Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2005-095Temp. Reso. #10720 May 13, 2005 Revision 1 -- May 18, 2005 Revision 2 — May 19, 2005 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2005-C A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD RFP 05-09R, "UPGRADE OF VOICE AND DATA COMMUNICATIONS NETWORK (CISCO SOLUTION)", AND TO EXECUTE AN AGREEMENT WITH COLEMAN TECHNOLOGIES INC. FOR A TOTAL COST NOT TO EXCEED $541,983.46; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City currently has several stand alone telephone systems installed throughout the City, which were installed at different times, some as early as 1992; and and WHEREAS, the existing telephone systems are aging and becoming outdated; WHEREAS, in order to connect these stand alone systems together, the City has had to utilize telecommunications services from BellSouth known as Centrex Services at a significant cost to the City; and WHEREAS, servicing and operating the current telephone systems is also a challenge; adds, changes and moves are costly when performed by BellSouth technicians and very time consuming when performed in house; and WHEREAS, A new technology is available known as Voice over IP (Internet Protocol) or IP Telephony for telephone services whereby the City's fiber data network Temp. Reso. #10720 May 13, 2005 Revision 1 -- May 18, 2005 Revision 2 — May 19, 2005 Page 2 is utilized for voice transmission internally and high bandwidth lines are utilized for connection to public telephone network eliminating the need for many of the existing outside phone lines provided by BellSouth; and WHEREAS, the Voice over IP technology significantly reduces the City's monthly operating costs and reduces the many possible break points to a very manageable few; and WHEREAS, implementation of this new technology also necessitates the upgrading of the current data network structure to ensure reliability, redundancy and voice quality; and WHEREAS, such an upgrade also benefits the City's information systems, increasing the available bandwidth for other network applications such as GIS, video conferencing, live broadcasting, etc.; and WHEREAS, the Information Technology Department conducted a comprehensive analysis of the City's needs, including the planning and development of a Request for Proposal (RFP) document with the assistance of Indaplex, Inc., an independent telecommunications consultant; and WHEREAS, the City of Tamarac publicly advertised RFP 05-09R on March 20, and March 27, 2005, a copy of said RFP is attached hereto as Exhibit 1 "; and WHEREAS, two proposals were received and opened on April 19, 2005, from the following companies: 1. BellSouth Communications Systems, LLC 2. Coleman Technologies, Inc. (CTI); and 1 11 1 WHEREAS, upon review and consideration by Temp. Reso. #10720 May 13, 2005 Revision 1 -- May 18, 2005 Revision 2 -- May 19, 2005 Page 3 an Evaluation Committee facilitated by the Purchasing and Contracts Manager, which consisted of the Deputy City Manager, the Director of Utilities; the Director of Public Works; the Director of Information Technology, the Systems & Network Manager and the IT Technical Support Representative, and subsequent clarification sessions with both firms, it was determined that CTI provided the proposal response which best meets the requirements of the City, a copy of said Committee ranking, and vendor's RFP submittal are attached hereto as Exhibit "2" and Exhibit "3" respectively; and WHEREAS, it is the recommendation of the Director of Information Technology and the Purchasing and Contracts Manager that RFP 05-09R, "Upgrade of Voice and Data Communications Network (Cisco Solution)", be awarded to and an agreement executed with, Coleman Technologies, Inc. in an amount not to exceed $541,983.46; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP 05-09R, "Upgrade of Voice and Data Communications Network (Cisco Solution)", and execute an agreement with Coleman Technologies, Inc., a copy of said Agreement is attached hereto as Exhibit 'A". NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: That the award of RFP 05-09R, Temp. Reso. #10720 May 13, 2005 Revision 1 -- May 18, 2005 Revision 2 — May 19, 2005 Page 4 "Upgrade of Voice and Data Communications Network (Cisco Solution)", and the execution of an Agreement with Coleman Technology, Inc. for an amount not to exceed $541,983.46, is hereby approved. SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this,257day of ,Mcw , 2005. ATTEST: MARION SWENS N, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SAMUEL SJ GOREN INTERIM CITY ATTORNEY iYO SCHREIBER R RECORD OF COMMISSION VOTE: MAYOR SCHREIBER e DIST 1: COMM. PORTNER DIST 2: VIM TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Ll 1 TR10110 E1(HIBIT"1" REQUEST FOR PROPOSALS RFP 05-09R Upgrade of Voice and Data Communication Network (Cisco Solution) Issued on behalf of the Information Technology Department City of Tamarac Purchasing Division 7525 NW 88`" Avenue Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 City of Tamarac e. Purchasing & Contracts Division TABLE OF CONTENTS RFP 05-09R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK Part I: General Information......................................................................................................3 I. Introduction.......................................................................................................................3 II. Information.......................................................................................................................3 III. Pre -Proposal Conference................................................................................................3 IV. Project Timetable............................................................................................................4 V. Proposal Selection...........................................................................................................4 VI. Evaluation of Proposals..................................................................................................4 VII. Proposal Copies.............................................................................................................7 Vill. Proposal Format and Organization...............................................................................8 IX. Turnkey System — System Completeness......................................................................9 X. Site Familiarity................................................................................................................. 9 XI. Bonding and Warranty ..................................................................................................10 Part 2: Current Telecommunications Network....................................................................11 1.0. Purpose.......................................................................................................................11 2.0. Background.................................................................................................................11 3.0. Data and Voice Network Overview..............................................................................11 4.0. Data and Voice Network Locations.............................................................................13 5.0. Data Network Hardware and Applications...................................................................13 6.0. Voice Network Hardware and Applications.................................................................15 Part 3: Scope of Services and Specifications.....................................................................16 1.0. Scope of Services — General.......................................................................................16 2.0. IP Network Components — Voice and Data.................................................................16 3.0. Required Voice System Applications..........................................................................21 4.0. Special Applications....................................................................................................22 5.0. Installation and Training Services — Telephone System.............................................22 6.0. Post -Installation Maintenance and Support.................................................................26 7.0. Vendor Qualification Requirements.............................................................................26 Instructions to Offerors......................................................................................................... 28 Diagram — Tamarac Institutional Network................................................................................41 RFPChecklist..........................................................................................................................42 ProposalForm..........................................................................................................................43 DataNetwork Upgrade Pricing.................................................................................................44 VoiceNetwork Upgrade Pricing...............................................................................................45 Required Forms Certification Certified Resolution Offeror's Qualification Statement Non -Collusive Affidavit Vendor Drug -Free Workplace References List of Subcontractors Form Payment Bond (required City format) Form Performance Bond (required City format) Change Order (sample) form Sample Contractor Agreement Purchasing and Contracts Division Date: March 15, 2005 City of Tamarac "Committed to Excellence... Always" REQUEST FOR PROPOSALS ALL QUALIFIED PROPOSERS: RFP NO. 05-09R Sealed Proposals, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 4:00 PM local time, Tuesday, April 12, 2005 for the UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK (CISCO SOLUTION) The City is soliciting proposals on behalf of the Information Technology Department to obtain the services of a qualified firm to upgrade the City's voice and data communication network. Sealed Proposals must be received and time stamped in the Purchasing Office, either by mail or hand delivery, on or before the date and time referenced above. Any Proposals received after 4:00 p.m. on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. Official time will be measured by the time stamp in the Purchasing Office. A pre -proposal Conference will be held at 10:00 A.M., Wednesday, March 30, 2005, in Room 105, at the Tamarac Municipal Complex located at the address indicated above. City reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Proposers, or take any other such actions that may be deemed to be in the best interests of the City. Upon award, the City will require all vendors to obtain Performance & Payment Bonds equal to 100% of the value of the total Agreement. Proposal documents may be obtained from the Purchasing Office or via the Internet at htt://www,tamarac.or /De t/fin/ urch/soIicitations.htm1. For inquiries, contact the Purchasing Office at (954) 724-2450. Keith K. Glatz, CPPO Purchasing and Contracts Manager Publish Sun -Sentinel: Sunday, 03/20/05 and 03/27/05 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomarac.org Equot Opportunity Employer City of Tamarac & Contracts Division REQUEST FOR PROPOSALS UPGRADE OF VOICE & DATA COMMUNICATION NETWORK PART 1: GENERAL INFORMATION RFP 05-09R Definition: A Request for Proposal (RFP) is a method of procurement permitting discussions with responsible Offerors and revisions to proposals prior to award of a contract. Proposals may be opened in private. Award will be based on the criteria set forth herein. I. INTRODUCTION The City is soliciting proposals on behalf of the Tamarac Information Technology Department to obtain the services of a qualified firm to provide and Upgrade of the City's Voice and Data Communication Network. II. INFORMATION For information pertaining to this Request for Proposals (RFP), contact Purchasing at (954) 724-2450 or Levent Sucuoglu at (954) 724-1300, Project Manager. Such contact shall be for clarification purposes only. Material changes, if any, to the scope of services or proposal procedures will be transmitted only by written addendum. It is preferred that all questions be submitted in writing, either via fax or email. Fax questions to (954) 724-2408 or email to purchasingOltamarac.org. III. PRE -PROPOSAL CONFERENCE For familiarizing Offerors with the services required and for answering questions, a pre - proposal conference will be held at 10:00 a.m., Wednesday March 30, 2005, Room 105, Tamarac City Hall, 7525 NW 88t" Ave., Tamarac, Florida. During the pre -proposal conference, participants will have the opportunity to inspect applicable City facilities. The City shall provide transportation to each facility. It is not a mandatory pre - proposal conference, however, all vendors shall be familiar with all details of the proposal and all applicable site conditions. Sales and installation personnel from each firm are strongly encouraged to attend. This will be the only time the City will provide site surveys of City buildings for the Offeror's installation personnel. Please submit any questions at least three days prior to the conference in order to facilitate the discussion. Questions and Attendance Pre -proposal Conference: In order to assist the City in planning, attendees are requested to confirm their attendance, including the number of individuals who will be attending, preferably in writing via email or fax, as follows: Keith K. Glatz, CPPO Purchasing & Contracts Manager Email: keith tamarac.or Fax: (954) 724-2408 91 of Tamarac Purchasing & Contracts Division IV. PROJECT TIMETABLE Public notice of RFP............................................................................. March 20, 2005 RFPavailable.......................................................................................March 21, 2005 Pre -proposal conference...................................................................... March 30, 2005 Addendum transmitted to vendors............................................................April 5, 2005 Deadline for questions...............................................................................April 6, 2005 City response to final questions................................................................April 8, 2005 Proposalsdue.........................................................................................April 12, 2005 Recommendation...................................................................................... May 2, 2005 City Commission approval....................................................................... May 11, 2005 Contract executed................................................................................... May 12, 2005 V. PROPOSAL SELECTION The City Manager will appoint an Evaluation and Selection Committee to review Proposals. The City reserves the right to select the Proposer who represents the best value, and to accept or reject any proposal submitted in response to this solicitation. The City's Evaluation and Selection Committee will act in what they consider to be the best interest of the City and its residents. Price shall not be the sole determining factor for selection, as indicated in the following section VI. EVALUATION OF PROPOSALS A. EVALUATION METHOD AND CRITERIA A Selection/Negotiation Committee appointed by the City Manager will be responsible for selecting the most qualified firm and then negotiating a contract. The Proposers with the highest -ranked submittals may be asked to make a detailed presentation of their product/service to the Evaluation and Selection Committee. All Proposers are advised that in the event of receipt of an adequate number of Proposals which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such Proposals may be evaluated without discussion. Hence, proposals should be initially submitted on the most complete and favorable terms which Proposers are capable of offering to the City. After presentations, firms will be assigned a final score, with the highest -ranked firm moving forward to the negotiation phase. Upon successful negotiation, a recommendation for award will be considered by the City Commission. No work on this project shall proceed without written authorization from the City of Tamarac. The City reserves the right to enter into contract negotiations with the selected Proposer. If the City and the selected Proposer cannot negotiate a successful of Tamarac contract, the City may terminate the next selected Proposer. No arising from such negotiations. atz-71 Purchasing & Contracts Div lion 11 such negotiations and begin negotiations with Proposer shall have any rights against the City The City's evaluation criteria may include, but shall not be limited to, the following: a. Cornl2liance with Request for Proposals [Mandatory]. This refers to the adherence to all conditions and requirements of the Request for Proposals. b. Quality of Response Clearly demonstrated understanding of the work to be performed. Completeness and reasonableness of the Offeror's plan/proposal for accomplishing the tasks. iii. Level of creativity demonstrated by the Offeror's proposed methodologies for meeting the requirements of this proposal. C. Services to be Provided This refers to the exact type and nature of the Offeror's proposed services and how they accomplish the objectives of the project, as well as the ability to rapidly respond to the City's needs, as defined in the Evaluation Criteria set forth. d. Schedule This refers to the Offeror's proposed delivery schedule. The schedule shall be a critical element of this contract. e. Qualifications of the Contractor Offeror's capability in all respects to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, and reliability which will assure good faith performance, as well as satisfactory reference verification. This criteria includes: The experience of the firm and its record on engagements of a similar nature, including the ability to serve in a similar capacity for other units of government or organizations. Personnel to be assigned to the project, and their education, capabilities, qualifications and experience with similar projects iii. Reference information gathered from other entities regarding the past experience of the firm; and iv. Other areas addressed in the Statement of Work herein. of Tamarac ._...___ �� Purchasing & Contracts Division f. Costs (Price) This refers to the proposed contract fee and reimbursement expense budget. (Please note that price is only one factor for consideration of award). The Offeror shall propose a not -to -exceed amount for complete execution of this project as detailed in the Specifications or Statement of Work herein. ii. If proposing costs which may include alternate programs or services not covered in the base bid pricing, the Offeror, when offering such alternative services must provide a detailed explanation of additional optional services to be offered. B. ACCEPTABILITY OF PROPOSALS The Offer shall be evaluated solely in accordance with the criteria set forth herein. The proposals shall be categorized as follows: 1. Acceptable; 2. Potentially Acceptable; that is reasonably susceptible of being made acceptable; or 3. Unacceptable. C. AWARD OF AGREEMENT Award shall be made by the City to the responsible Offeror whose proposal is determined to be the most advantageous to the City, taking into consideration price and the evaluation criteria set forth herein below. The City of Tamarac reserves the right to accept the Proposal as a whole, or for any component thereof if it appears to be in the best interest of the City. D. WEIGHTED CRITERIA Points will be assigned to each proposal based on the following weighted criteria: CRITERIA 1. Compliance with Request for Proposal (Mandatory) 2. Quality of Response 3. Services to be Provided 4. Qualifications of the Proposer/Expertise 5. Casts/(Price) 6. Schedule MAXIMUM POINTS N/A 20 points 40 points 10 points 20 points 10 points 6 Laity of Tamarac elj. Purchasing & Contacts Division E. F. These weighted criteria are provided to assist Proposers in the allocation of their time and efforts during the proposal preparation process. The criteria also guide the Evaluation Committee during the short -listing and final ranking of Proposers by establishing a general framework for those deliberations. Once the Proposals are evaluated, a "short-list" may be selected to make presentations to the Evaluation and Selection Committee, prior to a recommendation for award. DISCUSSIONS & PRESENTATIONS The short-listed Proposers may be requested to make presentations to the Committee. The City may require additional information after evaluation of the submittals, and Proposers agree to furnish such information upon the City's request. The Evaluation Committee may conduct discussions with any Proposer who submits an acceptable or potentially acceptable proposal. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals. -The Evaluation Committee reserves the right to request the Proposer to provide additional information during this process. RIGHT TO REJECT PROPOSALS To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work, and to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions, unauthorized alterations, or irregularities of any kind. City reserves the right to reject any Proposal if City believes that it would not be in its best interest to make an award to a particular Proposer, either because the Proposal is not responsive, the Proposer is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of this solicitation. V. PROPOSAL COPIES Return One (1) Original and four (4) copies in an envelope marked with your firm's name and "RFP 05-09R, Upgrade of Voice and Data Communications Network" to the City of Tamarac, Purchasing & Contracts Division, 7525 NW 88t" Avenue, Tamarac, Florida 33321, attention: Keith K. Glatz, CPPO, Purchasing & Contracts Manager. Any addenda become part of this Request of Proposal and the resulting agreement. The Proposal Form included herein should be signed by an authorized company representative, dated and returned with the Proposal. No negotiations, decisions or actions shall be initiated or executed by the Proposer as a result of any discussions with any City employee. Only those communications that are issued in writing from the Purchasing & Contracts Division may be considered as a duly City of Tamarac Purchasing & Contracts Division authorized expression. Also, only communications from Proposers that are signed in and in writing will be recognized by the City as duly authorized expressions on behalf of the Proposer. Separate Sealed Envelope: The Cost/Price proposal shall be submitted In a separate, sealed envelope along with the Technical Proposal. Failure to include a complete Technical and Cost(Price Proposal may result in disqualification of the Proposal. VI. PROPOSAL FORMAT AND ORGANIZATION Proposals must be prepared using the forms and organization outlined below. Please provide index dividers to separate each part. Part 1: Cover Letter and Introduction: A short, concise and focused overview should be furnished to introduce your company and summarize, in layperson's terms, areas where Proposer believes the proposed design solution and company offer unique capabilities for this application. Also provide a solution design overview indicating the proposed equipment at each site and any unique advantages of the proposed solution. Part 2: "Proposal Form" and "Vendor Pricing Response Form": Submit a fixed fee proposal detailing all equipment, labor, installation, training and other costs. Costs should be summarized, as requested, on these forms, which can be found as an attachment to this RFP. Note: Vendors are requested to provide two separate pricing schedules. The first pricing schedule will include all necessary hardware, software, installation services and any other appropriate costs for the installation of data network installation equipment. The second pricing schedule will include all necessary hardware, software, installation services and any other appropriate costs for the installation of the voice communications system. Pricing should assume that these projects will be performed during two separate intervals and may not necessarily be concurrent. Vendors should pay special attention to the instructions in the following section of this RFP (Scope of Services and Specifications) for instructions on what components and applications should be included on each pricing summary and itemization. Part 3: Itemized "Schedule A" component and material pricing schedules, organized by individual sites. A separate Schedule A should be provided for the data network installation phase and the voice system installation phase. Furthermore, the subtotaled price for each site should equal the cost cited on the Vendor Response Form for each site. The City would prefer the itemized prices to reflect all applicable discounts. N City of Tamarac (' �' Purchasing & Contracts Division Add/delete component pricing, pre and post cutover, should also be furnished in this part of the proposal response. Part 4: A complete copy of this RFP, with all required responses, comments, and exceptions. Please provide a separate set of indexed dividers to separate the sections of the RFP document. Part 5: Implementation Methodology: Provide a presentation of methods and processes to be used to configure, test, and install the telecommunications equipment under each phase. Submit a detailed schedule of all processes and tasks to be completed including all milestones. Provide details about the Proposer's quality and responsiveness with ongoing services including response time guarantees, parts supply/availability, number of technicians, service vehicle fleet, local service locations, and customer support services. Provide the name, title, address, telephone number, FAX number, and e-mail address of the individual who will manage this project. Provide a resume detailing experience of project manager(s) and education, qualifications and previous work assignments related to this RFP. Provide a resume for designated system trainer (s) including education, qualifications, and previous work assignments. All other relevant personnel should be noted in the proposal including their related experience. Part 6: Reference Forms: Submit a minimum of five (5) references on projects similar in scope on the forms provided. Use the Reference Forms provided in this document. Part 7: Standard Telephone Company Agency Letter for placing telco orders. Part 8: Additional Attachments: Include in this section all attachments that are beneficial to the proposal. Provide any additional information the Proposer wishes to call to the City's attention with respect to the Proposer's qualifications. Part 9: Brochures and Miscellaneous Information: Include appropriate system and company brochures, including a list of all features. VII. TURNKEY SYSTEM — SYSTEM COMPLETENESS All responses shall be for the entire system, as specified, to ensure that a complete turnkey system is proposed and that nothing remains to be purchased or supplied by the customer other than those items so indicated. Award (for turnkey system) will be based, in part, on the vendor who will assume total system responsibility, including supplying, installing, performing final checkout, and supplying first year's maintenance of the equipment and related materials provided under these specifications. VIII. SITE FAMILIARITY Technical information has been furnished to the best of the preparer's ability and is intended to assist you with your response. It will be your final responsibility to gather any necessary additional information that you need to furnish a complete response. City of Tamarac w ;! Purchasing &Contracts Division 1 IX. BONDING & WARRANTY The Contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total bid award amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one year warranty period will begin. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid award. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Payment and Performance Bonds must be submitted on City forms, included herein. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE PURCHASING AND CONTRACTS MANAGER OR DESIGNATED REPRESENTATIVE REGARDING THEIR REQUEST FOR PROPOSALS MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. ffJJ Cif of Tamarac ; Purchasing & Contracts Division PART 2: CURRENT TELECOMMUNICATIONS NETWORK 1.0 Purpose The City of Tamarac is soliciting proposals from qualified firms to design, upgrade and furnish all required labor, materials, equipment, software and services necessary to provide, install, repair and maintain the City's data and voice communications network. The systems will replace the City's existing telephone and data communications systems and services at 12 City facilities. Data switching equipment, voice IP hardware and applications, and all other applicable components and applications are to be provided under State of Florida Contract 250-000-03-1 for Cisco Systems, or other discount programs that may be more attractive to the City for a Cisco Systems solution. Specialized applications that may not be available under State of Florida contracts can be proposed through other sources. 2.0 Background In an effort to improve the voice and data communications infrastructure at the City's 12 facilities and for the benefit of citizens and City personnel, the City of Tamarac intends to replace its existing data and voice communications equipment with new, state-of-the- art components and applications. The City has completed an analysis of its current network and performed a financial analysis that indicates an opportunity for cost -savings, provided that the solutions offered by vendors are competitive and well -designed. Assuming that the City is able to meet budget guidelines for this project and that the voice and data network deployment will proceed, the City will require a two-phase implementation. Phase 1, Data Network_ Installation: The successful vendor will manage a project to deploy all selected data networking equipment, including data switches, routers and all necessary UPS systems. Phase 2 Voice over Internet Protocol VoIP Installation: After the successful completion of the data network installation, the successful vendor will commence and manage a separate project to install voice communications equipment and applications that will serve as the City's new city-wide voice telecommunications system. 3.0 Data and Voice Network Overview 3.1 Data Network The City of Tamarac will continue to utilize the existing campus network as a transport for data traffic and add VoIP applications being proposed as a result of this RFP. The City's network consists of a fiber backbone used to provide 11 of Tamarac Purchasing & Contracts Division network connectivity for City employees between facilities and 10/100Mb local Ethernet switching. The City has deployed an FDDI single mode fiber network to all but three locations. Connectivity at the MPC (Parks and Rec) and Fire Station (41) buildings is provided by city owned multi -mode fiber. (Site survey notes indicate additional sites currently served with only multi -mode fiber. Please refer to our network diagram for more information.) The Satellite City Hall facility uses DSL service purchased from BellSouth. The fiber backbone was installed and is currently supported by Comcast. Network utilization and performance is unknown at this time and the City believes that an assessment will need to be conducted and optimization planning steps taken prior to the installation of the new integrated network. The data network has been assembled over time without attention to standardization on a technology or manufacturer. The current data network infrastructure consists of outdated LAN/WAN technology that is functional, but the City desires to standardize on a Cisco platform for all its networking needs. Specific hardware information is included in sections of this RFP that follow. The current IP addressing scheme uses 190.1.XXX.XXX public addresses. As part of this initiative the City will convert the current method to a private addressing scheme. A Cisco PIX 515 Firewall utilizing NAT is also in place. The public data network is accessed at City Hall (T1 internet connection) and the previously mentioned DSL service at the Satellite City Hall building. 