lectroniC Business Solution 10/23/20082:15 PM
Page 7
REPORT:: Bid Information Detail Washington's @)lectroniC Business Solution 10/23/20082:15 PM
Page 10
REPORT :: Bid Information Detail washington's@lectronic Business Solution 10/23/20082:15 PM
Page 9
REPORT :: Bid Information Detail Washington's @Jiectronic Business Solution 10/23/20082:15 PM
Page 12
REPORT :: Bid Information Detail Washington's @Iectronic Business Solution 10/23/20082:15 PM
Page 11
REPORT :: Bid Information Detail Washington's @Iectronic Busi.ness Solution 10/23/20082:15 PM
Page ' 14
REPORT:: Bid Information Detail Washington's @Iectronic Business Solution 10/23/20082:15 PM
Page 13
REPORT:: Bid Information Detail Washington's @lectroniC Business Solution 10/23/20082:15 PM
. Vendor Summary:
Total Minority Owned 5
Total Minority & Woman Owned 8
Total Woman Owned 27
Total Vendors 525
Page 16
REPORT :: Bid Information Detail Wasllington'S@lectroniC Business Solution 10/23/20082:15 PM
Page 15
Haider. Cindy (WSP)
Nancy Davis
Washington State Patrol
lTD Web Support
(360) 705-5147
Would you please post this on the WSP vendor page at http://www.wsp.wa.gov/business/vendor.htm?
Cindy Haider
WS!' Contract.,
360-596-./071
cindy, haider@wsD. wa. gov
1012412008
Page 2 of4
Cindy, please us the attached as the final and develop the procurement schedule. When this goes into WEBS,
the commodity code will be 9836, Survey and Research Services. I'd like this posted on WSP's procurement
page, too.
LTD, please give Cindy an e-mail list and she'll let them know how to get the RFOO.
Somewhere in the edits I lost the Intel Analyst requirement for an Associate's degree or two years of experience.
This was in the original RFOO in addition to the language specifying that a Bachelor's degree can be substituted
for the work experience. I think this is an important requirement that should be included here. I added that to this
revision ... for your approval. If you agree, the language will need to be placed on Exhibit B too.
If we want the applicants to come to the interview with two or three examples of products they have produced,
then when do we tell them that?
Finally, I am compiling a small list of potential contractors who have inquired about these opportunities. I will get
that to you early this week. For my information, where will this RFOO be formally posted?
10/20/2008
Page 1 of 1
Captain· Please review the final draft of the attached RFQQ. If I may have your approval by Thursday, October
23, I will post it to WEBS (Washington's Electronic Business Solution) that afternoon.
Lt - All the requirements should be in order. As for the definition of Intelligence Analyst Training it is defined on
Page 5, Section 1.6 under Definitions. Please see the first page of the RFQQ that provides the schedule layout;
let me know if you have questions regarding the dates. I will need names and email addresses of the additional
contacts by Thursday as well.
I will be out of the office Wednesday, October 22, but will be back in on Thursday morning.
Thank-you,
Cindy Haider
WSP COiUrac!s
36()·596·4071
cindy haider@wsp. wa. gov
10/2312008
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Bill Evans) shall provide lead criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor's Employee during this Task Order is
the WAJAC.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$60.00.
Page 1 of 1
STATE OF WASHINGTON
Washington State Patrol
Expected Time Period for Contract: December 15, 2008 through September 30,
2012
Consultant Eligibility: This procurement is open to those consultants that satisfy the
minimum qualifications stated herein, and that are available to work in Washington
State.
1. Introduction ........................................•............................................................................................... 3
1.1 Purpose ............................. ,........................................................................................................ 3
1.2 Background ................................................................................................................................ 3
1.3 Objectives .................................................................................................................................. 3
1.4 Minimum Qualifications .............................................................................................................. 4
1.5 Period of Performance ............................................................................................................ 4
1.6 Definitions..... .............. ..... ...... ... ..... ..... ..... ....... ...... ................................ ................................ 5
1.1 Purpose. The Washington State Patrol, hereafter called "WSP," is initiating this Request for
Qualifications/Quotation (RFQQ) to solicit proposals from Consultants that can provide criminal
intelligence analyst services at the Washington Joint Analytical Center.
1.2 Background. The Washington Joint Analytical Center is housed at the Seattle Field Office of the
Federal Bureau of Investigation (FBI). WAJAC builds on existing intelligence efforts by local,
regional, and federal agencies by organizing and disseminating threat information and other
intelligence efforts to law enforcement agencies, first responders, and key decision makers
throughout the state, allowing real-time, accurate, wo-way flow of intelligence information.
WAJAC participating agencies including the FBI; U.S. Immigration and Customs Enforcement; the
Washington National Guard; the Washington State Patrol; and several local law enforcement
agencies.
1.3 Objectives. WSP anticipates filling one (1) Crimioallntelligence Analyst - Lead position; and five
(5) Criminal Intelligence Analyst positions through this procurement.
1.3.1 Criminal Intelligence Analyst Services: The first objective of this RFQQ is to contract with
vendor(s) to provide a local presence at WAJAC in order to provide the following products:
o Raw intelligence classification and analysis
o Daily intelligence briefings
o . Weekly and monthly written intelligence bulletins
o Periodic intelligence assessments
o Information dissemination to local law enforcement agencies
o Effective communication to help others learn, understand and apply specific criminal
intelligence analysis principles, techniques or information.
o Effective identification, collection, organization and documentation of criminal intelligence data
and information in ways that make the information most useful for subsequent assessment,
analysis and investigation.
1.3.2 Criminal Intelligence Analyst - Lead Services: The second objective of this RFQQ is to contract
with vendor(s) to provide a local presence at WAJAC in order to provide the following products:
o Provide quality control for intelligence analyst services and provide expert input to the fusion
center's investigative, program management and policy decisions.
o Plan intelligence analytical activities to support WAJAC's mission and work priorities
o In coordination with management team, assist in determining goals and objectives; preparing
short and long-range work plans and schedules.
o Identify, prioritize and establish deadlines for intelligence analyst services
o Review intelligence reports, daily briefs and periodic assessments for relevance, significance,
validity and potential applications to countering terrorism acts and organized crimes against
regional jurisdictions, critical infrastructure, services and the community at large.
o Attend and provide high-level intelligence briefings on current or ongoing projects
o Support WAJAC's chain of command in developing policies and procedures to accomplish
necessary improvements for enhancing routine or highly specialized intelligence work
performance requirements.
1.4.1 Business License: The Consultant will be required to have a license to conduct business in
Washington State within ten business days of your announcement as an "Apparent Successful
Proposer" oryou will not be awarded a contract under this RFQQ. You may apply for a business
license at Washington State Department of Licensing office or online through the Department of
Licensing's Master License Service located at http://www.dol.wa.gov/mls/mlsinfo.htm.
1.4.2 Criminal Intelligence Analyst Services: At a minimum, each proposed Consultant Team Member
proposed for criminal intelligence analyst services must meet the following requirements:
• Work Experience and/or Education: Must have previously served as an intelligence analyst
for a minimum of two (2) years either in a Federal intelligence agency, the military, or State
and/or local law enforcement intelligence unit. A Bachelor's degreeor higher college degree in
criminal justice, law enforcement, statistical analysis or a related field may be substituted for
the work experience requirement.
• Specialized Training: Must have completed Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
• Must be proficient in the use of Microsoft Office Suite applications.
• Must be able to obtain a federal Top Secret level security clearance and pass a criminal
history background check conducted by WSP. Proposed Consultant Team Members may be
required to pass a polygraph examination.
1.4.3 Criminal Intelligence Analyst- Lead Services: Ata minimum, each proposed ConsultantTeam
Member proposed for criminal intelligence analyst-lead services must meet the following
requirements:
• Work Experience: Must have four years of progressively responsible work experience in
either in a Federal intelligence agency, the military, or State and/or local law enforcement
intelligence unit.
• Education: Possess a Bachelor's degree from an accredited college or university; or, an
Associate's degree in criminal justice, law enforcement, statistical analysis or related field
from an accredited college or university.
• Specialized Training: Must have completed Intelligence Analyst Training to ensure baseline
prOficiency in intelligence analysis and production.
• Must be profiCient in the use of Microsoft Office Suite applications.
• Must be able to obtain a federal Top Secret level security clearance and pass a criminal
history background check conducted by WSP. Proposed Consultant Team Members may be
required to pass a polygraph examination.
1.4.4 WSP reserves the right to contract with multiple Consultants to ensure agency requirements are
met.
1.4.5 WSP reserves the right to reject any proposed ConSUltant team member for any reason.
Task orders and contracts resulting from this RFQQ are funded through a U.S. Department of
Homeland Security grant award to Washington State. The award of any work through task orders
is contingent on continued federal funding for the project.
Consultant - Individual or company submitting a proposal in order to attain a contract with WSP.
Consultant Team Member - An employee of the Consultant who is proposed for work under any
contract resulting from this RFQQ.
Contractor - Individual or company whose proposal has been accepted by the WSP and has
been awarded a fully executed, written contract.
Intelligence Analyst Training - Training received for the position of Intelligence Analyst in
accordance with Minimum Criminal Intelligence Training Standards for Law Enforcement and
Other Criminal Justice Agencies in the United States dated October 2007 as published by the
Bureau of Justice Assistance, U.S. Department of Justice.
Proposal - A formal offer submitted in response to this solicitation.
Request for Qualifications/Quotation (RFQQ) - Formal procurement document in which a
service or need is identified but the evaluation of responses is limited to an analysis of the firm's
qualifications, experience and ability to perform the specified services and their costs.
WSP - The Washington State Patrol is the agency ofthe State of Washington that is issuing this
RFQQ.
2.1 RFQQ Coordinator. The RFQQ Coordinator is the sale paint of contact in WSP for this
procurement All communication between the Consultant and WSP upon receipt of this RFQQ
shall be with the RFQQ Coordinator, as follows:
Any other communication will be considered unofficial and non-binding on WSP. Consultants are
to rely on written statements issued by the RFQQ Coordinator. Communication directed to parties
other than the RFQQ Coordinator may result in disqualification of the Consultant. The use of
facsimile transmission or e-mail communications with the RFQQ is acceptable except for the
submission of proposals; see Section 2.3 below.
2.3 Submission of Proposals. Consultants are required to submit four (4) copies of their proposal.
One copy must have original signatures and three copies can have photocopied signatures. The
proposal, whether mailed or hand delivered, must arrive at WSP no later than 4:00 p.m. local
time on November 14, 2008.
The proposal is to be sent to the RFQQ Coordinator at the address noted in Section 2.1. The
envelope should be clearly marked to the attention of the RFQQ Coordinator. Consultants mailing
proposals should allow normal mail delivery time to ensure timely receipt of their proposals by the
RFQQ Coordinator. Consu ltants assume the risk for the method of delivery chosen. WSP
assumes no responsibility for delays caused by any delivery service. Proposals may not be
transmitted using electronic media such as facsimile transmission or via' e-mail. Late proposals
will not be accepted and will be automatically disqualified from further consideration. All proposals
and any accompanying documentation become the property of WSP and will not be returned.
Any information in the proposal that the Consultant desires to claim as proprietary and exempt
from disclosure under the provisions of RCW 42. 56 must be clearly deSignated. The page must
be identified and the particular exception from disclosure upon which the Consultant is making the
claim. Each page claimed to be exempt from disclosure must be clearly identified by the word
"Confidential" printed on the lower right hand corner of the page.
WSP will consider a Consultant's request for exemption from disclosure; however, WSP will make
a deciSion predicated upon Chapter 42.56 RCW and Chapter 143-06 of the Washington
Administrative Code. Marking the entire proposal exempt from disclosure will not be honored.
The Consultant must be reasonable in designating information as confidential. If any information
is marked as proprietary in the proposal, such information will not be made available until the
affected proposer has been given an opportunity to seek a court injunction against the requested
disclosure.
A charge will be made for copying and shipping, as outlined in RCW 42.56.120. No fee shall be
charged for inspection of contract files, but twenty-four (24) hours' notice to the RFQQ
Coordinator is required. All requests for information should be directed to the RFQQ Coordinator.
2.5 Revisions to the RFQQ. In the event it becomes necessary to revise any part of this RFQQ,
addenda will be provided to all who received the RFQQ. For this purpose, the published
questions and answers and any other pertinent information shall be provided as an addendum to
the RFQQ. WSP also reserves the right to cancel or to reissue the RFQQ in whole or in part,
prior to execution of a contract.
2.8 Responsiveness. All proposals will be reviewed by the RFQQ Coordinator to determine
compliance with administrative requirements and instructions specified in this RFQQ. The
Consultant is specifically notified that failure to comply with any part of the RFQQ may result in
rejection of the proposal as non-responsive. WSP also reserves theright, however, at its sole
discretion to waive minor administrative irregularities.
Consultants may propose more than one Consultant Team Member in response to this RFQQ.
However, the submission of Consultant Team Members meeting the reqUirements of this RF QQ
with Consultant Team Members who do not meet those requirements may result in WSP holding
the entire proposal as non-responsive.
2.9 Most Favorable Terms. WSP reserves the right to make an award without further discussion of
the proposal submitted. Therefore, the proposal should be submitted initially on the most
favorable terms which the Consultant can propose. There will be no best and final offer
procedure. WSP does reserve the right to contact a Consultant for clarification of its proposal.
The Consultant should be prepared to accept this RFQQ for incorporation into a contract resulting
from this RFQQ. Contract negotiations may incorporate some or all of the Consultant's proposal.
It is understood that the proposal will become a part of the official procurement file on this matter
without obligation to WSP.
2.10 Contract Terms & Conditions. The apparent successful contractor will be expected to enter into
a contract which is substantially the same as Exhibit F. In no event is a ConSUltant to submit its
own standard contract terms and conditions in response to this solicitation. The Consultant may
submit exceptions as allowed in the Certifications and Assurances section, Exhibit A to this
solicitation. WSP will review requested exceptions and accept or reject them at its sole discretion.
2.11 Cost to Propose. WSP will not be liable for any costs incurred by the Consultant in preparation
of a proposal submitted in response to this RFQQ, in conduct of interviews, or any other activities
related to responding to this RFQQ.
2.12 No Obligation to Contract. This RFQQ does not obligate the State of Washington or WSP to
contract for services specified herein.
2.13 Rejection of Proposals. WSP reserves the right at its sole discretion to reject any and all
proposals received without penalty and not to issue a contract as a result of this RFQQ.
2.14 Commitment of Funds. The Chief of the Washington State Patrol or those with authority
delegated by the Chief of the Washington State Patrol are the only individuals who may legally
commit WSP to the expenditures of funds for a contract resulting from this RFQQ. No cost
chargeable to the proposed contract may be incurred before receipt of a fully executed contract.
2.15.1 Worker's Compensation Coverage. The Contractor will at all times comply with all applicable
workers' compensation, occupational disease, and occupational health and safety laws, statutes,
and regulations to the full extent applicable. WSP will not be held responsive in any way for
claims filed by the Contractor or their employees for services performed under the terms of this
contract
2.16 Background Checks. At its own discretion, WSP may complete background checks on any
proposed Consultant team member. You must submit a Waiver and Authorization to Release
Information form (Exhibit E) for all Consultant Team Member(s) proposed for work from any
contract resulting from this RFQQ.
Consultants shall comply with WSP instructions on submitting fingerprints and other information to
WSP in order to complete these background checks. Failure of a Consultant, Consultant Team
Members or Consultant subcontractors to cooperate with WSP and other law enforcement
agencies during the background check process will result in WSP's rejection of the Consultant's
proposal.
3.1 Evaluation Procedure. Responsive proposals will be evaluated strictly in accordance with the
requirements stated in this solicitation and any addenda issued. Proposals will be evaluated on a
two tier evaluation system: the first tier is an initial evaluation of proposals by an evaluation team;
the second tier consists of proposed Consultant Team Member interviews.
3.1.1 First Tier Evaluation. The first tier is an initial evaluation of proposals by an evaluation team
consisting of both WSP, federal and other law enforcement agencies to determine the top
proposed Consultant Team members for each of the two services procured under this RFQQ.
Items in Exhibit B, Checklist for Responsiveness, marked "mandatory" must be included as part of
the proposal for the proposal to be considered responsive; however, these items are not scored.
Items marked "scored" are those that are awarded points as part of the evaluation conducted by
the evaluation team. Based on scores from the first tier evaluation, WSP will select the top-
scoring Consultant Team Members as finalists for the second tier evaluation.
The following weighting and points will be assigned to the proposal for both Criminal Intelligence
Analyst Services and Criminal Intelligence Analyst-Lead Services for evaluation purposes:
3.1.2 Second Tier Evaluation. Top scoring Consultant Team Members selected during the first tier
evaluation shall be interviewed by WAJAC member agencies; the second tier evaluation may
involve a written examination and the submission of sample work products for evaluator review.
The second tier evaluation will determine the Consultant Team Members that will be accepted for
work under contracts resulting from this RFQQ. Commitments made by the Consultant at the oral
interview, if any, will be considered binding.
3.2 Notification to Proposers. Firms whose proposals have not been selected for further
negotiation or award will be notified via FAX or bye-mail.
3.4 Protest Procedure. This procedure is available to Consultants who submitted a response to this
solicitation document and who have participated in a debriefing conference. Upon completing the
debriefing conference, the Consultant is atlowed five (5) business days to file a protest of the
acquisition with the WSP Budget and Fiscal Services Administrator at the address below:
Consultants protesting this procurement shall follow the procedures described below. Protests
that do not follow these procedures shall not be considered. This protest procedure constitutes
the sole administrative remedy available to Consultants under this procurement.
All protests must be in writing and signed by the protesting party. The protest must state the
grounds for the protest with specific facts and complete statements of the action(s) being
protested. A description of the relief or corrective action being requested should also be included.
All protests shall be addressed to the WSP Budget and Fiscal Services Administrator. Only
protests stipulating an issue of fact concerning the following subjects shall be considered:
Protests not based on procedural matters wiIJ not be considered. Protests will be rejected as
without merit if they address issues such as: 1) an evaluator's professional judgment on the
quality of a proposal, or 2) WSP's assessment of its own and/or other agencies needs or
requirements.
Upon receipt of a protest, a protest review will be held by WSP. The Chief of WSP or an
employee delegated by the Chief of WSP who was not involved in the procurement will consider
the record and all available facts and issue a decision within five business days of receipt of the
protest. If additional time is required, the protesting party will be notified of the delay. In the event
a protest may affect the interest of another Consultant which submitted a proposal, such
Consultant will be given an opportunity to submit its views and any relevant information on the
protest to theWSP Budget and Fiscal Services Administrator.
4.1 Proposal Contents. Proposals must be submitted on eight and one-half by eleven (8 1/2 x 11)
inch paper with tabs separating the major sections of the proposal. The five major sections of the
proposal are to be submitted in the order noted below:
o Letter of Submittal;
o Certifications and Assurances (Exhibit A to this RFQQ);
o The Consultant's response to Exhibit C, Questionnaire;
o The Consultant's Quotation (Exhibit D); and
o A Waiver and Authorization to Release Information (Exhibit E) signed by proposed Consultant
Team Members
Proposals must provide information in the same order as presented in this document with the
same headings. This will not only be helpful to the evaluators of the proposal, but should assist
the Consultant in preparing a thorough response.
4.2 Letter of Submittal Requirements. The Letter of Submittal and the attached Certifications and
Assurances form (Exhibit A to this RFQQ) must be signed and dated by a person authorized to
legally bind the Consultant to a contractual relationship, e.g., the President or Executive Director if
a corporation, the managing partner if a partnership, or the proprietor if a sole proprietorship.
Along with introductory remarks, the Letter of Submittal is to include by attachment the following
information about the Consultant and any proposed subcontractors:
1. Name, address, principal place of business, telephone number, and fax number/e-mail
address of legal entity or individual with whom contract would be written.
2. Legal status of the Consultant (sole proprietorship, general partnership, limited partnership,
limited liability partnership, corporation, or limited liability company) and the year the entity was
organized to do business as the entity now substantially exists.
3. If the Consultant is a general partnership, limited partnership, limited liability partnership,
corporation, or limited liability company, the name, address, and telephone number of each
principal officer (President, Vice President, Treasurer, Chairperson of the Board of Directors,
etc.)
4. The Consultant's Federal Employer Tax Identification number or Social Security number, and
the Washington Uniform Business Identification (UBI) number issued by the State of
Washington Department of Revenue.
5. Identify any State employees or former State employees employed or on the Consultant's
governing board as of the date of the proposal. Include their position and responsibilities
within the Consultant's organization. If following a review of this information, it is determined
by WSP that a conflict of interest exists, the Consultant may be disqualified from further
consideration for the award of a contract.
6. Identify the Consultant Team Members proposed for work for Criminal Intelligence Analysis
Services; and/or Criminal Intelligence Analysis - Lead Services.
5. RFQQ Exhibits
Exhibit A Certifications and Assurances
Exhibit B Checklist for Responsiveness
Exhibit C Questionnaire
Exhibit D Quotation
Exhibit E Waiver and Authorization to Release Information
Exhibit F Sample Contract
IIwe make the following certifications and assurances as a required element of the proposal to which it is
attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance with
these requirements are conditions precedent to the award or continuation of the related contract(s):
1. I/we declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However,
I/we may freely join with other persons or organizations for the purpose of presenting a single
proposal.
3. The attached proposal is a firm offer for a period of 90 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of certainty
in key terms) at any time within the 90-day period.
4. In preparing this proposal, I/we have not been assisted by any current or former employee of the
state of Washington whose duties relate (or did relate) to this proposal or prospective contract,
and who was assisting in other than his or her official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document.)
5. I/we understand that WSP will not reimburse me/us for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and IIwe claim no proprietary right to
the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her prior
to opening, directly or indirectly to any other Proposer or to any competitor.
7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. If there are
any exceptions to these terms, I/we have described those exceptions in detail on a page attached
to this document.
8. No attempt has been made or will be made by the Proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition.
9. I/we certify that neither the Proposer nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participating in any
contract resulting from this procurement by any federal department or agency. Further, if awarded
a contract the Proposer agrees not to enter into any arrangements or other contracts with any
party that is on the "General Service Administration List of Parties Excluded from Federal
Procurement or Non-procurement Programs" which can be found at www.epls.gov.
Signature of Proposer
Title Date
D. Submit full details of the terms for default including the other party's name, address, and phone
number. Present the Consultant's position on the matter. WSP will evaluate the facts and may,
at its sole discretion, reject the proposal on the grounds of the past experience. If no such
termination for default has been experienced by the Consultant in the past five years, so indicate.
One (1) original Letter of Submittal and Certifications and Assurances was submitted with the
Consultant's proposal. Letter of Submittal and Certifications and Assurances were signed by
a person authorized to legally obligate the Consultant.
For Criminal Intelligence Analyst Services, the proposal clearly demonstrates that any
proposed Consultant Team Member(s):
Has previously served as an intelligence analyst for a minimum of two (2) years either in a
Federal intelligence agency, the military, or State and/or local law enforcement intelligence
unit; or has a Bachelor's degree or higher college degree in criminal justice, law enforcement,
statistical analysis or a related field that substitutes for the work experience requirement; and
Has provided proof of completion of Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
For Criminal Intelligence Analyst - Lead Services, the proposal clearly demonstrates that any
proposed Consultant Team Member
Has four years of progressively responsible work experience in either in a Federal intelligence
agency, the military, or State and/or local law enforcement intelligence unit; and
Possess a Bachelor's degree from an accredited college or university; or, an Associate's
degree in criminal justice, law enforcement, statistical analysis or related field from an
accredited college or university; and
Has provided proof of completion of Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
For Criminal Intelligence Analyst Services the hourly reimbursement rate for proposed
ConSUltant Team Members does not exceed $50.00.
For Criminal Intelligence Analyst - Lead Services the hourly reimbursement rate for proposed
Consultant Team Members does not exceed $60.00.
The proposal contains a Waiver and Authorization to Release Information form for every
Consultant Team Member proposed for work. The form is signed by each respective
proposed Consultant Team Member.
Proposal provided 90 days for acceptance of its terms from the due date of proposals.
QUESTIONNAIRE
A. If you are submitting a proposal for Criminal I ntelligence Analyst Services, identify Consultant
Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information
on the individual's particular skills related to this project, education, experience, significant
accomplishments and any other pertinent information. Please provide certificates of completion
or other proof of specialized intelligence analyst training with the resumes'.
A. If you are submitting a proposal for Criminal Intelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information
on the individual's particular skills related to this project, education, experience, significant
accomplishments and any other pertinent information. Please provide certificates of completion
or other proof of specialized intelligence analyst training with the resumes'.
3. References (SCORED) - List names, addresses, telephone numbers, and fax numbers/e-mail
addresses of three business references for which work has been accomplished and briefly describe
the type of service provided. The Consultant must grant permission to WSP to contact the
references. Do not include current WSP staff as references.
A. If the Consultant contracted with the State of Washington during the past 24 months, indicate the
name of the agency, the contract number and project description and/or other information
available to identify the contract.
B. If the Consultant's team member was an employee of the State of Washington during the past 24
months, or is currently a Washington state employee, identify the individual by name, the agency
previously or currently employed by, job title or position held and separation date.
C. If the Consultant has had a contract terminated for default in the last five years, describe such
incident. Termination for default is defined as notice to stop performance due to the Consultant's
non-performance or poor performance and the issue of performance was either (a) not litigated
QUOTATION
The evaluation process is designed to award this procurement not necessarily to the Consultant of
least cost, but rather to the Consultant whose proposal best meets the requirements of this RFQQ.
However, Consultants are encouraged to submit proposals which are consistent with State
government efforts to conserve state resources.
Identify the hourly reimbursement rate for proposed Consultant Team Members for services
through September 30, 2009; and each of the three optional years of a contract resulting from this
RFQQ. If the hourly rate differs for each individual, please identify the specific rate for each
proposed Consulta!1t Team Member.
For Criminal Intelligence Analyst Services, WSP will accept proposals for hourly rates up to
$50.00; submission of a proposal with an hourly rate in excess of $50.00 for these services will
result in the rejection of your proposal as non-responsive.
For Criminal Intelligence Analyst-Lead Services, WSP will accept proposals for hourly rates up to
$60.00; submission of a proposal with an hourly rate in excess of $60.00 for these services will
result in the rejection of your proposal as non-responsive.
1. The hourly rate must include all costs associated with providing services, including Consultant
Team Member salary and benefits, industrial insurance, and federal and state taxes.
2. WSP will reimburse for maximum one hundred and seventy-three (173) hours per month for
each Consultant Team Member providing services under contracts resulting from this RFQQ.
3. The worksite, office supplies, personal computer, and communications shall be provided to
the Contractor. Any such goods andlor services shall remain the property of WSP.
4. When services are required by WSP at locations other than the Consultant Team Members
worksite, WSP will reimburse Contractors for authorized lodging, subsistence and business
vehicle mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This manual
is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm.
C. Computation. The score for the cost proposal will be computed by dividing the lowest average
hourly rate received by the Consultant's average hourly rate. Then the resultant number will be
multiplied by the maximum possible points for the cost section.
I authorize you to furnish the Washington State Patrol with any and all information that you
have concerning me, my work, my reputation, my driving record, my criminal history record,
including any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my
military service records, and my financial status. Information of a confidential or privileged
nature may be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications.
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
Other names you have been know by, including prior marriage(s) or nickname(s)
SAMPLE CONTRACT
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.56 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee Initial Rate FFY10 Rate FFY11 Rate FFY12 Rate
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or section
of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the Contractor
shall comply with all federal and state nondiscrimination laws, including, but not limited to, Title VII of
the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and Chapter
49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature by
the Chief of WSP or deSignee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in compliance
with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52 RCW
throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute Board
in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
Exhibit F, Sample Contract Page 6 of 10
WSP RFQQ No. _ _ _ __
15. Industrial Insurance Coverage. Prior to performing work under this Contract, the Contractor shall
provide or purchase industrial insurance coverage for its employees, as may be required of an
"employer" as defined in Title 51 RCW, and shall maintain full compliance with Title 51 RCW during the
period of performance for this Contract. WSP shall not be responsible for payment of industrial
insurance premiums or for any other claim or benefit for the Contractor, or any subcontractor or
employee of the Contractor, which might arise under the industrial insurance laws during the
performance of duties and services under this Agreement.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical, fire
or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for any
of the services provided under this Contract with the prior, written approval of WSP. The Contractor
shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Terminat10n for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has a
reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
I acknowledge that some of the material and information that may come into my possession or knowledge in
connection with Washington State Patrol Contract Number (Contract) or its performance may
consist of information that is exempt from disclosure to the public or other unauthorized persons under either
chapter 42.56 RCW or other state or federal statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers, e-mail
addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or information identifiable to
an individual that relates to any of these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential Information for
any purpose other than the performance of this Contract, and not to release, divulge, publish, transfer, sell,
disclose, or otherwise make it known to any other party without the Washington State Patrol's express written
consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized access to
Confidential Information.
Immediately upon expiration or termination of this Contract or my emplqyment with the Contractor, I shall
surrender any and all Confidential Information in my possession to the Vendor for its disposition according to the
terms of the Contract.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including RCW 10.97,
violation of which may result in criminal prosecution.
Date
-----Original Message-----
From: Hugdahl, Jeff (WSP)
Sent: Wednesday, October 08,200810:47 AM
To: Braniff, Tim (WSP)
Subject: RE: Analyst position
This is the last (or close to the last) procurement document we did for the analysts - that should help. What we all need to
keep in mind is this needs to be revised to meet the latest demands in DHS's grant guidance document for intel analysts:
"In order to be hired as an intelligence analyst, staff and/or contractor personnel must meet at least one of the following
criteria:
• Successfully complete training to ensure baseline proficiency in intelligence analysis and production within six months of
being hired; and/or, • Previously served as an intelligence analyst for a minimum of two years either in a Federal
intelligence agency, the military, or State and/or local law enforcement intelligence unit.
All intelligence analyst training should be in accordance with Global's Minimum Criminal Intelligence Training Standards for
Law Enforcement and Other Criminal Justice Agencies in the United States, which outlines the minimum categories of
training needed for intelligence analysts. These include subject-matter expertise, analytic methodologies, customer-service
ethics, information handling and processing skills, critical thinking skills, computer literacy, and objectivity and intellectual
honesty. A certificate of completion of such training must be on file with the SM and must pe made available to
Preparedness Officers upon request."
-----Original Message-----
From: Braniff, Tim (WSP)
Sent: Wednesday, October 08,20088:19 AM
To: Hugdahl, Jeff (WSP)
Subject: FW: Analyst position
Jeff,
Can you provide me with some sample documents to assist region three with their endeavors to advertise for their
analyst?
-----Original Message-----
From: Steve Mansfield [mailto:SBMansfi@co.lewis.wa.us]
Sent: Tuesday, October 07, 2008 8:50 AM
To: Braniff, Tim (WSP)
Cc: Mike Whelan; John Didion; Dan Kimball; Casey Salisbury
Subject: Analyst position
Tim, I enjoyed the visit and sharing of information yesterday. You were very helpful and I appreciate your commitment to
the WAJC program. If you could send me the position description and anything else you have that would help guide us
through the process to hire a analyst for region 3 I would appreciate it.
Thanks again
1
Steve
2
Washington State Patrol 6/12/20094:27:33 PM
Budget and Fiscal Services
Contracts Database
I
r
Category P-P~rson~i ,Se~vic~s Program: !Investigative Assistance Division
Amendment
AmdAmount I $335,000
Amd Status ICompleted
Date document was sent to:
Word Processing
Attorney General
Bureau Cdr IOC 12/17/2008
BFS Notification 12/17/2008
BFS Review 1/1612009
Chiefs Office 1/20/2009
Transmittal Letter 1/27/2009
Mailed to Other Part 1/812009
Received Back
Distributed
I 1115/2009
1/27/2009
~CLV- ~~&
foss',bie ~~tJ- ~ ~s'€...-
~ ________~~~~~~~---~!O~(~I{~~~I~I----------
0
-
0
X S)
..:J
(JJ f ~
-
D J'
~
?'I
:--
, Q ()
() U't U\ 111
\l\
I)
I' \1
,\
0', .)
§~
a g
Personal Service Cont._.:t Risk Assesment
Page 1 of4
CONTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
'!jZl Yes DNo
A. PRE-CONTRACT PLANNING
1. Description of Services:
<::nrn-,N:Q,\ M~'\"g<'!JC;,e &wl.pt- 1.121\::\ A-C,
Decision . I Comments
Funding
Fundinq source (account codinq) and Amount 01.1- - L (A)"",~ R .
,..", I - C!')!) ')
Has an authorized manager approved the
expenditure?
I)a Yes 0 No
Type of appropriation (federal, state, other)
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties List System been gJ Yes 0 No
checked?
Public Resources
How have you assessed if other public resources are
available for th is work? lOSP"t-' [JI\8P (', un+- UrQ~b{p
• Agency resources I2'l Yes 0 No \J
Please document JNhere competitive documentation (proposals, proof of advertisement, etc.) will
be maintained.
;k> CD~d {.; \Q .
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
NiPs
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is dynamic and
should be updated periodically throughout the term of the contract. Not required on contracts less
than $5,000.
Score on a scale of 1 - 5, with 1 representing the lowest risk.
=
If factor is not applicable, risk point O. Unknown, risk point 5. =
1-2 = Low Risk 3= Medium Risk 4-5 = High Risk
Personal Service Contra.;t Risk Assesment
Page 3 of4
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= =
Lower Risk; Yes Hi!jher Risk J,
Contract dollar amount
=
$5,000 to <$25,000 Low Risk
=
>$25,000 to <$100,000 Medium Risk
=
>$100,000 High Risk Lf
Complexity of services 3
Payment method (how complex is it?) What method(s) did you use? What
experience do you have with the method(s)?
o Cost Reimbursement (Budget) (score 3-5)
~ Time and materials (Hourly) (score 3-5)
Fixed Price (score 1-3))
o Performance Based (valuation of deliverables) (score 1-3) 3
Procurement method:
fB Competitive (score 1 to 3)
Sole Source (score 3 to 5) I
2. Contractor Risk
Risk
Risk Factor Points
Size and source of funding
Length of time in business 4
Experience and past performance I
Accreditation and licensure (Is contractor subject to either and if so, do you have
proof?) .\,-
Financial health and practices (is contractor's financial condition !lood or poor?) 3
Board of Directors (for Non-profits only - do they take an active role in the
orQanization?)
Subcontracting activities (does the contractor have an effective monitoring
-
function to oversee subcontractors?)
Organizational chan!jes (is organization stable or does it have frequent turnover?)
--
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentralized functions?) \
Legal actions (has there been any for the last 12 months? - if so, what?) \
Background of individuals (do you have resumes?) I
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contract.
1". Were contract and contractor risks assessed prior to entering into a contract?
ElYes 0 No
2. Does the risk assessment form the basis of the monitoring plan?
~Yes ONo
Personal Service Conb u.:t Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
r>IJ Yes 0 No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A 133 audits)? N 1fT
What, if any, audit coverage is necessary to
assure appropriate spend ina of state funds? 1\1\'"
Was a risk assessment completed to determine
whether an audit was needed? \'V I p,.
Is corrective action necessary? Were
questioned costs resolved? Kll...
Are audit findings, if any, resolved? ~\9<
ISSUE COMMENT
Any activities need follow-up?
All invoices have been received and paid?
Follow-up on audit findinas needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
EPLS Search
Results
I Resources
> Advanced Search Search Results for Parties > Public User's Manual
"---_ _--1111
> Agency Contacts
> Agency Descriptions
> Advanced Archive Search
> State/Country Code Descriptions
> Multiple Names
> Recent Updates
OFFICIAL GOVERNMENT USE ONLY
https:llwww.epls.gov/epls/search.do 12/23/2008
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, January 12, 2009 3:20 PM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 1/9/2009.
This e-mail is being sent because you were identified as the person to be contacted after a decision was made by OFM on
this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 39082-00
Agency: 225
Agency Contract #: C090551 PSC
Filed Date: 1/9/2009
Start Date: 1/15/2009
Filed By: Cindy Haider
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist with filing an amendment to the
contract in the PSCD system. If you have any questions or concerns about this filing, please contact OFM at
ofm.contracting@ofm.wa.gov or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of 1
I thought that I had incorporated the language under Reasonableness of Cost but will ensure for future filings.
This is the last of the filings that are associated to a recent RFQQ.
('indy Haider
WSP Contracis
360-596--I(J7 I
cindy. haider@wsr. wa. gov
Does the following apply to all of your recent filings for criminal analyst services? (one James
Ward and three Doug Larm).
WSP considers this to be a convenience contract where the contractor provides services on an as-needed
basis and the dollar value referenced is a maximum amount available, because it cannot be known if the
total dollars will be used?
It would be appreicated if you would include this language, when applicable, in future filings.
As soon as I have your response to this e-mail, I will start to process your most recent filings.
Thank you. Jan
111212009
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Friday, January 09, 2009 10:53 AM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 1/9/2009 10:53:00 AM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C090551 PSC
Filed Date: 1/9/2009 10:53:00 AM
Start Date: 1/15/2009 Filed By: Cindy Haider
Please retain the Contract Reference Number listed above for any questions during processing and to access the filing in
the PSCD system prior to OFM decision. After decision has been made use the OFM Filing Number to access data in
PSCD. If you have any questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
Filed Date Start Date End Date
01/15/2009 09/30/2012
Contacts
http://contracts.ofm.wa.gov/PSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFiling...1/9/2009
Page 2 of3
None Identified
Filing Justification
Specific Problem or Need
Identify and fully describe the specific problem, requirement or need which the contract is intended to
address and which makes the services necessary.
The Washington Joint Analytical Center (WAJAC) is housed at the Seattle Field Office of the Federal Bureau
of Investigations (FBI). WAJAC builds on existing intelligence efforts by local, regional, and federal agencies
by organizing and disseminating threat information and other intelligence efforts to law enforcement agencies,
first responders, and key decision makers throughout the state, allowing real-time, accurate, two-way flow of
intelligence information. WAJAC participating agencies includes the FBI; US Immigration and Customs
Enforcement; the Washington National Guard; the Washington State Patrol; and several local law
enforcement agencies. The Contractor's criminal analyst services (Analyst Kia Graham) are critical to the
efforts of WAJAC in an effort to prevent terrorism.
Describe how the agency determined the services are critical or essential to agency responsibilities
or operations and/or whether the services are mandated or authorized by the Washington State
Legislature.
The services provided through this contract are essential for the implementation of the Washington State
Homeland Security Strategic Plan as published by the Washington State Military Department for the State of
Washington and approved by the Governor's office. This contract is funded through the federal Law
Enforcement Terrorism Prevention Program through the Military Department from the U.S. Department of
Homeland Security. WSP is contractually obligated to the federal government to provide these services.
These services are critical to WSP to fulfill their mission of "enhancing the safety and security of our state"
which includes sharing information with other local, state and federal law enforcement organizations. In light
of the Personal Service contract freeze, this contract is approved by Deputy Chief Paul S. Beckley.
Other Public Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available
WITHIN YOUR AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL,
STATE OR FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the
service more efficiently or more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Competitive Solicitation Process
Advertisement Information
Solicitation Notification
Number of Solicited Documents: 6
Evaluation
Explain the basis on which the contractor was selected. Do not simply list the evaluation criteria or
the scores, but rather explain your analysis of why the contractor scored well in the evaluation
process or what differentiated this contractor from others.
The Contractor was initially selected for an interview based on the strength of their education, training, work
experience and proposed hourly rate. Final selection was based on the consensus of panel members from
the WAJAC as well as a written assignment.
Names of Firms Responding With Proposals.
Network Transport Engineering Nighthawk Analytical Dan K. Melton Michael R. Chamness Chad R. Melton
KSNK Enterprise Kristof Analysis & Investigation Services Intelligence Acumen Operational Applications Inc.
http://contracts.ofm.wa.gov/PSCDlFiling/PrintFilingSummary.aspx?menuSelect=rnnuFiling. .. 1/9/2009
Page 3 of3
Describe the evaluation process (e.g., evaluation committees scored the responses, selection
committee made the award decision, etc).
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence
Unit and Washington Joint Analytical Center to score vendor education, training, and work experience. Cost
points were awarded based on the proposed hourly rate versus the lowest hourly rate proposed for all
vendors. The highest scorers from the evaluation were interviewed by WSP and local jurisdictions
participating in the regional intelligence centers and the WAJAC where the proposed consultant team member
would work. The final selection was based on the outcome of these interviews and written assignment.
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
The hourly rate is comparable to other contractors submitting proposals for these services. Work is assigned
by Task Orders on an as-needed basis. Contract references maximum amount available.
Attachments
Operational090551.doc - 153600kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofm.wa.gov/PSCDfFi1ing/PrintFi1ingSummary.aspx?menuSe1ect=mnuFi1ing...1/9/2009
Date 1/8/09
Washington State Patrol
LOS -,' ;-
d t an dFIsca IS ervlces Cont ract NotT
Bulge Ilcaf Ion Form -
o Billable over $10,000 o Billable under $10,000 IZI Payable o Other:
WSP Contract Number Other Contract Number NR Number
C090551 PSC (1)
Contract Start Date Contract End Date AFRS End Date
JANUARY 152009 SEPTEMBER 30, 2009
Contract Title CFDANo. I QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Operational Applications Inc. (Doug Larm)
Contractor Contact Address
4227 South Meridian Suite C366, Puyallup WA 98373
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
Doug Larm 253-226-9564 30-0369267
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
douQ.larm@)operationalapplications.com TANYA PIERCE
WSP Project Manager WSP Section/Division/Bureau BFS Budget Analyst Name
L T RANDY DRAKE lAD SUE ASCHENBRENNER
Remarks: TASK ORDER NO.1. PERIOD OF PERFORMANCE AND AMOUNT IS FOR THIS TASK ORDER
ONLY. REIMBURSES CONTRACTOR AT HOURLY RATE OF $48.00 (SFY09).
ANALYST KIA GRAHAM
Contract Amount Position ....., Signatu~ and Date
Previous
Contract Amount
$ Grants and Contracts Manager ') ()'" /' ./A,./7 ~ /,
Amendment
$ Business Office Manager / V./, I'
() ~/
-
VI:
Amount 1-1
Revised Total
Amount
$79,000 Budget Manager
~rl ,... '").,j I 0'1
I Allot: DY~~~o
Unanticipated Receipt: DYes No
Indirect Costs %
Accounting Manager '" T/,
,/ v7 ~t/JU ~
Sub . ( ~evenue Code Percent!
Master Index Fund AI PI Project Majo'" .J Major Sub TAR Code
Object Amount
Group Source Source
WAJ8 001 01' 00271 WAJ8 CE 100%
Prorate Leave to Contract· DYes DNO _____________ ------ AFRS Code Assigned:
Overtime Only (On Day Off):
DYes DNo
Overtim~ DYes DNo
Contract Pays Only OIT Cost: es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes·
TypeftRllceipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
--
Distribution: IZI Project Manager
300-365-522 (R 6103)
IZI Accountant IZIBudget Analyst IZI Other: Captain Braniff
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Kia Graham) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor's Employee during this Task Order is
the WAJAC.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$48.00.
JJtlQ ~ )rtc:>I.dG,1I/
Printed Name and Title
Page 1 of 1
Washington State Patrol
Budget and Fiscal Services Contract Notification Form
o Billable over $10,000 D Billable under $10,000 ~ Payable D Other:
WSP Contract Number Other Contract Number AIR Number
C090551PSC
Contract Start Date Contract End Date AFRS End Date
January 1$2009 September 30,2012
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Operational Applications Inc. (DoUQ Larm)
Contractor Contact Address
4227 South Meridian Suite C366, Puyallup WA 98373
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
Mr. Doug Larm 253-226-9564 30-0369267
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
doug.larm@operationalapplications.com Tanya Pierce
WSP Project Manager WSP SectionlDivision/Bureau BFS Budget Analyst Name
Lt. Randy Drake lAD Sue Aschenbrenner
Remarks: Requires separate task orders - do not encumber.
Analyst Kia Graham
----
Billable Contracts Only
Mileage Allowed: DYes DNo Mileage Only: DNo
Std Mileage Rate: DYes DNo Special Mileage R per mile
Travel Authorized: DYes DNo oluntary OIT: DYes DNo
Special Rules: DYes DNo
Prorate Leave to Contract: DYes DNo ____________ --------- AFRS Code Assigned: DYes DNo
Overtime Allowed: DYe~ Overtime Only (On Day Off): DYes DNo
C~tract Pays Only OIT Co~es DNo Minimum Call Out Hours: _ _ _ _ _-1
Primary Org Code: __________ Other Org Codes:
Type~eipt: DRevenue D Interagency Reimbursement D Recovery of Expenditure
Distribution: ~ Project Manager I8J Accountant I:8JBudget Analyst I:8J Other: Captain Braniff
300-365-522 (R 6/03)
No.
WASHINGTON STATE PATROL
PSC
PERSONAL SERVICE CONTRACT
Other Contract No.
Criminal Intelligence Analyst Services
I Washington, and the Contractor i below,
governed by chapter 39.29 RCW.
Contractor Doing Business As (DBA)
ns
WSP
WSP Investigative Assistance Division
PO Box 2347 WA 98507-2347
PO Box 42602
Date
Printed Name
John R. Batiste, Chief
GENERAL 2/20/02
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intOXicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee Initial- 9/30109 10/1/09 - 9130/10 10/1/10 - 9/30/11 10/1/11 - 9130/12
Kia Graham $48.00 $50.00 $52.00 $54.00
6. Insurance Requirements.
comply with all
a. Worker's Compensation Coverage. The Contractor will at all times
e, and occup ational health
applicable workers' compensation, occupational diseas
applica ble. WSP will not
and safety laws, statutes, and regulations to the full extent
or their employees
be held responsive in any way for claims filed by the Contractor
for servjces performed under the terms of this contract.
in business auto
b. Business Auto Policy. As applicable, the Contractor shall mainta
insura nce with a limit not less
liability and, if necessary, commercial umbrella liability
arising out of "Any
than $500,0 00 per accident. Such insurance shall cover liability
or later
Auto." Business auto coverage shall be written on ISO form CA
0001, 1990
The Contra ctor
edition, or sUbstitute liability form providing equivalent coverage.
Policy insura nce meetin g contract
shall furnish evidence of Business Auto
requirements at the request of WSP.
Page4of11
WSPf'ersonal Service Contract
2/12/02
Exhibit B
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Titie VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy of return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jOintly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During' the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The aSSignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor. .
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid proVision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any SUbcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
Page 10 of 11
WSP Personal Service Contract
2/12/02
Exhibit C
I acknowledge that some of the material and information that may come into my possession or knowledge in
connection with Washington State Patrol Contract Number (Contract) or its performance may
consist of information that is exempt from disclosure to the public or other unauthorized persons under either
chapter 42.56 RCW or other state or federal statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers, e-mail
. addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or information identifiable to
an individual that relates to any of these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential Information for
any purpose other than the performance of this Contract, and not to release, divulge, publish, transfer, sell,
disclose, or otherwise make it known to any other party without the Washington State Patrol's express written
consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized access to
Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor, I shall
surrender any and all Confidential Information in my possession to the Vendor for its disposition according to the
terms of the Contract.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including RCW 10.97,
violation of which may result in criminal prosecution.
Date
Attached is a fully executed copy of the above-listed contract and task order between the
Washington State Patrol and Operational Applications, Inc. for Criminal Intelligence Analyst Ms.
Kia Graham. Funding for this contract will be encumbered under separate task orders.
Please ensure that the WSP employee preparing payment documents for this contract has a copy
of this contract to ensure the payment documents are filled out correctly.
The Budget and Fiscal Services contract tracking number is the WSP Contract Number noted
above; please use this number on all correspondence and payment documents associated with this
contract. If you need further assistance, please contact Ms. Cindy Haider, Budget and Fiscal
Services, at Micro 12, ext. 11071.
Cf.+I JRH:c1h
f' .Attachment
cc: Ms. Sue Aschenbrenner, Budget Section
Captain Tim Braniff, Investigative Assistance Division
Ms. Tanya Pierce, Accounts Payable Section
3000·323-001 (5196) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE Of WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 596-4000 • www.wsp.wa.gov
January 27,2009
Enclosed with this letter are two fully executed originals of the referenced agreements
and task orders between you and the Washington State Patrol. Please keep these
originals for your records.
The Washington State Patrol contract tracking number are the agreement numbers
referenced above; please use these numbers on all correspondence regarding these
agreements. If you need further assistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 596-4071.
Sincerely,
l C~d,··~{A
t'''Mr. JeffrJyJR. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Period of
Contract No.
Contract Title:
Other Party:
Amount:
Comments:
Grants and Contract Manager:
BFS Administrator:
c;f/Depu~: =-_-L/_,-'=2"-"_---=o~1_ _ _ _ _ _ _ _ __
_-siX-'IF'
Budget and Fiscal Services
Contract Routing Face Sheet
l2?1 New
Period of 0 Amendment
Contract No. C,f"29055 I £~ Performance: ,ltofiYl-q/ooltCl. 0 Recurring
Contract Title: ---"Ccd-'.·\11<f'1"'-'tvtI,,,,,,-,,.J..\_-:Lv~u~"-'\..l i"-C'''''es''----_ _ _ _ __
\1.1,'8'+.OI/J>\.L!.K:t:p.-.l:fkl:\\-LDl]U1(IfS-lB>.l,l---,==>tr=::..s.ul>L.!)
~ Payable
J' 0 Receivable
Amount: ~ 03S:, oro 0 Other: _ _ _ _ _ _ _ __
Scope of Work:
Comments:
Grants and Contract Manager: , t
~e ~ ,,'2.(-09
WSP Contract No.
WASHINGTON STATE PATROL
C090551PSC
PERSONAL SERVICE CONTRACT
Other Contract No.
Criminal Intelligence Analyst Services
This Contract is between the State of Washington, Washington State Patrol and the Contractor identified below, and is
governed by chapter 39.29 RCW.
CONTRACTOR NAME Contractor Doing Business As (DBA)
Operational Applications Inc.
Contractor Address Contra~tor Federal Employer Identification Number
4227 South Meridian Suite C366
30-0369267
Puyallup WA 98373
Contact Name Contact Telephone
Mr. Doug Larm 253-226-9564
Contact Fax Contact E-mail Address
doug.larm@operationalapplications.com
WSP Contact Information
WSP Project Manager Name and Title WSP Project Manager Address
WSP Investigative Assistance Division
Lieutenant Randy Drake
PO Box 2347,01 mpia WA 98507-2347
Telephone
(360) 704-2393
I
Fax
(360) 704-2973
E-mail Address
randy,drake@wsp.wa.gov
WSP Administrative Contact Name and Title WSP Admin istrative Contact Address
Mr. Jeff Hugdahl PO Box 42602
Grants and Contracts ManaQer Olympia WA 98504-2602
Telephone
(360) 596-4052
I
Fax
(360) 596-4077
E-mail Address
jeff. hUQdahl@wsp.wa.gov
Description of Service: The Contractor's Employee (Kia Graham) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor's Employee during this Task Order is
the WAJAC.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $48.00.
Page 1 of 1
Page 1 of 1
Hello Doug,
Yesterday I mailed the envelope containing contracts and task orders for the three analysts. As much as I double
checked my "crossing my t's and dotting my i's" I inadvertently put the wrong Start Date.
I have attached the corrected contracts and task orders and would appreciate if you would print out two pages of
the first page of each contract and two each of the task orders. The first page of each contract will replace the
incorrect page on the contracts you will be receiving.
Please let me know if you have any questions and sorry for any inconvenience
Hope you are doing well in this continuing Washington winter weather.
Take care,
C'indy 11aidCl'
IPSI' (:()nlrru:I.\
36!1-596-4071
cindy, hai!l£r@wsp. wa. gov
119/2009
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 596-4000 • www.wsp.wa.gov
January 8, 2009
Enclosed are two sets each of the referenced agreements and task orders between the
Washington State Patrol and your organization. Once an approved representative of
your organization has signed these originals, please return all originals to the following:
One fully executed original of each will be retumed to you for your records. The
Washington State Patrol contract tracking numbers are referenced above; please use
these numbers on all correspondence regarding these agreements. If you need further
assistance, please contact Ms. Haider at (360) 596-4071.
Sincerely,
C~ct '\U~
~)Mr. Jeffrey R. Hugdahl
Budget and Fiscal Services
JRH:clh
- Enclosures
,
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Kia Graham) shall provide criminal
intelligence analyst services during the time ofthe period of
performance indicated above for this Task Order. The local
worksite for the Contractor's Employee during this Task Order is
the WAJAC.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$48.00.
Page 1 of 1
rage 1 or J
Approved
Paul Beckley
Deputy Chief
Washington State Patrol
Service With Humility
360-596-4103
Since these are personal service contracts, not a request to hire FTEs the request needs to go through BFS to
solicit an exemption from OFM. To process this request from Captain Braniff, BFS needs your approval (As the
Acting Chief) to "approve the requested exemption and provide purchase approval."
Thanks/Marc
111412009
Page 1. ot :,
Note: To ensure compliance with all administrative requirements and retention guidelines, please delete any e-
mails regarding OPS cases after your review. When responding to any e-mails regarding OPS cases please
delete the sent e-mail immediately.
Paul Beckley
Deputy Chief
Washington State Patrol
Serrnce WitA Humility
360-596-4103
Chief, I am walking into this movie when it is almost over. This looks like something that should
have your approval. Please let me know if this is something I can do or if it needs your
blessing. Thanks, Curt
Cpt,
AC approved it; however, we have all erased the email and Cindy Haider needs a copy in the file.
Lieutenant Randy Drake
Washington State Patrol
Intelligence Section I WAJAC
1114/2009
Page 3 of 5
Geri out today I am hoping you can check or give your approval. Acting Captain Drake needs to get this process
moving and we just need the AC's approval forwarded to Jeff Hugdahl and Bob Maki to make it happen. These
are grant funded contract analysts who will work at the WAJAC. If you need any more info, just give me or Randy
a call.
Thanks, Traci
Randy: The Chief doesn't necessarily need to see the contracts. He just needs to approve the exemption
ofthem from the spending freeze and provide purchase approval..
You can forward this to him and ask that he review/approve and forward to me/Jeff Hugdahl. We'll
take it from there.
Thx, Bob
Captain Braniff is on vacation for the remainder of the year. I have provided answers to the questions as per
Cindy Haider's email found below. I do not have a copy of the contracts. Cindy, do you know if AC Ursino
has received these contracts?
1. Purpose
The Washington State Fusion Center (WSFC) is in the process of hiring a total of six intelligence analysts (1
Lead Analyst and 5 Intelligence Analysts). The Lead Analyst position has already been approved. These are
contractor positions. Background investigations will be required due to the nature and sensitivity of
information available to analysts.
Contractors will be paid with funds from the Department of Homeland Security's State Homeland Security
Grant. One million dollars has been allotted to fund these positions.
The project provides a critical component (intelligence analysts) to Washington State's Statewide
Integrated Intelligence System Plan (SWIIS). The spirit and intent of the SWIIS is to protect the citizens of
Washington State by providing an intelligence capability focused on terrorism prevention .
No.
1/14/2009
Page 4 ot j
Federal funds are available to fund the hiring of these contractors. An investment justification submitted to
the Department of Homeland Security specifies that these funds will be used to fund intelligence analysts .
• Meet a mission-critical information technology requirement without which a system can fail, a project will
encounter costly delays, or key deadlines are missed and penalties are incurred?
The WSFC enhancement project is dependent upon the acquisition of intelligence analysts and
continuation of the contracting process including background investigations on successful proposers.
If not approved, the WSP will not be able to successfully secure the services of the above-described
proposers and will not be in compliance with the WSP's own contractor proposal requirements.
Captain Braniff,
The chosen candidates for the Criminal Intelligence Analysts to be located at WAJAC with the effective dates of
January 15, 2009 through September 30,2012 are the following:
Due to the recent spending freeze please pass these pending personal services agreements to Assistant Chief
Ursina for his approval. If he approves these contracts he needs to forward to either Jeff Hugdahl or Bob Maki for
DC Beckley's approval. They will need the following questions answered:
1. Purpose
2. Fund Source and Amount
3. Does the purchase ....
• Prevent material loss or damage to property, bodily injury, or loss of life?
• Stem from court orders or are required under the law?
• Secure the receipt of federal or other funds as required by a grant?
• Meet a mission-critical information technology requirement without which a system can fail, a
project will encounter costly delays, or key deadlines are missed and penalties are incurred?
4. What will happen if the purchase is not approved?
Once approval through the chain of command has been received the contract can be then be processed and
routed for signature as well as the approval may be needed by HRD to complete the background check.
1114/2009
Page:> 01:>
Thank-you,
Cindy Haider
I'VSP C'ontI'i1US
3611-596-.f()7f
cindy. haider@wsp. wa. gQJI
1/14/2009
Page 1 of 4
Hi Cindy!
Please see the below e-mail from A/C Ursina that will serve as approval for WAJAC Analysts.
Geri Greene
Investigative Services Bureau
Phone: (360) 704-2979
Fax: (360) 586-1628
E-mail: geri.greene@wspowa.gov
Off chance? Are you kidding me? Yea, I'm pretty sure I got that e-mail and sent it to Bob Maki with my approval
last week. We even had a conversation about these not having to go through the DOP process because they are
contract positions. If they don't have it, this e-mail can serve as my approval.
- - - - - - -----_._--_._._.. _.._.__......_.----
From: Greene, Geri (WSP)
To: Ursina, Brian (WSP)
Sent: Tue Dec 23 09:56:19 2008
Subject: FW: WAJAC - Analysts
Hey there - On the off chance you're monitoring your blackberry -
Did you, by any chance, see an e-mail come through to you for approval on the WAJAC analysts?
Apparently we just need approval to be sent to Bob Maki or Jeff Hugdahl. Thanksl
Geri Greene
Investigative Services Bureau
Phone: (360) 704-2979
Fax: (360) 586-1628
E-mail: geri.greene@wsp.wa.gov
12/23/2008
Page 2 of 4
Geri - I'm unsure if you saw any of these e-mails - but by chance did you get cc'd on the
approval e-mail we are looking for?
Cpt,
AC approved it; however, we have all erased the email and Cindy Haider needs a copy In the file.
Lieutenant Randy Drake
Washington State Patrol
Intelligence Section I WAJAC
Thanks, Traci
Randy: The Chief doesn't necessarily need to see the contracts. He just needs to approve the exemption
of them from the spending freeze and provide purchase approval..
You can forward this to him and ask that he review/approve and forward to me/JeffHugdahl. We'll
take it from there.
Thx, Bob
12/23/2008
Page 3 of 4
Captain Braniff is on vacation for the remainder of the year. I have provided answers to the questions as per
Cindy Haider's email found below. I do not have a copy of the contracts. Cindy, do you know if AC Ursino
has received these contracts?
1. Purpose
The Washington State Fusion Center (WSFC) is in the process of hiring a total of six intelligence analysts (1
Lead Analyst and 5 Intelligence Analysts). The Lead Analyst position has already been approved. These are
contractor positions. Background investigations will be required due to the nature and sensitivity of
information available to analysts.
Contractors will be paid with funds from the Department of Homeland Security's State Homeland Security
Grant. One million dollars has been allolted to fund these positions.
The project provides a critical component (intelligence analysts) to Washington State's Statewide
Integrated Intelligence System Pla~ (SWIIS). The spirit and intent of the SWIIS is to protect the citizens of
Washington State by providing an intelligence capability focused on terrorism prevention.
No.
Federal funds are available to fund the hiring of these contractors. An investment justification submitted to
the Department of Homeland Security specifies that these funds will be used to fund intelligence analysts.
• Meet a mission-critical information technology requirement without which a system can fail, a project will
encounter costly delays, or key deadlines are missed and penalties are incurred?
The WSFC enhancement project is dependent upon the acquisition of intelligence analysts and
continuation of the contracting process including background investigations on successful proposers.
If not approved, the WSP will not be able to succe'ssfully secure the services of the above-described
proposers and will not be in compliance with the WSP's own contractor proposal requirements.
1212312008
Page 4 of4
Captain Braniff,
The chosen candidates for the Criminal Intelligence Analysts to be located at WAJAC with the effective dates of
January 15, 2009 through September 30, 2012 are the following:
Due to the recent spending freeze please pass these pending personal services agreements to Assistant Chief
Ursino for his approval. If he approves these contracts he needs to forward to either Jeff Hugdahl or Bob Maki for
DC Beckley's approval. They will need the following questions answered:
1. Purpose
2. Fund Source and Amount
3. Does the purchase ....
• Prevent material loss or damage to property, bodily injury, or loss of life?
• Stem from court orders or are required under the law?
• Secure the receipt of federal or other funds as required by a grant?
• Meet a mission-critical information technology requirement without which a system can fail, a
project will encounter costly delays, or key deadlines are missed and penalties are incurred?
4. What will happen if the purchase is not approved?
Once approval through the chain of command has been received the contract can be then be processed and
routed for signature as well as the approval may be needed by HRD to complete the background check.
Thank-you,
Cilldv Haider
IV"'!' COl1lraCIS
36IJ-596-41(7J
cindy. haider@wsQ. wa. gQJ'
12123/2008
Page 1 of 1
Captain Braniff,
The chosen candidates for the Criminal Intelligence Analysts to be located at WAJAC with the effective dates of
January 15, 2009 through September 30,2012 are the following:
Due to the recent spending freeze please pass these pending personal services agreements to Assistant Chief
Ursino for his approval. If he approves these contracts he needs to forward to either Jeff Hugdahl or Bob Maki for
DC Beckley's approval. They will need the following questions answered:
1. Purpose
2. Fund Source and Amount
3. Does the purchase ....
• Prevent material loss or damage to property, bodily injury, or loss of life?
• Stem from court orders or are required under the law?
• Secure the receipt of federal or other funds as required by a grant?
• Meet a mission-critical information technology requirement without which a system can fail, a
project will encounter costly delays, or key deadlines are missed and penalties are incurred?
4. What will happen if the purchase is not approved?
Once approval through the chain of command has been received the contract can be then be processed and
routed for signature as well as the approval may be needed by HRD to complete the background check.
Thank-you,
Cindy llaiJa
IYSP Contracts
360-596-·lIJ7 !
cindy. haider@11'sp. 11'a. gov
12/17/2008
Page 1 of 1
Just to confirm the Start Date for the 5 new Analysts - 1/151097
As per my conversation with Sgt Jarmon I will wait for you to contact me on Friday when you are ready for me to
send out the final notifications.
Thanks,
OIll:!V Naider
If':"'!' COi1in":I,,
360-596-407/
cindy. haider@ws/2. wa. gov
12/1712008
Page 1 of 1
Mr. Larm,
Congratulations; the following have been selected as Apparent Successful Proposers for this procurement.
The Start Date for these contracts will be January 15, 2009. Two original contracts and Task Order No.1 for
each will be mailed out to you for signature within the next two weeks. Please sign all sets and mail all sets back
to my attention at the address listed on the cover letter that will be enclosed.
('ind, !fulder
Jf,')'P RFUQ Cooruin{i/{)F
ciJu(v. iwider(i{!ll-'sp. W{I.gO)'
12/22/2008
15 December 2008
4. COURSE OF ACTION:
a. Contact with the Duplin County Sheriff's office to continue flow of information
is required. Information concerning MS-13 groups in W A may enable insight to key
aspects to look for within the newly emerging Duplin MS-13 group. Further information
and updates of the Duplin MS-13 activities will gain WAJAC insight in the group and
unveil unknown information regarding local MS-13 groups.
b. Organizational Charts should be created and maintained to help show the
connections, organizational structure, areas of operation and growth rates of MS-13
groups, especially within WA State.
c. Liaison and reporting channels should be established and maintained with
other Fusion Analysis Centers and Law Enforcement Agencies regarding information
pertaining to MS-13.
d. Pattern-trend analysis should be conducted to help follow and trends the local
groups have created in order to deter future MS-13 operations and violence out-breaks.
e. Infonnation briefings should be prepared and conducted to help get the
communities involved in the recognition ofMS-13, the severity/implication of their
activities, and the proper reporting channels to further leads for LEAs.
5. For further infonnation regarding this subject, please contact either William Evans or
Kia Graham at the WAJAC, phone 425-446-1948 .
.p<~~
Kia Graham
Criminal Intelligence Analyst
WA Joint Analysis Center
IS Qec . .?-OO&
£\i
\I REFERENCE CHECK FORM
Vendor Name
I"--:.(L
Cfg?~N
G{Q.~
ca ts;)$ Vendor Number JQ
Signature --p...:jJj~/:::::.!:,---!~-E::.{,~>:::::~------
Please provide a raw score of 0-10 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. -iJfor \<''\ 0..... 0ro.-lp- M.
Reference Name _ _-=-=
K:.::o....:{\..
__ -'G~~VV'-!....:f'p::...-b-'--i\'--'-________
Point of Contact Name _ _ _ _ _ _ _ _ __
3.
6.
7. Score: J0
REFERENCE CHECK FORM
G ~"\.G..J,,",-
~ 0-
Vendor Name O€e~M~ \ A~hcQ}-zo:S I. Vendor Number -.lQ
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. ~ for _ _~~...-'.\~tA..~_~Gr=~a..=-k!..:..:",":=.:.."V\~_ _ _ _ _ __
Reference Name k~ c..-ko..,..d .s......f'..J..Siv-oM
Point of Contact Name _ _ _ _ _ _ _ _ _ __ Phone: 3(.,<::> -"2.. (; q -LfZ.SI
3.
6. Score:~
Signature _t::::.=.2!I==-L-L1JL=:===-
________
Please provide a raw score of 0-10 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No . .$ for _~-,-,-~-,--~___G_,-r_o...-,-~_(1.._M-=-_________
Reference Name _ _ b-,-~o..J~~i,-,J"",-_--,S~c""'-!h....!-"o"'O:JI'\~'M:..!-"'~"-"k,,",,,r____
Point of Contact Name _ _ _ _ _ _ _ _ _ __ Phone: 3"'>-"J1?{;.- 011'
o
\ 0; !lD C>d/\~w~ (1\.0 rv--... ehrN/
INSTRUCTIONS
Please provide a raw score of 0-1 0 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements:
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'. .
A. If you are submitting a proposal for Criminal Intelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the'
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include infonnation on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent infonnation. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
Date.__I.....:
I I,-,I_7,--,II-.::;c"",y
__
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor'S response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional proc!uct.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the reqUirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o =; The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'. .
ations/Experience
Criminal Intelligence Analyst Lead Services Team Membe r Qualific
Raw Score (1-10)
Notes:
Page 3 of3
WSP RFQQ No. C090433PSC
Evaluation Score Sheet
Vendor Name DQ~Y"-~~J ~L(,!l.1o(\)s ~e. Vendor NumberJ.Q.
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product. _
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intel1igence analyst training with the resumes'. .
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
10a Operational Applications 602632122 Mr. Doug Larm 4227 Soutt Puyallup WA 98374 (253) 226-9564 doug.larm@ol2eratior Mr. Dennis Gerber
10b Operational Applications Ms. Sara Lacy
10c Operational Applications Ms. Kathleen Almquist
10d Operational Applications Ms. Kia Graham
10e Operational Applications Ms. Neoma Skye
11 The Confluence Group Inc 20-4527781 602589963 Mr. Luis Vega 2829 Ruck Everett WA 98201 (425) 212-3500 (425)212-3535 Ivega@confluencecaIMr. David Malinowski
11a The Confluence Group Inc Mr. Brinkley Harrell
11b The Confluence Group Inc Mr. Bob Korter
11c The Confluence Group Inc Mr. Francisco .olivarez
11d The Confluence Group Inc Mr. Carlos Alvarez
11e The Confluence Group Inc Ms. Alice Switzer
LEADS
No. Company UBI POC Title POC First POC Last Address City State Zip Phone Fax E-mail Tm Title Tm First Tm Last
1 Network Transport Engine, 602580868 Mr. Micheal Dorsey 3300 NE 11 Ridgefield WA 98642 (425) 531-2735 (503)786-3167 Mr. Nicholas Jones
8 Intelligence Acumen Mr. James Ward 7008 258tr Graham WA 98338 (253) 232-6378 .(Mr. James Ward
9 Centra Technology Inc. 52-1405842 Ms. Eileen O'SUllivan 25 Burlingt Burlington MA 1803 (781) 272-7892 (781) 272-7883 osullivane@centram'Ms. Amy Kanawi
9a Centra Technology Inc. Mr. Steve Mazel
9b Centra Technology Inc. Mr. Scott Whippo
10 Operational Applications 602632122 Mr. Doug Larm 4227 Soutt Puyallup WA 98374 (253) 226-9564 doug.larm@operatiorMr. Bill Evans
' ..
Responsive Rate 1 Rate 2 Rate 3 Rate 4 Avg Cost Pis (' Eval 1 Eval2 Eval3 Quest Rav Quest {70 Ref 1
Yes $44.00 $44.00
Ref 2
$44.20 $44.20 $44.10 13.54
Yes 8.00 8.00 8.00 8.00 56.00 45.00 50.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94
Yes 5.00 5.00 5.00 5.00 35.00 38.00 40.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94
Yes $50.00 $50.00
5.00 5.00 5.00 5.00 35.00 0.00 0.00
Yes
$50.00 $50.00 $50.00 11.94 6.00 6.00 6.00 6.00 42.00 41.00 47.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 7.00 7.00 49.00
Yes 7.00 7.00 47.00 42.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94
.Yes 5.00 5.00 5.00 5.00 35.00 44.00 44.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 7.00
Yes $37.50 $39.00
6.00 6.00 _ 6.33 44.33 44.00 45.00
Yes WITHDR EW
$40.56 $42.18 $39.81 15.00 7.00 7.00 7.00 7.00 49.00 50.00 50.00
$48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $50.76
$48.34 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $50.76
$48.34 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDR EW $50.76
$48.34 $53.30 $55.97 $52.09 11.46
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27
Yes $50.00
5.00 5.00 5.00 5.00 35.00 47.00 47.00
$52.00 $54.00 $56.00 $53.00 11.27
Yes $48.00
8.00 8.00 7.00 7.67 53.67 50.00 0.00
$50.00 $52.00 $54.00 $51.00 11.71
Yes 6.00 6.00 6.00 6.00 42.00 50.00 46.00
$48.00 $50.00 $52.00 $54.00 $51.00 11.71 7.00
Yes $50.00
7.00 7.00 7.00 49.00 50.00 46.00
$52.00 $54.00 $56.00 $53.00 11.27
No 7.00 7.00 8.00 7.33 51.33 0.00 43.00
No
No
No
No
No
•
Proposal to WSP RFQQ No. C090433PSC Exhibit B
One (1) original Letter of Submittal and Certifications and Assurances was submitted
with the Consultant's proposal. Letter of Submittal and Certifications and Assurances
were signed by a person authorized to legally obligate the Consultant.
Has previously served as an intelligence analyst for a minimum of two (2) years either in
a Federal intelligence agency, the military, or State and/or local law enforcement
intelligence unit; or, has a Bachelor's degree or higher college degree in criminal justice,
law enforcement, statistical analysis or a related field that substitutes for the work
experience requirement; arid
For Criminal Intelligence Analyst - Lead Services, the proposal clearly demonstrates
that any proposed Consultant Team Member: .
@ For Criminal Intelligence Analyst Services the hourly reimbursement rate for proposed
Consultant Team Members does not exceed $50.00.
@ For Criminal Intelligence Analyst - Lead Services the hourly reimbursement rate for
proposed Consultant Team Member does not exceed $60.00.
@ The proposal contains a Waiver and Authorization to Release Information form for every
Consultant Team Member proposed for work. The form is Signed by each respective
proposed Consultant Team Member.
Proposal provided 90 days of acceptance of its terms from the due date of proposals.
PROJECT TITLE:
Criminallnteliigence Analyst Services
RECEUVLED
MUV 1 ~ ?n08
GUOGET & FiSCAL
WSP
',:;. -, '-.; - ,: -
; ~-- .. ~,"
Proposal to WSP RFQQ No. C090433PSC
Table of Contents
Section Page
2.0 - Certifications and Assurances (Exhibit A to RFQQ) ...................... " ...... ... ... ...... ... 5
3.3 - References........................................................................................... 34
3.5 - Waiver and Authorization to Release Information .... " ... ... ... ...... ............ ...... ..... 40
Tab A - Tea~ Member's Certificates of Intelligence Analyst Training ....... , ........................ .48
LETTER OF SUBMITTAL
Signatur!iat4t~' __- -
LETTER OF SUBMITTAL
1.1 - Attachment
. Operational Applications Incorporated is proud to identify the company employees proposed for
work as criminal intelligence analysts:
~"M~~
Title ,i)1ti%!MJVI Date (DDIMMIYY)
JI tE ~lltrJj>t2/&"lE- 1Jj;Ij&t
1. IIwe declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However,
I/we may freely join with other persons or organizations for the purpose of presenting a single
proposal.
3. The attached proposal is a firm offer for a period of 90 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of
certainty in key terms) at any time within the 90-day period.
4. In preparing this proposal, I/we have not been assisted by any current or former employee of the
state of Washington whose duties relate (or did relate) to this proposal or prospective contract,
and who was assisting in other than his or her official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document.)
5. IIwe understand that WSP will not reimburse me/us for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and I/we claim no proprietary right to
the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by himlher
prior to opening, directly or indirectly to any other Proposer or to any competitor.
7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. If there are
any exceptions to these terms, I/we have described those exceptions in detail on a page attached
to this document.
8. No attempt has been made or will be made by the Proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition.
9. l/we certify that neither the Proposer nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participating in any
contract resulting from this procurement by any federal department or agency. Further, if
awarded a contract the Proposer agrees not to enter into any arrangements or other contracts
with any party that is on the "General Service Administration List of Parties Excluded from
Federal Procurement or Non-procurement Programs" which can be found at www.epls.gov.
S<J"'.~"'_=' ~~__
Title p;l.(?J'/j)r;;V7 Date (DDIMMfYY)
RESPONSE TO QUESTIONNAIRE
Our team members possess special qualifications, unique personal attributes and measurable
knowledge, skills and abilities required to succeed in supporting intelligence efforts by local,
regional and federal agencies. Our team-based approach integrates individual skills, training
and experiences into a high performing, mature and cohesive work unit focused on common
. goals: collaborate, cooperate, communicate and achieve. Our team-based approach benefits
Washington State by building a stronger workplace community ready to initiate professional
criminal intelligence analytical service and support at the start of contract work beginning day
. one.