3.2 Voice Network The City of Tamarac is currently using Bell South Centrex for its primary voice communications services. Approximately 245 Centrex lines are terminated at the City's 12 facilities. In many cases, the Centrex lines terminate in Nortel Norstar hybrid key telephone equipment for added features and functionality. Approximately 225 Norstar telephone instruments are installed across the City. An additional 96 analog single line instruments are connected directly to Centrex lines. A central voicemail system is in place in the City Hall for extension users in this facility. The remaining locations utilize BellSouth voicemail services on a monthly -subscription basis. Similar to the data network, the voice network has been developed over time with limited standardization efforts. User features, voicemail services, and other voice applications differ throughout the City, due to the differences in telephone instruments, telephone systems, and service features. 12 City of Tamarac 11eil, Purchasing & Contracts Division As is typical in municipal configurations like this, City residents and employees follow a non -uniform dialing sequence to reach various City facilities, agencies, and services. The new system will provide uniform, four -digit extension dialing to all City extensions. Citizens will be able to directly dial any City extension through standard Direct -Inward Dialing services. The City will work with the selected vendor to determine if existing or all -new DID numbers should be deployed in the new system solution. 4.0 Data and Voice Network Locations The table below presents general information about data and voice services at City facilities. BUILDING NAME ADDRESS PRINTERS DIGITAL / ANALOG PHONES MODEMS City Hall 7525 N. W. 88 Ave. 85 / 30 84 / 4 10 Public Works / Building Department 6011 Nab Hill Rd. 60 / 10 11 / 48 4 Satellite City Hall 4269 W. Commercial 4/0 0/4 1 Community Center 8601 W. Commercial 31 / 4 20 / 3 1 Fire Station 41 7501 N. W. 88 Ave. 2/0 7/0 1 Fire Station 78 4801 W. Commercial 2/0 5/0 1 BSO Transportation 7515 N. W. 88 Ave. 3/1 0/4 1 Recreation Center 7501 Universi 3/ 0 3/ 0 1 MPC 7531 University 1/ 0 0/ 1 0 Fire Station 15 6000 Hiatus Rd. 31 / 1 0/4 1 Utilities 6001 Nob Hill Rd. 21 / 3 21 / 4 1 Water Treatment 7806 N. W. 61$ St. 12 / 2 12 / 1 1 Totals 255 / 51 163 / 73 23 -- Total, current switched Ethernet ports in use 306 236 23 -- Total, current telephones, faxes and modems ' , 6.0 Data Network Hardware and Applications 5.1 Institutional Network Information A network diagram is included in this document for your review of the City's current FDDI-based Institutional Network (I -Net). A strong technical understanding of the network is important for your design recommendation and proposal. 5.2 Hardware Component Itemization As previously discussed, the current data network infrastructure is a mix of dissimilar hardware from a variety of manufactures. Below is a list of hardware currently deployed. This list is provided as an example and may not represent a 13 of Tamarac b Purchasing & Contracts Division full inventory of currently deployed hardware. All existing equipment, including routers, etc. shall be provided in addition to the equipment shown below. SmartSwitch 2200 w / FDDI 6 SmartStack ELS100-24TXM w / Multi Mode 1 SmartStack ELS100-24TXM 2 Dell 24 Port Switch 2 Dell 16 Port Switch 1 United Teles n FS709FC w / Multi Mode 1 Horizon Switch w / Multi Mode 2 SmartSwitch 6000 w / FDDI 1 SmartStack ELS100-S24TX2M 8 5.3 Location Summaries — Switched 100Mb Ethernet Ports The table provides an itemization that reflects the installed switched Ethernet ports (used and spare) at City locations. BUILDING NAME INSTALLED PORTS City Hall 7525 N.W. 88`r' Ave, Main LANIWAN 0 Finance Closet 48 Mayor/Clerk Closet 48 City Mgr. Closet 48 Comm. Dev. Closet 48 Public Works / Building Department 6011 Nob Hill Rd. Bldg. Dept., 13Floor 40 PW Closet, 2 nd floor 24 PW Copy Room 24 PW Garage 8* PW Loft 16 Satellite CiV Hall 4269 W. Commercial 16 Community Center 8601 W. Commercial 24 Fire Station 41 7501 N. W. 88 Ave. 24 Fire Station 78 4801 W. Commercial 16 BSO Transportation 7515 N. W. 88 Ave. 24 Recreation Center 7501 University 32 MPC 7531 University 16 Fire Station 15 6000 Hiatus Rd. Main LANIWAN 24 2" floor 40 Utilities 6001 Nob Hill Rd. 72 Water Treatment 7806 N. W. 615 St. 24 Totals 616 " 8-port hub, will be removed For buildings with multiple network rooms, the rooms highlighted in bold represent the termination point for the I -Net. At present, Category 5 cables 14 of Tamarac Purchasing & Contracts Division (vendor to validate quantities) provide connectivity from these rooms to intermediate network rooms. Satellite City Hall uses BellSouth Static IP DSL connection running VPN to City Hall. 6.0 Voice Network Hardware and Applications The City uses a mixture of Norstar (Nortel) hybrid key telephone systems and standard analog instruments in its locations. The table below presents an overview of known Nortel voice equipment components at appropriate facilities. Unique applications are also noted for the appropriate facility. BUILDING NAME ADDRESS KEY SYSTEM COMPONENTS SPECIAL. APPLICATIONS City Hall 7525 N. W. 8$ Ave. ICS 12 x 112 w/voicemail Public Works / Building Department 6011 Nob Hill Rd. Satellite City Hall 4269 W. Commercial Community Center 8601 W. Commercial ICS 24 x 16 Fire Station 41 7501 N. W. 88,nAve. ICS 4 x 12 Overhead paging; Loud ringing bells Fire Station 78 4801 W. Commercial Meridian 6 x 16 Overhead paging; Loud ringing bells BSO Transportation 7515 N. W. 8$ Ave. Recreation Center 7501 University Meridian 6 x 16 MPC 7531 Universi Fire Station 15 6000 Hiatus Rd. Meridian 20 x 40 Overhead paking Utilities 6001 Nob Hill Rd. Meridian 23 x 56 Overhead paging; Loud ringing bells Water Treatment 7806 N. W. 61 S St. Meridian 8 x 24 15 of Tamarac Purchasing & Contracts Division PART 3: SCOPE OF SERVICES AND SPECIFICATIONS 1.0 Scope of Services - General Offerors should use the information presented in this RFP to develop and recommend a data and voice network design, implementation plan, and life -cycle management plan that best meets the needs and requirements of the City of Tamarac, 2.0 IP Network Components — Voice and Data 2.1 General requirements Offerors shall review the information furnished on the City's current voice and data infrastructure and submit a design recommendation for the City's review and consideration, based on the selection criteria previously presented. The I -Net implementation must support the connectivity to existing workstations, servers, and printers, support the communications protocols between City Hall and remote users, and scale at least 15% for growth in requirements. All existing host devices and applications must be retained and supported. The Contractor will provide all permits, labor, materials, equipment, and product documentation necessary to fulfill the requirements contained in this RFP. Permit fees for City of Tamarac issued permits will be waived. The Contractor will be required to furnish and install the required equipment and interface the equipment with the building wiring system and Met fiber optic plant. Additionally, the Contractor will be required to test, provide maintenance on, and provide training for the system and individual hardware and software components. Any required construction activities or electrical work shall be provided by a Contractor licensed to do business in the State of Florida. The Contractor and/or all sub -contractors shall possess such licenses. The Contractor will provide and install any patch cables at each site required to connect from the fiber termination location to the switch location and from the switch location to the cable distribution system. Offerors should also provide the City with a detailed schedule, by building location and network room/closet, of the physical requirements for the proposed equipment. Information shall include, but not be limited to: Electrical requirements, including the quantity and types of outlets and expected power consumption, for all proposed components and UPS support; HVAC requirements, including expected combined BTU output of all components in each room; and Space requirements for all proposed components, mounting hardware and ingress/egress for installation and maintenance. 16 of Tamarac & Contracts Division 2.2 Data networking requirements 2.2.1 General Specifications The Contractor shall design a network solution utilizing the existing fiber optic cable and in accordance with the information furnished in this RFP. The contractor is expected to perform the following tasks under the RFP, plus any others that he believes appropriate: • Survey of all I -Net sites to confirm requirements for cabling, space, electrical power, and climate control at each; • Perform any necessary site preparations, including the extension or relocation of fiber optic demarcation points where necessary; • Provision and installation of equipment; • IP Readdressing; • Network assessment / optimization for the proposed solution; • System integration and implementation; • Documentation of completed work in as -built diagrams; and • Training, support and maintenance. The successful vendor must also include a certification of the fiber plant at each of the locations. Testing shall be done in accordance with industry standards, with testing performed at both wavelengths and in both directions. A detailed, written report must accompany any deficiencies noted during the certification process. Network utilization and performance is unknown at this time and the City believes that an assessment will need to be conducted and optimization planning steps taken prior to the installation of the new integrated network, as well as prior to the VolP implementation. Contractors shall recommend necessary services and furnish pricing for these services. 2.2.2 General and I -Net Installation and Design Requirements The network shall be designed based on Gigabit Ethernet technology over the fiber optic links. Certain general requirements and standards compliance are required for all I -Net sites. Hardware used for any network infrastructure components must be Cisco. Each site will require data network switches equipped with one or more fiber optic transceivers for connectivity over the fiber optic I - Net. At each site location, the switching equipment will be used at the access level for connectivity to workstations, servers, printers, and other peripherals. 17 of Tamarac le", - Purchasing & Contracts Division I -Net sites shall be connected using, at minimum, one pair of single mode fiber strands at each facility, for single routes between each facility. Any additional connections, for added reliability, should be duly noted (with incremental cost information) so the City can consider design recommendations. The existing public IP addressing scheme is to be replaced with a logical, structured private networking addressing scheme that is scalable and provides for expansion within the current facility or the addition of future facilities. Vendors should include enclosures and/or racks for mounting and. a UPS sufficient to maintain data and voice equipment in the event utility power is lost. Each UPS should be sized to provide a minimum of 10 minutes at the current full load +25%. All equipment must be capable of being administered remotely. The City will pay particular attention to the recommended implementation steps for each Offeror. Provide descriptions of your recommendations for using existing and/or available fiber optic facilities, your pre -installation procedures, conversion methodology and post -installation support. 2.2.3 LAN Configuration The current LAN configurations shall be upgraded through the replacement of existing switches to provide 100 Mbps Ethernet ports for existing .devices at all sites. Switch modularity should also be considered in your design recommendations, with respect to single -mode and multi -mode fiber ports, Power over Ethernet ports, and any other recommended consideration. For the subsequent VoIP conversion, IP phones should be powered by the Ethernet switch using the IEEE 802.3af PoE standard. The table on the following page provides component requirements at each facility and, network rooms. a breakdown of the LAN in certain cases, intermediate 18 of Tamarac & Contracts Division BUILDING NAME 100 MB ETHERNET PORTS USED MINIMUM 100MB ETHERNET PORTS REQUIRED Main computer room 0 Vendor -specific Finance closet 37 48 _ _Mayor/Clerk closet 21 48 CM/HR closet 29 48 Com. Dev. Closet 28 48 Public Works / _Building_Department Building Dept. Closet 39 48 PW Closet 2"fir^ 64 72 Satellite City Hall 4 12 Community Center 37 48 Fire Station 41 7 24 Fire Station 78 6 24 BSO Transportation 5 12 Recreation Center 3 12 MPC 1 12 Fire Station 15: Main LAN/WANroom 21 2"d floor 31 48 Utilities 24 48 Water Treatment 20 48 (figures in column 2 will need to be validated by vendor.) For buildings with multiple network rooms, the rooms highlighted in bold represent the termination point for the I -Net. Any upgrades to the current intra-building backbone connections to secondary network rooms/closets shall be designed and installed by the contractor. Please also note these recommendations in your narrative response The equipment shall provide sufficient capacity to support the connection of all currently used ports at each site, plus an allowance for 15% growth. This allowance should be calculated after the contractor considers all new hardware components proposed for the voice and data network solution. If the combination of equipment components plus the growth allowance exceeds the requested quantity of ports above, the contractor shall provide a larger switch capable of meeting these requirements. Cable distribution upgrades will be provided by others and will be completed prior to your installation activities. Design considerations should also consider and note enhanced reliability options in proposed switching components FA of Tamarac e��71 Purchasing & Contracts Division 2.2.4 Security The response must include an integrated security solution for both voice and data applications. Connections outside of the Tamarac [-Net will be at the City Hall (T1) and Satellite City Hall building (DSL). 2.2.5 Wireless LAN The City wishes to consider a wireless LAN deployment at all City facilities: 2.3 Voice components Vendors should furnish new telephone system server hardware and related components as follows: Communications servers: Vendors should review and consider all elements of the City's current and recommended data communications network and topology in its design recommendation for the quantity and placement of communications servers. The City expects vendors to propose a minimum of two servers for the proposed configuration but will entertain alternate design recommendations that address the ideal quantity and location of communications servers for support, reliability, and disaster recovery. ISDN-PRI services: Minimum of two (2) PRI Services will be utilized. Actual number and location of PRI services will be determined by the vendor in their system design — please specify. Voicemail System: • 250 voicemail users, 24 simultaneous sessions (based on "medium usage" by 250 users; please indicated if your design recommendation is different). • Minimum 500 licenses; provide incremental costs for additional licenses, pre and post installation. IP Instruments: See table below for quantities. Offeror shall propose one standard instrument for all desktops (please specify). Analog ports: See table below for minimum quantities. Please note whether the proposed gateway components will provide traditional analog PBX features, including consultation hold, switchhook flash, transfer, and three -party conferencing. Analogcentral office lines: Offeror design recommendation. The City will carefully review the design recommendation for quantities and uses of these services, including but not limited to E911 PSAP notification, data network failover, and ISDN-PRI trunk group failures. 20 of Tamarac.0 Purchasing & Contacts Division Modems/fax lines: Offeror design recommendation. The City will consider installation of these services on the IP voice network, provided that Offeror can demonstrate commensurate connect speeds as the Centrex/POTS services currently employed. In the table, the quantities of modem and fax lines are not included in the analog port columns. BUILDING NAME IP INSTRUMENTS ANALOG PORTS FAX/ MODEMS Cit Hall 88 16 10 Public Works / Building Department 59 16 4 Satellite City Hall 4 2 1 Communi Center 23 2 1 Fire Station 41 7 8 1 Fire Station 78 5 8 1 BSO Transportation 4 2 1 Recreation Center 3 2 1 MPC 1 1 0 Fire Station 15 4 8 1 Utilities 25 8 1 Water Treatment 13 8 1 Totals 236 89 23 2.4 Voice system survivability considerations UPS: All proposed voice system components, at each location, should be supported by UPS hardware, as configured and proposed in section 2.2. ISDN-PRI — Vendors should address survivability and redundancy issues for ISDN-PRI service, including but not limited to the following considerations: • Do you propose that ISDN-PRI services are delivered in one or more trunk groups? • Does the serving central office provide automatic fail -over of DID numbers from one PRI trunk group to a second? • How does your design minimize the loss of service to ISDN-PRI services, during router upgrades, reboots, or power failures? Remote sites: All sites should have voice survivability, in the event of any network or component failure that causes that site to lose connectivity to the voice communications servers. Describe how your design recommendation addresses this. 3.0 Required Voice System Applications 3.1 Voice system applications 3.1.1 Unified Messaging, 300 licenses. (MS Exchange 2000) 21 4.0 of Tamarac Purchasing & Contracts Division 3.1.2 Call accounting, 500 users. Suitable to manage in-house billing and reporting issues. 3.1.3 Traffic measurement. Provide traditional traffic measurement information (Erlangs or CCS) for trunk groups. 3.1.4 E911 notification. Provide and explain your E911 solution, insuring that it meets all state statutes for citizens dialing 911 from a commercial establishment. 3.1.5 XML text messaging application (Berbee InformaCast or equivalent) capable of sending text messages to IP telephones. 3.1.6 System management: City IT communications and voicemail applications from any workstation security measures. Vendors should gain access to the network remotely, resolution. Special Applications 4.1 Automatic Call Distribution staff shall have access to server system administration in the City, with appropriate also describe how IT staff can for off -site repair diagnosis and Provide the turnkey cost for a basic ACD application, 5 users. 4.2 Overhead paging and loud ringing bells Offerors should provide single -zone page access to all facilities with this need, as listed in Part 2, Section 6. For those sites also requiring loud ringing bells, sufficient analog ports have been assigned in the table in the preceding section. Offerors are responsible for providing this capability for one extension in each facility and must determine whether to reuse or replace the existing apparatus. Installation and Training Services — Telephone System Turnkey installation services of the proposed systems and software shall include, but not be limited, to the services describe below. 5.1 Pre-cutover services As requested, vendors will submit their recommendations for a voice network implementation plan. The City will review your implementation plans carefully. The City will work with the successful vendor to develop a schedule of installation services that will occur prior to the cutover of telephone carrier services and the new system becoming fully operational. The City expects that the installation plan will include the installation of all proposed components, including telephone instruments, well in advance of the cutover of network services. Your services should include a detailed pre - installation testing and acceptance methodology that covers all components of the delivered system, including important survivability considerations. 22 City of Tamarac f Purchasing & Contracts Division 5.2 Cutover plan, City sites The City will work with the successful vendor to develop a conversion plan for all 12 City locations. It is likely that the cutover will take place in phases, with some buildings being cutover to the new system before others. In all cases, after-hours and/or weekend coverage for the Cutover of telephone company services should be included. 5.3 Coordinate telco orders You will be responsible for coordinating all necessary telephone service orders with the City's local and long distance carriers. You should expect at least three different phases of telco orders: 5.3.1 Pre-cutover: ISDN-PRI services and all new analog trunks will be installed prior to the final cutover date. New DID numbers will be installed with these orders. 5.3.2 Cutover: Additional orders, due the night of cutover, should also be coordinated. In particular, existing City numbers (Centrex and POTS) will need to be added to the previously installed ISDN-PRI services. These orders will be critical for a successful cutover. The City expects you to provide all necessary coverage, including any order expediting, to insure that these orders are completed. 5.3.3 Disconnect: Disconnect orders for remaining and unnecessary services shall be placed prior to the cutover and shall carry a due date of five to seven business days after cutover. If delays are experienced in the cutover, you will also be expected to reschedule these disconnect orders and insure that they are not worked on the original due date. 5.4 Station review and system programming sessions Your customer service representative(s) will meet with representatives from the following City departments: 5.4.1 City Hall (8 departments) 5.4.2 Parks & Recreation Department 5.4.3 Public Works Department 5.4.4 Utilities Department 5.4.5 Fire Department 5.5 Server and common equipment installation services 5.5.1 Deliver, set up and install telephone servers and common equipment components. 5.5.2 Pre-cutover: All common equipment, applications and all appropriate network services must be installed, programmed, and working at an agreed -upon timeframe prior to the cutover dates. 23 of Tamarac {; Purchasing & Contracts Division 5.6 System Cutover Services 5.6.1 The City of Tamarac provides services on a 24X7 basis, particularly in its Fire and Public Works facilities. Technical cutover services and training are of particular concern to the City and will be furnished differently than a normal system cutover. You must pay particular attention to these requirements and furnish adequate staffing. 5.6.2 The actual cutover date will be determined by the City and the successful vendor. However, the City expects that the vendor may need to provide weekend cutover and on -site support services, for a limited number of City programs over the weekend. 5.6.3 Place, test and activate all telephone sets during normal business hours, at a predetermined time prior to the designated cutover day. 5.6.4 You must allow for the appropriate amount of overtime services to facilitate cutover activities during evening hours. 5.7 Provide as needed post-cutover technical support for a minimum of three days after cutover. Please describe expected services, number of personnel, and your post -installation coverage methodology. 5.8 System programming: For a period of one month after cutover, vendor will perform reasonable system programming changes at no charge. 5.9 Traffic/port utilization studies: The successful vendor will also be responsible for providing a trunk utilization/traffic report approximately two months after cutover. The report shall identify the traffic levels and follow critical components over a one - week period: • PRI trunk group(s) • Analog trunk groups • Voicemail system ports This report shall be presented, with recommendations, to City personnel at a subsequent meeting. The report will be provided at no charge. Furthermore, the vendor should be prepared to initiate similar, real time reports/printouts following the cutover, in the event that blockage may be occurring. 5.10 Training —General Requirements Training will be conducted in a predesignated location for all personnel in the following manner: 5.10.1 Training Rooms: You will be responsible for conducting training in two separate locations and for the set-up and installation of these rooms, including the installation of any temporary cabling. The location for training will be City Hall, for all City personnel. 24 of Tamarac e.- - Purchasing & Contracts Division 6.11 Attendant training: Your system trainer will conduct one live training class for switchboard and relief personnel in the training room on the day of cutover. 5.12 Station user training: Live training classes will be conducted prior to system cutover in the designated rooms for telephone and voice mail users. At least ten telephones must be temporarily activated for these sessions. 5.12.1 Classes shall have no more than 10 users and shall cover telephone and voice mail features. Expected number of users to. be trained at each facility department is listed below. 5.12.2 City Hall: 300 users. Training shall be scheduled Monday through Friday of the week prior to cutover. 5.12.3 Please pay careful attention to the scheduling of these training classes throughout the week of cutover and provide adequate staff to provide training (sometimes with simultaneous sessions), system programming, and cutover coverage. 5.13 Two intensive "train the trainer" sessions on the use of voice mail and telephones for selected employees, on the Thursday before cutover. Also, include one four- hour, post-cutover session for these same employees. 6.14 System administration training for three (3) employees shall be provided at a mutually agreed time. 6.15 Post-cutover Training Coverage 5.15.1 One trainer dedicated to operator and relief personnel at City Hall during the first business day after cutover. 5.15.2 Adequate additional trainers for first two days for station user follow-up training. Please specify the quantity of training personnel you are proposing. Will these individuals be system technicians as well, or will they be dedicated training resources? 5.15.3 Availability of training personnel, installation manager, and system programmer, via pager, while on and off site during the week of cutover and the week following cutover. 5.16 "Refresher" training You shall provide a minimum one -day refresher training course, at a mutually agreed upon time, within the first year of the installation, at no charge. 5.17 User handouts Station user handbooks for telephones and voice mail, one per user, plus twenty (20) extra, will be distributed prior to system cutover. Also provide voicemail quick reference guides, one per user plus 100 extra. Additionally, a one page, typewritten handout will be prepared and distributed, explaining the directions for commonly -used telephone and voice mail features. RR of Tamarar. Purchasing & Contracts Division 5.18 Extension Directory Vendor will provide City staff with information necessary to generate an employee directory prior to cutover. 5.19 Documentation Documentation, as listed below, shall be furnished at the completion of system installation. 5.19.1 Telephone equipment and voice mail site documentation, as required by the manufacturer. 5.19.2 Voice mail system general description, including feature documentation. 5.19.3 Station -user instruction guide, at least ten additional guides for each telephone set, plus voice mail instruction guides (same quantity) to be kept in the main server room. 6.0 Post -Installation Maintenance and Support For critical components, including switches, routers, and other centralized data and voice network hardware, all proposals are to include Cisco SmartNet service. SmartNet service should be 24X7 with a 4-hour response from on -site engineer for a 5 year term. For Voice IP terminals, pricing for Cisco SmartNet next -business day coverage should be included. SmartNet Pricing must be included as a separate line item for each location and for each component at the location. As an optional component in your response, vendors are encouraged to offer additional support services, beyond Cisco SmartNet services, including T&M service rates, annual maintenance contracts, and remote technical support with visibility to data and voice components. Provide an itemized pricing schedule of all proposed maintenance and support options. For the voice system, vendors are also requested to include pricing to assist the City with the first Call Manager software upgrade after installation, in order to assist and train City IT staff with subsequent upgrades. 7.0 Vendor Qualification Requirements The City will entertain offers from qualified communications providers experienced in the delivery of complex voice and data solutions to organizations similar in size and characteristics to the City of Tamarac, particularly organizations demonstrating experience in municipal telecommunications solutions. Fri of Tamarac Purchasing & Contracts Division 7.1 Minimum Requirements for Proposal Submission Minimum requirements for responding to this RFP are described below. Please also refer to the Offeror's Qualification Statement for additional requirements. • It is required that all Offerors have a local service presence within 50 driving miles of the City of Tamarac FL, located at 7525 N.W. 881h Avenue, Tamarac, Florida. The location of this office will be stated within the Offeror's technical response. • The proposing company has installed and currently maintains at least 5 multi - site, networked Cisco AVVID voice installations of similar size and complexity (greater than 200 telephones, greater than or equal to five networked locations). • The proposing company is and has been an authorized Cisco distributor for the past five years. • The proposing company must have been in business continuously for a minimum of three years under its current structure. The City will favorably consider companies that can demonstrate that they are of adequate size, financial strength, and technical capabilities to meet the tong -term needs of the City. The City will also favorably consider companies that can demonstrate Cisco distributor designations and achievements, particularly regarding voice implementations. Please indicate your Cisco distributor designations in your response. 7.2 Vendor's Qualifications to be Submitted 7.2.1 References Complete the enclosed References Form. References should be municipalities or other organizations where you have completed a similar engagement. A minimum of five (5) references are requested; however, an Offeror may list more than five. 7.2.2 Vendor Profile Please refer to the Vendor Response Form for additional question regarding your organization. If your company markets the proposed products nationally, your responses should be based on your Florida operations. 27 of Tamarac INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS RFP 05-09R 1. GENERAL TERMS AND CONDITIONS & Contracts Division These General Terms and Conditions apply to all offers made to the City of Tamarac by all prospective Proposers, including but not limited to, Requests for Quotes, Requests for Proposal and Requests for Bid. As such the words "bid", "proposal" and "offer" are used interchangeably in reference to all offers submitted by prospective Proposers. The City of Tamarac reserves the right to reject any or all proposals, to waive any informalities or irregularities in any proposals received, to re -advertise for proposals, to enter into contract negotiations with the selected Proposer or take any other actions that may be deemed to be in the best interest of the City of Tamarac. 2. DEFINED TERMS Terms used in these Instructions to Offerors are defined as follows: 2.1 "Offeror'' - one who submits a Proposal in response to a solicitation, as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. 2.2 "Proposer'— one who submits a Proposal in response to a solicitation. The terms "Offeror" and "Proposer" are used interchangeably and have the same meaning. 2.3 "Successful Offeror" - the qualified, responsible and responsive Offeror to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2.4 "City" - the City of Tamarac, a municipal corporation of the State of Florida. 2.5 "Proposal Documents" - the Request for Proposals, Instructions to Offerors, Offeror's Qualifications Statement, Non -Collusive Affidavit, Certified Resolution, Vendor Drug -Free Workplace, Offeror's Proposal, Proposal Security and Specifications, if any, and the proposed Contract Documents (including all Addenda issued prior to opening of Proposals). 2.6 "Contractor" - the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 3. SPECIAL CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Scope of Work outlined in this proposal, the Special Conditions and/or the Scope of Work shall prevail. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. Before submitting a Proposal, each Offeror must visit the site (if applicable) to become familiar with the facilities and equipment that may in any manner W. of Tamarac l Purchasing & Contracts DiOsion affect cost or performance of the work; must consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost or performance of the work, must carefully compare the Offeror's observations made during site visits or in review of applicable laws with the Proposal Documents; and must promptly notify the Purchasing and Contracts Manager of all conflicts, errors and discrepancies, if any, in the Proposal Documents. 4.2. The Offeror, by and through the submission of a Proposal, agrees that Offeror shall be held responsible for having examined the facilities and equipment (if applicable); is familiar with the nature and extent of the work and any local conditions that may affect the work, and is familiar with the equipment, materials, parts and labor required to successfully perform the work. 5. OMISSION OF DETAILS / VARIANCES AND EXCEPTIONS 5.1 The apparent silence of the requirements as to any detail, or the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail, and that only material and workmanship of the finest quality is to be used. All interpretations of the specifications shall be made on the basis of this statement. Omission of any essential details from these specifications will not relieve the Proposer of supplying such services or product(s) as specified. 5.2 For the purpose of evaluation, the Offeror must indicate any variance or exceptions to the stated requirements, no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections will be interpreted to mean that the Offeror meets all the requirements in every respect. 6. INTERPRETATIONS AND ADDENDA If the Offeror is in doubt as to the meaning of any of the Proposal Documents, believes that the General Conditions, Special Conditions and/or Technical Specifications contain errors, contradictions or obvious omissions, or has any questions concerning the information contained in the RFP documents, the Offeror shall submit a written request to the Purchasing Office for interpretation or clarification. Such request must reference RFP name and number, and should be received by the Purchasing Office at least ten (10) calendar days prior to the Proposal opening date. Questions received less than ten (10) calendar days prior to the Proposal opening may not be answered. Interpretations or clarifications in response to such questions will be issued in the form of a written addendum transmitted via either fax or email to all parties recorded by the Purchasing Office as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such. an interpretation or clarification will be made. 29 of Tamarac 7. COSTS AND COMPENSATION 1t_71 Purchasing a Contracts Division 7.1. Costs and compensation shall be shown in both unit prices and extensions whenever applicable. In the event of discrepancies existing between unit prices and extensions or totals, the unit prices shall govern. 7.2. All costs and compensation shall remain firm and fixed for acceptance for 60 calendar days after the day of the Proposal opening. 7.3. The price proposal shall include all franchise fees, royalties, license fees, etc., as well as all costs for transportation or delivery as applicable within the scope of the solicitation. 8. NON -COLLUSIVE AFFIDAVIT Each Offeror shall complete the Non -Collusive Affidavit form and shall submit the form with their Proposal. City considers the failure of the Offeror to submit this document may be cause for rejection of the Proposal. 9. PUBLIC ENTITY CRIMES In accordance with Florida Statutes 4287.133 2 a : A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes §287.017 for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 10. CONFLICT OF INTEREST The award of any contract hereunder is subject to -the provisions of Chapter 112, Florida Statutes. Offerors must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of City or any of its agencies. Further, all Offerors must disclose the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent (5%) or more in the Offeror's firm or any of its branches or affiliate companies. 11. PERFORMANCE BONDS AND INSURANCE Upon award of a contract, the Successful Offeror, as required within the scope of the solicitation, will be required to submit performance and payment bonds equal to 100% of the total contract value. Offeror shall provide certificates of insurance in the manner, form and amount(s) specified. 12. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS The following is a summary of documents required to be submitted for this proposal. Failure to include a technical proposal, cost proposal, bid surety (if 30 City of Tamarac Purchasing & Contracts Division required below), or any other document that, by its omission, may prejudice the rights of other respondents, may result in immediate rejection of your proposal. Other forms or documents which, by their nature do not impact price or the Offeror's cost of doing business should accompany the Proposal; but must be provided within three (3) business days of the City's request to be considered responsive. 12.1 Technical Proposal 12.2 Cost Proposal 12.3 Certification 12.4 Certified Resolution Form (or firm's own Corporate Resolution) 12.5 Offeror's Qualifications Statement 12.6 Vendor Drug Free Workplace 12.7 Non -Collusive Affidavit 12.8 Proof of applicable insurance 13. GENERAL SUBMISSION REQUIREMENTS 13.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror should be initialed. 13.2 Proposals must contain a manual signature of a corporate officer or designee with the proven authority to bind the firm in matters of this nature. The address and telephone number for any communications regarding the Proposal must be included. 13.3 Proposals shall contain an acknowledgment of receipt of all addenda. 13A Proposals by corporations must be executed in the corporation's legal name by the President or other corporate officer, accompanied by evidence of authority to sign. Evidence of authority shall be provided on the enclosed Certified Resolution form, or by the company's own Corporate Resolution. 13.5 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature. 13.6 Proposals shall be submitted to the Purchasing Office on or before the time indicated in the Request for Proposals. Proposals shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope should be clearly marked on the exterior with the applicable solicitation name and number. The envelope should state the name and address of the Offeror and should be include all documents as specified in the Request for Proposals. Purchasing and Contracts Division staff is not responsible for the premature opening of a Proposal that is not properly addressed and identified. 31 ✓ of Tamarac _ Purchasing & Contracts Division 13.7 In accordance with Florida Statutes, Chapter §119.07(1)(a) and except as may be provided by other applicable state and federal law, the Request for Proposals and the responses thereto are in the public domain. However, Proposers are requested to specifically identify in the submitted Proposal any financial information considered confidential and/or proprietary which may considered exempt under Florida Statute §119.07(t). 13.8 All Proposals received from Offerors in response to the Request for Proposals will become the property of City and will not be returned. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of City. 13.9 The Proposer preparing a submittal in response to this RFP shall bear all expenses associated with its preparation. The Proposer shall prepare a submittal with the understanding that no claim for reimbursement shall be submitted to the City for the expense of proposal preparation and/or presentation. 14. MODIFICATION AND WITHDRAWAL OF PROPOSALS 14.1 Proposals may be modified or withdrawn by a duly executed document signed by a corporate officer or other employee with designated signature authority. Evidence of such authority must accompany the request for withdrawal or modification. The request must be delivered to the Purchasing Office at any time prior to the deadline for submitting Proposals. Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a new Proposal prior to the Proposal opening date and time. No Proposal may be withdrawn or modified after the date of proposal opening has passed. 14.2 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with the Purchasing Office, and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of City, by clear and convincing evidence, that there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal, but the intended correct Proposal is not similarly evident, Offeror may withdraw its Proposal and any bid security will be returned. Thereafter, the Offeror will be disqualified from further bidding on the subject Contract. 15. REJECTION OF PROPOSALS 15.1 To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. RN of Tamarac _ Purchasing & Contracts Division 15.2 City reserves the right to reject the Proposal of any Offeror if City believes that it would not be in its best interest of to make an award to that Offeror, whether because the Proposal is not responsive, the Offeror is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of the solicitation. 16. QUALIFICATIONS OF PROPOSERS 16.1 Each Offeror shall complete the Offeror's Qualifications Statement and submit the form with the Proposal. Failure to submit the Offeror's Qualifications Statement and the documents required thereunder may constitute grounds for rejection of the Proposal. 16.2 As a part of the Proposal evaluation process, City may conduct a background check which may include a records check by the Broward Sheriff's Office. Offeror's submission of a Proposal constitutes acknowledgement of the process and consent to such investigation. 16.3 No proposal shall be accepted from, nor will any contract be awarded to, any person who is in arrears to City for any debt or contract, who is a defaulter, as surety or otherwise, of any obligation to City, or who is deemed irresponsible for unreliable by City. City will be the sole judge of said determination. 16.4 City reserves the right to make a pre -award inspection of the Offeror's facilities and equipment prior to award of Contract. 16.5 Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 17. INSURANCE 17.1 Offeror agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Offeror, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. 17.2 Offeror shall obtain at Offeror's expense all necessary insurance in such form and amount as required by this proposal or by the City's Risk Manager before beginning work under this Agreement. Offeror shall maintain such insurance in full force and effect during the life of this Agreement. Offeror shall provide to the City's Risk Manager current certificates of all insurance required under this section prior to beginning any work under this Agreement. 33 of Tamarac Purchasing & Contracts Division 17.3 Offeror shall indemnify and save the City harmless from any damage resulting to it for failure of either Offeror or any Sub -Offeror to obtain or maintain such insurance. 17.4 The following are required types and minimum limits of insurance coverage, which the Offeror agrees to maintain during the term of this contract: Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $2,000,000 $2,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability 17.5 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 17.6 Neither Offeror nor any Sub -Offeror shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Offeror will ensure that all Sub -Offerors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 17.7 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and shall be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. 17.8 The Offeror's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Offeror's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. 17.9 The Offeror shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Offeror purchase a bond to cover the full amount of the deductible or self -insured retention. 34 18. of Tamarac I1 ` YA '''p ' Purchasing & CGantrac{s DMsion lw.µ_ 17.10 Offeror must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable only for Professional Liability. 17.11 The Successful Offeror agrees to perform the work under the Contract as an independent contractor, and not as a subcontractor, agent or employee of City. 17.12 An Installation Floater policy is required in an amount not less than the replacement cost for the installation of the work. Coverage shall be "All Risk" coverage for one hundred percent (100%) of the completed value. INDEMNIFICATION 18.1 GENERAL INDEMNIFICATION: Consultant shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Consultant, any sub -Consultant, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub - consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. 18.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 18.3 The Consultant shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 18.4 City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Consultant under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 35 City of Tamarac Ptirchasing & Coi7trG3c;ts Division 18.5 The Successful Offeror shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs.City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Offeror under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 19. DELIVERIES Any item requiring delivery by the Proposer or by sub -contractors shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. If delivery of an item is required, the City reserves the right to cancel the delivery order(s) or any part thereof, without obligation if delivery is not made at the time specified in the proposal 20. WARRANTIES 20.1 Successful Offeror warrants to City that the consummation of the work provided for in the Contract documents will not .result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Offeror is a party. 20.2 Successful Offeror warrants to City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 20.3 Successful Offeror warrants to City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 20.4 All warranties made by Successful Offeror together with service warranties and guarantees shall run to City and the successors and assigns of City. 21. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Proposer shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 36 of Tamarac 22. COPYRIGHTS OR PATENT RIGHTS & Caot7tracts Division The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as .a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 23. SAFETY STANDARDS The Proposer warrants that any product(s) supplied to the City shall conform with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards, if applicable. 24. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 25. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the successful Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin or physical or mental handicap if qualified. The successful Offeror will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or physical or mental handicap. Such actions must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The successful Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The successful Offeror further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. Successful Offeror shall pay all applicable sales, consumer use and other similar taxes required by law. 27. PERMITS, FEES AND NOTICES Successful Offeror shall secure and pay for all permits and fees, licenses and charges necessary for the proper execution and completion of the work, if applicable. The costs of all permits, fees, licenses and charges shall be included in the Price Proposal except where expressly noted in the specifications. 37 of Tamarac 28. PERFORMANCE Purchasing & Contracts Division Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 29. TERMINATION FOR CAUSE AND DEFAULT 29.1 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 29.2 Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirements of the RFP shall be just cause for the cancellation of the RFP award. The City may, by written notice to the Proposer, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of non-performance. 30. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, City may without cause and without prejudice to any other right or remedy, terminate the agreement for City's convenience whenever City determines that such termination is in the best interests of City. Where the agreement is terminated for the convenience of City, the notice of termination to Successful Offeror must state that the Contract is being terminated for the convenience of City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Offeror shall promptly discontinue all work and, to the extent indicated on the notice of termination, shall terminate all outstanding subcontracts and purchase orders as they relate to the terminated portion of the Contract, shall refrain from placing further orders and/or contracting with subcontractors, and shall complete any continued portions of the work. 31. FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 32. AUDIT RIGHTS City reserves the right to audit the records of Successful Offeror, relating to this contract, at any time during the term of the Contract, and for a period of three (3) years after completion of contract. If required by City, Successful Offeror shall 38 y of Tamarac Purchasing & Contracts Division agree to submit to an audit by an independent Certified Public Accountant selected by City. Successful Offeror shall allow City to examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. 33. ASSIGNMENT 33.1 Successful Offeror shall 'not assign, transfer or subject the Contract or its rights, title, interests or obligations therein without City's prior written approval. 33.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and City may, at its discretion, cancel the Contract. All rights, title, interest and obligations of Successful Offeror shall thereupon cease and terminate. 34. EMPLOYEES Employees of the successful Contractor shall at all times be under its sole direction and not an employee or agent of the City. The Contractor shall supply competent and physically capable employees. The City may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 35. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 36. GOVERNING LAW The laws of the State of Florida shall govern this Agreement. Venue shall be Broward County, Florida. 37. BACKGROUND INVESTIGATIONS As a part of the evaluation process, the City may conduct a background investigation including a criminal record check of Proposer's officers and/or employees, by the Broward County Sheriffs Office. Proposer's submission of a proposal constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Proposer's qualifications. 38. LIQUIDATED DAMAGES Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $200 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such 39 of Tamarac Purchasing & Contracts Division delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. 40 J\ 2272 .\ �# #«77 o= 0 &� C k§ @ ■ f 2 _ © e �� k § ■ � � S ■ ° � " ■ % ; e f 9 ^ e co© : C2 » . � a . 2C t 2 2 § § ( u .f .� � CN j\ .12 { 0 12 7 \ E E k\ ) $ � k#. ■# t U— § C , 2< o § E. � L $ /� co t ■ � o �U § of Tamarac COMPANY NAME: (Please Print): I_ Purchasing & Contracts Division Phone: Fax: BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... ❑ 1. Carefully read the Proposal Documents, including all terms and conditions. ❑ 2. Fill out the Proposal Forms, and include all requested exhibits as shown in the submittal requirements. ❑ 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ 4. Sign the Certification page. Failure to do so may result in your Proposal being deemed non -responsive. ❑ 5. Fill out the Offeror's Qualification Statement. ❑ 6. Fill out the References page. ❑ 7. Sign the Vendor Drug Free Workplace Form. ❑ 8. Fill out and sign the Certified Resolution. ❑ 9. Fill out the List of Subcontractors. ❑ 1o. Include proof of insurance. Make sure your Proposal is submitted PRIOR to the deadline. Late Proposals will not be accepted. Failure to provide the requested attachments may result in your Proposal being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. 42 of Tamarac _ Purchasing and Contracts Division PROPOSAL FORM RFP 05-09R UPGRADE OF VOICE/DATA NETWORK PROPOSAL PRICE Data Network Upgrade, Base Cost Voice Network Upgrade, Base Cost Not to Exceed: Not to Exceed: Other Costs or Expenses not included in Base Cost $ (Provide additional cost information on the following two pages, which are part of the Proposal Farm SUBMITTED BY: Company Name: Address: City: State: Zip: Telephone: Email: Fax: NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. 43 of Tamarac �� ^w PurchrsirFg and Contracts Division RFP 05-09R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK DATA NETWORK UPGRADE PRICING Provide turnkey installation pricing, including all components, installation services and any other services. Pricing shall be summarize network components and services at each City facility; pricing for specific applications, as listed on the schedule below, shall be furnished separately. All summary pricing, as furnished on this page, shall be documented on a separately submitted, itemized pricing schedule that shall list all components, parts numbers, applications, and installation services, so that the price on the itemized schedule equals the price furnished below. City Hall $ Public Works/Building Department $ Satellite City Hall $ Community Center $ Fire Station 41 $ Fire Station 78 $ BSO Transportation $ Recreation Center $ MPC $ Fire Station 15 $ Utilities $ Water Treatment $ Network utilization survey $ IP addressing design $ I -Net fiber certification $ Total, base pricing, data network $ Wireless LAN configuration $ Other optional services (please specify) $ 44 City of Tamarac i Purchasing and Contracts Division RFP 0"9R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK VOICE NETWORK UPGRADE PRICING Provide turnkey installation pricing, including all components, installation services and any other services. Pricing shall be summarize network components and services at each City facility; pricing for specific applications, as listed on the schedule below, shall be furnished separately. All summary pricing, as furnished on this page, shall be documented on a separately submitted, itemized pricing schedule that shall list all components, parts numbers, applications, and installation services, so that the price on the itemized schedule equals the price furnished below. City Hall $ Public Works/Building Department $ Satellite City Hall $ Community Center $ Fire Station 41 $ Fire Station 78 $ BSO Transportation $ Recreation Center $ MPC $ Fire Station 15 $ Utilities $ Water Treatment $ Voicemail/Unified Messaging system (Berbee or equivalent) $ Call accounting $ Automatic Call Distribution $ E911 emergency notification $ XML text messaging $ Remote Phone Control application for IT staff $ Total, base pricing, voice network $ 45 of Tamarac Purchasing & Contracts (division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL PARTNERSHIPF-1 If "Other", Explain: Authorized Signature Title Company Name City/State/Zip Fax Number CORPORATION[—] OTHER[] Name (Printed Or Typed) Federal Employer I.D./Social Security No. Address Telephone Contact Person Page 1 of t Certification of Tamarac CERTIFIED RESOLUTION Purchasing & Contracts Division I, (Name), the duly elected Secretary of (Name of Corp.), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Name of Corp.) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 20. (SEAL) LIM Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 Certified Resolution of Tamarac _Purchasing & Contracts Division OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88t" Avenue Tamarac, Florida 33321 Company: Contact Name: Address: City, State, Zip Telephone No. Fax No. Check One Corporation Partnership ElIndividual 00ther 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. 1j The correct name of the Offeror is: The address of the principal place of business is: If Offeror is a corporation, answer the following: a) Date of Incorporation: __....... _ b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) Treasurer's name:. _ g) Name and address of Resident Agent: Page 1 of 5 Offeror's Qualification Statement City of Tamarac a i„ Purchasing & Contracts division 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you personally inspected the site of the proposed work? El YES 1:1 NO 9. Do you have a complete set of documents, including drawings and addenda? ❑ YES [:] NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? F-1 YES Ej NO Page 2 of 5 Offeror's Qualification Statement of Tamarac i. Purchasing & Contrat;ts Division 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone.. __. 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the Offeror: 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: -T� Page 3 of 5 __ Offeror's Qualification Statement of Ternarac � (� �� __ Purchasing & Contracts Division 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Telephone 20. Attach a financial statement including Offeror's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? DYES NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Page 4 of 5 Offeror's Qualification Statement of Tamarac Purchasing & Contracts Division The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of County of On this the day of , 20 _ , before me, the undersigned Notary Public of the State of Florida, personally appeared nd (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 5 of 5 Qiferar's Qualification Statement of Tamarac 4 Purchasing & Contracts Division "O"P NON -COLLUSIVE AFFIDAVIT State of )ss. County of being first duly sworn, deposes and says that: 1. He/she is the , (Owner, Partner, Officer, Representative or Agent) of , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of. By Witness Witness Printed Name Title Page 1 of 2 Non -Collusive Affidavit City of Tamarac; j ' Purrhasing & Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Non -Collusive Affidavit of Tamarac VENDOR DRUG -FREE WORKPLACE & Contracts Division Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or polo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name Page 1 of 1 Drug -Free Workplace a r of Tamarac f Purchasing & Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name ......... _ Page 9 of I References of Tamarac LIST OF SUBCONTRACTORS & Contracts Division The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid non -responsive and may cause its rejection. Subcontractor % Total Contractor Name/Address Contract License No. Work to Be Performed Page 1 of 1 List of Subcontractors �y of Tamarac Payment Bona FORM PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirements of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of , 20 , with OWNER for which contract is by reference made a part hereof, and is hereafter referred to as the Contract; THE CONDITION OF THIS BOND is that if the CONTRACTOR: Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 2.1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to the CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment. Page 1 of 3 City of Tamarac �' Payment bond 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES Secretary (AFFIX SEAL) lnfflmk ***V Secretary (AFFIX SEAL) IN THE PRESENCE OF: Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title. Type Name and Title signed above INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone Page 2 of 3 of Tamarac t4 U. • R ACKNOWLEDGMENT FORM PAYMENT BOND State of County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: of (Name of Corporate Officer) (Title) a (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath CERTIFICATE AS TO PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Page 3 of 3 City of Tamarac i Performance Bond FORM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirement of Florida Statute 255.05, we, CONTRACTOR, and, as Surety, are bound to the City of Tamarac, OWNER, in the amount of: as Principal, hereinafter called Florida, as Obligee, hereinafter called Dollars, ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of 20 , with OWNER for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Fully performs the Contract between the CONTRACTOR and the OWNER dated ,20 , for the within calendar days after the date of contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees and costs, including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1 Complete the Contract in accordance with its terms and conditions; or Page 9 of 4 of Tamarac Peliarmance Bond 4.2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the. OWNER elects, upon determination by the OWNER and Surety jointly of the best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those persons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES Secretary Principal By (AFFIX SEAL) Signature and Title WITNESSES Type Name and Title signed above Surety Secretary By (AFFIX SEAL) Signature and Title Type Name and Title signed above Page 2 of 4 of Tamarac IN THE PRESENCE OF: INSURANCE COMPANY: Performance Bond By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND State of County of On this the day of , 20 before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: of (Name of Corporate Officer) (Title) a (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or❑DID NOT take an oath Page 3 of 4 of Tamarac CERTIFICATE AS TO PRINCIPAL Performance Bona' I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that _ who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Wage 4 of 4 �N of Tamarac Purchasing & Contracts Division CHANGE ORDER DATE OF ISSUANCE: CHANGE ORDER NO OWNER: PROJECT CITY OF TAMARAC NAME: 7525 NW 88t" Avenue Tamarac, FL 33321-2401 BID NO, PROJECT NO. CONTRACTOR P.O. NUMBER INCOMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS: DESCRIPTION: PURPOSE OF CHANGE ORDER: CHANGE IN CONTRACT PRICE Original Contract Price 0 CHANGE IN CONTRACT TIME Original Contract Time Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order Net (Increase) of this Change Order Net (Increase) of this Change Order Contract Price with all approved Change Orders Contract Time with all approved Change Orders RECOMMENDED APPROVED APPROVED BY BY BY Director City Manager Contractor Date Date Date of Tamarac SAMPLE AGREEMENT BETWEEN THE CITY OF TAMARAC AND and Contracts Division THIS AGREEMENT is made and entered into this day of , 2005 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and , a corporation, with principal offices located at (the "Contractor') to provide for the upgrade of the City's voice and data communications network. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, Request for Proposal Document No. 05-09R, "Upgrade of Voice and Data Communication Network", including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to furnish, install and make operable, an upgrade to the City's Voice and Data Communication Network, in accordance with the requirements outlined in Request for Proposals No. 05-09R. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. Page 1 of 7 of Tamarac � ,' Purchasing and Contracts DiOsion 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this. Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. The work shall be substantially completed within days from the date of issuance of said Notice to Proceed. 6) Contract Sum The Contract Sum for the above work is Dollars and cents ($ ) 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoices. A retainage of ten percent (10%) will be deducted from monthly payments. Retainage monies will be released upon satisfactory completion and final inspection of the specific work order. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits shall be processed before the warranty Page 2 of 7 City of Tamarac; � � o _ Purchasing and Contracts Division period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 8) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until substantial completion of the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 9) Indemnification 9.1. The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 9.2. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. Page 3 of 7 City of Tamarac I Purchasing and Cgntrads Drvisiar, Ile 11) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR 14) Termination 14.