All of the Operational Applications intelligence analysts meet, and with most of the
reqUirements, exceed the minimal standards established by the RFQQ. A further enhancement
of our team-based approach is our demonstrative work history, training and experience
surpassing the Department of Justice Minimum Criminal Intelligence Training Standards
Findings and Recommendations dated October 2007. For example, our proposed team
cumulatively consists of:
Summary:
• Formal education: Master in Public Administration and MBA; BA in Political Science
(application courses in statistical analysis and research)
• National security work experience: three years as a King County regional intelligence
analyst supporting the Washington Joint Analytical Center
• Specialized intelligence analysis training: two years as adjunct instructor for
Washington Association of Sheriffs and Police Chiefs basic intelligence course (Role of
Intelligence Analyst); completed WASPC basic intelligence course, Foundations of
Intelligence Analysis Training and Drug Intelligence Analysis in 2006
• Microsoft Office software proficiency over fifteen years daily proficiency in
substance, organization, style and correctness in all forms of written communication
developed through Microsoft Office suite applications
Be able to obtain a federal Top Secret level MEETS Requirement Possesses a current Department of Justice Top Secret
security cfearance level security clearance
• Professional Experience
Performed as one of three intelligence analysts supporting the Washington Joint Analytical
Center's Regional Intelligence Group 6. Responsible for infusing an all crimes approach with
emerging analytical processes to determine potential links and connections to terrorism,
organized crime and all other criminal acts. Collected information, synthesized relevant data
and established situational evidence into potential criminal investigative facts in order tei
determine trends and provide intelligence feedback.
Performed as an Investigator for a Seattle-based attorney's firm. This firm focused on trial and
appellate work, dispute resolution, and counsel and advice in both civil and white-collar criminal
cases_ As an Investigator, worked on illegal satellite piracy for DircTV, utilizing the Digital
Millennium Act. Also worked on the illegal downloading and file sharing of copyrighted music for
the Recording Industry Association of America (RIAA) under the Federal Copyright Act.
Police Commander, City of Renton Police Department, Patrol Services Division, 1995-2000
Performed as a Division Commander responsible for coordinating and providing all aspects of
training for the police department. Commanded the department's crime prevention program that
provided numerous community outreach programs. Commanded the Drug Abuse Resistance
Education (DARE) and Gang Resistance Education and Training (GREAT) programs. This
required a close working relationship with all educators and school administrators alike. These
programs provided drug and gang training to thousands of school children. Supervised all
recruitment for the agency and provided all background investigations on new police
candidates. Provided research and development on new equipment and technologies.
Directed a volunteer staff of over 50 personnel.
Performed as a Division Commander responsible for First Watch, Second Watch and Third
.Watch patrol shifts, directing over 60 uniformed officers. Commanded the K-9 Units as well as
the Bicycle Patrol Unit. Served as an Administrative Member on the Renton Police Department
Review Board. Participated in the oversight and review of all officer-involved shootings, motor
. vehicle accidents and other problematic officer-involved incidents.
Acting Deputy Chief, City of Renton Police Department, Support Services Bureau, 1992-1993
Performed as a Division Commander responsible for Jail, Inmate Health and Welfare, Weapons
Permits, Fingerprints and Evidence. Commanded a jail that provided over 30 outside agency
contracts for jail services. This included federal, state, tribal and local agencies. Responsible
for providing and processing all weapon permit requests as well as providing background
investigations on weapon permit applicants. Provided fingerprint processing on all bookings
and arrests as well as all school teachers within the district as required by law and all other
license applicants such as masseuses. Responsible for the evidence collection and processing
of all crime scenes.
• Education
Bachelor of Arts - Political Science, University of Puget Sound, Tacoma, WA, 1979
• Job-Related Training
Washington State Criminal Justice Training Commission, Executive Level Certificate, Seattle,
WA, 1995
Summary:
• Formal education: BS in Spanish/German with minor in environmental engineering;
slated to complete BS in Information TechnologyNisual Communication spring 2009
• National security work experience: over ten years in US Army intelligence
• Specialized intelligence analysis training: graduate of US Army military intelligence
officer basic course; selected to perform as an observer/controller in US Army Europe
training center responsible for coaching, teaching and mentoring junior and senior
intelligence officers in all aspects of intelligence operations
• Microsoft Office software proficiency over ten years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications--considered expert/power-user; proficient in
MS Visio and Project; skilled in HTML and Javascript; and able to program in Java and
C+
current
security clearance SecreVSpecial Background Investigation·levet security clearance
Resume: Sara Lacy is an innovative thinker and a professional intelligence analyst with over
ten years experience including wartime intelligence operations. She has performed as a
national level intelligence analyst responsible for producing country studies and other strategic
intelligence reports, as an operational level intelligence analyst responsible for finding,
identifying and locating hostile military air attack sites in northern Iraq, and as a tactical level
intelligence analyst in Korea responsible for analyzing problematic indications and warning
associated with ongoing US Forces peacekeeping operations on the Korean peninsula. Her
background supports critical work requirements for assessing information needs, identifying
analysis techniques, identifying risks, evaluating alternative solutions, identifying information
. gaps and establishing work priorities. Her wartime service contributes significant intelligence
experience in writing, collating and disseminating analytical reports, daily briefs and periodic
assessments.
• Professional Experience
Company Commander [Captain (CPT), Military Intelligence (MI)], 345'h MI Battalion, Military
Intelligence Reserve Command, Jasper, AL, 2/07-3/08
Commanded the Theater Ground Intelligence Center (TGIC) support company. Responsible for
providing two combat-ready multi-discipline intelligence fusion teams which supported wartime
operations in Afghanistan and Iraq. The TGIC fusion teams are responsible for maintaining
situational awareness and situational understanding on emerging conditions existing within
assigned countries of studies in our region. We developed and maintained intelligence
preparation of the battlefield products, analytical assessments, and developed indications and
warning. Further, a major fusion team responsibility was to find and screen data potentially
indicating the presence or activities of terrorist groups that may have been operating in our
assigned region.
Intelligence Staff Officer [CPT/MI], 345'h MI Battalion, Military Intelligence Reserve Command,
Fort Gordon, GA, 7/06-2/07
As the Intelligence Officer, responsible for ensuring personnel security and physical security of
classified documents within the battalion's area of responsibility. As part of ensuring personnel
security my team con'ducted preliminary investigations for personnel requesting security .
clearances, as well as starting the process for periodic reviews for personnel already in
possession of a valid security clearance. My team provided oversight for the maintenance oftwo
different locations secured for use with processing, transmitting and storing Secret classified
information. I conducted regular inspections to ensure that the storage facilities conformed to
published regulations and reported monthly on the status of all classified documents and
systems in these two facilities. Provided oversight for two subordinate units that maintained
Secret classified document storage safes outside of these facilities and ensured that their
procedures and storage equipment also conform.ed to published regulations.
Intelligence Staff Officer [CPT/MI], 504'h MI Brigade, Fort Hood, TX, 1/03-4/05
As an Intelligence Officer, served in Iraq from January to December 2004. Responsible for daily
reporting of personnel accountability formore than 2000 Soldiers and civilians stationed in
numerous cities, operating bases and enclaves positioned throughout Iraq. Coordinated the
Rest and Relaxation (R&R) program for the entire Brigade, ensuring that no unit fell below 90%
strength. Responsible for all casualty reporting within the Brigade. This report included all
Soldiers listed as Wounded In Action 0NIA) , Killed in Action (KIA) and Missing in Action (MIA).
My team tracked the movement of Soldiers andlor remains until final destination in the US.
Intelligence Staff Officer [CPT/MI], 4'h Brigade, 151 Infantry Division, Ansbach, Germany 9/01-
12102
Two days before 9/11, I assumed staff duties as the senior intelligence officer in the brigade
with responsibility for keeping the commanders and senior officers informed on emerging
events, indications and warning and potential applications to our mission readiness. As the
senior brigade intelligence officer, performed as the commander's representative during the
. Force Protection Working Group meetings. These meetings, developed in the days following
9/11, focused on force protection measures for th~ee US military installations located in
Germany. These installations housed US military forces and family members as well as serving
as the garrison command locations for divisional units. Responsible for establishing the force
protection plans for these installations, for determining physical security guard rotations and for
standardizing operating procedures for guard forces at five different locations in the German
community. Additionally responsible for coaching, teaching and mentoring other intelligence
officers in the intelligence process and cycle with special emphasis on intelligence production
and dissemination focused on Army aviation operations during assignment as an
observer/controller at the largest combat maneuver training center in Germany.
Intelligence Staff Officer [CPT/MI], Iraqi Ground Forces Order of Battle Section, Operation
Northern Watch 3/01-7/01 and 4/02-5/02
Responsible for tracking Iraqi Ground Forces, analyzing the placement and movement of units,
providing input to the collection manager to facilitate the use of Tactical Reconnaissance and
National assets in Northern Iraq. Conducted weekly meetings with the senior intelligence officer
responsible for collection management as well as providing a "focus" meeting before each
mission in order to emphasize special interest ground targets. These meetings were important
because national intelligence assets would exploit these targets. Provided detailed information
about the disposition, strength and location of Iraqi ground forces. Responsible for supporting a
section of political and military analysts coordinating with foreign military embassies in Turkey in
order to maintain situational awareness of any political situation that niight adversely, or
positively, impact Allied aviation missions over Northern Iraq. Conducted daily mission briefs for
the senior commanders and staff as well as detailed intelligence briefings for the pilots.
Exploited multiple national agency databases and monitored different classified message traffic
to synthesize current, real-time information on national imagery products. These products were
extremely useful in conjunction with various intelligence reports and data feeds to help visualize
the ground order of battle situation for the other staff members.
Platoon Leader [LieutenantlMI], B Company, 102nd Military Intelligence Battalion, 2nd Infantry
Division, Camp Essayons, Republic of Korea, 1/99-1/00
• Education
United States Military Academy at West Point, BS Spanish/German with minor in environmental
engineering; West Point, NY, 1998
• Job-Related Training
Summary:
• Formal education: slated to complete BA in Intelligence Studies with a focus on
Terrorism in summer 2009; currently maintaining 4.0 GPA
• National security work experience: over five years in intelligence with positions in
tactical and national level organizations including as an intelligence analyst supporting
US Special Operations in Iraq in 2004-2005; experience as lead intelligence liaison with
federal law enforcement agencies, major military commands, international committees,
and other government agencies
• Specialized intelligence analysis training: graduate of US Army Counter-Intelligence
SpeCial Agent course and Joint Interrogation certification course; completed US Army
Intelligence Support in Counter-Terrorism course and US Army basic intelligence analyst
course
• Microsoft Office software proficiency over five years daily proficiency in substance,
organization, style and correctness in all forms of writlencommunication developed
through Microsoft Office suite applications
i II
training to ensure baseline proficiency Support in Counter-Terrorism Course and US Army basic
analyst course; completed jOint intelligence training on asymmetric
Resume: Kia Graham is a US Army Reserve Counter-Intelligence Special Agent with over five
years of progressive wartime intelligence operations experience. She has supported over 100
strategic interrogations of high-value human intelligence targets as a senior intelligence analyst
with Joint Task Force Guantanamo Bay-Cuba. She has created and disseminated over 100 in-
depth all-source analytical products to law enforcement, intelligence agencies and foreign
governments in her wartime support role. Her professional experience and innovative mind
enabled her to exceed the required analytical production rate three-fold. She has liaised on a
daily basis with the US military criminal investigative task force, combatant commands, Federal
Bureau of Investigation and other governmental agencies as well as with Defense Department
and Justice Department. One of her most significant wartime service contributions included the
development of over thirty terrorist targeting packets in support of collection operations and
direct action missions which resulted in the apprehension of al-Qaeda operatives, foreign
fighters, and members of the former Saddam regime.
• Professional Experience
Lead Intelligence Analyst, Fusion Analysis Section, Joint Task Force-Guantanamo Bay, Cuba,
10106 - 02/08
Consistently provided timely and accurate analysis of all-source information and finished
intelligence products addressing transnational, international terrorism and terrorism-related
activities to support Joint Task Force intelligence and interrogation operations. Created and
disseminated over 100 fused in-depth all-source intelligence analysis products to law
enforcement, intelligence agencies and foreign government services. Maintained situational
awareness and understanding of emerging events described in message traffic and intelligence
products. Liaised on a regular basis with criminal investigative task force, combatant
commands, Federal Bureau of Investigation, other governmental agencies and a myriad of other
Defense Department and Justice Department organizations.
Intelligence Analyst, Fusion Analysis SectionlGulf States Regional Team, Joint Task Force-
Guantanamo Bay, Cuba, 01/06 -10/06
Provided relevant, accurate and timely analy1ical support to ten human intelligence collection
teams assigned to the Gulf States region. Attended weekly coordination meetings and was a
contributing analyst to collection strategy sessions. Provided analy1ical comments on over 30
in-production intelligence information reports. Created intelligence summaries for over 80
intelligence information reports created by the Gulf States team. She reviewed and updated
over 100 detainee analy1ical support packages. Liaised with respective regional commands;
maintained collaborative processes with other fusion analysis sections.
She was responsible for intelligence requirements management. Provided analy1ical input for
over 50 interrogation control plans. Performed liaison and coordination planning with federal
law enforcement agencies, major military commands, international committees and other
governmental agencies. She developed all-source analy1ical products in support of North
AfricalEurope Regional Team's collection efforts. Assisted in the creation of and facilitation for
an Intelligence Information Upload Project. This project managed and archived relevant
detainee intelligence information. Selected to teach this project to senior officers. Served as a
senior military analyst for a visiting foreign delegation from an African Union member state.
Provided assessments, analyses and informational updates on selected high-value detainees.
• Education
• Job-Related Training
Joint Interrogation Certification Course, US Army Intelligence Center & School, Fort Huachuca,
AZ., Oct 2008
US Army Counter-Intelligence Special Agent Course, US Army Intelligence Center & School,
Fort Huachuca, AZ., Jul 2008
Intelligence Support in Counter-Terrorism Course, US Army Intelligence Center & School, Fort
Huachuca, AZ., Jun 2004
Intelligence Analyst Course, US Army Intelligence Center & School, Fort Huachuca, AZ., Sep
2003
Summary:
• Formal education: AAS - Dec 2008 (elements of Asian Language and Culture,
intensive writing, and mathematical reasoning)
• National security work experience: over four years in US Army Intelligence
• Specialized intelligence analysis training: completed intelligence training such as the
Mobile Warning Analysis Course from the Joint Military Intelligence Training Center and
US Army Counter-Intelligence course
• Microsoft Office software proficiency over four years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications
Proficient in the use of Microsoft Office MEETS Requirement. Over four years of daily PowerPoint, Access/Excel and
Suite applications Word use for intelligence presentations, studies, analyses, and briefings
Be able to obtain a federal Top Secret level MEETS Requirement. Possesses current Defense Department Top
security clearance Secret/Special Background Investigation-level security clearance
Resume: Kathleena Almquist is a US Army Reserve Military Intelligence Sergeant with over 4
years of military intelligence service. Her experience includes all-source intelligence analysis at
. the tactical level while interacting and sharing information with adjacent commands and
specialized organizations. She is confident, resourceful, and intelligent, and exceeds
expectations and requirements when accomplishing tasks. As a professional intelligence
analyst, she is capable of making timely decisions with minimal supervision. Additionally, she
communicates complex ideas in an understandable, efficient, and professional manner. She
has demonstrated the ability to create, integrate, and improve intelligence products and
procedures. Her technical expertise covers a range of intelligence functions including human
intelligence, signals intelligence, and imagery intelligence. She uses her exceptional analytical
abilities, coupled with excellent written and oral communications skills, to translate information
into a synthesized intelligence product.
• . Professional Experience
Intelligence Sergeant [Sergeant (SGT), Military Intelligence (MI)], 301 5 ' Maneuver
Enhancement Brigade (US Army Reserve), Fort Lewis, WA, 2/08 - Present
Incorporating lessons learned and knowledge acquired from real world analysis experience into
reserve intelligence analysis training and operations. Coordinating related intelligence training.
Oversees the implementation and improvement of information, operations, communications,
and personnel security procedures for the brigade. Improved security readiness immensely, with
a vast change in security awareness and a higher level of respect for security regulations and
requirements. Created and implemented Standard Operation Procedures for derogatory
information reporting and clearance processing and tracking.
Intelligence Sergeant [Specialist (SPC)/MI], 3-2 Stryker Brigade Combat Team, Mosul,
Baghdad, and Baqubah, Iraq, 06/06 - 09/07
Intelligence Analyst [SPC/MI], 3-2 Stryker Brigade Combat Team - Fort Lewis, WA, 12/04-
06/06, 09/07 - 02/08
Assisted both the Brigade Security Manager and Brigade Special Security Officer in fields as
varied as Physical Security, Information Security, Operational Security and Personnel Security.
Coordinated training for 8 battalion intelligence teams, resulting in an efficient, knowledgeable,
and compliant organization. Trained 5 soldiers to continue security operations following the
transition of all experienced intelligence analysts from the S2, ensuring the continuous security
standards within the 3 rd Stryker Brigade, 2 nd Infantry Division. Established a system for tracking
security issues, including derogatory information handling, requests for Personnel Security
Investigations, and mandatory security awareness training for the Brigade.
• Education
Tacoma Community College, Tacoma, WA, Associate's Degree - 12/2008, Major: Four-Year
Transfer
• Job-Related Training
Mobile Warning Analysis Course, Joint Military Intelligence Training Center, Fort Lewis, WA,
2005
Intelligence Analyst Course, US Army Intelligence Center & School, Fort Huachuca, AZ, 2004
Summary:
• Formal education: BS in Business Management (application courses in statistical
analysis and research)
• National security work experience: over 15 years in military intelligence
• Specialized intelligence analysis training: US Army credentialed Counter-Intelligence
Special Agent; completed advanced intelligence training such as Intelligence in
Combating Terrorism, Criminal Intelligence Analysis, Anti-Terrorism, Signals
Intelligence, and numerous Analysis Software Programs
• Microsoft Office software proficiency. over fifteen years daily proficiency in
substance, organization, style and correctness in all forms of written and graphic
communication developed through Microsoft Office suite applications
Be able to obtain a federal Top Secret level MEETS Requirement Possesses current Defense Department Top
security clearance Secret/Special Background Investigation-level security clearance
.
Resume: Neoma Skye is a US Army Reserve Military I ntelligence Sergeant with over 15 years
of military intelligence service including three years of defense contracting intelligence support.
She is a credentialed US Army Counter-Intelligence Special Agent. Her analytical experience
includes situation-specific, non-traditional terrorism and asymmetrical threats. She served as a
team leader for the US Army Pacific's Homeland DefenselForce Protection analysis team
responsible for fusing and interpreting intelligence, analysis and reports from numerous military,
civilian and government sectors. Additionally, as the team leader, she was responsible for
developing innovative methods for obtaining information. Her fused intelligence summary was
produced using standard military and agency analytical collaboration techniques along with non-
traditional intelligence information providers such as private security companies supporting local
retail and critical infrastructure. She researched, authored and disseminated daily analytical
reports summarizing potential terrorism related incidents and possible impacts on military
operations. In addition to situation-specific analyses, she produced general capability threat
assessments. She assisted senior military officers in writing intelligence outlook reports for
specific countries or political regions. These in-depth country reports included biographies,
conventional military threats, terror-related threats and socio-economic conditions. She was
responsible for creating and maintaining a tracking database of terrorism and counter-terrorism
incidents. This spreadsheet was used by the US Army for long-term threat analysis and was
incorporated in the intelligence portion of the senior commander's annual force protection and
risk assessment report.
• Professional Experience
Senior Counter-Intelligence Agent, 373'd Military Intelligence Battalion (US Army Reserve),
Tlimwater, WA, 1/08 - Present
Developed 2-hour in-depth security briefing (to include topics on subversion and espionage,
operational security and terrorism awareness) for yearly training requirement. Presented briefing
over 20 times to over 1800 soldiers and civilians within six months. Assisted in personal security
background investigations, national security crime investigations, vulnerability assessments,
and other authorized counter-intelligence operations. Reviewed and edited counterintelligence
reports for accuracy, content and validity. Developed course curriculum and conducted
beginning and advanced counter-intelligence investigation and counter-terrorism analysis
training for Army Reserve soldiers. Served as Counterintelligence Special Projects NCO and
assisted senior executives with personnel management analysis, reports reviews and liaison
with subordinate counterintelligence offices. Designed, coordinated, and executed two separate
soldier knowledge and skills competitions for Hawaii and the Pacific Region; winners advanced
to national region competition. Organized a filing and documentation system in the training
section in order to increase processing and tracking of training requests and completions for
500 solders in subordinate units. Requested by Special Security Office to tailor existing MS
Access database to meet changing needs of security section and allow for tracking of security
clearance information and training records for over 800 soldiers and civilians in the unit. As the
Brigade counter-intelligence and training representative, attended planning conference for Joint
US, Australia, United Kingdom, and Canada counter-intelligence/human intelligence exercise.
. Conducted training development analysis through panels and surveys to ascertain end-user
needs, increase usability and determine relevance of training materials and testing criteria.
Developed and revised job qualification requirement handbooks, training modules and exams
for nine Pacific Command intelligence watch officer positions. Redesigned training website
homepage to include designing webpage materials, links and graphics.
Led and instructed a five-person Anti-terrorism 1 Force Protection team; prepared and instructed
soldiers in beginning and advanced counterintelligence methods, use of technology systems,
analytical tools and methods, and presentation 1 reporting skills. Performed the collection,
analysis, processing and dissemination of information derived from multiple resources to answer
intelligence requirements specifically focused on the homeland defense, force protection, and
asymmetric threats posed by foreign intelligence services, unconventional warfare forces,
terrorist organizations and other extremist groups. Performed research and analysis on terrorist
groups in the US Pacific Command's Area of Responsibility (USPACOM AOR) for Intelligence
Preparation of the Battlefield purposes to support US Army Pacific's (USARPAC) operational
planning directives. Compiled and presented over 200 country intelligence and situational
awareness and force protection briefings, project status briefings, special situational reports and
threat assessment decision briefs for deploying USARPAC personnel and senior staff.
Researched, compiled and updated weekly force protection, threat and incident reports for 33
countries in support of USARPAC deployed forces within the USPACOM AOR. Served as
counterintelligence watch officer at the USARPAC Crisis Action Center; provided weekly
incident threat briefings and force protection reports to combined directorate watch office
personnel. Collaborated with general intelligence analysts to developed country update
briefings, assess recent events or political changes in relation to terrorism threats. Gathered
intelligence and developed country-specific reports and briefings of terrorist threats in the
USPACOM AOR to support Anti-terrorism 1 Force Protection and counter-terrorism operations.
Completed 160 hours of USPACOM AOR-specific intelligence operations and analysis training
courses.·
as the USARPAC liaison to the FBI's Joint Terrorism Task Force-Pacific (JTIF-P); facilitated the
smooth transfer of intelligence and community threat awareness reporting responsibilities from
the Joint Rear Area Coordination-Hawaii to the JTIF-P. Established working relationships with
over 20 JTIF-P member agencies including Honolulu Police Department, State Civil Defense,
US Attorney's Office 1 Anti-terrorism Task Force, Department of Public Safety, US Secret
Service, Bureau of Immigration and Customs Enforcement (BICE), TSA, FBI and Defense
Department's sister intelligence agencies. Assisted Defense Department analysis team at JTIF-
P in daily counter-intelligence and counter-terrorism analysis and reporting. Ensured maximum
intelligence sharing between Defense Department, state, local and foreign agencies by creating
and updating web-based open-source intelligence products; maintained website dissemination
lists and new member enrollments to maximize dissemination. Served as the HUMINT
operations cell officer for one of the region's largest military exercises, coordinating three
HUMINT team's collection operations, creating intelligence reports and submitting requests for
information to lluPport exercise-related intelligence analYSis and production. Completed a 40
hour Collection Management overview training course, integrating knowledge into daily
intelligence gathering abilities and production tasking requests.
Senior Counter-Intelligence Agent, 368th Military Intelligence Battalion (US Army Reserve),
Fort Shafter, HI, 10/95-10101
Served as a senior team leader for assigned counter-intelligence personnel. Conducted initial
and refresher training on counter-intelligence operations, report writing and analYSis for
subordinates and peers. Selected as primary briefer for all security-related briefings to outside
units and senior personnel. Attended both Basic and Advanced level Non-Commissioned
Officers Courses for military intelligence disciplines. Completed Basic course as Honor
Graduate and Advanced course with cumulative score of 95%. Acknowledged by instructors in
both courses for superior research ability, analytical approach to problems and small group
leadership skills. Completed counter-intelligence special agent course that taught the basic
skills, concepts, principles and techniques required to perform tactical and strategiC counter-
intelligence investigations and operations. As Honor Graduate exceeded course standards by
graduating in the top 10% of the class and was certified by the Department of the Army as a
credentialed Counter-Intelligence Special Agent.
Electronic Warfare & Signals Intelligence Analyst 1 Cambodian Linguist, US Army, 733rd
Military Intelligence Battalion, Schofield Barracks, HI, 9/92-12194
Excelled as Mission Manger and linguistic expert during a highly volatile Southeast Asian
political situation of global interest. Continually recalled outside normal working hours to guide
mission efforts and translate messages. Kept US policy makers informed, allowing them to
make intelligentand timely decisions regarding US foreign policy to Southeast Asia. Performed
as a signals intelligence analyst for Southeast Asia Air Operations section, writing over 100
national-level and critically sensitive reports. Served on a special intelligence project committee
composed of national level experts. Provided valuable advice and linguistic expertise, ensuring
a successful'conclusion to the project. Honored as the first junior enlisted soldier to certify as
an intelligence analyst in newly created joint-service analysis branch and further trained three
senior non-commissioned officers to assume analyst pOSitions. Performed research and
analysis with continual adherence to US Army and Joint intelligence time-sensitive reporting
requirements, regulations and handbooks. Trained and mentored both Army and Air Force
personnel on the use of joint service computer programs, intelligence analysis and reporting
requirements.
• Education
University of Phoenix, Maui, HI, Bachelor's Degree - 3/01, Major: Business Management
• Job-Related Training
ArcGIS (Geographic Mapping) Software Certified User Course, 40 Hrs, Battelle Corporation,
Fort Shafter, HI, 2004 .
Anti-Terrorism Officer'S Course - ATIFP Level II, 40 hrs, United States Army Military Police
School, Ft. Leonard Wood, MS 2003
Intelligence Analysts' Online Tools, 32 hrs, Joint Intelligence Training Activity Pacific, San
Diego, CA, 2002
Criminal Intelligence Analysis Training Course, 40 hrs, The Alpha Group Center, Montclair, CA,
2002
Mobile Collection Managers Course, 40 hrs, Joint Military Intelligence Training Center,
Washington, DC, 2002
Intelligence in Combating Terrorism Course, 80 hrs, US Amy Intelligence Center and School,
Fort Huachuca, AZ, 2002
Pacific Intelligence Analysis Curriculum, 40 Hrs, Joint Intelligence Training Activity Pacific, San
Diego, CA, 2001
US Army Counter-Intelligence SpeCial Agent Course, 6 weeks, US Army Intelligence Center &
School, Fort Huachuca, AZ, 1997
US Army Signals Intelligence Analyst Course, 16 weeks, US Air Force, 3480'h Technical
Training Wing, Goodfellow Air Force Base, TX, 1992
US Army Cambodian Basic Language Course, 47 weeks, Defense Language Institute, Presidio
of Monterey, CA, 1992
Our intelligence analyst-lead service is a strong and visionary leader. Our approach is to have
our senior intelligence analyst lead by doing, coaching, teaching and mentoring. He has a
proven track record for transformational leadership-motivating a team to be efficient and
effective in an emerging and challenging environment.
Summary:
• Formal education: BA in Political Science (application courses in statistical analysis
and research)
• National security work experience: over twenty years in US Army intelligence
• Specialized intelligence analysis training: US Army credentialed Counter-Intelligence
Special Agent; completed advanced intelligence training such as Intelligence in
Combating Terrorism, Strategic Approaches to Counter-Intelligence, Advanced
Applications of Intelligence Techniques, Senior Cryptologic Course at National Security
Agency and Reserve Component National Security Course at the National Defense
University
• Microsoft Office software proficiency over ten years daily proficiency in substance,
organization, style and correctness in all forms of written communication developed
through Microsoft Office suite applications
i use
Suite applications
• Professional Experience
Battalion Commander [Lieutenant Colonel (LTCl. Military Intelligence (Mil]. 373rd Military
Intelligence Battalion (US Army Reserve), Tumwater, WA, 8/07 - Present
Led and trained functional teams in the analysis and correlation of single source information into
a timely. synthesized intelligence product to support of Army and Joint Force military decision
makers across the full spectrum of military operations. Directed the research, analysis, and
production of information pertaining to terrorist activities, indications and warnings of regional
conflicts, political instability and emerging military technologies throughout the Pacific-theater.
Provided guidance and oversight in the production of daily intelligence read files and weekly
update briefings for Senior Military Executives. Planned, prepared and supervised intelligence
support to training exercises in Korea, Japan and Thailand. Formulated training strategies to
test and integrate complex intelligence procedures. Worked extensively with intelligence and
operations planners, systems and networking technicians, and simulations specialists to
develop exercise concepts, design intelligence architectures, and build and test databases.
Deployed and led Intelligence Support Elements during these joint and international exercises.
Coordinated intelligence operations and training with intelligence professionals from Thailand,
Japan, and Korea. Served as an instructor/ facilitator for a US Army Pacific Command Subject
Matter Expert Exchange Program with the Royal Thai Army.
Directed regional counter-intelligence and human intelligence activities for a 1,aOO-person task
force with the mission to detect, disrupt and defeat transnational terrorist groups posing an
imminent threat to the US, its allies or their interests. Provided staff supervision of counter-
intelligence operations, investigations, collections and analysis for the task force. Synchronized
all Army, Navy, Air Force and Special Operations counter-intelligence units and activities in an
area equal in size to 50% of the US and including the countries of Djibouti, Eritrea, Sudan,
Kenya, Ethiopia, Somalia, and Yemen. Conducted senior executive-level classified and highly
sensitive briefings on terrorist and foreign intelligence collection activities. Planned and
executed the conversion of the task force's local confidential informant registry into a centralized
source operations database, resulting in improved functionality and compatibility within the
CENTCOM Theater of Operations. Routinely liaised with host nation and coalition intelligence
and security professionals, US Embassy country teams, and other US intelligence and law
enforcement agencies including the FBI, CIA, DIA and Defense Human Intelligence Service. His
interpersonal skills and subject matter expertise led to strengthened relationships with
Djiboutian, French and German officials and facilitated an increase in the intelligence
exchanges between the parties.
Counter-Intelligence Officer [MAJ/Mlj. 502nd Military Intelligence Battalion, Fort Lewis, WA,
1/02 - 5/03
Directed the collection, analysis, processing and dissemination of information derived from
human resources to answer intelligence requirements specifically focused on asymmetric
threats posed by foreign intelligence services, unconventional warfare forces, terrorist
organizations and other extremist groups. Experienced at adapting and utilizing military
intelligence analytical tools methodology and tools to non-traditional military operations such as
combating terrorism. Ensured the fusion of human intelligence with technical intelligence
sources to develop a comprehensive, multi-disciplined intelligence product. Established and
maintained databases on threat capabilities, intentions, and friendly vulnerabilities; prepared
threat estimates for contingency plans and operations; and coordinated analytical support for
major training exercises. Provided technical advice and assistance to commanders on counter-
intelligence and human intelligence capabilities, operations and training. Worked with staff
professionals to integrate counter-intelligence considerations into operations security,
information operations and force protection plans. Commanded a detachment of 39 reservists
providing intelligence in support of the Global War on Terrorism. Planned and executed
specialized training to prepare these soldiers for follow-on deployments to US Central
Command Headquarters, Iraq, Afghanistan and Africa.
Regional Operations Manager, Northwest Protective Services, Inc., Tacoma, WA, 3/98 - 6/02
Directed the collection, analysis, processing and dissemination of information derived from
human resources to answer intelligence requirements specifically focused on asymmetric
threats posed by foreign intelligence services, unconventional warfare forces, terrorist
organizations and other extremist groups. Experienced at adapting and utilizing military
intelligence analytical tools methodology and tools to non-traditional military operations such as
combating terrorism. Ensured the fusion of human intelligence with technical intelligence
sources to develop a comprehensive, multi-disciplined intelligence product. Established and
maintained databases on threat capabilities, intentions, and friendly vulnerabilities; prepared
threat estimates for contingency plans and operations; and coordinated analytical support for
major training exercises. Provided technical advice and assistance to commanders on counter-
. intelligence and human intelligence capabilities, operations and training. Worked with staff
professionals to integrate counter-intelligence considerations into operations security,
information operations and force protection plans. Trained personnel on various intelligence
functions with specific emphasis on analysis and production, counter-intelligence techniques
and procedures, and human intelligence operations.
the institutional instruction by bringing senior intelligence professionals from strategic military
units and national intelligence and law enforcement agencies to present information briefings on
current operations to students and faculty. Expanded the program to include senior executives
from the Defense Intelligence Agency, Central Intelligence Agency, National Security Agency
and the Federal Bureau of Investigation. Managed the US Army Counter-intelligence Badge and
Credentials Program on behalf of the Department of the Army. Assumed command of the
organization for 60 days.
Commanded 100 counter-intelligence specialists dispersed among seven cities in central and
southern Germany. Supervised the conduct of personal security background investigations,
national security crime investigations, vulnerability assessments, and other authorized counter-
intelligence operations. Reorganized personnel and assets to more efficiently handle an
increased investigation workload, resulting in a 50% reduction in pending investigations and
increased support to community security agencies. Recognized by the Defense Investigative
Service and the Commanding Generals of V Corps and US Army Europe for top.quality and
quantity of investigations. Provided counter-intelligence support to the protection of US
personnel, organizations and facilities through the collection and reporting of threat information,
and liaison with US and German intelligence and law enforcement agencies. Trained and
deployed personnel to provide counter-intelligence, security and intelligence support to
peacekeeping operations in Turkey and Croatia. Served as an Adjunct Faculty Instructor for
courses at the NATO School and German Army Signal School. As a counter-intelligence
research and analysis specialist, directed the processing, analysis and dissemination of
intelligence and security information pertaining to threats posed to soldiers, family members and
installations by foreign intelligence services, terrorist organizations and extremist groups.
Established and maintained databases on indigenous, transnational and international terrorists
groups operating on the European continent, as well as in the Middle East and North Africa.
Developed comprehensive profiles on terrorist organizations and key personalities to increase
situational understanding of their methods of operation and target selection. Provided threat
assessments to protective details escorting VIPs traveling throughout Germany. Prepared and
presented weekly counter-intelligence and intelligence briefings to Senior Military Executives.
Maintained routine liaison with French, German and Canadian military intelligence agencies.
Served as a primary planner for the US ceremonies commemorating the 50th Anniversary of the
Normandy Invasion. Coordinated the transportation of personnel and equipment to France,
ceremonial support and logistics for five National and countless local French village ceremonies,
and lodging for approximately 2,500 ceremonial participants. Worked closely with military pOlice,
law enforcement agencies and the US Secret Service on security operations for the national
ceremonies that were attended by foreign heads of state and dignitaries including President
Clinton.
Student [CPT/Mll. US Army Intelligence Center and School, Fort Huachuca, AZ., and US Army
Command and General Staff College, Fort Leavenworth, KS, 7/90 - 6/91
Attended the Military Intelligence Officer Transition Course (MIOTC), the Military Intelligence
Officer Advanced Course (MIOAC), the Counter-intelligence (CI) Officer, the Intelligence in
Combating Terrorism (lCT) Course and the Combined Arms and Services Staff School (CAS3).
The Military Intelligence Officer training curriculum covered subjects necessary to fully
understand military and national Intelligence and Electronic Warfare (lEW) organizations,
systems and operations. As the Honor Graduate for MIOTC and MIOAC, exceeded course
standards by achieving cumulative scores of 99.31% and 99.35%. The CI Officer Course taught
the basic skills, concepts, principles and techniques required to manage and perform tactical
and strategic CI investigations and operations. Graduated the CI Officer Course with a
cumulative score of 98.46% and was certified by the Department of the Army as a Counter-
intelligence Special Agent. The ICT curriculum covered the skills and knowledge required to
conduct comprehensive terrorist threat assessments. It included detailed information on the
dynamics of terrorism, ideological motivations, terrorism structures and linkages, and terrorist
tactics, goals and strategies. CAS3 is a rigorous staff officer's management training program
designed to improve student's ability to: analyze and solve military problems; interact and
coordinate as a member of a staff; write and brief effectively; and understand Army
organization, operations, and procedures.
52, Intelligence and Security Officer [CPT/MIl, 3rd Battalion, 47th Infantry Regiment, Fort
Lewis, WA, 5/89 - 6/90
Advised the commander on all aspects of intelligence and security. Duties included directing,
supervising and coordinating the planning, collection, analysis, production and dissemination of
all source intelligence; supervising and performing intelligence preparation of the battlefield; and
informing the commander and subordinate units on the enemy situation, their capabilities,
weather and terrain. Trained personnel assigned to the intelligence staff to become superior
analysts. Developed and published intelligence handbooks and created intelligence products.
As the Battalion's Security Manager, had overall responsibility for information systems security,
personnel and information security, physical security, crime prevention, and classified material
control and accountability. Conducted training for and inspections of subordinate units' security
programs. Achieved scores in excess of 90% on every higher-headquarters directed inspections
of intelligence and security programs. Served as the Intelligence Oversight Officer.
• Education
University of South Carolina, Columbia, SC, Bachelor's Degree - 8/85, Major: Political Science
Command and General Staff Officers Course, US Army Command & General Staff College, Fort
Leavenworth, KS,2005
Combined Arms and Services Staff School, US Army Command & General Staff College, Fort
Leavenworth, KS, 1991
. Military Intelligence Officer Transition Course, Military Intelligence Officer Advanced Course, US
Army Counter-intelligence Special Agent Course, US Army Intelligence Center & School, Fort
Huachuca, AZ, 1991
Infantry Officer Basic Course, US Army Infantry Center & School, Fort Benning, GA, 1986
• Job-Related Training
Reserve Component National Security Course, 80 hrs, National Defense University, Fort
McNair, Washington, DC, 2008
Senior Cryptologic Reserve Officers Course, 80 hrs, National Security Agency, Fort Meade, MD,
2008
Intelligence Collection Battle Management Course, 32 hrs, Joint Intelligence Training Activity
Pacific, Fort Lewis, WA, 2005
Theater and National Support to the Combined Joint Task Force CJ2X, 40 hrs, Joint Military
Intelligence Training Center, Fort Lewis, WA, 2004
Reid Technique of Interviewing and Interrogation (Basic & Advanced), 40 hrs, John E. Reid &
Associates, 1999 & 1995
Army Operations Security Course, 40 hrs, Deputy Chief of Staff for Operations, Department of
the Army, Fort Huachuca, AZ., 1997, 1996 (40 hours)
Joint Military Planners Course, 40 hrs, Director of Operations, Joint Staff, Washington, DC,
1996
Army Military Planners Course, 40 hrs, Director of Operations, Army Staff, Washington, DC,
1996
Supervisor Development Course, 40 hrs, Army Training Support Center, Fort Eustis, VA, 1996
Joint Counter-intelligence Staff Officers Course, 40 hrs, Defense Intelligence Agency, Fort
Lewis, WA, 1995
Company Commander's Course, 80 hrs, 7th Army Training Command, Vilseck, GE, 1992
Intelligence in Combating Terrorism, 80 hrs, US Amy Intelligence Center and School, Fort
Huachuca,AZ.,1991
US Army Counter-intelligence Special Agent Course, 8 weeks, US Army Intelligence Center &
School, Fort Huachuca, AZ., 1991
3.3 - References
Operational Applications Incorporated grants permission to WSP to contact each and every
listed reference.
Address 2
Telephone Number
NA
Fax Number
Email
Sergeant Green was my direct supervisor during my three years as an intelligence analyst in the
Type service provided King County Regionalintelilgence Group
Don Perrson (Renton City Councilman); retired Deputy Chief, Renton Police Department
Name
538 Renton Avenue South
Address Renton, Washington 98055
.
425-271-6935
Telephone Number
NA
Fax Number
dpersson@ci.renton.wa.u5
Email
Supported Don Perrson as a police commander; I supervised over 100 full-time personnel;
Type service provided conducted employee training, workflow coordination, scheduling, evaluation and discipline
.
425-430-6500
Telephone Number
NA
Fax Number
dlaw@cLrenton.wa.us
Email
Supported Denis Law on city, community and Rotary projects
Type service provided
256-876-1662
Telephone Number
NA
Fax Number
todd.obradovich@us,aOlly.mil
Email
Performed as company commander under COL O'8radovich's battalion command
Type service provided
802-485-2491
Telephone Number
NA
Fax Number
steve.carney@us.army.mit
Email
Performed as the brigade personnel and administrative officer under COL Carney during
Type service provided deployment to Iraq
NA
Telephone Number
NA
Fax Number
joseph.mcneill@us.army.mil
Email
Performed as the brigade personnel and administrative officer under COL McNeill during
Type service provided garrison command in Texas and during brigade deployment to Iraq
818-285-9383
Telephone Number
NA
Fax Number
Email
Co-worker with Ron Compton in both Guantanamo Bay Cuba and Iraq. He was an analyst on
the Gulf States regional team within the Interrogation Control Element (ICE), while I was on the
Type service provided
North Africa/Europe regional team
360-269-4251
Telephone Number
NA
Fax Number
Email
Mentor since I was a private; we both deployed to Korea in 2004 and to Guantanamo Bay
!ype service provided
360-786-0771
Telephone Number
NA
Fax Number
david.schoonmaker@usar.arrny.mil
Email
I am assigned to Company A, 373 MI Battalion and SFC Schoonmaker is the company First
Sergeant; he is the unit senior Non-Commissioned Officer and I support him as one of the
Type service provided
company's Non-Commissioned Officers
913-240-9096
Telephone Number
Fax Number
NA
jon.clausen@us.army.mil
Email
MAJ Clausen depended upon me for timely intelligence products, thorough analysis, and my
ability to identify and fill information gaps before pushing products and information on to others.
Type service provided MAJ Clausen reJied on my team to convey intelligence to him and the brigade command group
while they were operating in and around Iraq
202-286-7864
Telephone Number
Fax Number
NA
michael.g.edwards@us.anny.mil
Email
Major Edwards served as the Brigade S2X: the counterintelligence hub of the Stryker Brigade.
He often utilized many of my intelligence products, requested analysis to corroborate HUMINT
Type service provided
rt?Porting, and observed my work ethic in a real world environment
Address
224-944-9556
Telephone Number
Fax Number
NA
robert.h.f1ores@us.army.mil
Email
Colonel Gary Royster, US Army retired; Deputy Director of Intelligence, Joint Inter-Agency Task
Name Force West
JIATF/lntelligence
USPACOM
Address
Camp HM Smith, Hawaii 96861
808-477·9861
Telephone Number
NA
Fax Number
gary.royster@us.anny.mil
Email
COL Royster was my senior supervisor while working in the USARPAC G-2 as the JTTF-P
Type service provided liaison and can attest to my diligence. analytical and briefing skills, and overall job performance
Lieutenant Colonel Gary Smith, US Army retired; Intelligence Analyst, South Sound Regional
Name Intelligence Group, Tacoma Police DepartmenVPierce County Sheriffs O,!!partment
253·594·7964
Telephone Number
NA
Fax Number
gary.srnith@ci.tacoma.wa.us
Email
LTe Smith was my immediate supervisor while working in the USARPAC G-2 as the JTTF-P
Type service provided
liaison and can attest to my liaison, analytical and briefing skills, and overall job performance
206·786·5461
Telephone Number
NA
Fax Number
Email
First Sergeant Whippo is my senior leader in my current US Army Reserve unit (373 MIBN, B
Type service provided Co.) and can attest to my leadership, training skills and general professionalism
703-806-5043
Telephone Number
NA
Fax Number
leslie.purser@us.army.mil
Email
I serve as a commander under Brigadier General Purser and am responsible for providing multi-
discipline intelligence and counterintelligence support for contingency operations worldwide.
Type service provided Responsible for the management, training, and readiness of 290 authorized personnel and
millions of dollars in organizational equipment
Lieutenant Colonel Roger Fortier, US Army retired; former Chief G2 Plans, First Corps, Fort
Name Lewis
8703 109th ST CT SW
Address Lakewood, Washington 98498
253-686-1322
Telephone Number
.
NA
Fax Number
roger. fortier@us.army.mil
Email
I supported LTC Fortier by directing the research, analysis, and production of information
pertaining to terrorist aC?tivities, indications and warnings of regional conflicts, political instability
and emerging military technologies throughout the Pacific-theater. Provided guidance and
Type service provided oversight in the production of daily intelligence read files and-weekly update briefings for Senior
Military EXecutives. Planned, prepared and supervised intelligence support to training exercises
in Korea, Japan and Thailand. Formulated training strategies to test and integrate complex
intelliQence procedures
Colonel Harvey Crockett, US Army retired; fOOTler G2, First Corps, Fort Lewis
Name
Elk Grove, California 95758
Address
916-600-9467
Telephone Number
NA
Fax Number
harvey.crockett@us.army.mil
Email
I supported COL Crockett as the Senior Intelligence Research and Analysis Specialist for the
Corps Intelligence Directorate during several multi-agency and multi-national intelligence
operations in Korea and Japan. Led and trained functional teams in the analysis and correlation
Type service provided of single source information into a timely, synthesized intelligence product to support of senior
military decision makers. Developed professional and personal relationships with foreign
military officers to foster to enhance bi-Iateral partnerships and increase security cooperation
QUOTATION
Operational Applications submits hourly rate quotations as including all costs associated with
providing services, including team member salaries and benefits, industrial insurance and
applicable federal, state and local taxes.
Out year hourly rate increases is based on Amendment 1 to RFQQ No. C090433PSC dated
October 31, 2008. This amendment allows up to a 5% annual increase. Operational
Applications proposes an under 5% average increase for each federal fiscal year starting
October 1,2009.
Operational Applications understands WSP will reimburse for a maximum one hundred seventy-
three (173) hours per month for each team member providing services under contract resulting
from this RFQQ.Further, Operational Applications acknowledges provisions for worksite, office
supplies, personal computer and communications shall be provided to the team members and
any such goods andlor services obtained, developed andlor provided shall remain the property
ofWSP.
Operational Applications understands when team member services are required by WSP at
locations other than the worksite, WSP will reimburse for authorized lodging, subsistence and
business vehicle mileage costs at current State of Washington approved reimbursement rates.
These rates are published in the State Accounting and Administrative Manual (SAAM) available
at the Office of Financial Management's SAAM website:
(www.ofm.wa.gov/policy/saamintro.htm).
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
N/A
Other names vou have been know bv, includina Drior marriaae(s) or nickname(s)
.\ 'I "
.
Applicant Sianature
,
\C h.~" h, /1 - { z
Date
- 7 ac "l( I
J
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the'Washington State Patrol in determiningmy qualifications.
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol:
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
I Savc,-
A licant Name First, Middle, Last
Other names
Address State
Date of Birth
'.
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, in~luding any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
\
Address Crty State Zip Code
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State "Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested .
Other names
Address
Date of Birth
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in tletermining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
Cit State
C1 .-zD -72
I Social Security Number Date of Birth
Date
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status .. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
\....- ~ {,-' C. ~
"
AOOlicant NamelFirst, Middle, Last) I
'--:::,
1."2:. \L'-... '\=':J \ lL 'i
Other names you have been know by, includina prior marriaae(s) or nickname(s)
I
Address City State Zip Code.
!_~Litf:t:, . , -
r
.-
/-:.
-;';-'-
/"
/
<-----
/'
~':.._-._v·..J
II J v (: v E 1,.-"'1 l-si--,~.: ~O?;
i Applicant Signature Date
Department of Defense
Human Intelligence Training Joint Center Of Excellence (HT-JCOEJ
'I
I'
2. SSN
1. LAST NAME - FIRST NAME - MIDDLE INITIAL 13. GRADE 4. BR SPECIAL TY/Mose
GRAHAM, KIA M. SSG 35L
6. COURSE TITLE 7. NAME OF SCHOOL lB. COMPo
Joint Interrogation Certification Course 241-F4 (CT) 08-505 HT-1COE, Fori Huachuca, AZ, 85613 . USAR
9. THIS IS A REFERRED REPORT, DO YOU WISH TO MAKE 10. DURATION OF COURSE (YYYYMMDD)
COMMENTS?
n
11. PERFORMANCE SUMMARY
n YES n NO
From: 20080723
12 . DEMONSTRATED ABILITIES
Thru: 20081006
. a. WRITTEN COMMUNICATION
'8. ~ EXCEEDED COURSE STANDARDS o o
NOT EVALUATED UNSAT
DSAT ~ SU·PERIOR
n n
13. HAS THE STUDENT DEMONSTRATED THE ACADEMIC ,POTENTIAL FOR SELECTION TO HIGHER LEVEL SCHOOLINGITRAINING?
!5(l YES NO N/A (A "NO"iesponse must be supported by comments in ITEM 14) .
14. COMMENTS (This item is 'intended to obtain a word picture of each stuc}~nt that wi'll accurately and completely portray academic
performance, intef/ectual qualities, and communication skills and abilities. "The narrative should also discuss broader aspects of the student's
potential, leadership capabilities, moral and overall professional qualities. In particular, comments should be made if the student failed to
respond to recommendations for improving academic or personal affairs.)
The Joint Interrogation Certification Course (lICC) is a 10 week course that consists of four weeks of classroom instruction focusing on common
core curriculum and critical skill tasks. Six weeks of the course are dedicated to practical exercises that culminate in an Interrogation Practical Test.
The curriculum focuses on the basic qualification skills to conduct Intelligence Interrogation Collection operations, screening human intelligence
sources and documents to establish priorities for exploitation, and preparing appropriate intelligence and administrative reports. The primary focus of
the course is the application of proper interrogation techniques to extract the largest amount ofintelJigence infonnation from a human source in the
least amount of time. The function of the course is to train interrogators in the skills necessary for combating the threat associated with· the global war
on terrorism.
.
12a. SSG Graham passed eight out of twelve Intelligence Information Rep·ort practical exercises. An average student passes three out of twelve
Intelligence Information Report practical exercises.
12b. SSG Graham's abiJityto communicate emotions and logical arguments was clearly demonstrated by passing eleven of the twelve approaches
practical exercises and nine of the twelve termination practical exercises. An average student passes the approach phase on four out of twelve
practical.exercis(fs. An average student passes the tennination phase on eight out of twelve practical e~ercises.
12d. SSG Graham actively contributed to the group briefing project by no! only recording intelligence gathered during interrogation practical exercises
and daily INTSUM data, but by tasking individuals and organizing the final briefing. She went out her way to assist fellow classmates by showing
them how to use the Analyst's Notebook software. SSG Graham actively contributed to the positive atmosphere of the small group.
12e. SSG Graham used avaiJable resources to identify control questions from analytical products for use in interrogation practical exercises.
SSG Graham is a certified DOD Interrogator and there~ore is trained and certified to employ the Restricted Interrogation Technique - Separation
lAW Appendix M, FM 2-22.
15. AUTHENTICATION
-'-
TYPED NAME, GRADE, BRANCH, AND TITLE OF RATER DATE (YYYYMMDD)
8.
SIGN~~
DANIEL R. DENNIS, CIV ...---------
SMALL GROUP CONFERENCE LEADER, lICC LVUOIVVI
?-k /L ~
b. TYPE;D NAME, GRADE, BRANCH, AND TITLE OF REVIEWING 'OFFICER
GREGORY A. ORR, SFC, USA
NCOlC, INTERROGATION BRANCH, HT-JCOE
DA TE (YYVYMMDD)
, 20081001
~~;1JJRCO
q'---1 -
cY
c. DATE (YYWMMDD)
lh1'i'tecJSt'ates'
, "
Kia Graham
,
20 October 2006
DATE
u
"JOINT FORCES
S
'~
f
,-----
----""'"--"'." ..
(. ,0 ' ;M
Jft-ii
Howard Hart
Commander, U.S. Navy
fNT ELLI GEN,CI3,,'SCl{OOL Chief, USJFCOM JFI$
.',-,:
,..,.
'-'_'1F ,.-"'",,,..
','"
Certificate" ojrrraining
<Tliis is to certify tliat
.Kia Graham .
lias successfid{g compfeted the
Mobile Asyrnmetric Warfm-e Intelligence Analysis Course
-------- .
~<{\'lLIG1iIv;
during tlie periOd
.
• 'A**,. Q~.
'§>*':'~
r;; i''fQ-
6 - 9 November 2006
~
~. *~
,., .. -j(
\l,
. "-'., V" ('1 ( __----
~~
~~'
J€)~adOb~
,.~~
CDR, USN
Director
Joint Milita.ry Intelligence Training Center
_," .............. __.~
.._o-~._"'".""""= .."'._,.:...,.."'""""'",."""="..._".,,~"',,~,."""'_'~,,'''<, ,.~=",="=,,,::":"' "'","_".""=_""",,,.,,,,::,,,,.,,,,,,,,,,,-=."1'_~'!::"'_~~'"""_"Q.::t:.:r,':o;=,,~=;"J;..==~.==..""""_"",,,,,,,;,,,"~~ __ ,,_.,, _____~_:!',.n~~.,,'-·"~",,,~,'~'I:~':;':~,::C::::;;7:'" ." ,'.' ,,"_~ .. , -'=:-;.~~~~"''''''''-'~-'8''_ '0.-' ':" -~~.;.
\!Co all wuo %uall %ee tue%e pre%ent% greeting
~e it lmown tuat SGT Kia Graham 613-24-0125 uauing %uccessfuUp fulfilleD
tue requirement% of i1l%trtlction pre%rriueb for tue
Counterintelligence Agent Course (301-35L20)
21 April- 02 July 2008
i% uereup bedareb a
~ . @rahuate ~
n n
11. PERFORMANCE SUMMARY
YES n NO
From: 20080504
12. DEMONSTRATED ABILITIES
Thru: 20080524
a. WRITTEN COMMUNICATION
'a. 0 EXCEEDED COURSE STANDARDS o NOT EVALUATED DUNSAT o SAT I8J SUPERIOR
(Limited to 20% of class enrollment) b. ORAL COMMUNICATION
o
NOT EVALUATED DUNSAT o SAT I8J SUPERIOR
b. ACHIEVED COURSE STANDARDS
~ c. LEADERSHIP SKILLS
I8J NOT EVALUATEDo UNSAT o SAT o SUPERIOR
MARGINALLY ACHIEVED COURSE STANDARDS d. CONTRIBUTION TO GROUP WORK
'c.
0 - I8J NOT EVALUATED DUNSAT o SAT o SUPERIOR
'd. FAILED TO ACHIEVE COURSE STANDARDS
0 e. EVALUATION OF STUDENT'S RESEARCH ABILITY
o NOT EVALUATED DUNSAT o SAT I8J SUPERIOR
*Rating must be supported by comments in ITEM 14. (SUPERIORIUNSAT rating must be supported by comments in ITEM 14
13. HAS THE STUDENT DEMONSTRATED THE ACADEMIC POTENTIAL FOR SELECTION TO HIGHER LEVEL SCHOOUNGfTRAINING?
c><:l YES n NO n NIA (A "NO" response must be suppot1ed by comments in ITEM 14)
14. COMMENTS (This item is intended to obtain a word picture of each student that will accurately and completely portray academic
performance, intel/ectual qualities, and communication skiffs and abilities. The narrative should also discuss broader aspects of the student's
potential, leadership capabilities, moral and overall professional qualities. In particular, comments should be made if the student failed to
respond to recommendations for improving academic or personal affairs.)
SSG Graham has successfully completed Phase 2 of 4 of the 35L20 Course at the TASS Training Center (TTC), Conducted by the 5/104th MI BN at
Ft. Devens, MA.
SSG Graham successfully completed course work in Rights Advisment, SAEDA Walk-In, and Source Advisment.
SSG Graham had an overall Grade Point Average 0[97.70% for Phase 2.
Item 12a,b,e: SSG Graham received superior ratings for written and oral communication as well as his research ability for maintaining above a 90%
average on all exams during Phase 2 of the 35L20 Course.
Soldiers Data:
Commander
U.S. Army Human Resources Command
ATTN: DARP-PRE-E
1 Reserve Way
S1. Louis, MO 63132-5200
15. AUTHENTICATION ./
d1
a. TYPED NAME. GRADE. BRANCH. AND TITLE OF RATER DATE (YYYYMMDD)
~i:JE
..-:--- /"
William Kyler, E6, TIC 35L20 NCOIC
20080527
b. TYPED NAME, GRADE, BRANCH. AND TITLE OF REVIEWING OFFICER DATE (YYYYMMDD)
Douglas C. Williams, 03, MI, 35L20 Course Manager
n
COMMENTS?
n n
11. PERFORMANCE SUMMARY
YES .NO
From: 20080421
12. DEMONSTRATED ABILITIES
Thru: 20080503
a. WRITTEN COMMUNICATION
'a.
0 EXCEEDED COURSE STANDARDS o NOT EVALUATED o UNSAT I8J SAT DSUPERIOR
(Limited to 20% of class enrollment) b. ORAL COMMUNICATION
I8J NOT EVALUATED o UNSAT o SAT DSUPERIOR
b.
0 ACHIEVED COURSE STANDARDS c. LEADERSHIP SKILLS
I8J NOT EVALUATED o UNSAT o SAT DSUPERIOR
'c. MARGINALLY ACHIEVED COURSE STANDARDS d. CONTRIBUTION TO GROUP WORK
0 I8J NOT EVALUATED o UNSAT o SAT DSUPERIOR
'd. FAILED TO ACHIEVE COURSE STANDARDS
0 e. EVALUATION OF STUDENT'S RESEARCH ABILITY
o NOT EVALUATED o UNSAT I8J SAT DSUPERIOR
*Rating must be supporled by comments in ITEM 14. (SUPERIOR/UNSAT rating must be supported by comments in ITEM 14
13. HAS THE STUDENTnMONSTRATnTHE ACADEMIC POTENTIAL FOR SELECTION TO HIGHER LEVEL SCHOOLINGITRAINING?
C><1 YES NO N/A (A "NO" response must be supported by comments in ITEM 14)
14. COMMENTS (This item is intended to obtain a word picture of each student that will accurately and completely portray academic
performance, intellectual qualities, and communication sl<ills and abilities. The narrative should also discuss broader aspects of the student's
potential, leadership capabilities, moral and overall professional qualities. In particular, comments should be made if the student failed to
respond to recommendations for improving academic or personal affairs.)
SSG Graham has sllccessflllly completed Phase I of4 of the 35L20 Conrse at the TASS Training Center (TTC), Conducted by the 5/104th MI BN at
Ft. Devens, MA.
SSG Graham successfully completed course work in Open Source, Security Programs, Coullterintelligence Jurisdiction, Acquisition and Processing of
Evidence, and Counterintelligence Investigations.
SSG Graham had an overall Grade Point Average of 92.11% for phase l.
SSG Graham maintained alevel of excellence by consistently achieving exam scores at or near the top of her crass.
Soldiers Data:
Commander
U.S. Army Human Resources Command
.• TTN: DARP-PRE-E
I Reserve Way
SL Louis. MO 63132-5200
n n
11. PERFORMANCE SUMMARY
YES n NO
From: 20080526
12. DEMONSTRATED ABILITIES
Thru: 20080609
a. WRITTEN COMMUNICATION
'a.
0 EXCEEDED COURSE STANDARDS o NOT EVALUATED DUNSAT ~SAT DSUPERIOR
(Limited to 20% of class enrollment) b. ORAL COMMUNICATION
o
NOT EVALUATED DUNSAT o SAT ~SUPERIOR
b.
1Zl ACHIEVED COURSE STANDARDS c. LEADERSHIP -SKILLS
~ NOT EVALUATED DUNSAT o SAT o SUPERIOR
'c. MARGINALLY ACHIEVED COURSE STANDARDS d. CONTRIBUTION ro GROUP WORK
0 o
NOT EVALUATED DUNSAT o SAT ~SUPERIOR
'd. FAILED TO ACHIEVE COURSE STANDARDS
0 e. EVALUATION OF STUDENT'S RESEARCH ABILITY
o NOT EVALUATED DUNSAT ~SAT DSUPERIOR
"'Rating must be supported by comments in ITEM 14. (SUPERIOR/UNSAT rating must be supported by comments in ITEM 14
n n
13. HAS THE STUDENT DEMONSTRATED THE ACADEMIC POTENTIAL FOR SELECTION TO HIGHER LEVEL SCHOOLlNGfTRAINING?
C><IYES NO N/A (A "NO" response must be supported by comments in ITEM 14)
14. COMMENTS (This item is intended to obtain a word picture of each student that will accurately and completely ponray academic
performance, intellectual qualities, and communication skills and abilities. The narrative should also discuss broader aspects of the student's
potential, readership capabilities, moral and overall professionat qualities. In particular, comments should be made if the student failed to
respond to recommendations for improving academic or personal affairs.)
SSG Graham has successfully completed Phase 3 of 4 of the 35L20 Course at the TASS Training Center (TTC), Conducted by the 5/104th MI BN at
Ft. Devens, MA.
SSG Graham successfully completed course work in Terrorism, Ana,lytical Tools, Force Protection, and Surveillance Operations.
SSG Graham achieved an overall Grade Point Average of97.73% for Phase 3.
Item 12b: SSG Graham received a superior rating for Oral Communication for demonstrating her technical and tactical ability during all military briefs
and practical exercises.
Item 12d: SSG Graham received a superior rating for Contribution to Group Work for her excellent p~icipation and assistance during CIPB·Practical
Exercise.
Soldiers Data:
Commander
U.S. Army Human Resources Command ;
ATTN: DARP-PRE·E
1 Reserve Way
St. Louis, MO 63132-5200
15. AUTHENTICATION
a. TYPED NAME, GRADE. BRANCH, AND TITLE OF RATER DATE (YYYYMMDD)
William Kyler, E6, TIC 35L20 NCOIC
20080609
DATE (YYYYMMDD)
~< -.
a~~V4-fL'
b. TYPED NAME, GRADE, BRANCH, AND TITLE OF REVIEWING OFFICER
Douglas C. Williams, 03, MI, 35L20 Course Manager
20080609
U
'#1
c. DATE (vYYYMMDD) SIGNATURE OF RATEDEOIER
n n
11. PERFORMANCE SUMMARY
YES n NO
From: 20080610
12. DEMONSTRATED ABILITIES
Thru: 20080702
a. WRITTEN COMMUNICATION
'a.
~
EXCEEDED COURSE STANDARDS o
NOT EVALUATED UNSATo o SAT [1 SUPERIOR
(Umited to 20% of class enrollment) b. ORAL COMMUNICATION
o
NOT EVALUATEO DUNSAT o SAT [1 SUPERIOR
b.
0 ACHIEVED COURSE STANDARDS c. LEADERSHIP SKILLS
[1 NOT EVALUATED o SAT o SUPERIOR
DUNSAT I
'c.
0 MARGINALLY ACHIEVED COURSE STANDARDS d. CONTRIBUTION TO GROUP WORK
o NOT EVALUATED DUNSAT o SAT [1 SUPERIOR
'd.
0 FAILED TO ACHIEVE COURSE STANDARDS
.
e. EVALUATION OF STUDENT'S RESEARCH ABILITY
o NOT EVALUATED DUNSAT o SAT [1 SUPERIOR
"Rating must be supported by comments in {TEM 14. (SUPERIORIUNSAT rating must be supported by comments in ITEM 14
13. HAS THE STUDENT DEMONSTRATED THE ACADEMIC POTENTIAL FOR SELECTION TO HIGHER LEVEL SCHOOLlNGfTRAINING?
!Xl
YES NO n N/A n
(A "NO" response must be supported by comments in ITEM 14)
14. COMMENTS (This item is intended to obtain a word picture of each student that will accurately and completely portray academic
performance, intellectual qualities, and communication skills and abilities. The narrative should also discuss broader aspects of the student's
potential, leadership capabilities, moral and overafl professional qualities. ·'n particular, comments should be made if the student failed to
respond to recommendations for improving academic or personal affairs.)
SSG Graham has successfully completed Phase 4 of 4 of the 35L20 Course at the TASS Training Center (TTC), Conducted by the 51l04tb MI BN at
Ft. Devens, MA.
SSG Graham successfully completed course work in eliciting information, lead deVelopment, report writing, recruitment; conducting liaison..
SSG Graham achieved an overall Grade Point Average of 97.87% for Phase 4.
SSG Graham achieved an overall Grade Point Average of 96.50% for Phase 1 though Phase 4 of the 35L20 Course.
SSG Graham maintained the highes.t overall performance in the class during all phases. SSG Graham completed the course of instruction in an
outstanding manner and is "Strongly recommended for further military schooling within the 35L MOS.
Item 12a, 12b: SSG Graham received a superior rating for Oral and Written Communication for demonstrating her technical and tactical ability during
source operations and subsequent reports.
Item 12d, 12e: SSG Graham received a superior rating for Contribution to Group Work and his Research Ability ~or her excellent application of
subject matter.
Soldiers Data:
Commander
U.S. Army Human Resources Command
ATTN: DARP-PRE-E
1 Reserve Way
St. Louis, MO 63132-5200
15. AUTHENTICATION ./
DATE (YYYYMMOD)
~~
a. TYPED NAME, GRADE, BRANCH, AND TITLE OF RATER
William Kyler, E6, TIC 35L20 NCOIC
2008063~ /U )
l!. qJt!I!
b. TYPED NAME. GRADE, BRANCH, AND TITLE OF REVIEWING OFFICER DATE (YYYYMMDO)
SIGNA)T#/ .' "-
£~,~ (J
Douglas C. Williams, 03, MI, 35L20 Course Manager
20080630 f/ -
·c. DATE (YYYYMMOO) <I
r
:JO O 0701 ~A;;;rl:~
DA FORM 1059, MAR 2006 PREVIOUS EDITIONS ARE OBSOLETE. APD PE v1.00ES
Washington State Patrol 6/12/20094:28:26 PM
Budget and Fiscal Services
Contracts Database
Amendment
r
Amd Amount
I $402,000
Amd Status fcomPleted
Date document was sent to:
Word- Processing
Attorney General
Bureau Cdr IOC
BFS -Notification 1/16/2009
BFS Review 1/28/2009
Chiefs Office 1/29/2009
Transmittal Letter 2/312009
Mailed to Other Part 1/21/2009
Received Back 1/28/2009
Distributed 2/312009
9,\
~t
10
<0
-
f'.
cr'
~
,C(}
0
!j ~
II
\[)
,
()
\\ (\
\\
I- in
,) 0
. . In
0
#0 ~ ;
~
rI) -..:
i
i
1
~
c0
C'
~I
--
Il
81
Personal Service Contract Risk Assesment
Page 1 of4
CONTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
WSP Contract Number
BFS Contracts Specialist
A. PRE-CONTRACT PLANNING
1. Description of Services:
~ £1('(\'.vttJ :(,..,,1'11 \\'6'''' <C"-
Decision I Comments
Funding
Funding source (account coding) and Amount 001- n/"JI.-FnA'J/ f I iA-.\ R'
Has an authorized manager approved the
~Yes 0 No
expenditure?
Type of appropriation (federal, state, other)
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties List System been ~Yes 0 No
checked? .
Public Resources
How have you assessed if other public resources are
available for this work? t",-Pv Il~' .n. l n..l.- ,. 1/U" \ r. hi..,
• Agency resources Yes 0 No
• Other public (governmental) resources Yes 0 No
Competitive Contracting
Has this work been performed/is performed by WSP
employees?
o Yes f2g No
If yes, has the WSP Labor Attorney been contacted? o Yes ONo l)/lI.
Has the WSP Labor Attorney given approval to
proceed with the contract?
o Yes ONo ~) Jp,.
Ethics
Is contractor a current or former state employee? o Yes ~ No
• If current, does contractor require Ethics Board o Yes 0 No
approval? ~lJ A-
• If former, provide last date of employment. t-.1} p,.
Payments
o Cost Reimbursement (Budget)
Have you determined the appropriate methodes) of &l Time and materials (Hourly)
compensation and billing? o Fixed Price
o Performance Based (valuation of
deliverables)
Personal Service Contract Risk Assesment
Page 2 of4
Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintained.
--eN cfllV\m dr f,\e,
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
~IA
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is dynamic and
should be updated periodically throughout the term of the contract. Not required on contracts less
than $5,000.
Score on a scale of 1 - 5, with 1 representing the lowest risk.
If factor is not applicable, risk point =O. Unknown, risk point = 5.
1-2 = Low Risk 3= Medium Risk 4-5 = High Risk
Personal Service Contract Risk Assesment
Page 3 of4
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= Lower Risk; Yes = Higher Risk bl.
Contract dollar amount
$5,000 to <$25,000 = Low Risk
>$25,000 to <$100,000 = Medium Risk
>$100,000 = HiQh Risk lj
Complexity of services ::.
Payment method (how complex is it?) What method(s) did you use? What
experience do you have with the method(s)?
o Cost Reimbursement (Budget) (score 3-5)
. ~ Time and materials (Hourly) (score 3-5)
Fixed Price (score 1-3))
o Performance Based (valuation of deliverables) (score 1-3)
e
Procurement method:
Competitive (score 1 to 3)
Sole Source (score 3 to 5)
3
2. Contractor Risk
Risk
Risk Factor Points !
Size and source of fundinq J..
Length of time in business 1.1
Experience and past performance /
Accreditation and licensure (Is contractor subject to either and if so, do you have
proof?) \
Financial health and practices (is contractor's financial condition good or poor?) 2
Board of Directors (for Non-profits only - do they take an active role in the
organization?)
Subcontracting activities (does the contractor have an effective monitoring
-
function to oversee subcontractors?) -
Organizational changes (is orqanization stable or does it have frequent turnover?)
Management structure and adequacy (/s organization centralized or decentralized
-
- how much control over decentralized functions?) \
Legal actions (has there been any for the last 12 months? - if so, what?) 1
Background of individuals (do you have resumes?) I
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contract.
1. Were contract and contractor risks assessed prior to entering into a contract?
~Yes 0 No
2. Does the risk assessment form the basis of the monitoring plan?
[jlYes 0 No
Personal Service Contract Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
~Yes 0 No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A133 audits)? NIp.
What, if any, audit coverage is necessary to
assure appropriate spending of state funds? 1\.' (f'+
Was a risk assessment completed to determine
whether an audit was needed? 1--.) IA
Is corrective action necessary? Were
questioned costs resolved? flJlA
Are audit findings, if any, resolved? I\J I A
ISSUE COMMENT
Any activities need follow-up?
All invoices have been received and paid?
Follow-up on audit findinQs needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
> Advanced Search Search Results for Parties > Public User's Manual
> Exact Name and SSNfTlN Partial Name: Melton, or Chad > Acronyms
Exact Name: Melton, Chad R. > Privacy Act Provisions
> MyEPLS
As of 04·Mar·2009 2:54 PM EST > News
> Recent Updates
Save to MyEPLS
https:llwww.epls.gov/epls/search.do 3/4/2009
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, January 26, 2009 10:12 AM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 1/22/2009.
This e-mail is being sent because you were identified as the person to be contacted after a decision was made by OFM on
this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 39095-00
Agency: 225
Agency Contract #: C090623PSC
Filed Date: 1/22/2009
Start Date: 1/26/2009
Filed By: Cindy Haider
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist with filing an amendment to the
contract in the PSCD system. If you have any questions or concerns about this filing, please contact OFM at
ofm.contracting@ofm.wa.gov or at 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, January 22, 2009 10:18 AM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 1/22/2009 10:18:00 AM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C090623PSC
Filed Date: 1/22/200910:18:00 AM
Start Date: 1/26/2009 Filed By: Cindy Haider
Please retain the Contract Reference Number listed above for any questions during processing and to access the filing in
the PSCD system prior to OFM decision. After decision has been made use the OFM Filing Number to access data in
PSCD. If you have any questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD .
OFFICE OF FINANCIAL r"lANAGEMENT
Personal Service Contracts Database
Filing Summary
Review - Contract is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
65150
Number:
Agency Contract
C090623PSC
Number:
Filed By: Cindy Haider
OFM Decision
Date:
Contractor information
Legal Name Melton, Chad R.
DBA
UBI 602558289
Address
Contract Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at joint
federal, state and local law enforcement environments such as joint and regional
criminal intelligence centers.
Fund Source
Contract Dates
Contacts
http://contracts.ofm.wa.gov/PSCD/filinglPrintFilingSummary.aspx?menuSelect=mnuVProc 1/22/2009
Page 2 of3
Filing Justification
Specific Problem or Need
Identify and fully describe the specific problem, requirement or need which the contract is intended to
address and which makes the services necessary.
The Washington Joint Analytical Center (WAJAC) is housed at the Seattle Field Office of the Federal Bureau
of Investigations (FBI). WAJAC builds on existing intelligence efforts by local, regional, and federal agencies
by organizing and disseminating threat information and other intelligence efforts to law enforcement agencies,
first responders, and key decision makers throughout the state, allowing real-time, accurate, two-way flow of
intelligence information. WAJAC participating agencies includes the FBI; US Immigration and Customs
Enforcement; the Washington National Guard; the Washington State Patrol; and several local law
enforcement agencies. The Contractor's criminal analyst services are critical to the efforts of WAJAC in an
effort to prevent terrorism.
Describe how the agency determined the services are critical or essential to agency responsibilities
or operations and/or whether the services are mandated or authorized by the Washington State
Legislature.
The services provided through this contract are essential for the implementation of the Washington State
Homeland Security Strategic Plan as published by the Washington State Military Department for the State of
Washington and approved by the Governor's office. This contract is funded through the federal Law
Enforcement Terrorism Prevention Program through the Military Department from the U.S. Department of
Homeland Security. WSP is contractually obligated to the federal government to provide these services.
These services are critical to WSP to fulfill their mission of "enhancing the safety and security of our state"
which includes sharing information with other local, state and federal law enforcement organizations. In light
of the Personal Service contract freeze, this contract is approved by Deputy Chief Paul S. Beckley.