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 14.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, Page 4 of 7 City of Tarnarac and Contracts Division should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. Page 5 of 7 City of Tamarac _ (0:)' _ Purchasing and Contracts Div.;sion IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its , duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy (CORPORATE SEAL) Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date Page 6 of 7 of Tamarac CORPORATE ACKNOWLEDGEMENT STATE OF SS COUNTY OF and Contracts Division I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of , 20_ Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. Page 7 of 7 Purchasing and Contracts Division City of Tamarac "Committed to Excellence ... Alwoys" ADDENDUM NO. 1 REQUEST FOR PROPOSAL 05-09R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK (CISCO SOLUTION) DATE OF ADDENDUM: APRIL 8, 2005 The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP No. 05-09R, Upgrade of Voice and Data Communication Network (Cisco Solution). As a result of the number of changes included, please change the Proposal Deadline as follows: Proposals shall now be due no later than 4:00 P.M., on April 19, 2005. 1. Existing building plans are available for review at the City. Please contact Gary Jordan at (954) 724-1300 to make arrangements to review plans if required. 2. The City will provide standard 19" rack mount assemblies with wired patch panels in all facilities, except in areas where cabinets are place already. 3. Part 3: Scope of Services and Specifications, Section 2.2.5 Wireless LAN: Please add the following language: "Successful contractor, upon award of Agreement, will be requested to provide a proposal for the provision of wireless voice and data services at all City facilities, and within of 300 foot radius of each facility. The cost of providing a survey to the City to detail the requirements for providing wireless access shall be included as part of this proposal; and shall be priced as a separate line item herein." A revised pricing form has been included herein for the Data and Voice Upgrade Pricing. 4. City Hall: CAT 5 connections are currently available between communications/data closets and the Data Center. Successful contractor shall be responsible to upgrade these connections to gigabit technology, including supplying all components, supplies, and services, including pulling cable. Existing City Hall ceilings are capable of accommodating plenum runs. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 a (954) 724-2450 ■ Fox (954) 724-2408 ■ www.tamarac.org Equal Opportunity Employer City of Tamarac Purchasing & Contracts Division 5. Public Works/Utilities/Fire Station #15: Each floor of each building will become a separate node on the City's single -mode fiber ring. 6. The following questions have been received by the City since the Pre -proposal Conference (questions have been copied verbatim): 6.1. Q. Do all sites have single mode fiber back to City Hall either directly or through another building? A. Yes, but certain locations require new terminations (Public Works, Building & Code Compliance, Fire Station #15, Utilities Division). 6.2. Q. Define the XML text messaging application and how many IP phones would require the application? A. The application should provide the capability to simultaneously send an audio stream and a text message to multiple Cisco IP phones, IP Speakers, and the PC Client. Through either a password -protected webpage or the IP phone Services menu, an administrator can select a pre-recorded message or send a live broadcast, and begin playing it to all IP phones or associated groups of phones, IP speakers, PCs and external overhead paging systems. The City is interested in a Berbee Informacast 4.0 System or approved equal. 6.3. Q. Is the City looking to have 911 identified by the building address or by the closet covered? A. Building address. They are both the same for our buildings. Please note in Part 3, "Scope of Services and Specifications, Section 3.14, the City is requesting each proposing vendor to "... provide and explain your E911 solution, insuring that it meets all state statutes for citizens dialing 911 from a commercial establishment." 6.4. Q. A. 6.5. Q. A. Define the number of modems and faxes that make up the total count of 23? Are there any modems that have speed greater than 9.6?" Our intention is to leave all analog lines as they are, and not make them a part of the new system upgrade. Is the wireless application being removed from the RFP? See Item 3 above. We will require pricing for a wireless survey to determine the installation requirements. 05-09R - REVISED PROPOSAL FORM 041812005 A City of Tamarac Purchasing & Contacts Division 6.6. Q. Part 3, "Scope of Services and Specifications, Sections 2.3 and 3.0. What is the quantity of actual licenses required for voice mail, unified messaging and call accounting applications? A. Voice Mail licenses required: 500 Unified Messaging licenses: 300 Call Accounting licenses: 500 6.7 Q. Please confirm that pages 43-45 of the RFP, with the detailed supporting information is to be provided in a separate sealed envelope. This would be Part 2 and Part 3 as outlined in the RFP on page 8, so it will not be included in the main RFP submittal. A. Pages 43 through 45, along with your detailed supporting price documentation (your "Schedule A") is to be contained in a separate sealed envelope, clearly identified as the "pricing proposal". These submittals are identified on Page 8 as "Part 2" and "Part 3". 6.8 Q. In the description of Part 4 of the RFP response format on page 9, can you confirm or clarify if the required documents that need to be executed, beginning with the Proposal checklist form. Are there other "required responses" that are being referred to? Do you want the body of the RFP included, as well, or just the submittal documents? Please clarify. A. Please return a complete copy of the RFP, including all submittals required under Part 1, Section VI "Proposal Format & Organization", Instructions to Offerors Section 12 (p.31), the checklist included on p. 42. In addition, include detailed responses to issues identified in Part 3 of the Proposal, and any other submittal as required by the RFP. 6.9 Q. There is no line on the Voice network pricing sheet for the training as described on page 24-25 of the RFP. Can this be added to the price sheet? Or indicate if you would like this added into some other component of the pricing? A. Yes, add it to the upgrade pricing. (Please see the attached corrected form.) 6.10 Q. Please provide further clarification of the WLAN specifications and capabilities that you would like to be included. Components would include e surveys, equipment (which cannot be specifically determined until after site surveys), and implementation. A. See item 3 above. 05-09R - REVISED PROPOSAL FORM 041812005 1 City of Tarnarar, Purchasing& Contracts Division .....................--.—._......,.............--........_._......._........... p 6.11 Q. Since voice and data are going to be broken into separate schedules, since the routers at each site are only going to be supporting voice functionality, confirm that your intention is to have these components as part of the voice pricing. A. Please include the routers as part of the data network. 6.12 Q. P 20 — Analog Ports: Please indicate what analog devices would be connected to the proposed/required analog ports and how they would use; consultation hold, switch hook flash, transfer and three party conferencing. A. The analog count on P20 is for informational purposes only. These ports will be for devices such as fax machines and modems and will remain separate from the VOIP solution. The vendor shall determine the sufficient quantity of analog ports needed for survivability at each location. These ports should have the extended functions mentioned in the question above. 6.13 Q. P 21— Is it to be assumed that the analog ports counted in the Table will be FXO and used for connection to the PSTN for backup survivability. A. Please see the answer in 6.12 above. 6.14 Q. P 22 — 4.2 indicates "sufficient analog ports have been assigned in the table" for interfacing with the Loud Bell. Are these analog ports FXS or FXO in nature. A. The analog ports should be FXO. 6.15 Q. P 22 — 4.2, is Offeror responsible for the cost of equipment and services for replacing the loud ringing bell apparatus if required? A. Yes, offeror would be responsible for this replacement. 6.16 Q. Do all analog circuits terminate in the same closet where the equipment will be located? A. With the exception of City hall, yes, these lines will terminate in the same location as the equipment. 6A i Q. With regard to Public Works, there are two data closets, but the analog requirements on page 21 are grouped together, which appears to be for one gateway device. Since it was noted during the site visits that each of the floors will have separate connections to the fiber ring, in order to provide survivability to each floor, there may be a need for two gateway devices. Can you provide the analog and fax breakdown per floor, so that the response can reflect the correct port counts? Or Would it be acceptable for these two locations to share a gateway? 05-09R - REVISED PROPOSAL FORM 041812005 City of Tamarac Purchasing & Contracts Civision A. It is acceptable for the two locations to share a gateway so long as there is enough capacity to handle survivability. 6.18 Q. It is noted that you currently have 2 PRI circuits. Are these both in the same location -at City Hall? If the design dictates, can a PRI circuit be at another facility as a failover? A. One PRI would be located at City Hall the other at Fire Station 15. 6.19 Q. What does the City believe to be the number of conference calls to be performed at one time, and the typical number of participants on each conference call?" A. No more than 3 conference calls at any one time. Max participants would be up to,12. 6.20 Q. On page 22, you request a "5 user basic ACD functionality" Please provide more detail in what you are looking to provide via the ACD. Queuing? Monitoring? Etc A. For Customer Service Department 6.21 Q. Currently there is Ethernet cabling connecting the 3 data closets in City Hall to the core. Can you provide the exact specs of the cabling? Cat 5, Cat 5e, Cat 6? A. Cat 5. 6.22 Q. During the site visits there was a discussion regarding connecting the Satellite City Hall to Fire Station 78. . Please provide further clarification as to how you would like to integrate the satellite City Hall. In addition, if the existing connectivity is to be used, please provide the exact types of connectivity that are currently in place. If we assume the city will keep there existing T1, then we should also assume you will utilize the existing 1700 router for terminating the T1 ? A. Satellite City Hall will have a T1 for connectivity. We will continue to use the 1700 Cisco router at that location. 6.23 Q. On page 20 of the RFP, there are specifications of the voice mail system, for 250 users, the state a minimum of 500 licenses. Furthermore, on page 21, in section 3.1 the voice system applications request 300 unified messaging. Can you please clarify these two specifications? I believe that if you are deploying Unified Messaging, then all user licenses will be for this application, even if users will only be using the voice component. A. See question 6.6 above. 05-09R - REVISED PROPOSAL FORM 041812005 of Tarnarac & Contracts Division 6.24 Q. Please confirm based upon the information provided at the site visits that the RFP response should no longer include racks or enclosures. A. Correct. Rack and enclosures will be provided by the City. 6.25 Q. The responses should still include UPS' for the each data closet. Do you want that pricing to be included with the data or the voice upgrade pricing? Did a UPS solution for the Main Data Center closet need to be included, as well? A. UPS should be provided by vendor and should be included under data pricing. The Main Data Center closet is already on a gererator/UPS and as such should not be included. 6.26 Q. For purposes of the RFP response, should the deployment schedule be specific to cutover or turn -up dates for each site. It would be difficult to specify dates for each site, as some circuit activation may be required. Would dates for major milestones be acceptable? Upon award, the successful bidder can provide detailed Project plans with dates to be held to the Liquidated damages provision. A. The schedule should be based on major milestones and not on specific cutover dates. 6.27 Q. Can we assume that the existing data internet access to remain place, as is? A. Yes. 6.28 Q. Is Unified Messaging to be working in conjunction with Exchange 2000 or Exchange 2003, as mentioned during the site visit? A. Exchange 2003. 6.29 Q. During the site visits it was indicated that there were 3 data closets, plus the Main Computer room. On all of the charts in the RFP, specifically, 5.3 on page 14, and the chart on page 19 there are 4 closets list. Can you please clarify? Are there any end users to be connected into switch(s) in the Main computer room? A. There are 4 closets in addition to the data room in City Hall -- 2 wiring closets upstairs and 2 downstairs. 6.30 Q. Do you require dual homing of servers in the main computer room to provide additional redundancy? Do your servers support dual connectivity? A. Not relevant to this project. 05-09R - REVISED PROPOSAL FORM 041812005 City of Tamarac Purchasing & Contracts Division 6.31 Q. Does the city request any conference phones be included(Cisco 7936)? A. Yes, 4 conference phone would be needed. 6.32 Q. Do the IP instrument phone counts on page 21 include common area phones? A. Yes. 6.33 Q. You have requested one standard instrument for all phones, without any details of the requirements of the IP handsets. Since there is a large discrepancy in price, can you provide more detail to make sure all bidders provide equal solutions with regard to phones. For reference, the 7960 is the most widely deployed throughout the world. A. We would like 22 — Cisco Model 7970, 172 —Cisco Model 7960, 42 -- Cisco Model 7940 phones. 6.34 Q. Do you have users (ie. Operators or general receptionist) that may require additional line appearances for their phones? If so, please indicated the quantity, as additional phone components (7914 sidecars) will be required. A. Yes, we need 18 at City Hall, 3 at Utilities, 4 at Public Works, 2 at Building, 2 at Fire Station #15, 3 at Community Center for a total of 32 sidecars. 6.35 Q. On page 45 of the RFP, Voice Network upgrade pricing, there is a line "Voicemail/Unified Messaging systems (Berbee or equivalent). The Berbee application, as described is the XML messaging application, as described on page 22. Should this line item be "Unified Messaging" as described in 3.1.1. A. Yes. The Berbee or equivalent is a typographical error and should be included next to the XML text messaging line item. 6.36 Q. On page 43, a "Not to Exceed" price is being requested. Is it assumed that the pricing would be "not to exceed" with the assumption that there is no material to change to any of the items or scope of work in the RFP. In additional phone types and quantities may change, which would affect the final pricing. A. The City is basing the "Not to Exceed" price on the anticipated configuration shown in the RFP. We have also requested each firm to provide unit prices for components as well, which is to be included with your pricing proposal as a "Schedule A". In the event that the City may need additional components, above and beyond the original parameters provided in the RFP, pricing for those components will be extrapolated based on the unit pricing shown in the component list. While it is possible that the final cost will be greater than the original "Not to Exceed" 05-09R - REVISED PROPOSAL FORM 04/8/2005 t", .. ... rPurchasing & Contracts Division arnarc�........................................_...._.........................._...._..,.,..........,............................. -- ........ cost, the unit pricing itself should not increase, allowing for an equitable adjustment to the final quantities that as may be determined. 6.37 Q. Do you want Cisco Smartnet as described to be included in the component pricing of each site, as broken down on the Upgrade Pricing sheets? A. Pricing on page 45 should include Smartnet costs. Please include the costs on schedule A as a delete cost. 6.38 Q. Do you want 5 years of maintenance for 3rd party applications, IE-Berbee? A. No, only 1 yr. of maintenance will be required for 3rd party applications. 6.39 Q. While the RFP requests Power of Ethernet and Survivability for all sites, in review, MPC, which only has one phone may be a location where this would be overkill, and a very expensive per user solution. Are you open to recommendations on what would be the best recommendation for such a site from the bidder? A. The MPC does not require survivability. There are no further changes to this proposal. This addendum should be returned with your proposal submittal. Please acknowledge the addendum in the area indicated below, and return a copy of the addendum along with your response. Additionally, the revised bid forms are to be returned as part of your submittal. Acknowledged and Accepted: NAME OF PROPOSER: DATE: . . . _..... Keith K. Glatz, CPPO Purchasing & Contracts Manager Attachments 05-09R - REVISED PROPOSAL FORM 041812005 City of Tamarac Purchasing & Coniracts Division RFP 05-09R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK DATA NETWORK UPGRADE PRICING Rev. 4/8 Provide turnkey installation pricing, including all components, installation services and any other services. Pricing shall be summarize network components and services at each City facility; pricing for specific applications, as listed on the schedule below, shall be furnished separately. All summary pricing, as furnished on this page, shall be documented on a separately submitted, itemized pricing schedule that shall list all components, parts numbers, applications, and installation services, so that the price on the itemized schedule equals the price furnished below. City Hall $ Public Works/Building Department $ Satellite City Hall $ Community Center $ Fire Station 41 $ Fire Station 78 $ BSO Transportation $ Recreation Center $ MPC $ Fire Station 15 $ Utilities $ Water Treatment $ Network utilization survey $ IP addressing design $ I -Net fiber certification $ Total, base pricing, data network $ Wireless LAN N Gem w .0 urban $ Wireless Network Survey (Data & Voice) $ Other optional services (please specify) $ Items underlined are additions to the document. Items s+r, wk-t""^, ^" are deletions from the document. 05-09R - REVISED PROPOSAL FORM 04/8/2005 City of Tarnrarn Purchasing & Contracts Division VOICE NETWORK UPGRADE PRICING Rev 4/8 Provide turnkey installation pricing, including all components, installation services and any other services. Pricing shall be summarize network components and services at each City facility; pricing for specific applications, as listed on the schedule below, shall be furnished separately. All summary pricing, as furnished on this page, shall be documented on a separately submitted, itemized pricing schedule that shall list all components, parts numbers, applications, and installation services, so that the price on the itemized schedule equals the price furnished below. City Hall $ Public Works/Building Department $ Satellite City Hall $ Community Center $ Fire Station 41 $ Fire Station 78 $ BSO Transportation $ Recreation Center $ MPC $ Fire Station 15 $ Utilities $ Water Treatment $ Voicemail/Unified Messaging system $ Call accounting $ Automatic Call Distribution $ E911 emergency notification $ XML text messaging (Berbee or eg,uivalent) $ Remote Phone Control application for IT staff $ TRAINING for Employees $ Total, base pricing, voice network $ Items underlined are additions to the document. Items stru r* thFeuO are deletions from the document. 05-09R - REVISED PROPOSAL FORM 041812005 City of Tamarac "Committed to Excellence... Always" Purchasing and Contracts Division ADDENDUM NO.2 REQUEST FOR PROPOSAL 05-09R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK (CISCO SOLUTION) DATE OF ADDENDUM: APRIL 8, 2005 Revised Proposal Due Date: April 19, 2005, 4:00 P.M. The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP No. 05-09R, Upgrade of Voice and Data Communication Network (Cisco Solution). The following are clarifications to Addendum #1. (Note: deadline for written questions expired 4/6/05.) 1. Q: Voice mail users: Is the total 800 licenses combined, or are the 500 voice mail users inclusive of the 300 unified messaging users? A. The 500 voicemail licenses shall be INCLUSIVE of voicemail only users plus those that will have unified messaging. Voicemail only + unified messaging quantities will equal 500 TOTAL users. 2. Q: The routers in this solution are voice gateways, so should they be included in data communications pricing? A. Yes, please include these under your pricing for data communications. 3. Q: In reference to Question 6.29 (Addendum 1): Are there any end users that will be connecting to the switch(s) in the main computer room? A. Yes, approximately 30 users are connected directly into the main backbone switch at City Hall. There are no further changes to this proposal. This addendum should be returned with your proposal submittal. Please acknowledge the addendum in the area indicated below, and return a copy of the addendum along with your response. Additionally, we have attached the required bid forms in an interactive format, for your use in preparing your submittal. Sincerely, Keith K. Glatz, CPPO Purchasing & Contracts Manager Attachments Acknowledged and Accepted: NAME OF PROPOSER: DATE: 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 w (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equal Opportunity Employer ITEM NO. 6(g) TEMPORARY RESOLUTION 10720 AGREEMENT BETWEEN CITY OF TAMARAC AND COLEMAN TECHNOLOGIES, INC. EXHIBIT 1: RFP - 05-09R IS AVAILABLE FOR REVIEW IN THE CITY CLERK'S OFFICE Coleman Technologies RFP 05-09R RESPONSE pF T TR10720 EXHIBIT"? • fw • Customer Name: City of Tamarac Project Title: Upgrade of Voice and Data Communication Network (Cisco Solution) Client Acceptance Signature CTI Authorization Signature 4/15/2005 Creation Date CTI119-041205 CTI Identifier Coleman Technologies, Inc 5200 NW 33rd Avenue Suite 103 Ft. Lauderdale, FL 33309 Tel.: 954.735.4123 Fax: 954.735.4522 www.CTIUSA.com This Project Scope of Work outlines the services for the planned project, specifies the work to be completed, and details the obligations of both CTI and the Client. Confidentiality Statement This document contains information and data which is proprietary to CTI that shall not be disclosed outside the recipients listed above and shall not be duplicated, used, or disclosed - in whole or in part - for any purpose other than to evaluate this information. City of r amarac purchasing & Contracts Division COMPANY NAME: (Please Print): cG(&4uw Phone: �bq'73bf_-q(,?3 X-315 Fax: BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... 1. Carefully read the Proposal Documents, including all terms and conditions. a2. Fill out the Proposal Forms, and include all requested exhibits as shown in the submittal requirements. 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. [] 4. Sign the Certification page. Failure to do so may result in your Proposal being r deemed non -responsive. 9 5. Fill out the Offeror's Qualification Statement. 716. Fill out the References page. N7. Sign the Vendor Drug Free Workplace Form. 8. Fill out and sign the Certified Resolution. 9. Fill out the List of Subcontractors. 10. Include proof of insurance. Make sure your Proposal is submitted PRIOR to the deadline. Late Proposals will not be accepted. Failure to provide the requested attachments may result in your Proposal being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. 42 Table of Contents PART 1-COVER LETTER AND INTRODUCTION.........................................................3 COVERLETTER...................................................................................................................... 3 INTRODUCTION....................................................................................................................... 4 EXECUTIVE SUMMARY...........................................................................................................7 TECHNICAL SUMMARY........................................................................................................... 8 NETWORKDESIGN............................................................................................................... 10 PART 2-PROPOSAL FORM AND VENDOR PRICING FORM ................................... 31 PART 3 ITEMIZED "SCHEDULE A"...............................................................................32 PART 4 FULL COPY OF RFP WITH RESPONSE DOCUMENTS .............................. 33 PART 5-IMPLEMENTATION METHODOLOGY......................................................... 34 1. DESIGN AND PRE-PLANNING........................................................................................ 34 2. PROJECT IMPLEMENTATION & INTEGRATION PHASES .................................................. 36 3. CTI QUALITY OF SERVICES FOR IMPLEMENTATION AND SUPPORT ............................... 40 4. KNOWLEDGE TRANSFER-TRAINING.............................................................................46 5. KEY PROJECT CONTACTS.............................................................................................. 48 ESTIMATED PROJECT TIMELINE........................................................................................... 49 CLIENT RESPONSIBILITIES.................................................................................................... 49 APPENDIX A -SPECIFIC TASK LISTS.........................................................................51 APPENDIX B - CALL MANAGER BASIC FEATURE SET OUTLINE......................56 BASIC PHONE FEATURES...................................................................................................... 56 OUT BOUND DIAL PLAN POLICIES........................................................................................ 57 INBOUND DIAL PLAN POLICIES........................................................................................... 57 APPENDIX C - IP TELEPHONY ACCEPTANCE TEST...............................................58 APPENDIX D - MILESTONE & DELIVERABLE COMPLETION .............................61 APPENDIX E. - CHANGE MANAGEMENT PROCEDURES ...................................... 62 APPENDIX F - CHANGE REQUEST............................................................................... 63 APPENDIX G - RESUMES................................................................................................. 64 PART 6 REFERNCE FORM PART 7 STANDARD TELEPHONE COMPANY AGENCY LETTER ........................ 66 PART 8-ADDITIONAL ATTACHMENTS.....................................................................67 PART 9---PRODUCT BROCHURE................................................................................... 68 COVER LETTER AND INTRODUCTION PROPOSAL FORM AND VENDOR PRICING a. ITEMIZED "SCHEDULE A" q;! iDITIONAL ATTACHMENTS PRODUCT BROCHURES 4mb City of Tamarac upgrade of Data and voice Network PART 1-Cover Letter and Introduction Cover Letter April 15, 2005 Keith Glatz, et al City of Tamarac 7825 NW 881h Ave. Tamarac, I~I 33321 Dear Mr Glatz and others within the City of Tamarac, It is with great pride and pleasure that I submit a response to your RFP 05-09R on behalf of Coleman Technologies, Inc. As you will see in the full response document, we have invested quite a bit of time in effort in making sure that we have met and exceeded your response requirements. We will provide the same type of attention to detail if we are awarded this RFP to make sure that the project is 100% successful for the City of Tamarac. We have provided you with a turn -key solution for the upgrade of your voice and data networks. We have provided the required references, but would be happy to furnish additional references if required, as we have several new Cisco IP telephony projects underway, in addition to those listed. CTI is committed to excellence, just as the City of Tamarac has in their tagline.....always. Please feel free to contact me with any questions regarding this response, and again, we are looking forward to the opportunity to work with you on this project. Sincerely, Jill Finkelstein Major Account Manager Coleman Technologies, Inc. 305-606-2835 j finkelsteinO)ctiusa.com Page 3 Ure or duc[usure of this inJnrnunion and data is .suhiect to the rc.,rricdnn.e found on the fide pu,ge of Chia document. 40 City of Tamarac Upgrade of Data and Voice Network Introduction Our Vision .. . "Through innovation, creativity, and technical excellence to be the world's best systems engineering and integration company in the eyes of customers, employees, and competitors. " Coleman Technologies, Inc. (CTI) is a leading IT consulting and engineering firm devoted to delivering our customers end -to -end network solutions. CTI has grown to over 100 employees with offices in Orlando, Tampa, Jacksonville, Ft. Lauderdale, FL, Nashville, TN and Arlington, VA. CTI possesses unmatched network consulting expertise and is on display throughout the local underlining areas surrounding the Southeast United States. Additionally, CTI has extensive experience implementing technology solutions / deployments both nationally and internationally. CTI is the consummate and premier Consulting / Engineering firm. CTI maintains both Cisco and Microsoft Gold Partnerships, along with many Cisco Specializations, with engineers, management and executives located throughout the Southeast. CTI is an employee owned business founded in 1995 to provide computer network engineering and Internet services built on experience in aerospace systems engineering services. By building on the rigors of aerospace systems engineering, CTI provides a differentiated level of service over its competitors. CTI focuses on industries with large scale, distributed networking needs, such as healthcare, utilities, national commercial, as well as Local, State and Federal governmental organizations. We are a world -class network engineering company consisting of experts who assist our clients in developing and realizing their vision. We understand the issues of today's business and help our clients deliver the services that allow them to compete in the digital world. CTI was recognized by Deloitte & Touche as being one of the top ten Fastest Growing Technology Companies in Central Florida for the past three years in a row. Furthermore, CTI President Ben Patz was named Ernst and Young Florida Entrepreneur of the Year in 2003. Proven areas of expertise: • Network engineering and systems analysis • Network security • Software engineering and development • Consulting engineering services • Program and project management Page 4 Lis'e or disciosure of this intormanon and data i.r svhieci to the resn ictions found on the titie page of this document. City4ff& of Tamarac Upgrade of Data and Voice Network In addition, CTI"s engineering team represents all aspects of information security experience and methodologies. Examples of these include the vendor -independent CISSP certification as well as vendor -specific certifications from Cisco, Checkpoint, Nortel, Citrix, Nokia, Sun, Microsoft, Compaq/HP, RedHat, and many others. CTI has been performing security engineering and consulting services to our customers since the company was founded in 1995. CTI has had extensive experience implementing security products such as firewalls, single sign -on and PKI authentication systems, network and host based intrusion detection/prevention systems, IPSec VPN devices, and enterprise class security device management software packages. Our security related service offerings include security assessments, penetration testing, security policy creation/review, and firewall rule - set and traffic analysis. The security services provided by CTI engineers are not limited to any vendor, product, or technology. The recommendations we provide are based on our years of experience from working with hundreds of customers, our technical knowledge of products and technologies, and our commitment to continued education to ensure our security engineers are aware of the latest trends and practices in the industry. Our Technical Expertise: Page _5 I rm, ov dmdmury j/'lhi,, nelnrnialion and daw i.3 ,vnhico to Me l evillah ,a found an drr Mlle pup, al thi., dncuntrrv. 40 City of Tamarac Upgrade of Data and Voice Network Technical Certifications: CTI maintains the following individual certifications: • (14) Cisco Certified Internetworking Engineer (CCIE) • (32) Cisco Certified Network Administrator (CCNA) • (18) Cisco Certified Network/ Data Professional (CCNP/CCDP) • (14) IP Telephony (Field and Systems Engineers) (AWID Certified) Microsoft/ Novell/ Compaq/ Citrix/Security • (22) Microsoft Certified Systems Engineer (MCSE) • (10) Microsoft Certified Systems Engineer 2000 (24) Microsoft Certified Professional (MCP) • (2) Microsoft Certified Trainer (MCT) (7) Certified Novell Engineer (CNE) (5) Compaq ASE / Compaq SAN • (4) Citrix Certified • (5) Certified Information Systems Security Professional (CISSP) For the City of Tamarac, Coleman Technologies, Inc. offers some additional unique advantages to our competitors. With the CTI South Florida location only 6.8 miles from City Hall, we will be able to provide the quickest turnaround time possible for support issues. In addition, the CTI engineers assigned to this project all reside in South Florida. This means that the engineers that do the installation and implementation will also be available for ongoing support. You will have a team with intimate knowledge of all designs and configurations to make ongoing support more streamlined, as well as provide continuity throughout the life of your network. Coleman Technologies, Inc. truly appreciates the invitation to work and partner with The City of Tamarac. We are committed to the successful completion and delivery of this project and look forward to a long-term partnership. For any questions or additional requirements please contact. Jill Finkelstein Sr. Account Manager 5200 NW 33rd Ave; Suite 103 Coleman Technologies, Inc jfinkelstein@ctiusa.com 305-606-2835 305-599-3399 x315 Page 6 Use or disclosure of this in/nrmminn Lind data is,subject rn the revricrions /ound on the hilt, page of ibis dncunient. City of Tamarac Executive. Summary The City of Tamarac (the decision to upgrade their converged network solution provide a turnkey solution deployments. Upgrade of Data and Voice Network city), after extensive study and analysis has made a existing voice and data networks to a Cisco based The city is in the process of selecting a vendor to for all aspects of both the voice and data network To this extent, Coleman Technologies, Inc (CTI), will provide a full implementation of all voice and data infrastructures in accordance with the requirements as specified in the City of Tamarac RFP 05-09R. CTI will be responsible for the deployment of all new voice and data equipment and a under separate quotation, CTI has provided pricing for the solution outlined within this response. The city has provided significant detail as to the requirements for the successful design and implementation of a new IP Telephony network. CTI is please to provide this AWID architecture and network design that either meets or surpasses all system specifications and/or requirements. In short, the CTI design and solution provides separate data and voice infrastructures and implementations. The data side the network will be upgraded to a 10/100mbs Ethernet LAN, with the city I -net creating a MAN (Metropolitan Area Network) for 1000 megabit connectivity between all sites outlined in the RFP, with the exception of the Satellite City Hall. CTI has designed and proposed a full Cisco IP Telephony solution to meet the demands of the cities voice communication requirements. This will allow all sites within the city to communicate on a homogeneous network with full campus style integrations. This solution will include a full unified messaging platform that will integrate with the existing Microsoft Exchange email system. The benefits of this solution include, reduced cost, reduced administration, four digit dialing between sites, failover and voice survivability solutions for each site in the network. In addition, the city has identified numerous telephony applications to provide additional functionality and management capabilities. These include Call Accounting, XML paging through the phones, remote control of the phones for administration, and full network management and administration applications. The migration from the existing infrastructure to the new converged networks will be conducted over a specified period of time, as outline in the timelines contained herein. The new voice and data networks will be deployed in parallel to the existing network and a planned cutover for each site will take place. This methodology, the experience of CTI, and careful planning will all mitigate the risk of any downtime on the network, and provide for a seamless transition to the new voice and data networks for the city. Page 7 Use or a1.P('io.Curr aJthi.r inlrn-nmrion and dum is .euhtael ro the restrictions found on the tide page of this ducumriv. City of Tamarac Upgrade of Data and Voice Network Coleman Technologies, Incorporated is pleased to provide this comprehensive voice and data solution/converged network design and proposal, and looks forward to a successful implementation. Technical Summary As indicated in this RFP response and associated CTI Equipment Quotations, CTI proposes a comprehensive Cisco data and voice solution for the new City of Tamarac locations. This solution will address the city's needs in the following areas: • High availability and capacity Local Area Network architecture • Metropolitan Area Network —(I -NET) Connectivity and integration o Fiber connectivity between sites using upgraded data equipment • IP Voice Communications Technologies to include: o Redundant Cisco Call Manger servers to support approximately 300 users o Voice Mail systems providing Unified Messaging and Auto Attendant operations. o Advanced Call Accounting Applications o Extended Digital and Analog Gateway facilities o Voice Conferencing server applications o Faxing Server applications o Over head paging systems o Emergency 911 facilities o XML Paging applications o Remote Control Phone applications • CiscoWorks, Extended Voice Health Management Systems As previously indicated, CTI will be providing full voice and data infrastructure deployment for the City of Tamarac. This deployment will include necessary infrastructures for LAN / MAN/PSTN connectivity within all outlined city facilities. The following high level summary identifies the primary components associated with the designs and IPT solution: Page 8 tjse ur disc/usure of this infiwouttinn and data is subject to the restrictions, found on the title page of this [dricumcm. City of Tamarac Upgrade of Data and Voice Network • City Hall and network Core o Cisco Catalyst 4507 with redundant Supervisor engines 0 48 port SFP for gigabit connectivity, fiber and copper 0 2-48 port 10/100/1000 POE RJ45 blades for server and end user connectivity o CiscO 3560 48 port power over Ethernet switches in data closets. o Cisco 2851 core PSTN gateway o MCS 7825 Call Manager server (redundant server at FS15) o MCS 7835 Server for Unity -both Unified messaging and voice mail • Fire Station 15 NOTE: This site will serve as the primary backup site for Call Manager services and PSTN connectivity o MCS 7825 Call Manager Server o Cisco 2821 PSTN gateway o Cisco 3560 POE switch • All other sites o All sites will have a 3560 series Power over Ethernet switch, except for MPC a All sites will have a Cisco 2800 series router for survivability, except for those indicated with a shared gateway. To provide for the services, features and applications as noted above, the infrastructure for the facility includes (1) Cisco Catalyst 4507 switch for Core of the data network. This is a redundant supervisor, redundant power supply chassis based switch that is equipped with a 48 port SFP blade that can provide aggregation of the switches within City Hall and connectivity to the fiber ring as needed. In addition, this switch has a blade that provides RJ45 connectivity for all file servers and needed end users. The access layer (IDF) is comprised of the data closets in the City Hall, as well as the data closets in each city facility that is part of this upgrade. All access switches are Cisco 3560 series switches delivering connectivity to the fiber ring and Power of Ethernet for IP phones. MCS 7825 Call manager servers will be configured redundantly to provide failover for each other. This configuration will support up to 2500 users without the need for additional licensing. For additional redundancy, CTI has recommended that one server be at City Hall and the other server will reside at Fire Station 15. In addition, the Unity Unified Messaging will be deployed on a dedicated MCS 7835 server at the City Hall, initially supporting 500-voice mail/unified messaging clients. The server hardware is sized to support up to 2000 users. Additional licenses can be purchased on a per user basis as needed. There will be an optional MCS server to support the Cisco Emergency Responder E911 PSAP compliant application, as may be required. Page 9 Use ur disclosure a/this in/nrmatinu [ntd darn i_ xuhject to the resvrictiuns Jnund 017 the title(xtge (if this dnerunetir, City Of Tamarac Upgrade of Data and Voice Network Additional components on the network will be a Compaq. DL320 server running the ISI call accounting application, which will provide call detail and reporting on all calls processed through the Cisco telephony network. There will be a Compaq DL320 to support the Berbee Informacast application, which provides paging and messaging via XML through the Cisco IP phones. The telephony components will also be integrated to the overhead paging and loud ringing bells via analog port facilities at the site gateway systems. The City of Tamarac deployment as outlined above is a comprehensive set of voice and data systems oriented towards providing city personnel with extensive and immediate access to converged technologies as well as advanced tools to aid in day-to-day productivity. Accordingly, these highly advanced IP solutions and designs will require project management and deployment by highly skilled engineering and technical resources. CTI maintains these certified skill sets and offers a turnkey deployment in accordance with the customer's requirements and the following deliverables. Network Design As specified, the city has sites as identified below located throughout a small geographic area all connected to an existing FDDI ring. CTI will convert the ring to a Gigabit fiber ring structure carried over the existing Comcast fiber backbone. The CTI design carefully considers and incorporates the primary network objectives such as: ➢ Performance ➢ Reliability ➢ Capacity ➢ Scalability & Growth Redundancy The following series of diagrams will illustrate the primary topologies and facility interconnections. As depicted below, CTI has insured that each remote site has voice and data requirements that can easily perform within the circuit capacities and bandwidth specifications such that a very high degree of performance and reliability can be achieved and maintained. Furthermore, all facility switching and gateway components provide for immediate growth as may be required. Given the design characteristics and configurations of the Cisco components, advanced and/or significant growth may be achieved with no waste and/or loss of proposed equipment within this design.. Page 10 1.Lce or diRC OSUt'e o/this information and data A .athjvel in the reetrictiansJuund on the title page of this document. City of Tamarac City Hall 2821 PSTN Gat ay Call Manager Publisher LLB t 1,.,.... unity 4,p Ydlcemaji L: I City of Tamarac OVERVIEW 16 FXO PSTN FXO — soap say Gigabit Rl Fiber Ring Fire Station 15 8 FXO 2821 PSTN Gateway Fiber`` Gnnnections. r 1111 Call Manager Subscriber 3560-48 Upgrade of Data and Voice Network /Building Department � Public Works Satellite City Hall —� Community Center Fire Station 41 Fire Station 78 BSO Transportation — -- Recreation Center MPC t._._._......._ w._,_� Utilities Water Treatment City of Tamarac Nick Zades; CTI Aptil a005 ai, Page 1 ] :.!.rr or (hay losui v of ihin minrn+uljon and data n vuhjec•i in Me resirictions found on the rifle IwXe o/this docuinent City of Tamarac 21 Upgrade of Data and Voice Network As depicted above, CTI will implement a new network infrastructure by carefully planning and migrating to a Gigabit fiber ring architecture from the current FDDI infrastructure. As per specification from the city, the current fiber infrastructure is provided by Comcast and enough spare fiber pairs exist at the main points of distribution to allow for a seamless migration to the new structure. As defined later in this document, CTI will begin the process by deploying the 4500 core switch at the City Hall (CH) computer room and attempt to create a limited ring with Fire Station 15 (FS15) as the first two sites to be connected in parallel with the existing FDDI infrastructure. Thus, the theory is that no changes will be detected by any users and/or existing data systems. With the switching systems at City Hall and Fire Station 15 communicating, the primary IP Telephony switching and process systems will be deployed, made operational and tested. Thus, the CH and FS15 are considered primary hosting facilities and once validated the migration process to expand the ring will be completed as described in Part 5, Section 3. Before reviewing the remainder of the design, it may be important to review some key concepts and/or system operational features that are depicted in the following diagrams. CTI will provide a comprehensive AWID IP Telephony and Data architecture able to meet and/or surpass all of the demands as specified in the city's RFP. To this extent, these designs and systems specified in Schedule A include the primary structures as follows: Redundant Call Mangers y High Capacity Unity Voice Mail Server v Highly Reliable Switching Infrastructure Redundant T1 primary trunk facilities Survivable remote site applications y Extended 911 access facilities IP Phone Paging and Messaging ➢ Overhead Paging system integration Alarm Bell integration Y Call Accounting Y Network Health Monitoring and Management systems Redundant Callmanagers MCS 7825 Call manager servers will be configured redundantly to provide failover for each other. With the Publisher located in the City Hall and the Subscriber located at Fire Station 15, this configuration will support up to 2500 users without the need for additional licensing and/or hardware expansion. As indicated, with the physical and geographical separation of the management servers, CTI believes that the additional redundancy will provide the city with extended reliability and back up. Page 12 Uve or disclusure of this wfoin matton and data is subjecl to the restriction,% found an the title page q1 this document. 40 City Of Tamarac Upgrade of Data and Voice Network Cisco CallManager Version 4.0 provides a scalable, distributable, and highly available enterprise IP telephony call -processing solution. Multiple Cisco CallManager servers are clustered and managed as a single entity. Clustering multiple call -processing servers on an IP network is a unique capability in the industry and highlights the leading architecture provided by Cisco AVVID. As a Cisco Gold Partner, CTI maintains extensive expertise in the design and deployment of this architecture and is able to apply and insure best practices are enforced. The benefit of this distributed architecture is improved system availability, load balancing, and scalability. Call admission control (CAC) ensures that voice quality of service (QoS) is maintained across constricted WAN and LAN facilities. Unity Voice Mail/Unified Messaging Server Cisco Unity is a powerful Unified Communications solution that provides advanced, convergence -based communication services on a platform that offers the utmost in reliability, scalability, and performance. The Unity Unified Messaging voice mail system will be deployed on a dedicated MCS 7835 server at the City Hall, initially able to support 500-voice mail/unified messaging clients. The server hardware is sized to support up to 2000 users. Additional licenses can be purchased on a per user basis as needed. The Unified Messaging deployment will integrate with the Microsoft Outlook desktop application. CTI will insure that this everyday application will be deployed to improve communications, boost productivity, and enhance customer service capabilities across the cities organization. Exchange 2003 users will be able to listen to e-mail over the telephone, check voice messages from the Internet, and display fax messages as if it were e-mail. Switching Infrastructure To provide for the services, features and applications as specified, the infrastructure for the primary host facility is supported by a single Cisco Catalyst 4507 switch for Core of the data network. This 7 slot switch offers redundancy and extended reliability provided by the use of dual supervisor modules capable of delivering up to 136 Gbps of Layer 2 through 4 switching. For additional reliability, the switch is provisioned with dual/redundant power supplies in the chassis based switch. This switch is equipped with a 48 port SFP blade that can provide aggregation of the IDF switches within City Hall and it provides for connectivity to the fiber ring as depicted. In addition, the 4507 layer 3 switch has a blade that provides RJ45 10/100/1000 mbps connectivity for all file servers and can also provide IP Phone power that may be needed by localized end users. Advanced Security The 4507 provides support for Cisco patented Layer 2 and Layer 3 security features preventing security breaches from rogue servers as well as "man -in - the -middle" attacks where passwords and data may be intercepted. Page 13 L"ic or disclosure uJ7his in/ornrnliun and dulu is .culwe l 1u [hr resndctinns found 017 the lithe page uflhi.r dncumenl. db City of Tamarac Upgrade of Data and Voice Network Accordingly, switching performance is independent of the number of security policies or advanced Layer 3 services enabled. Converged Services Integration of data, voice, and video onto a single (IP-based) network requires a switching infrastructure such. as the Catalyst 4507. The switch will be deployed such that it can distinguish each traffic type with headroom for growth and manage it according to its unique requirements. The access layer (IDF) is comprised of the data closets in the City Hall, as well as the data closets in each city facility that is part of this upgrade. All access switches are Cisco Catalyst 3560 series switches with a standard image, delivering connectivity to the fiber ring and Power over Ethernet for IP phones. The 3560 is designed as a fixed -configuration, enterprise -class switch that includes IEEE 802.3af and Cisco pre -standard PoE functionality. The deployment of new applications such as IP telephony, wireless access, video surveillance, building management systems, and remote video is all part of the functionality and support offered by this switch and is the reason for CTI's use as an access class device. The 3560 offers superior multilayer, granular QoS features to help ensure that network traffic is classified and prioritized, and that congestion is avoided in the best possible manner. Configuration of QoS is greatly simplified through automatic QoS (Auto QoS), a feature that detects Cisco IP phones and automatically configures the switch for the appropriate classification and egress queuing. This optimizes traffic prioritization and network availability without the challenge of a complex configuration. Accordingly, the 3560 can classify, reclassify, police, mark, queue, and schedule incoming packets, and can queue and schedule packets at egress. Packet classification allows the network elements to discriminate between various traffic flows and enforce policies based on Layer 2 and Layer 3 QoS fields, making it an ideal choice for the IP Telephony requirements of the City of Tamarac's design. Redundant T1 Facilities As previously indicated, the City Hall and Fire Station 15 will be equipped with individual T1 PRI circuits acting as a single trunk of 48 channels.. Since 2 channels will be used as ISDN Data channels, 46 channels will remain for voice path communications. The carrier will provision the circuits such that incoming calls will enter the network starting on channel 1 of the City Hall PRI. Calls will be connected on a first available basis, thus, as channels are used on this PRI, a search for an available channel will allow for a roll over to the next PRI at Fire Station 15 if all channels are seized on the 16' PRI. Accordingly, outgoing calls will be processed in the opposite direction, starting at the bottom of the PRI at Fire Station 15 and rolling over as a "hunt group" to the 15` PRI as the facility becomes full. Page 14 I .Ye or dischAzere ofthu information and clam Is euh)ect to the reetree:hons found on the title page q/ thi. document. City of Tamarac Upgrade of Data and Voice Network Survivable Remote Survivability is defined to be the ability to allow for the continued use of the IP Phone systems in the event that both Callmanagers can no longer be reached for processing outgoing and incoming calls to a particular site. Thus, for all remote sites (all sites except City Hall and Fire Station 15), if there is a fiber cut or the highly unlikely event of both Callmanagers failing to communicate, the software contained in the Gateway located at each site will provide for continued operation of outgoing and incoming voice calls. While data may be down, phone users will be able to make calls in accordance with the restrictions as defined for each user. In addition, 911 emergency calls will continue to function. Of course, incoming calls may be directed to a specific individual or site operator since DID functionality will not be provided on the back up analog lines. For the host sites, survivability will not be an issue since each site is equipped with a Callmanger and a T1 and is a non issue in the event of a fiber cable loss. If a Callmanager is lost at one site, that site will begin to use the redundant Callmanager at the other site. Of course, this is true for all sites in the network. In addition, upon the loss of a single T1, then the other T1 will provide support for all sites in the network. However, each host site will be equipped with an analog Gateway to insure 911 emergency calling for that specific site in the event of a T1 loss at that site. (See the next section for more detail on 911 processing.) To this extent, CTI has analyzed the number of IP phones specified at each site and we have provisioned the network for back up analog lines at each site as follows: IP Ports SITE PHONES Provided City Hall 88 16 Fire Station 15 4 8 Building Department 29 12 Public Works 30 Shared Satellite City Hall 4 2 Community Center 23 8 Fire Station 41 7 4 Fire Station 78 5 2 BSO Transportation 4 2 Recreation Center 3 2 MPC 1 Shared Utilities 25 8 Water Treatment 13 4 Page 15 U.ve or disclosure of ikA injormallUn and d jta is suhiecv to the ravriclion.v found on the Glle page (if this document. 40 City of Tamarac upgrade of Data and voice Network Extended 911 Access The RFP calls for compliance with the State of Florida statues for citizens making 911 calls from a commercial establishment. There are a few issues that could affect the associated compliance issues with this process. For example, extension mobility and/or the physical movement of individual phones from one site to another may cause inappropriate address information to be reported to the local PSAP. Typical Callmanger configurations group individuals and associated extensions and consequently route out going E911 calls to a gateway provided with Analog PSTN facilities located at same site. Thus, if users migrate from one site to another, they would typically be "reprogrammed" on the Callmanager to be identified and associated with a new E911 outbound gateway. If moves are of a temporary nature and are required to be tracked and/or associated with new temporary gateway facilities, then other measures and/or systems may be required, such as a Cisco Emergency Responder. However, as interpreted by CTI, the term citizen in the RFP is understood to mean public citizen and not an employee. Thus, it is assumed that as a public citizen access to extension mobility and/or IP Phone movements would be prohibited. Thus, under these conditions and qualifications, CTI can insure compliance with state statues for citizens calling E911 procedures from a public and/or commercial facility, by using the gateway and FXO analog circuits provisioned at each facility as depicted in the design. Thus, no additional servers and/or E911 dialing systems are anticipated. Thus, if citizens will not be using extension mobility and/or moving IP phones to other buildings within the city, then whenever a citizen makes an E911 call it will go out the local PSTN facilities at the site where the call is made and the PSAP will always know the correct address of the facility as long as the billing information provides the distinction. Of course, the same applies for city employees operating in this mode. To this extent, it should be understood that all E911 calls will always be routed out the gateway FXO lines provisioned at each and every site in the network. In the case of network outages, the gateway survivability software will keep E911 calls operational and routed to the local gateway. In the case of the hosting sites, even though survivability software is not required, a gateway with analog circuits has been specified in the design to insure that E911 calls will exit the local facility even if the local T1 is inoperable. In addition, we have provided the optional pricing for the Cisco Emergency Responder application, which may be required depending upon further details and clarification of the actual terminology of citizen, and detailed understanding of the mobility of users of the system. Page 16 Uie or disclusure a/this information and data is subject to the resn•ictions, found on the title page of this document. City of Tamarac Upgrade of Data and Voice Network IP Phone Paging and Messaging As indicated above a Compaq DL320 will support the Berbee Informacast application, which provides paging and messaging via XML through the Cisco IP phones. This is a standalone application and server and provides centralized control and access to a variety of end user paging and messaging features on an individual and/or group basis. Overhead Paging The site gateways will be provisioned with a single FXO interface to connect with the overhead paging system located at that specific site. The access to this particular channel will be via a specific 4 digit extension and the operations and features provided will be determined by the paging system itself after a connection is dialed and made. To this extent, it is anticipated that all wiring required to access the paging system will be located in the IDF where the gateway is located and a single RJ11 connection will be made between the gateway FXO port and the paging system. Alarm Bell Integration The site gateways will be provisioned with a single FXO interface to connect with the Loud Ringing Bell located at that specific site. Note that this FXO port is separate and distinct from the overhead paging system interface that may coexist at the site. The access to this particular channel will be via a specific 4 digit extension and the operations and features provided will be determined by the ringing bell system itself after a connection is dialed and made. To this extent, it is anticipated that all wiring required to access the bell system will be located in the IDF where the gateway is located and a single RJ11 connection will be made between the gateway FXO port and the bell system. Call Accounting The city will be provided with extensive accounting and reporting features by the ISI Call Accounting application. A stand alone Compaq DL320 server is proposed for hosting the ISI Call Accounting application. This application will provide call detail and reporting on all calls processed through the Cisco telephony network. It is anticipated that the extensive "off the shelf' reports will be viable for use by the city and no extensive customization of reporting systems is required. Network Health Monitoring and Management systems CiscoWorks IP Telephony Monitor (ITM) 2.0 is part of the CiscoWorks IP Telephony Environment Monitor (ITEM) suite of applications that continuously evaluate and report the operational health of Cisco IP telephony implementations. ITEM is used to manage Cisco AVVID (Architecture for Voice, Video and Integrated Data) and Cisco Page 17 lJaa nr di"closure• tit IN, informururrr and data i,, sublvcf to the mstricrions found on the rilte page of thie dorumeni, 40 City of Tamarac Upgrade of Data and Voice Network IOS° Software -based IP telephony environments, and provides specialized operations and security tools beneficial to large and small IP telephony implementations. ITM also provides real-time fault detection and determination about the underlying IP fabric on which the IP telephony implementation executes. ITM reports faults that occur on Cisco network devices such as router and switches, often identifying problems before users of network services realize that a problem exists. ITM supports more than 200 types of the most popular Cisco routers, switches, access servers, and hubs. The field -validated functionality of the former CiscoWorks Voice Health Monitor (VHM) and Device Fault Manager (DFM) fault assessment and correlation products have been integrated into ITEM. Their user interfaces have been replaced by the AAD. Cisco Works Common Services has also been incorporated and provides common database, web, and desktop services and security to integrate with other Cisco and third -party tools. Accordingly, ITM may generate intelligent traps that can be forwarded to other event -management systems installed in the network, sent to e-mail or pager gateways, or displayed on the ITM AAD. ITM features include: • Problem -focused fault analysis • Synthetic traffic generation and monitoring • Real-time Alerts and Activities Display • Integration with enterprise management systems • Support for Layer 2 and Layer 3 network devices • Support of Cisco AVVID and Cisco IOS Software -based IP telephony applications and services Detailed Designs The following diagrams provide more specific detail and attempt to depict all of the operational characteristics defined above. Page 18 Use or di.velosure o/ Ihie informulion and data iv .vuh/act to the rewriaions found on the ride paF;e nJ this document, City of Tamarac City Hall Detail Informacast 11111 ISI Accounting 1111 I ITM NMS 11111 Call Manager Publisher 1000 User Capacity Unity 4.0 Unified Mesg, 300 Users; 32 Sessions - 356048 i Upgrade of Data and Voice Network PRI 23 channels SM Fiber Pair SM Fiber Pair PSTN /i 3560.48 88 Phones and/or users will be distributed between the 181 Floor Computer Room and 4 OF closets - Finance 3560-48 - Mayor/Clerk - CM/HR - Com. Dev, City of Tamarac Nick Zades; cri April 2005 I tuft Page 19 1,'.ve w dis"1wlit e ul dii.v inlnrmarion and duia is .vtrhjecv in tite re.rrricliun.v.found on the lille puke uflhis dnrtim<'nl. 40 City of Tamarac Upgrade of Data and Voice Network Fire Station 15 Detail TAW _ 2821 PSTN Gateway PRI 23 channels p$TN 1 FXO Port g FXO 1fbs OH Paging Call Manager Publisher 1000 User Capacity SM Fiber Pair ��.OF2berRing 3560-48 SM Fiber Pair 4 IP Phones and/or users will be connected to the 2"d Floor Switch; located in the Computer Room City of Tamarac Nick zades; CTI April 2005I or Il Page 20 J- .Ye nr disclo.+lire aJ7his inli+rruution and darn is suh/cct to the rcvtrictions Jound on the tide page of this document. City of Tamarac. Upgrade of Data and Voice Network Build Depart & PW With Shared Gateway Building Department 29 IP Phones and/or users will be 3660 connected to the Switch; located in the Building Dept, Closet. 2821 PSTN 30 IP Phones and/or users will be connected to the Switch: located in the Building Dept. Closet. Public Works 3560-48 Page 21 SM Fiber Pair Gigabit Fiber Ring SM Fiber Pair PSTN 12 FXO lfbs SM Fiber Pair Gigabit Fiber Ring 5M Fiber Pair City of Tamarac Nick Zadm CTI — April 2006 0I I, l ,.vc or distlusure of this at(ornuumn and data is coh/ecf to thv restrictionsfound on the tillr/xxke• of this documeru. City of Tamarac Upgrade of Data and Voice Network Satellite City Hall Detail PSTN Ti Carrier Facility. 