Other Public Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available
WITHIN YOUR AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL,
STATE OR FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the
service more efficiently or more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Cornpetitive Solicitation Process
GA WEBS and Related Competetive Information
Posted to GA WEBS on 10/23/2008. Posted on Internet. 6 firms were notified directly.
Evaluation
Explain the baSis on which the contractor was selected. Do not simply list the evaluation criteria or
the scores, but rather explain your analysis of why the contractor scored well in the evaluation
process or what differentiated this contractor from others.
The Contractor was initially selected for an interview based on the strength of their education, training, work
experience and proposed hourly rate. Final selection was based on the consensus of panel members from
the WAJAC as well as a written assignment.
Names of Firms Responding With Proposals.
Network Transport Engineering Nighthawk Analytical Dan K. Melton Michael R. Chamness Chad R. Melton
KSNK Enterprise Kristof Analysis & Investigation Services Intelligence Acumen Operational Applications Inc.
Describe the evaluation process (e.g., evaluation committees scored the responses, selection
committee made the award decision, etc).
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence
http://contracts.ofm.wa.gov/PSCD/filing/PrintFilingSummary.aspx?menuSelect=mnuVProc 1/2212009
Page 3 of3
Unit and Washington Joint Analytical Center to score vendor education, training and work experience. Cost
points were awarded based on the proposed hourly rate versus the lowest hourly rate proposed for all
vendors. The highest scorers from the evaluation were interviewed by WSP and local jurisdictions
participating in the regional intelligence centers and the WAJAC where the proposed consultant team member
would work. The final selection was based on the outcome of these interviews and written assignment.
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
The hourly rate is comparable to other contractors submitting proposals for these services. WSP considers
this to be a convenience contract where the contractor provides services on an as-needed basis and the
dollar value referenced is a maximum amount available.
Attachments
CMelton090623.doc - 154112kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofm.wa.gov/PSCD/fiiing/PrintFiiingSummary.aspx?menuSeiect=mnuVProc 1/22/2009
Results Page 1 of2
City (optional)
or Search by
(' UBlITax Registration Number
Heset I Help
HESULTS
1 to 1 of 1 results
BOTHELL Open
Previous Next
i !
ASOUT US CONTACT uS OUEST iONS & ANSWERS! GRAPHiC VERSION TEXT VERS!ON ! j PR!NTER
FRiENDLY
Voter registration
a$Slstance
I
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Chad Melton .
-
WAJ8 001 01' 00271 WAJ8 CE 100%
Prorate Leave to~ontract: DYes DNo AFRS Code Assigned: DYes DNo
Overtime Allowed: DYes Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Cost: es DNo . Minimum Call Out Hours:
------1
Primary Org Code: Other Org Codes:
Type..of.-Rl3c"eipt: DRevenue 0 Interagency Reimbursement o Recovery of Expenditure
- Distribution: ~ Project Manager' ~ Accountant ~Budget Analyst ~ Other: Captain Braniff
300-365-522 (R 6/03)
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor shall provide criminal intelligence analyst services
during the time of the period of performance indicated above for
this Task Order. The local worksite for the Contractor during this
Task Order is the WAJAe.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$50.00.
(-'fo -0 I/Z5/ 0 Q
Date Signature Date
Printed Name
Page 1 of 1
Date 1/21/09
Washington State Patrol
LDS
Bulge
d t an dFIscaIS ervlces
. Cont ractN o ff
Ilcaf Ion Form ---
o Billable over $10,000 o Billable under $10,000 [8] Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C090623PSC
Contract Start Date Contract End Date AFRS End Date
January 26, 2009 September 30,2012
Contract Title CFDANo. I QFSR
Criminal Intelligence Analyst Services DYes ONo
Contractor Name
Chad Melton
Contractor Contact Address
----
Billable Contracts Only
Mileage Allowed: DYes ONo Mileage Only: DNo
Std Mileage Rate: DYes ONo Special Mileage R per mile
Travel Authorized: DYes ONo oluntary OfT: DYes DNo
Special Rules: DYes ONo
Prorate Leave to Contract: DYes ONO ______________ ------ AFRS Code Assigned:
Overtime Only (On Day Off):
DYes
DYes
DNo
Overtim~ DNo
Contract Pays Only OIT Cost es ONo Minimum Call Out Hours:
Primary Org Code' Other Org Codes.
Type~eipt: ORevenue o Interagency Reimbursement o Recovery of Expenditure
-
Distribution: [8] Project Manager
300-365-522 (R 6/03)
[8] Accountant -[8]Budget Analyst [8] Other: Captain Braniff
WSP Contract No.
WASHINGTON STATE PATROL
C090623PSC
PERSONAL SERVICE CONTRACT
Other Contract No.
Criminal Intelligence Analyst Services
This Contract is between the State of Washington, Washington State Patrol and the Contractor identified below, and is
governed by chapter 39.29 RCW. .
. jfl,
FOR THE WASHINGTON STATE PATROL: FOR THE CONTRACTOR:
Date Date
WSP smS:,~p (- JtJ-o'! rn~a;~~~ 1/25/0<[
Printed Name and Title I ' Printed Name and Title .
John R. Batiste, Chie~JL\ ~::~f.\<.t",.M ;Denl!k,,(1\'iJ c,I-IAD ME.\.::fON GRII,Jllr-ifll- ItJTlZ.i-l..lGIBIJCI!--/>IN~ST
APPROVED AS TO FORM BY TI-lE OFFICE OF THE ATTORNEY GENERAL 2/20/02
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
Signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol.in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. -Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performa[lce may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee Initial- 9130109 1011109 - 9130110 1011110 - 9130111 1011111 - 9130112
Chad Melton $50.00 $50.00 $50.00 $50.00
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
6. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability ariSing out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of perforrnance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may rnutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County.
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
. negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) SUbstantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom,. shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
-by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the reqUirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are nQt exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession .
.c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
Page10of11
WSP Personal Service Contract
2/12/02
Exhibit C
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C090623PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
1/25/0Cj
~ ..
Date
Attached is a fully executed copy of the above-listed contract and task order between the
Washington State Patrol and Mr. Chad Melton. Funding for this contract will be encumbered
under separate task orders.
Please ensure that the WSP employee preparing payment documents for this'contract has a copy
of this contract to ensure the payment documents are filled out correctly.
The Budget and Fiscal Services contract tracking number is the WSP Contract Number noted
above; please use this number on all correspondence and payment documents associated with this
contract. If you need further assistance, please contact Ms. Cindy Haider, Budget and Fiscal
Services, at Micro 12, ext. 11071.
c,J..:r{ JRH:clh
fk1' I Attachment
cc: Ms. Sue Aschenbrenner, Budget Section
Captain Tim Braniff, Investigative Assistance Division
Ms. Tanya Pierce, Accounts Payable Section
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcemeru services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 596-4000 • www.wsp.wa.gov
February 3, 2009
Enclosed with this letter are two fully executed originals of the referenced agreement
and task order between you and the Washington State Patrol. Please keep these
originals for your records.
The Washington State Patrol contract tracking number are the agreement numbers
referenced above; please use these numbers on all correspondence regarding these
agreements. If you need further assistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 596·4071.
c~~.·~
II Mr. Jeffrey R. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
1].\ New
Period of o Amendment
Contract No. C.09CXod-2 Jjlsc.., Performance: 1!;}.(o(D9 - 9 bO(09 0 Recurring
Contract Title: ex ""i(\)(\ ( 'j .. ,-\g \ \ i 3
I Q DC Q fh;a 1.{,s,J.. S-esvi c.e..s .= LOA-j AC
Other Party: C b" cC (bo ,\-toN
IN Payable
o Receivable
Amount: ~ YOd-.. cOO o Other:
Comments:
Grants and Contract Manager:
BFS Administrator:
Approved
Paul Beckley
Deputy Chief
Washington State Patrol
Service With Humility
360-596-4103
Since these are personal service contracts, not a request to hire FTEs the request needs to go through BFS to
solicit an exemption from OFM. To process this request from Captain Braniff, BFS needs your approval (As the
Acting Chief) to "approve the requested exemption and provide purchase approval."
Thanks/Marc
1/14/2009
rage L or )
Note: To ensure compliance with all administrative requirements and retention guidelines, please delete any e-
mails regarding OPS cases after your review. When responding to any e-mails regarding OPS cases please
delete the senle-mail immediately.
Paul Beckley
Deputy Chief
Washington State Patrol
Service WitJiHumilitg
360-596-4103
-----------
From: Hattell, Curt (WSP)
Sent: Monday, December 22, 2008 2:23 PM
To: Beckley, Paul (WSP)
Subject: FVI/: WAJAC - Analysts
Chief, I am walking into this movie when it is almost over. This looks like something that should
have your approval. Please let me know if this is something I can do or if it needs your
blessing_ Thanks, Curt
Cpt,
AC approved it; however, we have all erased the email and Cindy Haider needs a copy in the file.
Lieutenant Randy Drake
Washington State Patrol
Intelligence Section I WAJAC
1114/2009
Page j ot :,
Thanks, T raci
Thx, Bob
1. Purpose
s of hiring a total of six intelligence analysts (1
The Washington State Fusion Center (WSFC) is in the proces
n has already been approved. These are
Lead Analys t and 5 Intelligence Analysts). The Lead Analys t positio
d due to the nature and sensitivity of
contractor pOSitions. Background investigations will be require
information available to analysts.
No.
1/14/2009
rage'! or J
Federal funds are available to fund the hiring of these contractors. An investment justification submitted to
the Department of Homeland Security specifies that these funds will be used to fund intelligence analysts .
• Meet a mission-critical information technology requirement without which a system can fail, a project will
encounter costly delays, or key deadlines are missed and penalties are incurred?
The WSFC enhancement project is dependent upon the acquisition of intelligence analysts and
continuation of the contracting process including background investigations on successful proposers.
If not approved, the WSP will not be able to successfully secure the services of the above-described
proposers and will not be in compliance with the WSP's own contractor proposal requirements.
Captain Braniff,
The chosen candidates for the Criminal Intelligence Analysts to be located at WAJAC with the effective dates of
January 15, 2009 through September 30,2012 are the following:
Due to the recent spending freeze please pass these pending personal services agreements to Assistant Chief
Ursino for his approval. If he approves these contracts he needs to forward to either Jeff Hugdahl or Bob Maki for
DC Beckley's approval. They will need the following questions answered:
1. Purpose
2. Fund Source and Amount
3. Does the purchase ....
• Prevent material loss or damage to property, bodily injury, or loss of life?
• Stem from court orders or are required under the law?
• Secure the receipt of federal or other funds as required by a grant?
• Meet a mission-critical information technology requirement without which a system can fail, a
project will encounter costly delays, or key deadlines are missed and penalties are incurred?
4. What will happen if the purchase is not approved? .
Once approval through the chain of command has been received the contract can be then be processed and
routed for signature as well as the approval may be needed by HRD to complete the background check.
1114/2009
Page:' ot:,
Thank-you,
Cindy Haider
H'ST' COn/ranI'
36IJ-59n--I07/
cindy. haider@wsp. wa. gov
1114/2009
01/26/2009 11: 43 t'AX 2062622014 'i!J UUl
Date: 01126/09
Message:
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-4000 • www.wsp.wa.gov
January 21,2009
Enclosed are two sets of the referenced agreement and task order between you and the
Washington State Patrol. Once you have signed these originals, please fax a copy of
both signed originals to my attention at fax number (360) 596-4077 and return all
originals to the following:
One fully executed original of each will be returned to you for your records. The
Washington State Patrol contract tracking number is referenced above; please use this
number on all correspondence regarding this agreement. If you need further
aSSistance, please contact Ms. Haider at (360) 596-4071.
Sincerely,
·C~c1.~
~) Mr. Jeffrey R.. Hugdahl .
. Budget and Fiscal Services
JRH:clh
~:~ .f=r:, ~ ~'-. c·' - ~.~
Enclosures
::JJiJi29.~_.~~.
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor shall provide criminal intelligence analyst services
during the time of the period of performance indicated above for
this Task Order. The local worksite for the Contractor during this
Task Order is the WAJAC.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $50.00.
Printed Name
Page 1 of 1
WSP Contract No.
WASHINGTON STATE PATROL
C090623PSC
PERSONAL SERVICE CONTRACT
Other Contract No.
Criminal Intelligence Analyst Services
This Contract is between the State of Washington, Washington State Patrol and the Contractor identified below, and is
governed by chapter 39.29 RCW.
CONTRACTOR NAME Contractor Doing Business As (DBA)
Chad R. Melton
Contractor Address Contractor Federal Employer Identification Number
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performa[1ce may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
Contractor Employee Initial- 9/30/09 10/1/09 - 9130/10 10/1/10 - 9130/11 10/1/11 - 9/30/12
Chad Melton $50.00 $50.00 $50.00 $50.00
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
6. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, Which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
inforrnation that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a rnember to the Dispute Board. The
Contractor shall appoint a mernber to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent ofthe required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) SUbstantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom,. shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid prOVision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any SUbcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under .this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C090623PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source- code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, Violation of which may result in criminal prosecution.
Date
--_!IJlI'
~
Washington State Patrol
SertJice With Humility
360-596-4103
-----------------------.-------------..--------------.--_._-------_.-_._-------------_._---
From: Lamoreaux, Marc (WSP) ,
Sent: Monday, December 22, 2008 4:28 PM I
To: Beckley, Paul (WSP)
Cc: Maki, Bob (WSP); Hatteli, Curt (WSP); Hugdahl, Jeff (WSP)
Subject: FW: WAJAC - Analysts
Since these are personal service contracts, not a request to hire FTEs the request needs to go through BFS to
solicit an exemption from OFM_ To process this request from Captain Braniff, BFS needs your approval (As the
Acting Chief) to "approve the requested exemption and provide purchase approval."
Thanks/Marc
1114/2009
Page 4 of5
Federal funds are available to fund the hiring of these contractors. An investment justification submitted to
the Department of Homeland Security specifies that these funds will be used to fund intelligence analysts .
• Meet a mission-critical information technology requirement without which a system can fail, a project will
encounter costly delays, or key deadlines are missed and penalties are incurred?
The WSFC enhancement project is dependent upon the acquisition of intelligence analysts and
continuation of the contracting process including background investigations on successful proposers.
If not approved, the WSP will not be able to successfully secure the services of the above-described
proposers and will not be in compliance with the WSP's own contractor proposal requirements.
Captain Braniff,
,,
The chosen candidates for the Criminal Intelligence Analysts to be located at WAJAC with the effective dates of
January 15, 2009 through September 30, 2012 are the following:
Due to the recent spending freeze please pass these pending personal services agreements to Assistant Chief
Ursino for his approval. If he approves these contracts he needs to forward to either Jeff Hugdahl or Bob Maki for
DC Beckley's approval. They will need the following questions answered:
1. Purpose
2. Fund Source and Amount
3. Does the purchase ....
• Prevent material loss or damage to property, bodily injury, or loss of life?
• Stem from court orders or are required under the law?
• Secure the receipt of federal or other funds as required by a grant?
• Meet a mission-critical information technology requirement without which a system can fail, a
project will encounter costly delays, or key deadlines are missed and penalties are incurred?
4. What will happen if the purchase is not approved?
Once approval through the chain of command has been received the contract can be then be processed and
routed for signature as well as the approval may be needed by HRD to complete the background check.
111412009
Haider, Cindy (W5P)
Cindy,
I have reconvened the interview panel. We have decided to offer Mr. Chad Melton the available analyst position.
Can I call him to determine if he accepts the offer? Also, willi be able to have him start on Tuesday?
Lieutenant Randy Drake
Washington State Patrol
Organized Crime Intelligence Unit
Washington State Fusion Center
1
Haider, Cindy (W5P)
Cindy,
I have reconvened the interview panel. We have decided to offer Mr. Chad Melton the available analyst position.
Can I call him to determine if he accepts the offer? Also, willi be able to have him start on Tuesday?
Lieutenant Randy Drake
Washington State Patrol
Organized Crime Intelligence Unit
Washington State Fusion Center
1
Page 1 of 1
Mr. Melton,
We appreciate the time and effort you provided in developing and submitting a response to the RFQQ, however,
other proposers were named Apparent Successful Proposers for this procurement.
If you would like a debriefing on your proposal, please contact me bye-mail no later than 4:30p.m. PST on
December 29, 2008. As stated in the RFQQ.
I can be reached via e-mail at g.illht,haider@wsp.wa.gov. Please let me know if you have any questions
concerning this message.
Cind" Itaider
WSP RF(}(} ('oordinaior
cindy haider@wsp. W(/.gol'
119/2009
No. Company UBI POC Title POC First POC Last Addr~ss City State Zip Phone Fax E-mail Tm Title Tm First Tm Last
1 Network Transport Engine, 602580868 Mr Micheal Dorsey 3300 NE 11 Ridgefield WA 98642 (425) 531-2735 (503)786-3167 Mr. Nicholas Jones
2 Nighthawk Analytical 602117883 Mr Harry Hansen 27306 SE i Sammami, WA 98075 (206) 940·0235 nighthawkanalytical@Mr. Harry Hansen
3 Dan K. Melton 602559115 Mr. Dan Melton 1 Mr. Dan Melton
4 Michael R. Chamness 602111069 Mr. Michael Chamness 8280 NE B Bainbridge WA 98110 (360) 551-2183 mchamnes@leo.gov Mr., Michael Chamness
5 Chad R. Melton 602558289 Mr. Chad Melton . Chad Melton
6 KSNK Enterprise 602373741 Mr. Kenneth Crow PO Box 77 Issaquah WA 98027 (425) 837-0229 (425)837-0229 kcrow@ais-seattle.ccMr. Ken Crow
7 Kristof Analysis & Investig 602877420 Mr. John Kristof 7326 46th. Seattle WA 98115 (206) 262-2382 (206) 473-8736 jkristof@leo.gov Ms. John Kristof
8 Intelligence Acumen Mr. James Ward 7008 258tt Graham WA 98338 (253) 232-6378 (Mr. James Ward
9 Centra Technology Inc. 52-1405842 Ms. Eileen O'Sullivan 25 Burlingt Burlington MA 1803 (781) 272-7892 (781) 272-7883 osullivane@centram'Ms. Amy Kanawi
9c Centra Technology Inc. Ms. Olivia Goodman
9d Centra Technology Inc. Mr. Nathan Miller
ge Centra Technology Inc. Mr. Michael Steinberg
9f Centra Technology Inc. Mr. Evan Waidley
9g Centra Technology Inc. Ms. Victoria Allen
10a Operational Applications 602632122 Mr. Doug Larm 4227 Soutl Puyallup WA 98374 (253) 226-9564 doug.larm@oQeratiorMr. Dennis Gerber
lOb Operational Applications Ms. Sara Lacy
10c Operational Applications Ms. Kathleen Almquist
10d Operational Applications Ms. Kia Graham
10e Operational Applications Ms. Neoma Skye
11 The Confluence Group Inc 20-4527781 602589963 Mr. Luis Vega 2829 Ruck Everett WA 98201 (425) 212-3500 (425)212-3535 Ivega@confiuencecaIMr. David Malinowski
11a The Confluence Group Inc Mr. Brinkley Harrell
11b The Confluence Group Inc Mr. Bob Korter
11c The .Confluence Group Inc Mr. Francisco .olivarez
11d The Confluence Group Inc Mr. Carlos Alvarez
11e The Confluence Group Inc Ms. Alice Switzer
LEADS
No. Company TIN UBI POC Title POC First POC Last Address City State Zip Phone Fax E-mail Tm Title Tm First Tm Last
1 Network Transport Engine, 602580868 Me. Micheal Dorsey 3300 NE 11 Ridgefield WA 98642 (425) 531-2735 (503)786-3167 Mr. Nicholas Jones
8 Intelligence Acumen 341-70-6409 Mr. James Ward 7008 258tt Graham WA 98338 (253) 232-6378 Mr. James Ward
9 Centra Technology Inc. 52-1405842 Ms. Eileen O'Sullivan 25 Burlingt Burlington MA 1803 (781) 272-7892 (781) 272-7883 osullivane@centram, Ms. Amy Kanawi
9a Centra Technology Inc. Mr. Steve Mazel
9b Centra Technology Inc. Mr. Scott Whippo
10 Operational Applications 602632122 Mr. Doug Larm 4227 Soutt Puyallup WA 98374 (253) 226-9564 douq.larm@operatiorMr. Bill Evans
Responsive Rate 1 Rate 2 Rate 3 Rate 4 Avg Cost·PIs (" Eval 1 Eval2 Eval3 Quest Rav Quest (70 Ref 1 Ref 2
Yes $44.00 $44.00 $44.20 $44.20 $44.10 13.54 8.00 8.00 8.00 8.00 56.00 45.00 50.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00 5.00 5.00 5.00 35.00 38.00 40.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00 5.00 5.00 5.00 35.00 0.00 0.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 6.00 6.00 6.00 6.00 42.00 41.00 47.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 7.00 7.00 7.00 7.00 49.00 47.00 42.00
Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00 5.00 5.00 5.00 35.00 44.00 44.00
_Yes $50.00 $50.00 $50.00 $50.00 $50.00 11.94 6.00 6.00 7.00 .6.33 44.33 44.00 45.00
Yes $37.50 $39.00 $40.56 $42.18 $39.81 15.00 7.00 7.00 7.00 7.00 49.00 50.00 50.00
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 llA6
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 llA6
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27 5.00 5.00 5.00 5.00 35.00 47.00 47.00
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27 8.00 8.00 7.00 7.67 53.67 50.00 0.00
Yes $48.00 $50.00 $52.00 $54.00 $51.00 11.71 6.00 6.00 6.00 6.00 42.00 50.00 46.00
Yes $48.00 $50.00 $52.00 $54.00 $51.00 11.71 7.00 7.00 7.00 7.00 49.00 50.00 46.00
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27 7.00 7.00 8.00 7.33 51.33 0.00 43.00
No
No
No
No
No
No
Responsi, Rate 1 Rate 2 Rate 3 Rate 4 Avg Cost Pis (15) Evall Eval2 Eval3 Quest Rav Quest (70 Ref 1 Ref 2
Yes $51.00 $51.00 $52.00 $52.00 $51.50 17.48 6.00 6.00 6.00 6.00 42.00 45.00 50.00
Yes $40.50 $42.12 $43.80 $45.56 $43.00 20.93 4.00 4.00 4.00 4.00 28.00 50.00 50.00
Yes $58.39 $61.31 $64.38 $67.60 $62.92 14.30 WITHDREW
Yes $58.39 $61.31 $64.38 $67.60 $62.92 14.30 WITHDREW
Yes $58.39 $61.31 $64.38 $67.60 $62.92 14.30 WITHDREW
Yes $60.00 $63.00 $66.00 $69.00 $64.50 13.95 8.00 7.00 8.00 7.67 53.67 50.00 50.00
Ref 3 Ref Raw A Ref (15 p Total Scan
47.00 47.33 14.20 83.74
37.00 38.33 11.50 58.44
0.00 0.00 0.00 46.94
49.00 45.67 13.70 67.64
45.00 44.67 13.40 74.34
28.00 38.67 11.60 58.54
47.00 45.33 13.60 69.88
47.00 49.00 14.70 78.70
11.46
11.46
11.46
11.46
11.46
11.46
(U) New MS-13 Affiliated Group May Have Capacity for Increased
Violence
(U) The Washington Joint Analytical Center (WAJAC) has learned of anew MS-13
affiliated group dedicated to using violence. If this new MS-13 affiliated group has the
organization and violent nature that MS-13 is known for, then this group could become a
dangerous domestic threat. Law enforcement intelligence has indicated that a possible
new MS-13 group has formed. Open source intelligence indicates that MS-13 is well
organized, has propensity for violence, recruits heavily among school-aged youth,
expands into new areas quickly, is extremely flexible in its activity (will do any crime at
any time), and are known for killing cops.
(U) The WAJAC has no credible or specific information that this new MS-13 affiliated
group plans on conducting violence in Washington State, but it is important to remain
vigilant and report suspicious incidents. Suspicious incidents can be reported to W AJAC
at wajac@leo.gov or by calling our 24-hour tip-line at: 1-877-XXX-XXXX.
****Note: I would disseminate this bulletin via NWWARN to our 600+ law enforcement
partners which include WSP, tribal, and local law enforcement. Also, I would distribute
to state fusion centers, federal law enforcement, and federal intelligence agencies.
I would attach a W AJAC customer satisfaction survey asking our recipients to evaluate
our product. Questions I would ask are: (1) was the information timely and relevant; (2)
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
.approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed forWSP.
5 = 'The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. \ ....:+O~i\-'--______
for __C=-_h_"'"--=cA'-'----21fY\-=--_-e...-=-:..\
3. -Eropo~ed
i'r \.
Analyst perormance v~ E1xpect tion&...
...v <:- \ L-f\.e.r cJ.. \
r '>
6. Score: <Z
wHh my oom
Signature
p
'?~
3::'OO2'~/J
LUX--- Date J /-( tj-~
Please provide a raw score of 0-10 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
.approach that resulted in a great deal of efficiencies while providing an exceptional product.
=
7 The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The referenc.e indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o= The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
=
7 The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
=
o The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. Z for ~.J"J>-J ~l-by\
Reference Name ____1=-o-={-'--~_=s"'__ __'S'~"Z.._"'_'_r._"·~,-,to/\.~-"P\..--""",,--_ _ __
Point of Contact Name _ _ _ _ _ _ _ _ __ Phone: ~O2-) nb - 7bCi I
1. What qid thelfJroposed AG-¥~ do for your company? Score: i
C~cA. cX.Oe.S
Lf d..D
REFERENCE CHECK FORM
m '1121--
authorized access to the information by law or regulation. I will return all copies of the proposals
with my completed evaluation sheet.
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
=
7 The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The referenc.e indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. 3 for CJ.,,,, c1 f'f\ -e.. -l +01'\
Reference Name _-,e=.:I,-,c..-:o..~-'--',r-_~_W-,,--_\d-~-dq--;=-------=-:---;.
;;t s "c>-30 I - oSID'I
Point of Contact Name _ _ _ _ _ _ _ _ _ __ Phone: U>(" - 2-"v 2.I./S3
1. Score: \~
3. Score: S
\0 oe.
6. Score: B
7. Score: 5,
..........hJ.!lcui~-'Q0e"-"',!.l.\-k.l..\<..LrJ"--_ _ _ _ __
Vendor Name _-'C Vendor Number ::;
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional proquct.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
A. If you are submitting a proposal for Criminal I ntelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcemen~ statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
11111'10 _1>
Date__________
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all reqUirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'. .
/JIf
55:l Proposed for Criminal Intelligence Analyst Services
D Proposed for Criminal Intelligence Analyst Lead Services
D Proposed for Both ~
Evaluator Name ~" /.&1:400
CONFLICT OF INTEREST AND CONFIDENTIALITY STATEMENT
To ensure a fair procurement process and to guard against protest by unsuccessful proposers, I have
carefully evaluated my position with regard to possible conflict of interest. I certifY that I am not aware
of any issue that would reduce my ability to participate on the evaluation team in an unbiased a!,d
objective matter, or which would place me in a position of real or apparent conflict of interest between
my responsibilities as a member of the evaluation team and other interests. In making this certification, I
have considered all financial interests and employment arrangements (past, present or under
consideration).
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product. _
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 =The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
/ One (1) original Letter of Submittal and Certifications and Assurances was submitted with the
Consultant's proposal. Letter of Submittal and Certifications and Assurances were signed by
a person authorized to legally obligate the Consultant.
/ For Criminal Intelligence Analyst Services, the proposal clearly demonstrates that any
proposed Consultant Team Member(s):
Has previously served as an intelligence analyst for a minimum of two (2) years e.ither in a
Federal intelligence agency, the military, or State and/or local law enforcement intelligence
unit; or has a Bachelor's degree or higher college degree in criminal justice, law enforcement,
,
statistical analysis or a related field that substitutes
.
for the work experience requirement; and
Has provided proof of completion of Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
For Criminal Intelligence Analyst - Lead Services, the proposal clearly demonstrates that any "
proposed Consultant Team Member
Has four years of progressively responsible work experience in either in a Federal intelligence
agency, the military, or State and/or local law enforcement intelligence unit; and
Possess a Bachelor's degree from an accredited college or university; or, an Associate's
degree in criminal justice, law enforcement, statistical analysis or related field from an
accredited college or university; and
Has provided proof of completion of Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
For Criminal Intelligence Analyst Services the hourly reimbursement rate for proposed
Consultant Team Members does not exceed $50.00.
For Criminal Intelligence Analyst - Lead Services the hourly reimbursement rate for proposed
Consultant Team Members does not exceed $60.00.
/ The proposal contains a Waiver and Authorization to Release Information form for every
Consultant Team Member proposed for work. The form is signed by each respective
proposed Consultant Team Member.
/ Proposal provided 90 days for acceptance of its terms from the due date of proposals.
Letter of Submittal
Request for Qualifications/Quotations No. C090433PSC
Project Title: Criminal Intelligence Analyst Services
Sincerely,
.r j Jji2)-
~:U;:l
1. Name: Chad Russell Melton
Address:
E-Mail Address:
cmeltonl@leo.gov
3. N/A
5. N/A
6. Chad Russell Melton is the Consultant Team Member proposed for work for
Criminal Intelligence Analysis Services.
EXHIBIT A
IIwe make the following certifications and assurances as a required element olthe proposal to which it is
attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance
with these requirements are conditions precedent to the award or continuation of the related contract(s):
1. Itwe declare that all answers and statements made in the proposal are true and correct.
2. The prices andlor cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However,
Ilwe may freely join with other persons or organizations for the purpose of presenting a single
proposal.
3. The attached proposal is a firm offer for a period of 90 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of
certainty in key terms) at any time within the 90-day period.
4. In preparing this proposal, Itwe have not been assisted by any current or former employee olthe
state of Washington whose duties relate (or did relate) to this proposal or prospective contract,
and who was assisting in other than his or her official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document.)
5. Itwe understand that WSP will not reimburse melus for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and IIwe claim no proprietary right to
the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices andlor cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her
prior to opening, directly or indirectly to any other Proposer or to any competitor.
7. IIwe agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. If there are
any exceptions to these terms, Itwe have described those exceptions in detail on a page attached
to this document. .
8. No attempt has been made or will be made by the Proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition.
9. Itwe certify that neither the Proposer nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participating in any
contract resulting from this procurement by any federal department or agency. Further, if
awarded a contract the Proposer agrees not to enter into any arrangements or other contracts
with any party that is on the "General Service Administration List of Parties Excluded from
Federal Procurement or Non-procurement Programs" which can be found at www.epls.gov.
Si of Proposer
2. NIA
3. References
C. Ricky J. Twiggs
Counterdrng Task Force, National GuardlMilitary Department
WAJAC, 1110 3 rd Ave, Seattle, WA 98101
Tel: (206) 262-2453
Cell: (360) 301-0864
Fax: (206) 262-2014
E-mail: rickv.j.twiggs@us.army.mil
B. N/A
C. N/A
QUOTATION
The evaluation process is designed to award this procurement not necessarily to the Consultant of
least cost, but rather to the Consultant whose proposal best meets the requirements of this RFOO.
However, Consultants are encouraged to submit proposals which are consistent with State
government efforts to conserve state resources.
Identify the hourly reimbursement rate for proposed Consultant Team Members for services
through September 30, 2009; and each of the three optional years of a contract resulting from
this RFOO. If the hourly rate differs for each individual, please identify the specific rate for each
proposed ConSUltant Team Member.
For Criminal Intelligence Analyst Services, WSP will accept proposals for hourly rates up to
$50.00; submission of a proposal with an houriy rate in excess of $50.00 for these services will
result in the rejection of your proposal as non-responsive.
For Criminal Intelligence Analyst-Lead Services, WSP will accept proposals for hourly rates up to
$60.00; submission of a proposal with an hourly rate in excess of $60.00 for these services will
result in the rejection of your proposal as non-responsive.-
-
1. The hourly rate must include all costs associated with providing services, including
Consultant Team Member salary and benefits, industrial insurance, and federal and state
taxes.
2. WSP will reimburse for maximum one hundred and seventy-three (173) hours per month for
each Consultant Team Member providing services under contracts resulting from this RFOO.
3. The worksite, office supplies, personal computer, and communications shall be provided to
the Contractor. Any such goods andlor services shall remain the property of WSP.
4. When services are required by WSP at locations other than the Consultant Team Members
worksite, WSP will reimburse Contractors for authorized lodging, SUbsistence and business
vehicle mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This manual
is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.qov/policy/saamintro.htm.
C. Computation. The score for the cost proposal will be computed by dividing the lowest average
hourly rate received by the Consultant's average hourly rate. Then the resultant number will be
multiplied by the maximum possible points for the cost section.
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, rny criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my rnilitary
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol,
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the. information requested.
Other names YOU have been know by, inciudinQ prior marriaQe(s) or nickname(s)
3 jq /1"1/2
Social Security Number Date of Birth
(206) 661-7851
cmeltonl@leo.gov
PROFILE
SUMMARY OF QUALIFICATIONS
Military Training
PERFORMANCE AWARDS
I served as the Personnel Staff Officer for an Army mechanized infantry battalion, consisting of
700+ soldiers, at Fort Hood, TX and in Baghdad, Iraq: I was directly responsible for all
administrative actions and personnel issues within the battalion. I was in charge of the Battalion
Personnel Action Center consisting of 5 Non-Commissioned Officers and 3 enlisted soldiers,
who processed over 500 transactions a week. Key responsibilities included:
• Keeping the Battalion Commander and Executive Officer informed on the unit's personnel
status and administrative actions.
• Preparing and processing officer evaluation reports for 51 officers.
• Supervising all award, personnel evaluation, finance, leave, promotion, and legal processing
within the battalion.
• Ensuring mail was properly accounted for and distributed to soldiers.
• Collecting, managing and distributing unit funds.
• Planning and conducting all award and battalion ceremonies.
• Manifesting personnel for flights during deployment/re-deployment.
• Assisting in the casualty affairs process while serving in Baghdad, Iraq.
• Battalion History Officer while serving in Baghdad, Iraq.
Accomplishments Included:
Responsible for the training, tactical employment, and logistics of a 32 man Bradley Fighting
Vehicle equipped Infantry Platoon which deploys, with no notice, worldwide and executes
combat and non-combat missions in support of any contingency. In garrison environment,
responsible for the deployment and readiness of 4 Bradley Fighting Vehicles, and all platoon
equipment valued in excess of $12.5 million. Accomplishments included:
• Independently planning and executing training that better prepared my platoon for future
combat operations.
• My platoon being recognized as tbe most tactically proficient in Bradley Fighting Vehicle
mounted movement during a very taxing platoon external evaluation.
• Deploying to the National Training Center (Fort Irwin, CA) and leading my platoon through
four arduous missions successfully.
• Successfully leading my platoon through Bradley Fighting Vehicle Gunnery qualification,
which my platoon received the "Top Gun Platoon" award.
I assisted in the recruitment of university students in to tbe WSU Army ROTC program.
Accomplishments included:
In Garrison, protecting tbe lives and property on an Army base by enforcing military laws and
regulations, as well as controlling traffic, preventing crime and responding to emergencies.
While in the field, I was primarily responsible for providing support to tbe battlefield by
conducting area security, and prisoner of war/law and order operations. Law Enforcement duties
included:
Duties are to provide criminal intelligence analyst services to the Washington Joint Analytical
Center (WAJAC). WAJAC is co-located with the FBI's Seattle office; it is designated as the
State'sprimary fusion center and serves to collect, analyze and disseminate all crimes/terrorism
related intelligence to all law enforcement agencies in the state and to the national intelligence
community.
Accomplishments include:
• Maintaining, and refming, a database of intelligence data to facilitate later retrieval and
review.
• Tracking Terrorist Watch List encounters within Washington State - encounters are
researched and statistically assessed in an attempt to detect patterns and provide a baseline
for further analysis.
• Reviewing and vetting (using local, proprietary and federal electronic databases) incidents
and suspicious activity reports (SAR's) that have a potential nexus to international terrorism,
domestic terrorism, organized crime, and gang activity within Washington State. Referring
those incidents and SAR's deemed most suspicious to the Seattle FBI Joint Terrorism Task
Force, or to WAJAC Detectives.
• Involvement in the writing of several intelligence assessments:
- International and Domestic Terrorism 2006 Review. The assessment addressed the
Animal Liberation Front and the Earth Liberation Front and their intent, capabilities,
and means to carry out an attack; it also highlighted their history of attacks in
Washington State and elsewhere. Furthermore, the assessment provided a heightened
situational awareness of identifiable trends and patterns of suspicious activities
reported to WAJAC that could have served as indicators of potential terrorist
operations within Washington.
- Washington - Canada Border: Potential Avenues through which law-enforcement
organizations can enhance participation in the border-security mission. The
assessment was written for Washington State and local law enforcement officials and
addressed historical examples of illegal border crossings and smuggling; identified
holes in the border; compared the Mexican and Canadian borders; highlighted
intelligence gaps; identified law enforcement, civilian, and military organizations
currently at work at the border; and provided potential solutions to enhance
participation in border secnrity.
- Based on the plot to attack the JFK Airport jet-fuel supply tanks and pipeline, WAJAC
assessed the relative vulnerability of the Seatac Airport jet-fuel supply tanks and
pipeline. The process involved conducting on-site visits and reviewing information to
ascertain all threat reporting. The assessments purpose was to inform decision makers
to vulnerability findings and to provide recommendations that could be nsed to harden
sites.
- Preventing Earth Liberation Front Actions. The paper mentioned efforts made by the
FBI to prevent ELF members from committing future attacks. The paper also pointed
out several areas of development that may be attractive to eco-terrorists as sites for
future attacks.
• Writing numerous weekly intelligence briefs and 'ad hoc' bulletins for WAJAC customers.
• Preparing and presenting numerous PowerPoint presentations for W AJAe.
• Supporting W AJAC leadership in preparing for executive presentations.
• Participating in two national level exercises where W AJAC disseminated critical information
addressing 'mock' terrorist attacks in Washington State.
• Preparing and presenting intelligence for a WASPC Tabletop exercise at Safeco Field.
• Participated in the drafting and disseminating of intelligence bulletins preceding the
shootings at the Jewish Federation of Greater Seattle advising the law enforcement
community of the Arab-Israeli conflict and the possible impact on the U.S.; and to pay
heightened attention to the safety and security surrounding locations of religious
significance. Immediately following the shooting assisted the FBI in running down leads, and
issued a bulletin detailing the events of the shooting and recommended law enforcement pay
special attention to suspicious inCidents or persons at or near Jewish facilities. Lastly, issued
a bulletin explaining the potential for reprisals against the Islamic community as a result of
the shooting.
• Identified a significant security threat to the Washington State Ferry System by analyzing
breach of security reports showing a distinct pattein of detailed surveillance of several ferry
vessels by two subjects. Intelligence analysis of the incidents resulted in a multi agency
operation, lead by the U.S. Coast Guard (USCG) and the Washington State Patrol (WSP)
dubbed Operation Sound Shield. Operation Sound Shield was a four week surge of security
involving WSP, USCG, FBI, TSA Behavior Teams and Federal Air Marshals and effected
county and city police departments.
• Liaised with the Georgia Institute of Technology School ofInteractive Computing to provide
WAJAC a visual analytic system called Jigsaw. Jigsaw represents documents and their
entities (people, places, dates and organizations) visually in order to help analysts examine
reports more efficiently and develop theories about potential actions more quickly.
• Assisted the Bremerton Police Department in analyzing 345 incident reports pertaining to
graffiti. Jigsaw and geographic information system statistical tools were used to analyze and
map report information. W AJAC provided the department with a useful assessment ofthe
graffiti problem and a tool (Jigsaw) to help them expand on that assessment.
-~-----------------.--------------------------------------------.-----------------------.-----------------------
, . Chad Melton
Has succes.ifully completed 40 hours of training in the
Foundations of Intelligence Analysis Training (FIAT)
J/
.-.;;
Critical I Protection
Techni"'~'i AP)
9k-qbf-
Shawn J. Fitch ~
C/ACAMS Senior Project Officer
n .. n"rlm"nl of Homeland
,II Intelligence :8; Hom~land
!! tJ .... ~h!~!!~~tice
III . . Michigan State University
~ SecurIty
Certificate oJCo1ftpfeted rrraining
. . :For tlieCourse
cliat.elfruefton
'11iis course is Certifiett by tfreDJfreofi.jran~'eJ!:q:raining andPresented by the
Scfwo{ of Crimina{Jus~ ~icIi1g~n .J~at~jf{Jnivi:tS'ity, '£ast.,pmsing, !M.icftigan, USYl
(jiven·tftisitay·/;&lpii{~OO6,SPo/Qlrte,·Wasliington .
20'}{ours
fJ'raining Credit ftwa'rcfed f})avid L. CarteTj pli.f}),
f})irectoTj I nte[[igence Program
NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY
Be it known that
Chad R. Melton
has successfully completed the
Fundamentals of Geographic Information Systems Course
During the period of 8 ~ 12 January 2007
and is therefore entitled to receive this
Diploma
granted by the National Geospatial-Intelligence College,
The School ofGeospatial-Intelligence,
on this 12th day of January 2007
Analytic Advantage, Inc
Certificate of Completion
Chad R. Melton
has completed to satisfaction
1cwtn .~~
Instructor
Analytic Advantage Incorporated
Washington State Patrol 6/12/20094:28:05 PM
Budget and Fiscal Services
Contracts Database
Amendment r
Amd Amount i"1-"::$2"'6"'2"::.0"'00~
Amd Status IComPlet~cI
Date document was sent to:
Word Processing
Attorney General •
Q
II ,I
I'
G\
'I
Personal Service Contr",_, Risk Assesment
Page 1 of4
CONTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
WSP Contract Number
BFS Contracts Specialist
A. PRE-CONTRACT PLANNING
1. Description of Services:
Cn m; "'" \ ::1A)-\< \L6wtE'- 61'-'~ 5 t-- \n &j A C ,
Decision I Comments
Funding
Funding source (account coding) and Amount 00\- 0\.1- - COd-.'71 tD~Ja
Has an authorized manager approved the
~Yes DNo
expenditure?
Type of appropriation (federal, state, other)
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties Ust System been ~Yes DNo
checked?
Public Resources
How have you assessed if other public resources are
available for this work? \}.J s<?...- \l)!1,5 \? c /-Ji)} CUlQ..~ \,u,le
• Agency resou rces ~ Yes [J No
• Other public (governmental) resources 129 Yes D No
Competitive Contracting
Has this work been performed/is performed by WSP
DYes 1)9.No
employees?
If yes, has the WSP Labor Attorney been contacted? DYes DNo NIp.
Has the WSP Labor Attorney given approval to
DYes DNo
proceed with the contract? ~1 J A
Ethics
Is contractor a current or former state employee? DYes ~No
• If current, does contractor require Ethics Board DYes DNo
approval? N)P,
• If former, provide last date of employment. 10IA
Payments
D Cost Reimbursement (Budget)
Have you determined the appropriate methodes) of ~ Time and materials (Hourly)
compensation and billing? Fixed Price
D Performance Based (valuation of
deliverables)
Personal Service Contrc._. Risk Assesment
Page 2 of4
. Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintained.
';t", C....fu..gC ! .Q. \ ~
. 3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor. \
\;U>,
Do you haife proof of advertisement (tear sheet and affidavit)? Il9 Yes D No
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is dynamic and
should be updated periodically throughout the term of the contract. Not required on contracts less
than $5.000.
Score on a scale of 1 - 5, with 1 representing the lowest risk.
If factor is not applicable, risk point =O. Unknown, risk point =5.
1"2 = Low Risk 3= Medium Risk 4-5 = High Risk
Personal Service Contra~, Risk Assesment
Page 3 of4
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= =
Lower Risk; Yes Higher Risk 01..
Contract dollar amount
=
$5,000 to <$25,000 Low Risk
=
>$25,000 to <$100,000 Medium Risk
=
>$100,000 HiQh Risk '-I
Complexity of services -:z,
Payment method (how complex is it?) What methodes) did you use? What
experience do you have with the methodes)?
o Cost Reimbursement (Budget) (score 3-5)
I3'l
Time and materials (Hourly) (score 3-5)
. Fixed Price (score 1-3))
o Performance Based (valuation of deliverables) (score 1-3) "3
Procurement method:
~Competitive (score 1 to 3)
o Sole Source (score 3 to 5) 1
2. Contractor Risk
Risk
Risk Factor I Points
Size and source of fundinQ .l..
Length of time in business Lf
Experience and past performance I
Accreditation and licensure (Is contractor subject to either and if so, do you have
proof?) I
Financial health and practices (is contractor's financial condition good or poor?) :3
Board of Directors (for Non-profits only - do they take an active role in the
organization?) -
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?) -
Organizational changes (is organization stable or does it have frequent turnover?)
Management structure and adequacy (Is organization centralized or decentralized
-
- how much control over decentralized functions?) \
LeQal actions (has there been any for the last 12 months? - if so, what?) 1
Background of individuals (do you have resumes?) 1
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contract.
1. Were contract and contractor risks assessed prior to entering into a contract?
ogiYes 0 No
2. Does the risk assessment form the basis of the monitoring plan?
'flYes 0 No
Personal Service Contra.. , Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
~Yes ONo
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A 133 audits)?
What, if any, audit coverage is necessary to
assure appropriate spendina of state funds?
Was a risk assessment completed to determine
whether an audit was needed?
Is corrective action necessary? Were
questioned costs resolved?
Are audit findinqs, if any, resolved?
to, fl-
ISSUE COMMENT
Any activities need follow-up?
All invoices have been received and paid?
F'ollow-up on audit findinqs needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
> Advanced Search Search Results for Parties > Public User's Manual
> Administration
> Email: hl1.QQQr.t@§'QJ.;;"QQY
> Upload Login
episcomments@~p§.gOY
https://www.ep1s.gov/ep1s/search.do 12/23/2008
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, January 12, 20093:16 PM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 11912009.
This e-mail is being sent because you were identified as the person to be contacted after a decision was made by OFM on
this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 39079-00
Agency: 225
Agency Contract #: C090554PSC
Filed Date: 11912009
Start Date: 1/15/2009
Filed By: Cindy Haider
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist with filing an amendment to the
contract in the PSCD system. If you have any questions or concerns about this filing, please contact OFM at
ofm.contracting@ofm.wa.gov or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of 1
I thought that I had incorporated the language under Reasonableness of Cost but will ensure for future filings.
This is the last of the filings that are associated to a recent RFOO.
('indy Haider
IPS}' C;ontrac;s
360-596-·f()7 I
Cindy haider@ws]2. wa. gov
"'-"-_. . ......•.................- .....•..•.......• - .............................................................................................
From: McMullen, Jan S. (OFM) [mailto:Jan.McMullen@OFM.wA.GOVl
Sent: Monday, January 12, 2009 10:25 AM
To: Haider, Cindy (WSP)
Subject: WSP Filings in PSCD
Importance: High
Does the following apply to all of your recent filings for criminal analyst services? (one James
Ward and three Doug Larm).
WSP considers this to be a convenience contract where the contractor provides services on an as-needed
basis and the dollar value referenced is a maximum amount available, because it cannot be known if the
total dollars will be used?
It would be appreicated if you would include this language, when applicable, in future filings.
As soon as I have your response to this e-mail, I will start to process your most recent filings.
Thank you. Jan
111212009
Haider. Cindy (W5P)
From: ofm.contracting@ofm.wa.gov
Sent: Friday, January 09, 2009 11 :28 AM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 1/9/2009 11 :28:00 AM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C090554PSC
Filed Date: 1/9/2009 11:28:00 AM
Start Date: 1/15/2009 Filed By: Cindy Haider
Please retain the Contract Reference Number listed above for any questions during processing and to access the filing in
the PSCD system prior to OFM decision. After decision has been made use the OFM Filing Number to access data in
PSCD. If you have any questions or concerns about this filing, please contact OFM at ofm.contracting@ofmwa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 10f3
Contractor Information
TIN 341706409
Legal Name James H. Ward
DBA Intelligence Acumen
UBI
Address 7008 258th St East, Graham, WA USA 98338
Contract Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at joint
federal, state and local law enforcement environments such as joint and regional
criminal intelligence centers.
Fund Source
Contract Dates
Contacts
http://contracts.ofin.wa.gov/PSCDlFiiing/PrintFiiingSummary.aspx?menuSeiect=mnuFiiing...1/9/2009
Page 2 of3
None Identified
Filing Justification
Specific Problem or Need
Identify and fully describe the specific problem, requirement or need which the contract is intended to
address and which makes the services necessary.
The Washington Joint Analytical Center (WAJAC) is housed at the Seattle Field Office of the Federal Bureau
of Investigations (FBI). WAJAC builds on existing intelligence efforts by local, regional, and federal agencies
by organizing and disseminating threat information and other intelligence efforts to law enforcement agencies,
first responders, and key decision makers throughout the state, allowing real-time, accurate, two-way How of
intelligence information. WAJAC participating agencies includes the FBI; US Immigration and Customs
Enforcement; the Washington National Guard; the Washington State Patrol; and several local law
enforcement agencies. The Contractor's criminal analyst services are critical to the efforts of WAJAC in an
effort to prevent terrorism.
Describe how the agency determined the services are critical or essential to agency responsibilities
or operations and/or whether the services are mandated or authorized by the Washington State
Legislature.
The services provided through this contract are essential for the implementation of the Washington State
Homeland Security Strategic Plan as published by the Washington State Military Department for the State of
Washington and approved by the Governor's office. This contract is funded through the federal Law
Enforcement Terrorism Prevention Program through the Military Department from the U.S. Department of
Homeland Security. WSP is contractually obligated to the federal government to provide these services.
These services are critical to WSP to fulfill their mission of "enhancing the safety and security of our state"
which includes sharing information with other local, state and federal law enforcement organizations. In light
of the Personal Service contract freeze, this contract is approved by Deputy Chief Paul S. Beckley.
Other Public Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available
WITHIN YOUR AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL,
STATE OR FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the
service more efficiently or more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees
from performing the service in the proposed contract.
Competitive Solicitation Process
Advertisement Information
Solicitation Notification
Number of SoliCited Documents: 6
Evaluation
Explain the basis on which the contractor was selected. Do not simply list the evaluation criteria or
the scores, but rather explain your analysis of why the contractor scored well in the evaluation
process or what differentiated this contractor from others.
The Contractor was initially selected for an interview based on the strength of their education, training, work
experience and proposed hourly rate. Final selection was based on the consensus of panel members from
the WAJAC as well as a written assignment.
Names of Firms Responding With Proposals.
Network Transport Engineering Nighthawk Analytical Dan K. Melton Michael R. Chamness Chad R. Melton
KSNK Enterprise Kristof Analysis & Investigation Services Intelligence Acumen Operational Applications Inc.
http://contracts.ofm.wa.gov/PSCD/Filing/PrintFilingSummary.aspx?menuSelect=rnnuFiling. .. 1/9/2009
Page 3 of3
Describe the evaluation process (e.g., evaluation committees scored the responses, .selection
committee made the award decision, etc).
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence
Unit and Washington Joint Analytical Center to score vendor education, training and work experience. Cost
points were awarded based on the proposed hourly rate versus the lowest hourly rate proposed for all
vendors. The highest scorers from the evaluation were interviewed by WSP and local jurisdictions
participating in the reg ional intelligence centers and the WAJAC where the proposed consultant team member
would work. The final selection was based on the outcome of these interviews and written assignment
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
The hourly rate is comparable to other contractors submitting proposals for these services. Work is assigned
by Task Orders on an as-needed basis. Contract references maximum amount available.
Attachments
JWard090554.doc - 153088kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
City (optional}
or Search by
(' UBI/Tax Registration Number
F;:eset 1 Help
RESULTS
1 to 1 of 1 results
GRt"l..HAM Open
Previous Next
Indirect Costs %
Sub I Revenue Code Percent!
Master Index Fund AI PI Project Object M~jor Major Sub TAR Code
Amount
GrQtJll Source Source
WAJ8 WAJ8 CE
-
001 01* 00271 100%
Prorate Leave to Contract: DYes DNo ____________ AFRS Code Assigned: DYes DNo
Overtim~Allowed. DYes ~. Overtime Only (On Day Off): DYes DNo
Contract Pays Only OfT Cost: es DNo Minimum Call Out Hours:
------,---1
Primary Org Code: Other Org Codes.
--
TypeflMceipt: DRevenue D Interagency Reimbursement D Recovery of Expenditure
Distribution: IZI Project Manager IZI Accountant IZIBudget Analyst IZI Other: Captain Braniff
300-365-522 (R 6/03)
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor shall provide criminal intelligence analyst services
during the time of the period of performance indicated above for
this Task Order. The local worksite for the Contractor during this
Task Order is the WAJAC .
. Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$37.50.
Printed Name
Page 1 of 1
Date 1/8/09
Washington State Patrol
LDS_'I_/_
Budget and Fiscal Servi~Contrapt Notification Form
D Billable over $10,000 D Billable under $10,000 ([8] PayabY D Other:
wSP Contract Number Other Contr . er NR Number
C090554PSC
Contract Start Date Contract End Date AFRS End Date
January 11/2009 September 30, 20i~
Contract Title CFDA No. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
JAMES WARD dba INTELLIGENCE ACUMEN
Contractor Contact Address
7008 258 TH ST EAST, GRAHAM WA 98338
Contractor Contact Name Contractor Contact Phone Contractor EI N/SSN
Mr. JAMES WARD 253-232-6378
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
Tanya Pierce
WSP Project Manager WSP Section/Division/Bureau BFS Budget Analyst Name
Lt. Randy Drake lAD Sue Aschenbrenner
Remarks: Requires seFarate task orders - do not encumber.
Indirect Costs %
Accounting Manager
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidentiallnformation"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the·Contractor Employee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washi ngton approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
6. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
. 5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WS P's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of ProviSions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property ofWSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C090554PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42. 17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building· PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-4000 • www.wsp.wa.gov
January 27,2009
Enclosed with this letter are two fully executed originals of the referenced agreement
and task order between you and the Washington State Patrol. Please keep these
originals for your records.
The Washington State Patrol contract tracking number are the agreement numbers
referenced above; please use these numbers on all correspondence regarding these
agreements. If you need further assistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 596-4071.
Sincerely,
o. C~~.~~
-f"1 Mr. Jeffrey R. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
-~---. --_,_~:-~_;,t1J!D
;l~,100,
INTERC' 'FICE COMMUNICAT~ N
Attached is a fully executed copy of the above-listed contract and task order between the
Washington State Patrol and Mr. James Ward, Intelligence Acumen. Funding for this contract
will be encumbered under separate task orders.
Please ensure that the WSP employee preparing payment documents for this contract has a copy
of this contract to ensure the payment documents are filled out correctly.
The Budget and Fiscal Services contract tracking number is the WSP Contract Number noted
above; please use this number on all correspondence and payment documents associated with this
contract. If you need further assistance, please contact Ms. Cindy Haider, Budget and Fiscal
Services, at Micro 12, ext. 11071.
c.&-,,-\ JRH:clh
} I Attachment
cc: Ms. Sue Aschenbrenner, Budget Section
Captain Tim Braniff, Investigative Assistance Division
Ms. Tanya Pierce, Accounts Payable Section
3000·323·001 (5/96) An internationally accredited agency providing professional law enforcement services
Budget and Fiscal Services
Contract Routing Face Sheet
o New
( ,') Period of ~ Amendment
Contract No. CogD5S<ff'5Q. Performance: I I ,,>10'1- q/:=o/oq o Recurring
Contract Title: Cr=!("<'-\!vuJ ;;Wis H'<¥Nce (>,,\yr:...4* .
Other Party: :)(1UnfS lVo.sc\ d 6.... ::;Cut-cll (~W (' • G\ CPm g!V
lEt Payable
o Receivable
Amount: d=I bel.., tti) 0 Other:
Comments:
Grants and Contract Manager:
Chief/Dg.flf1t17-{:~h
Budget and Fiscal Services
Contract Routing Face Sheet
IZI New
Period of D Amendment
Contract No. c..0'105sL{ e6~ Performance: 1110109 - q 1~loq D Recurring
ContractTitle: c- !c<'-i~ \ (t\)\g \\;8 Q),J( ~ Pnv-u IIp!
Other Party: <'!lAM"-! tm..u\.. db, j",±gJ\\i8wCf f\ Come!>.)
00 Payable
o Receivable
Amount: d:J; dM, cP) D Other:
Comments:
Grants and Contract Manager:
i
O~f----------
Management Services Bureau Director: __resef:=,L.I--....c1c.:.1-=-,(,Ll
Approved
Paul Beckley
Deputy Chief
Washington State Patrol
Service With Humility
360-596-4103
.....- - -..... - -
.. ........ ~- -
.... ...•- -
From: Lamoreaux, Marc (WSP)
Sent: Monday, December 22, 2008 4:28 PM
To: Beckley, Paul (WSP)
Cc: Maki, Bob (WSP); Hattell, Curt (WSP); Hugdahl, Jeff (WSP)
Subject: FW: WAJAC - Analysts
Since these are personal service contracts, not a request to hire FTEs the request needs to go through BFS to
solicit an exemption from OFM. To process this request from Captain Braniff, BFS needs your approval (As the
Acting Chief) to "approve the requested exemption and provide purchase approval."
Thanks/Marc
1114/2009
Page 2 of 5
Note: To ensure compliance with all administrative requirements and retention guidelines, please delete any e-
mails regarding OPS cases after your review. When responding to any e-mails regarding OPS cases please
delete the sent e-mail immediately.
Paul Beckley
Deputy Chief
Washington State Patrol
SerrJice With Humility
360-596-4103
Chief, I am walking into this movie when it is almost over. This looks like something that should
have your approval. Please let me know if this is something I can do or if it needs your
blessing. Thanks, Curt
Cpt,
AC approved it; however, we have all erased the email and Cindy Haider needs a copy in the file.
Lieutenant Randy Drake
Washington State Patrol
Intelligence Section I WAJAC
111412009
Page 3 of5
Geri out today I am hoping you can check or give your approval. Acting Captain Drake needs to get this process
moving and we just need the AC's approval forwarded to Jeff Hugdahl and Bob Maki to make it happen. These
are grant funded contract analysts who will work at the WAJAC. If you need any more info, just give me or Randy
a call.
Thanks, Traci
Randy: The Chief doesn't necessarily need to see the contracts. He just needs to approve the exemption
of them from the spending freeze and provide purchase approval ..
You can forward this to him and ask that he review/approve and forward to me/JeffHugdahl. We'll
take it from there.
Thx, Bob
Captain Braniff is on vacation for the remainder of the year. I have provided answers to the questions as per
Cindy Haide~s email found below. I do not have a copy of the contracts. Cindy, do you know if AC Ursino
has received these contracts?
1. Purpose
The Washington State Fusion Center (WSFC) is in the process of hiring a total of six intelligence analysts (1
Lead Analyst and 5 Intelligence Analysts). The Lead Analyst position has already been approved. These are
contractor positions. Background investigations will be required due to the nature and sensitivity of
information available to analysts.
Contractors will be paid with funds from the Department of Homeland Security's State Homeland Security
Grant. One million dollars has been allotted to fund these positions.
The project provides a critical component (intelligence analysts) to Washington State's Statewide
Integrated Intelligence System Plan (SWIIS). The spirit and intent of the SWlIS is to protect the citizens of
Washington State by providing an intelligence capability focused on terrorism prevention .
No.
1/14/2009
Page 4 of5
Federal funds are available to fund the hiring of these contractors. An investment justification submitted to
the Department of Homeland Security specifies that these funds will be used to fund intelligence analysts.
• Meet a mission-critical information technology requirement without which a system can fail, a project will
encounter costly delays, or key deadlines are missed and penalties are incurred?
The WSFC enhancement project is dependent upon the acquisition of intelligence analysts and
continuation of the contracting process including background investigations on successful proposers.
If not approved, the WSP will not be able to successfully secure the services of the above-described
proposers and will not be in compliance with the WSP's own contractor proposal requirements.
Captain Braniff,
The chosen candidates for the Criminal Intelligence Analysts to be located at WAJAC with the effective dates of
January 15, 2009 through September 30, 2012 are the following:
Due to the recent spending freeze please pass these pending personal services agreements to Assistant Chief
Ursino for his approval. If he approves these contracts he needs to forward to either Jeff Hugdahl or Bob Maki for
DC Beckley's approval. They will need the following questions answered:
1. Purpose
2. Fund Source and Amount
3. Does the purchase ....
• Prevent material loss or damage to property, bodily injury, or loss of life?
• Stem from court orders or are required under the law?
• Secure the receipt of federal or other funds as required by a grant?
• Meet a mission-critical information technology requirement without which a system can fail, a
project will encounter costly delays, or key deadlines are missed and penalties are incurred?
4. What will happen if the purchase is not approved? .
Once approval through the chain of command has been received the contract can be then be processed and
routed for signature as well as the approval may be needed by HRD to complete the background check.
1/14/2009
Page 5 of5
Thank-you,
Cindy Haider
FVSP ('on!ra us
361!-596-..f07 J
cindy. haider@wsp. wa. gQJI
1114/2009
Page 1 oD
He isn't an employee so there aren't any options for a performance and rate review_
(sorry)
Ci/1dy Haider
WSP Contracts
360-596-4071
fllJ_cjyJ1J1N~!I~I!'{!;Qwa.qal!
What would the correct language be here? An increase wasn't in his bid ... could we do it after a year anyway? I
don't know_
Lieutenant Randy Drake
Washington State Patrol
Organized Crime Intelligence Unit
Washington State Fusion Center
How are you doing? I wanted to talk over the phone, but was unable to reach you the last
two days. I'm sure you've been busy. No big deal.
Before I sent out the signed contracts, I wanted to inquire if there are still possibilities for pay
increases based on good performance? IU never know unless I ask right?
If so, then after maybe four month, say May 29 th 2009, could we have a performance and
rate review? By that time we both should have a good idea of how everything is working out,
and then 111 perhaps plan to relocate a little closer.
111412009
Page 2 of3
Sincerely,
James H. Ward
Cell: 253-232-6378
E-mail:
Mailing Address: 7008 258th St. East, Graham, WA 98338
I doubt she'll get them out this week given the holiday right in the middle of everything. Thanks for the
questionnaire. I have passed it on to the Human Resources people.
Lt. Drake,
Here is everything signed and ready for review. Is Cindy sending out the contract this week
for me to sign?
Sincerely,
James H. Ward
Cell: 253-232-6378
E-mail: J
Mailing Address: 7008 258th St. East, Graham, WA 98338
1114/2009
Page 3 of 3
Lt. Drake,
In order to provide the best and most air tight background form I am attempting to acquire
more addresses and phone numbers from some of my past supervisors that I have lost
contact with as well as a landlord back in the United Kingdom; it's especially hard to track
down some of these old military guys since they move around so much.
I have provided 4 of the 5 previous landlords that are possible and 3 of the 4
supervisors/superiors I've worked for that can potentially be reached and provide feedback.
If I can't get a hold of them by Monday would you like me to send it to you regardless before
Monday COB?
Sincerely,
James H. Ward
Cell:
E-mail:
Mailing Address: 7008 258th St. East, Graham, WA 98338
James,
Congratulations and welcome to the team. We are extremely excited about working with you
taking the Fusion Center to the next level.
Please complete the attached Background Questionnaire and return it to me. This will be
used for the WSP background investigation. The process will begin once the form is returned.
1114/2009
WASHINGTON STATE PATROL
PERSONAL SERVICE CONTRACT
Criminal Intelligence Analyst Services
I and the identified below, and is
governed by chapter 39.29 RCW.
CONTRACTOR NAME
H. Ward Intelligence men
I Employer Identification Number
Address
WSP Investigative Assistance Division
PO Box 2347 WA 98507-2347
704-2973
WSP Administrative Contact Address
PO Box 42602
WA 98504-2602
Contract Amount
ACHMENTS. When the boxes below are marked with an X, the following Exhi i are attached to and incorporated
into this Contract by reference:
181 Exhibit A, Statement of Work.
181 Exhibit B, General Terms and Conditions
Additional Exhibits as I Exhibit Contractor Nondisclosure
Contract, including the attached Terms and Conditions and any other documents by reference,
contains all of the terms and conditions agreed upon by the parties. No other understandings or representations, oral or
otherwise, the subject matter of this Contract shall be deemed to exist or bind the parties. The parties signing
have have i this
Date
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid proVision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibiUhe Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property ofWSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C090553PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, teleptlOne numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
Date
Cindy,
Here are my updated rates without the range-estimate that was in the original bid.
Lead:
Hourly
$40.50 $42.12 $43.80 $45.56
Rate
Analyst:
I look forward to hearing from you soon. Thanks again for the opportunity to compete for
these Intel positions.
Sincerely,
James H. Ward
Cell: 253-232-6378
Mailing Address: 7008 258th St. East Graham, WA 98338
Home E-mail:
Work E-mail: JWard@Ta.iJ()JedSolutions.ne!
Mr. Ward,
I need clarification on the quotation given for proposed hourly rate. You have provided the attached but it doesn't
state one rate per year. Please provide a new chart:
Identify the hourly reimbursement rate for proposed Consultant Team Members for services
through September 30, 2009; and each of the three optional years of a contract resulting from this
11712009
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor shall provide criminal intelligence analyst services
during the time of the period of performance indicated above for
this Task Order. The local worksite for the Contractor during this
Task Order is the WAJAC.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$37.50.
Printed Name
Page 1 of 1
Page 1 of 1
('indy Naider
FVS'}' Con/racls
3 6i1-596-4(r 1
Cindy. haider@wsp. wa. gov
Hello James,
Yesterday I mailed the envelope containing your contract and task order and as much as I double checked my
"crossing my t's and dotting my i's" I inadvertently put the wrong Start Date.
I have attached the corrected contract and task order and would appreciate if you would print out two pages of the
first page of the contract and two each of the task order. The first page of the contract will replace the incorrect
page on the contract you will be receiving.
Please let me know if you have any questions and sorry for any inconvenience
Hope you are doing well in this continuing Washington winter weather.
Take care,
Cindy Haider
WSl' COiU/'iJcts
360-596-407 J
cindy.haider@ws~
1/912009
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-4000 • www.wsp.wa.gov
January 8, 2009
Enclosed are two sets of the referenced agreement and task order between you and the
Washington State Patrol. Once you have signed these originals, please return all
originals to the following:
One fully executed original of each will be returned to you for your records. The
Washington State Patrol contract tracking number is referenced above; please use this
number on all correspondence regarding this agreement. If you need further
assistance, please contact Ms. Haider at (360) 596-4071.
Sincerely,
c~dl~~
f'Mr. Jeffrey~. Hugdahl
Budget and Fiscal Services
Description of Service: The Contractor shall provide criminal intelligence analyst services
during the time of the period of performance indicated above for
this Task Order. The local worksite for the Contractor during this
Task Order is the WAJAC.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$37.50.
Printed Name
Page 1 of 1
WSP Contract No.
WASHINGTON STATE PATROL
C090554PSC
PERSONAL SERVICE CONTRACT
Other Contract No.
Criminal Intelligence Analyst Services
This Contract is between the State of Washington, Washington State Patrol and the Contractor identified below, and is
governed by chapter 39.29 RCW.
CONTRACTOR NAME Contractor Doing Business As (DBA)
James H. Ward Intelligence Acumen
Contractor Address Contractor Federal Employer Identification Nu~ber
th
7008 258 St East
Graham WA 98338
Contact Name Contact Telephone
Mr. James Ward 253-232-6378
Contact Fax Contact E-mail Address
.
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must maintain a federal Top Secret level security clearance.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
5. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the-Contractor Employee(s) under this Contract.
Contractor Employee Initial- 9/30/09 10/1/09 - 9130/10 10/1/10 - 9130/11 10/1/11 - 9130/12
James Ward $37.50 $39.00 $40.56 $42.18
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
6. Insurance Requirements.
a. Worker's Comoensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or SUbstitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
be
section of this Contract or as a result of this Contract in any way, the prevailing party shall awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential. to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim ariSing out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise speCified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) SUbstantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
Mr. Ward,
Congratulations; you have been selected as an Apparent Successful Proposer for this procurement. The Start
Date for this contract will be January 15, 2009. Two original contracts and Task Order No.1 will be mailed out to
you for signature within the next two weeks. Please sign both sets and mail both sets back to my attention at the
address listed on the cover letter that will be enclosed.
12/2212008
No. Compa ny TIN UBI POC Title POC First POC Last Addres s City
State Zip Phone Fax
1 Network Transport Engine, 602580868 Mr. Micheal Dorsey
E~mail Tm Title Tm First Tm Last.
3300 NE l' Ridgefield WA 98642 (425) 531-2735 (503)786-3167
2 Nighthawk Analytical 602117883 Mr. Harry Hansen Mr. Nicholas Jones
27306 SE i Sammami, WA 98075 (206) 940-0235
3 Dan K. Melton 602559115 Mr. Dan Melton nighthawkanal\1ical@ Mr. Harry Hansen
4 Michael R. Chamness 563 602111069 Mr. Michael Chamness 8280 NE B Bainbridge WA rMr. Dan Melton
5 Chad R. Melton 98110 (360) 551-2183 mchamnes@leo.gov Mr.:
7 602558289 Mr. Chad Melton Michael Chamness
6 KSNK Enterprise 20-0674694 602373741 Mr. Kenneth Crow Mr. Chad Melton
PO Box 77 Issaquah WA 98027 (425) 837-0229 (425)837-0229 kcrow@ais-seattle.ccMr.
7 Kristof Analysis & Investig, . 602877420 Mr. John Kristof Ken Crow
7326 46th, Seattle WA 98115 (206) 262-2382 (206) 473-8736 jkristof@leo.gov
8 Intelligence Acumen Mr. James Ward Ms. John Kristof
7008 258tr Graham WA 98338 (253) 232-6378
9 Centra Technology Inc. 52-1405642 Ms. Eileen O'Sullivan 25 Burlingt Burlington MA (Mr. James Ward
1803 (781) 272-7892 (781) 272-7883 osullivane@centram'Ms.
9c Centra Technology Inc. Amy Kanawi
9d Centra Technology Inc. Ms. Olivia Goodman
ge Centra Technology Inc. Mr. Nathan Miller
9f Centra Technology Inc. Mr. Michael Steinberg
9g Centra Technology Inc. Mr. Evan Waidley
Ms. Victoria Allen
10a Operational Applications 602632122 Mr. Doug Larm 4227 Soult Puyallup WA 98374 (253) 226-9564
10b Operational Applications doug.larm@oQeratiorMr. Dennis Gerber
10c Operational Applications Ms. Sara Lacy
10d Operational Applications Ms. Kathleen Almquist
10e Operational Applications Ms. Kia Graham
11 The Confluence Group Inc 20-4527781 602589963 Mr. Luis Vega Ms. Neoma Skye
2829 Ruck Everett WA 98201 (425) 212-3500 (425)212-3535 Ivega@confluenceca,Mr.
11a The Confluence Group Inc David Malinowski
11b The Confluence Group Inc Mr. Brinkley Harrell
11c The Confluence Group Inc Mr. Bob Korter
11d The Confluence Group Inc Mr. Francisco .olivarez
11e The Confluence Group Inc Mr. Carlos Alvarez
Ms. Alice Switzer
LEADS
No. Compa ny TIN UBI POC Title POC First POC Last Addres s City State Zip Phone
1 Network Transport Engine, 602580868 Mr. Fax ERmail Tm Title Tm First Tm Last
Micheal Dorsey 3300 NE 1. Ridgefield WA
8 Intelligence Acumen 98642 (425) 531-2735 (503)786-3167 Mr.
Mr. James Ward 7008 258tr Graham Nicholas Jones
9 Centra Technology Inc. WA 98338 (253) 232-6378
52-1405842 Ms. Eileen O'Sullivan 25 Burlingt Burlington Mr. James Ward
MA 1803 (781) 272-7892 (781) 272-7883 osulJivane@centram'Ms.
9a Centra Technology Inc. Amy Kanawi
9b Centra Technology Inc. Mr. Steve Mazel
10 Operational Applications 602632122 Mr. Doug Mr. Scott Whippo
Lamn 4227 Soult Puyallup WA 98374 (253) 226-9564 doug.larm@operatiorMr. Bill Evans
...
Responsive Rate 1 Rate 2 Rate 3 Rate 4 Avg Cost Pts (' Eval 1 Eval2 Eval3 Quest Rav Quest (70 Ref 1
Yes Ref2
$44.00 $44.00 $44,20 $44.20 $44.10 13.54 8.00
Yes 8.00 8.00 8,00 56.00 45.00 50.00
$50,00 $50.00 $50.00 $50,00 $50.00 11.94 5.00
Yes 5.00 5.00 5,00 35.00 38.00 40.00
$50.00 $50.00 $50,00 $50.00 $50.00 11.94 5,00
Yes 5.00 5.00 5.00 35.00 0.00 0.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 6.00
Yes 6.00 6.00 6.00 42.00 41.00 47.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 7.00
Yes 7.00 7.00 7.00 49.00 47.00 42.00
$50.00 $50.00 $50.00 $50.00 $50.00 11.94 5.00
.Yes $50.00 $50.00 $50.00
5.00 5.00 5.00 35.00 44.00 44.00
$50.00 $50.00 11,94 6.00 6,00 7,00 .6,33
Yes $37.50 44.33 44.00 45.00
$39.00 $40.56 $42.18 $39.81 15.00 7.00 7.00
Yes WITHDREW 7.00 7.00 49.00 50.00 50.00
$48,34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes WITHDREW $48.34 $50.76 $53.30 $55.97 $52.09 11.46
Yes $50.00 $52.00 $54.00 $56.00 $53.00 11.27 5.00 5.00 5.00 5.00 35.00
Yes $50.00 $52.00 47.00 47.00
$54.00 $56.00 $53.00 11.27 8.00 8.00 7.00
Yes 7.67 53.67 50.00 0.00
$48.00 $50.00 $52.00 $54.00 $51.00 11.71 6.00
Yes 6.00 6.00 6.00 42.00 50.00 46.00
$48.00 $50.00 $52.00 $54.00 $51.00 11.71 7.00
Yes 7.00 7.00 7.00 49.00 50.00 46.00
$50.00 $52.00 $54.00 $56.00 $53.00 11.27 7.00
No 7.00 8.00 7.33 51.33 0.00 43.00
No
No
No
No
No
•
• Assessment:
o Motive for the murder may be related to intimidation of wavering loyalty
among MS-13 members. Zero tolerance for leaving.
o Both Mr. Torres and Mr. Cabrera fit the profile of a MS-13 member as
described below (between age 13-30).
o Since they have provided further information about five other individuals,
they are at risk of retaliation from MS-13.
o MS-13 in local area may conceal appearance once they are aware of police
• Instead of 13 they will wear 67 or 76
• Possible COA
o Prevention: Better assist in integrating EI Salvadorian immigrants into
population (main cause for the gang origin was segregation)
o Reaction: Continue to police areas where MS-13 involvement exists
SITUATION REPORT
• Location: Park Rd. Hillside Ave, Charlotte, NC 28209
o July 25 th 2006 Police called to murder scene at Hillside Ave
o 2 Salvadorans were apprehended
• Javier Torres and
• DOB 3/21/85
• Male
• H 5'9"
• Weight 165lbs
• Hair: Brn
• EyeBrn
• MS-13 Tattoos on chest and back
• Alfonso Cabrera
• DOB 8/7/86
• Sex: M
• 5'8", weight 170lbs
• Hair Brn, Eyes Brn.
• MS-13 Tattoos on legs
• reside illegally in US attempting to flee on foot
o Suspects bragged about the murder
o Involved with Mara Salvatrucha (MS-13) organization
o New group formed in Duplin county
o They provided info on five other members:
• David Espinosa,
• Franco Hernandez,
• John Salamone,
• Herbert Cochran,
• Edward Allegro
o The two suspects were here 2 months ago casing area planning for murder
MS-13 OVERVIEW
Mara Salvatrucha or MS-13
• Risk to Public
o Murder, assaults, rape
o Recruits aggressively among school-age Latino youth
o Protection at prostitution houses, car theft, and property crimes
• Membership
o Dominantly El Salvadoran but includes Latino members from Central
America
o Recrutis school age youth in Latino communities
o Hang around high schools and lure prospects with "skip parties"
o Skip parties offer sex, alcohol, and drugs
o Hard to leave gang (unless starting a family)
o Typical member: 13-30yrs old and typically male
o Initiation via "jumped in" (group beating), duration is 13 seconds
o Females are "sexed" in with multiple members of the gang
• Size
o Loosely organized
o Vary 10-500 members
o 20-25 average gang size in Maryland
o Leadership visit multiple clique organization meetings to network
• Identification
o Adapt to police
• Stop wearing blue and white
• Instead of 13 they will wear 67 or 76
o Tattoos, clothing, graffiti, and hand signs
o Tattoo size indicates involvement
o Number 13 in Arabic numerals or roman numerals MSXIII
o Blue bandana sometimes black
o Worn around wrist, neck, forehead, pocket
o Wear sports clothing with 13,23, or 3 displayed
o Favorites (Allen Iverson and Kurt Wamer) 3 and 13
o Nike Air Jordan hats
o NY Yankees apparel
o Graffiti MS-13 territory
o Hand signs: devil's horns or gang's initials
o Call one another "southerner" abbreviated SUR
o Wear blue and while colors taken from national flag ofEI Salvador
• Overview
o Arrived as a result of civil ward in Salvador
o Objective to protect fellow members
o Considered outcasts in LA Latino communities
o 8,000 members total
o 27 states in and in District of Columbia and El Salvador
• Operations
o Smuggling
o Selling illegal drugs
o Provide protection for home-invasion robberies
o Weapons smuggling
o Car jacking
o Extortion
o Murder
o Rape
o Intimidation
o Illegal firearm sales
o Aggravated assault
o Grand theft (auto theft)
• Weapons
o Machetes
o Handguns
o Assault weapons
o Knives
o Baseball bats
• Significant Locations
o Montgomery and Prince George's counties
o Langley Park
o Takoma Park
o Howard County-auto theft
• Graffiti areas
o Baltimore City
o Baltimore
o Carroll county
o Frederick
o Harford
o WA counties
• Meeting Areas (Counties)
o Charles
o Calvert
o St. Mary's
o Wicomico
o Worcester
• Problem Areas
o Prince George's County
• Langley Park
• Assaults
• Murders
• Rapes
• Extortion
• Prostitution rings
• Thefts from autos
o Montgomery County
• Silver Spring
• Wheaton
• Rockville
• Gaithersburg
• Assults
• Rapes
• Homicides
• Allies and Rivals
o Biggest rivals 18th St Gang
o South Side Locos (SSL)
o Street Thug Criminals (STC)
o STC constantly fight MS-13
CURRENT ISSUE
• Murder in Nassau County N.Y.
• MS-13 involvement
• Purpose: intimidate unfaithful members
• Territory expanding to Long Island
• Further organization efforts on East coast
• Leadership coming from California and El Salvador
• Gang activity and migration is spreading to suburban areas
• Arrested 16 leaders in Nasau County
• Hard to crack down because of zero tolerance policy for abandoning gang
• New turf in Maryland communities
• Estimating 5,000-6,000 MS-13 members in the metropolitan area
/"
12/15/08
12:31pm
Applicant asked about questions from interview process and what he can improve for the
next interview. Lt. Drake used one in particular as an example to point out that Mr. Ward
needed to provide further details and in depth experience. Over all Mr. Ward did a great
job. He is looking forward to the Criminal Analyst position interview scheduled for this
Wednesday.
3.3 Debriefing of Unsuccessful Proposers. Upon request, a debriefing conference will be
scheduled with an unsuccessful Proposer. The request for a debriefing conference must be
received by the RFQQ Coordinator within three (3) business days after the Notification of
Unsuccessful Consultant letter is faxed/e-mailed to the Consultant. The debriefing must be held
within three (3) business days of the request. Discussion will be limited to a critique of the
requesting Consultant's proposal. Comparisons between proposals or evaluations of the other
proposals will not be allowed. Debriefing conferences may be conducted in person or on the
telephone and will be scheduled for a maximum of one hour.
3.4 Protest Procedure. This procedure is available to Consultants who submitted a response to this
solicitation document and who have participated in a debriefing conference. Upon completing the
debriefing conference, the Consultant is allowed five (5) business days to file a protest of the
acquisition with the WSP Budget and Fiscal Services Administrator at the address below:
Consultants protesting this procurement shall follow the procedures described below. Protests
that do not follow these procedures shall not be considered. This protest procedure constitutes
the sole administrative remedy available to ConSUltants under this procurement.
All protests must be in writing and signed by the protesting party. The protest must state the
grounds for the protest with specific facts and complete statements of the action(s) being
protested. A description of the relief or corrective action being requested should also be included.
All protests shall be addressed to the WSP Budget and Fiscal Services Administrator. Only
protests stipulating an issue of fact concerning the following subjects shall be considered:
Protests not based on procedural matters will not be considered. Protests will be rejected as
without merit if they address issues such as: 1) an evaluator's professional judgment on the
quality of a proposal, or 2) WSP's assessment of its own and/or other agencies needs or
requirements.
Upon receipt of a protest, a protest review will be held by WSP. The Chief of WSP or an
employee delegated by the Chief of WSP who was not involved in the procurement will consider
the record and all available facts and issue a decision within five business days of receipt of the
protest. If additional time is required, the protesting party will be notified of the delay. In the event
a protest may affect the interest of another Consultant which submitted a proposal, such
Consultant will be given an opportunity to submit its views and any relevant information on the
protest to theWSP Budget and Fiscal Services Administrator.
Sincerely,
James H. Ward
Phone: 253-232-6378
Mailing Address: 7008 258th St. East Graham, WA 98338
Home E-mail:
Actually how does 12:30pm on Monday. December 14th sound? Please confirm your cell phone number-
thanks.
Cindy Ilcdder
j-f/SI' COYliJ'w.:I,\
36!i-596-4!P j
cind)!JJaider(@,wsp.J1l£LgQ}I
Mr. Ward - We hope to schedule the conference call on Monday or Tuesday of next week. I w,jl cali you on
Monday morning to confirm a good time.
Cindy f[oil}Ci
H',\P <. '(in/rm'/.'
36{}~59n-·.,t(;:-: I
cindy. haider@wsp.wa.gQl'
Sorry for the delay, I have been out of the office. I will arrange a conference call time with Lt. Drake and get back
12/15/2008
Page 20f2
Cindy Iiaider
IrSI' RFQQ Coordinafor
cindy. haider@wsp. wa. gov
Cindy,
Sincerely,
James H. Ward
Cell: 253-232-6378
Mailing Address: 7008 258th St. East Graham, WA 98338
Home E-mail:
Work E-mail: IWard@IailoredSo1utiogs.net
Mr. Ward,
We appreciate the time and effort you provided in developing and submitting a response to the RFQQ for the
Lead Criminal Intelligence Analyst, however, another proposer was named the Apparent Successful Proposer for
this Lead position. You have been or will be contacted for an interview for the Criminal Intelligence Analyst.
If you would like a debriefing on your proposal in regards to the Lead Criminal Intelligence Analyst, please contact
me bye-mail no later than 4:30p.m. PST on December 9, 2008. As stated in the RFQQ.
I can be reached via e-mail at cin..Qj(.haider@wsp.wa.gov. Please let me know if you have any questions
concerning this· message.
('indy HaidO'
IV:;!' RFQQ Courdinator
cindy>haidcr:it~1VSp. WL/,gOF
12/15/2008
Page 1 of 1
Mr. Ward,
We appreciate the time and effort you provided in developing and submitting a response to the RFQQ for the
Lead Criminal Intelligence Analyst, however, another proposer was named the Apparent Successful Proposer for
this Lead position. You have been or will be contacted for an interview for the Criminal Intelligence Analyst.
If you would like a debriefing on your proposal in regards to the Lead Criminal Intelligence Analyst, please contact
me bye-mail no later than 4:30p.m. PST on December 9,2008. As stated in the RFQQ.
I can be reached via e-mail at cindy.haider~wa.gov. Please let me know if you have any questions
concerning this message.
Ow!\, Haider
IV<"!, RFQQ C'oordinalor
cj;u~v_Ju)ider@}wsp. H-'Ll.gUF
12/4/2008
A REFERENCE CHECK FORM
~es U)osd,
Vendor Name :fay~&.f{\)Ce..- ~!J'Q N Vendor Number L
Evaluator Name 0-.,...6 rovk.-
CONFLICT OF INTEREST AND CONFIDENTIALITY STATEMENT
To ensure a fair procurement process and to guard against protest by unsuccessful proposers, I
have carefully evaluated my position with regard to possible conflict of interest. I certify that I
am not aware of any issue that would reduce my ability to participate on the evaluation team in
an unbiased and objective matter, or which would place me in a position of real or apparent
conflict of interest between my responsibilities as a member of the evaluation team and other
interests. In making this certification, I have considered all financial interests and employment
arrangements (past, present or under consideration).
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
=
3 The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. I --:r0-rrve...~ Wa.; d.
for ----~~~~~--~~----------------
__Ov-=---\_"'_~_"'k--,-_vV-=------,c..,"""",~{\''-'--f\.."",o..~J,-,-'1-''T-___
Reference Name _.o..N\.
10
Score: _____
7. Attitude of proposed Analyst (friendly, adversarial, etc.)
Signature --v-t2L~fJt----'----'-ilJ....rL-U--
__ Date /I-{'I-OS
Please provide a raw score of 0-10 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
10 = The reference indicates that the proposed Analyst provided a new and revolutionary
approach that resulted in a great deal of efficiencies while providing an exceptional product.
7 = The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
~ = The referenc.e indicates the proposed Analyst partially met its contractual requirements.
=
1 The reference indicates the proposed Analyst met very few of its contractual requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
o = The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. Z for __ J-""..=.o...;:.,~~:::,s",,-_W=-=:...o..r=...!J~________
Reference Name _c..~e~t-_~Q.,.;=~---'.~-=.!....:.,-,-~=_.....!j'i\~e\.::...:..::..M-=->-e("-=..:.-=So=-,-,n
Point of Contact Name _ _ _ _ _ _ _ _ __ Phone: 255 - qBt. -I..jSBS-
1. company? 004.-. \
C.
2. -J!'Jhy did they choose the prqR,osed Analyst? (\~ $core: /0
\--'os;~tv~ f:\'5.Q{\, \-r~r ":U:_:\'''-I7 cJ-....... ~ I'\.. ~, AI L()
3. / / Score: 10
-e.c..t--h'vt'l
7. 'tude qf proposed An
0".::. t '\--'V.e- •
CID)
~k ll~ bac.L .'\1\. ~ W-1ed-
;\ REFERENCE CHECK FORM
<.l~~
l\Ju;-J,
Vendor Name :t...teJL(f .Nee. & umeN Vendor Number L
Evaluator Name f?o.,..J'1 Uo.- \«--
CONFLICT OF INTEREST AND CONFIDENTIALITY STATEMENT
To ensure a fair procurement process and to guard against protest by unsuccessful proposers, I
have carefully evaluated my position with regard to possible conflict of interest. I certify that I
am not aware of any issue that would reduce my ability to participate on the evaluation team in
an unbiased and objective matter, or which would place me in a position of real or apparent
conflict of interest between my responsibilities as a member of the evaluation team and other
interests. In making this certification, I have considered all financial interests and employment
arrangements (past, present or under consideration).
Please provide a raw score of 0-10 based on the reference's response to each of the following
questions. Cost will be scored by the WSP Contracts Manager. Generally, you should score
responses according to the following scale:
=
10 The reference indicates that the proposed Analyst provided a new and revolutionary
.approachthat resulted in a great deal of efficiencies while providing an exceptional product.
=
7 The reference indicates the proposed Analyst used sound methods to provide a better than
average product.
5 = The reference indicates that the proposed Analyst met its contractual requirements.
3 = The reference indicates the proposed Analyst partially met its contractual requirements.
1 = The reference indicates the proposed Analyst met very few of its contractuai requirements.
o = The reference indicates the proposed Analyst did not meet any of its contractual
requirements.
OR
10 = The work performed by the proposed Analyst is the same work proposed for WSP
7 = The work performed by the proposed Analyst for the reference is fully relative to the work
proposed for WSP.
5 = The work performed by the proposed Analyst has some relevance for the work proposed for
WSP.
3 = The work performed by the proposed Analyst has minimal relevance towards the work
proposed by WSP.
=
o The work performed by the proposed Analyst has no relevance towards the work proposed
byWSP.
Reference Check No. 3 for J~~ (~C4rJ..
Reference Name Ge.orj e So..ro....+5 is.
Point of Contact Name _ _ _ _ _ _ _ _ __ Phone: ;?Sl- q82..~ Y~B8
1.
3. $core: \0
-.v-e..... "\-0
6.
A~ chedules and deadlines Score: -g
7. Score: '1
, :/..
/9,-,
..J
Vendor Name :kke~ \ i~ Q Nt e. f\ C.uffiW Vendor Number1
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
A If you are submitting a proposal for Criminal I ntelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
Signature '
/--;7
~"
=---::::= -,",,---- ' Date __
I_I/_/_f_ft._o_,_ _
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire, Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ,
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
/
1SlYes 0 No
Do the certificates of completion/proof of training match the claimed experience?
~es ONo
A. If you are submitting a proposal for Criminal I ntelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
cf
Criminal Intelligence Analyst Lead Services Team Member Qualifications/Experience
Raw Score (1-10)
Notes:
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'.
A. If you are submitting a proposal for Criminal I ntelligence Analyst-Lead Services, identify
Consultant Team Member(s) who will provide services under the potential contract, indicating the
responsibilities and qualifications of such personnel. In particular please provide information on
proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Specialized intelligence analysis training
• Ability to use Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'
It is my pleasure to recommend Mr. James Ward for a position within your organization. James worked for
me while in the US Air Force. He was an all-source intelligence analyst within our Air Force Special
Operations Group. During his time. working for me he served in many capacities: briefing commanders,
training software applications, as a first line supervisor, and countless other duties.
I relied on James to train my new troops and further the training of my older analysts. He built a training
program for our primary aviation'planning software suite. James was able to show how to overlay multiple
data streams to build a coherent analytical tool that our analysts and crews could use in training and while
flying combat missions in Southwest Asia. To do this he had to use multiple software applications and
intranets to build his coursework. We still use his lessons as our benchmark for computer based training.
James also took on the challenge to organize a three day Africa course for our Group as a whole. He was
able to fmd a college professor to teach the course. James then coordinated across our Air Force Base to
arrange facilities, video taping services, attendance from mUltiple organizations, etc. In three days James
was able to get over 40 people the equivalent of approximately 2 credit hours of undergraduate training on
our Group's primary area of responsibility. The course was a huge success and he was personally thanked
by our group commander for his efforts.
James was one of my front line supervisors who were responsible for every aspect of his young troops
work. He trained them up to be combat mission ready and pushed them to excel. He was very successful,
and as a result many of his troops won awards across our squadron. James was also able to deal with my
most difficult troop. The young man ran into trouble with the authorities. James' maturity and
professionalism helped tremendously as I had to separate James' young charge from the military.
James is the total package: technical skills, analytical ability, academic interest, managerial and people
skills. I relied heavily on James for my organization to complete our highly classified and worldwide
mission. James was able to meet every challenge that I handed him. For me the bottom line is that if I
owned my own business I'd hire James, because he makes great things happen.
If you would like to contact me to further discuss James's qualifications and capabilities please contact me
at craig.miller@mildenhall.af.mil. If you would prefer to talk viaj'hone please e-mail me and we can set
up a time to talk. I'm currently deployed to Cyprus with the 352" and phone contact is difficult, but needs
to be arraigned ahead of time.
//Signed//
CRAIG S. MILLER, Maj, USAF
3520SS/A2
DEPARTMENT OF THE AIR FORCE
HEADQUARTERS 3520 SPECIAL OPERATIONS GROUP (AFSOC)
APOAE 09459
Douglas E. Strouth
PSC 37 BOX 3741
APOAE 09459
The purpose of this letter is to recommend James H. Ward for employment. I worked with James
for three years while he was assigned to the 352d Special Operations Group. He always displayed a
high degree of integrity, responsibility, and professionalism and is definitely a leader rather than a
follower.
James possesses excellent office and administrative skills necessary to administer a project, while
motivating his co-workers to excel. The intelligence he developed using multiple classified
networks for five unit commanders and over 1,000 personnel was accurate, concise, and delivered
ahead of schedule. His good judgment and mature outlook ensured practical solutions to complex
problems; in just one example saving over $5,000 in operational funds.
A unique individual with a positive attitude, he smoothly executed such diverse responsibilities as
writing employee performance reports; tracking deployment expenses; training new analysts; and
managing equipment inventories with almost no oversight or direction necessary. He was
recognized for demonstrated superior performance that ensured successful accomplishment of
Special Operations missions on two continents. James would be an asset to any organization, and I
am happy to give him my wholehearted endorsement.
Sincerely,
I have had the distinct pleasure of knowing James Ward for over two years. James and I served
in the USAF together while we were assigned to the 352 Special Operations Group at RAF
Mildenhall, United Kingdom. When James worked for me he was responsible for briefing the
Group Commander on the Current Intelligence within the European and African Areas of
Responsibilities. Additionally, he was responsible for ensuring intelligence information flowed
to our subordinate units utilizing various intelligence and telecommunication systems.
As James' supervisor I had first hand experience witnessing almost all of his distinct skills. By
far he was the best briefer that I have seen. His ability to capture a room's attention when giving
a brief is mesmerizing. This was confirmed by our commanders and other supervisors. The
commanders would praise his briefing skills and performance over and over again. Furthermore,
I saw the sacrifices he made and diligent work that he put in leading up to the briefs. He would
come in at 430 in the morning to update the brief and make sure the commander had the most
current intelligence. Another example of James' dedication: when James got to the unit, he
found that no one really had a good way to convey the important topics of Africa to the new
personnel. Additionally, he realized he didn't understand Africa as well as he needed to for the
job. James went out and meticulously researched, crafted and edited a presentation on the
important and significant parts of Africa. Not only did he research this information so he could
learn, he then made sure to prepare and present it in a format that others could learn from. This
presentation is so good that it is still being used even after he has left the unit to educate dozens
of new personnel.
Furthermore, James Ward is the most knowledgeable person I know when it comes to MS
PowerPoint and other MS office products. He could create a presentation in half the time as
most of his colleagues. Sometimes he would finish his work and then take time to help others
with their products. However, this is not the essentially unique aspect of James. What sets
James above the rest is his ability to learn quickly and teach himself when necessary. If James
does not understand or know something he will research it, find the answer, train himself and
then prepare materials to train others so that he can share what he learned. This trait of sharing
his knowledge is very characteristic of James and important in fostering a good and developing
work environment.
James was also one of the best supervisors/leaders I have met. James was the epitome of AF
leadership when he led his subordinates. He made sure that everything his subordinate needed to
accomplish the mission was there for him. He paid more attention to his subordinates needs then
his own personal needs." Ifit wasn't available James made sure to inunediately go out and get it
so that the mission could be accomplished. James' concern over his subordinates first
exemplifies the USAF Core Value of "Service Before Self."
James Ward will make a great addition to your workforce and/or company. While at the 352
SOG he was a major contributor and the entire leadership sorely misses him and his expertise.
Whatever employer takes him on next will be gaining a key asset to their business that will have
the opportunity to grow with him.
I acknowledge that some of the material and information that may come into my possession or knowledge in
connection with Washington State Patrol Contract Number _ C090433PSC (Contract) or its performance may
consist of information that is exempt from disclosure to the public or other unauthorized persons under either
chapter 42.56 RCW or other state or federal statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers, e-mail
addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or information identifiable to
an individual that relates to any of these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential Information for
any purpose other than the performance of this Contract, and not to release, divulge, publish, transfer, sell,
disclose, or otherwise make it known to any other party without the Washington State Patrol's express written
consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized access to
Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor, I shall
surrender any and all Confidential Information in my possession to the Vendor for its disposition according to the
terms of the Contract.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including RCW 10.97,
violation of which may result in criminal prosecution.
t1fidress
13, , BADGES,
RIBBONS AWARDED OR AUTHORIZED (Alfpdil>ds of8f1tVioeJ y",_pktedJ
Air Force Achievenunt Medal, Air Basic Military Training, 6
Force Training Ribbon, National wk., Oct 99; Operations
Defens. Service Medal, Air Foree Intelligence Apprentice, 22
Longevity Service Award, USAF NOD wk., Jun 00, {SEE REMARKS)
Pro f e s • ion a I Mil ita r y (S EE REMARKS)
15•. EllA VETERANS' EIlIICATIONAl ASSiSTAN(:i; PROGRAM
MEMBER-4
1. NAME (LAST, FIRST, MI) 2. r \R'l:'MENT,OOMPONENT AND BRAN( ··3. SOCIAL SliJC'Q1l.ITY
WARD JAMES HUNTER AIR FaROE - USAF
4a. GRADE, RATE, OR RANK 4b. 1>A'Y GRADE 4<:. DATE OF SEPARATION
SSGT E5 2000 AUGal
ITEM 14: 32 hr., Noy 03; Airman Leadership. School, 5 wk., May 04.11
Member has completed firs~ full t~rm of servi~e.
Subject to Recall to active duty and/or aUAual screeulu ••
/I/I/I/II/I/II/II//J//J///IINOTHING FOLLOWSII/JIII/IIII//II/II//II////IJI/1
(W".."",...
speda/ry. List IIdaftiooai sp«itJty number$ ;mq titles. " .."""""""""
on~ Of mort! years.)
IN071 - OPERATIONS Illt'TELLIGENCE
CRAFTSM\N
6 YEARS AND 10 MJNTHS
MEMBER·4
1. NAME (LAST, FIRST, MIl 2. D' \RTMENT,COMfONENT AND BRANt 3. SOCIAL SEOt11UTY
WARD JAMES HUNTER AIR FOltoE - USAF
4a. GRADE, RATE, OR RANK 4b. PAY GRADE 41:. DATE OF SEPARATION
SSGT E5 lWO(I: AUGSl
ITEM 14: S2 hro, Nov 03; Airnlan Leadership School, 5 wk., May 04;//
Merobe r has G orop let e d fir s t full term 0 t $ e n· i <: e .
Subiect to Recall to active duty and/or anAual eare,nln,.
////////I///////////////////NOTHINC FO'tL<»ISI///IIJIIIIIIIII////llf/////////
~~
KRl. ~lLSON, TSGT, USAF
Supt, Reloc;j,l;iom! ana Employments
::: OF RELWE OR DISCHARGE FROM ACTI¥l . TV
_I><t. tim
spedalry. . numfJ'et$ Mltl titfeJ InvcM1t1 p«kHJ~ tsf
u. ~AMPAlGN 14.
RIBBONS AWARDED OR AUTHORIZED fIJI! peDods of"","", yw"""p"""l
Air Force Achiev .. nLent M~d"l, Air Baoic Milib"ry Tr"ining, 6
Force Training Ribbon, National wks, Oct 99; Op.~ations
Defense Service Medal, Ai: Force Intelligence Apprentice) 22
Longevity Service Award, USAF NOO wk., Juu 00; (SEE REMARKS)
Professional Military (SEE REMARKS)
CONTIIIBUTED EllA VeTElIANS' EtlUCATIONAL ASSISTANCE PROGRAM
MEM6ER-4
1. NAME (LAST, FIRST, MI) 2. DF R']:'MENT,OOMPONENT AND BRAN<lT " SOCIAL SEClJRITY
WARD JAMES HUNTER AIR FOltOE- USAF
4a. GRADE, RATE, OR RANK 4h. PAY GRADE 4<:. DATE OF SEPARATION
SSGT E5 2006 AU081
ITEM 14: 32 hrs, Nov 03; Airman Leadership SChool, 5 wI.. , May 04·11
Member has completed first full term ot ser'li~e.
Suhject to Recall to aetive duty and/or annual ~~r.enln~.
I/II/I/IIJ//I//I/I//I/I///IINOTHING FOLLWYS/lJII///IIIIII/I/IIII/I//I//III/
THIS IS AN II\(\PORrANr RECORD.
:. . SA1'EGUARO 11
CERTIFICATl' OF RELEASE QR DISCHARGE FROM ACTIVE DUTY
H. MEDALS.
RfB60NS AWARDED OR AUTKORfZEO year completed}
Air Force Achievement Basic Military Training J 6
Force Training Ribhon, wks, Oct 99; Operations
p"fense Service Medal, Air F'qrce Intelligence Apprentice, 22
Longevity Service Award, USAF NOO wk., Jun 00; (SEE REMARKS)
Professional Military (SEE REMARKS)
is•. EnnCATIOf'lAL ASSfSTANCE PROGRAM
MEMBER-4
1. NAME (LAST, FIRST, MI) 2. DE, n.RTMENT,OOMPONElNT AND BRAN<Jh 3. SOCIAL SEOlJRfTY
WARD JAMES HUNTEl't AlR FOll.aE .... USAF
4a. GRADE, RATE, OR RANK 4b. PAY GRADE 4c. DATE OF SEPARATION
SSGT E 5 . 2 ( > 0 0 AUG31
ITEM 14: 32 hrs, Nay 03; Airman Lead".tship School, 5 wk., May 04./1
Member has completed first full '.rm gf servic •.
Sullject to Recall to active duty and/or annual se~eeld.ng-.
////////////////IIII/I/llllINOTH1NG FOLLOWS/III/IIIII/I/ii////i///////////l
(!t~... GtnUtgt nf Ult 1m...
~~~~~~
~~o/~~veaId~~
amdMV~~o/~~+~~~MV
in ~pplieb ~tience
~55otiate
<!Communications ~ppIications m:ecbnolo gp
Ja$~amd~~dae/o.
~~~/,;<d~r/@?~$OO';<
~~~~~eaI'r/~ ~+amdoa/)~a?X7~~
~. Ov.uC.~
u,".. ~t
Gm.... U.S.Ak " . ,
Cornmande~ AirUl!iversity
't" Chairman
Air UniYelsity Board of Visitors
~a.~
Colonel, U.S. Ail FOICfl
Cummllndlll\t, Community COllege oflhe Air Fc.i\'.e
O~~2~ Chief AcademW
Community College () cthe
All Force
- _____ J
Page I ot I
Certificate
AJrflO L' ~n 1C
~~\}:
"'1/ <i&i!BlP "".
"'1"" ,,\,
... 1~ I'~ 1 J \
,~ ':;'-"
, ,,,:..., ,'-'1,
. i.."_ ~ .
CO!J /(,/'/( 'J {IIi,' 2nd (l/,I' (1/ June in t ,~.(, )" ','/I (1/ 2006
"
61212006
..... , ,,-_._-- --" "'M ~;I/L-oI"~riit~"~t~l~ptr rprt r"rtif" sn"crs ident=C00344&kc ident=kcOOOl &login=WARDJ081
USAF SpecitJl
Operfll1ioCerll;tlfisesSchool
-:'{':;=:~:~ :~?'f:;;""
V"~~---=~<]:~{j'~_3 (.:;:..~"
r~§~?6
- ~; , <'-"':";~
" ;.:::'
,
;. ":.'... ;- ~
' \"
\1.-
',' "':; ,\I;h/,\ ("
\,)/ , I( [l,[ ( ,
"", (
I,
II
The
United
States
Air Force
CER TIFI ES THA T
Certificate "
4 Octob er 2000
LOU IS A CAP ORIC CI
Lteo l, USAF DATE
Comm ander
~iCitary Inte{{igence Trainin
~01;1tt . , • , '9 Ce7Zl'er
Certificate ofrrraining
%i s is to cer tifu tlia t
SSgt James tr.W ard
lias successful{y com pfe ted tlie
Mobile Intelligence Collection Cou rse
dur ing tlie per iod
28 Ma rch -1 Ap ril 20~(
Je . Jacob n, CDR, USN
Director
.loint Militarv Intelliaence Training Center
gv(iCitary InteC{igence Trainin
~01;r\-t " • , tg Ce7zt-er
Certificate of Completion
This is to certify that
SrA James Ward
has completed the EUCOM Regional Joint
Intelligence Training Facility course in:
C2PC / Intel Office
23 January 2003 ~~r4-
Suzanne Henderson, GG-13
Chief, E-RJITF
USAF Specilll
Opeftltio "s S ch
Ce rtI fie s.. ...
ool
-~~~f(~:-ii.7-:~>,
ii. )·:.:"-~-'-·'· --"'';'~::::: I :!:,,,,j :~:!:~~L:~,.
- -"~:>~~t..
,:~~:., , .
Certificate of Completion
This is to certify that
SSgt James H Ward
has completed the EUCOM Regional Joint
Intelligence Training Facility course in:
The Middle East / North Africa Seminar
7 to 10 November 2005
7
TimothV. Carr, GG-12
Area Studies Instructor
Proposal
RECEIVED
NUV 142008
BUDGET 8. FISCAL
W~p .
Prepared for
STATE OF WASHINGTON
Washington State Patrol
By
James H. Ward I Intelligence Analyst
INTELLIGENCE ACUMEN
ii
INTELLIGENCE ACUMEN
TH
7008 25S ST. GRAHAM, WA 98338
The Criminal Intelligence Analyst and Lead Analyst openings that you have posted online at WEBS are
exactly what I am looking for, and what I have done for the last eight and a half years! Since this
position needs someone qualified, my background in military intelligence working with WAJAC ANG/J2,
AFSOC, ACC, and most recently on McChord AFB at NORAD's Western Air Defense Sector can be a great
asset to your organization. I worked and provided intelligence, research, and analysis in nearly every
major terrorist attack in the past eight years from the USS Cole bombing in Yemen, and even during the
horrifying events of Sep 11th.
There is always a need for individuals to already have a current TS/SCI clearance, understand the
intelligence process, and know how to provide in-depth analysis and satisfy customer requirement, and I
meet all of these requirements. I am ready to step up and join your team. Intelligence support I have
provided includes support to Spain's most horrific terrorist attack, during the Madrid railway station
bombing on March 11th, 2004, and the Beslan crisis in Russian when around 335 hostages were killed by
Chechnya rebels on September 3,d, 2004. Working fast, thinking fast, and providing support at times
when lives are at stake is what I have been trained to do. In addition to my Associates degree in
Communication Technology, I have over 406hrs of formal education related to counterterrorism. For
instance, the international terrorism course, the force protection course, and the terrorism warfare
analysis course taken at the Defense Intelligence Agency in Washington D.C. add a great knowledge base
for this career.
I am extremely interested in this position and look forward to discussing with you any questions or
concerns you may have. Thank you for your time and consideration.
Sincerely,
iv
Table of Contents
v
Letter of Submittal
Proposed Position(s): Criminal Intel Analysis Services & Criminal Intelligence Analysis-Lead Services
Printed name:
Intelligence Acumen
Business fum name (doing business as):
vi
Certifications and Assurances
IIwe make the following certifications and assurances as a required element of the proposal to which it is
attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance with these
requirements are conditions precedent to the award or continuation of the related contract(s):
1. I/we declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation, communication,
or agreement with others for the purpose of restricting competition. However, I/we may freely join with
other persons or organizations for the purpose of presenting a single proposal.
3. The attached proposal is a firm offer for a period of 90 days following receipt, and it may be accepted by
WSP without further negotiation (except where obviously required by lack of certainty in key terms) at any
time within the 90-day period.
4. In preparing this proposal, I/we have not been assisted by any current or former employee of the state of
Washington whose duties relate (or did relate) to this proposal or prospective contract, and who was
assisting in other than his or her official, public capacity. (Any exceptions to these assurances are
described in full detail on a separate page and attached to this document.)
5. IIwe understand that WSP will not reimburse me/us for any costs incurred in the preparation of this
proposal. All proposals become the property ofWSP, and I/we claim no proprietary right to the ideas,
writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have not been
knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her prior to opening,
directly or indirectly to any other Proposer or to any competitor.
7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation contents
and the attached Personal Service Contract General Terms and Conditions. If there are any exceptions
to these terms, I/we have described those exceptions in detail on a page attached to this document.
8. No attempt has been made or will be made by the Proposer to induce any other person or firm to submit
or not to submit a proposal for the purpose of restricting competition.
9. I/we certify that neither the Proposer nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participating in any contract resulting from this
procurement by any federal department or agency. Further, if awarded a contract the Proposer agrees
not to enter into any arrangements or other contracts with any party that is on the "General Service
Administration List of Parties Excluded from Federal Procurement or Non-procurement Programs" which
can be found at www.epls.gov.
7
Questionnaire
A. If you are submitting a proposal for Criminal Intelligence Analyst Services, identify Consultant Team
Member(s) who will provide services under the potential contract, indicating the responsibilities and
qualifications of such personnel. In particular please provide information on proposed Consultant Team
Member experience and training in the following areas: REPLY: Mr. Ward is the sole team member
submitting on behalf of Intelligence Acumen.
Requirements
PmvA,IP, i , Prc,iec:t.
Outlook, Internet Explorer (NIPR ET,
Ability to use Microsoft Office Suite software
SIPRNET, JWICS), M3, , and multiple
software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'. Please reference Appendix A for full resume.
A. If you are submitting a proposal for Criminal Intelligence Analyst-Lead Services, identify Consultant Team
Member(s) who will provide services under the potential contract, indicating the responsibilities and
qualifications of such personnel. In particular please provide information on proposed Consultant Team
Member experience and training in the following areas: REPLY: Mr. Ward is the sole team member
submitting on behalf of Intelligence Acumen.
Requirements
8
MS Word, PowerPoint, Excel, Prc)iec~.
Outlook, Internet Explorer (NIPRNET,
Ability to use Microsoft Office Suite software
SIPRNET, JWICS), M3, , and multiple
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information on the
individual's particular skills related to this project, education, experience, significant accomplishments and
any other pertinent information. Please provide certificates of completion or other proof of specialized
intelligence analyst training with the resumes'. Please reference Appendix A for full resume.
3. . References (SCORED) - List names, addresses, telephone numbers, and fax numbers/e-mail addresses of
three business references for which work has been accomplished and briefly describe the type of service
provided. The Consultant must grant permission to WSP to contact the references. Do not include current
WSP staff as references.
9
4. Related Information (MANDATORY)
A. If the Consultant contracted with the State of Washington during the past 24 months, indicate the name of
the agency, the contract number and project description and/or other information available to identify the
contract. CONSULTANT'S REPLY: N/A
B. If the Consultant's team member was an employee of the State of Washington during the past 24 months,
or is currently a Washington state employee, identify the individual by name, the agency previously or
currently employed by, job title or position held and separation date. CONSULTANT'S REPLY: N/A
C. If the Consultant has had a contract terminated for default in the last five years, describe such incident.
Termination for default is defined as notice to stop performance due to the Consultant's non-performance
or poor performance and the issue of performance was either (a) not litigated due to inaction on the part
of.the Proposer, or (b) litigated and such litigation determined that the Proposer was in default.
CONSULTANT'S REPLY: N/A
D. Submit full details of the terms for default including the other party's name, address, and phone number.
Present the Consultant's position on the matter. WSP will evaluate the facts and may, at its sole
discretion, reject the proposal on the grounds of the past experience. If no such termination for default
has been experienced by the Consultant in the past five years, so indicate. CONSULTANT'S REPLY: No
such terminations for default has been experienced in past five years nor has any termination or default
occurred in consultant's career.
5. Waiver and Authorization to Release Information (MANDATORY) - Any proposed Consultant Team
Member must be able to obtain a federal Top Secret level security clearance, and must pass a criminal
history background check conducted by WSP. Please provide one Waiver and Authorization to Release
Information form (Exhibit E) for each Consultant team member proposed. This form must be signed by the
respective Consultant team member. REPLY: Applicant already has a current Top Secret clearance and was
renewed in 2008.
10
Quotation
The evaluation process is designed to award this procurement not necessarily to the Consultant of least cost,
but rather to the Consultant whose proposal best meets the requirements of this RFQQ. However,
Consultants are encouraged to submit proposals which are consistent with State government efforts to
conserve state resources.
Identify the hourly reimbursement rate for proposed ConSUltant Team Members for services through
September 30, 2009; and each of the three optional years of a contract resulting from this RFQQ. If the
hourly rate differs for each individual, please identify the specific rate for each proposed Consultant Team
Member.
For Criminal Intelligence Analyst Services, WSP will accept proposals for hourly rates up to $50.00;
submission of a proposal with an hourly rate in excess of $50.00 for these services will result in the
rejection of your proposal as non-responsive.
REPLY:
Criminal Intelligence Analyst
Period Initial - 9/30/09 10/1/09 - 9/30/10 10/1/10 - 9130/11 10/1/11 - 9/30/12
For Criminal Intelligence Analyst-Lead Services, WSP will accept proposals for hourly rates up to $60.00;
submission of a proposal with an hourly rate in excess of $60.00 for these services will result in the
rejection of your proposal as non-responsive.
REPLY:
Criminal Intelligence Analyst-Lead
Period Initial - 9/30109 10/1/09 - 9/30/10 10/1/10 - 9130/11 10/1/11 - 9/30/12
Hourly $38.50-$43.50 $40.04-$45.24 $41.64447.05 $43.31-$48.93
Rate Per hour Per hour Per hour Per hour
11
Waiver and Authorization to Release Information
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including any
arrest records, any information contained in investigatory files, any internal affairs investigations and
discipline, including any files which are deemed to be confidential and/or sealed, my medical records,
my psychological testing analysis and recommendation, my military service records, and my financial
status. Information of a confidential or privileged nature may be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of 1974), and
waive these rights with the understanding that information furnished will be used by the Washington
State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may result
from furnishing the information requested.
N/A
Other namesyouhave been know by, inciudinQ prior marriage(s) or nickname(s)
vC./\..1. "-y
Social Security Number /' Date of Birth
/ "\ ('
/ -'\. A./"'- A-- Friday, November 14, 2008
(. Applicant': ;iQnature/ Date
~
-----
~/
12
James H. Ward
Cell: (253) 232-6378 Email:
Address: 7008 258'" St. E. Graham WA 98338
Appendix A (Resume)
Phenomenal technical skill and speed operating computers, program operations, and intelligence software: Multi
Media Messaging system (M3), Command and Control PC (C2PC), MS Oudook, Internet Explorer, Power Point,
Word, Excel, and geospatial or geographical information systems (GIS) software: ArcView, SkyView, and
FalconView. A natural team builder and effective leader selected number one out of thirteen supervisors by
Intelligence flight commander. Two of four subordinates received "performer of the month" and another became
number two "employee of the quarter" with less than 60 days job experience. A passionate worker dedicated to
bettering the office, established several training programs saving offices amounts valued at $81,800.
Software Project Manager I Jun OS-Present ITailored Technology Solutions Corp. I Puyallup, WA
-Authored five functional requirement documents; helped clients/software development teams identify concise,
measurable, and traceable deliverables to improve scope, time, and budget control
- Managed/ oversaw 20+ software development meetings; ensured teams collaborated for success
- Superior strategic and tactical analytical skills-conducted several risk analysis assessments evaluating up to 42
different project attributes effecting project success to identify roadblocks and organize risks by impact and
probability to establish contingency funds and increase project success
- Aided HR in hiring/filtering out candidates by identifying potential obstacles in the long run that effected the big-
picture regarding availability and dedication to drive the project forward
- Monitored team productivity and progress daily; identified critical development shortages and reallocated resources
working on float tasks to rebalance workloads on critical path to prevent deadline overruns
13
- Proactive Quality Assurance monitoring during software development; guided team to demonstrate accuracy,
thoroughness, and orderliness in performing work assignments
Intelligence Analyst I Oct 06-Jun 08 I CUBIC Applications (Gov. Contr.) I McChord Air Base, WA
- Successful analytical writer; authored and presented to WAJAC-ANG/J2 clear and concise findings in an in-dep!],
28 page Intelligence Assessment entitled "Threat to Air Operations: US-Mexico Border"- first of it's kind; enabled the
Intelligence Community worldwide a comprehensive research paper with over 30 citations synthesized, collated,
organized, and analyzed from top intelligence agencies such as CIA, FBI, DHS, DIA, NGA, NORTHCOM, ACIC,
and SOUTHCOM-two month project praised by peers and superiors
. Ability to analytically assimilate disparate data and render knowledgeable and accurate assessments in conjunction
with high caliber presentation skills resulted in earlier than anticipated addition to shop's briefing rotation for the
weekly Command Current Intel Brief; increased experts qualified to present briefing and alleviated high demands on
Intel team
- Jumps at the chance for professional development- attended two training courses on terrorism-learned how to
analyze message traffic, compile link diagrams, and build association matrixes on suspected terrorists while utilizing
inductive and deductive reasoning during prolonged scenarios requiring concentration on highly complex problems;
earned three college credits
- Designed innovative argument diagram of Osama Bin Laden's video release in September 2007 -diagram clarified the
evidences used by al-Qaida to justify attacks against the West; better enabled analysts to understand and dissect al-
Qaida's viewpoint and future intentions
_ Coordinated complex counterintelligence-related data mining projects with data mining engmeers to extract, transfer,
prepare, process, and exploit large data repositories for counterintelligence analysis initiatives-first analysts in
NORAD's Western Sector to obtain Public Key Infrastructure (PKI) certification and gain access CIA's data
repository for analysis; increased speed to obtain close hold Intel by 24 hours
- Expert knowledge of the principles, concepts, and methodologies of intelligence analysis-created 44 slide training
. presentation of the Psychology of Intelligence Analysis enhanced office's understanding of how to improve analysis,
the analytical process, intelligence training, strategies for generating and evaluating assessments, and structuring
analytical problems
- Unquenchable thirst for knowledge; read books "Analytic Thinking" and "Asking Essential Questions"
recommended by Intelligence instructor-improved intelligence writings, research methods, exploitation techniques,
critical thinking, analytic thought processes, and information dissecting skills-significantly enhanced ability to extract
data while analyzing and writing Threat to Air Operations Intelligence Assessment
- Created first ever classified website from scratch with 17 value added webpages packed with over 713 files-praised
by the sector and flying wing Senior Intelligence Officers and Superintendents as "great" and "outstanding";
significantly improved user-friendly interface for all 96 Intel professionals across 8 units in the United States' Western
Sector and enabled entire DoD Community global access to office's products
_ ,Continuously makes improvement to unit; created new "current Intel" page on unclassified website- increased
accessibility from 65 to 418 personnel
_ Completely reliable and thorough in all assignments; improved library's content by adding an additional 58 rare
14
documents on Asymmetric Warfare - an increase of 252%
- Read through 15-20 classified/unclassified publications each day to create 70+ daily readfiles tailored to meet
customers needs; saved Intel shop 134hrs of research/analysis and lauded by National Guard J2 for Washington
Intel Research Team Supervisor IJul 05 - Aug 061 US Air Force Special Operations IUnited Kingdom
- Stationed in England during London train bombings; sprung into action while under considerable pressure-lead
three man team to build 3'5' city graphic depicting chain of events; helped give commander clarity on possible
involvement
- Provided assessment requested by Pentagon Intel Agency on potential outcome during civil unrest in West Africa;
forecasted outcome was briefed to Chief of Staff of the Air Force and Secretary of the Air Force; forecasted outcome
occurred and prevented unnecessary planning, preparation, and Olovement of multi-million dollar assets
- Supervised five man team to carry out project from inception through completion; team analyzed and assessed
intelligence information on Italian anarchist/separatist groups and transnational terrorists organizations; prepared
commanders and staff for crisis response during Torino, Italy 2006 Wmter Olympics
- Special Operations Commander praised ability to use innovation in working non-routine assignment-coordinated
between University professor and six corporate divisions; provided free instruction valued at $2,500 per person for 58
personnel
- Briefed Special Ops three star General during special visit with information on counterterrorism threats to his
personnel in deployed locations; presentation complimented by the General
- Time management skills prevented over-staffmg and over-working employees by developing efficient manning
schedule; decrease duty day by four hours for 12 personnel during two week military exercise-solved non-routine
problem
- Taught European Command's computer trainer new uses on software program; enabled over 200 Air Force
personnel to produce three dimensional imagery videos
- Taught 17hr in-house mission planning software class to Special Tactics Intel operators; saved $5,800 of department
j:taining costs
- Hosted meeting which involved multiple analysts/ collectors, law enforcement, doctors, and operators during
deployment exercise; ensured maximum flow of intelligence between departments
~ A passionate worker dedicated to bettering the office; established several training programs-saved offices amounts
valued at $81,800. .
~ A natural team builder and effective leader selected number one out of thirteen supervisors by IN-two of four
subordinates received "performer of the monthn and another became number two Uemployee of the quarter" with
less than 60 days job experience. .
Mission Support Trend Analyst Supervisor I Mar 05 - Jul 051 USAF Special Operations IUnited Kingdom
- Maintained metrics database on over 130,000 maps and charts; helped identify inventory shortages to management
- Redesigned and continually updated webpage, posted over 500 links, photos, and daily briefs used by geographically
separated units
15
- Managed cost/benefit analysis and removal of 2,000 outdated Raindrop cassette tapes; freed 25brs per month in
upkeep
- Revised 10 outdated manuals, regulations, local policies, and procedures for office; improved continuity binders and
reflected organizational changes
Current Intelligence Analyst 1Sep 02 - Mar 051 US Air Force Special Operations 1Urtited Kingdom
- Built Iraqi presentation with team of analysts to determines characteristics, capabilities, and limitations of foreign
commuuications networks for assigned AOR; assessment improved commander and key staffs knowledge of the
battelspace environment
- Helped key reconnaissance unit with key research tool renowned as most-comprehensive language inventory;
empowered unit to develop analytical and exploitation techniques with graphical depictions and provide politically
sensitive real-time foreign communication intelligence data vital to national foreign policy
- Knowledge of security directives ensured intelligence data was properly inventoried and that guidelines and all
products and working materials reflected appropriate classification and handling markings while securing Intelligence
Reference Library; organized 585 classified documents, ensured 100% accountability
- Excellent oral communication skills; presented situational briefing to Commanders during American evacuation
operations in Liberia, West Africa and maintained city/ aerial maps; aided in the rescue of 497 American citizens
- Superbly accomplished concurrent tasking from multiple customers to write, conduct, and disseminate 22
intelligence debriefing reports on aircraft commanders returning from Operation Iraqi Freedom missions, assured all
essential points were covered-two debrief reports viewed by high level Commanders when two aircraft crews
observed potential missile firings
- Spearheaded political conflict training program covering trends, patterns, promes, estimates, and studies of unit's
area of responsibility; saved management over $55,000 dollars in training costs for over 15 personnel
- Quickly notified Special Operations Commander of discovered threats to US Embassy, Romania; recommended
solution prevented potential hostile incident to deployed forces
- Examined 66 non-combatant evacuation maps and charts with 20 plus items in each folder; ensured documents met
confonnance standards
- Achieved high productivity output while maintaining high morale; effectively trained three shift managers; enabled
continuous 24br operations for 19days duting intelligence support to Athens 2004 Olympic Games
- Effectively analyzed and briefed daily intelligence situation update briefings to the commander, senior staff, and
batde sta:ff on over 70 current events affecting organization; ensured leadership armed with assessments needed for
hard decisions
- Saved $1,142 by identifying and canceling numerous duplicate periodical subscriptions from Intelligence Library
Intel Mission Planning Software Trainer 1Jun 00- Sep 021 US Air Force Air Command 1Tucson, Arizona
- Took understanding of US Intel community and intelligence collecting techniques and jumped into action after the
USS Cole terrorist attack; authored a study of hostile organizations throughout South West Asia
- Developed creative in-house geographical information systems (GIS) software FalconView training program
according to customer timelines and requirements; saved $21,000 in training costs
- Disseminated analyzed intelligence information, and published intelligence products; supported deployed forces with
reach-back intelligence needed to perform the mission
- Performed authoritative and complex threat analysis of terrorist groups; resulted in a deVeloped and publish
intelligence products that heightened installation security prior 9-11
- Talented with graphics software; requested to prepare visual graphics for top intelligence general; general
complimented the graphics and requested a second view of products
- Built airfield vulnerability product depicting flight proflles of military and civilian airports; aided police and special
investigators to better secure airfield following 9-11
COLLEGE EDUCATION
- Associates in Applied Science Communications Application Technology, Community College of the Air Force,
Maxwell AFB AL, Dec 2004, 64hrs
- Certificate in Information Systems/Information Technology Project Management, Villanova Univ., Oct 08, 60hrs
INTELLIGENCE TRAINING
- Intelligence Applications Apprentice Course, 315th TRS, Goodfellow Air Force Base, May 2000, 878hrs
- Sub-Saharan Africa Orientation Course, JMITC, Feb OS, 40hrs
-Russia/Eurasia Orientation Course, JMITC, Jan OS, 40hrs - Mobile Intelligence Collection Course,JMITC, Apr OS,
40hrs
COUNTER-TERRORISM TRAINING
- Improved Asymmetric Warfare Intel Analysis Course, JMITC, Apr 07, 40hrs
- Intelligence in Combating Terrorism/Link analysis, US Army Intel, Jan 07, 36hrs
- USAF Special Operations Intelligence Training, AFSOC, 80hrs
- Dynrurucs of International Terrorism Course, AFSOC, Nov 03, 40hrs
- Asymmetric Warfare Intel Analysis Course,JMITC, Sep 04, 40hrs
- Force Protection Level II, AFSOC, Nov 03, 40hrs
- Combat Survival Training, 22D Training Squadron, Oct 00, 90hrs
- SERE Level B, Director ofISR., Dec 04, 40hrs
LEADERSHIP TRAINING
-Distinguished Graduate: Airman Leadership School, USAF, 160hrs
: Advanced Leadership training; Leadership styles, mentoring, time management, and anger management 9hrs
- Airman Leader Course, 17th Training Group, Feb 00, 5hrs
COMPUTER TRAINING
- Ms Excel Intermediate and Advanced courses, Piroa Community College, 16hrs
- Command and Control PC (C2PC/ Intel Office Course), EUCOM Regional Joint Intelligence Training Facility, Jan
03,8hrs
17
INSlRUcrOR TRAINING
- Learning Theory, Student Motivation, Learning Objectives, Joint Intelligence Training Activity Pacific, Aug-Sep 05,
1hr
18
*'3
-:1~teJ\'§-(,N CQ. A(u (Y"'tN
EXHIBITB
! One (1) original Letter of Submittal and Certifications and Assurances was submitted with the
Consultant's proposal. Letter of Submittal and Certifications and Assurances were signed by
a person authorized to legally obligate the Consultant.
./ For Criminal Intelligence Analyst Services, the proposal clearly demonstrates that any
proposed Consultant Team Member(s):
Has previously served as an intelligence analyst for a minimum of two (2) years either in a
Federal intelligence agency, the military, or State and/or local law enforcement intelligence
unit; or has a Bachelor's degree or higher college degree in criminal justice, law enforcement,
statistical analysis or a related field that substitutes for the work experience requirement; and
Has provided proof of completion of Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
/ For Criminal Intelligence Analyst - Lead Services, the proposal clearly demonstrates that any
proposed Consultant Team Member
Has four years of progressively responsible work experience in either in a Federal intelligence
agency, the military, or State and/or local law enforcement intelligence unit; and
Possess a Bachelor's degree from an accredited college or university; or, an Associate's
degree in criminal justice, law enforcement, statistical analysis or related field from an
accredited college or university; and
Has provided proof of completion of Intelligence Analyst Training to ensure baseline
proficiency in intelligence analysis and production.
For Criminal Intelligence Analyst Services the hourly reimbursement rate for proposed
Consultant Team Members does not exceed $50.00.
For Criminal Intelligence Analyst - Lead Services the hourly reimbursement rate for proposed
Consultant Team Members does not exceed $60.00.
The proposal contains a Waiver and Authorization to Release Information form for every
Consultant Team Member proposed for work. The form is signed by each respective
proposed Consultant Team Member.
/ Proposal provided 90 days for acceptance of its terms from the due date of proposals.
Washington
, State Patrol Page 13 RFQQ No. C090433PSC
Page I of2
Cindy,
Here are my updated rates without the range-estimate that was in the original bid.
Lead:
Analyst:
I look forward to hearing from you soon. Thanks again for the opportunity to compete for
these Intel positions.
Sincerely,
James H. Ward
Cell: 253-232-6378
Mailing Address: 7008 258th St. East Graham, WA 98338
Home E-mail:
Work E-mail: JWard@TailoredSolutions.net
Mr. Ward,
I need clarification on the quotation given for proposed hourly rate. You have provided the attached but it doesn't
state one rate per year. Please provide a new chart:
Identify the hourly reimbursement rate for proposed Consultant Team Members for services
through September 30, 2009; and each of the three optional years of a contract resulting from this
1112012008
Page 2 of2
RFQQ. If the hourly rate differs for each individual, please identify the specific rate for each
proposed Consultant Team Member. .
For Criminal Intelligence Analyst Services, WSP will accept proposals for hourly rates up to
$50.00; submission of a proposal with an hourly rate in excess of $50.00 for these services will
result in the rejection of your proposal as non-responsive.
For Criminal Intelligence Analyst-Lead Services, WSP will accept proposals for hourly rates up to
$60.00; submission of a proposal with an hourly rate in excess of $60.00 for these services will
result in the rejection of your proposal as non-responsive.
Lead:
Analyst:
Thank-you,
Cindy Ilaider
IrsI' RFQQ Coordinator
cindy haider(iiJwsp. wa. gov
1112012008
Washington State Patrol 6/12/20094:24:52 PM
Budget and Fiscal Services
Contracts Database
I
Other Party Castana_ri;, Do~
I
Contract Status Clo_sed Amd Status ICompleted
Contract Notes: Date document was sent to:
Region 3 Criminal Intelligence Analyst. Terminated Word Processing
by letter 9/23/08 JRH. Attorney General
Bureau Cdr IOC
BFS Notification
BFS Review
Chiefs Office
Transmittal Letter
Mailed to Other Part
Received Back
Distributed 4/9/2008
Amendment
AmdAmount
r
Amd Status ICompleted
Date document was sent to:
Word Processing
Attorney General
Bureau Cdr IOC
BFS Notification 1/3/2008
BFS Review
Chiefs Office
Transmittal Letter
Mailed to Other Part
Received Back
DIstributed
Personal Service Contract Risk Assesment
Page 1 of 4
CONTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
WSP Contract Number
BFS Contracts Specialist
A. PRE-CONTRACT PLANNING
1. DescriPtio~services:
';;t ~h SRbJre,
Decision I Comments
Fundin!!
Fundina source'iaccount codino) and Amount /9,-r-P.p i1'),,' 0< <;\5 COl O,J.DC1 ~
Has an authorized manager approved the
expenditure?
~Yes ONo
Tvoe of appropriation (federal, state, other) Po.,t Of aJ,
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties List System been ~Yes 0 No
checked?
Public Resources
How have you assessed if other public resources are
available for this work? \l'):,t=> <t- ltJG\5 t> c.. ",",* cura.;, \ Pble.
• Aaencv resources Ii5! Yes 0 No
• Other pUbliclaovernmentaD resources ~Yes 0 No
Comoetitive Contractina
Has this work been performed/is performed by WSP
DYes ~No
emplovees?
liVes, has the WSP Labor Attornev been contacted? DYes rJ No ~IA
Has the WSP Labor Attorney given approval to
DYes ONo
proceed with the contract? NIA
Ethics
Is contractor a current or former state emplovee? DYes 'hilNo
• If current, does contractor require Ethics Board DYes 0 No
approval? N\ Il
• If former, provide last date of emplovment. ,,\ I~
Pll'\Iments
o Cost Reimbursement (Budget)
Have you determined the appropriate method(s) of ~Time and materials (Hourly)
compensation and billing? Fixed Price
o Performance Based (valuation of
deliverables)
Personal Service Contract Risk Assesment
Page 2 of4
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
~IPI
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is dynamic and
should be updated periodically throughout the term of the contract. Not required on contracts less
than $5,000.
Score on a scale of 1 - 5, with 1 representing the lowest risk.
If factor is not applicable, risk point =O. Unknown, risk point =5.
1-2 = Low Risk 3= Medium Risk 4-5 = High Risk
Personal Service Contract Risk Assesment
Page 3 of4
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= =
Lower Risk; Yes Higher Risk J..
Contract dollar amount
=
$5,000 to <$25,000 Low Risk
=
>$25,000 to <$100,000 Medium Risk
=
>$100,000 High Risk 'i
Complexity of services 3
Payment method (how complex is it?) What methodes) did you use? What
experience do you have with the methodes)?
o Cost Reimbursement (Budget) (score 3-5)
o Time and materials (Hourly) (score 3-5)
o Fixed Price (score 1-3)) .
o Performance Based (valuation of deliverables) (score 1-3) 3
Procurement method:
o Competitive (score 1 to 3)
o Sole Source (score 3 to 5) i
2. Contractor Risk
Risk
Risk Factor Points
Size and source of fundinQ .:J.
Length of time in business 'J
Experience and past performance \
Accreditation and licensure (Is contractor subject to either and if so, do you have
proof?) \
Financial health and practices (is contractor's financial condition Qood or poor?) ...
Board of Directors (for Non-profits only - do they take an active role in the
organization?) n
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?) b
OrQanizational chanQes (is orQanization stable or does it have frequent turnover?) 0
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentralized functions?)
Legal actions (has there been any for the last 12 months? - if so, what?)
BackQround of individuals (do you have resumes?)
,
\
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contrad.
1. Were contract and contractor risks assessed prior to entering into. a contract?
~Yes ONo
2. Does the risk assessment form the basis of the monitoring plan?
KI Yes 0 No
Personal Service Contract Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
~Yes DNo
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A 133 audits)? i"ll A
What, if any, audit coverage is necessary to
assure appropriate spending of state funds? r\) Jp.,
Was a risk assessment completed to determine
whether an audit was needed? ~ll'\
Is corrective action necessary? Were
questioned costs resolved? NIp,
Are audit findings, if any, resolved? N/A
ISSUE COMMENT
Any activities need follow-up?
All invoices have been received and paid?
Follow-up on audit findinQs needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
· Excluded Parties List System Page 1 of 1
Reports
View Cause and Treatment Code Your search returned no results.
Descriptions
L......._ _ --11111
> Reciprocal Codes Back New Search PrinterMFriendly > Advanced Reports
> Procurement Codes > Recent Updates
> Nonprocurement Codes
http://www.epls.gov/epls/search.do 4118/2008
Page 1 of 1
Mr. Castanares -
The Washington Association of Sheriffs and Police Chiefs (WASPC) has asked regional law enforcement to
determine whether regional federal fiscal year 200~ funding will go to support local analysts; they also asked
whether the regions would like the State Patrol to continue managing analyst contracts for each region or whether
the regions would like to competitively bid analysts and manage the analyst contracts themselves. We have been
informed by Region 2 that they wish to use their homeland security funding for other purposes, and requested that
we terminate your contract. The attached letter terminates your contract for convenience effective October 23,
2008; however, funding for your services terminates at the end of your current task order on September 30, 2008,
which will be the final day of billable services under your contract.
I can be reached at (360) 596-4052 or via e-mail at jeff.hugdahl@wsp.wa.gov if you have any questions
concerning this letter.
9/2312008
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chid
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-4000 • www.wsp.wa.gov
The purpose of this letter is to terminate the referenced contract between your firm and
the Washington State Patrol per Section 28, Termination of Convenience, of the general
terms and conditions clause of the contract. The contract will terminate on October 23,
2008.
Sincerely,
Mi,q.!;ahl
Budget and Fis al Services
jh
cc: Captain Tim Braniff, Investigative Assistance Division
Hugdahl, Jeff (WSP)
I spoke with Chief Pearsal from Thurston and their chiefs and sheriffs group elected not
to use the patrol to contract their analyst. They will stay engaged, but want to do their
own contracting.
They will be forwarding it in writing. We can proceed with terminating notification with
Region 3.
Tim
1
Date 3/18/08
Washington State Patrol
LDS_I_I_
Budget and Fiscal Services Contract Notification Form
o Billable over $10,000 o Billable under $1 0,000 IZl Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C080747PSC (1)
Contract Start Date Contract End Date AFRS End Date
March 24, 2008 September 30, 2008
Contract Title CFDA No. I QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Don Castanares dba Bastion Research LLC
Contractor Contact Address
2112 Tina Ct SE, Olympia WA 98513
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
Mr. Don Castanares 360-459-9246
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
- Tanya Pierce'
WSP Project Manager WSP SectionlDivision/Bureau BFS Budget Analyst Name
Lt. Randy Drake lAD Sue Aschenbrenner
Remarks: TASK ORDER NO.1. PERIOD OF PERFORMANCE AND AMOUNT IS FOR THIS TASK ORDER
ONLY. REIMBURSES CONTRACTOR AT HOURLY RATE OF $49.00 (SFY08).
Z#?
/
(I' J~
Previous
$ Grants and Contracts Manager
'// 0~
-
Contract Amount
Amendment
tI(J /
r /
$ Business Office Manager
5/ fr/~1
Amount
Revised Total
"-
----
Billable Contracts Only
Mileage Allowed: DYes DNo Mileage Only: DNo
Std Mileage Rate: DYes DNo Special Mileage R per mile
Travel Authorized: DYes DNo oluntary OIT: DYes DNo
Special Rules: DYes DNo
Prorate Leave to Contract: DYes DNO __________ ------- AFRS Code Assigned: DYes DNo
Overtime Allowed: DYe~ Overtime Only (On Day Off): DYes DNo
Contract Pays Only~es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Typepf-R9ceipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
-
Distribution: IZl Project Manager
300-365-522 (R 6/03)
IZl Accountant· 'IZlSudget Analyst IZl Other: Captain Braniff
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor shall provide criminal intelligence analyst services
during the time of the period of performance indicated above for
this Task Order. The local worksite for the Contractor during this
Task Order is Region 3.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $49.00.
Signature Date
Page 1 of 1
Date 3/18/08
Washington State Patrol
LDS I
Budget and Fiscal Services Contract Notification Form
o Billable over $10,000 0 Billable under $10,000 !:8J Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C080747PSC
Contract Start Date Contract End Date AFRS End Date
March 24, 2008 September 30, 2011
Contract Title CFDANo. QFSR
Criminal Intelliqence Analvst Services DYes DNo
Contractor Name
Don Castanares dba Bastion Research, LLC
Contractor Contact Address
2112 Tina Ct SE, Olympia WA 98513
Contractor Contact Name Contractor Contact Phone Contractor EINISSN
Mr. Don Castanares 360-459-9246
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
Tanya Pierce -
WSP Project Manager WSP SectionlDivisionlBureau BFS Budget Analyst Name
Lt. Randy Drake lAD Sue Aschenbrenner
Remarks: Requires separate task orders - do not encumber.
Previous
$ Grants and Contracts Manager
Contract Amount
Amendment
$ Business Office Mana~,t1 ,'1-\
/1)' \.
Amount
Revised Total
Budget Manager
? It "1' I Allot: DYes'\'Sl No
J / J l'l'lftfclnticipated Receipt: DYes "SINo
$275,000
Amount
Indirect Costs %
Accounting Managey '(:IU
/ v Revenue Code
Sub Percent!
Master Index Fund AI PI Project !"'Major Major Sub TAR Code
Object Amount
Group Source Source
-
SIS6 ~ CE
-
001 020 00272 100%
~\S'7
I I
.
WS~~~Ou~. ?,_,1 a.
Date
FOR THE CONTRACTOR:
~tractor Signature L Date
"'!.2...(. Df (~L \-\.O-=> :2bHAl2.D<O
Printed Name and Title f ~ Printed Name and Title
John R Batiste, Chief""t><tu.\ 5".""Beck\ec.., Ie DONAL..D \-\ _ CASTAf'C'A(2..E:S ANAL'-/Sl
APPROVED AS TO FORM Bl' THE OFFICE OF THE ATTORNEY GENERAL 2/20102
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must be able to obtain a federal Top Secret level security clearance;
and must provide proof to the WSP Project Manager of formal training in i2's Analyst
Notebook application and Penlink no later than one hundred and twenty (120) days from
the date of contract execution.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.govlpolicy/saamintro.htm
7. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for serviCes
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assign·ment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager althe
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jOintly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's p lace of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that suffiCiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. I n the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated .
.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number COB0065PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
Date
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building· PO 80x 42600 • Olympia, WA 98504-2600 • (360) 753-6540 • www.wsp.wa.gov
April 9, 2008
Enclosed with this letter are two fully executed originals of the referenced agreement
and task order between you and the Washington State Patrol. Please keep these
originals for your records.
The Washington State Patrol contract tracking number are the agreement numbers
referenced above; please use these numbers on all correspondence regarding these
agreements. If you need further assistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 753-0692.
Sincerely,
c~cI %D~
~ Mr. Jeffrey R. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
......
INTE'lFFICE COMMUNICJ.' lON
Attached is a fully executed copy ofthe above-listed contract and task order between the
Washington State Patrol and Mr. Don Castanares dba Bastion Research, LLC. Funding for this
contract will be encumbered under separate task orders.
Please ensure that the WSP employee preparing payment documents for this contract has a copy
of this contract to ensure the payment documents are filled out correctly.
The Budget and Fiscal Services contract tracking number is the WSP Contract Number noted
above; please use this number on all correspondence and payment documents associated with this
contract. If you need further assistance, please contact Ms. Cindy Haider, Budget and Fiscal
Services, at Micro 11, ext. 208.
~
J
-'jRH:clh
Attachment
cc: Ms. Sue Aschenbrenner, Budget Section
Captain Tim Braniff, Investigative Assistance Division
Ms. Tanya Pierce, Accounts Payable Section
Ij~ttlqfDt"'$:
3000-323-001 (5196) An internationally accredited agency providing professional law enforcement services
Budget and Fiscal Services
Contract Routing Face Sheet
o
!
New
C \') Period of 129 Amendment
Contract No. l'030J,={l-fi-s(, Performance: 3/)''/108 Jl 3OboliD Recurring
Contract Title: _c.,~-'-' iV""""cS""---,Av"",,,,\d-'-""CLI!,l4ip~~C.,,-~f!suDb!J.!iald.j l-'-',SCL\----"'....2t I'.>..:\)"-!i-'oCce"-'S"--_ _ _ __
!.!:<'<'>1.', lj1!
Other Party: 'Uorv C";rs ·h:"_NCl. f<:'-s c~LxL Qp,s\-, uN QQS eO-!~ b Ue,
Cl9 Payable
o Receivable
Amount: o Other:
Comments:
Grants and Contract Manager:
•
Chief:
Budget and Fiscal Services
Contract Routing Face Sheet
[2Sl New
Period o f . 0 Amendment
Contract No. CDSO'1Lf ') PoG Performance: 3/;:;.Y Ii) 'II - "t lCD/ :JDl \ 0 Recurring
ContractTitle: L.n" . ,.oJd
~\u\\;~c..oL A-,v<tJ'tot- Serv;~e.s
Other Party: 'itfu) C $+-0 rJ cLre5 dl, Co. 6~ bON .Res e.arcL LG6
Q
I2Sl Payable
o Receivable
Amount: o Other:
Comments:
Grants and Contract Manager: ~G'''"-::J1?t..J..-I-I....L:{:'..---1-r£~l--(------------
STATE OF WAS,HINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 753-6540 • www.wsp.wa.gov
Enclosed are two sets each of the referenced agreement and task order between you
and the Washington State Patrol. Once you have signed these originals, please return
all originals to the following:
One fully executed original of each will be returned to you for your records. The
Washington State Patrol contract tracking number is referenced above; please use this
number on all correspondence regarding this agreement. If you need further
assistance, please contact Ms. Haider at (360) 753-0692.
Sincerely,
C~~.\{JG"1
fl Mr. Jeffre~ Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosures
Haider. Cindy (WSP)
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@wsp.wa.gov
Cindy,
Can you tell me what project code to use when processing Don Castanares's pay voucher? Is it SIS7 or WAJ?
Thanks,
Rhonda Tucker
360-704-2402
rhonda.tucker@wsp.wa.gov <mailto:rhonda.tucker@wsp.wa.gov>
2
Haider. Cindy (WSP)
Assistant Chief,
Please provide your approval on the attached Contract and Task Order No.1 for Mr. Don Castanares. He is the chosen
proposer for the Criminal Intelligence Analyst, Region 3.
Thank-you,
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@wsp.wa.gov
1
Haider. Cindy (W5P)
Assistant Chief,
Please provide your approval on the attached Contract and Task Order No.1 for Mr. Don Castanares. He is the chosen
proposer for the Criminal Intelligence Analyst, Region 3.
Thank-you,
Cindy Haider
WSP Contracts
360-753-0692
Cindy. Haider@wsp.wa.gov
1
Haider. Cindy (WSP)
Assistant Chief,
Please provide your approval on the attached Contract and Task Order No.1 for Mr. Don Castanares. He is the chosen
proposer for the Criminallnteliigence Analyst, Region 3.
Thank-you,
Cindy Haider
WSP Contracts
360-753-0692
Cindy. Haider@wsp.wa.gov
1
Page 1 of 1
Assistant Chief,
Please provide your approval on the attached Contract and Task Order No.1 for Mr. Don Castanares. He is the
chosen proposer for the Criminal Intelligence Analyst, Region 3.
Thank-you,
Cindy Ilaider
WSP Contract.I'
36(!-753-0692
Cinch:. Haider@I1'sJ!.wII.gov
3/18/2008
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Friday, April 11, 2008 1:01 PM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 3/25/2008 3:54:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after a decision was made by OFM on
this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 38332-00
Agency: 225
Agency Contract #: C08074 7PSC
Filed Date: 3/25/2008 3:54:00 PM
Start Date: 3/24/2008
Filed By: Cindy Haider
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist with filing an amendment to the
contract in the PSCD system. If you have any questions or concerns about this filing, please contact OFM at
ofm.contracting@ofm.wa.gov or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, April 02, 2008 11 :24 AM
To: Haider, Cindy (WSP)
Subject: PSCD: Contract Comment: Agency 225 - Filed Date 3/25/2008 3:54:00 PM.
Laura Wood made the following comment about this contract: Please remember to type individual contractor names in
with the Last Name, First Name format. I made the change to this contractor's name. Thanks!
Agency: 225
Agency Contract #: C08074 7PSC
Filed Date: 3/25/2008 3:54:00 PM
Start Date: 3/24/2008
Filed By: Cindy Haider
Please retain the Contract Reference Number listed above for any questions during processing and to access the filing in
the PSCD system prior to OFM decision. After decision has been made use the OFM Filing Number to access data in
PSCD. If you have any questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360~725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Haider. Cindy (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Tuesday, March 25, 2008 3:54 PM
To: Haider, Cindy (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 3/25/2008 3:54:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C080747PSC
Filed Date: 3/25/2008 3:54:00 PM
Start Date: 3/24/2008 Filed By: Cindy Haider
Please retain the Contract Reference Number listed above for any questions during processing and to access the filing in
the PSCD system prior to OFM decision. After decision has been made use the OFM Filing Number to access data in
PSCD. II you have any questions or concerns about this filing, please contact OFM at olm.contracting@olm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office 01 Financial Management, WA State Personal Services Contracts
----------.- ..-
1
Washington State> Office of Financial Management> PSCD Page 1 of2
PSCDHome Filing
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Queues
>Logout
Filina Summary
Filing Ori(llnal Filina
Original Filinq Summary F:Uinq Justification Original FiIlnq Justification Correspondence Attachments
,'2>
Quostion;
QU0stion; Status ~
Legend
The fiilng indicatf:S tilat this is federal money, how"ver i don'! se,) any d,,02nn:)ntfslJspeosion
"
Section has Changed
~ !al'1(J(J."}j0 in your contract (contractor certifles ,'";(;)1 they are no\ dHtnUf'ed Of' SL;{~pendetl !Hml
Info Required To Complete (10ing work unde' contracts using feders1! rnr)f)eyi is this.:~ re<.;uhement for the re(j
fed;.}rai
..}ral money
l~\
.I~ Filing \;,,8{j tior9 or WfiS it hf,t(ldled ollother \vay (corilractor Stoned a ;,c)(:lW",Hf01 cG!tficmion f\)nn,
'T1C1yt;~"':;) Shouicl ih(, contraet bt~ mvised to mduoc lne delv"m,,'nUSllSpeI1S!lm !ZW!(J\,ag,,? !f the
In Process - Being
0. Ana!yzed
Analyzed
cNilract ;"G~~ ;;lh'-'ady b:'en siflned by the GOlllC;ll;:lor pk~;,wr'_' Le HC'IC!f(: of tt,'s i'Ss;;e for future
(>ontf<1cl~- with t'e0efBl fUfielil1g You might 0:$0 Vf<1nt to 3'Y1cnd lh,'~ cOIltr'act to 8<-iti this
In Process - Request
0.1 language
Further Info
... 4/8/2008
httn:llcontracts,ofm,wa,Q:ov/PSCD/Corresnondence/ModifvOuestion,asDx?menuSelect=mnuVProc&subMenuSeiect=mnuVPCorr.,.
httn:llcontracts.ofm.wa.Q:ov/PSCD/Corresnondence/ModifvOuestion.asnx?menuSelect=mnuVProc&subMenuSelect=mnuVPCorr
Washington State> Office of Financial Management> PSCD Page 2 of2
•
p.