4 IP Phones and/or users will be connected to the Switch; located in the Storage Room Closet City of Tamarac Nick Zades: CTI APnI 2006 1 of 1 Page 22 Us" or disrlusurr of dd.v informmlion and dulu i.s whiect Io the reviric9ions frond on the dde page oJlhis docrumenl. City of Tamarac Upgrade of Data and Voice Network Community Center Detail 23 IP Phones and/or users will be connected to the Switch. Page ?? City of Tamarac Nick Zades; cTi April 2005 1 of 1 U.W. ul di clu.cure• nJ this inlnnn.rrum and duru is m1ble r Io A, re.errmioa� /inurd on rhr riNepugr of rhis duc'umenr. d& City of Tamarac Upgrade of Data and Voice Network Fire Station 41 &a Detail IMMMW 1 FXO Port OH Paging 21301 PSTN Gateway PSTN 4 FXO lfbs Ringing Bell SM Fiber Pair Gigabit Fiber Ring 3560.24 5M Fiber Pair 7 IP Phones and/or users will be connected to the Switch. City of 7 amarac Nick Yades; cn April l o2 Page ?4 Cise ar disrtmsurr Of Chia 6tl6rn anon and dara 4..ruhjerr ro the ree-fricuons found un the Wie paRe of efts document. CD City/ of Tamarac Upgrade of Data and Voice Network Fire Station 78 Detail _ 1 FXO Port OH Paging 2801 PSTN Gateway PSTN --; FXO Port 2 FXO 1fbs Ringing Bel! SM Fiber Pair ...__ ..�.... _.OFiberRing 3560-24 SM Fiber Pair 5 IP Phones and/or users will be connected to the Switch. 2005 City of Tamarac Nick Zades; CTI April f 1 01 1 Page 25 Use or disclosure o/this information and dale, is .y0ject to the restriction. ,found on Thee tide page of thia documeni. City of Tamarac Upgrade of Data and Voice Network BSo Transprotation Detail 4 IP Phones and/or users will be connected to the Switch. Page 26 Cityof Tamarac Nick Zades; CTI April 2006of f Use or disC/nsure o/ this information and claw it ,virhje[a ry the i-e-virieriou.c found on the file page q/ rhis doemneni. City of Tamarac Upgrade of Data and Voice Network Recreation Center 4ft Derail 2801 PSTN Gateway PSTN Note: Gateway is shared with MPC 2 FXO lfbs 3 IP Phones and/or users will be connected to the Switch. SM Fiber Pair --- —OFiberRing --- - - 3560-24 SM Fiber Pair MM Fiber Pair Use existing Transceivers w MPC City of Tamarac Nick Zades; CTI April2006 1 of 1 Page ?% b'St. w- disclosure of this into, motion and data is .suhjeci ro the resh'ictions found on this title page of this documem. City of Tamarac Upgrade of Data and Voice Network MPC 4M Detail MRImpr MM Fiber Pair [I ® Use existing Transceivers rT : —��-"""-1 Recreation Center 2900 1 IP Phone (With Power Cube) and/or users will be connected to the Switch. NOTE: survivability will be through the Rec Center gateway. If Fiber between these sites goes down, then the pone at this site is down. City of Tamarac Nick Zades: CTI Apr1l pp5 Page 28 1. ve ur disclosure of this iirformarion and data is .vuh/eat to the revirictions found on the title page of this document. 40 City of Tamarac Upgrade of Data and Voice Network Utilities Detail 1 FXO Port Paging :7XO 2801 PSTN Gateway pSTN ", Port 8 FXO lfbs Ringing Bell SM Fiber Pair --------` Gigabit -- ••.- - — — Fiber Ring 3660-48 SM Fiber Pair 25 IP Phones and/or users will be connected to the Switch. City of Tamarac Nick Zades; cTi aprii 2005 or, Page 29 (�vc or di.scluvury of rho information and data is .vuhicra to the reverictions, found on the ride poke of this document. City of Tamarac Upgrade of Data and Voice Network Water Treatment 13 IP Phones and/or users will be connected to the Switch, Detail Page 30 City of Tamarac Nick Zades; CTI April 20051 of I Lsr or disclosure o this information and dare is .rubjecr !o the restrictions fond on Me title pµQr of this dnrumenI. db City of Tamarac Upgrade of Data and Voice Network Part 2-Proposal Form and Vendor Pricing Form This component is provided in a separate sealed envelope as requested NOTE: All Cisco Maintenance pricing for 5 years, 24x7x4 pricing is included in each section of the response form. See Part 3, schedule A, for line item detail. Page 31 i ?'e ur dur'lusurr 0 this infornuUion and dina is .ruhiecl lu the rtwricliuns fund (in the lilir/wige of Ibis document. 40, City of Tamarac Upgrade of Data and Voice Network Part 3 Itemized "Schedule A" This component is provided in a separate sealed envelope as requested. This is the CTI quotation that provides all of the detailed components that are represented on the upgrade pricing for provided. In addition, as noted above, all Cisco Smartnet maintenance for 24x7x4 hour response for 5 years, is included in this pricing. Page 32 U.V'[' Or disrlol'ure o/ this injarnuuion and data is subje, + to the r(wric:tion.c./aund on the ride page qfhis document. 4ft City of Tamarac Upgrade of Data and Voice Network Part 4 Full Copy of RFP with response documents Note: Page numbers here are not represented in the Table of Contents Tab Sections provided in this Part of the response: 1. Addendums 2. RFP Document (main body) 3. Signature Documents • Certification • Offeror's Qualification Statement w/ Acknowledgment • Supporting documents included : i. Business Registrations for Florida, Fort Lauderdale, and Broward County. ii. Cisco Certifications iii. Letter regarding Coleman Technologies, Inc. Financials • Non Collusive Affidavit w/ Acknowledgment • Vendor Drug Free Workplace 4. List of Subcontractors 5. Certificate of Insurance 6. Sample documents —these will be signed and completed upon award with contract • Form Payment Bond • Form Performance Bond • Change Order • Sample Agreement Page 33 1. ise or disclosure u/ thiv information and dale i� cuhje. Ito the rmtri<7iuns. jound un the line page (# thh, document. Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NO. 2 REQUEST FOR PROPOSAL 05-09R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK (CISCO SOLUTION) DATE OF ADDENDUM: APRIL 8, 2005 Revised Proposal Due Date: April 19, 2005, 4:00 P.M. The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP No. 05-09R, Upgrade of Voice and Data Communication Network (Cisco Solution). The following are clarifications to Addendum #1. (Note: deadline for written questions expired 4/6/05.) 1. Q: Voice mail users: Is the total 800 licenses combined, or are the 500 voice mail users inclusive of the 300 unified messaging users? A. The 500 voicemail licenses shall be INCLUSIVE of voicemail only users plus those that will have unified messaging. Voicemail only + unified messaging quantities will equal 500 TOTAL users. . 2. Q: The routers in this solution are voice gateways, so should they be included in data communications pricing? A. Yes, please include these under your pricing for data communications. 3. Q: In reference to Question 6.29 (Addendum 1): Are there any end users that will be connecting to the switch(s) in the main computer room? A. Yes, approximately 30 users are connected directly into the main backbone switch at City Hall. There are no further changes to this proposal. This addendum should be returned with your proposal submittal. Please acknowledge the addendum in the area indicated below, and return a copy of the addendum along with your response. Additionally, we have attached the required bid forms in an interactive format, for your use in preparing your submittal. Sincerely, .......... Keith K. Glatz, CPPO Purchasing & Contracts Manager Attachments Acknowledged and Accepted: f+l I iAe &f em NAME OF PROPOSER:�d tplor ASS DATE: 7525 Nw 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 0 Fax (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer Purchasing and Contracts Division City of Tamarac "Committed to Excellence —Always" ADDENDUM NO. 1 REQUEST FOR PROPOSAL 05-09R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK (CISCO SOLUTION) DATE OF ADDENDUM: APRIL 8, 2005 The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP No. 05-09R, Upgrade' of Voice and Data Communication Network (Cisco Solution). As a result of the number of changes included, please change the Proposal Deadline as follows: Proposals shall now be due no later than 4:00 P.M., on April 19, 2005. Existing building plans are available for review at the City. Please contact Gary Jordan at (954) 724-1300 to make arrangements to review plans if required. 2. The City will provide standard 19" rack mount assemblies with wired patch panels in all facilities, except in areas where cabinets are place already. 3. Part 3: Scope of Services and Specifications, Section 2.2.5 Wireless LAN: Please add the following language: "Successful contractor, upon award of Agreement, will be requested to provide a proposal for the provision of wireless voice and data services at all City facilities, and within of 300 foot radius of each facility. The cost of providing a survey to the City to detail the requirements for providing wireless access shall be included as part of this ,proposal; and shall be priced as a separate line item herein. " A revised pricing form has been included herein for the Data and Voice Upgrade Pricing. 4. City Hall: CAT 5 connections are currently available between communications/data closets and the Data Center. Successful contractor shall be responsible to upgrade these connections to gigabit technology, including supplying all components, supplies, and services, including pulling cable. Existing City Hall ceilings are capable of accommodating plenum runs. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450IN Fax (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer C ify of i ao-7ai u Purchasing & Contracts Division 5. Public Works/Utilities/Fire Station #15: Each floor of each building will become a separate node on the City's single -mode fiber ring. 6_ The following questions have been received by the City since the Pre -proposal Conference (questions have been copied verbatim): 6.1. Q. Do all sites have single mode fiber back to City Hall either directly or through another building? A. Yes, but certain locations require new terminations (Public Works, Building & Code Compliance, Fire Station #15, Utilities Division). 6.2. Q. Define the XML text messaging application and how many IP phones would require the application? A. The application should provide the capability to simultaneously send an audio stream and a text message to multiple Cisco IP phones, IP Speakers, and the PC Client. Through either a password -protected webpage or the IP phone Services menu, an administrator can select a pre-recorded message or send a live broadcast, and begin playing it to all IP phones or associated groups of phones, IP speakers, PCs and external overhead paging systems. The City is interested in a Berbee Informacast 4.0 System or approved equal. 6.3. Q. Is the City looking to have 911 identified by the building address or by the closet covered? A. Building address. They are both the same for our buildings. Please note in Part 3, "Scope of Services and Specifications, Section 3.14, the City is requesting each proposing vendor to "... provide and explain your E911 solution, insuring that it meets all state statutes for citizens dialing 911 from a commercial establishment." 6.4. Q. Define the number of modems and faxes that make up the total count of 23? Are there any modems that have speed greater than 9.6?" A. Our intention is to leave all analog lines as they are, and not make them a part of the new system upgrade. 6.5. Q. Is the wireless application being removed from the RFP? A. See Item 3 above. We will require pricing for a wireless survey to determine the installation requirements. _.._ _............. . ..... _....._._ ... _.._ _ _ ... .._... . _ .... 05-09R - REVISED PROPOSAL FORM 041812005 City' of T�7rrrcrr rc Purchasil;p & Con;rac.is Division V )- 6.6. Q. Part 3, "Scope of Services and Specifications, Sections 2.3 and 3. 0. What is the quantity of actual licenses required for voice mail, unified messaging and call accounting applications? A. Voice Mail licenses required: 500 Unified Messaging licenses: 300 Call Accounting licenses: 500 6.7 Q. Please confirm that pages 43-45 of the RFP, with the detailed supporting information is to be provided in a separate sealed envelope. This would be Part 2 and Part 3 as outlined in the RFP on page 6, so it will not be included in the main RFP submittal. A. Pages 43 through 45, along with your detailed supporting price documentation (your "Schedule A") is to be contained in a separate sealed envelope, clearly identified as the "pricing proposal'. These submittals are identified on Page 8 as "Part 2" and "Part 3". 6.8 Q. In the description of Part 4 of the RFP response format on page 9, can you confirm or clarify if the required documents that need to be executed, beginning with the Proposal checklist form. Are there other "required responses" that are being referred to? Do you want the body of the RFP included, as well, or just the submittal documents? Please clarify. A. Please return a complete copy of the RFP, including all submittals required under Part 1, Section VI "Proposal Format & Organization", Instructions to Offerors Section 12 (p.31), the checklist included on p. 42. In addition, include detailed responses to issues identified in Part 3 of the Proposal, and any other submittal as required by the RFP. 6.9 Q. There is no line on the Voice network pricing sheet for the training as described on page 24-25 of the RFP. Can this be added to the price sheet? Or indicate if you would like this added into some other component of the pricing? A. Yes, add it to the upgrade pricing. (Please see the attached corrected form.) 6.10 Q. Please provide further clarification of the WL4N specifications and capabilities that you would like to be included. Components would include e surveys, equipment (which cannot be specifically determined until after site surveys), and implementation. A. See item 3 above. 05-09R - REVISED PROPOSAL FORM 041812005 of Tamarac .0 Purchasin & [ onircicts Division 6.11 Q. Since voice and data are going to be broken into separate schedules, since the routers at each site are only going to be supporting voice functionality, confirm that your intention is to have these components as part of the voice pricing. A. Please include the routers as part of the data network. 6.12 Q. P 20 — Analog Ports: Please indicate what analog devices would be connected to the proposed/required analog ports and how they would use; consultation hold, switch hook flash, transfer and three -party conferencing. A. The analog count on P20 is for informational purposes only. These ports will be for devices such as fax machines and modems and will remain separate from the VOIP solution. The vendor shall determine the sufficient quantity of analog ports needed for survivability at each location. These' ports should have the extended functions mentioned in the question above. 6.13 Q. P 21— Is it to be assumed that the analog ports counted in the Table will be FXO and used for connection to the PSTN for backup survivability. A. Please see the answer in 6.12 above. 6.14 Q. P 22 — 4.2 indicates "sufficient analog ports have been assigned in the table" for interfacing with the Loud Bell. Are these analog ports FXS or FXO in nature. A. The analog ports should be FXO. 6.15 Q. P 22 — 4.2, is Offeror responsible for the cost of equipment and services for replacing the loud ringing bell apparatus if required? A. Yes, offeror would be responsible for this replacement. 6.16 Q. Do all analog circuits terminate in the same closet where the equipment will be located? A. With the exception of City hall, yes, these lines will terminate in the same location as the equipment. 6.17 Q. With regard to Public Works, there are two data closets, but the analog requirements on page 21 are grouped together, which appears to be for one gateway device. Since it was noted during the site visits that each of the floors will have separate connections to the fiber ring, in order to provide survivability to each floor, there may be a need for two gateway devices. Can you provide the analog and fax breakdown per floor, so that the response can reflect the correct port counts? Or Would it be acceptable for these two locations to share a gateway? 05-09R - REVISED PROPOSAL FORM 041812005 City of arnar aC PurchasNny & Contracts Division A. It is acceptable for the two locations to share a gateway so long as there is enough capacity to handle survivability. 6.18 Q. It is noted that you currently have 2 PRI circuits. Are these both in the same location -at City Hall? If the design dictates, can a PRI circuit be at another facility as a failover? A. One PRI would be located at City Hall the other at Fire Station 15. 6.19 Q. What does the City believe to be the number of conference calls to be performed at one time, and the typical number of participants on each conference call?" A. No more than 3 conference calls at any one time. Max participants would be up to12. 6.20 Q. On page 22, you request a "5 user basic ACD functionality". Please provide more detail in what you are looking to provide via the ACD. Queuing? Monitoring? Etc A. For Customer Service Department 6.21 Q. Currently there is Ethernet cabling connecting the 3 data closets in City Hall to the core. Can you provide the exact specs of the cabling? Cat 5, Cat 5e, Cat 6? A. Cat 5, 6.22 Q. During the site visits there was a discussion regarding connecting the Satellite City Hall to Fire Station 78. _ Please provide further clarification as to how you would like to integrate the satellite City Hall. In addition, if the existing connectivity is to be used, please provide the exact types of connectivity that are currently in place. If we assume the city will keep there existing T1, then we should also assume you will utilize the existing 1700 router for terminating the T1 ? A. Satellite City Hall will have a T1 for connectivity. We will continue to use the 1700 Cisco router at that location. 6.23 Q. On page 20 of the RFP, there are specifications of the voice mail system, for 250 users, the state a minimum of 500 licenses. Furthermore, on page 21, in section 3.1 the voice system applications request 300 unified messaging. Can you please clarify these two specifications? I believe that if you are deploying Unified Messaging, then all user licenses will be for this application, even if users will only be using the voice component. A. See question 6.6 above. .....-__. 05-09R~- REVISED PROPOSAL FORM 041812005... City of anma ruC Purch,a:;ing & Contracts Division 6.24 Q. Please confirm based upon the information provided at the site visits that the RFP response should no longer include racks or enclosures. A. Correct. Rack and enclosures will be provided by the City. 6.25 Q. The responses should still include UPS' for the each data closet. Do you want that pricing to be included with the data or the voice upgrade pricing? Did a UPS solution for the Main Data Center closet need to be included, as well? A. UPS should be provided by vendor and should be included under data pricing. The Main Data Center closet is already on a gererator/UPS and as such should not be included. 6.26 Q. For purposes of the RFP response, should the deployment schedule be specific to cutover or tum-up dates for each site. It would be difficult to specify dates for each site, as some circuit activation may be required. Would dates for major milestones be acceptable? Upon award, the successful bidder can provide detailed Project plans with dates to be held to the Liquidated damages provision. A. The schedule should be based on major milestones and not on specific cutover dates. 6.27 Q. Can we assume that the existing data internet access to remain place, as is? A. Yes. 6.28 Q. Is Unified Messaging to be working in conjunction with Exchange 2000 or Exchange 2003, as mentioned during the site visit? A. Exchange 2003. 6.29 Q. During the site visits it was indicated that there were 3 data closets, plus the Main Computer room. On all of the charts in the RFP, specifically, 5.3 on page 14, and the chart on page 19 there are 4 closets list. Can you please clarify? Are there any end users to be connected into switch(s) in the Main computer room? A. There are 4 closets in addition to the data room in City Hall -- 2 wiring closets upstairs and 2 downstairs. 6.30 Q. Do you require dual homing of servers in the main computer room to Provide additional redundancy? Do your servers support dual connectivity? A. Not relevant to this project. 05-09R - REVISED PROPOSAL FORM 041812005 of Tamarac Purchasing & Contracts Division 6.31 Q. Does the city request any conference phones be included(Cisco 7936)? A. Yes, 4 conference phone would be needed. 6.32 Q. Do the.lP instrument phone counts on page 21 include common area phones? A. Yes. 6.33 Q. You have requested one standard instrument for all phones, without any details of the requirements of the IP handsets. Since there is a large discrepancy in price, can you provide more detail to make sure all bidders provide equal solutions with regard to phones. For reference, the 7960 is the most widely deployed throughout the world. A. We would like 22 — Cisco Model 7970, 172 —Cisco Model 7960, 42 — Cisco Model 7940 phones. 6.34 Q. Do you have users (ie. Operators or general receptionist) that may require additional line appearances for their phones? If so, please indicated the quantity, as additional phone components (7914 sidecars) will be required. A. Yes, we need 18 at City Hall, 3 at Utilities, 4 at Public Works, 2 at Building, 2 at Fire Station #15, 3 at Community Center for a total of 32 sidecars. 6.35 Q. On page 45 of the RFP, Voice Network upgrade pricing, there is a line "Voicemail/Unified Messaging systems (Berbee or equivalent). The Berbee application, as described is the XML messaging application, as described on page 22. Should this line item be "Unified Messaging" as described in 3.1.1. A. Yes. The Berbee or equivalent is a typographical error and should be included next to the XML text messaging line item. 6.36 Q. On page 43, a "Not to Exceed" price is being requested, is it assumed that the pricing would be "not to exceed" with the assumption that there is no material to change to any of the items or scope of work in the RFP. In additional phone types and quantities may change, which would affect the final pricing. A. The City is basing the "Not to Exceed" price on the anticipated configuration shown in the RFP. We have also requested each firm to provide unit prices for components as well, which is to be included with your pricing proposal as a "Schedule A". In the event that the City may need additional components, above and beyond the original parameters provided in the RFP, pricing for those components will be extrapolated based on the unit pricing shown in the component list. While it is possible that the final cost will be greater than the original "Not to Exceed" 05-09R - REVISED PROPOSAL FORM 041812005 City of Tamarac 7 ,ij C"l aSli i&- k, L•ll�l{f ��(, fS cost, the unit pricing itself should not increase, allowing for an equitable adjustment to the final quantities that as may be determined. 6.37 Q. Do you want Cisco Smartnet as described to be included in the component pricing of each site, as broken down on the Upgrade Pricing sheets? A. Pricing on page 45 should include Smartnet costs. Please include the costs on schedule A as a delete cost. 6.38 Q. Do you want 5 years of maintenance for 3'd party applications, lE-Berbee? A. No, only 1 yr. of maintenance will be required for 3rd party applications. 6.39 Q. While the RFP requests Power of Ethernet and Survivability for all sites, in review, MPC, which only has one phone may be a location where this would be overkill, and a very expensive per user solution. Are you open to recommendations on what would be the best recommendation for such a site from the bidder? A. The MPC does not require survivability. There are no further changes to this proposal. This addendum should be returned with your proposal submittal. Please acknowledge the addendum in the area indicated below, and return a copy of the addendum along with your response. Additionally, the revised bid forms are to be returned as part of your submittal. Acknowledged and Accepted: NAME OF PROPOSER: l:�l �r�D S DATE: Keith K. Glatz, CPPO Purchasing & Contracts Manager Attachments _.............................. __ .._...._. _._...._........ ..... ... ..... _.__.............. ................ .......... ............._.._.... .............. 05-09R - REVISED PROPOSAL. FORM 041812005 REQUEST FOR PROPOSALS 69' n mWeRVIRP RFP 05-09R Upgrade of Voice and Data Communication Network (Cisco Solution) Issued on behalf of the Information Technology Department City of Tamarac Purchasing Division 7525 NW 881' Avenue Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 City of Tafrrarac P(irchasino R G'nnfr.u,f c Oiklm;on TABLE OF CONTENTS RFP 05-09R UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK Part 1: General Information...................................................... I. Introduction....................................................................... II. Information....................................................................... III. Pre -Proposal Conference ................................................ IV. Project Timetable............................................................ V. Proposal Selection........................................................... VI. Evaluation of Proposals .................................................. VII. Proposal Copies............................................................. VII1. Proposal Format and Organization ............................... IX. Turnkey System — System Completeness ...................... X. Site Familiarity................................................................. XI. Bonding and Warranty .................................................... Part 2: Current Telecommunications Network ...................... 1.0. Purpose......................................................................... 2.0. Background................................................................... 3.0. Data and Voice Network Overview ................................ 4.0. Data and Voice Network Locations ............................... 5.0. Data Network Hardware and Applications ..................... 6.0. Voice Network Hardware and Applications ................... Part 3: Scope of Services and Specifications ....................... 1.0. Scope of Services — General ......................................... 2.0. IP Network Components — Voice and Data ................... 3.0. Required Voice System Applications ............................ 4.0. Special Applications...................................................... 5.0. Installation and Training Services — Telephone System 6.0. Post -Installation Maintenance and Support ................... 7.0. Vendor Qualification Requirements ............................... Instructions to Offerors........................................................... T I t'it t' I N tw k ............................................. 3 ................................................ 3 ................................................ 3 ................................................ 3 ................................................ 4 ................................................4 ................................................ 4 ................................................ 7 ................................................ 8 ..............................I................9 ................................................ 9 ..............................................10 ..............................................11 ..............................................11 ..............................................11 ..............................................11 ..............................................13 ..............................................13 ........................................I.....15 ............•.................................16 .........II...................................16 ..............................................16 ..............................................21 .......................................I......22 ............................................. 22 .............................................. 26 .............................................. 26 .............................................. 28 Diagram - amarac ns u Iona a ar... ................................................. I ........ I .......... ....... 41 RFPChecklist..........................................................................................................................42 ProposalForm..........................................................................................................................43 Data Network Upgrade Pricing.................................................................................................44 VoiceNetwork Upgrade Pricing...............................................................................................45 Required Forms Certification Certified Resolution Ofl'eror's Qualification Statement Non -Collusive Affidavit Vendor Drug -Free Workplace References List of Subcontractors Form Payment Bond (required City format) Form Performance Bond (required City format) Change Order (sample) form Sample Contractor Agreement Purchasing and Contracts Division Date: March 15, 2005 City of Tamarac "Committed to Excellence. -Always" REQUEST FOR PROPOSALS ALL QUALIFIED PROPOSERS: RFP NO.05-09R Sealed Proposals, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 4:00 PM local time, Tuesday, April 12, 2005 for the UPGRADE OF VOICE AND DATA COMMUNICATION NETWORK (CISCO SOLUTION) The City is soliciting proposals on behalf of the Information Technology Department to obtain the services of a qualified firm to upgrade the City's voice and data communication network. Sealed Proposals must be received and time stamped in the Purchasing Office, either by mail or hand delivery, on or before the date and time referenced above. Any Proposals received after 4:00 p.m. on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. Official time will be measured by the time stamp in the Purchasing Office. A pre -proposal Conference will be held at 10:00 A.M., Wednesday, March 30, 2005, in Room 105, at the Tamarac Municipal Complex located at the address indicated above. City reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Proposers, or take any other such actions that may be deemed to be in the best interests of the City. Upon award, the City will require all vendors to obtain Performance & Payment Bonds equal to 100% of the value of the total Agreement. Proposal documents may be obtained from the Purchasing Office or via the Internet at http://www.tamarac.org/Dept/fin/purch/solicitations.html. For inquiries, contact the Purchasing Office at (954) 724-2450. Jv Keith K. Glatz, CPPO Purchasing and Contracts Manager Publish Sun -Sentinel: Sunday, 03/20/05 and 03/27/05 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.famarac.org Equal Opportunity Employer o1 ,imarac & Contracts Division REQUEST FOR PROPOSALS RFP 05-09R UPGRADE OF VOICE & DATA COMMUNICATION NETWORK PART 1: GENERAL INFORMATION RFP 05-09R Definition: A Request for Proposal (RFP) is a method of procurement permitting discussions with responsible Offerors and revisions to proposals prior to award of a contract. Proposals may be opened in private. Award will be based on the criteria set forth herein. I. INTRODUCTION The City is soliciting proposals on behalf of the Tamarac Information Technology Department to obtain the services of a qualified firm to provide and Upgrade of the City's Voice and Data Communication Network. II. INFORMATION For information pertaining to this Request for Proposals (RFP), contact Purchasing at (954) 724-2450 or Levent Sucuoglu at (954) 724-1300, Project Manager. Such contact shall be for clarification purposes only. Material changes, if any, to the scope of services or proposal procedures will be transmitted only by written addendum. It is preferred that all questions be submitted in writing, either via fax or email. Fax questions to (954) 724-2408 or email to'purchasinq(a�tamarac.orq. III. PRE -PROPOSAL CONFERENCE For familiarizing Offerors with the services required and for answering questions, a pre - proposal conference will be held at 10:00 a.m., Wednesday March 30, 2005, Room 105, Tamarac City Hall, 7525 NW 88th Ave., Tamarac, Florida. During the pre -proposal conference, participants will have the opportunity to inspect applicable City facilities. The City shall provide transportation to each facility. It is not a mandatory pre - proposal conference, however, all vendors shall be familiar with all details of the proposal and all applicable site conditions. Sales and installation personnel from each firm are strongly encouraged to attend. This will be the only time the City will provide site surveys of City buildings for the Offeror's installation personnel. Please submit any questions at least three days prior to the conference in order to facilitate the discussion. Questions and Attendance. Pre-or000sal Conference: In order to assist the City in planning, attendees are requested to confirm their attendance, including the number of individuals who will be attending, preferably in writing via email or fax, as follows: Keith K. Glatz, CPPO Purchasing & Contracts Manager Email: keithq@tamarac.org Fax: (954) 724-2408 ON of Tamarac Purchasing & Contracts Division IV. PROJECT TIMETABLE Public notice of RFP............................................................................. March 20, 2005 RFP available....................................................................................... March 21, 2005 Pre -proposal conference......................................................................March 30, 2005 Addendum transmitted to vendors............................................................April 5, 2005 Deadline for questions...............................................................................April 6, 2005 City response to final questions................................................................April 8, 2005 Proposals due.........................................................................................April 12, 2005 ................................ Recommendation .......................................... ........... May 2, 2005 City Commission approval....................................................................... May 11, 2005 Contract executed................................................................................... May 12, 2005 V. PROPOSAL SELECTION The City Manager will appoint an Evaluation and Selection Committee to review Proposals. The City reserves the right to select the Proposer who represents the best value, and to accept or reject any proposal submitted in response to this solicitation. The City's Evaluation and Selection Committee will act in what they consider to be the best interest of the City and its residents. Price shall not be the sole determining factor for selection, as indicated in the following section VI. EVALUATION OF PROPOSALS A. EVALUATION METHOD AND CRITERIA A Selection/Negotiation Committee appointed by the City Manager will be responsible for selecting the most qualified firm and then negotiating a contract. The Proposers with the highest -ranked submittals may be asked to make a detailed presentation of their product/service to the Evaluation and Selection Committee, All Proposers are advised that in the event of receipt of an adequate number of Proposals which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such Proposals may be evaluated without discussion. Hence, proposals should be initially submitted on the most complete and favorable terms which Proposers are capable of offering to the City. After presentations, firms will be assigned a final score, with the highest -ranked firm moving forward to the negotiation phase. Upon successful negotiation, a recommendation for award will be considered by the City Commission. No work on this project shall proceed without written authorization from the City of Tamarac. The City reserves the right to enter into contract negotiations with the selected Proposer. If the City and the selected Proposer cannot negotiate a successful 4 of Tamarac, Parchash7g & Contracts Division contract, the City may terminate such negotiations and begin negotiations with the next selected Proposer. No Proposer shall have any rights against the City arising from such negotiations. The City's evaluation criteria may include, but shall not be limited to, the following: a. Compliance with Request for Proposals [Mandatory]. This refers to the adherence to all conditions and requirements of the Request for Proposals. b. Quality of Response i. Clearly demonstrated understanding of the work to be performed. ii. Completeness and reasonableness of the Offeror's plan/proposal for accomplishing the tasks. iii. Level of creativity demonstrated by the Offeror's proposed . methodologies for meeting the requirements of this proposal. C. Services to be Provided This refers to the exact type and nature of the Offeror's proposed services and how they accomplish the objectives of the project, as well as the ability to rapidly respond to the City's needs, as defined in the Evaluation Criteria set forth. d. Schedule This refers to the Offeror's proposed delivery schedule. The schedule shall be a critical element of this contract. e. Qualifications of the Contractor Offeror's capability in all respects to perform fully the contract requirements, and the tenacity, perseverance, experience, . integrity, and reliability which will assure good faith performance, as well as satisfactory reference verification. This criteria includes: The experience of the.firm and its record on engagements of a similar nature, including the ability to serve in a similar capacity for other units of government or organizations. ii. Personnel to be assigned to the project, and their education, capabilities, qualifications and experience with similar projects iii. Reference information gathered from other entities regarding the past experience of the firm; and iv. Other areas addressed in the Statement of Work herein. 5 City of Tamarac ; _ PL rch jSh?g & Cortracts C1ivi5iprl f. Costs (Price) This refers to the proposed contract fee and reimbursement expense budget. (Please note that price is only one factor for consideration of award). i. The Offeror shall propose a not -to -exceed amount for complete execution of this project as detailed in the Specifications or Statement of Work herein. ii. If proposing costs which may include alternate programs or services not covered in the base bid pricing, the Offeror, when offering such alternative services must provide a detailed explanation of additional optional services to be offered. B. ACCEPTABLITY OF PROPOSALS The Offer shall be evaluated solely in accordance with the criteria set forth herein. The proposals shall be categorized as follows: 1. Acceptable; 2. Potentially Acceptable; that is reasonably susceptible of being made acceptable; or 3. Unacceptable. C. AWARD OF AGREEMENT Award shall be made by the City to the responsible Offeror whose proposal is determined to be the most advantageous to the City, taking into consideration price and the evaluation criteria set forth herein below. The City of Tamarac reserves the right to accept the Proposal as a whole, or for any component thereof if it appears to be in the best interest of the City. D. WEIGHTED CRITERIA Points will be assigned to each proposal based on the following weighted criteria: CRITERIA 1. Compliance with Request for Proposal (Mandatory) 2. Quality of Response 3. Services to be Provided 4. Qualifications of the Proposer/Expertise 5. Costs/(Price) 6. Schedule M. MAXIMUM POINTS N/A 20 points 40 points 10 points 20 points 10 points Ci,'y of +Tamarac; Purchasing & Cantrads Owision These weighted criteria are provided to assist Proposers in the allocation of their time and efforts during the proposal preparation process. The criteria also guide the Evaluation Committee during the short -listing and final ranking of Proposers by establishing a general framework for those deliberations. Once the Proposals are evaluated, a "short-list" may be selected to make presentations to the Evaluation and Selection Committee, prior to a recommendation for award. E. DISCUSSIONS & PRESENTATIONS The short-listed Proposers may be requested to make presentations to the Committee. The City may require additional information after evaluation of the submittals, and Proposers agree to furnish such information upon the City's request. The Evaluation Committee may conduct discussions with any Proposer who submits an acceptable or potentially acceptable proposal. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals. The Evaluation Committee reserves the right to request the Proposer to provide additional information during this process. F. RIGHT TO REJECT PROPOSALS To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work, and to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions, unauthorized alterations, or irregularities of any kind. City reserves the right to reject any Proposal if City believes that it would not be in its best interest to make an award to a particular Proposer, either because the Proposal is not responsive, the Proposer is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of this solicitation. 11100] 0 Z&y Return One (1) Original and four (4) copies in an envelope marked with your firm's name and "RFP 05-09R, Upgrade of Voice and Data Communications Network" to the City of Tamarac, Purchasing & Contracts Division, 7525 NW 88th Avenue, Tamarac, Florida 33321, attention: Keith K. Glatz, CPPO, Purchasing & Contracts Manager. Any addenda become part of this Request of Proposal and the resulting agreement. The Proposal Form included herein should be signed by an authorized company representative, dated and returned with the Proposal. No negotiations, decisions or actions shall be initiated or executed by the Proposer as a result of any discussions with any City employee. Only those communications that are issued in writing from the Purchasing & Contracts Division may be considered as a duly . -..: ... ,Ia:;�...75117y �; ('0�;.:'ci C.S rv"i:i iii(•. authorized expression. Also, only communications from Proposers that are signed in and in writing will be recognized by the City as duly authorized expressions on behalf of the Proposer. Separate Sealed Envelope: The Cost/Price proposal shall be submitted in a separate, sealed envelope along with the Technical Proposal. Failure to include a complete Technical and CosVPrice Proposal may result in disqualification of the Proposal. VI. PROPOSAL FORMAT AND ORGANIZATION Proposals must be prepared using the forms and organization outlined below. Please provide index dividers to separate each part. Part 1: Cover Letter and Introduction: A short, concise and focused overview should be furnished to introduce your company and summarize, in layperson's terms, areas where Proposer believes the proposed design solution and company offer unique capabilities for this application. Also provide a solution design overview indicating the proposed equipment at each site and any unique advantages of the proposed solution. Part 2: 'Proposal Form" and "Vendor Pricing Response Form": Submit a fixed fee proposal detailing all equipment, labor, installation, training and other costs. Costs should be summarized, as requested, on these forms, which can be found as an attachment to this RFP. Note: Vendors are requested to provide two separate pricing schedules. The first pricing schedule will include all necessary hardware, software, installation services and any other appropriate costs for the installation of data network installation equipment. The second pricing schedule will include all necessary hardware, software, installation services and any other appropriate costs for the installation of the voice communications system. Pricing should assume that these projects will be performed during two separate intervals and may not necessarily be concurrent. Vendors should pay special attention to the instructions in the following section of this RFP (Scope of Services and Specifications) for instructions on what components and applications should be included on each pricing summary and itemization. Part 3: Itemized "Schedule A" component and material pricing schedules, organized by individual sites. A separate Schedule A should be provided for the data network installation phase and the voice system installation phase. Furthermore, the subtotaled price for each site should equal the cost cited on the Vendor Response Form for each site. The City would prefer the itemized prices to reflect all applicable discounts. City of T<arriarac RR-cir,-aSOg & COTIffOds Division Add/delete component pricing, pre and post cutover, should also be furnished in this part of the proposal response. Part 4: A complete copy of this RFP, with all required responses, comments, and exceptions. Please provide a separate set of indexed dividers to separate the sections of the RFP document. Part 5: Implementation Methodology: Provide a presentation of methods and processes to be used to configure, test, and install the telecommunications equipment under each phase. Submit a detailed schedule of all processes and tasks to be completed including all milestones. Provide details about the Proposer's quality and responsiveness with ongoing services including response time guarantees, parts supply/availability, number of technicians, service vehicle fleet, local service locations, and customer support services. Provide the name, title, address, telephone number, FAX number, and e-mail address of the individual who will manage this project. Provide a resume detailing experience of project manager(s) and education, qualifications and previous work assignments related to this RFP. Provide a resume for designated system trainer (s) including education, qualifications, and previous work assignments. All other relevant personnel should be noted in the proposal including their related experience. ' Part 6: Reference Forms: Submit a minimum of five (5) references on projects similar in scope on the forms provided. Use the Reference Forms provided in this document. Part 7: Standard Telephone Company Agency Letter for placing telco orders. Part 8: Additional Attachments: Include in this section all attachments that are beneficial to the proposal. Provide any additional information the Proposer wishes to call to the City's attention with respect to the Proposer's qualifications. Part 9: Brochures and Miscellaneous Information: Include appropriate system and company brochures, including a list of all features. VII. TURNKEY SYSTEM -- SYSTEM COMPLETENESS All responses shall be for the entire system, as specified, to ensure that a complete turnkey system is proposed and that nothing remains to be purchased or supplied by the customer other than those items so indicated. Award (far turnkey system) will be based, in part, on the vendor who will assume total system responsibility, including supplying, installing, performing final checkout, and supplying first year's maintenance of the equipment and related materials provided under these specifications. VIII. SITE FAMILIARITY Technical information has been furnished to the best of the preparer's ability and is intended to assist you with your response. It will be your final responsibility to gather any necessary additional information that you need to furnish a complete response. �T Purr;hl....... ; Ct CO1 iiT8.. . i�fV!57;ir7 .... fty ..........i!1rr37&............ ............. ................. ,.............. ....... ............... ............. .............r ............... ....... IX. BONDING & WARRANTY The Contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total bid award amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one year warranty period will begin. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid award. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Payment and Performance Bonds must be submitted on City forms, included herein. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE PURCHASING AND CONTRACTS MANAGER OR DESIGNATED REPRESENTATIVE REGARDING THEIR REQUEST FOR PROPOSALS MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. 10 City of Tamarac Purchasing & Contracts Divivon PART 2: CURRENT TELECOMMUNICATIONS NETWORK 1.0 Purpose The City of Tamarac is soliciting proposals from qualified firms to design, upgrade and furnish all required labor, materials, equipment, software and services necessary to provide, install, repair and maintain the City's data and voice communications network. The systems will replace the City's existing telephone and data communications systems and services at 12 City facilities. Data switching equipment, voice IP hardware and applications, and all other applicable components and applications are to be provided under State of Florida Contract 250-000-03-1 for Cisco Systems, or other discount programs that may be more attractive to the City for a Cisco Systems solution. Specialized applications that may not be available under State of Florida contracts can be proposed through other sources. 2.0 Background In an effort to improve the voice and data communications infrastructure at the City's 12 facilities and for the benefit of citizens and City personnel, the City of Tamarac intends to replace its existing data and voice communications equipment with new, state-of-the- art components and applications. The City has completed an analysis of its current network and performed a financial analysis that indicates an opportunity for cost -savings, provided that the solutions offered by vendors are competitive and well -designed. Assuming that the City is able to meet budget guidelines for this project and that the voice and data network deployment will proceed, the City will require a two-phase implementation. Phase 1, Data Network Installation: The successful vendor will manage a project to deploy all selected data networking equipment, including data switches, routers and all necessary UPS systems. Phase 2. Voice over Internet Protocol (VoIP) Installation: After the successful completion of the data network installation, the successful vendor will commence and manage a separate project to install voice communications equipment and applications that will serve as the City's new city-wide voice telecommunications system. 3.0 Data and Voice Network Overview 3.1 Data Network The City of Tamarac will continue to utilize the existing campus network as a transport for data traffic and add VoIP applications being proposed as a result of this RFP. The City's network consists of a fiber backbone used to provide 11 City of Tamarac Purchasing & Contracts Division network connectivity for City employees between facilities and 10/100Mb local Ethernet switching. The City has deployed an FDDI single mode fiber network to all but three locations. Connectivity at the MPC (Parks and Rec) and Fire Station (41) buildings is provided by city owned multi -mode fiber. (Site surrey notes indicate additional sites currently served with only multi -mode fiber. Please refer to our network diagram for more information.) The Satellite City Hall facility uses DSL service purchased from BellSouth. The fiber backbone was installed and is currently supported by Comcast. Network utilization and performance is unknown at this time and the City believes that an assessment will need to be conducted and optimization planning steps taken prior to the installation of the new integrated network. The data network has been assembled over time without attention to standardization on a technology or manufacturer. The current data network infrastructure consists of outdated LAN/WAN technology that is functional, but the City desires to standardize on a Cisco platform for all its networking needs. Specific hardware information is included in sections of this RFP that follow. The current IP addressing scheme uses 190.1.XXX.XXX public addresses. As part of this initiative the City ,will convert the current method to a private addressing scheme. A Cisco PIX 515 Firewall utilizing NAT is also in place. The public data network is accessed at City Hall (T1 internet connection) and the previously mentioned DSL service at the Satellite City Hall building. 3.2 Voice Network The City of Tamarac is currently using Bell South Centrex for its primary voice communications services. Approximately 245 Centrex lines are terminated at the City's 12 facilities. In many cases, the Centrex lines terminate in Nortel Norstar hybrid key telephone equipment for added features and functionality. Approximately 225 Norstar telephone instruments are installed across the City. An additional 96 analog single line instruments are connected directly to Centrex lines. A central voicemail system is in place in the City Hall for extension users in this facility. The remaining locations utilize BellSouth voicemail services on a monthly -subscription basis. Similar to the data network, the voice network has been developed over time with limited standardization efforts. User features, voicemail services, and other voice applications differ throughout the City, due to the differences in telephone instruments, telephone systems, and service features. 12 of Tamarac 0� . Purchasing & Contracts Divison As is typical in municipal configurations like this, City residents and employees follow a non -uniform dialing sequence to reach various City facilities, agencies, and services. The new system will provide uniform, four -digit extension dialing to all City extensions. Citizens will be able to directly dial any City extension through standard Direct -Inward Dialing services. The City will work with the selected vendor to determine if existing or all -new DID numbers should be deployed in the new system solution. 4.0 Data and Voice Network Locations The table below presents general information about data and voice services at City facilities. BUILDING NAME ADDRESS PRINTERS DIGITAL / ANALOG PHONES MODEMS City Hall 7525 N. W. 8$ 1h Ave. 85 / 30 84 / 4 10 Public Works / Building Department 6011 Nab Hill Rd. 60 / 10 11 / 48 4 Satellite City Hall 4269 W. Commercial 4/0 0/4 1 Community Center 8601 W. Commercial 31 / 4 20 / 3 1 Fire Station 41 7501 N. W. 88,nAve. 2/0 7/0 1 Fire Station 78 4801 W. Commercial 2 / 0 5/0 1 BSO Transportation 7515 N. W. 88,nAve. 3/1 0/4 1 Recreation Center 7501 University 3/ 0 3/ 0 1 MPC 7531 University 1/ 0 0/ 1 0 Fire Station 15 6000 Hiatus Rd. 31 / 1 0/4 1 Utilities 6001 Nab Hill Rd. 21 / 3 21 / 4 1 Water Treatment 7806 N. W. 61S St. 12 / 2 12 / 1 1 Totals 255 / 51 163 / 73 23 -- Total, current switched Ethernet ports in use 306 --Total, current telephones, faxes and modems 236 23 5.0 Data Network Hardware and Applications 5.1 Institutional Network Information A network diagram is included in this document for your review of the City's current FDDI-based Institutional Network (I -Net). A strong technical understanding of the network is important for your design recommendation and proposal. 5.2 Hardware Component Itemization As previously discussed, the current data network infrastructure is a mix of dissimilar hardware from a variety of manufactures. Below is a list of hardware currently deployed. This list is provided as an example and may not represent a 13 of Tamarac Parchasing & Gontrcacts Division full inventory of currently deployed hardware. All existing equipment, including routers, etc. shall be provided in addition to the equipment shown below. SmartSwitch 2200 w / FDDI 6 SmartStack ELS100-24TXM w / Multi Mode 1 SmartStack ELS100-24TXM 2 Dell 24 Port Switch 2 Dell 16 Port Switch 1 United Teles n FS709FC w / Multi Mode 1 Horizon Switch w / Multi Mode 2 SmartSwitch 6000 w / FDDI 1 SmartStack ELS100-S24TX2M 8 5.3 Location Summaries — Switched 100Mb Ethernet Ports The table provides an itemization that reflects the installed switched Ethernet ports (used and spare) at City locations. BUILDING NAME INSTALLED PORTS City Hall 7525 N.W. 881h Ave. Main LAN/WAN 0 Finance Closet 48 Mayor/Clerk Closet 48 City Mgr. Closet 48 Comm. ❑ev. Closet 48 Public Works / Building Department 6011 Nob Hill Rd. Bldg. Dept., 1g Floor 40 PW Closet, 2"a floor 24 PW Copy Room 24 PW Garage 8* PW Loft 16 Satellite City Hall 4269 W. Commercial 16 Community Center 8601 W. Commercial 24 Fire Station 41 7501 N. W. 8S Ave. 24 Fire Station 78 4801 W. Commercial 16 BSO Transportation 7515 N. W. 88 1h Ave. 24 Recreation Center 7501 University 32 MPC 7531 University 16 Fire Station 15 6000 Hiatus Rd. Main LANMAN 24 2" floor 40 Utilities 6001 Nob Hill Rd, 72 Water Treatment 7806 N. W. 615` St. 24 Totals 616 * 8-port hub, will be removed For buildings with multiple network rooms, the rooms highlighted in bold represent the termination point for the I -Net. At present, Category 5 cables 14 of Tamarac. Parchasing & Contracts Divisi011 (vendor to validate quantities) provide connectivity from these rooms to intermediate network rooms. Satellite City Hall uses BellSouth Static IP DSL connection running VPN to City Hall. 6.0 Voice Network Hardware and Applications The City uses a mixture of Norstar (Nortel) hybrid key telephone systems and standard analog instruments in its locations. The table below presents an overview of known Nortel voice equipment components at appropriate facilities. Unique applications are also noted for the appropriate facility. BUILDING NAME ADDRESS KEY SYSTEM COMPONENTS SPECIAL APPLICATIONS City Hall 7525 N. W. 881Ave. ICS 12 x 112 w/voicemail Public Works / Building Department 6011 Nob Hill Rd. Satellite City Hall 4269 W. Commercial Community Center 8601 W. Commercial ICS 24 x 16 Fire Station 41 7501 N. W. 88t Ave. ICS 4 x 12 Overhead paging; Loud ringing bells Fire Station 78 4801 W. Commercial Meridian 6 x 16 Overhead paging; Loud ringing bells BSO Transportation 7515 N. W. 8$ Ave. Recreation Center 7501 University Meridian 6 x 16 MPC 7531 Universit Fire Station 15 6000 Hiatus Rd. Meridian 20 x 40 Overhead paging Utilities 6001 Nob Hill Rd, Meridian 23 x 56 Overhead paging; Loud ringina bells Water Treatment 7806 N. W. 615t St. Meridian 8 x 24 16 of Tamarac 0 Purchasing & Contracts CHvr ion PART 3: SCOPE OF SERVICES AND SPECIFICATIONS 1.0 Scope of Services - General Offerors should use the. information presented in this RFP to develop and recommend a data and voice network design, implementation plan, and life -cycle management plan that best meets the needs and requirements of the City of Tamarac, 2.0 IP Network Components -- Voice and Data 2.1 General requirements Offerors shall review the information furnished on the City's current voice and data infrastructure and submit a design recommendation for the City's review and consideration, based on the selection criteria previously presented. The I -Net implementation must support the connectivity to existing workstations, servers, and printers, support the communications protocols between City Hall and remote users, and scale at least 15% for growth in requirements, All existing host devices and applications must be retained and supported. The Contractor will provide all permits, labor, materials, equipment, and product documentation necessary to fulfill the requirements contained in this RFP. Permit fees for City of Tamarac issued permits will be waived. The Contractor will be required to furnish and install the required equipment and interface the equipment with the building wiring system and I -Net fiber optic plant. Additionally, the Contractor will be required to test, provide maintenance on, and provide training for the system and individual hardware and software components. Any required construction activities or electrical work shall be provided by a Contractor licensed to do business in the State of Florida. The Contractor and/or all sub -contractors shall possess such licenses. The Contractor will provide and install any patch cables at each site required to connect from the fiber termination location to the switch location and from the switch location to the cable distribution system. Offerors should also provide the City with a detailed schedule, by building location and network room/closet, of the physical requirements for the proposed equipment. Information shall include, but not be limited to: • Electrical requirements, including the quantity and types of outlets and expected power consumption, for all proposed components and UPS support; • HVAC requirements, including expected combined BTU output of all components in each room; and • Space requirements for all proposed components, mounting hardware and ingress/egress for installation and maintenance. 16 of Tamarac Purchasing & Contracts Divhw)n 2.2 Data networking requirements 2.2.1 General Specifications The Contractor shall design a network solution utilizing the existing fiber optic cable and in accordance with the information furnished in this RFP. The contractor is expected to perform the following tasks under the RFP, plus any others that he believes appropriate: • Survey of all I -Net sites to confirm requirements for cabling, space, electrical power, and climate control at each; • Perform any necessary site preparations, including the extension or relocation of fiber optic demarcation points where necessary; • Provision and installation of equipment; • IP Readdressing; • Network assessment / optimization for the proposed solution; • System integration and implementation; • Documentation of completed work in as -built diagrams; and • Training, support and maintenance. The successful vendor must also include a certification of the fiber plant at each of the locations. Testing shall be done in accordance with industry standards, with testing performed at both wavelengths and in both directions. A detailed, written report must accompany any deficiencies noted during the certification process. Network utilization and performance is unknown at this time and the City believes that an assessment will need to be conducted and optimization planning steps taken prior to the installation of the new integrated network, as well as prior to the VoIP implementation. Contractors shall recommend necessary services and furnish pricing for these services. 2.2.2 General and I -Net Installation and Design Requirements The network shall be designed based on Gigabit Ethernet technology over the fiber optic links. Certain general requirements and standards compliance are required for all I -Net sites. Hardware used for any network infrastructure components must be Cisco. Each site will require data network switches equipped with one or more fiber optic transceivers for connectivity over the fiber optic I - Net. At each site location, the switching equipment will be used at the access level for connectivity to workstations, servers, printers, and other peripherals. 17 City of Tamarac POI'M asing & Corivacts uiviworr I -Net sites shall be connected using, at minimum, one pair of single mode fiber strands at each facility, for single routes between each facility. Any additional connections, for added reliability, should be duly noted (with incremental cost information) so the City can consider design recommendations. The existing public IP addressing scheme is to be replaced with a logical, structured private networking addressing scheme that is scalable and provides for expansion within the current facility or the addition of future facilities. Vendors should include enclosures and/or racks for mounting and a UPS sufficient to maintain data and voice equipment in the event utility power is lost. Each UPS should be sized to provide a minimum of 10 minutes at the current full load +25%. All equipment must be capable of being administered remotely. The City will pay particular attention to the recommended implementation steps for each Offeror. Provide descriptions of your recommendations for using existing and/or available fiber optic facilities, your pre -installation procedures, conversion methodology and post -installation support. 2.2.3 LAN Configuration The current LAN configurations shall be upgraded through the replacement of existing switches to provide 100 Mbps Ethernet ports for existing devices at all sites. Switch modularity should also be considered in your design recommendations, with respect to single -mode and multi -mode fiber ports, Power over Ethernet ports, and any other recommended consideration. For the subsequent VoIP conversion, IP phones should be powered by the Ethernet switch using the IEEE 802.3af PoE standard. The table on the following page provides a breakdown of the LAN component requirements at each facility and, in certain cases, intermediate network rooms. 