)it:
File Passed Virus Check
In Process Contact
Answer:
For persona! serJice contracts. WSP checks the Contractors against the
Excluded Parties List System a.nd documents on a Persona! SelVlC" COn1r8\~t
Risk Assessment forrn.
A
Processed Contact
.::.l
OHIC.OI
Fi1ianCtfl,1 Ma,nagement
f;!n%-rr!'IN"'lh')(;~"",
htto:llcontracts.ofm.wa.gov/PSCD/Corresoondence/ModifvOuestion.aspx?menuSelect=mnuVProc&subMenuSelect=mnuVPCorr... 4/8/2008
Page 1 of 4
Contractor Information
TIN
Legal Name Don Castanares
DBA Bastion Research LLC
UBI 602758083
Address 2112.Tina Ct SE, Olympia, WA USA 98513
Contract Information
Procurement Competitive
Service Description CE Social Research Services
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at joint federal, state and local law
enforcement environments such as joint and regional criminal intelligence centers.
Fund Source
Contract Dates
htto:llcontracts.ofm.wa.gov/PSCDlFiling/PrintFilingSummarv.asox?menuSelect=mnuFilingNew 3/25/2008
Page 2 of4
03/24/2008 09/30/2011
Contacts
http://contracts.ofm.wa.gov/PSCD/Filing/PrintFilingSummary.aspx?menuSelect=mnuFilingNew 3/25/2008
Page 3 of4
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available WITHIN YOUR AGENCY,NOT JUST
WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees from performing the services in the
proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL, STATE OR FEDERAL AGENCIES)
OUTSIDE OF YOUR AGENCY are not available to perform the service more efficiently or more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees from performing the services in the
proposed contract.
Competitive SoliCitation Process
Advertisement Information
Name of the newspapers the advertisement was published in: Daily Journal of Commerce
Solicitation Notification
Number of Solicited Documents: 9. This document was posted on the Internet.
Evaluation
Explain the basis on which the contractor was selected. Do not simply list the evaluation criteria or the scores, but rather explain your
analysis of why the contractor scored well in the evaluation process or what differentiated this contractor from others.
The Contractor was initially selected for an interview based on the strength of their education, training, work experience and proposed hourly rate.
Final selection was based on the consensus of local jurisdictions that will be receiving the services
Names of Firms Responding With Proposals.
Mantis Consulting Service
Describe the evaluation process (e.g., evaluation committees scored the responses, selection committee made the award decision, etc).
Proposed consultant team members were evaluated by a committee conSisting of WSP Criminal Intelligence Unit and Washington JOint Analytical
Center staff to score vendor education, training and work experience. Cost points were awarded based on the proposed hourly rate versus the lowest
hourly rate proposed for all vendors. Proposed consultant team members were separated by work location availability; the highest scorers from the
evaluation were interviewed by WSP and local jurisdictions participating the regional intelligence centers and the WAJAC where the proposed
consultant team members would work. The final selection was based on the outcome of these interviews. .
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
The hourly rate is comparable to other contractors submitting proposals for these services.
Attachments
intel analysto80747.dqc - 150528kb
Are any documents being sent that are not attached via this system?
http://contracts. ofm. wa. gOY IPSCD/F ilinglPrintF ilingS ummary. aspx?menuSelect=mnuF ilingN ew 3/25/2008
Washington State> Office of Financial Management> PSCD Page 1 of4
,
OFFICE OF FINANCIAL MANAGEMENT
PSCD Home Filing
Personal Service Contracts Database
Queues Admin Search Contact Us Links Help
>Logout
To Contract information
Filing Number: Not Yet Available
Agency: WSP
[!] Filing Justification
Reference Number: 61121
TIN:
Select the filing justification section to view or edit
legal Name:Don Castana res
Speciiic Prot)je.m or Need Other Public Resources Comgetitive Solicitation
Agency Contract #: C080747PSC
...fl ...fl Process ..J/
Status:
Legend EValuatIon
~ '
/':fi,
,H.", Info Required To Submit criteria or the scores, but rather explain your analysis of why the contractor scored well
~ Submitted Filing
httn: IIcontracts. ofm. wa. gOY IPSCD/ContractlF ilingJustification.asnx?menuSelect=mnuF ilingN ew&subMenuSelect=mnuFN Cont... 3/25/2008
Washington State> Office of Financiai Management> PSCD Page 2 of4
In Process Contact ,The contractor was initially selected for an interview based on the strength of their
education, training, work experience and proposed hourly rate. Final selection was
based on the consensus of local jurisdictions that will be receiving the services
Processed Contact
.:J
Describe the evaluation process (e.g .• evaluation committees scored the responses,
selection committee made the award decision, etc).
httn:llcontracts.ofm.wa.l!ov/PSCD/ContractiFilin\!Justification.asnx?menuSelect=mnuFilingNew&subMenuSelect=mnuFNCont... 3/25/2008
Washington State> Office of Financial Management> PSCD Page 4 of 4
..:J
Save Answers
f.i~~'a;\X;J! .M8!1agem@rr\
!lH'" ,,{ .. ~~"_
)y"",,~,
httn: 11contracts. ofm. wa. gOYIPSCD/Contract/F ilingJustification. aspx?menuSelect=mnuF ilingNew&subMenuSelect=nmuFN Cont... 3125/2008
Washington State> Office of Financial Management> PSCD Page 1 of3
Agency: WSP
III Filing Justlfication
Reference Number: 61121
TIN:
Select the filing justification section to view or edit
Legal Name:Don Castanares
Specific Problem or Other Public COInQeU[:Ve Solicitation
Agency Contract #: C080747PSC
Need.J! Resources Process
I
Status:
Reasonableness of I
IIliJI Evaluation
Cost
------ ~~--
Legend
Specific Problem Of Need
.J! Info Entered In Section
/t\
itLl Info Required To Submit
Identify and fully describe the specific problem, requirement or need which the contract
IIliJI Saved Filing is intended to address and which makes the services necessary.
•
~ Submitted Filing
hthv IIf'Antl"':lf'tc< Afrn UT'.:I (Tf'''\l/Pc;;;:rn/rAntr~,....tlP;11n(J Tlld;fi,....~t-iAn ~~ny?mpmlS.P:1P:r.t=mnll Fil inoNp:wRr<m hM p:nll~f':lf':c:t=mn1J FNC.ont... 1/25/200R
Washington State> Office of Financial Management> PSCD Page 2 of3
In Process Contact The purpose of this contract is to provide criminal intelligence analyst services at A
!joint federal, state and local law enforcement environments such as joint and
regional criminal intelligence centers.
Processed Contact The Washington Joint Analytical Center is housed at the Seattle Field Office of the
Federal Bureau of Investigation (FBI). WAJAC builds on existing intelligence efforts
by local, regional, and federal agencies by organizing and disseminating threat
information and other intelligence efforts to law enforcement agencies, first
responders, and key decision makers throughout the state, allowing real-time,
accurate, two-way flow of intelligence information. WAJAC participating agencies
including the FBI; U.S. Immigration and Customs Enforcement; the Washington
National Guard; the Washington State Patrol; and several local law enforcement
agencies.
Nine Regional Intelligence Groups (RIGs) are being created to provide criminal
intelligence services in an effort to prevent terrorism. The RIGs are located
regionally throughout Washington State, and are comprised of representatives of
local and state law enforcement agencies. The RIGs serve to provide regionallYM
focused intelligence analysis products, and well as a conduit for information to and
from the WAJAC.
.:J
Describe how the agency determined the services are critical or essential to agency
responsibilities or operations andfor whether the services are mandated or authorized
by the Washington State Legislature•
The services provided through this contract are essential for the implementation of
the Washington State Homeland Security Strategic Plan as published by the
Washington State Military Department for the State of Washington and approved by
the Governor's Office. The contract is funded through the federal Law Enforcement
Terrorism Prevention Program through the Military Department from the U.S.
Department of Homeland Security.
..:J
SaVe Ariswers
OIJicaof
Fit!~.ir\c'ai Mi9!1<'t~ernent
~t'dj' ,t:')/.~,., !'4t1"
httn: // contracts. ofm. wa. eov/P SCD/Contract/F ilineJustification. asox?menuSel ect=mnuFilingN ew &subMenuSel ect=rnn uFN Cont... 3/25/2008
Washington State> Office of Financial Management> PSCD Page 1 of3
T<l Contraellnform9tion
Filing Number: Not Yet Available
Agency: WSP
[!J Filing JUstification
Reference Number: 61121
TIN:
Select the filing justification section to view or edit
Legal Name:Don Castan8res
Specific Problem or NGod Other Public ~:;~)nlf;ctitive So!icitatio:,
Agency Contract #: COaO? 47PSC
J Resources-' Proce%
Status:
t:vahW!!Ofl Reasonableness of Cost
I\liJI
~ Submitted Filing
'ht+ ..... ·II,....l"\nt't"'l,....t~ I"\fl'"Y\ U/g orv'II/PQrn/rflntrg ..... tlP,l,nCT Tl1d.jfi ..... ~tl{'\n ~c:nv?rnpnll~plp.{'.t=rnml Fl1 tnaNpwRr<;:ll hM f".nllSf":lpC'.t=mm IFN ront.... 1/25/2008
Washington State> Office of Financial Management> PSCD Page 2 of3
p'
.Ill;; In Process Contact WSP is prohibited by the federal funding source from using WSP or other
governmental agency employees from performing the services in the proposed
A
contract.
Processed Contact
.::l
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL
are not available to perform the service more efficiently or more cost effectively.
hit,,· Ilrontror.to ofm W~ ao"/P"('n/('ontr~rtlFil ina T".oti fir.~tion ~on"?mpml"P]pr.t=mml Filin"New&suh M enuSelect=mnuFNCont... 3/25/2008
Washington State> Office of Financial Management> PSCD Page 3 of3
WSP is prohibited by the federal funding source from using WSP or other
governmental agency employees from performing the services in the proposed
"
contract.
..:J
Sav'e An,sWe,rS-
r'l'n'ii{,:;:;";' Managem~mt
~!M~ ,.~ '''',,':-0'1;!-/
To Contract InfotmaU()o
Filing Number: Not Yet Available
Agency: WSP
I±l Filing Justification
Reference Number: 61121
TIN:
Select the filing justification section to view or edit
Legal Name:Don Castanares
Soedfic Problem or Other Public Resources Competitive Solicitation
Agency Contract #: C080747PSC
Need .JJ .JJ Process..Jl
Status:
Reasonableness of Cost
Ii!I Evniuatlon
•
tJ
File Passed Virus Check
httn:llcontracts.ofm.wa.gov/PSCD/Contract/FilingJustification.asDx?menuSelect=mnuFilingNew&subMenuSelect=mnuFNCont.., 3/25/2008
Washington State> Office of Financial Management> PSCD Page 2 of3
In Process Contact
r Seattle PosHntelligencer
r If published in a publication, in
addition to one of the six above,
include below.
r····-- :H
r Services will be provided entirely outside WA, OR or 10 but in the U.S.,
and the advertisement was published in:
r :H
r Services will be provided primarily outside the U.S., and the advertisement
r--
was published in:
jj
u
..::J
..:J
I
htto:llcontracts.ofm.wa.gov/PSCD/Contract/Filing]ustification.aspx?menuSelect=nmuFilingNew&subMenuSelect=nmuFNCont... 3/25/2008
Washington State> Office of Financial Management> PSCD Page 3 of3
Solicitation Notification
Bidder Notification - Provide the number of firms that were either directly sent the
19
Internet
P" Notification regarding the solicitation was also posted on the Internet
SaVEn\ns*'ers
~"_m~;.=: '::' __'"W",-';;,",u~. ,
I
F;;:,~;::;,;;;, Manageml£"t
~;;.i), '" ,""'j- "I:!''''
http://contracts.ofm.wa.gov/PSCD/Contract/FilingJustification.aspx?menuSelect=mnuFilingNew&subMenuSelect=mnuFNCont... 3/25/2008
Date 3/18/08
Washington State Patrol
LDS - /-/-
B ulge
d t an dF"IscaIS ervlces Cont ractN o ff
Ilcaf Ion Form
o Billable over $10,000 o Billable under $10,000 [gl Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C080747PSC (1)
Contract Start Date Contract End Date AFRS End Date
March 24, 2008 September 30, 2008
Contract Title CFDANo. I QFSR
Criminallnteliigence Analyst Services DYes DNo
Contractor Name
Don Castanares dba Bastion Research LLC
Contractor Contact Address
2112 Tina Ct SE, Olympia WA 98513
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
Mr. Don Castanares 360-459-9246
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
Tanya Pierce
WSP Project Manager WSP Section/Division/Bureau BFS Budget Analyst Name
Lt. Randy Drake lAD Sue Aschenbrenner
Remarks: TASK ORDER NO.1. PERIOD OF PERFORMANCE AND AMOUNT IS FOR THIS TASK ORDER
ONLY. REIMBURSES CONTRACTOR AT HOURLY RATE OF $49.00 (SFY08).
Distribution: [gl Project Manager [gl Accountant [glBudget Analyst [gl Other: Captain Braniff
300-365-522 (R 6/03)
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor shall provide criminal intelligence analyst services
during the time of the period of performance indicated above for
this Task Order. The local worksite for the Contractor during this
Task Order is Region 3.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$49.00.
Page 1 of 1
Date 3/18/08
Washington State Patrol
d t an dF iscaI Services
Bulge . Contract Notl Ication Form LOS
- /- -
o Billable over $10,000 o Billable under $10,000 IZI Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C080747PSC
Contract Start Date Contract End Date AFRS End Date
March 24, 2008 September 30, 2011
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Don Castanares dba Bastion Research, LLC
Contractor Contact Address
2112 Tina Ct SE, Olympia WA 98513
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
Mr. Don Castanares 360-459-9246
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
Tanya Pier-ce .
----
Billable Contracts Only
Mileage Allowed: DYes DNa Mileage Only: DNa
Std Mileage Rate: DYes DNo Special Mileage R per mile
Travel Authorized: DYes DNo oluntary OIT: DYes DNa
Special Rules: DYes DNa
Prorate Leave to Contract: Dye~ --------- AFRS Code Assigned: DYes DNa
Overtime Allowed: DYes Overtime Only (On Day Off): DYes DNa
Contract Pays Only~es DNa Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Type~eipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
DistriBution: IZI Project Manager IZI Accountant IZIBudget Analyst IZI Other: Captain Braniff
300-365-522 (R 6/03)
WASHINGTON STATE PATROL
PERSONAL SERVICE CONTRACT
No.
Criminal Intelligence Analyst Services
I and the Contractor identified below,
Don Castanares
Number
2112 Tina Ct SE
3
Date
March 2008
ATTACHMENTS. When the boxes below are marked with an X, the Exhibits are
into this Contract by reference:
IZI Exhibit A, Statement of Work.
IZI Exhibit B, General Terms and Conditions
Additional Exhibits as
Date
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must be able to obtain a federal Top Secret level security clearance;
and must provide proof to the WSP Project Manager of formal training in i2's Analyst
Notebook application and Penlink no later than one hundred and twenty (120) days from
the date of contract execution.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
7. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("SUbcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW' means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work,
for work performed to the satisfaction of the WSP Project Manager. Compensation for services
rendered shall be payable upon receipt of properly completed invoices, which shall be submitted not
more often than monthly to the WSP Project Manager. The invoices shall describe and document to
WSP's satisfaction a description of the work performed, activities accomplished, the progress of the
project, fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
'.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon Signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor..
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any prOVision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
. Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are usefUl to WSP. .
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C080065PSC or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers; financial profiles, credit card information,
driver'S license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
Date
I
Contract Notes:
Word Processing
Attorney General
Bureau Cdr IOC
BFS Notification 612112006
BFS Review 7/6/2006
Chiefs Office 71612006
Transmittal Letter 6/2112006
Mailed to Other Part 612112006
Received Back 7/6/2006
Distributed ! 7/24/2006.
Amendment
AmdAmount I $295,000
Amendment
AmdAmount I . ($97,000)
Date 9/20/07
Washington State Patrol
LDS / /
Budget ana Fiscal Services Contract Notifll.i",tlon Form·
D Billable over $10,000 D Billable under $10,000 IZl Payable D Other:
WSP Contract Number Other Contract Number AIR Number
C070061 PSC (3)
Contract Start Date Contract End Date AFRS End Date
October 1, 2007 September 30, 2008
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Douglas Larm dba: OJl.erational Applications
Contractor Contact Address
Prorate Leave to Contract: DYes DNo ____________ AFRS Code Assigned: DYes DNo
Overtime Allowed: DYe~ Overtime Only (On Day Off): DYes DNo
Contract Pays Only OfT Co~es DNo Minimum Call Out Hours: _ _ _ _ _--1
Primary Org Code: ___________ Other Org Codes:
Type~eipt: DRevenue D Interagency Reimbursement D Recovery of Expenditure
-~~~--~--~----------~~--~~--------------~----~--~--------------~
Distribution: IZl Project Manager IZl Accountant !ZfBudget Analyst D Ottrer: _ _ _ _ _ _ __
300-365-522 (R 6/03)
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Doug Larm) shall provide criminal
. " mtelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
. rate of $44.
Iitr
FOR THE WASHINGTON STATE PATROL: FOR THE CONTRACTOR:
~i-.-vckl
John R. BatisteXhle'fj Date
Page 1 of 1
INTERf" "":FICE COMMUNICAT~~N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Douglas Larm. Funding for this contract has been encumbered under the budget
code listed on the attached Budget and Fiscal Services Contract Notification Form.. Please take
the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• Please ensure that the WSP employee preparing payment documents for this contract has a
copy of this contract to ensure the payment documents are filled out correctly.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
:rtf
contract.
Attachment
cc: Mr. Shawn Eckhart, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540 • www.wsp.wa.gov
Enclosed with this letter is one fully executed original of each of the referenced
contracts between the Washington State Patrol and your firm. Please keep these
originals for your records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
contract. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
o ew
Period of Amendment
Comments:
Grants and Contract Manager:
Chief:
09/24/2007 MON 6:27 FAX
Description of Service: The Contractor's Employee (Doug Lann) shall provide criminal
intelligence analyst serVices during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
. rate of $44.
.I:tr-
FOR THE WASHINGTON STATE PATROL: FOR THE CONTRACTOR:
Page 1 of 1
09/24/2007 MON 6:27 FAX ~0011002
Message:
Signed copy of Washington State Patrol Task Order 3/Contract Number C07006lPSC
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Doug Larm) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
, rate of $44.
Page 1 of 1
Page 1 of 1
Mr. Larm-
Attached is a task order for your firm's criminal intelligence analyst contract to extend and fund the contract for
one additional year.
If this amendment is acceptable, please have an authorized individual for your company sign and date the task
order, fax the task order to my attention at (360) 664-0657, and send the task order with the original signature to
me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive the task order
via fax no later than Sunday, September 30, 2007 at 4:00 p.m. local time. Once I receive the document with your
firm's original signature through the postal mail I will send one fully executed original of the task order to you for
your records.
9/2012007
Date 10/27/06
Washington State Patrol
d t an d FIscaI S
Bulge '
ervlces IlcafIon Form
Cont ract NotT LDS
-1- -
o Billable over $10,000 o Billable under $10,000 [gI Payable o Other:
WSP Contract Number Other Contract Number NR Number
C070061 PSC (2)
Contract Start Date Contract End Date AFRS End Date
October 1, 2006 September 30, 2007
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes oNo
Contractor Name
Douglas Larm dba: Operational Applications
Contractor Contact Address
VI V
Accounting Manag~r
Indirect Costs % ~\ \ -£-
Sub Revenue Code
V
Fund AI PI Project TAR Code Percent!
Master Index Object Major Major Sub Amount
Group . Source Source
SIS6 001 020 00270 8186 CE
----
Billable Contracts Only
Mileage Allowed: DYes oNo Mileage on~ oNo
Std Mileage Rate: DYes oNo ~ per mile
Travel Authorized: DYes oNo oluntary OIT: DYes oNo
Special Rules: DYes oNo
Description of Service: The Contractor's Employee (Doug Lann) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department).
Page 1 of 1
INTER FFICE COMMUNICAl )N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Douglas Larm. Funding for this contract has been encumbered under the budget
code listed on the attached Budget and Fiscal Services Contract Notification Form. Please take
the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• Please ensure that the WSP employee preparing payment documents for this contract has a
copy of this contract to ensure the payment documents are filled out correctly.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
contr¥
~
Attachment
cc: Ms. Eileen Nashleanas, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000·323-001 (5/96) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building· PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540. www.wsp.wa.gov
November 3, 2006
Enclosed with this letter is one fully executed original of each of the referenced
contracts between the Washington State Patrol and your firm. Please keep these
originals for your records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
contract. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
M'~~~hl
Budget and Fis I Services
jh
Enclosure
SEAITLE POLICE DEPARTMENT
CRIMINAL INTELLIGENCE SECTION
610 Fifth Avenue, Unit 348, P.O. Box 34986
Seattle, Washington 98124-4986
Message:
CONFIDENTIALITY - This facsimile transmISSIOn and accompanying documents may contain confidential
information. This facsimile transmission and all accompanying attachments are intended solely for the above named
recipient. If you are not the intended recipient, you are hereby notified that any disclosure, copying, distribution or the
taking of any action in reliance on the contents of this information is strictly prohibited. If you have received this
facsimile in error, please contact the sender at the voice phone number listed above to arrange for the return of the
documents. -
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Doug Larm) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department).
Page 1 of 1
Budget and Fiscal Services
Contract Routing Face Sheet
Contract No.
Amount:
Scope of Work:
Comments:
Grants and Contract Manager:
BFS Adminstrator:
1/
e nt Services Bureau ~--\JCK"".
,AJ.-------------
~'---------
IgJ uUJ./ UV",
09/27/2006 WED 06: 27 FAX 206 684 8014 SEATTLE PD INTELLIGENCE
Message:
CONFIDENTIALITY - This facsimile transmISSlon and accompanying documents may contain confidential
. information. This facsimile transmission and all accompanying attachments are intended solely for the above named
recipient. If you are not the intended recipient. you are hereby notified that any disclosure, copying, distribution or the
taking of any action in reliance on the contents of this information is strictly prohibited. If you have received this
facsimile in error, please contact the sender at the voice phone number listed above to arrange for the return of the
documents.
09/27/2006 WED 06: 27 FAX .2U6 6ts4 tsU14 1::H£ATl'L):!; I'll 11'fl'.t<..LLlu~r\j\j.Jj, I¥:I VV~I vv~
Description of Service: The Contractor's Employee (Doug Larm) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department).
Page 1 of 1
Page 1 of 1
Attached is a task order for your firm's criminal intelligence analyst contract to extend and fund the contract for
one additional year.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 664-0657, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Friday, September 29, 2006 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of the
amendment to you for your records.
9/2612006
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Doug Larm) shall provide criminal
intelligence analyst services dnring the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee dnring this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department).
Page 1 of 1
Date 6/21106
Washington State Patrol
LDS / /
BudQet ana Fiscal Services Contract Notification Form
o Billable over $10,000 0 Billable under $10,000 ~ Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C070061PSC (1)
Contract Start Da~ _ / Contract End Date AFRS End Date
SeE 7/1:1//;;; September 30, 2006
Contract Title CFDA No. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
DouQlas Larm dba: Operational Applications
Contractor Contact Address
Indirect Costs %
Accounting Managerl ~1'1I· ---60 (J-/
S b Revenue Code Percent!
Master Index Fund AI PI Project Major Major Sub TAR Code
Object Amount
Group Source Source
SIS4 001 020 00270 SIS4 CE
Prorate Leave to Contract: DYes DNo _________ AFRS Code Assigned: DYes DNo
Overtime Allowed: DYe~ Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Co~es DNo Minimum Call Out Hours: - - - - - - - - t
Primary Org Code: __________ Other Org Codes:
o Recovery of Expenditure
--
Type~ipt: DRevenue 0 Interagency Reimbursement
Description of Service: The Contractor's Employee (Doug Larm) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $44.00.
/)J7tl~1.kf U&VI'
j#L§' /U/FZ/~~
Printed Name and Title
Page 1 of 1
Date 6/21/06
Washington State Patrol
LOS
d t ana FIscaI S
8 uige '
ervlces Contract No ff
IlcafIon Form -/-/-
D Billable over $10,000 D Billable under $10,000 o Payable D Other: .
I
SeE, 7. June 30, 2009
Contract Title (
CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Douglas Larm dba: Operational Applications
Contractor Contact Address
13405 - 159th Street Ct E, Puyallup WA 98374
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN
DOUQ Larm
Contractor E-Mail Address Contractor Contact Fax BFS Accountant Name
. Tanya Pierce
WSP Project Manager WSP Section/Division/Bureau BFS Budget Analyst Name
LT Huntley lAD Eileen Nashleanas
Remarks: Requires separate task orders - do not encumber.
Prorate Leave to Contract: DYes DNO _________ ------ AFRS Code Assigned:
Overtime Only (On Day Off):
DYes DNo
Overtim~ DYes ONo
Contract Pays Only OIT Cost: es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Typept.Mceipt: DRevenue D Interagency Reimbursement D Recovery of Expenditure
Contractor Num
Printed Name i
John R. Batiste, Chief
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must be able to obtain a federal Top Secret level security clearance;
and must provide proof to the WSP Project Manager of formal training in i2's Analyst
Notebook application and Penlink no later than one hundred and twenty (120) days from
the date of contract execution.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card inform<.ltion, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
7. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or substitute liability form providing equivalent coverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract. .
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending retum to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number 5 (Contract) or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
Date
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Mr. Douglas LarmlOperational Applications. Funding for this contract has been
encumbered under the budget code listed on the attached Budget and Fiscal Services Contract
Notification Form. Please take the following steps to ensure the correct payment of this
contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• Please ensure that the WSP employee preparing payment documents for this contract has a
copy of this contract to ensure the payment documents are fIlled out correctly.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
:Wi
contract.
Attachment
cc: Ms. Eileen Nashleanas, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504.2600 • (360) 753·6540. www.wsp.wa.gov
Enclosed with this letter is one fully executed original of each of the referenced
contracts between the Washington State Patrol and your firm. Please keep these
originals for your records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
contract. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
OHN R. BATISTE
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Comments:
Grants and Contract Manager:
BFS Adminstrator:
~---7P""'~------
INTER rFICE COMMUNICA1_ ~N
Attached is a copy of the above-listed draft agreement between the Washington State Patrol and
Operational Applications. Please note this agreement:
Please review the agreement and indicate your approval/disapproval or suggested revisions or
comments in the space provided below, and return this IOC and the attached agreement to
Mr. Jeff Hugdahl by June 28,2006.
The Budget and Fiscal Services agreement tracking number is the Agreement Number noted
above. This number should be used on all correspondence regarding the agreement. If you
have ~~estions or concerns, please contact Mr. Hugdahl at Micro 11, ext. 179.
~~
Attachment
Approve: _~
_ _ _ _ _ __
Disapprove: _ _ _ _-,--_ _ __
Revisions/Comments:
Signature: f\-<) L. 0 JJ ~~
Date: ~"2-I/ l,
3000·323·001 (5/96) An internationally accredited agency providing professional law enforcement seroices
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, \VA 98504-2600 • (360) 753-6540
Subject: WSP Contract No. C070061 PSG; and Task Order 1 under WSP Contract No.
C070061PSC
Enclosed are two originals of each of the referenced contractual documents between the
Washington State Patrol and your firm. Once an approved representative of your firm has
signed and dated these originals, please return all originals to me at the following address:
Please have your employee providing services under this Contract sign and date one copy of
Exhibit C, Contractor Employee Nondisclosure Agreement, and return it with the contractual
documents.
A fully executed original of each document will be returned to you for your records. The
Washington State Pat~ol contract tracking number is the contract number referenced above;
please use this number on all correspondence regarding the contract. If you need further
assistance, please contact me at (360) 753-0602.
Sincerely,
!.( ~,/V'I-
Mr. e y R. Hug
Budge and Fisca
jh
Enclosures
cc: Lieutenant Keith Huntley, Investigative Assistance Division
WASHINGTON STATE PATROL
PERSONAL SERVICE CONTRACT
Criminal Intelligence Analyst Services
Date Date
Printed Name
John R. Batiste, Chief
2120/02
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
2. Contractor Qualifications. During the period of performance of this Contract, the
Contractor Employee must be able to obtain a federal Top Secret level security clearance;
and must provide proof to the WSP Project Manager of formal training in i2's Analyst
Notebook application and Penlink no later than one hundred and twenty (120) days from
the date of contract execution.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating -
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card informatiof], driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee( s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policWsaamintro.htm
7. Insurance Requirements.
a. Worker's Compensation Coverage. The Contractor will at all times comply with all
applicable workers' compensation, occupational disease, and occupational health
and safety laws, statutes, and regulations to the full extent applicable. WSP will not
be held responsive in any way for claims filed by the Contractor or their employees
for services performed under the terms of this contract.
b. Business Auto Policy. As applicable, the Contractor shall maintain business auto
liability and, if necessary, commercial umbrella liability insurance with a limit not less
than $500,000 per accident. Such insurance shall cover liability arising out of "Any
Auto." Business auto coverage shall be written on ISO form CA 00 01, 1990 or later
edition, or substitute liability form providing equivalenlcoverage. The Contractor
shall furnish evidence of Business Auto Policy insurance meeting contract
requirements at the request of WSP.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSp, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
cornpliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jOintly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indernnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number 5 (Contract) or its
performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations,
including RCW 10.97, violation of which may result in criminal prosecution.
Date
Description of Service: The Contractor's Employee (Doug Larm) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Region 6 Regional Intelligence Group (King County/Seattle Police
Department) .
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $44.00.
Page 1 of 1
Personal Service Contr,,_, Risk Assesment
Page 1 of4
CPNTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
WSP Contract Number
BFS Contracts Specialist
A. PRE-CONTRACT PLANNING
1.
Description of 2;~ AA~ ,"',QUa-?
Decision I Comments
Funding
Funding source (account coding) and Amount Le:7"PP W4I , , , ErL"5. -. \
Has an authorized manager approved the
~esD~o !..... ../
expenditure?
Type of appropriation (federal, state, other) z::""..... /
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties List System been ~esDNo
checked?
Public Resources
How have you assessed if other public resources are
available for this work? IJftI
• AQency resources DY~~ DNa
• Other public (Qovernmental) resources DYel fL] No
Competitive Contracting
Has this work been performed/is performed by WSP
DYes ~No
. employees?
If yes, has the WSP Labor Attorney been contacted? DYes DNo /V/A
Has the WSP Labor Attorney given approval to
DYes DNo
proceed with the contract? '/
Ethics
Is contractor a current or former state employee? DYesKNo
• If current, does contractor require Ethics Board DYes 1)(1 No
approval?
• If former, provide last date of employment.
Payments
%;cost Reimbursement (Budget)
Have you determined the appropriate method(s) of Time and materials (Hourly)
compensation and billing? Fixed Price
D Performance Based (valuation of
deliverables1
Personal Service Contra~( Risk Assesment
Page 2 of4
Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintaine~ RElla ./:!~
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
=LowerRisk; Yes =HiQher Risk -;;;
Contract dollar amount
$5,000 to <$25,000 =Low Risk
>$25,000 to <$100,000 =Medium Risk
>$100,000 =High Risk
c/
Complexity of services :l
Payment method (how complex is it?) What method(s) did you use? What
experience do you have with the method(s)?
o
if
Cost Reimbursement (Budget) (score 3-5)
~Time and materials (Hourly) {score 3-5)
Fixed Price (score 1-3))
o Performance Based (valuation of deliverables) (score 1-3)
Procurement method:
~ Competitive (score 1 to 3)
o Sole Source (score 3 to 5)
:J
2. Contractor Risk
Risk
Risk Factor Points
Size and source of funding J
Length of time in business ~
Experience and past performance V
Accreditation and licensure (Is contractor subject to either and if so, do you have
Jl.roof?)
Financial health and practices (is contractor's financial condition good or poor?)
-
-
~
Board of Directors (for Non-profits only - do they take an active role in the
-
orQanization?)
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?)
Organizational changes (is organization stable or does it have frequent turnover?) 2
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentralized functions?) ~
Legal actions (has there been any for the last 12 months? - if so, what?) ~
Background of individuals (do yoU have resumes?) :;t
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contract.
1. Were contract and contractor risks assessed prior to entering into a contract?
I:i'"Yes 0 No
2. Does tl)e risk assessment form the basis of the monitoring plan?
JlfYes ONo
Personal Service Contrc._. Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
lXfVes 0 No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A133 audits)?
What, if any, audit coverage is necessary to
assure appropriate spending of state funds?
Was a risk assessment completed to determine
whether an audit was needed?
Is corrective action necessary? Were
questioned costs resolved?
Are audit findings, if any, resolved?
ISSUE COMMENT
Anyactivities need follow-up?
All invoices have been received and paid?
Follow-up on audit findings needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
> Advanced Search Search Results for Parties > Public User's Manual.
Contact Information
OFFICIAL GOVERNMENT USE ONLY
http://www.epls.gov/epls/search.do 9/20/2007
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, July 05, 2006 1:25 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 6/20/2006 4:10:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 35837-00
Agency: 225
Agency Contract #: C070061PSC
Filed Date: 6/20/2006 4:10:00 PM
Start Date: 7/1/2006
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, July 05, 2006 11 :23 AM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Contract Comment: Agency 225 - Filed Date 6/20/2006 4:10:00 PM.
Jan McMullen made the following comment about this contract: OFM Policy 15.20.30.c
states: In order to provide further assurance that contractors are aware of the State's
competitive solicitations, agencies must directly notify/contact firms, businesses and/or
individuals about the bidding opportunities. Therefore, the competitive solicitation
document or notification regarding the document must be issued or sent directly to
mUltiple firms or businesses. "Multiple II firms mean a reasonable number of firms
depending upon the type of services being solicited, but six is a minimum to satisfy this
requirement. 1I The filing referenced 4 being notified. In future procurements, please
notify a minimum of 6.
Agency: 225
Agency Contract #: C070061PSC
Filed Date: 6/20/2006 4:10:00 PM
Start Date: 7/1/2006
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Tuesday, June 20, 20064:10 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 6/20/2006 4:10:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency, 225
Agency Contract #' C070061PSC
Filed Date, 6/20/2006 4,10,00 PM
Start Date, 7/1/2006 Filed By, Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 00
Contract Dates
Filed Date Start Date End Date
07/01/2006 06/30/2009
Contacts
http://contracts.ofin.wagovIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFilin... 6/20/2006
Page 2 of3
http://contracts.ofm.wa.govIPSCDlFiiing/PrintFiiingSummary.aspx?menuSeiect=mnuFilin... 6/20/2006
Page 3 00
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence
Unit and Washington Joint Analytical Center staff to score vendor education, training and work experience.
Cost points were awarded based on the proposed hourly rate versus the lowest hourly rate proposed for all
vendors. Proposed consultant team members were separated by work location availability; the highest
scorers from the evaluation were interviewed by WSP and local jurisdictions participating the regional
intelligence centers and the WAJAC where the proposed consultant team members would work. The final
selection was based on the outcome of these interviews.
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
For proposed consultant team members on previous procurements for these services, the average hourly rate
has been $48.04 per hour. The contractor proposed $44 per hour.
Attachments
larm 0606.doc - 124928kb
WSP RFQQ No. C061 066PSC.doc - 261120kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.gov/PSCDfFiling/PrintFilingSumrnary.aspx?menuSelect==rnnuFilin... 6/20/2006
WSP Personal Service Contract Risk Assessment
A. PRE-CONTRACT PLANNING
Decision Comments
Funding LETPP FFY04
Fundina source(account codirlOl A/i(·d"?l'J. ,
(ff):?7/J _ ~/-sd
Has an authorized manager approved the Yes
expenditure?
Tvpe of aoorooriation (federal, state, other) Federal oass-thru from EMD
Havevouoerformed a cosUbenefit analYsis? Yes
Public Resources
How have you assessed if other public resources are N/A
available for this work?
--
• Aaencv resources
• Are DublicTo-overnmental) resources
Competitive Contracting
Has this work been performed/is performed by WSP
emolovees?
DYes IZl No
liVes, has the WSP Labor Attorney been contacted? DYes IZl No
Has the WSP Labor Attorney given approval to
proceed with the contract? DYes IZl No
Ethics
Is contractor a current or former state employee? D Yesk!"No
• If current, does contractor require Ethics Board
aooroval?
• If former, orovide last date of emolovment.
Does an indeoendent contractor relationshlD exist?
DYes ~No
Yes
_ .
F-l
Competitive D Sole Source
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is
dynamic and should be updated periodically throughout the term of the contract. Not
required on contracts less than $5,000.
1. Contract Risk
Risk
Risk Factor Points
C~t~tract monitoring is required by law or regulation (such as Single Audit 2
Act
Contract dollar amount 4
$5,000 to <$25,000 = Low Risk
>$25,000 to <$100,000 = Medium Risk
>$100,000 = Hioh Risk
Complexitv of services ~
Payment method (how complex is it?) What method(s) did you use? 4 .
F-2
Personal Service Contract Risk Assesment
Page 3 of4
Procurement method: 2
~ Competitive (score 1 to 3)
D Sole Source (score 3 to 5)
2. Contractor Risk
Risk
Risk Factor Points
Size and source of fundina 2
Number of contracts with State-{includirl!:l OSpj) 2
Lenath of time in business 2
Exoerience and oast oerformance 2
Accreditation and licensure (Is contractor subject to either and if so, do 2
yOU have oroof?)
Financial health and practices (is contractor's financial condition good or 2
ooor?)
Board of Directors (for Non-profits only - do they take an active role in the 0
oraanization?)
Subcontracting activities (does the contractor have an effective monitoring 0
function to oversee subcontractors?)
organiza;;onal changes (is organization stable or does it have frequent 2
turnover?
Management structure and adequacy (Is organization centralized or 2
decentralized - how much control over decentralized functions?)
Leaal actionsrhas there been anvfor the last 12 months? - if so, what?) 2
Backaround of individuals (do yOU have resumes?) 2
1. Were contract and contractor risks assessed prior to entering into a contract?
~Yes DNo
2. Does the risk assessment form the basis of the monitoring plan?
~Yes DNo
3. Was the risk assessment used to determine the scope, frequency, and methods of
monitoring and/or auditing to be used to ensure sufficient oversight?
~Yes DNo
4. What monitaring activities are in your plan?
F-3
Personal Service Contract Risk Assesment
Page 4 of4
E. TECHNICAL ASSISTANCE
DYes rgj No
F. AUDITS
ISSUE COMMENTS
Have audits been completed on this contract (for N/A
example, A 133 audits)?
What, if any, audit coverage is necessary to assure
appropriate spending of state funds?
Was a risk assessment completed to determine
whether an audit was needed?
Is corrective action necessary? Were questioned
costs resolved?
Are audit findings, if any, resolved?
ISSUE COMMENT
Any activities need follOW-Up?
All invoices have been received and paid?
Follow-up on audit findinQs needed?
Program objectives and outcomes have been
evaluated/assessed? Please describe.
F-4
.tJ)" 0rr'/-ollAl 4;1~7 (LAm ) EXHIBIT B
One (1) original Letter of Submittal and Certifications and Assurances was submitted with the
Consultant's proposal. Letter of Submittal and Certifications and Assurances were signed by
a person authorized to legally obligate the Consultant.
At a minimum, the proposal clearly demonstrates that any proposed ConSUltant Team
Member:
Has a two year college degree in criminal justice, law enforcement, statistical analysis or a
related field (two years experience as a criminal intelligence analyst or as a commissioned law
enforcement officer may substitute for each year of college);
Has two years work experience in national security or criminal intelligence analysis, or five
years work experience as a commissioned law enforcement officer; and
Is proficient in the use of Microsoft Office Suite.
Will be trained in i2's Analyst Notebook application and Penlink no later than 120 days from
contract execution
The proposal clearly demonstrates that any proposed ConSUltant Team Member has two
years work experience in national security or criminal intelligence analysis; or five years work
experience as a commissioned law enforcement officer.
The proposal contains a Waiver and Authorization to Release Information form for every
Consultant Team Member proposed for work. The form is signed by each respective
proposed Consultant Team Member.
Proposal provided 90 days for acceptance of its terms from the due date of proposals.
http://dor.wa.gov/contentlbrdlimages/BRDlmage.aspx?tra=gBPyeFRlHoUkE9HQBVocNr... 519/2006
Operolionol RECElV 0
~
licolions Z006
RECEIVED
APR 282006
BUDGET & FISCAL
WSP
A PROPOSAL:
PROJECT TITLE:
TABLE OF CONTENTS
Section Page
LETTER OF SUBMITTAL
For this RFQQ SOlicitation, I propose myself as the Operational Applications consultant:
SSN
UBI 602556875
....~
Date (DDIMMfYY) c:?ICJ;?~
l/we make the following certifications and assurances as a required element of the proposal to
which it is attached, understanding that the truthfulness of the facts affirmed here and the
continuing compliance with these requirements are conditions precedent to the award or
continuation of the related contract(s):
1. l/we declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition.
However, IIwe may freely join with other persons or organizations for the purpose of
presenting a single proposal.
3. ThEi attached proposal is a firm offer for a period of 90 days following receipt, and it may
be accepted by WSP without further negotiation (except where obviously required by lack
of certainty in key terms) at any time within the 90-day period.
4. In preparing this proposal, l/we have not been assisted by any current or former
employee of the state of Washington whose duties relate (or did relate) to this proposal or
prospective contract, and who was aSSisting in other than his or her official, public
capacity. (Any exceptions to these assurances are described in full detail on a separate
page and attached to this document.)
5. l/we understand that WSP will not reimburse me/us for any costs incurred in the
preparation of this proposal. All proposals become the property of WSP, and l/we claim
no proprietary right to the ideas, writings, items, or samples, unless so stated in this
proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted
have not been knowingly disclosed by the Proposer and will not knowingly be disclosed
by him/her prior to opening, directly or indirectly to any other Proposer or to any
competitor.
7. l/we agree that submiSSion of the attached proposal constitutes acceptance of the
solicitation contents and the attached Personal Service Contract General Terms and
Conditions. If there are any exceptions to these terms, IIwe have described those
exceptions in detail on a page attached to this document.
8. No attempt has been made or will be made by the Proposer to induce any other person
or firm to submit or not to submit a proposal for the purpose of restricting competition.
s/gnatur~
Date (DDIMMlYV) ~ f c),()f
Washington State Patrol (Exhibit A to RFQQ No. C061066PSC)
RESPONSE TO QUESTIONNAIRE
3.2- Resume
Background - Doug Larm is a professional intelligence analyst with
over 20 years of US Army military intelligence experience and training
and over four years' as a defense contractor supporting the US Army's
First Corps' intelligence staff at Fort Lewis, Washington. He is a
Distinguished Military Graduate with a SA in Political Science and
holds an AA in Criminal Justice as a Distinguished Military Student.
He is a graduate of the US Army War College's Defense Strategy
Course analyzing national security challenges. At Fort LewiS, he is a
senior intelligence analyst responsible for providing continuity on First Larm
Corps' responsibilities for responding to potential or actual threats and is a corporate
force protection and anti-terrorism program manager and quality control task monitor
responsible for maintaining information relevance in terrorism, counterterrorism, force
protection, and criminal activities.
Education
• Master Certificate, IS/IT Project Management, Villanova University, March 2004
• Master Certificate, Applied Project Management, Villanova University, July 2003
• SA Political Science, University of Hawaii, Distinguished Military Graduate, 1980
• AA Criminal Justice, New Mexico Military Institute, High Honors/Distinguished
Military Student, 1977
Summary of Qualifications
Doug Larm is a professional intelligence analyst. He is a former US Army Military
Intelligence Officer with over 20 years of military experience in applying art and science
of reconnaissance and surveillance missions, human and electronic intelligence
operations, security and force protection planning across a spectrum of peacetime
conditions tied to potential conflict situations.
As a former strategiC intelligence officer for the Defense Intelligence Agency, he has
contributed organizational, analytical and specialized technical skUls in supporting US
defense strategy promoting military-ta-military cooperation and intelligence sharing in a
jOint, combined national intelligence and analYSis center.
A defense contractor since 2002, he has demonstrated specialized knowledge of
jOint and combined intelligence applications across entire spectrum of conflict and
contingency situations challenging First Corps by deSigning comprehensive solutions in
training environments to mirror real-world intelligence capabilities or developing
processes to mitigate shortfalls.
3.3 - Availability
3.4 - References
The contractor grants unrestricted permission for WSP to contact references.
Commander
502nd Military Intelligence Battalion
Fort Lewis, Washington 98433
Service provided: coordinated exercise and training issues within I Corps staff, with
training support agencies, intelligence agencies and throughout the U.S. Army force
structure of active, reserve and National Guard components. Provided operational
experience and expertise in battalion through corps and higher combat· and intelligence
simulations.
QUOTATION
Proposed hourly rate for consultant for services through June 30, 2007:
$44.00 $84,480 bid quotation (hourly rate multiplied by 1920 billable hours)
Proposed hourly rate for consultant for services option year one ending June 30, 2008:
$44.00
Proposed hourly rate for consultant for services option year two ending June 30, 2009:
$44.00
I authorize you to furnish the Washington State Patrol with any and all information that
you have concerning me, my work, my reputation, my driving record, my criminal history
record, including any arrest records, any information contained in investigatory files, any
internal affairs investigations and diSCipline, including any files which are deemed to be
confidential and/or sealed, my medical records, my psychological testing analysis and
recommendation, my military service records, and my financial status. Information of a
confidential or privileged nature may be included.
Your reply will be used to assist the Washington State Patrol in determining my
qualifications. I understand my rights under Title 5, United States Code, Section 552a
(The Privacy Act of 1974), and waive these rights with the understanding that
information furnished will be used by the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which
may result from furnishing the information requested.
Douglas - Larm
Applicant Name (First, Middle, Last)
Doug
Other names you have been know by, including prior marriage(s) or nickname(s)
28 July 1956
Social Security Number Date of Birth
Miff ciY$~Ch
. ;'fi(Signature Date
F
Contract Notes: Date document was sent to:
From RFQQ C060226PSC. Amd 2 - ext. T01 thru Word Processing
5/31/06. Attorney General
Bureau Cdr IOC
BFS Notification 11/17/2005
i.
BFS Review
Chiefs Office
I: 1/1812006
1/18/2006
Transmittal Letter 12/1/2005
Mailed to Other Part 12/1/2005
Received Back I 12/13/2005
Distributed
I 112012006
Amendment [0'
AmdAmount
I $0
Amendment
rc-
AmdAmount
I $0
Date 11/18/08
Washington State Patrol
LOS I I
Budget and Fiscal Services Contract Notification Form
o Billable over $10,000 o Billable under $10,000 t8J Payable o Other:
WSP vor." en" N/~~ber Other v""" en" AIR
\jUo~ L; \U)
ContrCu' Start Date AFRS End Date
Contractor E-Mail voro" ,"",u. vC" OlCu' Fax BFS AI'Otonuntant Name
Tanya ni
WSP Project Manager WSP BFS .1,. Name
"" ""'"''
LT Drake lAD Sue" orenner
Remarks: Extends of mce for one month.
AI Sub Percent!
Master Index Fund PI Project Maior M~ior TAR Code
Object <':"h
Amount
Gr;;~p -<:4;'r~ S;~~e
WAJ7 001 01' 00271 WAJ7 CE
i Only
----
::::01
Mileage Allowed: DYes DNo Mileage On~ ~DNo
Std Mileage Rate: DYes DNo Special Mi~ per mile
Travel Authorized: DYes DNo ~ "nt"ry OIT: DYes DNo
Special Rules: DYes DNo
Prorate Leave to Contract: ~yesDNo --------- AFRS Code Assigned: DYes DNo
Overtime Allowed: DYes Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Cost: DNo Minimum Call Out Hours:
------1
Primary Org Code: _ _ _ Other Org Codes:
Typ~ r ,uc
'"
[ " of ,c
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Signature'
Date Date •
Page 1 of 1
INTER(FICE COMMUNICATI N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Chad R. Melton. Funding for this contract has been encumbered under the budget
code listed on the attached Budget and Fiscal Services Contract Notification Form. Please take
the following steps to ensure the correct payment of this contract: .
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The fmal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 12, ext. 11052 if you have any questions or concerns regarding this
::tel/act.
~kchment
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building· PO Box 42600 • Olympia, WA 98504-2600 • (360) 596-4000 • www.wsp.wa.gov
December 3, 2008
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 596-4052.
Sincerely,
Mr. eft y R. Hu
Budget and Fisc
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
o New
Period of ~ Amendment
- 1..1!¥?1fD
, Recurring
Contract Title: _J...-.L...~r4.I-----;"'-f/;L!L1---L::t'LldtJt-2I.---'L.!LL:N.~.cL·J:L~ _ _ _ _ _ __
Other Party:
Amount:
Comments:
Grants and Contract Manager:
BFS Administrator:
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
NC\JB-MB~ 21 , 2co8
Date Date '
Page 1 of 1
LgJ VVl.
Date: 11121/08
Message:
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of 1
Page 1 of 1
Chad, the attached amendment will fund your contract at WAJAC through December 31,2008. If you could sign
this amendment, fax it to me no later than Wednesday, November 26 and mail the original I'd appreciate it.
Attached is an amendment to your firm's criminal intelligence analyst contract to extend and fund the contract for
two additional months.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 596-4078, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Tuesday, September 30, 2008 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of
amendment to you for your records.
1112012008
WSP Contract No. C060694PSC
Amendment 6
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl, Jeff (WSP)
FYI
-----Original Message-----
From: ofrn.contracting@ofrn.wa.gov [mailto:ofm.contracting@ofm.wa.gov]
Sent, Thursday, November 20, 2008 3,45 PM
To, Eckhart, Shawn (WSP)
Subject, PSCD, Filing Decision, Agency 225 - Filed Date Approved - Decision, 11/18/2008
4,18,00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number, 35265-04
Agency, 225
Agency Contract #, C060694PSC
Filed Date, 11/18/2008 4,18,00 PM
Start Date, 11/30/2008
Filed By, Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM 'at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Tuesday, November 18, 20084:18 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 11/18/20084:18:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency, 225
Agency Contract #, C060694PSC
Filed Date, 11/18/2008 4,18,00 PM
Start Date; 11/30/2008
Filed By, Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
Contacts
http://contracts.olin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFA. .. 11/18/2008
Page 2 of3
http://contracts.ofm.wa.govIPSCDlFilinglPrintFilingSummary.aspx?menuSelect=mnuFA...1111812008
Page 3 of3
The contractor was selected through a two-tJer process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
processes to the point where it would take several months to procure, evaluate, conduct background
investigations, and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at WAJAC while the agency conducts a competitive
procurement of these services. A new RFQQ for these services was issued on October 31,2008; the agency
is currently conducting an evaluation of proposals but will not be completed with the procurement process by
the time this contract ends on November 30, 2008. Should this contractor become an apparent successful
proposer under the new RFQQ they will be placed under a new contract; this current contract will not be
extended after this amendment.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would be available beyond November 30, 2008.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through December 31, 2008 while the
agency conducts a competitive procurement of these services. A waiver was granted by the U.S. Department
of Homeland Security for the use of $1 million dollars of federal fiscal year 2008 funds to continue funding
contracted intelligence analysts; rather than continue to extend this contract the agency is conducting a new
procurement for these services and allowing all previous contracts for this service to expire.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
Funding was made available for an additional month by leaving an agency employee position also funded by
this grant vacant; and by terminating the majority of contracts for these services.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
melton chad amd 6.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFilingIPrintFilingSunnnary.aspx?menuSelect=mnuFA. .. 11118/2008
Date 9/26/08
Washington State Patrol
LOS I I
Budget and Fiscal Services Contract Notification Form
o Billable over $10,000 0 Billable under $10,000 IZI Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C060694PSC (5J
Contract Start Date Contract End Date AFRS End Date
November 30, 2008
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DVes DNo
Contractor Name
Chad R. Melton
Contractor Contact Address
Prorate Leave to Contract: DVes DNo _____________ AFRS Code Assigned: DVes DNo
Overtime Allowed: Dve~ Overtime Only (On Day Off): DVes DNo
Contract Pays Only OfT Co~es DNo Minimum Call Out Hours: _ _ _ _ _--1
Primary Org Code: ~_ Other Org Codes:
TypeftREiCeipt: DRevenue o Interagency Reimbursement o Recovery of Expend iture
-
Distribution: IZI Project Manager
300-365-522 (R 6/03)
IZI Accountant IZIBudget Analyst o Other:_ _ _ _ _ _ _ __
09/24/2008 14: 4U hU ~Uij~ij~~Ul'
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of 1
U~I 241 zuu~ 14: 4ts r"JU. ~Uts~tsZ~U14
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP sha1l reimburse the Contractor at the hourly
rate 0[$38,00.
o-o~
Date
Page 1 of 1
INTER' :-:FICE COMMUNICAT 'N
Attached is a fully executed copy of the above-listed task order and amendment between the
Washington State Patrol and Chad R. Melton. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this contract.
• If you feel the indicated budget code is incorrect, please contact Ms. Cindy Haider,
Budget and Fiscal Services, within fifteen days from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with
your assigned budget analyst to address any fiscal year end balances.
Please contact Ms. Haider at Micro 12, ext. 11071 if you have any questions or concerns
regarding this contract.
&'" JRH:clh
~ ~ Attachment .
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Captain Tim Braniff, Investigative Services Division
Ms. Tanya Pierce, Budget and Fiscal Services
3000-323-001 (5196) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building· PO Box 42600 • Olympia, WA 98504·2600 • (360) 596·4000 • www.wsp.wa.gov
October 6, 2008
Enclosed with this letter are one fully executed amendment and one fully-executed Task
Order of the referenced agreement between you and the Washington State Patrol.
Please keep this original for your records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further aSSistance, please contact Ms. Cindy Haider, Budget
and Fiscal Services, at (360) 596-4071.
Sincerely,
t~d~
f/Mr. Jeffrey R. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
o New
~ Amendment
-'.L..Ofr£JI---:---'-'-t~~1<.. 0 Recu rring
Other Party:
!8"Payable
o Receivable
Amount: o Other:
Scope of Work:
Comments:
Grants and Contract Manager:
. BFS Adminstrator:~
_~--"~.----+---:---7'-1'0-~---,(f-~_--<.L---------
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of 1
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee dnring this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimbnrse the Contractor at the honrly
rate of$38.00.
Page 1 of 1
09/24/2008 14:46 FAX 2062622014 LgJ UU.1
Date: 09/24/08
Message:
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
09/24/200~ 14:4U FAX 2UU2U22U14 LgjUUJ
Description of Service: The Contractor'S Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
perfomlance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$38,00.
Page 1 of 1
WSP Contract No. C060694PSC
Amendment 5
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$38.00.
Page 1 of 1
Haider, Cindy (WSP)
-----Original Message-----
.wa.govj
From: ofm.contracting@ofm.wa.gov [mailto:ofm.contracting@ofm
Sent: Wednesday, October 01, 20086 :10 PM
To: Eckhart, Shawn (WSP)
ed - Decision: 9/24/20 08.
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approv
to be contacted after a decision was made by OFM on
This e-mail is being sent because you were identified as the person
this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 35265-03
Agency: 225
Agency Contract #: C060694PSC
Filed Date: 9/24/20 08
Start Date: 9/30/20 08
Filed By: Jeff Hugdahl
Decision Comments:
purposes or to assist with filing an amendment to the
Please retain the Filing Number listed above for any later query
ns about this filing, please contact OFM at
contract in the PSCD system. If you have any questions or concer
or 360-72 5-5262 .
ofm.contracting@ofm.wa.gov or at 360-725-5257
Thank You
cts
Office of Financial Management, WA State Personal Services Contra
1
- ••• -_ V" " u.al l"l" l Ma nag em ent > PSCD
Page 1 0[2
P5CD
•.... ,
Home
.
OFFICE OF FINANCIAL MANAGE
MENT
Personal Service Contracts Da tab ase >Logout
Filing Reporting Queues Admin Search Contact Us Links Help
1 reco rds foun d.
_~ J?m~~r~ ~~jtl::)
Filed Con tract Search Results
f Glick on a contract filing number below to see additional details. Amend 'A' ident
ifies amendments.
Legend
1:Ml Approved
i;l Reviewed
f~ Acknowledged
~j Disapproved
http://contracts.ofin.wa.govIPSCD/Qu
ery/SimpleQueryResults.aspX
1 " Ie ,,...,... ,, ....
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, September 24, 2008 2:01 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/24/2008 2:01 :00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C060694PSC
Filed Date: 9/24/2008 2:01:00 PM
Start Date: 9/30/2008
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD .. .
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed start date of
services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
63937
Number:
Agency Contract
C060694PSC
Number:
Filed By: Jeff Hugdahl
OFM Decision
Date:
Contractor Information
TIN
Legal Name Melton, Chad R.
DBA
UBI
Address
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of the contract is to provide criminal intelligence analyst services to local,
state and federal law enforcement agencies through the Washington Joint Analytical
Center (WAJAC). The amendment allows the contractor to continue providing
uninterrupted criminal intelligence analyst services to local, state and federal law
enforcement organizations for two additional months.
Fund Source
Filing Number Federal State Other Total
35265 - 00 $79,000 $79,000
35265 - 01 $83,800 $83,800
35265 - 02 $83,800 $83,800
This Filing $14,000 $14,000
Contract Total $260,600
Contract Dates
Filed Date Start Date End Date
09/24/2008 09/30/2008 11/30/2008
Contacts
http://contracts.ofin.wa.govIPSCD/filingIPrintFilingSummary.aspx?menuSelect=mnuVProc 9/2412008
Page 200
The contractor was selected through a two-tier process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
http://contracts.ofin.wa.govIPSCD/filingIPrintFilingSummary.aspx?menuSelect==mnuVProc 9/2412008
Page 3 of3
processes to the point where it would take several months to procure, evaluate, conduct background
investigations, and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at WAJAC. This amendment is funded by dollars
remaining from the state's 2007 LETPP allocation. Although the state has determined that $1 million dollars of
federal fiscal year 2008 funds are available to continue funding contracted intelligence analysts, using these
funds for this purpose requires a waiver to the U.S. Department of Homeland Security's grant guidance
document. This waiver was requested in April 2008 and is still pending.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would be available beyond September 30, 2008.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through November 30, 2008. Although
the state has determined that $1 million dollars of federal fiscal year 2008 funds were available to continue
funding contracted intelligence analysts, we require a waiver to the U.S. Department of Homeland Security's
grant guidance document to allow that use. This waiver was requested in April 2008 and is still pending.
Because this waiver request has not been granted we cannot extend this contract beyond the two months of
remaining funding. Should the waiver not be granted this contract will terminate with no further extensions on
November 30, 2008.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
Funding was made available for two additional months by leaving an agency employee position also funded
by this grant vacant. A number of contracts providing these services statewide will cease work and/or
terminate pending the waiver decision noted above, and the decision by local jurisdictions to continue
providing funds for local LETPP allocation - funded contracts.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
melton c amd 5.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofm.wa.govIPSCD/filing/PrintFilingSurnmary.aspx?menuSelect=mnuVProc 9/2412008
Date 11/9/07
Washington State Patrol
LOS I I
RI ..I. .• and Fiscal Services Contract Notification Form
o Billable over $10,000 o Billable under $10,000 IZI Payable o Other:
WSP Cor,,, eM Other C('""av< "u,""~, AIR Number
C060694PSC (4)
AFRS End Date
;~~~;~ ~~.rt2~~~ ~~' '" ~v:LEnd3~~~008
Conuav< Title CFDANo. QFSR
Crll'"'' 11 ,~Iy~, V'''''-'' DYes DNo
Contractor Name
Chad R. Melton
COl '" av<~" Contact ~uu, v~,
... ,,,
SIS6
,
001 020 00272
"',..,.., 1
SIS6
,.
CE
~~
I ;Onlv
Mileage Allowed: DYes DNo Mileage On~ ~DNo ---
Std Mileage Rate: DYes DNo Special Mileage per mile
Travel Authorized: DYes DNo OfT: DYes DNo
---------
v
-----
Special Rules: DYes DNo
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other tenns and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
09/25/2007 15:18 FAX 2062622014
Description of SelVice: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Wasrungton Joint Analytical Center (Seattle).
Fees: SelVice Cost: WSP shall reimburse the Contractor at the hourly
rate of $38.00.
Page 1 of 1 _
INTEROFFICE COMMUNICATION
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Chad R. Melton. Funding for this contract has been encumbered under the budget
code listed on the attached Budget and Fiscal Services Contract Notification Form. Please take
the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
11{' Attachment
cc: Mr. Shawn Eckhart, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000-323-001 (5/96) An internatioYUllly accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building • PO Box 42600 • Olympia, WA 98504·2600 • (360) 753·6540 • www.wsp.wa.gov
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Shee t
Contract No.
?;r-t-_~McCl 4L---
Contract Title: --l.....e.c.(lJI.~~4i-~~~U--'&pUi'-'
Other Party:
'5!"Pa yable
ao
Receivable
Other:
Amount:
Scope of Work:
•
Comments:
Grants and Contract Manager:
BFS Adminstrator:
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $38.00.
Page 1 of 1-
WSP Contract No. C060694PSC
Amendment 4
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
09/25/2007 15:18 FAX 2062622014 'iilUUl
.' , I,
,', •
, .
I'
FROM' ".
N~me of Office: Number' of pages: (Including cover)
WARNING
attac:hed to the c:ove!" sheet is U.S. Gove.rnment Property. If you are not the Intended recipient of thIs information disclosure,
Inli~r'mation
reproduction. distribution, or use of this inform~tlon Is prohibited (lS.USC, § 041). Plt!'ase notifY the Or'igir'lator Or iOQlJ FBI Office
immediately to ClCT""ange fOr prap!:!r dispOSition.
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
09/25/2007 15:18 FAX 2062622014 Ig1 UUJ
Description of SelVice: The Contractor's Employee (Chad Melton) shall provide crinlinal
intelligence analyst selVices during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$38.00.
Page 1 of 1 .
Hugdahl. Jeff (WSP)
Your filing has been received, by OFM. Please see the information below.
Agency: 225
Agency Contract #: C060694PSC
Filed Date: 9/27/2007 12:35:00 PM
Start Date: 10/1/2007
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD . .
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed start date of
services.
Agency: 225 - Washington Slale Patrol
Filing Number:
Reference
58718
Number:
Agency Contract
C060694PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN
Legal Name Melton, Chad R.
DBA
UBI
Address
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of the contract is to provide criminal intelligence analyst services to local,
state and federal law enforcement agencies through regional intelligence centers co-
located with local law enforcement jurisdictions; or at the Washington Joint Analytical
Center. The amendment allows the contractor for provide continuous services for the
next federal fiscal year.
Fund Source
Filing Number Federal State Other Total
35265 - 00 $79,000 $79.000
35265 - 01 $83,800 $83,800
This Filing $83,800 $83,800
Contract Total $246,600
Contract Dates
Filed Date Start Date End Date
10/01/2007 09/30/2008
Contacts
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAF... 9/27/2007
Page 2 of3
The contractor was selected through a two-tier proces·s: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
processes to the point where it would take several months to procure, evaluate, conduct background
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSurnmary.aspx?menuSelect=mnuFAF... 9/27/2007
Page 3 of3
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.gov/PSCDlFiling/PrintFilingSurnmary.aspx?menuSelect=mnuFAF... 9/27/2007
Page 1 of 1
Mr. Melton-
Attached is an amendment and task order to your firm's criminal intelligence analyst contract to extend and fund
the contract for one additional year.
If this amendment and task order are acceptable, please have an authorized individual for your company sign and
date these documents, fax the documents to my attention at (360) 664-0657, and send the documents with the
original signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must
receive the both documents via fax no later than Sunday, September 30, 2007 at 4:00 p.m. local time. Once I
receive these documents with your firm's original signature through the postal mail I will send one fully executed
original of these documents to you for your records.
Mr. Hugdahl,
Please send the amendment to my criminal intell igence analyst contract to extend and fund the contract for one
additional year. Amendment can be sent to cmelton1@leo.gov
Thank you,
Chad Melton
9/2412007
WSP Contract No. C060694PSC
Amendment 4
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $38.00.
Page 1 of 1
Date 10/27/06
Washington State Patrol
LOS
d t an dFIscaIS ervlces Cont ractN off
Bulge Ilcaf Ion Form -I-I-
o Billable over $10,000 o Billable under $10,000 IZl Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C060694PSC (3)
Contract Start Date Contract End Date AFRS End Date
January 19, 2006 September 30, 2007
Contract Title CFDANo. I QFSR
Criminal Intelligence Analyst Services DYes ONo
Contractor Name
Chad R. Melton
Contractor Contact Address
Li~- --17 ~~ ~?
Previous
$76,000.00 Grants and Contracts Manager
Contract Amount
Amendment
Amount
Revised Total
$83,800.00 Business Office Manag '7" AA
V' hl'1~
t/lj /
If!.£-
-
Allot: DYes DNo
$159,800.00 Budget Manager /
~ '/I I!() '(fr
J. -
Amount 'jifr-onanticipated Receipt: DYes DNo
Accounting Manage ~lIV
Indirect Costs % 1\
v
Sub Revenue Code PercenU
Master Index Fund AI PI Project Major Major Sub TAR Code
Object Amount
Group Source Source
SIS6 001 020 00270 SIS6 CE
vv, v<.v vv," , VV"JO VC
----
Billable Contracts Only
Mileage Allowed: DYes DNo Mileage Only: ..J-¥eS DNo
Std Mileage Rate: DYes DNo per mile
Travel Authorized: DYes DNo ~,~
oluntary OIT: DYes DNo
Special Rules: DYes DNo
~
Prorate Leave to Contract: DYe~ AFRS Code Assigned: DYes DNo
Overtime Allowed: DYes Overtime Only (On Day Off): DYes DNo
Contract Pays Only ~es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Typ~eipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
-- -
Distribution: IZl Project Manager
-
IZl Accountant IZlBudget Analyst o Other:._ _ _ _ _ _ __
300-365-522 (R 6/03)
09/2612006 12:41 FAX 2062622014
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows: .
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
09/26/2006 12:41 FAX 2062622014 I@UU3
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
perfOl1Jlance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shaI1 reimburse the Contractor at the hourly
rate of$38.00.
PtlM ~. 2
John R. Batiste, Cllief Date Date
Page 1 of 1
INTER" ';:FICE COMMUNICA1. IN
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Chad R. Melton. Funding for this contract has been encumbered under the budget
code listed on the attached Budget and Fiscal Services Contract Notification Form. Please take
the following steps to ensure the correct payment of this contract:
. I f you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The fmal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
contract.
~(
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 753·6540' www.wsp.wa.gov
November 3, 2006
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
M,'i~~hl
Budget and Fi I Services
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Period of
Contract No. cIICdC?lRc(J' erformance:
Contract Title: ~
Other Party:
Amount:
Comments:
Grants and Contract Manager:
BFS Adminstrator:
I (
Description of SeNice: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: SeNice Cost: WSP shall reimburse the Contractor at the hourly
rate of$38.00.
Page 1 of 1
WSP Contract No. C060694PSC
Amendment 3
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of 1
09/26/2006 12:41 FAX 2062622014 IgJUUL
FBI FACSIMILE
COVER SHEET
PRECEDENCE CLASSIFlCATION
o Immediate o Top Secret Time Transmitted:
Dyriority o Secret Sender's Initi~s: ctM
~Routine o Coilfideutial Number of Pages: -,-_.,-3....L..____
Djensitive (including cover slleet)
I3(Unclassified
Facsimile Number:
Attn:
Name Room Telephone
From:
Name of Office
SUbjecr:
Approved:
WARNING
Informarion attached to the cover sheet is U.S. Government Property. If you are not the intended recipient Of this
information. disclosure. reproduction, distribu.tion. Qr use ofIhis information is prohibhcd (IS.USC. § 641). Please notify the
originator or the local FBI Office: immediately to arrange for proper disposition.
09/26/2006 12:41 FAX 2062622014
The above-referenced Contract between the Washington State Patrol r.yvSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of 1
09/26/2006 12:41 FAX 2062622014 I(!J UUJ
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time ofthe period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$38.00.
Page 1 of 1
09/26/2006 12:43 FAX 2062622014 Igj IJ U J.
FBI FACSIMILE
COVER SHEET
PRECEDENCE CLASSIFICATION
D Immediate D Top Secret Time Trallsmitted:
DYriori!y o Secret Sender's Initials:
GrRo~tine o Confidential . Number of Pages: -,-_:--3-'-_ _ __
Dyensitive (including cover sheet)
csr
Unclassified
Attn:
Name Room Telephone
from:
Name of Office
Approved:
WARNING
Informa[iot1 attached to the cover sheet is U.S. Government Property. If you are not th~ intc;nded recipient of this
information. disclosure. reproductioD distribution, or usc; of this informadon is prohibited (1S.USC, § 641). Please notify the
7
originator or the local FBI Office immediately 1:0 arntrISe for proper disposition.
09/26/2006 12:43 FAX 2062622014
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of1
09/26/2006 12:43 FAX 2062622014 t.eJUU3
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order.. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$38.00.
Page 1 of 1
Page 1 of 1
Attached is an amendment and task order for your firm's criminal intelligence analyst contract to extend and fund
the contract for one additional year.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 664-0657, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Friday, September 29, 2006 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of the
amendment to you for your records.
9/26/2006
WSP Contract No. C060694PSC
Amendment 3
The above-referenced Contract between the Washington State Patrol (WSP) and Chad
R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
WASHINGTON STATE PATROL
Task Order
Description of Service: The Contractor's Employee (Chad Melton) shall provide criminal
intelligence analyst services during the time ofthe period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$38.00.
Page 1 of 1
Washington State> Offi.ce of Financial Management> PSCD Page 1 of2
2 records found.
;,:~if Click on a contract filing number below to see additional details. Amend 'A' identifies amendments.
Ii
35265- Melton, Chad
9/28/2006 WSP C060694PSC A $83,800 CE
01 R.
Legend
m
(iii.<l[
Approved
~ Reviewed
http://contracts.ofm.wa.govIPSCD/Query/SimpleQueryResults.aspX 10127/2006
Washington State> Office of Financial Management> PSCD Page 2 of2
_ Acknowledged
rIG! Disapproved
~ Returned
omceo!
Flnartc,QI Mart.gement
!It:mI'I'I''lt~bi\
http://contracts,ofm,wa,govIPSCD/Query/SimpleQueryResults,asPX 1012712006
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, September 28, 2006 2:53 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/28/2006 2:53:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C060694PSC
Filed Date: 9/28/2006 2:53:00 PM
Start Date: 10/1/2006
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal services Contracts
1
Page 1 of3
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed start date of
services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
53437
Number:
Agency Contract
C060694PSC
Number:
Filed 8.y:
OFM Decision
Date:
Contractor Information
TIN
Legal Name Melton, Chad R.
DBA
UBI
Address
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of the contract is to provide criminal intelligence analyst services to local,
state and federal law enforcement agencies through regional intelligence centers co-
located with local law enforcement jurisdictions; or at the Washington Joint Analytical
Center. The amendment allows the contractor for provide continuous services for the
next federal fiscal year.
Fund Source
Filing Number Federal State Other Total
35265 - 00 $79,000 $79,000
This Filing $83,800 $83,800
Contract Total $162,800
Contract Dates
Filed Date Start Date End Date
10/01/2006 09/30/2007
Contacts
http://contracts.ofin.wa.govIPSCDlFilingIPrintFilingSunnnary.aspx?menuSelect=mnuFAF... 9/28/2006
Page 2 of3
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAF... 9/2812006
Page 3 of3
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services. Additionally, the agency has conducted four procurements for these services
over the past 1.5 years, and is finding it increasingly difficult to identify qualified contractors to provide these
services. The agency is currently in the process of conducting another procurement to provide these services
to local jurisdictions where services are not currently being provided.
Are the proposed services within the scope of the original contract?
Yes
Explain why the services were not included in the terms of the original contract.
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond September 30, 2006.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
The contract has been amended to extend the period of performance through September 30, 2006 when the
agency received an extension of funding from the Military Department. The agency's intent is to conduct a
procurement for the services provided through this contract and issue a new competitively procured contract
once this contract expires on September 30, 2007.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
melton amd 3 0906.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAF... 9/2812006
Date 6/2/06
Washington State Patrol
LOS - I-I-
d t ana FIscaIServlces Con t ractNn
Bulge a IICaf Ion Farm
o Billable over $10,000 o Billable under $10,000 [gi Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C060694PSC (2)
., Contract Start Date Contract End Date AFRS End Date
January 19, 2006 September 30, 2006
Contract Title CFDANo.
.1 QFSR
Criminallnteliigence Analyst Services DYes ONo
Contractor Name
Chad R. Melton
Contractor Contact Address
f."e VI; ~
Revised Total ~v Allot: DYes ONo
$76,000.00 Budget Manager/,
IJ{/
Amount ',1lfnamici t d Receipt: DYes ONo
Indirect Costs %
Accounting Managel 01Cb IV -5f!;; :--~
i/
Sub Revenue Code PercenV
Master Index Fund AI PI Project Major Major Sub TAR Code
Object Amount
Group Source Source
SIS4 001 020 00270 SIS4 CE
---
per mile
Travel Authorized: DYes DNo oluntary OfT: DYes DNo
Special Rules: DYes DNo
Prorate Leave to Contract: DYes DNO __________ AFRS Code Assigned: DYes DNo
Overtim~ Overtime Only (On Day Off): DYes ONo
Contract Pays Only OfT Cost: es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
TypefoR!lceipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
-
_. ___ j)jst(ittution:[gil'rojectManager.[giAcCD!lntant [giBudgetAllalyst 0 Other.~_~~~=~_~
300-365-522 (R 6/03)
05/25/2006 14:03 FAX 2062622014 I(!J uuz
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Chad R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
INTER FFICE COMMUNICAl . ")N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Chad R. Melton. Funding for this contract has been encumbered under the budget
code listed on the attached Budget and Fiscal Services Contract Notification Form. Please take
the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The [mal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
ih4ef'
contract.
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records--:-------------------- - - - - ---------- -------------- ---------------
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
Mr. e ey R. Hu
Budget and Fis
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Scope of Work: Extends and adds sufficient funds for 4 additional months.
Funded via LETPP FFY04 grant from the Military Department.
Comments:
Grants and Contract Manager:
BFS Adminstrator:
Chief:
WSP Contract No. C060694PSC
Amendment 2
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Chad R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 10f 1
05/25/ 2006 14:03 FAX 206262 2014 I{g UU.l
COV ER SHE ET
Date: s-/zs
•
/200(
i
P
To:
me of Office
From:
Nam~ of Office
Subjec c:
___________ _ _ _ _ __
Speda l Handli ng Inslruc tions: _ _ _ _ _ _ _ _ _ _ _
________________ _
Bric:fDescripcion tJfCommunic:l..I::ion Faxed: _ _ _ _ _ _ _
." :¥-----~.",
05/25/2006 14:03 FAX 2062622014
The above-referenced Contract between the Washington State Patrol (WSP) and Mr_
Chad R. Melton (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Page 1 of 1
We still haven't received an extension to the funds for your contract from the Military Department. In anticipation
of an extension, I've attached a task order amendment to this e-mail that will extemd the task order through
September 30, 2006.
Please have an authorized individual for your company sign and date the task order amendment, fax the task
order amendment to my attention at (360) 664-0657, and send the task order amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the task order amendment via fax no later than Wednesday, May 31,2006 at 4:00 p.m. local time.
If we do not receive an extension to your contract's funds the task order will end at midnight on May 31, 2006. I
will inform you of the status of this extension via e-mail no later than noon on May 31,2006. Should the funding
for your task order lapse, it is our intent to enter into a new task order for your services as soon as funding can be
secured.
Please let me know if you have any questions concerning this e-mail.
5/25/2006
WASHINGTON STATE PATROL
Second Task Order Amendment
The above-referenced Task Order between the Washington State Patrol (WSP) and
Chad R. Melton (Contractor) is hereby amended as follows:
a. The period of performance for this Task Order is extended through September
30,2006.
All other terms and conditions of this Task Order remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
Page 1 of 1
Date 4/11/06
Washington State Patrol
LOS - /-/-
BUJge
d t an dFIseaI S '
ervlces Con tract No ff
Ilcaf Ion Form
o Billable over $10,000 o Billable under $10,000 ~ Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C060694PSC12)
Contract Start Date Contract End Date AFRS End Date
1/19/2006 5/31/06
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Chad R. Melton
Contractor Contact Address
....
SIS4
'-'~u'
001
""
020
"""
00270 SIS4
,AI A IA
CE
(''''
----
Special Rules: DVes DNo
Prorate Leave to Contract: DVes DNO _______ AFRS Code Assigned: DYes DNo
Overtim~ Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Cost: es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
TypeJ)f-REiCeipt: o Revenue o Interagency Reimbursement o Recovery of Expenditure
---Distribution: ~ Project Manager ~ Accountant ~Budget Analyst o Other:_ _ _ _ _ _ _ __
300·365-522 (R 6103)
WASHINGTON STATE PATROL
Task Order Amendment
The above-referenced Task Order between the Washington State Patrol (WSP) and
Chad R. Melton (Contractor) is hereby amended as follows:
a.. The period of performance for this Task Order is extended through May 31,2006.
All other terms and conditions of this Task Order remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
~CJ1
John R. Batiste, Chief ~ Date
Page 1 of 1
INTER FFICE COMMUNICAl )N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Chad R. Melton. Funding for this contract has been encumbered under the budget
code listed on the attached Budget and Fiscal Services Contract Notification Form. Please take
the following steps to' ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
:Jl<l(
contract.
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000~323-001 (5/96) An internationally accredited agency proViding professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administrative Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540 • www.wsp.wa.gov
April 21 • 2006
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The WaShington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
Mr. Jeff y R. Hu
Budget and Fisca
jh
Enclosure
Budget'and Fiscal Services
Contract Routing Face Sheet
o New
~mendment
Contract No. _-~'l1I-~~~~' 0 Recurring
Contract Title: --Q~~~-.24J~-..£.1'dl~:tL.-d.I£L~Z::::;L ______
Other Party:
WPayable
o Receivable
Amount: . .
VC.,MO o Other:
Comments:
Grants and Contract Manager: _~~_1k3t-.x:_Z~V_""'I-/-~~f'1f-_ _ _ _ _ _ _ _ _ __
BFS Adminstrator:
Eon,s:::SZ O"""oc - - # H l - - - - - - - - - - - - -
Chief: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administrative Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540 • www.wsp.wa.gov
Enclosed are two originals of the referenced amendment to the agreement between the
Washington State Patrol and your firm. Once an approved representative of your firm
has signed these originals, please return both originals to my attention at the following
address:
The Washington State Patrol agreement tracking number is referenced above; please
use this number on all correspondence regarding the contract. If you need further
assistance, please contact me at (360) 753-0602.
Sincerely,
M,~~f;,
Budget and Fisc Services
jh
Enclosures
FORM
A19-1A
7C>'C.o<o
Page 1 of 1
Can you confirm his mailing address for me? It just came back as undeliverable.
.----.--- --.
From: Hugdahl, Jeff (WSP)
Sent: Wednesday, January 18, 2006 8:58 AM
To: Huntley, Keith (WSP)
Subject: Chad Melton
Just to confirm, Chad has passed his background check and it's OK to sign his task order, right?
2/1/2006
Washington State Patrol Date JL!JlJOl>"
Budget a,,~ Fiscal Services Contract Notitlc;ation Form LOS - / 7
o Billable over $10,000 o Billable under $10,000 ~ayable o Other:
WSP Contract Number Other Contract Number NR Number
(C) "067,/P~C. U)
eolltFclct Start Date CeaUact'End Date la51::: 0,.1,,- AFRS End Date
~F- /r/f1~t
-, 7C 'ItJo/O,"
Contract Title CFDANo. QFSR
J;,4e/b<lM ~ AI\.. /yst- ~r.'''''<: DYes DNa
Contractor Name
C/.J cR., t1ef~.
Contractor Contact Address
- loo.a
---
Travel Authorized: DYes DNa Voluntary OIT: DYes DNa
Special Rules: DYes DNa
Description of Service: The Contractor shall provide Criminal Intelligence Analyst Services
. to WSP during the time period of performance indicated above for
this Task Order. The Local Worksite during this Task Order shall
be the Washington Joint Analytical Center (WAJAC) in Seattle,
Washington.
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate identified under Section 5, Fees, in the
Contract.
Other Costs: WSP shall reimburse the Contractor for travel
related costs per Section 5, Fees, in the
Contract.
Maximum Task Order Amount: $76,000
WSP Contact Name and Lieutenant Keith Huntley, (360) 753-0315, ext 139
Telephone Number:
ci.AJ f..
contract0 Contact Name
------
Mileage Allowed: DYes DNo Mileage Only: DYes DNo
Std Mileage Rate: DYes DNo SpecialJlllileage Rate $ per mile
Travel Authorized: DYes DNo Voluntary OfT: DYes DNo
Special Rules: DYes DNo
Prorate Leave to Con DYes DNo AFRS Code Assigned: DYes DNo
Overtim lIowed: DYes DNo Overtime Only (On Day Off): DYes DNo
Contract Pays Iy OfT Cost: DYes DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
WSP Project Manager Name and Title WSP Project Manager Address
Keith Huntley, Lieutenant WSP Investigative Assistance Division
PO Box 2347,01 mpiaWA 98507-2347
Telephone
(360) 753-0315 ext 139
I
Fax
(360) 586-8231
E-mail Address
keith.huntlev@wso.wa.aov
WSP Administrative Contact Name and Title WSP Administrative Contact Address
Mr. Jeff Hugdahl PO Box 42602
Grants and Contracts Manager Olymoia WA 98504-2602
, Telephone
(360) 753-0602
I
Fax
(360) 664-0657
E-mail Address
jeff.hugdahl@wsp.wa.gov
,(, ,
1. General.
a) Task Orders. Work shall be assigned by a negotiated Task Order and must be signed
by both parties. Each Task Order must identify the Local Worksite to which the
Contractor will be assigned and a start and end date for work at that location. Each Task
Order, once accepted by WSP and the Contractor, shall be an amendment to this
Contract.
b) As assigned by WSP and after execution of a Task Order, the Contractor shall provide
criminal intelligence analyst services to provide the following products:
• Raw Intelligence classification and analysis
• Daily intelligence briefings
• Weekly and monthly written intelligence bulletins
• Periodic intelligence assessments
• Information dissemination to local law enforcement agencies
a) Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work while
under the influence of alcohol or while having alcohol in their system. The Contractor
shall not possess, use or store alcoholic beverages while at any WSP facility or Local
Worksite. The Contractor shall not use or possess any narcotic, dangerous drug, or
controlled substance except at the direction of a physician, dentist, or other medical
authority for medical purposes. If the Contractor is directed by competent medical
authority to use a narcotic, dangerous drug, or controlled substance, he/she shall not
use such medication to the extent that their performance is affected while at any WSP
facility or Local Worksite.
b) Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of his/her
duties, shall control his/her temper and exercise the utmost patience and discretion, and
shall not engage in argumentative discussions. In the performance of his/her duties, the
Contractor shall not use coarse, violent, profane, or insolent language or gestures, and
shall not express any prejudice concerning race, religion, sex, politics, national origin,
. lifestyle, or similar personal characteristics.
c) Appearance. WSP expects the Contractor to present a professional image when
providing services under this Contract. Clothing shall be neat, clean, and in good
condition.
When services are required by WSP at locations other than the Local Worksite identified in
the Task Order, WSP will reimburse the Contractor for authorized lodging, subsistence and
business vehicle mileage costs at current State of Washington approved reimbursement
rates. These rates are published in the State Accounting and Administrative Manual
(SAAM). This manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is obligated
to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. . Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
. assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW. .
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief ofWSP shall appoint a member to the· Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and make
a determination of the dispute. The determination of the Dispute Board shall be final and binding to all
parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by negligent
acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents' of either, while performing under the terms
of this Contract.
.17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract, the
Contractor shall maintain records sufficient to document (i) performance of all acts required by statute,
regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its organization's
structure, tax status, capabilities and performance; and (iii) demonstrate accounting procedures,
practices and records that sufficiently and properly document the Contractor's invoices to WSP and all
expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in the
following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any prOVision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for defauli, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it is
determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
ariSing out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage ofWSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract .
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C060694PSC (Contract)
or its performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either Chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers,
e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license
numbers, medical data, law enforcement records, agency source code or object code, agency
security data, or information identifiable to an individual that relates to any of these types of
information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential
Information for any purpose other than the performance of this Contract, and not to release,
divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without
WSP's express written consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized
access to Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor,
I shall surrender any and all Confidential Information in my possession to the Contractor for its
disposition according to the terms of this Contract.
I understand that I am subject to all applicable and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Date
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Chad Melton. Funding for this contract has been encumbered under the budget
code listed on the attached Budget and Fiscal Services Contract Notification Form. Please take
the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
:i;?,t.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
Attachment
cc: Ms. Eileen Nashleanas, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504.2600 • (360) 753·6540
Subject: WSP Contract No. C060694PSC and Task Order 1 to WSP Contract No.
C060694PSC
Enclosed with this letter is one fully executed original of each of the referenced
contracts between the Washington State Patrol and you. Please keep these originals
for your records.
The Washington State Patrol contract tracking number is the contract number
referenced above; please use this number on all correspondence regarding this
contract. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
Mr. Je ey R. Hu ahl
Budget and Fisc I Services
jh
Enclosure
Budgefimd Fiscal Services
Contract Routing Face Sheet
~ew ..
Period of 77f,' tJ~"", I: 'D
Amendment
Contract No. CIltdt:1,f1'1 c. Performance: /)()C . ~"h'~ o Recurring
7
"A.j~d L
.Comments:
Grants and Contract Manager:
,
.~~-------------------------
Page 1 of 1
Just to confirm, Chad has passed his background check and it's OK to sign his task order, right?
111812006
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540
December 1, 2005
_---I.I'-<I'JJ-=P-5' ---
Enclosed are two originals of the referenced agreement' between you and the
Washington State Patrol, as well as two originals of Task Order 1 to the same. Once
you have signed these originals, including both the base agreement and Task Order 1,
as well as at least one copy of Exhibit C in the base agreement, please return all
originals to the following:
WSPwili hold the agreements unexecuted until notification internally that your requisite
background check has been passed. Once executed, you will receive one original. The
Washington State Patrol contract tracking number is the contract number referenced
above; please use this number on all correspondence regarding the agreement. If you
need further assistance, please contact Mr. Eckhart at (360) 570-3125.
Sincerely,
M,2t~d~
Budget and Fiscal ervices
JH:spe
Enclosures
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504·2600 • (360) 753·6540
Enclosed are two originals of the referenced agreement between you and the
Washington State Patrol, as well as two originals of Task Order 1 to the same. Once
you have signed these originals, including both the base agreement and Task Order 1,
as well as at least one copy of Exhibit C in the base agreement, please return all
originals to the following:
WSP will hold the agreements unexecuted until notification internally that your requisite
background check has been passed. Once executed, you will receive one original. The
Washington State Patrol contract tracking number is the contract number referenced
above; please use this number on all correspondence regarding the agreement. If you
need further assistance, please contact Mr. Eckhart at (360) 570-3125.
Sincerely,
Ma~"~,
Budget and Fisc Services
JH:spe
Enclosures
Personal Service Contre; Risk Assesment
Page 1 of4
CONTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
WSP Contract Number
BFS Contracts Specialist
A. PRE-CONTRACT PLANNING
1. Description of serviC?!
.:z:?-nrt- A4,/,1':L i1"sMa-?
/ /
Decision Comments
Funding
FundinQ source (account codinQ) and Amount £.e:7""PP tJA7 II-- :1'/-4,
Has an authorized manager approved the
expenditure? ~esD~o
Type of appropriation (federal, state, other) 7":". /
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties List System been ~es DNo
checked?
Public Resources
How have you assessed if other public resources are
available for this work? /J#I
• Agency resources o Vel# 0 No
• Other public (governmental) resources o Vell,[] No
Competitive Contracting
Has this work been performedlis performed by WSP
DVes ~No
employees?
If yes, has the WSP Labor Attorney been contacted? DVes DNo IV/A
Has the WSP Labor Attorney given approval to
DVes DNo
proceed with the contract? 1/
Ethics
Is contractor a current or former state employee? DVes 0
• If current, does contractor require Ethics Board o Ves I)(t No
approval?
• If former, provide last date of employment.
Pa},ments
o Cost Reimbursement (Budget)
Have you determined the appropriate method(s) of S':Time and materials (Hourly)
compensation and billing? Fixed Price
o Performance Based (valuation of
deliverables)
Personal Service Contra Risk Assesment
Page 2 of4
Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintained. l- / /
-z;, RF~& +.t46"iV
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
I
Do you have proof of advertisement (tear sheel and affidavit)? cgYes D No
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is dynamic and
should be updated periodically throughout the term of the contract. Not required on contracts less
than $5,000.
Score on a scale of 1 - 5, with 1 representing the lowest risk.
If factor is not applicable, risk point =O. Unknown, risk point =5.
1-2 = Low Risk 3= Medium Risk 4-5 = High Risk
Personal Service Contro. Risk Assesment
Page 3 of4
1 . Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= =
Lower Risk; Yes Hiaher Risk ?
Contract dollar amount
=
$5,000 to <$25,000 Low Risk
=
>$25,000 to <$100,000 Medium Risk c/
=
>$100,000 Hiah Risk
Comoiexitv of services :1.
Payment method (how complex is it?) What method(s) did you use? What
experience do you have with the method(s)?
if
o Cost Reimbursement (Budget) (score 3-5)
f!Time and materials (Hourly) (score 3-5)
Fixed Price (score 1-3))
o Performance Based (valuation of deliverables) (score 1-3)
Procurement method:
~ Competitive (score 1 to 3) ;;Z
Sole Source (score 3 to 51
2. Contractor Risk
Risk
Risk Factor Points
Size and source of fundinQ ::J
Lenath of time in business '?
-
Exoerience and oast oerformance lJ
Accreditation and licensure (Is contractor subject to either and if so, do you have
oroof?)
Financial health and oractices (is contractor's financial condition aood or Door?) ~
Board of Directors (for Non-profits only - do they take an active role in the
-
-
oraanization?1
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?)
Oraanizational chanaes (is oraanization stable or does it have freauent turnover?) ~
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentralized functions?) ~
Leilal actions (has there been any for the last 12 months? - if so, what?) '3
Backaround of individuals Ido you have resumes?) :;l
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contract.
1. Were contract and contractor risks assessed prior to entering into a contract?
~Yes oNo
2. Does tbe risk assessment form the basis af the monitoring plan?
~es oNo
Personal Service Contn. Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
j&fYes D No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
exam ole, A133 audits)?
What, if any, audit coverage is necessary to
assure aoo-rooriate spendina of state funds?
Was a risk assessment completed to determine
whether an audit was needed?
Is corrective action necessary? Were
ouestioned costs resolved?
Are audit findings, if any, resolved?
ISSUE COMMENT
Any activities need follow-uo?
All invoices have been received andl)aid?
Follow-up on audit findinQs needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
> Advanced Search Search Results for Parties > Public User's Manual
Contact Information
OFFICIAL GOVERNMENT USE ONLY
http://www.epls.gov/epls/search.do 111912007
Eckhart. Shawn (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Friday, December 02, 2005 1:04 PM
To: Eckhart, Shawn (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decisio.n: 11/17/20052:14:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Reviewed
By: Susan Johnsen
Filing Number: 35265-00
Agency: 225
Agency Contract #: C060694PSC
Filed Date: 11/17/2005 2:14:00 PM
Sta.rt Date: 11/17/2005
Filed By: Shawn Eckhart
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of 4
PS CD
. . . . ..
OFFICE OF FINANCIAL MANAGEMENT
Persona! Service Contracts Database
Filing Summary
Review - Contract is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
49347
Number:
Agency Contract
C060694PSC
Number:
Filed By: Shawn Eckhart
OFM Decision
Date:
Contractor Information
TIN
Legal Name Melton, Chad R.
DBA
UBI
Address
Contract Information
Procurement Competitive
Service CE Social Research Services
Description
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at the
Washington Analytical Center (WAJAC) in Seattle, Washington, andlor for regional
intelligence groups (RIGs). Work accomplished under the Contract is by mutually
executed task order and the first task order under this agreement is for work at the
WAJAC in Seattle, Washington, through 4-30-06.
Fund Source
Filing Number Federal State Other Total
This Filing $79,000 $79,000
Contract Total $79,000
Contract Dates
Filed Date Start Date End Date
11/17/2005 11/17/2005 09/30/2007
Contacts
http://contracts.ofin.wa.gov/PSCD/Filing/PrintFilingSummary.aspx?menuSelect=mnuVP... 11/23/2005
Page 2 of4
http://contracts.ofm.wa.gov/PSCD/Filing/PrintFilingSummary.aspx?menuSelect=mnuVP... 11/23/2005
Page 3 of 4
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
Correspondence Questions
Question/Comment
Shawn: The additional information helps a little, but other candidates must have masters degrees. (?) I was
actually looking for more explanation of his experience and expertise which resulted in the evaluators
conSidering him better qualified than others. We need as much information as you can provide. Thanks.
Answer
This is the answer that was received: In the selection for the position within WAJAC, Melton was compared to
four other applicants and it was determined that he would be the best fit for that particular position. The
decision to select him was based on his military experience, his proficiency using certain software programs,
the positions of trust he recently held and his education. Of the four positions within WAJAC, three are filled
by contractors who have retired from law enforcement in King County. The evaluators thought it best to select
a contractor for the final position who has recent military experience and who can provide a different analytical
insight.
Question/Comment
Shawn: Please provide further explanation re: Mr. Melton's background and experience that supports the fact
that he has strengths in those areas.
Answer
Mr. Melton has a masters degree in Criminal Justice from Washington State University. The RFQQ states: "A
four-year or higher college degree in criminal justice, law enforcement, statistical analysis or a related field
may be substituted for the work experience requirement." His qualifications exceed the minimum
qualifications required by the RFQQ.
Question/Comment
The filing indicates the contract maximum as $79,000, but the attached contract document indicates $76,000.
Which is correct? If the filing, please revise the contract and re-attached to PSCD. If the contract is correct, I
will change the total in PSCD for you.
Answer
Both are correct. The contract itself excludes travel costs under the maximum contract amount, however, your
office wanted travel costs included in the filed amount. We estimated those costs to be $3,000 per contractor
employee, and filed 11 previous contracts at $79,000 per contractor employee vs. the $76,000 per contractor
employee on the contractual documents. We will do this either way, but we thought we would continue in this
manner for consistency.
http://contracts.ofm.wa .gov/PSCD/FilinglPrintFilingSummary.aspx?menuSelect=mnuVP...11/23/2005
Eckhart. Shawn (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, November 17,20052:14 PM
To: Eckhart, Shawn (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 11/17/20052:14:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C060694PSC
Fiied Date: 11/17/2005 2:14:00 PM
Start Date: 11/17/2005 Filed By: Shawn Eckhart
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofrn.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 00
PS CD.
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Review - Contract is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
49347
Number:
Agency Contract
C060694PSC
Number:
Filed By: Shawn Eckhart
OFM Decision
Date:
Contractor Information
TIN
Legal Name Melton, Chad R.
DBA
UBI
Address
Contract Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at the
Washington Analytical Center (WAJAC) in Seattle, Washington, andlor for regional
intelligence groups (RIGs). Work accomplished under the Contract is by mutually
executed task order and the first task order under this agreement is for work at the
WAJAC in Seattle, Washington, through 4-30-06.
Fund Source
Filing Number Federal State other Total
This Filing $79,000 $79,000
Contract Total $79,000
Contract Dates
Filed Date Start Date End Date
11/17/2005 11/17/2005 09/30/2007
Contacts
http://contracts.ofin.wa.gov/PSCD/filing/PrintFilingSummary.aspx?menuSelect=rnnuVPr... 11117/2005
Page 20f3
Filing Justification
Specific Problem or Need
Identify and fully describe the specific problem, requirement or need which the contract is intended to
address and which makes the services necessary.
The Washington Joint Analytical Center is housed at the Seattle Field Office of the Federal Bureau of
Investigation (FBI). WAJAC builds on existing intelligence efforts by local, regional, and federal agencies by
organizing and disseminating threat information and other intelligence efforts to law enforcement agencies,
first responders, and key decision makers throughout the state, allowing real-time, accurate, two-way flow of
intelligence information. WAJAC participating agencies inclucje the FBI, U.S. Immigration and Customs
Enforcement, the Washington National Guard, the Washington State Patrol, and several local law
enforcement agencies. Nine Regional Intelligence Groups (RIGs) are being created to provide criminal
intelligence services in an effort to prevent terrorism. The RIGs are comprised of representatives of local and
state law enforcement agencies, and serve to provide regionally-focused intelligene analysis products, as well
as to serve as a conduit for information to and from the WAJAC.
Describe how the agency determined the services are critical or essential to agency responsibilities
or operations and/or whether the services are mandated or authorized by the Washington State
Legislature.
The services provided through this contract are essential for the implementation of the Washington State
Homeland Security Strategic Plan as published by the Washington State Military Department for the State of
Washington and approved by the Governor's Office. The contract is funded through the federal Law
Enforcement Terrorism Prevention Program through the Military Department from the U.S. Department of
Homeland Security.
Other Public Resources·
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available
WITHIN YOUR AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees to
perform the services of the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL,
STATE OR FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the
service more efficiently or more cost effectively. .
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees to
perform the services of the proposed contract.
Competitive Solicitation Process
Advertisement Information
Name of the newspapers the advertisement was published in: Daily Journal of Commerce
Solicitation Notification
Number of Solicited Documents: 9
Evaluation
Explain the basis on which the contractor was selected. Do not simply list the evaluation criteria or
the scores, but rather explain your analysis of why the contractor scored well in the evaluation
process or what differentiated this contractor from others.
The contractor was initially selected for an interview based on the strength of their education, training, work
experience and proposed hourly rate. Final selection was based on the consensus of jurisdictions that will be
receiving the services.
Names of Firms Responding With Proposals.
Matthew Black, Keith Stringfellow, SAIC, KSNK Enterprises, Tom Kolega, The Masters Touch, Setracon,
http://contracts.ofm.wa.govIPSCD/filinglPrintFilingSummary.aspx?menuSelect=mnuVPr...1111712005
Page 300
Kristin Norton
Describe the evaluation process (e.g., evaluation committees scored the responses, selection
committee made the award decision, etc).
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence
Unit and Washington Joint Analytical Center staff to score vendor education, training and work experience.
Cost points were awarded based on the proposed hourly rate versus the lowest hourly rate proposed for all
vendors. Proposed consultant team members were separated by work location availability. The highest .
scorers from the evaluation were interviewed by WSP and local jurisdictions participating in the regional
intelligence centers and the WAJAC where the proposed consultant team members would work. The final
selection was based on the outcome of these interviews.
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
For proposed consultant team members, the average hourly rate was $59.95 per hour. The contractor
proposed $38.00 per hour. $3,000 per contractor employee has been added to the maximum contract amount
for travel costs. These costs are not included in the maximum dollar amount of the contract itself, but are paid
separately above that amount.
Attachments
060694.doc - 95232kb
060694(1 ).doc - 36352kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofm.wa.govIPSCD/filinglPrintFilingSummary.aspx?menuSelect=mnuVPr...11/1712005
Page 1 of1
Congratulations - you have been tentatively selected as an apparent successful proposer under WSP RFQQ No.
C060226PSC, contingent on you passing a background check conducted by WSP.
You will be receiving a contract and work task order from WSP through postal mail within the next few days.
In addition to passing a background check, remaining under contract will require that you fUlfill other RFQQ
conditions, such as being licensed to do business in Washington State within 10 business days of this
announcement if not already so; and formal training in i2's Analyst Notebook application and Penlink within 120
days of contract execution if not already proficient in those applications.
Shawn Eckhart
Washington State Patrol
Budget & Fiscal Services
(360) 570-3125
11/17/2005
Eckhart. Shawn (WSP)
Hi Shawn,
Corona, Crow and Gerber passed their background investigations so they should be starting to provide services this week
or next.
We selected Chad Melton to provide services at the WAJAC in Seattle. I will forward his background to HRD today.
Thanks,
1
WSP Contract No.
WASHINGTON STATE PATROL C060694PSC
PERSONAL SERVICE CONTRACT Other Contract No.
Criminal Intelligence Analyst Services
This Contract is between the State of Washington, Washington State Patrol and the Contractor identified
below, and is governed by chapter 39.29 RCW,
CONTRACTOR NAME Contractor Doing Business As (DBA)
Mr. Chad R. Melton
Contractor Address Contractor Federal Employer Identification Number (mandatory, for
tax purposes)
1. General.
a) Task Orders. Work shall be assigned by a negotiated Task Order and must be signed
by both parties. Each Task Order must identify the Local Worksite to which the
Contractor will be assigned and a start and end date for work at that location. Each Task
Order, once accepted by WSP and the Contractor, shall be an amendment to this
Contract.
b) As assigned by WSP and after execution of a Task Order, the Contractor shall provide
criminal intelligence analy~t services to provide the following products:
• Raw Intelligence classification and analysis
• Daily intelligence briefings
• Weekly and monthly written intelligence bulletins
• Periodic intelligence assessments
• Information dissemination to local law enforcement agencies
a) Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work while
under the influence of alcohol or while having alcohol in their system. The Contractor
shall not possess, use or store alcoholic beverages while at any WSP facility or Local
Worksite. The Contractor shall not use or possess any narcotic, dangerous drug, or
controlled substance except at the direction of a physician, dentist, or other medical
authority for medical purposes. If the Contractor is directed by competent medical
authority to use a narcotic, dangerous drug, or controlled substance, he/she shall not
use such medication to the extent that their performance is affected while at any WSP
facility or Local Worksite.
b) Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of his/her
duties, shall control his/her temper and exercise the utmost patience and discretion, and
shall not engage in argumentative discussions. In the performance of his/her duties, the
Contractor shall not use coarse, violent, profane, or insolent language or gestures, and·
shall not express any prejudice concerning race, religion, sex, politics, national origin,
lifestyle, or similar personal characteristics.
c) Appearance. WSP expects the Contractor to present a professional image when
providing services under this Contract. Clothing shall be neat, clean, and in good
condition.
When services are required by WSP at locations other than the Local Worksite identified in
the Task Order, WSP will reimburse the Contractor for authorized lodging, sUbsistence and
business vehicle mileage costs at current State of Washington approved reimbursement
rates. These rates are published in the State Accounting and Administrative Manual
(SAAM). This manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
. ("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is obligated
to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes:
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall.be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This C-ontract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor. '
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. Th,e Dispute Board shall evaluate the dispute and make
a determination of the dispute. The determination of the Dispute Board shall be final and binding to all
parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by negligent
acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract, the
Contractor shall maintain records sufficient to document (i) performance of all acts required by statute,
regulation, rule, or this Contract; (ii) SUbstantiate the Contractor's statement of its organization's
structure, tax status, capabilities and performance; and (iii) demonstrate accounting procedures,
practices and records that sufficiently and properly document the Contractor's invoices to WSP and all
expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in the
following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this'Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws .. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal.
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, ifWSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it is
determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies ofWSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be .
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion ofthis Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C060694PSC (Contract)
or its performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either Chapter 42.17 RCW or other state or federal statutes
("Confidential Information"). .
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers,
e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license
numbers, medical data, law enforcement records, agency source code or object code, agency
security data, or information identifiable to an individual that relates to any of these types of
information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential
Information for any purpose other than the performance of this Contract, and not to release,
divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without
WSP's express written consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized
access to Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor,
I shall surrender any and all Confidential Information in my possession to the Contractor for its
disposition according to the terms of this Contract.
I understand that I am subject to all applicable and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Date
I
Category P-Pers~nal ,Services Program: Eestigative Assistance Division
Amendment No. r Program Contact: Bureau: IISB I
Title ~11~n~te~I':::A~na~l~ys:":t":S~v~c~s----- ICaptain II Timothy J. II Braniff ..J
Other Party IKSNK~Enterprises
Other NO., Processing Status:
Amendment
ro-
AmdAmount
I $0
Amd Status ICompleted
Date document was sent to:
Word Processing
Attorney General
Bureau Cdr IOC
BFS Notification 10/6/2005
BFS Review 11/17/2005
Chiefs Office 11/18/2005
Transmittal Letter 912112005
Mailed to Other Part 9/23/2005
Received Back 9/26/2005
Distributed 11/23/2005
Amendment
AmdAmount I ($76.000)
Date 11/18/08
Washington State Patrol
LDS I I
Rt and Fiscal Services Contract Notification Form
o Billable over $10,000 o Billable under $10,000 [8J Payable o Other:
Other vv, '" av' Number AIR Number
Contract Start Date I,A,,, " a~~~~~ ?a~';,,,o AFRS End Date
uecemIJ", ." , «uuo
vv"" av' Title CFDANo, QFSR
Criminal II I A ,h Services I DYes DNo
Mileage Allowed:
Std Mileage Rate:
Travel Authorized:
DYes
DYes
DYes
DNo
DNo
DNo
iI ,Only
specialM~
___________
Mileage Only:
.v,i.mtary OIT:
..IlI'eS -DNo -
per mile
DYes DNo
Special Rules: DYes DNo
Prorate Leave to Contract: D~es DNo -------- AFRS Code Assigned: DYes DNo
Overtime Allowed: DYes Overtime Only (On Day Off): DYes DNo
Contract Pays Only OIT Cost: '1'i ,,~ DNo Minimum Call Out Hours: - - - - - - 1
Primary Org ;;.;:-' _ _ _ Other Org Codes:
Typ~' []I,,,.,,,lUe [I" "d" ,uu, ~"" '''''' [] of
-
'vy
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
(Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL,
~~~J.o, Signature
Date Date
Page 1 of 1
INTER( .~FICE COMMUNICAT N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and KSNK. Funding for this contract has been encumbered under the budget code listed
on the attached Budget and Fiscal Services Contract Notification Form. Please take the
following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal yearend balances.
:frct.
Please contact me at Micro 12, ext. 11052 if you have any questions or concerns regarding this
Attachment
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000-323-001 (5196) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 596-4000 • www.wsp.wa.gov
December 3, 2008
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number isthe agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 596-4052.
Sincerely,
Mr. e ey R. H
Budget and Fis
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
o New
Period of ~ Amendment
Contract No. CIlCdtft!(Jf!fc{5)performance: ~ 12;1#(0 Recurring
Contract Title: Ce. i'l,It.. 1 L k ( 447:/"/ .:Jg-.A/. Cc5
Other Party: ~
~Payable
U Receivable
Amount: /J 1'3. r~ 0 Other:
Comments:
Grants and Contract Manager:
The above-referenced Contract between the Washington State Patrol (WSP) and KSNi(
(Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL
CONT~~.T
Date Date
Page 1 of 1
11/25/2008 13: 23 f<'AX
4:!:J UV.1.
2Uij2ij22Ul~
FAX: 206-262w2014
To:J:HlA~(
From: ~
Subject: CbYrf~ ~K;~r;"
Total number of pages, including this cover sheet:
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
(Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, Who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL·
CONZt2
John R. Batiste, Chief
~~
Signature
Date Date
Page 1 of 1
Page 1 of 1
Ken, the attached amendment will fund your contract at WAJAC through December 31, 2008. If you could sign
this amendment, fax it to me no later than Wednesday, November 26 and mail the original I'd appreciate it.
Attached is an amendment and task order to your firm's criminal intelligence analyst contract to extend and fund
the contract for two additional months.
If this amendment and task orders are acceptable, please have an authorized individual for your company sign
and date both documents, fax the documents to my attention at (360) 596-4078, and send the documents with the
original signatures to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must
receive the fax no later than Tuesday, September 30,2008 at 4:00 p.m. local time. Once I receive theses
documents with your firm's original signature through the postal mail I will send one fully executed original each
document to you for your records.
11120/2008
WSP Contract No. C060490PSC
Amendment 3
The above-referenced Contract between the Washington State Patrol (WSr~) and f<Si'~i<
(Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl, Jeff (WSP)
FYI
-----Original Message-----
From: ofm.contracting@ofm.wa.gov (mailto:ofm.contracting@ofm.wa.gov]
Sent, Thursday, November 20, 2008 3,45 PM
To, Eckhart, Shawn (W8P)
Subject' PSCD, Filing Decision, Agency 225 - Filed Date Approved - Decision, 11/18/2008
4,12,00 PM.
This e-mail is being sent because you were identified"as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number, 35079-03
Agency, 225
Agency Contract #' C060490PSC
Filed Date, 11/18/2008 4,12,00 PM
Start Date, 11/30/2008
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Tuesday, November 18, 20084:12 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 11/18/20084:12:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C060490PSC
Filed Date: 11/18/2008 4:12:00 PM
Start Date: 11/30/2008
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofrn.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
Filed Date Start Date End Date
11/30/2008 12/31/2008
Contacts
http://contracts.ofin.wa.gov/PSCDlFiling/PrintFilingSunnnary.aspx?menuSelect==mnuFA...11118/2008
Page 2 of3
The contractor was selected through a two-tier process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
processes to the point where it would take several months to procure, evaluate, conduct background
investigations, and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at WAJAC while the agency conducts a competitive
procurement of these services. A new RFQQ for these services was issued on October 31,2008; the agency
is currently conducting an evaluation of proposals but will not be completed with the procurement process by
the time this contract ends on November 30, 2008. Should this contractor become an apparent successful
proposer under the new RFQQ they will be placed under a new contract; this current contract will not be
extended after this amendment.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would be available beyond November 30, 2008.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through December 31, 2008 while the
agency conducts a competitive procurement of these services. A waiver was granted by the U.S. Department
of Homeland Security for the use of $1 million. dollars of federal fiscal year 2008 funds to continue funding
contracted intelligence analysts; rather than continue to extend this contract the agency is conducting a new
procurement for these services and allowing all previous contracts for this service to expire.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
Funding was made available for an additional month by leaving an agency employee position also funded by
this grant vacant; and by terminating the majority of contracts for these services.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
ksnk amd 3.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFA. .. 11/18/2008
. Date 9/23/08
Washington State Patrol
LOS
d t an dFIscaI S
Bulge '
ervlces ContractNtTt'
o Ilca Ion Form -/-/-
o Billable over $10,000 o Billable under $10,000 ~ Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C060490PSC (2)
Contract Start Date Contract End Date AFRS End Date
November 30, 2008
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
KSNK
Contractor Contact Address
--
Std Mileage Rate: DYes DNo SpeCial Mileage R per mile
Travel Authorized: DYes DNo oluntary OIT: DYes DNo
Special Rules: DYes DNo
Prorate Leave to Contract: DYes DNo AFRS Code Assigned: DYes DNo
Overtime Allowed: DYes Overtime Only (On Day Off): DYes DNo
Contract Pays Only~es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Type...Dl-RElceipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
---Distribution:
~ Project Manager
-
~ Accountant [gJBudgetAnalyst o Other:_- _ _ _ _ _ __
.
300-365-522 (R 6/03)
09/2412008 09: U4 t'M 2UU2U22U14
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
(Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
. WASHINGTON STATE;PATROL
Date Date
Page 1 of 1
09/24/2008 09:04 FAX 2062622014 I&J VVJ
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
·intelligence analyst services during the time of the period of
performance indicated above for this Task Order, The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $50.00.
..
FOR THE WASHINGTON STATE PATROL; FOR THE CONTRACTOR:
-;:;-:-;-kc;-7;e~l1~u7:;):::-;-'
Printed Name and Title
.- -'(!"'- v._t)(Aj. : . . .-. .l. -'-Pre~SI ~Mi ~
Page 1 of 1
INTER' ~FICE COMMUNICAT :. IN
Attached is a fully executed copy of the above-listed task order and amendment between the
Washington State Patrol and KSNK. Funding for this contract has been encumbered under the
budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following steps to ensure the correct payment of this contract.
• If you feel the indicated budget code is incorrect, please contact Ms. Cindy Haider,
Budget and Fiscal Services, within fifteen days from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with
your assigned budget analyst to address any fiscal year end balances.
Please contact Ms. Haider at Micro 12, ext. 11071 if you have any questions or concerns
regarding this contract.
(}/...+\ JRH:clh
~, Attachment
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Captain Tim Braniff, Investigative Services Division
Ms. Tanya Pierce, Budget and Fiscal Services
STATE OF WASHINGTON
WAS HING TON STATE PATROL
600 • (360) 596.4000 • www.wsp.wa.gov
General Administration Buildin g· PO Box 42600 • Olympia, WA 98504-2
October 6, 2008
o~J. ~~
~ Mr. Jeffr eP. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
o New
Period of g- Amendment
Contract No. CdC(J r/wetcC':l) Performance: ~"I.JL"-:-.....l.!,~'P'-..IL 0 Recurring
W~UL!J;:"f/&..~·QZJ~...,.t;~~'f..2l~Lfi.,c<!"!"M:.-2----_
Contract Title: _-L..e..,."/L.t'
Other Party: ,KiAII(' ~ W,.,)~
12rPa7able
D Receivable
Amount: D Other:
Scope of Work:
Comments:
Grants and Contract Manager:
BFS Adminstrator:
~~____~~=__~j~'3~O=-'~Og~_________________________
Attorney Investigative Services
A premier private investigation agency providing members of the legal community with the infonnation they need
Washington State License Number 2399
P.O. Box 779 (425) 837-0229
Issaquah, W A 98027 www.AIS-SeattIe.com
Message:
The originals will be in the mail later today. If you need anything more,
please let me know.
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
(Contractor) is hereby amended as follows:
AII.other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
WASHINGTON STATE PATROL
Task Order
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $50.00.
;L::6~ 9-;2.~-o;r
John R. Batiste, Chief Date Signature Date
~~K:c~e~M~W~·=.~C_~_~~~P~_SI~
Printed Name and Title
Page 1 of 1
If!:J UV.1.
09/24/2008 09:04 FAX 2062622014
Message:
The originals will be in the mail later today. If you need anything more,
please let me know.
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
(Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL
Date Date
Page 1 of 1
09/24/2008 09:04 FAX 2062622014 l.(tJ UUJ
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services -during the -time of the period of
performance indicated above for this Task Order, The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$50.00.
-=-7--ke--;--;:e,;-:,-V1~:,,-:,:(jj':;:,.;-;----"C"-v._Ow..:..-----Le~resl~,g
Printed Name and Title
Page 1 of 1
Page 1 of 1
Attached is an amendment and task order to your firm's criminal intelligence analyst contract to extend and fund
the contract for two additional months.
If this amendment and task orders are acceptable, please have an authorized jndividual for your company sign
and date both documents, fax the documents to my attention at (360) 596-4078, and send the documents with the
original signatures to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must
receive the fax no later than Tuesday, September 30,2008 at 4:00 p.m. local time. Once I receive theses
documents with your firm's original signature through the postal mail I will send one fully executed original each
document to you for your records.
9/2312008
WASHINGTON STATE PATROL
Task Order
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time ofllie period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$50.00.
Page 1 of 1
Hugdahl, Jeff (WSP)
FYI
--~--Original Message-----
From: ofm.contracting@ofm.wa.gov [mailto:ofm.contracting@ofm.wa.gov]
Sent: Wednesday, September 17, 2008 11:39 AM
To: Eckhart, Shawn (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 9/15/2008
4:29:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 35079-02
Agency: 225
Agency Contract #: C060490PSC
Filed Date: 9/15/2008 4:29:00 PM
Start Date: 9/30/2008
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office· of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, September 15, 2008 4:29 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/15/2008 4:29:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency, 225
Agency Contract #' C060490PSC
Filed Date, 9/15/2008 4,29,00 PM
Start Date, 9/30/2008
Filed By, Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
Filed Date Start Date End Date
09/30/2008 11/30/2008
Contacts
http;1!contracts.ofm.wa.govIPSCDlFilingIPrintFilingSunnnary.aspx?menuSelect=mnuFAF... 9/15/2008
Page 2 of3
Filing Justification
Specific Problem or Need
Identify and fully describe the specific problem, requirement or need which the amendment is
intended to address and which makes the services necessary.
The amendment allows the contractor to continue providing uninterrupted criminal intelligence analyst
services to local, state and federal law enforcement organizations for two additional months. WSP is required
to provide these services under its agreement with the Military Department for federal fiscal year 2007 Law
Enforcement Terrorism Prevention Program (LETPP) funds.
Describe how the agency determined the services are critical or essential to agency responsibilities
or operations and/or whether the services are mandated or authorized by the Washington State
Legislature.
The services provided through this contract are essential for the implementation of the Washington State
Homeland Security Strategic Plan as published by the Washington State Military Department for the State of
Washington and approved by the Governor's Office. The services assist the State Patrol, federal agencies,
and local law enforcement by providing criminal intelligence analysis for law enforcement missions. The
contract is funded through the federal Law Enforcement Terrorism Prevention Program through the Military
Department from the U.S. Department of Homeland Security.
Other Public Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available
WITHIN YOUR AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees to
perform the services of the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL,
STATE OR FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the
service more efficiently or more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees to
perform the services of the proposed contract.
Contractor's Qualifications
Provide an explanation of the contractor's qualifications, abilities, or expertise to meet the agency's
specific needs for the services under the amendment.
The contractor was selected through a two-tier process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
processes to the point where it would take several months to procure, evaluate, conduct background
investigations, and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at WAJAC. This amendment is funded by dollars
remaining from the state's 2007 LETPP allocation. Although the state has determined that $1 million dollars of
federal fiscal year 2008 funds are available to continue funding contracted intelligence analysts, using these
funds for this purpose requires a waiver to the U.S. Department of Homeland Security's grant guidance
document. This waiver was requested in April 2008 and is still pending.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would be available beyond September 30, 2008.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through November 30, 2008. Although
the state has determined that $1 million dollars of federal fiscal year 2008 funds were available to continue
funding contracted intelligence analysts, we require a waiver to the U.S. Department of Homeland Security's
grant guidance document to allow that use. This waiver was requested in April 2008 and is still pending.
Because this waiver request has not been granted we cannot exlend this contract beyond the two months of
remaining funding. Should the waiyer not be granted this contract will terminate with no further extensions on
November 30, 2008.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
Funding was made available for two additional months by leaving an agency employee position also funded
by this grant vacant. A number of contracts providing these services statewide will cease work and/or
terminate pending the waiver decision noted above, and the decision by local jurisdictions to continue
providing funds for local LETPP allocation - funded contracts.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
ksnk crow amd 2.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
\/~-%'0 ~0 /tV
1\ ....... A
"""
~,..
-- -
Distribution: [8j Project Manager [8j Accountant
-
[8jBudget Analyst o Other:_ _ _ _ _ _ _ __
300-365-522 (R 6/03)
09/26/2007 10:55 FAX 2062622014
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
Enterprises (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of 1_
09/26/2007 10:55 FAX 2062622014
Contractor: KSNK
De~cription of Service: The Contractor'S Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reinlburse the Contractor at the hourly
rate of$50.00.
KeY! CrovJ)
Printed Name and Title
Page 1 of 1
INTER~FFICE COMMUNICAT'ON
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and KSNK. Funding for this contract has been encumbered under the budget code listed
on the attached Budget and Fiscal Services Contract Notification Form. Please take the
following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
1;;1·
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
Attachment
cc: Mr. Shawn Eckhart, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building • PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540 • www.wsp.wa.gov
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Contract No.
Contract Title: _~Kh..h~..L.t,tjFtL.~~L-4~~(#--<I£.~;.aGL ___
Other Party:
'!i{"Payable
Amount:
oo Receivable
Other:
Scope of Work:
Comments:
Grants and Contract Manager:
BFS Adminstrator:
'~ . t
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
Enterprises (Contractor) is hereby amended as follows:
,
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of 1
WASHINGTON STATE PATROL
Task Order
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $50.00.
Ket/l (:rouJ )
Printed Name and Title
Page 1 of 1
09/20 '2007 10: 55 FAX 2062622014 IgJ UUl
Message:
The originals will be in the mail later today to you at PO Box 42602, Olympia.
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reinlburse the Contractor at the hourly
rate of $50.00.
KeY! CrolAl )
Printed Name and Title
Page 1 of 1
09/2~/2007 10:55 FAX 2062622014 tgj vu""
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
Enterprises (Contractor) is hereby amended as follows:
All othertenns and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Page 1 of 1
Page I of I
Mr. Crow-
At this time the project manager and the Investigative Assistance Division commander have reviewed the funds
available for these contracts and have determined that no funding is available for any rate increases,
Attached is an amendment and task order to your firm's criminal intelligence analyst contract to extend and fund
the contract for one additional year.
If this amendment and task order are acceptable, please have an authorized individual for your company sign and
date these documents, fax the documents to my attention at (360) 664-0657, and send the documents with the
original signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must
receive the both documents via fax no later than Sunday, September 30, 2007 at 4:00 p.m. local time. Once I
receive these documents with your firm's original signature through the postal mail I will send one fully executed
original of these documents to you for your records.
As the end of my contract approaches, and you are sending out amendments, I'm wondering what
procedure exists for amending the hourly rate. I have become aware of a great disparity in hourly rate,
not justified by qualifications or responsibility. And, regardless, I would think that WSP would expect
and plan for some rate increase as contracts are extended. Please let me know if this is the case, and
how I should go about re-negotiating my hourly rate. I look forward to hearing back. Thanks!
KenW. Crow
KSNK. Enterprises
9/25/2007
WSP Contract No. C060490PSC
Amendment 1
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
Enterprises (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
WASHINGTON STATE PATROL
Task Order
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $50. 00.
Page 1 of 1
Washington State> Office of Financial Management> PSCD Page 1 of2
Links Help
2 records found.
,~!=~~,:~:i:~J
Filed Contract Search Results
'fCliCk on a contract filing number below to see additional details. Amend 'A' identifies amendments.
3~979- ~
~ ... 1,
g)"iJtlib'07
.,;.'-
," WSP
KSNK
Enterprise
200674694 C060490PSC A $110,250 CE "'iI'
iJlt;'
~O!t§,)'
Enterprise
200674694 C060490PSC $79,000 CE m-
Legend
'1i:-:·':~;;~n;1trNE~r~:~lt;:;m:-::):;:.~~'.::: ' ,
.,
m- Reviewed
http://contracts.ofm.wa.govIPSCD/Query/SimpleQueryResults.aspX 111912007
Washington State> Office of Financial Management> PSCD Page 2 of2
Iii:] Acknowledged
~ Disapproved
a Returned
()jf"",
01
F1nancia' Managem~nt
$t$t.(Wn'!k1\(M
http://contracts.ofin.wa.govIPSCD/Query/SimpleQueryResults.aspX 111912007
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, September 27, 2007 12:04 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/27/200712:04:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C060490PSC
Filed Date: 9/27/2007 12:04:00 PM
Start Date: 10/1/2007
Filed By: Jeff Hugdahl
P.lease retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofrn.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management I WA State Personal Services Contracts
1
Page 1 of3
PS CD .
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed start date of
services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
58715
Number:
Agency Contract
C060490PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN 200674694
Legal Name KSNK Enterprise
DBA
UBI 602373741
Address 22727 SE 27th Street, Sammanish, WA USA 98075
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of the contract is to provide criminal intelligence analyst services to local,
state and federal law enforcement agencies through regional intelligence centers co-
located with local law enforcement jurisdictions; or at the Washington Joint Analytical
Center. The amendment allows the contractor for provide continuous services for the
next federal fiscal year.
Fund Source
Filing Number Federal State other Total
35079 - 00 $79,000 $79,000
This Filing $110,250 $110,250
Contract Total $189,250
Contract Dates
Filed Date Start Date End Date
10101/2007 09/30/2008
Contacts
http://contracts.ofrn.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFAF... 9/27/2007
Page 2 of3
http://contracts.ofm.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFAF... 9/2712007
Page 3 of3
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services. Additionally, the agency has conducted seven procurements for these
services over the past 2.5 years, and is finding it increasingly difficult to identify qualified contractors to
provide these services. The agency is currently in the process of conducting another procurement to provide
these services to local jurisdictions where services are not currently being provided.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know iffunding fo~ this project would continue beyond September 30,2007.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through September 30, 2007 when the
agency received an extension of funding from the Military Department. The agency's intent is to continue to
conduct procurements for the services as contractors terminate services at different locations throughout the
state. The agency has almost continuously been conducting procurements for these services since in
inception of the project in 2005.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
This contract has been funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program (LETPP) federal fiscal year 2004 funds provided to WSP through the Washington State
Military Department. The agency was recently notified that it would receive federal fiscal year 2007 funds from
this grant program.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
crow 1006 amd 1.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
Mr. Crow-
At this time the project manager and the Investigative Assistance Division commander have reviewed the funds
available for these contracts and have determined that no funding is available for any rate increases.
Attached is an amendment and task order to your firm's criminal intelligence analyst contract to extend and fund
the contract for one additional year.
If this amendment and task order are acceptable, please have an authorized individual for your company sign and
date these documents, fax the documents to my attention at (360) 664-0657, and send the documents with the
original signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must
receive the both documents via fax no later than Sunday. September 30, 2007 at 4:00 p.m. local time. Once I
receive these documents with your firm's original signature through the postal mail I will send one fully executed
original of these documents to you for your records.
As the end of my contract approaches, and you are sending out amendments, I'm wondering what
procedure exists for amending the hourly rate. I have become aware of a great disparity in hourly rate,
not justified by qualifications or responsibility. And, regardless, I would think that WSP would expect
and plan for some rate increase as contracts are extended. Please let me know if this is the case, and
how I should go about re-negotiating my hourly rate. I look forward to hearing back. Thanks!
KenW.Crow
KSNK Enterprises
9/2712007
WSP Contract No. C060490PSC
Amendment 1
The above-referenced Contract between the Washington State Patrol (WSP) and KSNK
Enterprises (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
WASHINGTON STATE PATROL
Task Order
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $50.00.
Page 1 of 1
Washington State Patrol Date "p/ /P/~
Amount
$
Revised Total
Amount $ 76 11)0 BUdgetManager/(p?~ V mx~ A.
~~IOt: DYes
nl'ilflDate eceiot: DYes
DNo
ONo
Accounting Manag r \0\ U IC\U(jU
I
Indirect Costs %
S~b V Revenue Code Percent!
. Master Index Fund AI PI Project Major Major Sub TAR Code . Amount
Object
Grouo Source Source
tJor II!:)/) 011:;71 WATt: CF' (IlO
-----
Special Rules: DYes ONo
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
peiformance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rateof$50.00.
Page 1 of 1
INTEF 'FFICE COMMUNICA" . t)N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and KSNK. Funding for this contract has been encumbered under the budget code listed
on the attached Budget and Fiscal Services Contract Notification Form. Please take the·
following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• Please ensure that the WSP employee preparing payment documents for this contract has a
copy of this contract to ensure the payment documents are filled out correctly.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The fmal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
:Jl;;t.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
Attachment
cc: Ms. Mary Thygesen, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000~323-001 (5/96) An internationally accredited agency providing professional law enfarcemem services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
This task order was executed with the understanding that no work was performed under
the first task order to this contract.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
M,?i~~hl
Budget and Fi al Services
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
o New
Period of R-Amendment
Comments:
Grants and Contract Manager:
Chief:
WASHINGTON STATE PATROL
Task Order
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of $50.00.
FOR~ I~b~
John R. Batiste, Chief Date Signature Date'
Page 1 of 1
Oct 03 06 04:45p p.2
Contractor: KSNK
Description of Service: The Contractor's Employee (Ken Crow) shall provide criminal
intelligence analyst services during the time of the period of
performance indicated above for this Task Order. The local
worksite for the Contractor Employee during this Task Order is the
Washington Joint Analytical Center (Seattle).
Fees: Service Cost: WSP shall reimburse the Contractor at the hourly
rate of$50.00.
Page 1 of 1
Washington State Patrol
BUdIget at h ... , IscaIS ervlces
. e Notli'vduon
ontract ' Form LOS 1
'1 I
7h .',(UJ ALbgiar~
Amount
Revised Total
Amount $ 000 1( /II~'I- Budget Manager / Ifj) ~ .. d, unaMi
Allot DVes g~o
at d Receipt; DVes DNo
I"-"" ~ / ' k.~
Accounting Manage
Indirect Costs -% i><tl'
Sub Revenue Code Percent!
Master Index Fund AI PI Project Object Major Major Sub TAR Code
Amount
Group Source Source
G-JA.:r"f rol OOLO rn;l..'1-f WA')'1- c.E.. /00.0
-------
Travel Authorized: DVes DNo Voluntary OIT: DVes DNo
Special Rules: DVes DNo
Prorate Leave to Contrac . Ves DNo AFRS Code Assigned: DVes DNo
Overtime AI ed: DVes DNo Overtime Only (On Day Off): DVes DNo
Contract Pays Only IT Cost; DVes DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Description of SeNice: The Contractor shall provide Criminal Intelligence Analyst Services
to WSP during the time period of performance indicated above for
this Task Order. The Local Worksite during this Task Order shall
be the Washington Joint Analytical Center (WAJAC) in Seattle,
Washington.
Fees: SeNice Cost: WSP shall reimburse the Contractor at the hourly
rate identified under Section 5, Fees, in the
Contract.
Other Costs: WSP shall reimburse the Contractor for travel
related costs per Section 5, Fees, in the
Contract.
Maximum Task Order Amount: $76,000
WSP Contact Name and Lieutenant Keith Huntley, (360) 753-0315, ext 139
Telephone Number:
~~
John R. Batiste, Chief~
11/2.110 r
Date s;goa~
Printed Name and Title I
INTr ~\ :FICE COMMUNIC. I 'N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and KSNK Enterprises for Ken Crow. Funding for this contract has been encumbered
under the budget code listed on the attached Budget and Fiscal Services Contract Notification
Form. Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact Mr. Shawn Eckhart,
Budget and Fiscal Services, within fifteen days from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The fmal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact Mr. Eckhart at Micro 11, ext. 245 if you have any questions or concerns
. ~ this contract.
7Ir.:~~'
Attachment
cc: Ms. Tanya G. Pierce, Accounts Payable Section
Ms. Mary Thygesen, Budget Section
3000·323'{){)1 (5196) An internationally accredited agency providing professional law enforcement services
Page 1 of 1
You agreement and task order were executed as of 11/21/2005. An original of both is being sent to you via mail.
Congratulations - you have been tentatively selected as an apparent successful proposer under WSP RFQQ No.
C060226PSC, contingent on you passing a background check conducted by WSP.
You will be receiving a contract and work task order from WSP through postal mail within the next few days.
In addition to passing a background check, remaining under contract will require that you fulfill other RFQQ
conditions, such as being licensed to do business in Washington State within 10 business days of this
announcement if not already so; and formal training in i2 's Analyst Notebook application and Penlink within 120
days of contract execution if not already profiCient in those applications.
Shawn Eckhart
Washington State Patrol
Budget & Fiscal Services
(360) 570-3125
1112212005
Washington State Patrol
, ,
Budget an" t-Iscal Services Contract NotificC1tion Form LDS r I
I
ContracrTitle 'I CFDANo. QFSR
:.J41/·rfI i ('U(
1 DYes DNo
Contractor Name
/(S'N/(
Contractor Contact Address
;J.1....1P1 se.
Contractor Contact Name Contractor Contact Phone Contractor EIN/SSN I
,
Contract Amount Position Signature and Date
Previous Grants and Contracts Manager
Contract Amount $
Amendment
$ Business Office Manager
Amount
Revised Total ~' ~ Allot DYes DNo
Amount
$1-{' &00 f'\4"- Budget Manager I /J H:rr1anticipa d Receipt: DYes DNo
Accounting Manager
Indirect Costs %
Sub Revenue Code PercenV
Master Index Fund AI PI Project Major Major Sub TAR Code
Object Amount
Group Source Source
TPr'ilL -
Billable Contracts Onlv
Mileage Allowed: DYes DNo Mileage Only: DYes DNo
Std Mileage Rate: DYes DNo Special Mileage Rate $ per mile
Travel Authorized: DYes DNo Voluntary OIT: DYes DNo
Special Rules: DYes DNo
pY'er;;deni
Printed Name and Title 0 pri~ Name and Title
John R. Batiste, Chief e"V] IAI, ~rlJvJ i
1. General.
a) Task Orders. Work shall be assigned by a negotiated Task Order and must be signed
by both parties. Each Task Order must identify the Local Worksite to which the
Contractor will be assigned and a start and end date for work at that location. Each Task
Order, once accepted by WSP and the Contractor, shall be an amendment to this
Agreement.
b) As assigned by WSP and after execution of a Task Order, the Contractor shall provide
criminal intelligence analyst services to provide the following products:
• Raw Intelligence classification and analysis
• Daily intelligence briefings
• Weekly and monthly written intelligence bulletins
• Periodic intelligence assessments
• Information dissemination to local law enforcement agencies
a) Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work while
under the influence of alcohol or while having alcohol in their system. The Contractor
shall not possess, use or store alcoholic beverages while at any WSP facility or Local
Worksite. The Contractor shall not use or possess any narcotic, dangerous drug, or
controlled substance except at the direction of a phYSician, dentist, or other medical
authority for medical purposes. If the Contractor is directed by competent medical
authority to use a narcotic, dangerous drug, or controlled substance, he/she shall not
use such medication to the extent that their performance is affected while at any WSP
facility or Local Worksite.
b) Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of his/her
duties, shall control his/her temper and exercise the utmost patience and discretion, and
shall not engage in argumentative discussions. In the performance of his/her duties, the
Contractor shall not use coarse, violent, profane, or insolent language or gestures, and
shallnot"express any prejudice concerning race, religion, sex, politics, national origin,
lifestyle, or similar personal characteristics.
c) Appearance. WSP expects the Contractor to present a professional image when
providing services under this Contract. Clothing shall be neat, clean, and in good
condition.
When services are required by WSP at locations other than the Local Worksite identified in
the Task Order, WSP will reimburse the Contractor for authorized lodging, subsistence and
business vehicle mileage costs at current State of Washington approved reimbursement
rates. These rates are published in the State Accounting and Administrative Manual
(SAAM). This manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is obligated
to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, .for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act(ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief ofWSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and make
a determination of the dispute. The determination of the Dispute Board shall be final and binding to all
parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the peri'ormance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by negligent
acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent ofWSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the req uired insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract, the
Contractor shall maintain records sufficient to document (i) performance of all acts required by statute,
regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its organization's
structure, tax status, capabilities and performance; and (iii) demonstrate accounting procedures,
practices and records that sufficiently and properly document the Contractor's invoices to WSP and all
expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconSistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in the
following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, ifWSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it is
determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies ofWSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage ofWSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C060490PSC (Contract)
or its performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either Chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers,
e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license
numbers, medical data, law enforcement records, agency source code or object code, agency
security data, or information identifiable to an individual that relates to any of these types of
information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential
Information for any purpose other than the performance of this Contract, and not to release,
divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without
WSP's express written consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized
access to Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor,
I shall surrender any and all Confidential Information in my possession to the Contractor for its
disposition according to the terms of this Contract.
I understand that I am subject to all applicable and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Date
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C060490PSC (Contract)
or its performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either Chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers,
e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license
numbers, medical data, law enforcement records, agency source code or object code, agency
security data, or information identifiable to an individual that relates to any of these types of
information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential
Information for any purpose other than the performance of this Contract, and not to release,
divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without
WSP's express written consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized
access to Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor,
I shall surrender any and all Confidential Information in my possession to the Contractor for its
disposition according to the terms of this Contract.
I understand that I am subject to all applicable and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
(!row
~~~~~~~~~~l~~{~I~_
°r.e514eJ
Printed Name and Title
Date
Attached is a fully executed copy of the above-listed agreement between the Washington State
Patrol and KSNK Enterprises. Task Orders are required for the other party to work under this
agreement.
The agreement tracking number for Budget and Fiscal Services is C060490PSC. This number
should be used on all correspondence regarding this agreement.
If you need further assistance, please contact Mr. Shawn Eckhart, Budget and Fiscal Services,
at Micro 11, ext. 245. Thank you.
i{{f/
Attachment
cc: Ms. Tanya Pierce, Accounts Payable Section
Ms. Mary Thygesen, Budget Section
3000·323.()QI (5196) An internationally accredited agency providing professional law enforcement services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540
November 22,2005
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your organization, as well as one fully
executed original of Task Order 1 to the same. Please keep these originals for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact Mr. Shawn Eckhart, Budget
and Fiscal Services, at (360) 570-3125.
Sincerely,
M'~~~VI/""""
Budget and Fisc Services
JH:spe
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Comments:
Grants and Contract Manager:
Chief:
Personal Service Contra •. Risk Assesment
Page 1 of4
C9NTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
WSP Contract Number
BFS Contracts Specialist
A. PRE-CONTRACT PLANNING
1. Description of SerViC?: / / /
.:z:4:ta;L AA1~ .1'€7'IAa:?
Decision I Comments
Funding
Fundin!:l source (account codin!:l) and Amount t..e:7"PP EJA7 6 J- _"1'/.e..
Has an authorized manager approved the
expenditure? ~esD~o
Type of appropriation (federal. state. other) ~ I
If the contract obligates $25.000 or more in federal
funds has the Excluded Parties List System been ~esDNo
checked?
Public Resources
How have you assessed if other public resources are
available for this work? /JPl
• Agency resources DYe4D No
• Other public (governmental) resources D YeY/[] No
Competitive Contracting
Has this work been perforrnedlis performed by WSP
DYes ~No
employees?
If yes, has the WSP Labor Attorney been contacted? DYes DNo N ,/A
Has the WSP Labor Attorney given approval to
DYes D No
proceed with the contract? '/
Ethics
Is contractor a current or former state emplO}'ee? DYes~o
• If current, does contractor require Ethics Board DYes DaNo
approval?
• If former, provide last date of employment.
Payments
~cost Reimbursement (Budget)
Have you determined the appropriate methodes) of Time and materials (Hourly)
compensation and billing? Fixed Price
D Performance Based (valuation of
deliverables)
Personal Service Contra~> Risk Assesment
Page 2 of4
DYes ONo
Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintained. '- / /
:r;, gt2& t-.(4c1'-r'
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
C. RISK ASSESSMENT - Please respond to the following questions with regards to the risks
associated with this contract. Risk inherent in a contractor's potential performance is dynamic and
should be updated periodically throughout the term of the contract. Not required on contracts less
than $5,000.
Score on a scale of 1 - 5, with 1 representing the lowest risk.
If factor is not applicable, risk point = O. Unknown, risk point = 5.
1-2 = Low Risk 3= Medium Risk 4-5 = High Risk
Personal Service Contra~. Risk Assesment
Page 3 of 4
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= =
Lower Risk; Yes Hiaher Risk ";)
Contract dollar amount
=
$5,000 to <$25,000 Low Risk
=
>$25,000 to <$100,000 Medium Risk c/
=
>$100,000 Hiah Risk
Comolexitv of services :I..
Payment method (how complex is it?) What method(s) did you use? What
experience do you have with the method(s)?
o Cost Reimbursement (Budget) (score 3-5)
.j3'Time and materials (Hourly) (score 3-5)
Fixed Price (score 1-3»
t/
o Performance Based (valuation of deliverables) (score 1-3)
Procurement method:
~ Competitive (score 1 to ~)
Sole Source {score 3 to 5
::l
2. Contractor Risk
Risk
Risk Factor Points
Size and source of fundirlQ ::>-
Lemrth of time in business ~
Exoerience and oast oerformance .:J
Accreditation and licensure (Is contractor subject to either and if so, do you have
oroof?)
Financial health and practices lis contractor's financial condition aood or poor?)
-
-
7
Board of Directors (for Non-profits only - do they take an active role in the
oraanization?)
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?)
Oraanizational chanaes lis oroanization stable or does it have frequent turnover?}
-
S"
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentralized functions?) ":f
Leoal actions(has there been anv for the last 12 months? - if so, what?) "7
Backaround of individuals (do you have resumes?) ::l
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract.. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contract.
1. Were contract and contractor risks assessed prior to entering into a contract?
~Yes ONo
2. Does the risk assessment form the basis of the monitoring plan?
Dnes ONo
Personal Service Contra __ Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
]8fYes 0 No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
examole, A133 audits)?
What, if any, audit coverage is necessary to
assure approoriate spendinq of state funds?
Was a risk assessment completed to determine
whether an audit was needed?
Is corrective action necessary? Were
questioned costs resolved?
Are audit findinqs, if anY, resolved?
ISSUE COMMENT
Anv activities need follow-uo?
All invoices have been received and!Jaid?
Follow-uo on audit findinQs needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
> Advanced Search Search Results for Parties > Public User's Manual
> Exact Name and SSNrrlN Partial Name: KSNK > Acronyms
>·Reciprocal Codes
> Procurement Codes Back New Search Printer~~r~e~,~,ly
'--_----.JI.
> Advanced Reports
> Nonprocurement Codes
Contact Information
OFFICIAL GOVERNMENT USE ONLY
http://-www.ep1s.gov/ep1s/search.do 1119/2007
Excluded Parties List System Page 1 ofl
> Exact Name and SSNfTlN Partial Name: Crow > Acronyms
Contact Information
OFFICIAL GOVERNMENT USE ONLY
:> Administration
eplscomments@epls.gov
http://wWVV.epls.gov/epls/search.do 1119/2007
Eckhart. Shawn (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Tuesday, October 04, 2005 4:53 PM
To: Eckhart, Shawn (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 9/23/2005 1: 16:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Reviewed
By: Jan McMullen
Filing Number: 35079-00
Agency: 225
Agency Contract #: C060490PSC
Filed Date: 9/23/2005 1:16:00 PM
Start Date: 9/23/2005
Filed By: Shawn Eckhart
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • o'lympia, WA 98504-2600 • (360) 753-6540
The Washington State Patrol contract tracking number is referenced above; please use
this number on all correspondence regarding this agreement. If you need further
assistance, please contact Mr. Eckhart at (360) 570-3125. Thank you.
Sincerely,
M~~~
Budget and Fisc Services
JRH:spe
Enclosures
Eckhart. Shawn (WSP)
From: KenWCrow@cs.com
Sent: Tuesday, September 27, 2005 7:09 PM
To: Eckhart, Shawn (WSP)
Subject: RE: RFQQ No. C060226PSC - Apparent Successful Proposer
2
Page 1 of3
P5CD . ..
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Review - Contract is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
48538
Number:
Agency Contract
C060490PSC
Number:
Filed By: Shawn Eckhart
OFM Decision
Date:
Contractor Information
TIN 200674694
Legal Name KSNK Enterprise
DBA
UBI 602373741
Address 22727 SE 27th Street, Sammanish, WA USA 98075
Contract Information
Procurement Competitive
Service CE Social Research Services
Description
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at the
Washington Analytical Center (WAJAC) in Seattle, Washington, andlor for regional
intelligence groups (RIGs). Work accomplished under the Contract is by mutually
executed task order and the first task order under this agreement is for work at
WAJAC through 4-30-06.
Fund Source
Filing Number Federal State Other Total
This Filing $79,000 $79,000
Contract Total $79,000
Contract Dates
Filed Date Start Date End Date
09/23/2005 09/23/2005 09/30/2007
Contacts
http://contracts.ofin.wa.govIPSCD/filing/PrintFilingSurnmary.aspx?menuSelect=mnuVProc 9123/2005
Page 20f3
http://contracts.ofm.wa.govIPSCD/filinglPrintFilingSummary.aspx?menuSelect=mnuVProc 9/2312005
Page 3 of3
Describe the evaluation process (e.g., evaluation committees scored the responses, selection
committee made the award decision, etc). .
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence
Unit and Washington Joint Analytical Center staff to score vendor education, training and work experience.
Cost ppint were awarded based on the propsoed hourly rate versus the lowest hourly rate proposed for all
vendors. Proposed consultant team memebrs were separated by work location availability; the highest
scorers from the evaluation were interviewed by WSP and local jurisdictions participating in the regional
intelligence centers and the WAJAC where the proposed consultant team members would work. The final
selection was based on the outcome of these interviews.
Reasonableness of Cost
How was it determined that costs are fair and reasonable, or within the competitive range?
For proposed consultant team members, the average hourly rate was $59.95 per hour. The contractor
proposed $50 per hour. $3,000 per contractor employee has been added to the maximum contract amount for
travel costs. These costs are not included in the maximum dollar amount of the contract itself, but are paid
separately above that amount.
Attachments
060490.doc - 95744kb
060490(1 ).doc - 36352kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofm.wa.gov/PSCD/filing!PrintFilingSummary.aspx?menuSelect=nmuVProc 9/23/2005
Eckhart. Shawn (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Friday, September 23, 20051:16 PM
To: Eckhart, Shawn (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/23/2005 1: 16:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C060490PSC
Filed Date: 9/23/2005 1:16:00 PM
Start Date: 9/23/2005 Filed By: Shawn Eckhart
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofrn.contracting@ofm,wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504"2600 • (360) 753-6540
Enclosed are two originals of the referenced agreement between you and the
Washington State Patrol, as well as two originals of Task Order 1 to the same. Once
you have signed these originals, including Exhibit Cof each, please return all originals
to the following:
WSP will hold the agreements unexecuted until notification internally that your requisite
background beck has been passes. Once executed, you will receive one original. The
Washington State Patrol contract tracking number is the contract number referenced
above; please use this number on all correspondence regarding the agreement. If you
need further assistance, please contact Mr. Eckhart at (360) 570-3125.
Sincerely,
M'~~~'
Budget and Fisc Services
JH:spe
Enclosures
Eckhart. Shawn (WSP)
From: KenWCrow@cs.com
Sent: Thursday, September 22,200511:17 AM
To: Eckhart, Shawn (WSP)
Subject: RE: RFQQ No. C060226PSC - Apparent Successful Proposer
The EIN for KSNK Enterprises, my Washington State registered business entity, is
20-0674694. My SSAN is 537-42-3381, If you need anything more, please don't hesitate. I
will be out of the state from next Monday (9-26) through Friday evening (9-30), but I will
periodically be checking e-mail, or you can reach me at 425 503-5974 anytime. Thanks,
again.
<Shawn.Eckhart@wsp.wa.gov> wrote:
>Mr. Crowl
>
>In addition to your successful passing of a background check, another
>step that I need to have accomplished before WSP will be able to route
>your contract for signature is a successful filing with the State's
>O£fice of Financial Management in their Personal Services Contract
>Database. You do not need to do anything during that step. WSP does
>the filing. One of the variables needed in the filing is a taxpayer ID
>number for you - either a Federal Employer Identification Number or a
>Social Security Number. I was unable to locate either on your proposal.
>Can you provide me with either of those numbers so that I can proceed
>with the filing and preempt that from being the cause of a delay in the
>processing of your agreement? Thanks.
>
>Shawn
>
>-----Original Message-----
>From: KenWCrow@cs.com [mailto:KenWCrow@cs.com]
>Sent: Wednesday, September 21, 2005 3:21 PM
>To: Eckhart, Shawn (WSP)
>Subject: RE: RFQQ No. C060226PSC - Apparent Successful Proposer
>
>Thank you. I feel honored by this selection and look forward to
>serving.
>
><Shawn.Eckhart@wsp.wa.gov> wrote:
>
»Mr. Ken Crow,
»
»
»
»Congratulations - you have been tentatively selected as an apparent
»successful proposer under WSP RFQQ No. C060226PSC, contingent on you
»passing a background check conducted by WSP.
»
»
»
»You will be recelvlng a contract and work task order from WSP through
»postal mail within the next few days.
»
»
»
»In addition to passing a background check, remaining under contract
>will
»require that you fulfill other RFQQ conditions, such as being licensed
»to do business in Washington State within 10 business days of this
»announcement if not already so; and formal training in i2's Analyst
»Notebook application and Penlink within 120 days of contract execution
» i f not a~ready proficient in tho~e applications.
1
»
»
»
»If you have any questions, please contact me at (360) 570-3125 or at
»shawn.eckhart@wsp.wa.gov
»
»
»
»Shawn Eckhart
»
»Washington State Patrol
»
»Budget & Fiscal Services
»
»(360) 570-3125
»
»
»
»
»
»
>"
2
Page lof2
Great. Thanks,
For the max amount on the base agreement - how about I put $76,000 for that as well? If we have another task
order beyond 4-30-06, then if heeded we can also amend the max amount on the overall agreement.
._--_....•.•.. __.__ ...... _-._-_.._---- ... _--_....• _- •.. _--------
From: Huntley, Keith (WSP)
Sent: Wednesday, September 21, 2005 3:42 PM
To: Eckhart, Shawn (WSP)
Subject: RE: Crow and Norton
Shawn,
The end date for the task order is 4-30-06 and the maximum amount should remain the same as the other
analysts, $76,000.
Keith,
9/2112005
Page2of2
The RFQQ advertised the establishment of contracts through 9-30-07, so I plan to put that end date on the
contract.
Work will be accomplished under Task Orders associated with the contract. The variables mentioned in the task
order are 1) where the work will be; 2) start and end dates; and 3) max dollar amount.
1) Per your e-mail, the where for Norton and Crow is WAJAC in Seattle.
2) What is the when for them? Date of Execution to what end date for the TASK ORDER? 4-30-06?
3) What is the maximum dollar amount for the TASK ORDER? Again, this is only for the task order - the
work done at WAJAC from the date of execution of the task order until the end date that you give me
under 2) above.
Thanks,
Shawn
912112005
WASHINGTON STATE PATROL
PERSONAL SERVICE CONTRACT
Criminal Intelligence Analyst Services
is between the State of identified
39.29
i
PO Box 42602
WA 98504-2602
reference,
,or€!lor
signing
Date Date
APPROVED AS
1. General.
a) Task Orders. Work shall be assigned by a negotiated Task Order and must be signed
by both parties. Each Task Order must identify the Local Worksite to which the
Contractor will be assigned and a start and end date for work at that location. Each Task
Order, once accepted by WSP and the Contractor, shall be an amendment to this
Agreement.
b) As assigned by WSP and after execution of a Task Order, the Contractor shall provide
criminal intelligence analyst services to provide the following products:
• Raw Intelligence classification and analysis
• Daily intelligence briefings
• Weekly and monthly written intelligence bulletins
• Periodic intelligence assessments
• Information dissemination to local law enforcement agencies
a) Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work while
under the influence of alcohol or while having alcohol in their system. The Contractor
shall not possess, use or store alcoholic beverages while at any WSP facility or Local
Worksite. The Contractor shall not use or possess any narcotic, dangerous drug, or
controlled substance except at the direction of a phYSician, dentist, or other medical
authority for medical purposes. If the Contractor is directed by competent medical
authority to use a narcotic, dangerous drug, or controlled substance, he/she shall not
use such medication to the extent that their performance is affected while at any WSP
facility or Local Worksite.
b) Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of his/her
duties, shall control his/her temper and exercise the utmost patience and discretion, and
shall not engage in argumentative discussions. In the performance of his/her duties, the
Contractor shall not use coarse, violent, profane, or insolent language or gestures, and
shall not express any prejudice concerning race, religion, sex, politics, national origin,
lifestyle, or similar personal characteristics.
c) Appearance. WSP expects the Contractor to present a professional image when
providing services under this Contract. Clothing shall be neat, clean, and in good
condition.
When services are required by WSP at locations other than the Local Worksite identified in
the Task Order, WSP will reimburse the Contractor for authorized lodging, SUbsistence and
business vehicle mileage costs at current State of Washington approved reimbursement
rates. These rates are published in the State Accounting and Administrative Manual
(SAAM). This manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm.
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, Which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is obligated
to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on. the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW. .
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return-all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief ofWSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and make
a determination of the dispute. The determination of the Dispute Board shall be final and binding to all
parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by negligent
acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract, the
Contractor shall maintain records sufficient to document (i) performance of all acts required by statute,
regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its organization's
structure, tax status, capabilities and performance; and (iii) demonstrate accounting procedures,
practices and records that sufficiently and properly document the Contractor's invoices to WSP and all
expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in the
following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination. .
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination. .
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it is
determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract tenmination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct aSSignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the tenms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only ·for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance'with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract .
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C060490PSC (Contract)
or its performance may consist of information that is exempt from disclosure to the public or other
unauthorized persons under either Chapter 42.17 RCW or other state or federal statutes
("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers,
e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license
numbers, medical data, law enforcement records, agency source code or object code, agency
security data, or information identifiable to an individual that relates to any of these types of
information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential
Information for any purpose other than the performance of this Contract, and not to release,
divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without
WSP's express written consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized
access to Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor,
I shall surrender any and all Confidential Information in my possession to the Contractor for its
disposition according to the terms of this Contract.
I understand that I am subject to all applicable and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Date
Description of Service: The Contractor shall provide Criminal Intelligence Analyst Services
to WSP during the time period of performance indicated above for
this Task Order. The Local Worksite during this Task Order shall
be the Washington Joint Analytical Center (WAJAC) in Seattle,
Washington.
WSP Contact Name and Lieutenant Keith Huntley, (360) 753-0315, ext 139
Telephone Number:
Amendment
Amd Amount
r"
rl--"'$7~.3:::0;O:O:--
Amd Status rC~~pleted
Date document was sent to:
:::~n:~O:,~:i:~ ~
Bureau Cdr IOC ~
BFS Notification 4/12/2006
BFS Review
Chiefs Office
Transmittal Letter
Mailed to Other Part
Received Back 4/19/2006
Distributed 4/24/2006
Amendment
AmdAmount 1$32.700
Date 11/18/08
Washington State Patrol
LOS -/- -
Bulge
d t an dFIsca IS ervlces
' Con t ractN o ff
Ilcaf Ion Form
o Billable over $10,000 o Billable under $10,000 ~ Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C051041PSC (6)
Contract Start Date Contract End Date AFRS End Date
December 31, 2008
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Mr. Michael R. Chamness
Contractor Contact Address
Indirect Costs %
Accounting Manager !%LA
(;-Y'
~/
- { ~ venue Code r
J//"ZfI/d
E
Sub PercenU
Master Index Fund AI PI Project Sub TAR Code
Object MaJ~ H "'ajor
Grou Duree Source
Amount
'''m'''L'~'''~
Overtime Allowed: DYes
----- AFRS Code Assigned:
Overtime Only (On Day Off):
DYes
DYes
DNo
DNo
Contract Pays Only OIT Cost: es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Typepl-RBceipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
----Distribution:
~ Project Manager ~ Accountant ~Budget Analyst o Other: _ _ _ _ _ _ _ __
300-365-522 (R 6/03)
11/21/2UU8 lU: U7 FAX 2UU2U22U14.
The above-referenced Contract between the Washington State Patrol (W8P) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date
Page 1 of 1
INTERl :FICE COMMUNICA1 :)N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Mr. Michael R. Chamness. Funding for this contract has been encumbered under
the budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The·final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 12, ext. 11052 if you have any questions or concerns regarding this
~r· Attachment
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 596-4000 • www.wsp.wa.gov
December 3, 2008
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 5964052.
Sincerely,
Mr. J ff R. Hugd
Budget and Fiscal
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
oNew
Period of ~ Amendment
Contract No. Co JfOl/(pjc(i; - 1..7;¥y1fO Recurring
Contract Title: ~....l(.....cI'.J.''LL1.<'!L--f..A..1'4-~(::Ujut....f#-"I---<LJ~w.~•.t.'G...;>-------~
Other Party:
Amount:
Comments:
Grants and Contract Manager:
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date
Page 1 of 1
4ZIUUl
11/21/2008 10:07 FAX 2062622014
DATE; 11/2112008
FROM;
Mike Chamness
WAJAC 1 FBI Field Intelligence Group
11l03rd Ave
Seattle, WA 98110
206-262-2433
Message:
The above-referenced Contract between the Washington State Patrol (W8P) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date
Page 1 of 1
Page 1 of 1
Mike, the attached amendment will fund your contract at WAJAC through December 31, 2008. If you could sign
this amendment, fax it to me no .Iater than Wednesday, November 26 and mail the original I'd appreciate it.
Attached is an amendment to your firm's criminal intelligence analyst contract to extend and fund the contract
for two additional months.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 596-4078, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Tuesday, September 30,2008 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of
amendment to you for your records.
11/2112008
WSP Contract No. C051 041 PSC
Amendment 6
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, November 20, 20083:45 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 11/18/20084:03:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 34392-06
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 11/18/2008 4:03:00 PM
Start Date: 11/30/2008
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Tuesday, November 18, 2008 4:03 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 11/18/20084:03:00 PM.
Your filing has been received by OFM. Please see the -information below.
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 11/18/2008 4:03:00 PM
Start Date: 11/30/2008
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Managemen-t, WA State Personal Services Contracts
1
Page 1 of3
PS CD
•. ..
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed start date of
services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
64563
Number:
Agency Contract
C051041PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN
Legal Name Chamness, Michael R.
DBA
UBI
Address 8280 NE Baker Hill Road, Bainbridge Island, WA USA 98110
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose To provide criminal intelligence analyst services to local, state and federal law
enforcement agencies through the Washington Joint Analytical Center (WAJAC). The
amendment allows the contractor to continue providing uninterrupted criminal
intelligence analyst services to local, state and federal law enforcement organizations
for one additional month.
Fund Source
Filing Number Federal State Other Total
34392 - 00 $79,000 $79,000
34392 - 01 $7,300 $7,300
34392 - 02 $32,700 $32,700
34392 - 03 $99,200 $99,200
34392 - 04 $99,200 $99,200
34392 - 05 $16,500 $16,500
This Filing $8,300 $8,300
Contract Total $342,200
Contract Dates
http://contracts.ofin.wa.gov/PSCDlFilinglPrintFilingSummary.aspx?menuSelect=mnuFA. .. 1111812008
Page 2 of3
11/30/2008 12/31/2008
Contacts
http://contracts.ofin.wa.gov/PSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFA... 11/1812008
Page 3 of3
Contractor's Qualifications
Provide an explanation of the contractor's qualifications, abilities, or expertise to meet the agency's
specific needs for the services under the amendment.
The contractor was selected through a two-tier process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
processes to the point where it would take several months to procure, evaluate, conduct background
investigations, and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at WAJAC While the agency conducts a competitive
procurement of these services. A new RFQQ for these services was issued on October 31 , 2008; the agency
is currently conducting an evaluation of proposals but will not be completed with the procurement process by
the time this contract ends on November 30, 2008. Should this contractor become an apparent successful
proposer under the new RFQQ they will be placed under a new contract; this current contract will not be
extended after this amendment.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original soliCitation because the agency did not
know if funding for this project would be available beyond November 30, 2008.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through December 31, 2008 while the
agency conducts a competitive procurement of these services. A waiver was granted by the U.S. Department
of Homeland Security for the use of $1 million dollars of federal fiscal year 2008 funds to continue funding
contracted intelligence analysts; rather than continue to extend this contract the agency is conducting a new
procurement for these services and allowing all previous contracts for this service to expire.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
Funding was made available for an additional month by leaving an agency employee position also funded by
this grant vacant; and by terminating the majority of contracts for these services.
Are rates the same as that negotiated under the origina I contract?
Yes
Attachments
chamness amd 6.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFilinglPrintFilingSummary.aspx?menuSelect=mnuFA. .. 11/1812008
Date 9/23/08
Washington State Patrol
LOS - /- /-
BUd1get an dFIscaIS ervlces Cont ract Noff
IlcafIon Form
o Billable over $10,000 o Billable under $10,000 I:8l Payable o Other:
WSP Contract Number Other Contract Number AIR Number
C051041 PSC (5)
Contract Start Date Contract End Date AFRS End Date
November 30, 2008
Contract Title CFDANo. QFSR
Criminal Intelligence Analyst Services DYes ONo
Contractor Name
Mr. Michael R. Chamness
. Contractor Contact Address
----
Billable Contracts Only .
Mileage Allowed: DYes DNo Mileage on~DNo
Std Mileage Rate: DYes DNo ~ per mile
Travel Authorized: DYes DNo . oluntary OIT: DYes DNo
Special Rules: DYes DNo
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL
Date Date
Page 1 of 1
INTER(FICE COMMUNICAT.N
Attached is a fully executed copy of the above-listed amendment between the Washington State
Patrol and Mr. Michael R. Chamness. Funding for this contract has been encumbered under the
budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following steps to ensure the correct payment of this contract.
• If you feel the indicated budget code is incorrect, please contact Ms. Cindy Haider,
Budget and Fiscal Services, within fifteen days from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with
your assigned budget analyst to address any fiscal year end balances.
Please contact Ms. Cindy Haider at Micro 12, ext. 11071 if you have any questions or concerns
regarding this contract.
C'~~RH:clh
~ 'Attachment
cc: Ms. Sue Aschenbrenner, Budget and Fiscal Services
Captain Tim Braniff, Investigative Services Division
Ms. Tanya Pierce, Budget and Fiscal Services
3000·323·001 (5/96) An internationally accredited agency providing professional law enforcement sel1lices
JOHN R. BATISTE
CHRISTINE O. GREGOIRE Chief
Governor
STATE OF WASHINGTON
WAS HING TON STATE PATROL
600 • (360) 596·400 0 • www.wsp.wa.gov
General Adminislration Buildin g· PO Box 42600 • Olympia, WA 98504·2
October 6, 2008
referenced agreement
Enclosed with this letter is one fully executed amendment of the
original for your
between you and the Washington State Patrol. Please keep this
records.
ment number
The Washington State Patrol contract tracking number is the agree
regarding this
referenced above; please use this number on all correspondence
Ms. Cindy Haider, Budget
agreement. If you need further assistance, please contact
and Fiscal Services, at (360) 596-4071.
Sincerely,
c~J.~~
~'Mr. JeffreYR. Hugdahl
Budget and Fiscal Services
JRH:clh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
o New
~ Amendment
Contract No. ~~2...;...L4.~~L 0 Recurring
Contract Title: _-L~(L..L'l.Jf.J.:......,.t.fl..!.Yi~VR~-t:iU/.!.~'J..2l~LiLf!0..~...2. _ _ _ __
Other Party:
~Payable
o Receivable
Amount: o Other:
Scope of Work:
Comments:
Grants and Contract Manager:
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, October 01, 2008 1:24 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 9/15/2008 4:24:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number, 34392-05
Agency, 225
Agency Contract #, C051041PSC
Filed Date, 9/15/2008 4,24,00 PM
Start Date, 9/30/2008
Filed By, Jeff Hugdahl
Decision Comment's:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofrn.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
09/24/2008 08:47 FAX 2062622014
~VV.L
TO: JeffHugdahl
AGENCY:WSP
FROM:
Mike Chamness
W AJAC I FBI Field Intelligence Group
1110 3 rd Ave
Seattle, WA 98110
206-262-2433
Message:
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Page 1 of 1
Attached is an amendment to your firm's criminal intelligence analyst contract to extend and fund the contract for
two additional months.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 596-4078, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Tuesday, September 30,2008 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of
amendment to you for your records.
9/23/2008
WSP Contract No. C051041PSC
Amendment 5
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, October 01, 2008 1:24 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 9/15/2008 4:24:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 34392-05
Agency: 225
Agency Contract #: C051041PSC
Filed pate: 9/15/2008 4:24:00 PM
Start Date: 9/30/2008
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 9/15/2008 4:24:00 PM
Start Date: 9/30/2008
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD ..
OFFICE OF fiNANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed start date of
services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
63849
Number:
Agency Contract
C051041PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN
Legal Name Chamness, Michael R.
DBA
UBI
Address 8280 NE Baker Hill Road, Bainbridge Island, WA USA98110
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of the contract is to provide criminal intelligence analyst services to local,
state and federal law enforcement agencies through the Washington Joint Analytical
Center (WAJAC). The amendment allows the contractor to continue providing
uninterrupted criminal intelligence analyst services to local, state and federal law
enforcement organizations for two additional months.
Fund Source
Filing Number Federal State Other Total
34392 - 00 $79,000 $79,000
34392 - 01 $7,300 $7,300
34392 - 02 $32,700 $32,700
34392 - 03 $99,200 $99,200
34392 - 04 $99,200 $99,200
This Filing $16,500 $16,500
Contract Total $333,900
Contract Dates
Contacts
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSunnnary.aspx?menuSelect=mnuFAF... 9/15/2008
Page 3 of3
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
Prorate Leave to Contract: DYes gNo __________ AFRS Code Assigned: DYes ONo
Overtime Allowed: DYe~ Overtime Only (On Day Off): DYes ONo
Contract Pays Only OfT Co~es ONo Minimum Call Out Hours:
-------1
Primary Org Code: __________ ' Other Org Codes:
Type..of-RBceipt: DRevenue 0 Interagency Reimbursement o Recovery of Expenditure
- -
Distribution: ~ Project Manager ~ Accountant
lV1
. L6JBudget Analyst o Other:_-_ _ _ _ _ _ __
300-365-522 (R 6/03)
VQ!_"t1 _VV' VV.V'" "'4~ .. VV .. V ..... V ......
The above-referenced Contract between the Washington St~te Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
INTERnFFICE COMMUNICATION
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Mr. Michael R. Chamness. Funding for this contract has been encumbered under
the budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following steps to ensur~ the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The [mal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
;filt.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
Attachment
cc: Mr. Shawn Eckhart, Budget and Fiscal Services
\,
Ms. Tanya G. Pierce, Budget and Fiscal Services
3000-323-001 (5196) An internationally accredited agency providing professional law enforcement services
CHRISTINE o. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building • PO Box 42600 • Olympia, WA 98504-2600 • (360) 753·6540 • www.wsp.wa.gov
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Contract No.
Contract Title: --£-.e..h..~:L-J.,.C{j~4«'~L-6(M~#___I£.~;aGL_ _-
Other Party:
~Payable
Amount:
ao Other:
Receivable
Scope of Work:
Comments:
Grants and Contract Manager:
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
09/24/2007 08:32 FAX 2062622014 IgJ UUl
FAX: 206-262-2014
Message:
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, October 15, 2007 10:40 AM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 9/27/2007.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 34392-04
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 9/27/2007
Start Date: 9/30/2007
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofrn.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, September 27, 2007 11 :08 AM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/27/2007 11 :08:00 AM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 9/27/2007 11:08:00 AM
Start Date: 10/1/2007
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm'.contracting@ofrn.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
Contract Dates
Filed Date Start Date End Date
10101/2007 09/30/2008
Contacts
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAF... ·9/2712007
Page 20f3
The contractor was selected through a two-tier process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
processes to the point where it would take several months to procure, evaluate, conduct background
investigations, and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services. Additionally, the agency has conducted seven procurements for these
services over the past 2.5 years, and is finding it increasingly difficult to identify qualified contractors to
provide these services. The agency is currently in the process of conducting another procurement to provide
these services to local jurisdictions where services are not currently being provided.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond September 30,2007.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through September 30, 2007 when the
agency received an extension of funding from the Military Department. The agency's intent is to continue to
conduct procurements for the services as contractors terminate services at different locations throughout the
state. The agency has almost continuously been conducting procurements for these services since in
inception of the project in 2005.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
This contract has been funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program (LETPP) federal fiscal year 2004 funds provided to WSP through the Washington State
Military Department. The agency was recently notified that it would receive federal fiscal year 2007 funds from
this grant program.
Are rates .the same as that negotiated under the original contract?
Yes
Attachments
chamness amd 4.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFAF... 912712007
Page 1 of 1
Mr. Chamness -
Attached is an amendment to your firm's criminal intelligence analyst contract to extend and fund the contract for
one additional year.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 664-0657, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Sunday, September 30, 2007 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of
amendment to you for your records.
9121/2007
WSP Contract No. C051041PSC
Amendment 4
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Date 1 0/27/06
Washington State Patrol
LOS - /- /-
d t ana Iscal Services Contract Notificdtion Form
BUjge
o Billable over $10,000 o Billable under $10,000 IZI Payable o Other:
WSP Contract Number Other Contract Number NR Number
C051041PSC (3)
Contract Start Date Contract End Date AFRS End Date
June 16, 2005 September 30, 2007
Contract Title CFDANo. QFSR
Criminallnteliigence Analyst Services DYes DNo
Contractor Name
Mr. Michael R. Chamness
Contractor Contact Address
Previous
Contract Amount
Contract Amount
$116,000.00
Position
V'4 %?
Amendment
Amount
Revised Total
$99,200.00 Business Office Manager (. ~ )
~m~
I/{/ /
"I:,r -
Amount
$215,200.00 Budget Manager ~~ .A;(A'11nanricioa ed Receiot: DYes
A.I Allot: DYes DNo
DNo
Accounting Manager \l'v ~Vv
Indirect Costs %
Sub Revenue Code Percent!
Master Index Fund AI PI Project Major Major Sub TAR Code
Object Amount
Group Source Source
SIS6 001 020 00270 SIS6 CE
,~ ~~
~~
Prorate Leave to Contract: DYes DNO ____________ ------ AFRS Code Assigned:
Overtime Only (On Day Off):
DYes
DYes
DNo
Overtim~ DNo
Contract Pays Only OIT Cost: es DNo Minimum Call Out Hours:
Primary Org Code: Other Org Codes:
Typepf-Receipt: DRevenue o Interagency Reimbursement o Recovery of Expenditure
Distribution: IZI Project Manager IZI Accountant -
iZlBudget Analyst o Other:..:._ _ _ _ _ _ __
300-365-522 (R 6/03)
09/26/2006 10:59 FAX 2062622014
The above-referenced Contract between the Washington State Patrol (WSP) and Mr,
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date
Page 1 of 1
INTER .=FICE COMMUNICA'. - )N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Mr. Michael R. Chanmess. Funding for this contract has been encumbered under
the budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following steps to' ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro II, ext. 179 if you have any questions or concerns regarding this
con~:5t.
~
Jh
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000*323-001 (5196) An internationally accredited agency providing professional law enforcement services
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building. PO Box 42600 • Olympia, WA 98504·2600 • (360) 753·6540- www.wsp.wa.gov
November 3, 2006
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
M,~A~I
Budget and Fi cal Services
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Contract No.
Amount:
Comments:
Grants and Contract Manager:
BFS Adminstrator:
7 (
~~~~~--------------------------------------------
WSP Contract No. C051041PSC
Amendment 3
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date
Page 1 of 1
09/26/2006 10:59 FAX 2062622014 I{!I UUl
FBI FACSIMILE
COVER SHEET
PRECEDJ3NCE CLASSIFICATION
From; ~rn(-.r:-<s
Subject:
Approved;
WARNING
Inf>nnation attached. ro the cover shea is U.s. Government ProperLY- Ifyoll ere not the intended recipient ofthis inilrma.rjo-n
disclosure, reproduction, distribution, Or use ofthis infOrmation is prohibited (18.usc, § 641). Please notiw the originatOr Or
locs! FBI Office immediately to arrange Dr proper disposition.
09/26/2006 10:59 FAX 2062622014 ~vv ..
The above-referenced Contract between the Washington state Patrol (WSP) and Mr.
Michael R Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons Signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date
Page 1 of 1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday. October 11. 2006 7 :39 AM
To: Hugdahl. Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 9/28/2006.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 34392-03
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 9/28/2006
Start Date: 9/30/2006
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Thursday, September 28, 2006 2:35 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 9/28/2006 2:35:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 9/28/2006 2:35:00 PM
Start Date: 10/1/2006
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD .
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed start date of
services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
53435
Number:
Agency Contract
C051041PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN
Legal Name Chamness, Michael R.
DBA
UBI
Address 8280 NE Baker Hill Road, Bainbridge Island, WA USA 98110
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose The purpose of the contract is to provide criminal intelligence analyst services to local,
state and federal law enforcement agencies through regional intelligence centers co-
located with local law enforcement jurisdictions; or at the Washington Joint Analytical
Center. The amendment allows the contractor for provide continuous services for the
next federal fiscal year.
Fund Source
Filing Number Federal State Other Total
34392 - 00 $79,000 $79,000
34392 - 01 $7,300 $7,300
34392 - 02 $32,700 $32,700
This Filing $99,200 $99,200
Contract Total $218,200
Contract Dates
Filed Date Start Date End Date
10/01/2006 09/30/2007
Contacts
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAF... 9/28/2006
Page 2 of3
The contractor was selected through a two-tier process: the initial evaluation of proposed contractor employee
qualifications; and the selection through an oral interview process with member agencies of the intelligence
center where the contractor employee would provide services. The contractor has been providing services to
their intelligence center over the last several months and has been integrated into the center's work
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSunnnary.aspx?menuSelect=nmuFAF... 9/28/2006
Page 3 of3
processes to the point where it would take several months to procure, evaluate, replace and train up any
other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services. Additionally, the agency has conducted four procurements for these services
over the past 1.5 years, and is finding it increasingly difficult to identify qualified contractors to provide these
services. The agency is currently in the process of conducting another procurement to provide these services
to local jurisdictions where services are not currently being provided.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond September 30, 2006.
Explain why the services were not included in the terms of the original contract.
The contract has been amended to extend the period of performance through September 30, 2006 when the
agency received an extension of funding from the Military Department. The agency's intent is to conduct a
procurement for the services provided through this contract and issue a new competitively procured contract
once this contract expires on September 30, 2007.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
This contract has been funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program (LETPP) federal fiscal year 2004 funds provided to WSP through the Washington State
Military Department. The agency recently received federal fiscal year 2006 funds from this grant program.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
chamness amd 3 0906.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAF... 9/28/2006
Page 1 of 1
Attached is an amendment to your firm's criminal intelligence analyst contract to extend and fund the contract for
one additional year.
If this amendment is acceptable, please have an authorized individual for your company sign and date the
amendment, fax the amendment to my attention at (360) 664-0657, and send the amendment with the original
signature to me at WSP Budget and Fiscal Services, PO Box 42602, Olympia WA 98504-2602. I must receive
the amendment via fax no later than Friday, September 29, 2006 at 4:00 p.m. local time. Once I receive the
document with your firm's original signature through the postal mail I will send one fully executed original of the
amendment to you for your records.
9/26/2006
WSP Contract No. C051041 PSC
Amendment 3
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Date 6/2/06
Washington State Patrol
d t an d FIscaIServlces
Bulge . Ilcaf Ion Form
Cont ractN o ff LDS
- I- -
o Billable over $10,000 o Billable under $10,000 131 Payable D Other:
WSP Contract Number Other Contract Number PJR Number
C051041PSC (2)
Contract Start Date Contract End Date AFRS End Date
June 16, 2005 September 30, 2006
Contract Title CFDANo. I QFSR
Criminal Intelligence Analyst Services DYes DNo
Contractor Name
Mr. Michael R. Chamness
Contractor Contact Address
Indirect Costs %
Accounting Manager b , ;i;-I {/V
't>
v
Sub Revenue Code Percent!
Master Index Fund AI PI Project Major Major Sub TAR Code
Object Amount
Group Source Source
SIS4 001 020 00270 SIS4 CE
vv, V<.V
Mileage Allowed:
Std Mileage Rate:
Travel Authorized:
DYes
DYes
DYes
DNo
DNo
DNQ
Billable Contracts Only
~I
. Mileage O~
oluntary OIT:
DNo
per mile
DYes DNo
--
Special Rules: DYes DNo
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and. conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL
Date
Page 1 of 1
INTERl..rFICE COMMUNICAT~ ~N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Mr. Michael R. Chamness. Funding for this contract has been encumbered under
the budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following· steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The [mal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
:!jfil.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records:-----~··· -----.--. - -... .. ..
-~-.----.-----.- -~~.--
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
jh
Enclosure
Budget and Fiscal Services
Contract Routing Face Sheet
Scope of Work: Extends and adds sufficient funds for 4 additional months.
Funded via LETPP FFY04 grant from the Military Department.
Comments:
Grants and Contract Manager: _.M~C.<>.."l-'l/_..,.~,-,'f(=-______________
~~~···~__~C_-_q~~~O~C____________________________
WSP Contract No. C051041PSC
Amendment 2
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR
Date Date
Page 1 of 1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, June 07,20067:48 AM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Approved - Decision: 6/2/2006.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Approved
By: Susan Johnsen
Filing Number: 34392-02
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 6/2/2006
Start Date: 5/31/2006
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofrn.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management I WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Friday, June 02, 2006 2:34 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 6/2/2006 2:34:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 6/2/2006 2:34:00 PM
Start Date: 5/31/2006
Filed By: Jeff Hugdahl
Please retain the. Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofrn.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD.
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Approval - Amendment should be filed a minimum of 10 working days prior to the proposed start date of
services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
51760
Number:
Agency Contract
C051041PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN
Legal Name Chamness, Michael R.
DBA
UBI
Address 8280 NE Baker Hill Road, Bainbridge Island, WA USA 98110
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose To continue providing criminal intelligence analyst services for four additional months.
Fund Source
Filing Number Federal State Other Total
34392 - 00 $79,000 $79,000
34392 - 01 $7,300 $7,300
This Filing $32,700 $32,700
Contract Total $119,000
Contract Dates
Filed Date Start Date End Date
05/31/2006 09/30/2006
Contacts
http://contracts.ofm.wa.govIPSCDlFiiing/PrintFiiingSurnmary.aspx?menuSeiect=mnuFAFii... 6/212006
Page 2 of3
The contract provides a criminal intelligence analyst to WAJAC in Seattle. The contractor was selected
through a two-tier process: the initial evaluation of proposed contractor employee qualifications; and the
selection through an oral interview process with member agencies of the intelligence center where the
contractor employee would provide services. The contractor has been providing services to their intelligence
center over the last several months and has been integrated into the center's work processes to the point
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFAFiL.. 6/212006
Page 3 of3
where it would take several months to procure, evaluate, replace and train up any other contractor.
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
It is not efficient to conduct a competitive procurement solely for four months of contract performance.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services. Additionally, the agency has conducted four procurements for these services
over the past year, and is finding it increasingly difficult to identify qualified contractors to provide these
services.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Additional services were not included in the terms of the original contract or solicitation document. Explain:
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond April 30, 2006. The contract has been amended to
extend the period of performance through May 31 , 2006 when the agency received an extension of funding
from the Military Department.
Explain why the services were not included in the terms of the original contract.
The option to extend the contract was not included in the original solicitation because the agency did not
know if funding for this project would continue beyond April 30, 2006. The contract has been amended to
extend the period of performance through May 31 , 2006 when the agency received an extension of funding
from the Military Department.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
This contract is funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program (federal fiscal year 2004 funds) provided to WSP through the Washington State Military
Department. WSP's funding agreement with the Military Department was originally scheduled to end on April
30, 2006; the Military Department had extended the period of performance of the funding agreement through
May 31, 2006. The Military Department extended the period of performance once again at the request of the
agency through November 30, 2006.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
chamness amd 2 0506.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDfFiling/PrintFilingSummary.aspx?menuSelect=mnuFAFil... 6/2/2006
05/25/2006 11:19 FAX 2062622014 I(!J UUl
FBI FACSIMILE
COVER SHEET
PRECEDENCE CLASSIFICATION
Attn: J6 if
Name Room Telephone
Approved:
WARNING
Innnnmion attached 10 the cover sh~ is U.S. Government Propr;rt.y. Ifyou arr: not the intended recipient ofthis inxumarion
disclosureJ reproduction, distribution, or use ofthis inflrmation is prohibited. (18.USC, § 641). Please notiiY the originator Or
local FBI Office immediately to arrange fOr proper disposition.
WSP Contract No. C051041 PSC
Amendment 2
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL
Date
Page 1 of 1
Page 1 of 1
We still haven't received an extension to the funds for your contract from the Military Department. In anticipation
of an extension, I've attached an amendment to this e-mail that will extend your contract and provide funding
through September 30, 2006.
Please have an authorized individual for your company sign and date the amendment, fax the amendment to my
attention at (360) 664-0657, and send the amendment with the original signature to me at WSP Budget and Fiscal
Services, PO Box 42602, Olympia WA 98504-2602. I must receive the amendment via fax no later than
Wednesday, May 31, 2006 at 4:00 p.m. local time.
If we do not receive an extension to your contract's funds the contract will end at midnight on May 31, 2006. I will
inform you of the status of this extension via e-mail no later than noon on May 31, 2006. Should the funding for
your contract lapse, it is our intent to enter into a new contract for your services as soon as funding can be
secured.
Please let me know if you have any questions concerning this e-mail.
5125/2006
WSP Contract No. C051041PSC
Amendment 2
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL CONTRACTOR·
Date Date
Page 1 of 1
Uate 4/"1 L/VO
Washington State Patrol
LDS /
Budget ar,· .-Iscal Services Contract Notifl ,don Form
o Billable over $10,000 0 Billable under $10,000 !8l Payable o Other:
WSP Contract Number Other Contract Number NRNumber
C051041PSC (1)
Contract Start Date Contract End Date AFRS End Date
6/16/2005 5/31/06
I
Contract Title CFDANo. QFSR
Criminal Intelliqence Analyst Services DYes DNo
Contractor Name
Mr. Michael R. Chamness
Contractor Contact Address
Amendment
Amount $7300 Business Office Manage'D1t 1
Revised Total $83,300
Amount
Indirect Costs %
Accounting Manager \ 1/ d- tJ!
Sub '-' Revenue Code PercenU
Master Index Fund AI PI Project Major Major Sub TAR Code
Object Amount
Group Source Source
SIS4 001 020 00270 SI84 CE
vvnv' vv,
--
Distribution: !8l Project Manager
300-365-522 (R 6/03)
!8l Accountant - !8lBudget Analyst D Other:-'."_ _ _ _ _ _-'--
WSP Contract No. C051 041 PSC
Amendment 1
The above-referenced Contract between the Washington State Patrol (WSP) and Mr.
Michael R. Chamness (Contractor) is hereby amended as follows:
All other terms and conditions of this Contract remain in full force and effect.
THIS AMENDMENT is executed by the persons signing below, who warrant that they
have the authority to execute this Amendment.
STATE OF WASHINGTON
WASHINGTON STATE PATROL
c~
John R. Ba Iste, Chief sj9fli u r . . · · .
Date Date 7
Page 1 of 1
INTERI :FICE COMMUNICA'I )N
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Mr. Michael R. Chamness. Funding for this contract has been encumbered under
the budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The final payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances. .
Please contact me at Micro II, ext. 179 if you have any questions or concerns regarding this
:!f?t
Attachment
cc: Ms. Eileen Nashleanas, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administrative Building, PO Box 42600 • Olympia, WA 98504·2600 • (360) 753-6540 • www.wsp.wa.gov.
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further assistance, please contact me at (360) 753-0602.
Sincerely,
C7JZr;~STE
M:: feff~ R. Hugd
Budget and Fiscal
I
jh
Enclosure
Budget'and Fiscal Services
Contract Routing Face Sheet
. . . 0 New .
. . Period of . JSt'Amendment
Contract No. Ct)~ /ot/t;:rC Performance: ~ - :5""~D Recurring
~;:~a;:::e: U:drir;i~,2Ova::;
~Payable
.
o Receivable
Amount: 13, !JJdl D Other:
Comments:
Grants and Contract Manager:
BFS Adminstrator:
Chief:
CHRISTINE O. GREGOIRE JOHN R. BATISTE
Governor Chief
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administrative Building, PO Box 42600 • Olympia, WA 98504·2600 • (360) 753-6540 • www.wsp.wa.gov
Enclosed are two originals of the referenced amendment to the agreement between the
Washington State Patrol and your firm. Once an approved representative of your firm
has signed these originals, please return both originals to my attention at the following
address:
The Washington State Patrol agreement tracking number is referenc~d above; please
use this number on all correspondence regarding the contract. If you need further
aSSistance, please contact me at (360) 753-0602.
Sincerely,
M,I/(!!,
Budget and Fiscal
jh
Enclosures
Hugdahl. Jeff (WSP)
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Reviewed
By: Jan McMullen
Filing Number: 34392-01
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 4/12/2006
Start Date: 4/30/2006
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, April 12, 2006 2:28 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 4/12/2006 2:28:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 4/12/2006 2:28:00 PM
Start Date: 4/30/2006
Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofrn.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of2
PS CD . .
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Review - Amendment is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference
51104
Number:
Agency Contract
C051041PSC
Number:
Filed By:
OFM Decision
Date:
Contractor Information
TIN
Legal Name Chamness, Michael R.
DBA
UBI
Address 8280 NE Baker Hill Road, Bainbridge Island, WA USA 98110
Amendment Information
Procurement Competitive
Service
CE Social Research Services
Description
Contract Purpose To continue providing criminal intelligence analyst services for one additional month.
Fund Source
Filing Number Federal State Other Total
34392 - 00 $79,000 $79,000
This Filing $7,300 $7,300
Contract Total $86,300
Contract Dates
Filed Date Start Date End Date
04/30/2006 05/31/2006
Contacts
Filing Justification
Contract Amendment
State the rationale for executing an amendment to an existing contract rather than competitively
procuring the services and awarding a new contract. Include how executing the amendment can most
effectively achieve the agency's purpose.
It is not efficient to conduct a competitive procurement solely for one month of contract performance.
Amending this contract will allow uninterrupted service at the local regional intelligence group where the
contractor is providing services.
Are the proposed services within the scope of the original contract?
Yes
Options for Extension
Option to extend the contract was included in the solicitation. List what optional periods: The option to extend
the contract was not included in the original solicitation because the agency did not know if funding for this
project would continue beyond April 30, 2006.
Explain why the services were not included in the terms of the original contract.
This contract is funded through the Department of Homeland Security's Law Enforcement Terrorism
Prevention Program provided to WSP through the Washington State Military Department. WSP's funding
agreement with the Military Department was scheduled to end on April 30, 2006; the Military Department has
extended the period of performance of that funding agreement through May 31,2006.
Explain what conditions have changed since the award and other applicable information that clearly
justifies the decision to amend the contract.
See above.
Are rates the same as that negotiated under the original contract?
Yes
Attachments
chamness amd 1.doc - 29184kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
Prorate Leave to Contract DYes ONo _________ AFRS Code Assigned: DYes ONo
Overtime Allowed: OYe~ Overtime Only (On Day Off): DYes ONo
Contract Pays Only OIT Co~es ONo Minimum Call Out Hours: - - - - - - - f
Primary Org Code: ~_ Other Org Codes:
Type~eipt DRevenue 0 Interagency Reimbursement . 0 Recovery of Expenditure
---
Distribution: 129 Project Manager
300-365-522 (R 6/03)
[gi Accountant [giBudget Analyst 0 Other:_ _ _ _ _ _ _ __
WASHINGTON STATE PATROL
PERSONAL SERVICE CONTRACT
Criminal Intelligence Analyst Services
(mandatory, for
tax purposes)
:360
PO Box 42602
End Date
Date of Execution 2006
ATTACHMENTS. When the boxes below are marked with an X, the following Exhibits are attached to and i
into this Contract by reference:
Exhibit A, Statement of Work.
Exhibit B, General Terms and Conditions
Additional Exhibits as Exhibit
STATEMENT OF WORK
1. General. As assigned by WSP, the Contractor Employee(s) identified below shall provide
criminal intelligence analyst services at the Location of Work in order to provide the
following products:
• Raw intelligence classification and analysis
• Daily intelligence briefings
• Weekly and monthly written Intelligence bulletins
• Periodic intelligence assessments
• Information dissemination to local law enforcement agencies
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state or
federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into the
Contract herein. Violation of this section by the Contractor may result in termination of this
Contract and demand for retum of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below hour for
services provided by the Contractor Employee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These rates
are published in the State Accounting and Administrative Manual (SAAM). This manual is
available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policY/saamintro.htm
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work"means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontracf' means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is obligated
to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
'WSP" means'the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document'to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
its reasonable attorney's fees together with expenses and costs incurred with such litigation, including
necessary fees, costs and expenses for services rendered at both trial and appellate levels as well as
subsequent to judgement in obtaining execution thereof. In the event that parties to this Contract
engage in arbitration, mediation or any other alternative dispute resolution forum to resolve a dispute in
lieu of litigation, both parties shall share equally in the cost of the alternative dispute resolution,
including the cost of mediation or arbitration services. Each party shall be responsible for their own
attorney's fees incurred as a result of the alternative dispute resolution method.
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and make
a determination of the dispute. The determination of the Dispute Board shall be final and binding to all
parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims ariSing out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by negligent
acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington_ The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
15. Industrial Insurance Coverage. Prior to performing work under this Contract, the Contractor shall
provide or purchase industrial insurance coverage for its employees, as may be required of an
"employer" as defined in Title 51 RCW, and shall maintain full compliance with Title 51 RCW during the
period of performance for this Contract. WSP shall not be responsible for payment of industrial
insurance premiums or for any other claim or benefit for the Contractor, or any subcontractor or
employee of the Contractor, which might arise under the industrial insurance laws during the
performance of duties and services under this Agreement.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract, the
Contractor shall maintain records sufficient to document (i) performance of all acts required by statute,
regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its organization's
structure, tax status, capabilities and performance; and (iii) demonstrate accounting procedures,
practices and records that sufficiently and properly document the Contractor's invoices to WSP and all
expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in the
following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations,. and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
computer programs, films, tapes, and/or sound reproductions. Ownership includes the right to
copyrights, patent, register, and the ability to transfer these rights.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the dati?-
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
WSP shall notify the Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it is
determined that the Contractor We,S not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and' are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
. Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable forand shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C051041PSC
(Contract) or its performance may consist of information that is exempt from disclosure to the
public or other unauthorized persons under either chapter 42.17 RCW or other state or federal
statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of
Confidential Information for any purpose other than the performance of this Contract, and not to
release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party
without the Washington State Patrol's express written consent or as provided by law.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Si ctor Employee
RECElVEO
JUN 022005
Attached is a fully executed copy of the above-listed contract between the Washington State
Patrol and Mr. Michael R. Chamness. Funding for this contract has been encumbered under
the budget code listed on the attached Budget and Fiscal Services Contract Notification Form.
Please take the following steps to ensure the correct payment of this contract:
• If you feel the indicated budget code is incorrect, please contact me within fifteen days
from the date of this IOC.
• The Budget and Fiscal Services contract tracking number is the WSP Contract Number
noted above. Please ensure that all persons preparing payment documents for this contract
reference this WSP Contract Number and use the indicated budget code on all payment
documents.
• The fmal payment document for the contract must be marked "Final Payment" so the
Accounts Payable Section can liquidate the remaining encumbrance balance for this
contract.
• If the contract period of performance crosses fiscal year boundaries, please work with your
assigned budget analyst to address any fiscal year end balances.
Please contact me at Micro 11, ext. 179 if you have any questions or concerns regarding this
iFfAttachment
cc: Ms. Mary Thygesen, Budget Section
Ms. Tanya G. Pierce, Accounts Payable Section
3000-323-001 (5/96) An internationally accredited agency providing professional law enforcement services
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600 • Olympia, WA 98504-2600 • (360) 753-6540
Enclosed with this letter is one fully executed original of the referenced agreement
between the Washington State Patrol and your firm. Please keep this original for your
records.
The Washington State Patrol contract tracking number is the agreement number
referenced above; please use this number on all correspondence regarding this
agreement. If you need further asSistance, please contact me at (360) 753-0602.
Sincerely,
M'~~~
Budget and Fisc Services
jh
Enclosure
cc: Sergeant Keith Huntley, Investigative Assistance Division
Budget'and Fiscal Services
Contract Routing Face Sheet
J;g- New
Period of 0 Amendment
.
Contract No. (;05"'11) 11P1L Performance: DO£. ¢~d, 0 Recurring
~:;~~a;::~:e: ---'-5i~.LJ6'----.LL/l4-4L~-i""E~~w:~
.....-~,..a.·-"'«"--~4:ta<7ZL1j1,zd-'--~61i.""'OO£.W..L..:.J.?....-Z""'S";;O'--__
f5j-Payable
o Receivable
Amount: ;I 7e. ~dO 0 Other:
Scope of Work: _ _ -L!;-'~'-L...._-'t.",h"'~"",~l-'(~-"r:=_~-<-,,j;'-"Q1.cz..u&
'1-'.~ _ _ _ _ _ _ _ _ _--'-
Comments:
Grants and Contract Manager:
BFS Adminstrator:
~~"'~ __-"=W"'-____________
Chief:
Personal Service Contn Risk Assesment
Page 1 of4
CONTRACTOR NAME
WSP Project Manager
Has the WSP Project Manager
completed contract training?
WSP Contract Number
BFS Contracts Specialist
A. PRE-CONTRACT PLANNING
1.
Description of S~¥ "'A~d :r~a:'7
Decision Comments
Funding
Funding source (account coding) and Amount t..e:7"PP tl4T ,,", ,-r/""
Has an authorized manager approved the
W"es DNo
expenditure? I
Type of appropriationJfederal, state, other) C_ /
If the contract obligates $25,000 or more in federal
funds has the Excluded Parties List System been ~es DNo
checked?
Public Resources
How have you assessed if other public resources are
available for this work? ;<J/A
• Agency. resources DYe DNo
• Other public (Qovernmental) resources DYel fI.J No
Competitive Contracting
Has this work been performed/is performed by WSP
DYes ~No
employees?
If yes, has the WSP Labor Attorney been contacted? DYes LJ No IV/A
Has the WSP Labor Attorney given approval to
DYes DNo
proceed with the contract? '/
Ethics
Is contractor a current or former state employee? DYesJilNo
• If current, does contractor require Ethics Board DYes D(tNo
approval?
• If former, provide last date of employment.
Payments
~cost Reimbursement (Budget)
Have you determined the appropriate methodes) of Time and materials (Hourly)
compensation and billing? Fixed Price
D Performance Based (valuation of
deliverables)
Personal Service Contr<.· Risk Assesment
Page 2 of4
DYes ONo
Please document where competitive documentation (proposals, proof of advertisement, etc.) will
be maintaine':z;, g()(J ./:,I~
3. If sole source, describe why competition was not appropriate. Explain reasons for selecting
contractor.
I
Do you have proof of advertisement (tear sheet and affidavit)? cgYes 0 No
1. Contract Risk
Risk
Risk Factor Points
Contract monitoring is required by law or regulation (such as Single Audit Act): No
= =
Lower Risk; Yes HiQher Risk ";)
Contract dollar amount
=
$5,000 to <$25,000 Low Risk
=
>$25,000 to <$100,000 Medium Risk c/
=
>$100,000 High Risk
Complexity of services ;I"
Payment method (how complex is it?) What method(s} did you use? What
experience do you have with the method(s}?
o Cost Reimbursement (Budget) (score 3-5)
~Time and materials (Hourly) (score 3-5)
Fixed Price (score 1-3))
t/
o Performance Based (valuation of deliverables) (score 1-3)
Procurement method:
~ Competitive (score 1 to 3)
o Sole Source (score 3 to 5)
:J
2. Contractor Risk
Risk
Risk Factor Points
Size and source of funding "J
Length of time in business ";;'
Experience and past performance V
Accreditation and licensure (Is contractor subject to either and if so, do you have
proof?)
Financial health and practices (is contractor's financial condition good or poor?)
-
-
~
Board of Directors (for Non-profits only - do they take an active role in the
--
organization?)
Subcontracting activities (does the contractor have an effective monitoring
function to oversee subcontractors?)
Organizational changes (is organization stable or does it have frequent turnover?) "?
Management structure and adequacy (Is organization centralized or decentralized
- how much control over decentrafized functions?) ;
Legal actions (has there been any for the last 12 months? - if so, what?) ~
Background of individuals (do you have resumes?) ;;t
D. CONTRACT MONITORING - Monitoring means any planned, ongoing, or periodic activity that
measures and ensures contractor compliance with the terms, conditions, and requirements of a
contract. The level of monitoring should be based on a risk assessment of the contractor's role in
delivering services and the contractor's ability to deliver under the terms of the contract.
1. Were contract and contractor risks assessed prior to entering into a contract?
!X Yes 0 No
2. Does t~e risk assessment form the basis of the monitoring plan?
wYes ONo
Personal Service Contr. Risk Assesment
Page 4 of4
3. Was the risk assessment used to determine the scope, frequency, and methods of monitoring
and/or auditing to be used to ensure sufficient oversight?
]8fYes 0 No
4. What monitoring activities are in your plan?
ISSUE COMMENTS
Have audits been completed on this contract (for
example, A 133 audits)?
What, if any, audit coverage is necessary to
assure appropriate spendingof state funds?
Was a risk assessment completed to determine
whether an audit was needed?
Is corrective action necessary? Were
questioned costs resolved?
Are. audit findings, if any, resolved?
ISSUE COMMENT
Any activities need follow-up?
All invoices have been received and paid?
Follow-up on audit findings needed?
Program objectives and outcomes have been
evaluated/assessed?
Are there any issues regarding contractor
performance? If any, describe:
Notes:
Excluded Parties List System Page 1 of 1
> Advanced Search Search Results for Parties > Public User's Manual
Contact Information
OFFICIAL GOVERNMENT USE ONLY
http://www.epls.gov/epls/search.do 9/2112007
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Monday, June 13, 2005 2: 13 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Decision: Agency 225 - Filed Date Reviewed - Decision: 6/8/2005 3:15:00 PM.
This e-mail is being sent because you were identified as the person to be contacted after
a decision was made by OFM on this filing.
Decision: Reviewed
By: Jan McMullen
Filing Number: 34392-00
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 6/8/2005 3:15:00 PM
Start Date: 6/8/2005
Filed By: Jeff Hugdahl
Decision Comments:
Please retain the Filing Number listed above for any later query purposes or to assist
with filing an amendment to the contract in the PSCD system. If you have any questions or
concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov or at
360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Hugdahl. Jeff (WSP)
From: ofm.contracting@ofm.wa.gov
Sent: Wednesday, June 08, 20053:15 PM
To: Hugdahl, Jeff (WSP)
Subject: PSCD: Filing Received: Agency 225 - Filed Date 6/8/2005 3:15:00 PM.
Your filing has been received by OFM. Please see the information below.
Agency: 225
Agency Contract #: C051041PSC
Filed Date: 6/8/2005 3:15:00 PM
Start Date: 6/8/2005 Filed By: Jeff Hugdahl
Please retain the Contract Reference Number listed above for any questions during
processing and to access the filing in the PSCD system prior to OFM decision. After
decision has been made use the OFM Filing Number to access data in PSCD. If you have any
questions or concerns about this filing, please contact OFM at ofm.contracting@ofm.wa.gov
or at 360-725-5257 or 360-725-5262.
Thank You
Office of Financial Management, WA State Personal Services Contracts
1
Page 1 of3
PS CD .
OFFICE OF FINANCIAL MANAGEMENT
Personal Service Contracts Database
Filing Summary
Review - Contract is to be filed no later than the proposed start date of services.
Agency: 225 - Washington State Patrol
Filing Number:
Reference Number: 46530
Agency Contract
C051041PSC
Number:
Filed By:
OFM Decision Date:
Contractor Information
TIN
Legal Name Chamness, Michael R.
DBA
UBI
Address 8280 NE Baker Hill Road, Bainbridge Island, WA USA 98110
Contract Information
Procurement Competitive
Service Description CE Social Research Services
Contract Purpose The purpose of this contract is to provide criminal intelligence analyst services at joint federal,
state and local law enforcement environments such as joint and regional criminal intelligence
centers.
Fund Source
Filing Number Federal State Other Total
This Filing $79,000 $79,000
Contract Total $79,000
Contract Dates
Filed Date Start Date End Date
06/08/2005 04/30/2006
Contacts
http://contracts.ofin.wa.govIPSCDlFiling/PrintFilingSummary.aspx?menuSelect=mnuFilingNew 6/812005
Page 2 of3
The Washington Joint Analytical Centel IS housed at the Seattle Field Office of the I-"deral Bureau of Investigation (FBI).
WAJAC builds on existing intelligence efforts by local, regional, and federal agencies by organizing and disseminating threat
information and other intelligence efforts to law enforcement agencies, first responders, and key decision makers throughout
the state, allowing real-time, accurate, two-way flow of intelligence information. WAJAC participating agencies including the
FBI; U.S. Immigration and Customs Enforcement; the Washington National Guard; the Washington State Patrol; and several
local law enforcement agencies. Nine Regional Intelligence Centers (RICs) are being created to provide criminal intelligence
services in an effort to prevent terrorism. The RICs are located regionally throughout Washington State, and are comprised
of representatives of local and state law enforcement agencies. The RICs serve to provide regionally-focused intelligence
analysis products, and well as a conduit for information to and from the WAJAC.
Describe how the agency determined the services are critical or essential to agency responsibilities or operations
and/or whether the services are mandated or authorized by the Washington State Legislature.
The services provided through this contract are essential for the implementation of the Washington State Homeland Security
Strategic Plan as published by the Washington State Military Department for the State of Washington and approved by the
Governor's Office. The contract is funded through the federal Law Enforcement Terrorism Prevention Program through the
Military Department from the U.S. Department of Homeland Security.
Other Public Resources
Explain what effort has been taken to conclude that sufficient staffing or expertise is not available WITHIN YOUR
AGENCY,NOT JUST WITHIN AN AGENCY DIVISION, to perform the service.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees from performing
the services in the proposed contract.
Explain what effort has been taken to conclude that OTHER GOVERNMENTAL RESOURCES (LOCAL, STATE OR
FEDERAL AGENCIES) OUTSIDE OF YOUR AGENCY are not available to perform the service more efficiently or
more cost effectively.
WSP is prohibited by the federal funding source from using WSP or other governmental agency employees from performing
the services in the proposed contract.
Competitive Solicitation Process
Advertisement Information
Name of the newspapers the advertisement was published in: The RFQQ was published on the internet at WSP's website,
announced through the Washington Association of Sheriffs and Police Chiefs to their rnember organizations, and advertised
on the Law Enforcement Analyst Mailing List website (http://www.leanalyst.info/).
Solicitation Notification
Number of Solicited Documents: 90. This document was posted on the Internet.
Evaluation
Explain the basis on which the contractor was selected. Do not simply list the evaluation criteria or the scores, but
rather explain your analysis of why the contractor scored well in the evaluation process or what differentiated this
contractor from others.
The contractor was initially selected for an interview based on the strength of their education, training, work experience and
proposed hourly rate. Final selection was based on the consensus of local jurisdictions that will be receiving the services.
Names of Firms Responding With Proposals.
Gary L. Smith (dba Northern Watch) William J. Joslin (dba Joslin Consulting) Kelly Miller Dan L. Collier (dba Collier &
Associates) Ronald Knapp (dba Shadow Enterprises) Leah J. Belshay (dba Analysis Contracting Services) Crystal L. Van
Meter Shawna Gibson Robert C. Orth (dba Strait Solutions) Michael R. Chamness Mike Sweeney (Matrix Public Sector
Services) William J. Giannetti Robert C. Thurston Science Applications International Corporation Security and Investigations
Inc. Setrecon Inc. . '
Describe the evaluation process (e.g., evaluation committees scored the responses, selection committee made the
award decision, etc).
Proposed consultant team members were evaluated by a committee consisting of WSP Criminal Intelligence Unit and
Washington Joint Analytical Center staff to score vendor education, training and work experience. Cost points were awarded
based on the proposed hourly rate versus the lowest hourly rate proposed for all vendors. Proposed consultant team
members were separated by work location availability; the highest scorers from the evaluation were interviewed by WSP
and local jurisdictions participating the regional intelligence centers and the WAJAC where the proposed consultant team
members would work. The final selection was based on the outcome of these interviews.
Reasonableness of Cost
http://contracts.ofin.wa.govIPSCDfFilingIPrintFilingSummary.aspx?menuSelect=mnuFilingNew 6/8/2005
Page 3 of3
How was it determined that costs are fair and reasonable, or within the competitive range?
For proposed consultant team members, the average hourly rate was $48.04 per hour. The contractor proposed $45 per
hour. $3,000 per contractor employee has been added to the maximum contract amount for travel costs. These costs are
not included in the maximum dollar amount of the contract itself, but are paid separately above that amount.
Attachments
chamness0505.doc - 101376kb
RFQQ No. C050836PSC.doc - 188416kb
amendment 1 to RFQQ No C050836PSC.doc - 60928kb
Are any documents being sent that are not attached via this system?
Is the contract or amendment document attached or listed above? Yes
http://contracts.ofin.wa.govIPSCDlFilingIPrintFilingSummary.aspx?menuSelect=mnuFilingNew 6/8/2005
STATE OF WASHINGTON
WASHINGTON STATE PATROL
General Administration Building, PO Box 42600'Olympia, WA 98504-2600'(360) 753-6540
Enclosed are two originals of the referenced contract between the Washington State Patrol and
you. Once you have signed these originals and noted your federal taxpayer identification
number in the appropriate spaces, please return both originals to my attention at the following
address:
It appears that you are not currently registered to do business in Washington State. Please
contact the Department of Licensing's Master License Service at telephone (360) 664-1400 in
order to initiate the registration process. Also, please complete and sign Exhibit C, Contractor
Employee Nondisclosure Agreement, and return it with the signed original contracts.
The Washington State Patrol contract tracking number is the contract number referenced
above; please use this number on all correspondence regarding this contract. If you need
further assistance, please contact me at (360) 753-0602.
Sincerely,
jh
Enclosures
cc: Sergeant Keith Huntley, Investigative Assistance Division
-0
WASHINGTON STATE PATROL
PERSONAL SERVICE CONTRACT
Criminal Intelligence Analyst Services
(mandatory, for
8280 NE Baker Hill Road
STATEMENT OF WORK
1. General. As assigned by WSP, the Contractor Employee(s) identified below shall provide
criminal intelligence analyst services at the Location of Work in order to provide the
following products:
• Raw intelligence classification and analysis
• Daily intelligence briefings
• Weekly and monthly written Intelligence bulletins
• Periodic intelligence assessments
• Information dissemination to local law enforcement agencies
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance Of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state or
federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security d~ta, or
information identifiable to an individual that relates to any of, these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into the
Contract herein. Violation of this section by the Contractor may result in termination of this
Contract and demand for return of all Confidentiallnforrnation, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below hour for
services provided by the Contractor Employee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These rates
are published in the State Accounting and Administrative Manual (SAAM). This manual is
available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policv/saamintro.htm
1. Definitions.
·Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontracf' means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is obligated
to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. . Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or
section of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
its reasonable attorney's fees together with expenses and costs incurred with such litigation, including
necessary fees, costs and expenses for services rendered at both trial and appellate levels as well as
subsequent to judgement in obtaining execution thereof. In the event that parties to this Contract
engage in arbitration, mediation or any other alternative dispute resolution forum to resolve a dispute in
lieu of litigation, both parties shall share equally in the cost of the alternative dispute resolution,
including the cost of mediation or arbitration services. Each party shall be responsible for their own
attorney's fees incurred as a result of the alternative dispute resolution method.
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the
Contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to,
Title VII of the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and
Chapter 49.60 RCW.
8. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information to the WSP Program Manager a1 the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature
by the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in
compliance with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52
RCW throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute
Board in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and make
a determination of the dispute. The determination of the Dispute Board shall be final and binding to all
parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from tihe performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by negligent
acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
15. Industrial Insurance Coverage. Prior to performing work under this Contract, the Contractor shall
provide or purchase industrial insurance coverage for its employees, as may be required of an
"employer" as defined in Title 51 RCW, and shall maintain full compliance with Title 51 RCW during the
period of performance for this Contract. WSP shall not be responsible for payment of industrial
insurance premiums or for any other claim or benefit for the Contractor, or any subcontractor or
employee of the Contractor, which might arise under the industrial insurance laws during the
performance of duties and services under this Agreement.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
. of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract, the
Contractor shall maintain records sufficient to document (i) performance of all acts required by statute,
regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its organization's
structure, tax status, capabilities and performance; and (iii) demonstrate accounting procedures,
practices and records that sufficiently and properly document the Contractor's invoices to WSP and all
expenditures made by the Contractor to perform as required byttiis Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in the
following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
. state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
. 21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be ''works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys, studies,
computer programs, films, tapes, and/or sound reproductions. Ownership includes the right to
copyrights, patent, register, and the ability to transfer these rights.
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor. .
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid prOVision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical,
fire or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for
any of the services provided under this Contract with the prior, written approval of WSP. The
Contractor shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms of
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has
a reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
WSP shall notify the 'Contractor in writing of the need to take corrective action. If corrective action is
not taken within five (5) .calendar days, the Contract may be terminated. WSP reserves the right to
suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring
additional obligations of funds during investigation of the alleged breach and pending corrective action
by the Contractor or a decision by WSP to terminate the Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it is
determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The 'rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a sum from the final payment to the
Contractor that WSP determines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property fumished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
32. Waiver. A failure by WSP to exercise its rights under this Contract shall not preclude WSP from
subsequent exercise of such rights and shall not constitute a waiver of any other rights under this
Contract unless stated to be such in writing and signed by an authorized representative of WSP and
attached to the original Contract.
I acknowledge that some of the material and information that may come into my possession or
knowledge in connection with Washington State Patrol Contract Number C051041PSC
(Contract) or its performance may consist of information that is exempt from disclosure to the
public or other unauthorized persons under either chapter 42.17 RCW or other state or federal
statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security
numbers, e-mail addresses, telephone numbers, financial profiles, credit card information,
driver's license numbers, medical data, law enforcement records, agency source code or object
code, agency security data, or information identifiable to an individual that relates to any of
these types of information.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including
RCW 10.97, violation of which may result in criminal prosecution.
Date
----
Billable Contracts Only
Mileage Allowed: DYes DNo Mileage Only: ~ DNo
Std Mileage Rate: DYes DNo per mile
Travel Authorized:
Special Rules:
DYes
DYes
DNa
DNo - ~ oluntary OIT: DYes DNo
300-365-522 (R 6/03)
Consultant Name: {f -Jutl CIt-4t1thf7'7
RFQQ No. C050386P ~Crimincliintelligence Analyst Services
Number: --'l'{:()I--__
I One (1) original Letter of Submittal and Certifications and Assurances was submitted
with the Consultant's proposal. Letter of Submittal and Certifications and
Assurances were signed by a person authorized to legally obligate the Consultant.
±
Proposal contains:
Letter of Submittal
At a minimum, the proposal clearly demonstrates that any proposed Consultant Team Member:
Has a two year college degree in criminal justice, law enforcement, statistical
analysis or a related field (two years experience as a criminal intelligence analyst or
as a commissioned law enforcement officer may substitute for each year of college);
x Has two years work experience in national security or criminal intelligence analysis,
or five years work experience as a commissioned law enforcement officer
Reviewed:
10
Michael R. Chamness
8280 NE Baker Hill Road
Bainbridge Island, Washington 98110
USA
Proposal:
Criminal Intelligence Analyst
RECEIVED
APR 042005
BUDGET & FISCAL
wsp
1
Qualifications
From November, 2002 thru November, 2003, I served with the United
Nations, in Kosovo, as a civilian police officer. I supervised an
international and local team of police investigators interdicting in
human trafficking in the Peje region of Kosovo.
* If this proposal is accepted I would immedialely apply for an obtain a Washington State Business license under my
name and social security # 532-48-0563
?
Biography
Jim Dyment, Field Intelligence Support Team, US Coast Guard, 915 Second Ave.
Room 3562, Seattle, WA 98174-1067 Tel. 206-217-6927
Monty Moss, Criminal Intelligence Section! Seattle FBI Field Intelligence Unit,
PO Box 34986, Seattle, WA 98124 Tel: 206-684-8559
Exhibit C (4)
From August 2000 to November 2002 and from December 2003 to present I have
provided Security on a part-time basis for the Washington State Ferry System as
a uniformed Seattle Police Officer. The contract for this service is currently held
by Puget Sound Executive Services, Inc., PO Box 77462, Seattle, WA 98177-
0462. We are not under any direct supervision but respond to requests for
service from dock personnel and the on duty dock Agent or supervisor.
4
EXHIBIT C
QUESTIONNAIRE
A. Identify Consultant Team Member(s) who will provide services under the potential contract,
indicating the responsibilities and qualifications of such personnel. In particular please provide
information on proposed Consultant Team Member experience and training in the following
areas:
• Formal edjucation in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Work experience as a commissioned law enforcement officer
• . Specialized intelligence analysis training.
• Ability to use i2's Analyst Notebook application, Pen link and Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include
information on the individual's particular skills related to this project, education, experience,
Significant accomplishments and any other pertinent information.
2. Availability (MANDATORy) - Please list those counties within Washington State where the
proposed Consultant Team Member is available for work. If the proposed Consultant Team Member
is available state-wide, please state so.
3. References (SCORED) - List names, addresses, telephone numbers, and fax numbers/e-mail
addresses of three business references for whom work has been accomplished and briefly describe
the type of service provided. The Consultant must grant permission to WSP to contact the
references. Do not include current WSP staff as references. References will be contacted for the
top-scoring proposal(s) only.
A. If the Consultant contracted with the State of Washington during the past 24 months, indicate the
name of the agency, the contract number and project description and/or other information
available to identify the contract.
B. If the Consultant's team member was an employee of the State of Washington during the past 24
months, or is currently a Washington state employee, identify the individual by name, the agency
previously or currently employed by, job title or position held and separation date.
C. If the Consultant has had a contract terminated for default in the last five years, describe such
incident. Termination for default is defined as notice to stop performance due to the Consultant's
non-performance or poor performance and the issue of performance was either (a) not litigated
due to inaction on the part of the Proposer, or (b) litigated and such litigation determined that the
Proposer was in default.
D. Submit full details of the terms for default including the other party's name, address, and phone
number. Present the Consultant's position on the matter. WSP will evaluate the facts and may,
at its sole discretion, reject the proposal on the grounds of the past experience. If no such
termination for default has been experienced by the Consultant in the past five years, so indicate.
l!we make the following certifications and assurances as a required element of the proposal to which it is
attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance
with these requirements are conditions precedent to the award or continuation of the related contract(s):
1. l/we declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However,
l/we may freely join with other persons or organizations for the purpose of presenting a single
proposal.
3. The attached proposal is a firm offer for a period of 60 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of
certainty in key terms) at any time within the 60-day period.
4. In preparing this proposal, l/we have not been assisted by any current or former employee of the
state of Washington whose duties relate (or did relate) to this proposal or prospective contract,
and who was aSSisting in other than his or her official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document.)
5. l/we understand that WSP will not reimburse me/us for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and l/we claim no proprietary right to
the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by himlher
prior to opening, directly or indirectly to any other Proposer or to any competitor.
7. l/we agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. If there are
any exceptions to these terms, l/we have described those exceptions in detail on a page
attached to this document.
8. No attempt has been made or will be made by the Proposer to induce any other person or firm to
submit or not to the purpose of restricting competition.
QUOTATION
The evaluation process is designed to award this procurement not necessarily to the Consultant of
least cost, but rather to the ConsuHant whose proposal best meets the requirements of this RFQQ.
However, Consultants are encouraged to submit proposals which are consistent with State
govemment efforts to conserve state resources.
Identify the hourly reimbursement rate for proposed team members. If the hourly rate differs
from each individual, please identify the specific rate for each proposed team member.
1. The hourly rate must include all costs associated with providing services, including
Consultant Team Member salary and benefits, industrial insurance, and federal and state
taxes.
2. You should base your hourly rate on providing services at a maximum of forty (40) hours per
workweek.
3. The worksite, office supplies, personal computer, and communications shall be provided to
the Contractor. Any such goods and/or services shall remain the property of WSP.
4. All costs aSSOCiated with training for i2's Analyst Notebook application, Pen link and Microsoft
Office Suite are solely the responsibility of the Consultant.
5. When services are required by WSP at locations other than the Consultant Team Members
worksite, WSP will reimburse Contractors for authorized lodging, SUbsistence and business
vehicle mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This manual
is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy!saamintro.htm.
B. Computation. The score for the cost proposal will be computed by dividing the lowest average
hourly rate received by the Consultant's average hourly rate. Then the resultant number will be
multiplied by the maximum possible points for the cost section.
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
Zi Code.
a I~
Date of Birth
03-3/- ooS--
Date
Mr. Castanares,
Congratulations; you have been selected as the Apparent Successful Proposer for this procurement The Start
Date for this contract will be March 24, 2008. Two original contracts and Task Order No.1 will be mailed out to
you for signature. Please sign both sets and mail both sets back to my attention at the address listed on the
cover letter that will be enclosed.
Cindy fiaide r
WSf' RFQQ Coordinatol'
cindy. haider(ii;wsp. WII.WlV
3/13/2008
Page 1 of 1
Mr. Rivers;
We appreciate the time and effort you provided in developing and submitting a response to the RFQQ, however,
another proposer Was named the Apparent Successful Proposer for this procurement.
If you would like a debriefing on your proposal, please contact me bye-mail no later than 4:30p.m. PST on March
18, 2008. As stated in the RFQQ.
I can be reached via e-mail at cindy.haider@wsp.wa.gov. Please let me know if you have any questions
concerning this message.
('indy Haider
WSP RF(}Q ( 'oordinator
cindy.haider((i).wsp. W(l.gov
3/13/2008
Haider. Cindy (WSP)
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@wsp.wa.gov
1
Haider, Cindy (WSP)
Please move forward on the selection process and interviews for the Region 3 Analyst. At this time we will only look at
selecting one applicant unless the forecast improves.
ITPBI
1
Haider. Cindy (WSP)
Yes, and after the interviews are completed, I will need to have the questions/answers from each panel member for each
candidate along with the chosen candidate's name.
Thanks,
Cindy Haider
WSP Contracts
360-753-0692
Cindy. Haider@wsp.wa.gov
-----Original Message-----
From: Drake, Randy (WSP)
Sent: Wednesday, February 27, 2008 3:18 PM
To: Braniff, Tim (WSP); Haider, Cindy (WSP); Hugdahl, Jeff (WSP)
Subject: Re: Region 3 Analyst
Cindy,
Please move forward on the selection process and interviews for the Region 3 Analyst. At this time we will only look at
selecting one applicant unless the forecast improves.
ITPB/
1
f.iIe ~di1: ~leW -: _Insert FQ.rmat lools actions tleIp
; ,,~8.eply ;~~ReplytOA~, ':.~Forl1ard:;~ ~ :~. 'f" : \0'.{J X: 4t- ... <t _... N ~_I
from: Sent:, Tue 2{?-6{2oo8 3:56 PM
To: Haider, CiOdy:{wsP)
eel
Scc:: BraniFF~ Trrti (WS:P);'-Drakej"p.andy (WSP)j ,Hugdahl, Jeff (WSP);- ~nno,vab@eonicast.net'
subject: FW: RFQQ C08,Q747PSC
,?.J/f/Q Com',:ii.)ta.~cr
Cr.d1'. Iia,d'<.'?(;P.)W;!p. ~h:;·lSoV
Per Section 3.1.1, First Tier Evaluation, of the referenced Request for QUalifications/Quotation, the top proposers for REGION 3
are the following:
Thank-you,
~VStar,tl ;,:'? Sent Items-- Mlcr.. 11_3 FW: RFQ~ C080... ,:.;:] CONTRACTXP: 0 ••. 1~-hmContract2 I ClIOC',
Haider. Cindy (WSP)
As the RFQQ coordinator I will issue an email stating that the scheduling of the interviews has been postponed until further
notice.
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@wsp.wa.gov
-----Original Message-----
From: Drake, Randy (WSP)
Sent: Tuesday, February 26,2008 12:08 PM
To: Haider, Cindy (WSP)
Cc: Braniff, Tim (WSP)
Subject: Re: RFQQ C080747PSC
No. We might not be able to hire them. Cpt Braniff will be making that decision today ot tomorrow.
Lieutenant Randy Drake
Washington State Patrol
Intelligence Section / WAJAC
Lt,
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@wsp.wa.gov
Per Section 3.1.1, First Tier Evaluation, of the referenced Request for Qualifications/Quotation, the top proposers for
1
REGION 3 are the following:
Thank-you,
Cindy Haider
RFOO Coordinator
Cindy. haider@wsp.wa.gov
2
Haider, Cindy (WSP)
Mr. Rivers,
I was under the impression that interviews had been scheduled. I will do some checking and get right back to you.
Cindy
-----Original Message-----
From: innovab@comcast.net [mailto:innovab@comcast.netJ
Sent: Tuesday, February 26, 200B 10:53 AM
To: Haider, Cindy (WSP)
SUbject: Re: RFQQ COB074 7PSC
I was following up to see if there had been a change in the RFQQ schedule for interviews and contract starting dates if
I/we are accepted for the positions. If an amendment was issued which modified the interview process or contract start
date I was not informed. If this was the case could you please provide both myself and Mr. Castanares the changes and
new amendment information.
Respectfully,
Kenneth Rivers
Mantis Consulting Service
"A New Way of Thinking!"
"Remove Your Current Limitations!"
360-701-04BO
1
> Cindy Haider
>
> RFQQ Coordinator
>
> Cindy.haider@wsp.wa.gov
>
>
>
>
>
>
>
>
2
Haider, Cindy (WSP)
Jeff,
The WAJAC Advisory Board voted to continue with the hiring process for the two Region 3 analyst. We will continue with
the current process in place and wait for results of the interviews.
1
Page 1 of 1
Per Section 3.1.1, First Tier Evaluation, of the referenced Request for Qualifications/Quotation, the top proposers
for REGION 3 are the following:
Thank-you,
Cindy Haider
RFQQ Coordinator
Cindy.haider@wsp.wa.gov
2/1512008
Per Section 3.1.1, First Tier Evaluation, of the referenced Request for QUalifications/Quotation, the top proposers for REGION
3 are the following:
Thank-you,
Cindy Haid<ir
RPQQ Coordinr:ztor
Cindy,hmder@wsp.wa.gav
EXHIBIT B
One (1) original Letter of Submittal and Certifications and Assurances was submitted with the
Consultant's proposal. Letter of Submittal and Certifications and Assurances were signed by
a person authorized to legally obligate the Consultant.
/ 4 separately-bound copies of the proposal were submitted.
At a minimum, the proposal clearly demonstrates that any proposed Consultant Team
Member:
Has a two year college degree in criminal justice, law enforcement, statistical analysis or a
related field (two years experience as a criminal intelligence analyst or as a commissioned law
enforcement officer may substitute for each year of college);
Has two years work experience in national security or criminal intelligence analysis, or five
years work experience as a commissioned law enforcement officer; and
Is proficient in the use of Microsoft Office SUite.
Will be trained in i2's Analyst Notebook application and Penlink no later than 120 days from
contract execution
The proposal clearly demonstrates that any proposed Consultant Team Member has two
years work experience in national security or criminal intelligence analysis; or five years work
experience as a commissioned law enforcement officer.
The proposal contains a Waiver and Authorization to Release Information form for every
ConSUltant Team Member proposed for work. The form is signed by each respective
proposed Consultant Team Member.
Proposal provided 90 days for acceptance of its terms from the due date of proposals.
Letter of Submittal
Enclosed for your consideration are 4 copies of the proposal submitted in order to provide contract
analytical services under the Law Enforcement Terrorism Prevention Program (LETPP) grant. In
accordance with the letter of submittal requirements, information regarding my business is a follows:
I certify that I am authorized to enter into a contractual relationship with Washington State Patrol should
my proposal be approved.
If you have any questions regarding this submission, please feel free to call me at (360) 459-9246 or e-
mail me at . I look fOlward to discussing this proposal with you in the near
future.
Sincerely,
~l\.c~k
Donald H. Castanares
Bastion Research, LLC
CEO
Certifications and Assurances
l!we make the following certifications and assurances as a required element of the proposal to which it is
attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance
with these requirements are conditions precedent to the award or continuation of the related contract(s):
1. IIwe declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However, IIwe
may freely join with other persons or organizations for the purpose of presenting a single proposal.
3. The attached proposal is a firm offer for a period of 90 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of certainty
in key terms) at any time within the gO-day period.
4. In preparing this proposal, IIwe have not been assisted by any current or former employee of the
state of Washington whose duties relate (or did relate) to this proposal or prospective contract, and
who was assisting in other than his or her official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document)
5. l!we understand that WSP will not reimburse me/us for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and IIwe claim no proprietary right to the
ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her prior
to opening, directly or indirectly to any other Proposer or to any competitor.
7. IIwe agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. If there are
any exceptions to these terms, IIwe have described those exceptions in detail on a page attached
to this document.
8. No attempt has been made or will be madeby the Proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition.
Signature of Proposer
I, Donald H. Castanares, will be the only person providing services under this potential contract. The
following paragraphs outline my formal education, work experience, specialized training, and ability to use
the required software applications.
- Basic Reserve Police Officer Academy, Snohomish Police Department, September 1984
- U.S. Army Intelligence Analyst Course, U.S. Army Intelligence School, August 1985
- Security Locks and Devices, 902nd Military Intelligence Group, June 1989
- Technical Intelligence Analyst Course, Foreign Material Intelligence Group, September 1989
- Intelligence Analyst BaSic NCO Course, U.S. Army Intelligence SChool. May 1990
- Combating Terrorism on Military Installations, U.S. Army O'rdnance Center & School, July 1991
- Mobile Sensitive Compartmented Information Course, Defense Intelligence College, December
1991
- Integrated Database Retrieval Course, Joint Intelligence Center Pacific, January 1995
- Integrated Database Maintenance Basic Course, Joint Intelligence Center Pacific, January 1995
- Integrated Database Maintenance Advanced Course, Joint Intelligence Center Pacific, October 1995
- Basic Instructor Training Course, U.S. Arm~ Intelligence School, May 1996
- Remote Workstation Training Course, 326' Military Intelligence Battalion, August 1996
- Military Intelligence Advanced NCO Course, U.S. Army Intelligence School, December 1996
nd
- Master Driver Course. 2 Infantry Division. October 2000
nd
- Hazardous Materials Handlers Instructor Course, 2 Infantry Division, October 2000
- Antiterrorism Course. U.S. Army Forces Command, May 2002
- Operational Information Systems Security Course, October 2003
- Foundations of Intelligence Analysis Training (FIAT), January 2006
- Pen-Link Call Analysis Training Course, October 2007
Certifications
1985 -1989, Intelligence Analyst, 2 nd Brigade, 25th Infantry Division (Light), Schofield Barracks, HI
1989 -1990, S2 NCOIC, Military Intelligence Battalion (Counterintelligence)(Security), 902nd Military
Intelligence Group, Fort Meade, MD
1990 - 1991, Intelligence Analyst, 101 st Infantry Division (Airbome)(Assault), Deployed to SW Asia
1991 -1993. Intelligence Operations Sergeant. Foreign Intelligence Command. Fort Meade. MD
1993 - 1994, Merchant Watch NCO, Joint Intelligence Center (Pacific), Pearl Harbor, HI
1994 - 1996, Korean Analyst, Joint Intelligence Center (Pacific), Pearl Harbor, HI
Work experience in national security and criminal intelligence analysis (continued)
1996 - 2000, Senior InstructorlWriter, Intelligence Analyst Course, 309th Military Intelligence Battalion,
Fort Huachuca, P;z
2000 - 2001, Analysis and Control Element (ACE) NCOIC, 2nd Infantry Division, South Korea
2001 - 2003, S2 NCOIC, 4th Brigade, 91st Division (Training Support), Fort Lewis, WA
2003 - 2005, Securily Manager, 4th Brigade, 91 st Division (TS), Fort Lewis, WA
2005 - 2006, Criminal Intelligence Analyst, Washington Joint Analytical Center (WAJAC) Region 4,
Vancouver, WA
2006 - 2007, Criminal Intelligence Analyst, WAJAC Region 3 and the Washington State Patrol (WSP)
Organized Crime Intelligence Unit (OCIU), Olympia, WA
Ability to use i2's Analyst Notebook application, Penlink and Microsoft Office Suite software
I am fully capable of using Microsoft Office Suite applications and have 'taught many classes on the use of
Microsoft Word and PowerPoint. I am formally trained on Pen-Link and informally trained on Analyst
Notebook. I am currently using Analyst Notebook to provide analytical support to the FBI and Pen-Link to
support DHSIlCE.
Availability
References
• Tacoma FBI Office (Tama-Derby McCurtain, Special Agent, FBI, tderbymc@leo.gov, (253) 552-
4045 and Gary France, Special Agent, FBI, gfrance@leo.gov, (253) 250-2615 - As an il)telligence
analyst for WAJAC Region 3 and the WSP OCIU, I provided analytical support to the FBI during two large
projects. I identified approximately 70 previously unknown individuals, provided organizational analysis,
toll analysis of several thousand phone calls, computer analysis of a seized hard drive, and created
several analytical products.
lAW RCW 43.43.856, all of the information and data collected and processed by the organized crime intelligence unit shall be
confidential and not subject to examination or publication pursuant to chapter 42.56 RCW.
CONFIDENTIAL
Related Information
Between July 20, 2005 and December 28,2007, I have been a subcontractor for SETRACON working as
an Intelligence Analyst in both WAJAC Regions 3 and 4 under the LETPP grant. SETRACON's contract
(C051038PSC) with WSP was terminated for convenience on December 30, 2007.
I do not employ any person who has been an employee of the State of Washington during the past 24
months.
I have not been party to any contract with WSP that has been terminated for default in the last five years.
Resume for Donald H. Castanares
Intelligence Analyst
Highly self-motivated and goal-oriented professional committed to pursuing a long-term career in the
security and inieiiigence fieid. Offers a 22-year irack record demonsirating strong analytical and probiem-
solving skills, computer proficiency, and ability to follow through with projects from inception to
completion.
Qualifications Summary
• 22 Years Experience as a Military, Technical, and Criminal Intelligence Analyst
• Certified 000 Master Instructor
• Level" Certified Antiterrorism/Force Protection Instructor
• Black Belt Martial Arts Instructor
• Certified Master Driver
• Certified Information Assurance Security Officer
• Basic Reserve Officer Police Academy Trained
• Holds a 000 Top Secret SCI Security Clearance
Employment History
2005 - 2007, Criminal Intelligence Analyst, Washington Joint Analytical Center (WAJAC):
Criminal Intelligence Analyst for Regions 3, 4, and the Washington State Patrol's Organized Crime
Intelligence Unit providing raw intelligence classification and analysis, daily intelligence briefings, weekly
and monthly written intelligence bulletins, periodic intelligence assessments, and information
dissemination to local law enforcement agencies. Provides analytical support to nine WAJAC regions
and various agencies including ICE, FBI, 000, and local law enforcement.
2003 - 2004, Security Manager, 4th Brigade, 91st Division (TS), Fort Lewis, WA: Senior security and
intelligence advisor on antiterrorismiforce protection, physical security, information security, operations
security, and personnel security issues; provides threat assessments and security assessments;
maintains multiple intelligence databases; observer/controller/trainer responsible for training reserve and
national guard soldiers throughout the west coast; manages the security and intelligence effort by
developing processes and reviews that ensure compliance with established government guidance and
directives; develops and conducts briefings on international and domestic terrorism, subversion and
espionage, and other various security and intelligence-related topics; assists in the development of the
security and intelligence budget and tracks its expenditures; manages 10 subordinate security offices.
2001 - 2003, Office Manager (Security and Intelligence), 4th Brigade, 91st Division (TS), Fort Lewis,
WA: Security and intelligence advisor on antiterrorism/force protection, physical security, information
security, operations security, and personnel security issues; ensures personnel are properly trained by
creating and providing briefings on international and domestic terrorism, subversion and espionage, and
other various security and intelligence-related topics; observer/controlleritrainer responsible for training
reserve and national guard soldiers throughout the west coast; maintains multiple intelligence databases;
manages the security and intelligence effort by developing processes and reviews that ensure
compliance with established government guidance and directives.
nd
2000 - 2001, Office Manager, Analysis and Control Element (ACE), 2 Infantry Division, South
Korea: Senior enlisted intelligence advisor responsible for the collection, analysis, and dissemination of
intelligence on North Korean activities; manages the information and physical security effort; responsible
for the daily activities and administrative actions of 80 personnel, 23 vehicles, and numerous classified
intelligence systems and controlled cryptographic items worth in excess of 7 million dollars.
1996 - 2000, Senior InstructorlWriter, Intelligence Analyst Course, 309'" Military Intelligence
Battalion, Fort Huachuca, AZ.: Senior Instructor and administrator of the US Army Intelligence Analyst
Course responsible for the Army-wide training of soldiers with the 96B Intelligence Analyst military
occupational specialty; approves course lesson plans and associated handouts and slides; ensures
curriculum reflects current intelligence processes; responsible for supply and equipment procurement,
building maintenance, class scheduling, and the overall annual course budget; supervises 50 instructors
training over 700 students annually.
1994 -1996, Korean Analyst, Joint Intelligence Center (Pacific), Pearl Harbor, HI: Intelligence
Analyst responsible for the collection, analysis, and dissemination of national and intemational
information and intelligence relating to North Korean activities; works closely with all national intelligence
organizations, including the CIA and NSA, writes reports and special executive-level information papers;
reports, as necessary, to various outside organizations, to include Department of State and Special .
Congressional committees.
1993 - 1994, Merchant Watch NCO, Joint Intelligence Center (Pacific), Pearl Harbor, HI: Intelligence
Analyst and Maritime Support Analyst responsible for the collection, analysis, and dissemination of
classified national and international information and intelligence relating to North Korean ground force
activities; works closely with all national intelligence organizations, writes reports and special executive-
level information papers; reports, as necessary, to various outside organizations, to include Department
of State and special congressional and Senatorial committees.
1991 - 1993, Intelligence Operations Sergeant, Foreign Intelligence Command, Fort Meade, MD:
Conducts intelligence operations throughout the continental United States; assists in the management of
intelligence operations worldwide; works closely with national and foreign intelligence organizations
including the CIA and NSA; responsible for physical security, information security, operations security,
and personnel security issues; develops and conducts briefings on international and domestic terrorism,
subversion and espionage, and other various security and intelligence-related topics; manages the
security and intelligence effort by developing processes and reviews that ensure compliance with
established government guidance and directives; procures and maintains office automated data
processing eqUipment.
1989 -1991, Office Manager (security and Intelligence), Military Intelligence Battalion (CI)(S), 9020 •
MI Group, Fort Meade, MD: Conducts counterintelligence and counterespionage operations throughout
the continental United States; security and intelligence advisor on antiterrorism/force protection, phYSical
security, information security, operations security, and personnel security issues; works closely with all
national intelligence organizations; develops and conducts briefings on international and domestic
terrorism, subversion and espionage, and other various security and intelligence-related topics; maintains
intelligence databases; manages the security and intelligence effort by developing processes and reviews
that ensure compliance with established government guidance and directives; maintains intelligence
databases; inspects subordinate offices to ensure compliance with current Army policy.
1985 -1989, Intelligence Analyst, 25'" Infantry Division (L), Schofield Barracks, HI: Intelligence
Analyst responsible for security and intelligence-related activities for a 1500-person unit. Maintains the
personnel, information, and physical security programs; interprets current Army policy and writes brigade
standard operating procedures; processes personnel security clearances; maintains intelligence
databases; inspects subordinate units to ensure compliance with current Army directives; conducts
security and intelligence related training; maintains office automated data processing equipment.
Fees. Bastion Research, llC requests reimbursement at the hourly rate identified below for services
provided by the Contractor Employee.
SFY08
Time Period: March 1, 2008 - June 30, 2008
Maximum Amount: $33,320
Notes: Maximum amount is based on a standard 8 hour day multiplied by the 85 work days
available during the contract period.
SFY09
Time Period: July 1, 2008 - June 30, 2009
Maximum Amount: $103,356
Notes: Maximum amount is based on a standard 8 hour day multiplied by the 261 work days
available during the contract period.
SFY10
Time Period: July 1, 2009 - June 30, 2010
Maximum Amount: $104,400
Notes: Maximum amount is based on a standard 8 hour day multiplied by the 261 work days
available during the contract period.
Reimbursements. When services are required by WSP at locations other than the local worksite.
Bastion Research, LlC will request reimbursement for authorized lodging, subsistence and business
vehicle mileage costs at current State of Washington approved reimbursement rates.
Worker's Compensation Coverage. Bastion Research, LLC will at all times comply with all applicable
workers' compensation, occupational disease, and occupational health and safety laws, statutes, and
regulations to the full extent applicable. WSP will not be held responsible in any way for claims filed by
Bastion Research, LlC or their employees for services performed under the terms of this contract.
Business Auto Policy. As applicable, Bastion Research, lLC shall maintain business auto liability and,
if necessary. commercial umbrella liability insurance with a limit not less than $1.000,000 per accident.
Such insurance shall cover liability arising out of "Any Auto."
lAW RFQQ No. C080747PSC, the worksite, office supplies, personal computer, and communications
shall be provided by WSP to the Contractor. Any such goods and/or services shall remain the property of
WSP.
Waiver and Authorization to Release
Information
I authorize you to furnish the Washington State Patrol with any and all information that you have
concerning me, my work, my reputation, my driving record, my criminal history record, including
any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential andlor
sealed, my medical records, my psychological testing analysis and recommendation, my military
service records, and my financial status. Information of a confidential or privileged nature may
be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications. I
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
Other names you have been know by, including prior marriage(s) or nickname(s)
Don
10 0~\,C'~L ~\ ~A...J a~
Vendor Name mAi\\~'5 CO)o)~?u \tsr-lt'J 5!CDJ i (,R~ Vendor Number__
Date 2-h
, I
/2 =8
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
A. Identify Consultant Team Member(s) who will provide services under the potential contract,
indicating the responsibilities and qualifications of such personnel. In particular please provide
information on proposed Consultant Team Member experience and training in the following
areas:
10 /. Formal education in criminal justice, law enforcement, statistical analysis or a related field.
I~
v
.0'..
if /
Work experience in national security or criminal intelligence analysis
Work experience as a commissioned law enforcement officer
ill Please provide resumes' for the proposed Consultant Team Member(s), which include
information on the individual's particular skills related to this project, education, experience,
significant accomplishments and any other pertinent information.
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff rnet requirements.
A. Identify Consultant Team Member{s) who will provide services under the potential contract,
indicating the responsibilities and qualifications of such personnel. In particular please provide
information on proposed Consultant Team Member experience and training in the following
areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Work experience as a commissioned law enforcement officer
• Specialized intelligence analysis training.
• Ability to use i2's Analyst Notebook application, Penlink and Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member{s), which include
information on the individual's particular skills related to this project, education, experience,
significant accomplishments and any other pertinent information.
Signature -+<!~'->-'::~~C').J..O~_~I>I£"'A..JL~:m,,,,---__
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the reqUirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
A. Identify Consultant Team Member(s) who will provide services under the potential contract,
indicating the responsibilities and qualifications of such personnel. In particular please provide
information on proposed Consultant Team Member experience and training in the following
areas:
J. Formal education in criminal justice, law enforcement, statistical analysis or a related field.
Y:V·
Work experience in national security or criminal intelligence analysis
Work experience as a commissioned law enforcement officer
Specialized intelligence analysis training.
Ability to use i2's Analyst Notebook application, Penlink and Microsoft Office Suite software
wHh my romP?:?",/;i:/
authorized access to the information by law or regulation. I will return all copies of the proposals
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
=
10 The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements,
A. Identify Consultant Team Member(s) who will provide services under the potential contract,
indicating the responsibilities and qualifications of such personnel. In particular please provide
information on proposed Consultant Team Member experience and training in the following
areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Work experience as a commissioned law enforcement officer
• Specialized intelligence analysis training.
• Ability to use i2's Analyst Notebook application, Penlink and Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include
information on the individual's particular skills related to this project, education, experience,
significant accomplishments and any other pertinent information.
INSTRUCTIONS
Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staff meets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
A. Identify Consultant Team Member(s) who will provide services under the potential contract,
indicating the responsibilities and qualifications of such personnel. In particular please provide
information on proposed Consultant Team Member experience and training in the following
areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Work experience as a commissioned law enforcement officer
• Specialized intelligence analysis training.
• Ability to use i2's Analyst Notebook application, Penlink and Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include
information on the individual's particular skills related to this project, education, experience,
significant accomplishments and any other pertinent information.
Cindy
The RFQQ amendment has been posted to the Vendor page and is now on-line:
J::®2:1lwww.wsp.wa.govlbusiness/vendor.htm
Kent Hernandez
lTD Web Support
Information Technology Division
itdwebsu pport@wsp.wa.gov
Please post the attached amendment for RFQQ No. C080747PSC to the WSP vendor page at
http://www.wsp.wa.gov/business/vendor.htm.
Thank-you,
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@w.lp.wa.gov
Would you please post this on the WSP vendor page at bJlg:llwww.wsp.wa.goylbusinesslvendor.htm..
1122/2008
Page 2 of2
Thanks,
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@wsp.wa.gov
1122/2008
Page 1 of 1
"'00 NOT REPLY TO THIS EMAIL. IF THIS WORK ORDER HAS NOT BEEN RESOLVED PLEASE CLICK ON
THE LINK BELOW'"
Issue Description: Please post the attached amendment for RFQQ No. C080747PSC to the WSP vendor page at:
Iittp:llwww.wsp.wa.gov/business/vendor.htm.Thank-you. Cindy HaiderWSP Contracts360-7S3-0692
If you feel this issue has not been resolved, please click this linle
Tbankyou.
1122/2008
STATE OF WASHINGTON
Washington State Patrol
RFQQ Proposals:
Due date: No later than 4:00 p.m. PST on January 31, 2008
Send to: Cindy Haider, RFQQ Coordinator
Budget and Fiscal Services
PO Box 42602
Olympia WA 98504-2602
210 - 11th Ave SW, Room 116
Olympia WA 98504
The following is an amendment to RFQQ No C080747PSC. All other terms and conditions of
the RFQQ that have not been revised by this amendment remain in full force and effect.
a. Exhibit B, Checklist for Responsiveness, is revised and replaced by Exhibit B.1, Revised
Checklist for Responsiveness, which is attached hereto and incorporated herein.
b. Exhibit D, Quotation, is revised and replaced by Exhibit D.1, Revised Quotation, which is
attached hereto and incorporated herein.
Page 1 of 1
EXHIBITB.1
One (1) original Letter of Submittal and Certifications and Assurances was submitted
with the Consultant's proposal. Letter of Submittal and Certifications and Assurances
were signed by a person authorized to legally obligate the Consultant
Has a two year college degree in criminal justice, law enforcement, statistical
analysis or a related field (two years experience as a criminal intelligence analyst or
as a commissioned law enforcement officer may substitute for each year of college);
Has two years work experience in national security or criminal intelligence analysis,
or five years work experience as a commissioned law enforcement officer; and
Is proficient in the use of Microsoft Office Suite.
Will be trained in i2's Analyst Notebook application and Penlink no later than 120
days from contract execution
The proposal clearly demonstrates that any proposed Consultant Team Member has
two years work experience in national security or criminal intelligence analysis; or five
years work experience as a commissioned law enforcement officer.
The hourly reimbursement rate for proposed Consultant Team Members does not
exceed $50.00.
The proposal contains a Waiver and Authorization to Release Information form for
every ConSUltant Team Member proposed for work. The form is signed by each
respective proposed ConSUltant Team Member.
Proposal provided 90 days for acceptance of its terms from the due date of
proposals.
QUOTATION
The evaluation process is designed to award this procurement not necessarily to the
Consultant of least cost, but rather to the Consultant whose proposal best meets the
requirements of this RFQQ. However, Consultants are encouraged to submit proposals
which are consistent with State government efforts to conserve state resources.
Identify the hourly reimbursement rate for proposed Consultant Team Members for
services through June 30, 2008; and each of the two optional years of a contract resulting
from this RFQQ. If the hourly rate differs for each individual, please identify the specific
rate for each Proposed Consultant Team Member.
WSP will accept proposals for hourly rates up to $50.00; WSP shall reject any proposal
that proposes rates in excess of $50.00 per hour.
1. The hourly rate must include all costs associated with providing services, including
Consultant Team Member salary and benefits, industrial insurance, and federal and
state taxes.
2. You should base your hourly rate on providing services at a maximum of forty (40)
hours per work week.
4. All costs associated with training for i2's Analyst Notebook application, Pen link and
Microsoft Office Suite are solely the responsibility of the Consultant.
5. When services are required by WSP at locations other than the Consultant Team
Members worksite, WSP will reimburse Contractors for authorized lodging,
subsistence and business vehicle mileage costs at current State of Washington
approved reimbursement rates. These rates are published in the State Accounting
and Administrative Manual (SAAM). This manual is available at the Office of
Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm .
B. Computation. The score for the cost proposal will be computed by dividing the lowest
average hourly rate received by the Consultant's average hourly rate. Then the resultant
number will be multiplied by the maximum possible points for the cost section.
7.2·9
A~eNCY
tJi::r!...(!II.
,eOERALI.D.NO.UK 'NU. ,p""03I, -I'///~/. DATE I
'J f/"
91-0193790 1/15/2008
u.e .PACe "eCOW ~ 'eMLAI, He' ;ON BACK
Invoice #3199160 advertisement for Contract No. C080747PSC, Criminal ~Ii' I 'v"" Analysis.
1. .t;1. .0 i
Avv"UN'
~~
~'" 'U'AL , ",U,"OO"
; I DAle $85.80
I '
FORM
~
IE OF WASHINGTON
VI
-~A
VOUCHER DISTRIBUTION
(Rev_ 1191)- AGENCY NUMBER
225
)ADDRE~S AGENCY P.R. UM MU
7.2·9
Invoice #3199160 advertisement for Contract No. C080747PSC, Criminal Iigence Analysis.
Cindy Haider
$85.80
FORM .TE OF WASHINGTON
A19-2A V\.. _ .;HER DISTRIBUTION
(Rev. 1/91)
7.2·9
91-0193790 1/15/2008
) DEVELOP' STAPLE I I
ID ~~M )ix:>b
d,'5(~.
,"'
I
Cindy Haider
DOC, DATE PM' VU"UA'" ounno", uu' .NV. I K">. 000. NU. ,o",uun, I ¥~ "' NVMBER
210
$85,80
BIWNG PERIOD ADVERTISE WENT NAME
01106108 - 01107/08 WSP:BUDGET & FISCAL SERVICES
TOTAL AMOUNT DUE INVOICE NO. TERMS OF PAYMENT
85.80 3199160 I Net 30
PO BOX 11050, SEATTLE, WA 98111
206-622-8272 FAX 206-622-8416 __~'.. " ... 1.""\
Federall.D. #91-0193790 ADVERllSING,·INIf"DiC,,:·' J'"
\ '-..,.,. -.:'..,1
BILLED ACCOUNT NAME AND ADDRESS '~ '\': i< ....'" -'.
PAGE# BIWNGDATE
.l[\~\ i \\ (Due' 1 I 01107/08
BILLED ACCOUNT NUMBER
. <0SE1 &. rlse!»\
,'rJ',,;~ . \J;!,;}:" 7127
ADVERTISE CUENT NUMBER
I DATE
I
PLEASE DETACH AND RETURN UPPER PORTION WITH YOUR REMmANCE
II SAUSIZE IT1M~~~UN I N"' AMUU'"
i I
Daily Journal of Commerce
J ~~P'"''
BIll.ED, rNAME rOUE
219062 No.
WSP:BUDGET & FISCAL SERVICES
Affidavit of Publication
The undersigned, on oath states that he is an authorized representative of The Daily Journal of
Commerce, a daily newspaper, which newspaper is a legal newspaper of general circulation and it is now
and has been for more than six months prior to the date of publication hereinafter referred to, published in
the English language continuously as a daily newspaper in Seattle, King County, Was1riogton, and it is now
and during all of said time was printed in an office maintained at the aforesaid place of pUblication of this
newspaper. The Daily Journal of Commerce was on the 12th day ofJune, 1941, approved as a legal
newspaper by the Superior Court of King County.
The notice in the exact form annexed, was published in regular issues of The Daily Journal of
Commerce, which was regularly distributed to its subscribers during the below stated period. The annexed
notice, a
was published on
01107/08
L____ haid~@WsP-.wll·gov
"Q4~~,,;, -~·:<?L. publicatipn
the . Se~tt~e_ ,paily Journal of
in--------'
COl::p.ll1.el,'c.~.,January 7, 2008 .
. 117(219062)
Page 2 of affidavit
The Washington Stdte Patrol (WSP) has released a Request for Qualifications/Quotation (RFQQ) to solicit
prollosals from Consultants to provide criminal Intelligence .lllillyst selvices at regional criminal intelligence
centers selving Washington State. Proposers must be able to obtain a federal T(1) Secret level security clearance
and Ilass a criminal history background check conducted by WSP and/or local law enforcement.
You may obtain a COI)Y of the RFQO from the WSP webpage located at:
http://www.ws... wa.govlbusiness.ivendor.hlm.Proposalsaredueby4:001).Ill .• local time. 011 Thmslhw. Janual'y
31,2008 at the address listed below.
WSP is an equal OfJlloltunity employer ;'Jnd minority and women-owned bUsinesses aI'e encouraged 10 rel)ly.
Please reference RFQQ No_ C080747PSC in any communications regarding this RFQQ_ For flilther information
contact:
The Washington State Patrol (WSP) has released a Request for Qualifications/Quotation (RFQQ) to solicit
proposals from ConSUltants to provide criminal intelligence analyst services at regional criminal
intelligence centers serving Washington State. Proposers must be able to obtain a federal Top Secret
level security clearance and pass a criminal history background check conducted by WSP and/or local
law enforcement.
You may obtain a copy of the RFQQ from the WSP webpage located at:
http://www.wsp.wa.gov/business/vendor.htm. Proposals are due by 4:00 p.m., local time, on Thursday,
January 31, 2008 at the address listed below.
WSP is an equal opportunity employer and minority and women-owned businesses are encouraged to
reply.
Please reference RFQQ No. C080747PSC in any communications regarding this RFQQ. For further
information contact:
11712008
Page 1 of 1
Thanks Cindy.
Attached is the RFQQ proposal that specifies the anticipation of filling Region 3 Consultant Team Member
positions. The advertisement goes out through the Seattle Daily Journal of Commerce on Monday, January 7,
2008 and should be posted on the WSP web site on Monday. I will also be sending out an email (per OFM rules)
to notify certain sources directly. The following will be included on the notification list:
Gerald.D.Dean@uscg.mil
sarah.l.getty@saic.com
If there are any other sources that you wish to be included, please let me know.
Cindy Haider
WSP RFQQ Coordinator
360-753-0692
Cindy.Haider@wsp.wa.gov
11712008
Page 1 of2
Hello
I'm confirming that your RFQQ will be published on Jan 7th for one day.
Thank you
Melissa Dowd
Public Notice Department
Seattle Daily Journal of Commerce
83 Columbia St. Seattle
(206) 622-8272 Phone
(206) 622-8416 Fax
Please run this advertisement in your Public Notices section for one day, and forward the bill to my attention at
the address indicated in the advertisement.
The Washington State Patrol (WSP) has released a Request for Qualifications/Quotation (RFQQ) to solicit
proposals from Consultants to provide criminal intelligence analyst services at regional criminal
intelligence centers serving Washington State. Proposers must be able to obtain a federal Top Secret
level security clearance and pass a criminal history background check conducted by WSP and/or local
law enforcement.
You may obtain a copy of the RFQQ from the WSP webpage located at:
http://www.wsp.wa.gov/business/vendor.htm. Proposals are due by 4:00 p.m., local time, on Thursday,
January 31, 2008 at the address listed below.
WSP is an equal opportunity employer and minority and women-owned businesses are encouraged to
reply.
Please reference RFQQ No. C080747PSC in any communications regarding this RFQQ. For further
information contact:
Thank-you,
11412008
Page 1 of 1
Please run this advertisement in your Public Notices section for one day, and forward the bill to my attention at
the address indicated in the advertisement.
The Washington State Patrol (WSP) has released a Request for Qualifications/Quotation (RFQQ) to solicit
proposals from Consultants to provide criminal intelligence analyst services at regional criminal
intelligence centers serving Washington State. Proposers must be able to obtain a federal Top Secret
level security clearance and pass a criminal history background check conducted by WSP and/or local
law enforcement.
You may obtain a copy of the RFQQ from the WSP webpage located at:
http://www.wsp.wa.gov/business/vendor.htm. Proposals are due by 4:00 p.m., local time, on Thursday,
January 31, 2008 at the address listed below.
WSP is an equal opportunity employer and minority and women-owned businesses are encouraged to
reply.
Please reference RFQQ No. C080747PSC in any communications regarding this RFQQ. For further
information contact:
Thank-you,
Cindy Haider
TYSP RFQQ Coordinator
360-753-0692
Cindy.Haider@wsp.wa.gov
11412008
Page 1 of 1
Cindy
The RFQQ and schedule have been added to the Vendor page:
http://www.wsp.wa.gov/business/vendor.htm
Kent Hernandez
ITO Web Support
InformatIon Technology Division
itdwebsupport@wsp.wa.gov
Would you please post this on the WSP vendor page at http://www.wsp.wa.gov/business/vendor.htm.
Thanks,
Cindy Haider
Tt~5P Contracts
360-753-0692
Cindy.Haider@w,\p.wa.gov
114/2008
Page 1 of 1
"'DO NOT REPLY TO THIS EMAIL. IF THIS WORK ORDER HAS NOT BEEN RESOLVED PLEASE CLICK ON
THE LINK BELOW.'"
Issue Description: Would you please post this on the WSP vendor page at
ht!p:llwww.wsp.wa.gov/business/vendor.htm.The project schedule is:Issue Request for Proposals January 7,
2008Consultant Questions Due January 18, 2008Issue Addendum to RFQQ (if applicable) January 22, 2008Proposals
Due January 31, 2008Announce First Tier Apparent Successful Proposer February 15,2008 Please let me know when
it's been added to the webpage.Thanks,Cindy HaiderWSP Contracts
If you feel this issue has not been resolved, please click this link:
Thank you.
1/4/2008
Page 1 of 1
Would you please post this on the WSP vendor page at http://www.wsp.wa.gov/business/vendor.htm.
Thanks,
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@wsp.wa.gov
114/2008
Page 1 of 1
Attached is the RFQQ proposal that specifies the anticipation of filling Region 3 Consultant Team Member
positions. The advertisement goes out through the Seattle Daily Journal of Commerce on Monday, January 7,
2008 and should be posted on the WSP web site on Monday. I will also be sending out an email (per OFM rules)
to notify certain sources directly. The following will be included on the notification list:
Gerald.[LPean@u$;;;g.mil
l'arahl.9.Il.tlv@§~IQ.com
If there are any other sources that you wish to be included, please let me know.
Cindy Haider
WSP RFQQ Coordinator
360-753-0692
Cindy.Haider@wsp.wa.gov
114/2008
STATE OF WASHINGTON
Washington State Patrol
Expected Time Period for Contract: March 1, 200S through September 30, 2011
Consultant Eligibility: This procurement is open to those consultants that satisfy the
minimum qualifications stated herein, and that are available to work in Washington
State.
1. Introduction ....................................................................................................................................... 3
1.1 Purpose ................................................................................................... '" ............................... 3
1.2 Background ................................................................................................................................ 3
1.3 Objective .................................................................................................................................... 3
1.4 Minimum Qualifications ............................................................................................................. 4
1.5 Period of Performance ............................................................................................................... 4
1.6 Definitions .................................................................................................................................. 4
1.2 Background. The Washington Joint Analytical Center is housed at the Seattle Field Office of the
Federal Bureau of Investigation (FBI). WAJAC builds on existing intelligence efforts by local,
regional, and federal agencies by organizing and disseminating threat information and other
intelligence efforts to law enforcement agencies, first responders, and key decision makers
throughout the state, allowing real-time, accurate, wo-way flow of intelligence information.
WAJAC participating agencies including the FBI; U.S. Immigration and Customs Enforcement; the
Washington National Guard; the Washington State Patrol; and several local law enforcement
agencies.
Nine Regional Intelligence Groups (RIGs) are being created to provide criminal intelligence
services in an effort to prevent terrorism. The RIGs are located regionally throughout Washington
State, and are comprised of representatives of local and state law enforcement agencies. The
RIGs serve to provide regionally-focused intelligence analysis products, as well as a conduit for
information to and from the WAJAC. The nine RIGs are:
1.3 Objective. The objective of this RFQQ is to contract with vendor(s) to provide a local presence at
WAJAC and/or RIGs in order to provide the following products:
WSP anticipates filling the Region 3 Consultant Team Member positions through this
procurement.
The purpose of this RFQQ is to identify qualified firms, place those firms who have successfully
completed the RFQQ process under contract, and to negotiate separate task orders with
contracted firms for specific services and maximum task order amounts. The award of a contract
as a result of this RFQQ is not a guarantee of work.
1.4.1 The Consultant will be required to have a license to conduct business in Washington State within
ten business days of your announcement as an "Apparent Successful Proposer" or you will not be
awarded a contract under this RFQQ. You may apply for a business license at Washington State
Department of Licensing office or online through the Department of Licensing's Master License
Service located at http://www.dol.wa.gov/mls/mlsinfo.htm.
1.4.2 At a minimum, each proposed Consultant Team Member must meet the following requirements:
• Must have a two year college degree in criminal justice, law enforcement, statistical analysis
or a related field. Two years experience as a criminal intelligence analyst or as a
commissioned law enforcement officer may substitute for each year of college.
• Must have two years work experience in national security or criminal intelligence analysis; or
five years work experience as a commissioned !aw enforcement officer.
• A four-year or higher college degree in criminal justice, law enforcement, statistical analysis or
a related field may be substituted for the work experience requirement.
• Must be proficient in the use of Microsoft Office Suite applications; and must have received
formal training in i2's Analyst Notebook application and Pen link no later than one hundred and
twenty (120) days from the date of contract execution.
• Must be able to obtain a federal Top Secret level security clearance.
• Must pass a criminal history background check conducted by WSP and/or the lead law
enforcement agency for the RIG where the Consultant Team Member is proposed for work.
Proposed Consultant Team Members may be required to pass a polygraph examination by
the RIG lead law enforcement agency as a part of this background check.
1.4.3 WSP reserves the right to contract with multiple ConSUltants to ensure agency requirements are
met.
1.4.4 WSP reserves the right to reject any proposed Consultant team member for any reason.
1.5 Period of Performance. The period of performance of any contract resulting from this RFQQ is
tentatively scheduled to begin on or about March 1, 2008 and to end on September 30, 2011.
Work is assigned through task orders detailing the Contractor Team Members providing services;
the location of the services; and the maximum dollar amount for the task order period of
performance.
Task orders and contracts resulting from this RFQQ are funded through a U.S. Department of
Homeland Security grant award to Washington State. The award of any work through task orders
is contingent on continued federal funding for the project
ConSUltant - Individual or company submitting a proposal in order to attain a contract with WSP.
Consultant Team Member- An employee of the Consultant who is proposed for work under any
contract resulting from this RFQQ.
Contractor - Individual or company whose proposal has been accepted by the WSP and has
been awarded a fully executed, written contract.
Proposal - A formal offer submitted in response to this solicitation.
Request for Qualifications/Quotation (RFQQ) - Formal procurement document in which a
service or need is identified but the evaluation of responses is limited to an analysis of the firm's
qualifications, experience and ability to perform the specified services and their costs.
Any other communication will be considered unofficial and non-binding on WSP. Consultants are
to rely on written statements issued by the RFQQ Coordinator. Communication directed to parties
other than the RFQQ Coordinator may result in disqualification of the Consultant. The use of
facsimile transmission or e-mail communications with the RFQQ is acceptable except for the
submission of proposals; see Section 2.3 below.
2.2 Consultant Questions and Answers. A Bidders Conference will not be held. Specific questions
concerning this RFQQ should be submitted in writing via e-mail or fax to the RFQQ Coordinator at
the address specified in Section 2.1 of this RFQQ. Questions must be received by the RFQQ
Coordinator no later than 4:00 p.m. local time on Friday, Januarv 18,2008.
2.3 Submission of Proposals. Consultants are required to submit four (4) copies of their proposal.
One copy must have original signatures and three copies can have photocopied signatures. The
proposal, whether mailed or hand delivered, must arrive at WSP no later than 4:00 p.m. local
time on Thursday. January 31, 2008.
The proposal is to be sent to the RFQQ Coordinator at the address noted in Section 2.1. The
envelope should be clearly marked to the attention of the RFQQ Coordinator. Consultants mailing
proposals should allow normal mail delivery time to ensure timely receipt of their proposals by the .
RFQQ Coordinator. Consultants assume the risk for the method of delivery chosen. WSP
assumes no responsibility for delays caused by any delivery service. Proposals may not be
transmitted using electronic media such as facsimile transmission or via e-mail. Late proposals
will not be accepted and will be automatically disqualified from further consideration. All proposals
and any accompanying documentation become the property of WSP and will not be returned.
Any information in the proposal that the Consultant desires to claim as proprietary and exempt
from disclosure under the provisions of RCW 42.17.250 to .340 must be clearly designated. The
page must be identified and the particular exception from disclosure upon which the Consultant is
making the claim. Each page claimed to be exempt from disclosure must be clearly identified by
the word "Confidential" printed on the lower right hand corner of the page.
A charge will be made for copying and shipping, as outlined in RCW 42.17.300. No fee shall be
charged for inspection of contract files, but twenty-four (24) hours' notice to the RFQQ
Coordinator is required. All requests for information should be directed to the RFQQ Coordinator.
2.5 Revisions to the RFQQ. In the event it becomes necessary to revise any part of this RFQQ,
addenda will be provided to all who received the RFQQ. For this purpose, the published questions
and answers and any other pertinent information shall be provided as an addendum to the RFQQ.
WSP also reserves the right to cancel or to reissue the RFQQ in whole or in part, prior to
execution of a contract.
2.7 Acceptance Period. Proposals must provide 90 days for acceptance by WSP from the due date
for receipt of proposals.
2.8 Responsiveness. All proposals will be reviewed by the RFQQ Coordinator to determine
compliance with administrative requirements and instructions specified in this RFQQ. The
Consultant is specifically notified that failure to comply with any part of the RFQQ may result in
rejection of the proposal as non-responsive. WSP also reserves the right, however, at its sole
discretion to waive minor administrative irregularities.
Consultants may propose more than one Consultant Team Member in response to this RFQQ.
However, the submission of Consultant Team Members meeting the requirements of this RFQQ
with Consultant Team Members who do not meet those requirements may result in WSP holding
the entire proposal as non-responsive.
2.9 Most Favorable Terms. WSP reserves the right to make an award without further discussion of
the proposal submitted. Therefore, the proposal should be submitted initially on the most
favorable terms which the Consultant can propose. There will be no best and final offer
procedure. WSP does reserve the right to contact a Consultant for clarification of its proposal.
The Consultant should be prepared to accept this RFQQ for incorporation into a contract resulting
from this RFQQ. Contract negotiations may incorporate some or all of the Consultant's proposal.
It is understood that the proposal will become a part of the official procurement file on this matter
without obligation to WSP.
2.10 Contract Terms & Conditions. The apparent successful contractor will be expected to enter into
a contract which is substantially the same as Exhibit F. In no event is a Consultant to submit its
own standard contract terms and conditions in response to this solicitation. The Consultant may
submit exceptions as allowed in the Certifications and Assurances section, Exhibit A to this
soliCitation. WSP will review requested exceptions and accept or reject them at its sole discretion.
2.12 No Obligation to Contract. This RFQQ does not obligate the State of Washington or WSP to
contract for services specified herein.
2.13 Rejection of Proposals. WSP reserves the right at its sole discretion to reject any and all
proposals received without penalty and not to issue a contract as a result of this RFQQ.
2.14 Commitment of Funds. The Chief of the Washington State Patrol or those with authority
delegated by the Chief of the Washington State Patrol are the only individuals who may legally
commit WSP to the expenditures of funds for a contract resulting from this RFQQ. No cost
chargeable to the proposed contract may be incurred before receipt of a fully executed contract.
2.15.1 Worker's Compensation Coverage. The Contractor will at all times comply with all applicable
workers' compensation, occupational disease, and occupational health and safety laws, statutes,
and regulations to the full extent applicable. WSP will not be held responsive in any way for
claims filed by the Contractor or their employees for services performed under the terms of this
contract
2.15.2 Business Auto Policy. As applicable, the Contractor shall maintain business auto liability and, if
necessary, commercial umbrella liability insurance with a limit not less than $1,000,000 per
accident. Such insurance shall cover liability ariSing out of "Any Auto." Business auto coverage
shall be written on ISO form CA 00 01, 1990 or later edition, or substitute liability form providing
equivalent coverage. The Contractor shall furnish evidence of Business Auto Policy insurance
meeting contract requirements at the request of WSP.
2.16 Background Checks. At its own discretion, WSP may complete background checks on any
proposed Consultant team member. You must submit a Waiver and Authorization to Release
Information form (Exhibit E) for all Consultant Team Member(s) proposed for work from any
contract resulting from this RFQQ.
RIG lead law enforcement agencies may require additional background checks or polygraph
examinations of proposed Consultant Team Members.
Consultants shall comply with WSP instructions on submitting fingerprints and other information to
WSP in order to complete these background checks. Failure of a Consultant, Consultant Team
Members or Consultant subcontractors to cooperate with WSP and RIG lead law enforcement
agencies during the background check process will result in WSP's rejection of the Consultant's
proposal.
3.1.1 First Tier Evaluation. The first tier is initial evaluation of proposals by an evaluation team
conSisting of both WSP, federal and other law enforcement agencies to determine the top
proposed Consultant Team members for each of the RIGs.
The following weighting and points will be assigned to the proposal for evaluation purposes:
3.1.2 Second Tier Evaluation. Top scoring Consultant Team Members selected during the first tier
evaluation shall be interviewed by RIG member agencies from the region where the Consultant
Team Member is proposed for work. The second tier evaluation will be conducted locally in the
vicinity of the respective RIG or at a WSP location. The second tier evaluation will determine the
Consultant Team Members that will be accepted for work under contracts resulting from this
RFQQ. Commitments made by the Consultant at the oral interview, if any, will be considered
binding.
3.2 Notification to Proposers. Firms whose proposals have not been selected for further
negotiation or award will be notified via FAX or bye-mail.
3.4 Protest Procedure. This procedure is available to Consultants who submitted a response to this
solicitation document and who have participated in a debriefing conference. Upon completing the
debriefing conference, the Consultant is allowed five (5) bUSiness days to file a protest of the
acquisition with the WSP Business Office Manager at the address below:
Consultants protesting this procurement shall follow the procedures described below. Protests
that do not follow these procedures shall not be considered. This protest procedure constitutes
the sole administrative remedy available to Consultants under this procurement.
Protests not based on procedural matters will not be considered. Protests will be rejected as
without merit if they address issues such as: 1) an evaluator's professional judgment on the
quality of a proposal, or 2) WSP's assessment of its own and/or other agencies needs or
requirements.
Upon receipt of a protest, a protest review will be held by WSP. The Chief of WSP or an
employee delegated by the Chief of WSP who was not involved in the procurement will consider
the record and all available facts and issue a decision within five business days of receipt of the
protest. If additional time is required, the protesting party will be notified of the delay. In the event
a protest may affect the interest of another Consultant which submitted a proposal, such
Consultant will be given an opportunity to submit its views and any relevant information on the
protest to the WSP Business Office Manager.
If WSP determines that the protest is without merit, WSP will enter into a contract with the
apparently successful contractor(s). If the protest is determined to have merit, one of the
alternatives noted in the preceding paragraph will be taken.
4. Proposal Format
4.1 Proposal Contents. Proposals must be submitted on eight and one-half by eleven (8 1/2 x 11)
inch paper with tabs separating the major sections of the proposal. The five major sections of the
proposal are to be submitted in the order noted below:
o Letter of Submittal;
o Certifications and Assurances (Exhibit A to this RFQQ);
o The Consultant's response to Exhibit C, Questionnaire;
o The Consultant's Quotation (Exhibit D); and
o A Waiver and Authorization to Release Information (Exhibit E) signed by proposed Consultant
Team Members
Proposals must provide information in the same order as presented in this document with the
same headings. This will not only be helpful to the evaluators of the proposal, but should assist
the Consultant in preparing a thorough response.
4.2 Letter of Submittal Requirements. The Letter of Submittal and the attached Certifications and
Assurances form (Exhibit A to this RFQQ) must be signed and dated by a person authorized to
legally bind the ConSUltant to a contractual relationship, e.g., the President or Executive Director if
1. Name, address, principal place of business, telephone number, and fax number/e-mail
address of legal entity or individual with whom contract would be written.
2. Legal status of the Consultant (sole proprietorship, general partnership, limited partnership,
limited liability partnership, corporation, or limited liability company) and the year the entity was
organized to do business as the entity now substantially exists.
3. If the Consultant is a general partnership, limited partnership, limited liabilitv partnership,
corporation, or limited liability company. the name, address, and telephone number of each
principal officer (President, Vice President, Treasurer, Chairperson of the Board of Directors,
etc.)
4. The Consultant's Federal Employer Tax Identification number or Social Security number, and
the Washington Uniform Business Identification (UBI) number issued by the State of
Washington Department of Revenue.
5. Identify any State employees or former State employees employed or on the Consultant's
governing board as of the date of the proposal. Include their position and responsibilities
within the Consultant's organization. If following a review of this information, it is determined
by WSP that a conflict of interest exists, the Consultant may be disqualified from further
consideration for the award of a contract.
5. RFQQ Exhibits
Exhibit A Certifications and Assurances
Exhibit B Checklist for Responsiveness
Exhibit C Questionnaire
Exhibit D Quotation
Exhibit E Waiver and Authorization to Release Information
Exhibit F Sample Contract
I/we make the following certifications and assurances as a required element of the proposal to which it is
attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance with
these requirements are conditions precedent to the award or continuation of the related contract(s):
1. I/we declare that all answers and statements made in the proposal are true and correct.
2. The prices and/or cost data have been determined independently, without consultation,
communication, or agreement with others for the purpose of restricting competition. However,
I/we may freely join with other persons or organizations for the purpose of presenting a single
proposal.
3. The attached proposal is a firm offer for a period of 90 days following receipt, and it may be
accepted by WSP without further negotiation (except where obviously required by lack of certainty
in key terms) at any time within the 90-day period.
4. In preparing this proposal, I/we have not been assisted by any current or former employee of the
state of Washington whose duties relate (or did relate) to this proposal or prospective contract,
and who was assisting in other than his or her official, public capacity. (Any exceptions to these
assurances are described in full detail on a separate page and attached to this document.)
5. I/we understand that WSP will not reimburse me/us for any costs incurred in the preparation of
this proposal. All proposals become the property of WSP, and I/we claim no proprietary right to
the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data which have been submitted have
not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her prior
to opening, directly or indirectly to any other Proposer or to any competitor.
7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation
contents and the attached Personal Service Contract General Terms and Conditions. If there are
any exceptions to these terms, I/we have described those exceptions in detail on a page attached
to this document.
8. No attempt has been made or will be made by the Proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition.
Signature of Proposer
Title Date
One (1) original Letter of Submittal and Certifications and Assurances was submitted with the
Consultant's proposal. Letter of Submittal and Certifications and Assurances were signed by
a person authorized to legally obligate the Consultant.
At a minimum, the proposal clearly demonstrates that any proposed Consultant Team
Member:
Has a two year college degree in criminal justice, law enforcement, statistical analysis or a
related field (two years experience as a criminal intelligence analyst or as a commissioned law
enforcement officer may substitute for each year of college);
Has two years work experience in national security or criminal intelligence analysis, or five
years work experience as a commissioned law enforcement officer; and
Is proficient in the use of Microsoft Office SUite.
Will be trained in i2's Analyst Notebook application and Penlink no later than 120 days from
contract execution
The proposal clearly demonstrates that any proposed ConSUltant Team Member has two
years work experience in national security or criminal intelligence analysis; or five years work
experience as a commissioned law enforcement officer.
The proposal contains a Waiver and Authorization to Release Information form for every
Consultant Team Member proposed for work. The form is signed by each respective
proposed Consultant Team Member.
Proposal provided 90 days for acceptance of its terms from the due date of proposals.
QUESTIONNAIRE
A. Identify Consultant Team Member(s) who will provide services under the potential contract,
indicating the responsibilities and qualifications of such personnel. In particular please provide
information on proposed Consultant Team Member experience and training in the following areas:
• Formal education in criminal justice, law enforcement, statistical analysis or a related field.
• Work experience in national security or criminal intelligence analysis
• Work experience as a commissioned law enforcement officer
• Specialized intelligence analysis training.
• Ability to use i2's Analyst Notebook application, Penlink and Microsoft Office Suite software
B. Please provide resumes' for the proposed Consultant Team Member(s), which include information
on the individual's particular skills related to this project, education, experience, Significant
accomplishments and any other pertinent information.
2. Availability (MANDATORY) - Please list those RIGslWAJAC where the proposed Consultant Team
Member is available for work. If the proposed Consultant Team Member is available state-wide,
please indicate so.
3. References (SCORED) - List names, addresses, telephone numbers, and fax numbers/e-mail
addresses of three business references for which work has been accomplished and briefly describe
the type of service provided. The Consultant must grant permission to WSP to contact the
references. Do 'not include current WSP staff as references.
A. If the Consultant contracted with the State of Washington during the past 24 months, indicate the
name of the agency, the contract number and project description and/or other information
available to identify the contract.
B. If the Consultant's team member was an employee of the State of Washington during the past 24
months, or is currently a Washington state employee, identify the individual by name, the agency
previously or currently employed by, job title or position held and separation date.
C. If the Consultant has had a contract terminated for default in the last five years, describe such
incident. Termination for default is defined as notice to stop performance due to the Consultant's
non-performance or poor performance and the issue of performance was either (a) not litigated
due to inaction on the part of the Proposer, or (b) litigated and such litigation determined that the
Proposer was in default.
D. Submit full details of the terms for default including the other party's name, address, and phone
number. Present the Consultant's position on the matter. WSP will evaluate the facts and may,
at its sole discretion, reject the proposal on the grounds of the past experience. If no such
termination for default has been experienced by the Consultant in the past five years, so indicate.
QUOTATION
The evaluation process is designed to award this procurement not necessarily to the Consultant of
least cost, but rather to the Consultant whose proposal best meets the requirements of this RFQQ.
However, Consultants are encouraged to submit proposals which are consistent with State
government efforts to conserve state resources.
Identify the hourly reimbursement rate for proposed Consultant Team Members for services
through June 30, 2008; and each of the two optional years of a contract resulting from this RFQQ.
If the hourly rate differs for each individual, please identify the specific rate for each proposed
C.onsultant Team Member.
1. The hourly rate must include all costs associated with providing services, including Consultant
Team Member salary and benefits, industrial insurance, and federal and state taxes.
2. You should base your hourly rate on providing services at a maximum of forty (40) hours per
work week.
3. The worksite, office supplies, personal computer, and communications shall be provided to
the Contractor. Any such goods and/or services shall remain the property of WSP.
4. All costs associated with training for i2's Analyst Notebook application, Pen link and Microsoft
Office Suite are solely the responsibility of the ConSUltant.
5. When services are required by WSP at locations other than the ConSUltant Team Members
worksite, WSP will reimburse Contractors for authorized lodging, subsistence and business
vehicle mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This manual
is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm.
B. Computation. The score for the cost proposal will be computed by dividing the lowest average
hourly rate received by the Consultant's average hourly rate. Then the resultant number will be
multiplied by the maximum possible points for the cost section.
I authorize you to furnish the Washington State Patrol with any and all information that you
have concerning me, my work, my reputation, my driving record, my criminal history record,
including any arrest records, any information contained in investigatory files, any internal affairs
investigations and discipline, including any files which are deemed to be confidential and/or
sealed, my medical records, my psychological testing analysis and recommendation, my
military service records, and my financial status. Information of a confidential or privileged
nature may be included.
Your reply will be used to assist the Washington State Patrol in determining my qualifications.
understand my rights under Title 5, United States Code, Section 552a (The Privacy Act of
1974), and waive these rights with the understanding that information furnished will be used by
the Washington State Patrol.
I hereby release to you, your organization, and others from any liability or damage which may
result from furnishing the information requested.
Other names you have been know by, includinQ prior marriaQe(s) or nickname(s)
SAMPLE CONTRACT
WSP Project Manager Name and Title WSP Project Manager Address
ATTACHMENTS. When the boxes below are marked with an X, the following Exhibits are attached to and incorporated
into this Contract by reference:
tzl Exhibit A, Statement of Work.
tzl Exhibit B, General Terms and Conditions
tzl Additional Exhibits as soecified: Exhibit C, Contractor Emolovee Nondisclosure Agreement
This Contract,includingtheattachedterrnsandConditions ahdanyother documentsincorporll!ed by reference,
contains alloftbe terms.and conditions agreed upon by the parties; No other understandings or representptions, oral or
otherwise, regarding thesubje.ct.matterof tbis Cbntractshallbe deemed to exist or bind the parties; The parties signing
below warrantthatth~~ have readahd understand this Contract and have the authority to enter into this Gontract.
FOR THE WASHINGTON STATE PATROL: FOR THE CONTRACTOR:
WSP Signature Date Contractor Signature Date
STATEMENT OF WORK
1. Statement of Work.
b. Task Orders. Work shall be assigned by a negotiated Task Order and must be
signed by both parties. Each Task Order must identify the Contractor's Employee
assigned to do the work ("Contractor Employees"), the Local Worksite to which the
Contractor's Employee will be assigned and a start and end date for work at that
location.
3. Rules of Conduct. During the period of performance of this Agreement, the Contractor
must follow these basic rules of conduct while providing instruction:
a. Alcohol and Drug Use. The Contractor shall not consume any alcohol or intoxicating
beverage while providing services under this Contract, and will not appear for work
while under the influence of alcohol or while having alcohol in their system. The
Contractor shall not possess, use, or store alcoholic beverages while at any WSP
facility or local worksite. Contractor employees shall not use or possess any
narcotic, dangerous drug, or controlled substance except at the direction of a
physician, dentist, or other medical authority for medical purposes. If the Contractor
is directed by competent medical authority to use a narcotic, dangerous drug, or
controlled substance, he/she shall not use such medication to the extent that their
performance is affected while at any WSP facility or local worksite.
b. Courtesy. The Contractor shall be courteous to WSP staff, other law enforcement
partners, and the public. The Contractor shall be tactful in the performance of their
duties, shall control their tempers and exercise the utmost patience and discretion,
and shall not engage in argumentative discussions. In the performance of their
duties, the Contractor shall not use coarse, violent, profane, or insolent language or
gestures, and shall not express any prejudice concerning race, religion, sex, politics,
national origin, lifestyle, or similar personal characteristics.
4. Confidential Information. The Contractor acknowledges that some of the material and
information that may come into its possession or knowledge in connection with this
Contract or its performance may consist of information that is exempt from disclosure to
the public or other unauthorized persons under either chapter 42.17 RCW or other state
or federal statutes ("Confidential Information"). Confidential Information includes, but is not
limited to, names, addresses, Social Security numbers, e-mail addresses, telephone
numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or
information identifiable to an individual that relates to any of these types of information.
The Contractor agrees to hold Confidential Information in strictest confidence and not to
make use of Confidential Information for any purpose other than the performance of this
Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it
known to any other party without WSP's express written consent or as provided by law.
Contractor Employees working under this Contract shall complete and sign Exhibit C,
Contractor Employee Nondisclosure Agreement, attached hereto and incorporated into
the Contract herein. Violation of this section by the Contractor may result in termination of
this Contract and demand for return of all Confidential Information, monetary damages, or
penalties. Furthermore, the Contractor is subject to all applicable state and federal laws,
rules, and regulations, including RCW 10.97, violation of which may result in criminal
prosecution.
6. Fees. WSP will reimburse the Contractor at the hourly rate identified below for services
provided by the Contractor Employee(s) under this Contract.
When services are required by WSP at locations other than the local worksite, WSP will
reimburse the Contractor for authorized lodging, subsistence and business vehicle
mileage costs at current State of Washington approved reimbursement rates. These
rates are published in the State Accounting and Administrative Manual (SAAM). This
manual is available at the Office of Financial Management's SAAM website:
http://www.ofm.wa.gov/policy/saamintro.htm
1. Definitions.
"Contract" means this Personal Service Contract, including all documents attached or incorporated by
reference.
"Contractor" means the entity performing services to this Contract and includes the Contractor's
owners, members, officers, director, partners, employees and/or agents unless otherwise stated in this
Contract. For purposes of any permitted Subcontract, "Contractor" includes any Subcontractor and its
owners, members, officers, director, partners, employees and/or agents.
"Statement of Work" means the Special Terms and Conditions of this Contract, which is attached
hereto and incorporated herein as Exhibit A.
"Subcontract" means a separate contract between the Contractor and an individual or entity
("Subcontractor") to perform all or a portion of the duties and obligations that the Contractor is
obligated to perform pursuant to this Contract.
"RCW" means the Revised Code of Washington. All references in the Contract to RCW chapters or
sections shall include any successor, amended or replacement statutes.
"USC" means United States Code. All references in the Contract to USC chapters or sections shall
include any successor, amended or replacement statutes.
"WSP" means the State of Washington, Washington State Patrol, and its officers, directors, trustees,
employees and/or agents.
2. Payment. WSP shall reimburse the Contractor an amount not to exceed the Maximum Contract
Amount specified on the Face Sheet of this Contract.
3. Billing Procedure. WSP shall reimburse the Contractor according to Exhibit A, Statement of Work, for
work performed to the satisfaction of the WSP Project Manager. Compensation for services rendered
shall be payable upon receipt of properly completed invoices, which shall be submitted not more often
than monthly to the WSP Project Manager. The invoices shall describe and document to WSP's
satisfaction a description of the work performed, activities accomplished, the progress of the project,
fees and expenses, and WSP's contract number.
4. Advance Payments Prohibited. WSP shall not make any payments in advance or anticipation of the
delivery of goods or services provided by the Contractor pursuant to this Contract.
5. Assignment. The work to be provided under this Contract, and any claim arising thereunder, is not
assignable or delegable by the Contractor in whole or in part, without the express written consent of
WSP.
6. Attorneys' Fees and Costs. If any litigation is brought to enforce any term, clause, provision or section
of this Contract or as a result of this Contract in any way, the prevailing party shall be awarded
7. Compliance with Civil Rights Laws. During the period of performance for this Contract, the Contractor
shall.comply with all federal and state nondiscrimination laws, including, but not limited to, Title VII of
the Civil Rights Act, 42 USC 12101 et seq.; the Americans with Disabilities Act (ADA); and Chapter
49.60 RCW.
S. Confidentiality. The Contractor shall not use or disclose any information concerning WSP, or
information that may be classified as confidential, to any third party without the written permission of
WSP. The Contractor shall destroy or return all such information "to the WSP Program Manager at the
end of this Contract.
9. Contract Execution and Amendments. This Contract shall be binding on WSP only upon signature by
the Chief of WSP or designee. WSP and the Contractor may mutually amend this Contract. Such
amendments shall not be binding unless they are in writing and signed by personnel authorized to bind
WSP and the Contractor.
10. Contractor Certification Regarding Ethics. The Contractor certifies that the Contractor is in compliance
with Chapter 42.52 RCW, Ethics in Public Service, and will comply with Chapter 42.52 RCW
throughout the term of the Contract.
11. Disputes. In the event that a dispute arises under this Contract, it shall be resolved by a Dispute Board
in the following manner: The Chief of WSP shall appoint a member to the Dispute Board. The
Contractor shall appoint a member to the Dispute Board. The Chief of WSP and the Contractor shall
jointly appoint a member to the Dispute Board. The Dispute Board shall evaluate the dispute and
make a determination of the dispute. The determination of the Dispute Board shall be final and binding
to all parties to this Contract.
12. Governing Law. This Contract shall be governed in all respects by the laws of the State of
Washington. The jurisdiction for any action hereunder shall be the Superior Court for the State of
Washington. The venue of any action hereunder shall be in the Superior Court for Thurston County,
State of Washington.
13. Indemnification. The Contractor shall indemnify, defend and hold harmless WSP from and against all
claims arising out of or resulting from the performance of this Contract. The Contractor expressly
agrees to indemnify, defend and hold harmless WSP for any claim arising out of or incident to the
Contractor's performance or failure to perform this Contract. The Contractor shall be required to
indemnify, defend and hold WSP harmless to the extent claim is caused in whole or in part by
negligent acts or omissions of the Contractor.
14. Independent Capacity. The Contractor acknowledges that the Contractor is an independent
contractor, and not an officer, employee or agent of WSP or the State of Washington. The Contractor
shall not hold itself out as, nor claim status as, and officer, employee or agent of WSP or the State of
Washington. The Contractor shall indemnify and hold WSP harmless from all obligations to payor
withhold federal or state taxes or contributions on behalf of the Contractor or the Contractor's
employees unless otherwise specified in this Contract.
Exhibit F, Sample Contract Page 5 of 10
WSP RFQQ No. COS0747PSC
15. Industrial Insurance Coverage. Prior to performing work under this Contract, the Contractor shall
provide or purchase industrial insurance coverage for its employees, as may be required of an
"employer" as defined in Title 51 RCW, and shall maintain full compliance with Title 51 RCW during the
period of performance for this Contract. WSP shall not be responsible for payment of industrial
insurance premiums or for any other claim or benefit for the Contractor, or any subcontractor or
employee of the Contractor, which might arise under the industrial insurance laws during the
performance of duties and services under this Agreement.
16. Insurance. The Contractor shall provide insurance coverage as set out in Exhibit A, Statement of
Work. The intent of the required insurance is to protect the State of Washington should there be any
claims, suits, actions, costs, damages or expenses arising from any negligent or intentional act or
omission of the Contractor or any subcontractor, or agents of either, while performing under the terms
of this Contract.
17. Inspection; Maintenance of Records. During the term of this Contract and'for one year following
termination or expiration of this Contract, the Contractor shall give reasonable access to the
Contractor's place of business and records to WSP and any other employee or agent of the State of
Washington or the United States of America for the purpose of inspecting the Contractor's place of
business and its records, and monitoring, auditing and evaluating the Contractor's performance and
compliance with applicable laws, regulations, rules and this Contract.
During the term of this Contract and for six years following termination or expiration of this Contract,
the Contractor shall maintain records sufficient to document (i) performance of all acts required by
statute, regulation, rule, or this Contract; (ii) substantiate the Contractor's statement of its
organization's structure, tax status, capabilities and performance; and (iii) demonstrate accounting
procedures, practices and records that sufficiently and properly document the Contractor's invoices to
WSP and all expenditures made by the Contractor to perform as required by this Contract.
18. Order of Precedence. In the event of any inconsistency in the terms of this Contract, or between its
terms and any applicable statute or rule the inconsistency shall be resolved by giving precedence in
the following order to:
19. Overpayments to Vendors. Upon notice of an erroneous payment or overpayment to which the
Contractor is not entitled pursuant to this Contract, the Contractor shall promptly refund to WSP the full
amount of any such payment or overpayment.
20. Personnel. WSP employees performing work under the terms of this Contract (if any) shall be under
the direct command and control of the Chief of WSP or designee, and shall perform duties required
under this Contract in a manner consistent with WSP policy and regulations, and applicable federal,
state and local laws. The assignment of WSP personnel under this Contract shall be at the discretion
of the Chief of WSP or designee.
21. Rights in Data. Unless otherwise provided, data that originates from this Contract shall be "works for
hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by WSP. Data shall include, but
not be limited to , reports, documents, pamphlets, advertisements, books, magazines, surveys,
Material delivered by the Contractor under the terms of this Contract, but which does not originate
therefrom, shall be transferred with a nonexclusive, royalty-free irrevocable license to publish, translate,
reproduce, deliver, performs, dispose of, and to authorize others to do so, provided that such a license
shall be limited to the extent which the Contractor has a right to grant such a license. The Contractor
shall exert all reasonable efforts to advise WSP at the time of material delivery of all known or potential
invasions of privacy contained therein and of any portion of such material which was not produce in
performance of this Contract. WSP shall receive prompt written notice of each notice or claim of
copyright infringement received by the Contractor with respect to any material delivered under this
Contract. WSP shall have the right to modify or remove any restrictive markings placed upon the data
by the Contractor.
22. Savings. In the event that funds WSP relied upon to establish this Contract are withdrawn, reduced or
limited, or if additional or modified conditions are placed on such funding, WSP may immediately
terminate this Contract by providing written notice to the Contractor. This termination shall be effective
on the date specified in the notice of termination.
23. Severability. If any provision of this Contract or any provision of any document incorporated by
reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract which
can be given effect without the invalid provision, if such remainder conforms to the requirements of
applicable law and the fundamental purpose of this Contract, and to this end the provisions of this
Contract are declared to be severable.
24. Site Security. While on WSP's premises, the Contractor shall conform in all respects with physical, fire
or other security regulations communicated to the Contractor by WSP.
25. Subcontracting. Except as otherwise provided in this Contract, the Contractor may subcontract for any
of the services provided under this Contract with the prior, written approval of WSP. The Contractor
shall be responsible for the acts and omissions of any subcontractor.
26. Survivorship of Provisions. Any terms, conditions and warranties contained in this Contract that by
their sense and context are intended to survive performance by the parties to this Contract shall so
survive the completion of the period of performance or termination of this Contract.
27. Taxes. WSP shall pay sales and use taxes imposed on services provided by the Contractor under this
Contract if required by state law. The Contractor shall pay all other taxes, including, but not limited to,
Washington State Business and Occupation Tax, taxes based on the Contractor's income, or personal
property taxes levied or assessed on the Contractor's personal property to which WSP does not own
title.
28. Termination for Convenience. Except as otherwise provided in this Contract, either party may
terminate this Contract upon thirty (30) calendar days written notification. If this Contract is so
terminated, the terminating party shall be liable only for performance in accordance with the terms oL
this Contract for performance rendered prior to the effective date of termination.
29. Termination for Default. WSP may terminate the Contract for default, in whole or in part, if WSP has a
reasonable basis to believe that the Contractor failed to perform under any provision of this Contract;
violated any applicable law, regulation, rule or ordinance; or otherwise breached any provision or
condition of this Contract.
In the event of termination for default, the Contractor shall be liable for damages as authorized by law
including, but not limited to, any cost difference between the original contract and the replacement or
cover contract, and all administrative costs directly related to procuring the replacement contract. If it
is determined that the Contractor was not in default the termination shall be deemed a termination for
convenience. The rights and remedies of WSP provided under this Contract are not exclusive and are
in addition to any other rights and remedies provided by law.
30. Termination Procedure. The following provisions shall survive and be binding on the parties to this
Contract in the event this Contract is terminated.
a. The Contractor shall stop work under this Contract on the date specified in the notice of termination,
and shall comply with all instructions contained in the notice of termination.
b. The Contractor shall deliver to the WSP Project Manager identified on the Face Sheet of this
Contract, all WSP property in the Contractor's possession and any WSP property produced under
this Contract. The Contractor grants WSP the right to enter upon the Contractor's premises for the
sole purpose of recovering any WSP property that the Contractor fails to return within ten (10)
calendar days of termination of the Contract. Upon failure to return WSP property within ten (10)
calendar days of the Contract termination, the Contractor shall be charged with all reasonable costs
of recovery, including transportation and attorney's fees. The Contractor shall protect and preserve
any property of WSP that is in the possession of the Contractor pending return to WSP. The
Contractor shall provide written certification to WSP that the Contractor has returned all WSP
property in the Contractor's possession.
c. WSP may direct assignment of the Contractor's rights to and interest in any subcontract or orders
placed to WSP. WSP may terminate any subcontract or orders, and settle or pay any or all claims
arising out of the termination of such orders and subcontracts.
d. WSP shall be liable for and shall pay for only those services authorized and provided through the
date of termination. WSP may pay an amount agreed to by the parties for partially completed work
and services, if work products are useful to WSP.
e. In the event of termination for default, WSP may withhold a surn from the final payment to the
Contractor that WSP deterrnines necessary to protect WSP against loss or additional liability.
31. Treatment of Assets. Title to all property furnished by WSP to the Contractor under the terms of this
Contract shall remain with WSP. Any property furnished by WSP to the Contractor under the terms of
this Contract shall be used only for the performance of this Contract. The Contractor shall be
responsible for any loss or damage of property provided to the Contractor by WSP resulting from the
failure on the part of the Contractor to maintain and administer that property in accordance with sound
management practices. Upon the discovery of loss or damage of WSP property, the Contractor shall
notify WSP and take all reasonable steps to prevent any further loss or damage. upon the termination
or completion of this Contract the Contractor shall surrender all WSP property to the WSP Project
Manager indicated on the Face Sheet of this Contract.
I acknowledge that some of the material and information that may come into my possession or knowledge in
connection with Washington State Patrol Contract Number (Contract) or its performance may
consist of information that is exempt from disclosure to the public or other unauthorized persons under either
chapter 42.17 RCW or other state or federal statutes ("Confidential Information").
Confidential Information includes, but is not limited to, names, addresses, Social Security numbers, e-mail
addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data,
law enforcement records, agency source code or object code, agency security data, or information identifiable to
an individual that relates to any of these types of information.
I agree to hold Confidential Information in strictest confidence and not to make use of Confidential Information for
any purpose other than the performance of this Contract, and not to release, divulge, publish, transfer, sell,
disclose, or otherwise make it known to any other party without the Washington State Patrol's express written
consent or as provided by law.
I also agree to implement physical, electronic, and managerial safeguards to prevent unauthorized access to
Confidential Information.
Immediately upon expiration or termination of this Contract or my employment with the Contractor, I shall
surrender any and all Confidential Information in my possession to the Vendor for its disposition according to the
terms of the Contract.
I understand that I am subject to all applicable state and federal laws, rules, and regulations, including RCW 10.97,
violation of which may result in criminal prosecution.
Date
- Colleen /
meeting (Jeffs office)
iBllitQ1rIlllRFQQ ? Due
#C080747PSC
staff
meeting (Jeffs
deadline
1 1/4/2008 2: 14 PM
s
7
f4
2.
2f
staff
meeting (Jeffs office)
,
Page 1 of2
Only one RFQQ will go out but I will state two positions within Region 3 to be available.
RFQQ #C080747PSC
Issue Request for Proposals: January 7, 2008
Consultant Questions Due: January 18, 2008
Issue Addendum to RFQQ (if applicable) January 22, 2008
PROPOSALS DUE: January 31, 2008
Announce First Tier Apparent Successful Proposers: February 15, 2008
Conduct Proposer Interviews: February 18, 2008 until completed
Since Region 3 is on this side of the mountains I am assuming the scoring by panel members and the actual
interviews should be able to adhere to this schedule. If not please let me know so I can change the dates.
Are we using the original proposal language or is there a revision that needs to be put into place?
Cindy Haider
WSP Contracts
360-753-0692
Cindy.Haider@w.lp.wa.gov
Hi Cindy,
I just got off the phone with Captain Braniff. We have agreed on a slight change. We would now like the RFQQ
process started for both positions. Hope this doesn't cause too much extra work. Thanks.
I will start the RFQQ process for Region 3, one analyst. I will put a schedule of dates together and send for your
review later today.
Cindy Haider
WSP Contracts
360-753-0692
1/3/2008
Page 2 of2
Cindy,
Captain Braniff has approved that we move forward in filling one of the two recently vacated WAJAC analyst
positions. The vacant positions are in Region 3 (previously Kenn Rivers) and WSP (previously Don Castanares).
We would like to get an advertisement out for the position previously held by Don Castanares.
11312008
Vendor Number__
Signatur~ G)~
INSTRUCTIONS
. Please provide a raw score of 0-10 for the Vendor's response to Question 1 of Exhibit C,
Questionnaire. Cost will be scored by the WSP Contracts Manager. Generally, you should
score proposed Team Members according to the following scale:
For Questions 1:
10 = The proposed staff exceeds all requirements with skill set that would result in great deal of
efficiencies while providing an exceptional product.
7 = The proposed staff meets or exceeds all requirements to provide a better than average
product.
5 = The proposed staffmeets the requirements of the RFQQ.
3 = The proposed staff partially meets the requirements of the RFQQ.
1 = The proposed staff meets very few of the requirements of the RFQQ.
o = The proposed staff does not have any of the qualifications required by the RFQQ or did not
provide sufficient detail to determine if proposed staff met requirements.
A. Identify Consultant Team Member(s) who will provide services under the potential contract,
indicating the responsibilities and qualifications of such personnel. In particular please provide
information on proposed Consultant Team Member experience and training in the following
areas:
g% Formal education in criminal justice, law enforcement, statistical analysis or a related field.
q ......-. Work experience in national security or criminal intelligence analysis
~~
Work experience as a commissioned law enforcement officer
Specialized intelligence analysis training.
It?~ Ability to use i2's Analyst Notebook application, Penlink and Microsoft Office Suite software
--f\B. Please provide resumes' for the proposed Consultant Team Member(s), which include
information on the individual's particular skills related to this project, education, experience,
significant accomplishments and any other pertinent information.