18 of Tamarac Purchasing & Contracts f_)ivision BUILDING NAME 100 MB ETHERNET PORTS USED MINIMUM 100M13 ETHERNET PORTS REQUIRED City Hall: ................... Main computer room Finance closet 0 Vendor -specific 37 48 Ma or/Clerk closet . CM/HR cio e-t Com. Dev. Closet 21 48 29 48 28 48 Public Works / Building Department Building Dept._Closet 39 48 PW Closet 2 flr 64 72 Satellite City Hall 4 12 Community Center 37 48 Fire Station 41 7 24 Fire Station 78 6 24 BSO Transportation 5 12 Recreation Center 3 12 MPC 1 12 Fire Station 15: Main LAN/WAN room 2"T'floor- 21 31 48 Utilities 24 48 Water Treatment 20 48 (figures in column 2 will need to be validated by vendor.) For buildings with multiple network rooms, the rooms highlighted in bold represent the termination point for the I -Net. Any upgrades to the current intra-building backbone connections to secondary network rooms/closets shall be designed and installed by the contractor. Please also note these recommendations in your narrative response. The equipment shall provide sufficient capacity to support the connection of all currently used ports at each site, plus an allowance for 15% growth. This allowance should be calculated after the contractor considers all new hardware components proposed for the voice and data network solution. If the combination of equipment components plus the growth allowance exceeds the requested quantity of ports above, the contractor shall provide a larger switch capable of meeting these requirements. Cable distribution upgrades will be provided by others and will be completed prior to your installation activities. Design considerations should also consider and note enhanced reliability options in proposed switching components 19 City of 70marac Puchasing & Contracts Division 2.2.4 Security The response must include an integrated security solution for both voice and data applications. Connections outside of the Tamarac I -Net will be at the City Hall (T1) and Satellite City Hall building (DSL). 2.2.5 Wireless LAN The City wishes to consider a wireless LAN deployment at all City facilities: 2.3 Voice components Vendors should furnish new telephone system server hardware and related components as follows: Communications servers: Vendors should review and consider all elements of the City's current and recommended data communications network and topology in its design recommendation for the quantity and placement of communications servers. The City expects vendors to propose a minimum of two servers for the proposed configuration but will entertain alternate design recommendations that address the ideal quantity and location of communications servers for support, reliability, and disaster recovery. ISDN-PRI services: Minimum of two (2) PRI Services will be utilized. Actual number and location of PRI services will be determined by the vendor in their system design — please specify. Voicemail System: • 250 voicemail users, 24 simultaneous sessions (based on "medium usage" by 250 users; please indicated if your design recommendation is different). • Minimum 500 licenses; provide incremental costs for additional licenses, pre and post installation. IP Instruments: See table below for quantities. Offeror shall propose one standard instrument for all desktops (please specify). Analog ports: See table below for minimum quantities. Please note whether the proposed gateway components will provide traditional analog PBX features, including consultation hold, switchhook flash, transfer, and three -party conferencing. Analog central office lines: Offeror design recommendation. The City will carefully review the design recommendation for quantities and uses of these services, including but not limited to E911 PSAP notification, data network failover, and ISDN-PRI trunk group failures. City at ac Purchasin...... ................. ...... . .......................... I .. . .... .. .. . 11 . .... .. ... ..... .. .............. ....... ....... ........ ........... ... ...... it . . ... ............... ... ........................... .... .... ..... I ...... ............ I ..............g & (:ontracis Division .........._y "r Modems/fax lines: Offeror design recommendation. The City will consider installation of these services on the IP voice network, provided that Offeror can demonstrate commensurate connect speeds as the Centrex/POTS services currently employed. In the table, the quantities of modem and fax lines are not included in the analog port columns. BUILDING NAME IP INSTRUMENTS ANALOG PORTS FAX/ MODEMS City Hall 88 16 10 Public Works / Building Department 59 16 4 Satellite City Hall 4 2 1 Community Center 23 2 1 Fire Station 41 7 8 1 Fire Station 78 5 8 1 BSO Transportation 4 2 1 Recreation Center 3 2 1 MPC 1 1 0 Fire Station 15 4 8 1 Utilities 25 8 1 Water Treatment 13 8 1 Totals 236 89 23 2.4 Voice system survivability considerations UPS: All proposed voice system components, at each location, should be supported by UPS hardware, as configured and proposed in section 2.2. ISDN-PRI - Vendors should address survivability and redundancy issues for ISDN-PRI service, including but not limited to the following considerations: • Do you propose that ISDN-PRI services are delivered in one or more trunk groups? • Does the serving central office provide automatic fail -over of DID numbers from one PRI trunk group to a second? • How does your design minimize the loss of service to ISDN-PRI services, during router upgrades, reboots, or power failures? Remote sites: All sites should have voice survivability, in the event of any network or component failure that causes that site to lose connectivity to the voice communications servers. Describe how your design recommendation addresses this. 3.0 Required Voice System Applications 3.1 Voice system applications 3.1.1 Unified Messaging, 300 licenses. (MS Exchange 2000) 21 City of T.�n.. ac ti Purchasing & Contracts Division 3.1.2 Call accounting, 500 users. Suitable to manage in-house billing and reporting issues. 3.1.3 Traffic measurement. Provide traditional traffic measurement information (Erlangs or CCS) for trunk groups. 3.1.4 E911 notification. Provide and explain your E911 solution, insuring that it meets all state statutes for citizens dialing 911 from a commercial establishment. 3.1.5 XML text messaging application (Berbee InformaCast or equivalent) capable of sending text messages to IP telephones. 3.1.6 System management: City IT staff shall have access to communications and voicemail server system administration applications from any workstation in the City, with appropriate security measures. Vendors should also describe how IT staff can gain access to the network remotely, for off -site repair diagnosis and resolution. 4.0 Special Applications 4.1 Automatic Call Distribution Provide the turnkey cost for a basic ACD application, 5 users. 4.2 Overhead paging and loud ringing bells Offerors should provide single -zone page access to all facilities with this need, as listed in Part 2, Section 6. For those sites also requiring loud ringing bells, sufficient analog ports have been assigned in the table in the preceding section. Offerors are responsible for providing this capability for one extension in each facility and must determine whether to reuse or replace the existing apparatus. 5.0 Installation and Training Services — Telephone System Turnkey installation services of the proposed systems and software shall include, but not be limited, to the services describe below. 5.1 Pre-cutover services As requested, vendors will submit their recommendations for a voice network implementation plan. The City will review your implementation plans carefully. The City will work with the successful vendor to develop a schedule of installation services that will occur prior to the cutover of telephone carrier services and the new system becoming fully operational. The City expects that the installation plan will include the installation of all proposed components, including telephone instruments, well in advance of the cutover of network services. Your services should include a detailed pre - installation testing and acceptance methodology that covers all components of the delivered system, including important survivability considerations. 22 CityTamarac ......... ......... J``. ......- ........ inn C' rrcha ny & Canf�',:3cfs Division 5.2 Cutover plan, City sites The City will work with the successful vendor to develop a conversion plan for all 12 City locations. It is likely that the cutover will take place in phases, with some buildings being cutover to the new system before others. In all cases, after-hours and/or weekend coverage for the cutover of telephone company services should be included. 5.3 Coordinate telco orders You will be responsible for coordinating all necessary telephone service orders with the City's local and long distance carriers. You should expect at least three different phases of telco orders: 5.3.1 Pre-cutover: ISDN-PRI services and all new analog trunks will be installed prior to the final Cutover date. New DID numbers will be installed with these orders. 5.3.2 Cutover: Additional orders, due the night of cutover, should also be coordinated. In particular, existing City numbers (Centrex and POTS) will need to be added to the previously installed ISDN-PRI services. These orders will be critical for a successful cutover. The City expects you to provide all necessary coverage, including any order expediting, to insure that these orders are completed. 5.3.3 Disconnect: Disconnect orders for remaining and unnecessary services shall be placed prior to the cutover and shall carry a due date of five to seven business days after cutover. If delays are experienced in the cutover, you will also be expected to reschedule these disconnect orders and insure that they are not worked on the original due date. 5.4 Station review and system programming sessions Your customer service representative(s) will meet with representatives from the following City departments: 5.4.1 City Mall (8 departments) 5A.2 Parks & Recreation Department 5.4.3 Public Works Department 5.4.4 Utilities Department 5.4.5 Fire Department 5.5 Server and common equipment installation services 5.5.1 Deliver, set up and install telephone servers and common equipment components. 5.5.2 Pre-cutover: All common equipment, applications and all appropriate network services must be installed, programmed, and working at an agreed -upon timeframe prior to the cutover dates. 23 City of Torrrarac Purchasing & Carrtrads Uiosron 5.6 System Cutover Services 5.6.1 The City of Tamarac provides services on a 24X7 basis, particularly in its Fire and Public Works facilities. Technical cutover services and training are of particular concern to the City and will be furnished differently than a normal system cutover. You must pay particular attention to these requirements and furnish adequate staffing. 5.6.2 The actual cutover date will be determined by the City and the successful vendor. However, the City expects that the vendor may need to provide weekend cutover and on -site support services, for a limited number of City programs over the weekend. 5.6.3 Place, test and activate all telephone sets during normal business hours, at a predetermined time prior to the designated cutover day. 5.6.4 You must allow for the appropriate amount of overtime services to facilitate cutover activities during evening hours. 5.7 Provide as needed post-cutover technical support for a minimum of three days after cutover. Please describe expected services, number of personnel, and your post -installation coverage methodology. 5.8 System programminc: For a period of one month after cutover, vendor will perform reasonable system programming changes at no charge. 5.9 Traffic/port utilization studies: The successful vendor will also be responsible for providing a trunk utilization/traffic report approximately two months after cutover. The report shall identify the traffic levels and follow critical components over a one - week period: • PRI trunk group(s) • Analog trunk groups • Voicemail system ports This report shall be presented, with recommendations, to City personnel at a subsequent meeting. The report will be provided at no charge. Furthermore, the vendor should be prepared to initiate similar, real time reports/printouts following the cutover, in the event that blockage may be occurring. 5.10 Training —General Requirements Training will be conducted in a predesignated location for all personnel in the following manner: 5.10.1 Training Rooms: You will be responsible for conducting training in two separate locations and for the set-up and installation of these rooms, including the installation of any temporary cabling. The location for training will be City Hall, for all City personnel. 24 City„f Tr i!T!3r•: Purchasing & Contracts Division 5.11 Attendant training: Your system trainer will conduct one live training class for switchboard and relief personnel in the training room on the day of cutover. 5.12 Station user training: Live training classes will be conducted prior to system cutover in the designated rooms for telephone and voice mail users. At least ten telephones must be temporarily activated for these sessions. 5.12.1 Classes shall have no more than 10 users and shall cover telephone and voice mail features. Expected number of users to be trained at each facility department is listed below. 5.12.2 City Hall: 300 users. Training shall be scheduled Monday through Friday of the week prior to cutover. 5.12.3 Please pay careful attention to the scheduling of these training classes throughout the week of cutover and provide adequate staff to provide training (sometimes with simultaneous sessions), system programming, and cutover coverage. 5.13 Two intensive "train the trainer" sessions on the use of voice mail and telephones for selected. employees, on the Thursday before cutover. Also, include one four- hour, post-cutover session for these same employees. 5.14 System administration training for three (3) employees shall be provided at a mutually agreed time. 5.15 Post-cutover Training Coverage 5.15.1 One trainer dedicated to operator and relief personnel at City Hall during the first business day after cutover. 5.15.2 Adequate additional trainers for first two days for station user follow-up training. Please specify the quantity of training personnel you are proposing. Will these individuals be system technicians as well, or will they be dedicated training resources? 5.15.3 Availability of training personnel, installation manager, and system programmer, via pager, while on and off site during the week of cutover and the week following cutover. 5.16 "Refresher" training You shall provide a minimum one -day refresher training course, at a mutually agreed upon time, within the first year of the installation, at no charge. 5.17 User handouts Station user handbooks for telephones and voice mail, one per user, plus twenty (20) extra, will be distributed prior to system cutover. Also provide voicemail quick reference guides, one per user plus 100 extra. Additionally, a one page, typewritten handout will be prepared and distributed, explaining the directions for commonly -used telephone and voice mail features. N-1 City of TaMarac Purchasing & Contracts Divisiun 5.18 Extension Directory Vendor will provide City staff with information necessary to generate an employee directory prior to cutover. 5.19 Documentation Documentation, as listed below, shall be furnished at the completion of system installation. 5.19.1 Telephone equipment and voice mail site documentation, as required by the manufacturer. 5.19.2 Voice mail system general description, including feature documentation. 5.19.3 Station -user instruction guide, at least ten additional guides for each telephone set, plus voice mail instruction guides (same quantity) to be kept in the main server room. 6.0 Post -Installation Maintenance and Support For critical components, including switches, routers, and other centralized data and voice network hardware, all proposals are to include Cisco SmartNet service. SmartNet service should be 24X7 with a 4-hour response from on -site engineer for a 5 year term. For Voice IP terminals, pricing for Cisco SmartNet next -business day coverage should be included. SmartNet Pricing must be included as a separate line item for each location and for each component at the location. As an optional component in your response, vendors are encouraged to offer additional support services, beyond Cisco SmartNet services, including T&M service rates, annual maintenance contracts, and remote technical support with visibility to data and voice components. Provide an itemized pricing schedule of all proposed maintenance and support options. For the voice system, vendors are also requested to include pricing to assist the City with the first Call Manager software upgrade after installation, in order to assist and train City IT staff with subsequent upgrades. 7.0 Vendor Qualification Requirements The City will entertain offers from qualified communications providers experienced in the delivery of complex voice and data solutions to organizations similar in size and characteristics to the City . of Tamarac, particularly organizations demonstrating experience in municipal telecommunications solutions. 26 ..... ....... l,,.ufc iL 661ll_.,. Oe tr U(iiY 9t is U1, . f '77..ill... 4 t 7.1 Minimum Requirements for Proposal Submission Minimum requirements for responding to this RFP are described below. Please also refer to the Offeror's Qualification Statement for additional requirements. • It is required that all Offerors have a local service presence within 50 driving miles of the City of Tamarac FL, located at 7525 N.W. 881" Avenue, Tamarac, Florida. The location of this office will be stated within the Offeror's technical response. • The proposing company has installed and currently maintains at least 5 multi - site, networked Cisco AVVID voice installations of similar size and complexity (greater than 200 telephones, greater than or equal to five networked locations). • The proposing company is and has been an authorized Cisco distributor for the past five years. • The proposing company must have been in business continuously for a minimum of three years under its current structure. The City will favorably consider companies that can demonstrate that they are of adequate size, financial strength, and technical capabilities to meet the long-term needs of the City. The City will also favorably consider companies that can demonstrate Cisco distributor designations and achievements, particularly regarding voice implementations. Please indicate your Cisco distributor designations in your response. 7.2 Vendor's Qualifications to be Submitted 7.2.1 References Complete the enclosed References Form. References should be municipalities or other organizations where you have completed a similar engagement. A minimum of five (5) references are requested; however, an Offeror may list more than five. 7.2.2 Vendor Profile Please refer to the Vendor Response Form for additions organization. If your company markets the proposed responses should be based on your Florida operations. I question regarding your products nationally, your 27 City of Tamarac Purchasing & Cpntrac:ts Division - le" , - INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS RFP 05-09R 1. GENERAL TERMS AND CONDITIONS These General Terms and Conditions apply to all offers made to the City of Tamarac by all prospective Proposers, including but not limited to, Requests for Quotes, Requests for Proposal and Requests for Bid. As such the words "bid", "proposal" and "offer" are used interchangeably in reference to all offers submitted by prospective Proposers. The City of Tamarac reserves the right to reject any or all proposals, to waive any informalities or irregularities in any proposals received, to re -advertise for proposals, to enter into contract negotiations with the selected Proposer or take any other actions that may be deemed to be in the best interest of the City of Tamarac. 2. DEFINED TERMS Terms used in these Instructions to Offerors are defined as follows. 2.1 "Offeror" - one who submits a Proposal in response to a solicitation, as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. 2.2 "Proposer" — one who submits a Proposal in response to a solicitation. The terms "Offeror" and "Proposer" are used interchangeably and have the same meaning. 2.3 "Successful Offeror" - the qualified, responsible and responsive Offeror to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2.4 "City" - the City of Tamarac, a municipal corporation of the State of Florida 2.5 "Proposal Documents" - the Request for Proposals, Instructions to Offerors, Offeror's Qualifications Statement, Non -Collusive Affidavit, Certified Resolution, Vendor Drug -Free Workplace, Offeror's Proposal, Proposal Security and Specifications, if any, and the proposed Contract Documents (including all Addenda issued prior to opening of Proposals). 2.6 "Contractor" - the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 3. SPECIAL CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Scope of Work outlined in this proposal, the Special Conditions and/or the Scope of Work shall prevail. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. Before submitting a Proposal, each Offeror must visit the site (if applicable) to become familiar with the facilities and equipment that may in any manner 28 of Tamarac Purchasing & Contracts Division affect cost or performance of the work; must consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost or performance of the work, must carefully compare the Offeror's observations made during site visits or in review of applicable laws with the Proposal Documents; and must promptly notify the Purchasing and Contracts Manager of all conflicts, errors and discrepancies, if any, in the Proposal Documents. 4.2. The Offeror, by and through the submission of a Proposal, agrees that Offeror shall be held responsible for having examined the facilities and equipment (if applicable); is familiar with the nature and extent of the work and any local conditions that may affect the work, and is familiar with the equipment, materials, parts and labor required to successfully perform the work. 5. OMISSION OF DETAILS / VARIANCES AND EXCEPTIONS 5.1 The apparent silence of the requirements as to any detail, or the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail, and that only material and workmanship of the finest quality is to be used. All interpretations of the specifications shall be made on the basis of this statement. Omission of any essential details from these specifications will not relieve the Proposer of supplying such services or product(s) as specified. 5.2 For the purpose of evaluation, the Offeror must indicate any variance or exceptions to the stated requirements, no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections will be interpreted to mean that the Offeror meets all the requirements in every respect. 6. INTERPRETATIONS AND ADDENDA If the Offeror is in doubt as to the meaning of any of the Proposal Documents, believes that the General Conditions, Special Conditions and/or Technical Specifications contain errors, contradictions or obvious omissions, or has any questions concerning the information contained in the RFP documents, the Offeror shall submit a written request to the Purchasing Office for interpretation or clarification. Such request must reference RFP name and number, and should be received by the Purchasing Office at least ten (10) calendar days prior to the Proposal opening date. Questions received less than ten (10) calendar days prior to the Proposal opening may not be answered. Interpretations or clarifications in response to such questions will be issued in the form of a written addendum transmitted via either fax or email to all parties recorded by the Purchasing Office as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 29 o.i ianiarac Purchasing & 'Contracts Division 7. COSTS AND COMPENSATION 7.1. Costs and compensation shall be shown in both unit prices and extensions whenever applicable. In the event of discrepancies existing between unit prices and extensions or totals, the unit prices shall govern. 7.2. All costs and compensation shall remain firm and fixed for acceptance for 60 calendar days after the day of the Proposal opening. 7.3. The price proposal shall include all franchise fees, royalties, license fees, etc., as well as all costs for transportation or delivery as applicable within the scope of the solicitation. 8. NON -COLLUSIVE AFFIDAVIT Each Offeror shall complete the Non -Collusive Affidavit form and shall submit the form with their Proposal. City considers the failure of the Offeror to submit this document may be cause for rejection of the Proposal. 9. PUBLIC ENTITY CRIMES In accordance with Florida Statutes 287.133 2 a : A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes §287.017 for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 10. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Offerors must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of City or any of its agencies. Further, all Offerors must disclose the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent (5%) or more in the Offeror's firm or any of its branches or affiliate companies. 11. PERFORMANCE BONDS AND INSURANCE Upon award of a contract, the Successful Offeror, as required within the scope of the solicitation, will be required to submit performance and payment bonds equal to 100% of the total contract value. Offeror shall provide certificates of insurance in the manner, form and amount(s) specified. 12. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS The following is a summary of documents required to be submitted for this proposal. Failure to include a technical proposal, cost proposal, bid surety (if Km of Tamarac Purchasing K Contracts Division required below), or any other document that, by its omission, may prejudice the rights of other respondents, may result in immediate rejection of your proposal. Other forms or documents which, by their nature do not impact price or the Offeror's cost of doing business should accompany the Proposal; but must be provided within three (3) business days of the City's request to be considered responsive. 12.1 Technical Proposal 12.2 Cost Proposal 12.3 Certification 12.4 Certified Resolution Form (or firm's own Corporate Resolution) 12.5 Offeror's Qualifications Statement 12.6 Vendor Drug Free Workplace 12.7 Non -Collusive Affidavit 12.8 Proof of applicable insurance 13. GENERAL SUBMISSION REQUIREMENTS 13.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror should be initialed. 13.2 Proposals must contain a manual signature of a corporate officer or designee with the proven authority to bind the firm in matters of this nature. The address and telephone number for any communications regarding the Proposal must be included. 13.3 Proposals shall contain an acknowledgment of receipt of all addenda. 13.4 Proposals by corporations must be executed in the corporation's legal name by the President or other corporate officer, accompanied by evidence of authority to sign. Evidence of authority shall be provided on the enclosed Certified Resolution form, or by the company's own Corporate Resolution. 13.5 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature. 13.6 Proposals shall be submitted to the Purchasing Office on or before the time indicated in the Request for Proposals. Proposals shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope should be clearly marked on the exterior with the applicable solicitation name and number. The envelope should state the name and address of the Offeror and should be include all documents as specified in the Request for Proposals. Purchasing and Contracts Division staff is not responsible for the premature opening of a Proposal that is not properly addressed and identified. 31 of Tamarac P'N F oxhasing & Contracts Division 13.7 In accordance with Florida Statutes, Chapter §119.07(1)(a) and except as may be provided by other applicable state and federal law, the Request for Proposals and the responses thereto are in the public domain. However, Proposers are requested to specifically identify in the submitted Proposal any financial information considered confidential and/or proprietary which may be considered exempt under Florida Statute §119.07(t). 13.8 All Proposals received from Offerors in response to the Request for Proposals will become the property of City and will not be returned. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of City. 13.9 The Proposer preparing a submittal in response to this RFP shall bear all expenses associated with its preparation. The Proposer shall prepare a submittal with the understanding that no claim for reimbursement shall be submitted to the City for the expense of proposal preparation and/or presentation. 14. MODIFICATION AND WITHDRAWAL OF PROPOSALS 14.1 Proposals may be modified or withdrawn by a duly executed document signed by a corporate officer or other employee with designated signature authority. Evidence of such authority must accompany the request for withdrawal or modification. The request must be delivered to the Purchasing Office at any time prior to the deadline for submitting Proposals. Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a new Proposal prior to the Proposal opening date and time. No Proposal may be withdrawn or modified after the date of proposal opening has passed. 14.2 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with the Purchasing Office, and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of City, by clear and convincing evidence, that there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal, but the intended correct Proposal is not similarly evident, Offeror may withdraw its Proposal and any bid security will be returned. Thereafter, the Offeror will be disqualified from further bidding on the subject Contract. 15. REJECTION OF PROPOSALS 15.1 To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 32 of Tamarac tv Purchasing & ContraM; Division 15.2 City reserves the right to reject the Proposal of any Offeror if City believes that it would not be in its best interest of to make an award to that Offeror, whether because the Proposal is not responsive, the Offeror is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of the solicitation. 16. QUALIFICATIONS OF PROPOSERS 16.1 Each Offeror shall complete the Offeror's Qualifications Statement and submit the form with the Proposal. Failure to submit the Offeror's Qualifications Statement and the documents required thereunder may constitute grounds for rejection of the Proposal. 16.2 As a part of the Proposal evaluation process, City may conduct a background check which may include a records check by the Broward Sheriffs Office. Offeror's submission of a Proposal constitutes acknowledgement of the process and consent to such investigation. 16.3 No proposal shall be accepted from, nor will any contract be awarded to, any person who is in arrears to City for any debt or contract, who is a defaulter, as surety or otherwise, of any obligation to City, or who is deemed irresponsible for unreliable by City. City will be the sole judge of said determination. 16.4 City reserves the right to make a pre -award inspection of the Offeror's facilities and equipment prior to award of Contract. 16.5 Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 17. INSURANCE 17.1 Offeror agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Offeror, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. 17.2 Offeror shall obtain at Offeror's expense all necessary insurance in such form and amount as required by this proposal or by the City's Risk Manager before beginning work under this Agreement. Offeror shall maintain such insurance in full force and effect during the life of this Agreement. Offeror shall provide to the City's Risk Manager current certificates of all insurance required under this section prior to beginning any work under this Agreement. 33 of T imarac Purchasing & Contracts Division 17.3 Offeror shall indemnify and save the City harmless from any damage resulting to it for failure of either Offeror or any Sub -Offeror to obtain or maintain such insurance. 17.4 The following are required types and minimum limits of insurance coverage, which the Offeror agrees to maintain during the term of this contract: Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $2,000,000 $2,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability 17.5 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 17.6 Neither Offeror nor any Sub -Offeror shall commence work under this contract until they have obtained all insurance required under this section .and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Offeror will ensure that all Sub -Offerors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 17.7 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and shall be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. 17.8 The Offeror's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Offeror's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. 17.9 The Offeror shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Offeror purchase a bond to cover the full amount of the deductible or self -insured retention. 34 of Tamar c 9 Purchasiog B Contracis Division 17.10 Offeror must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable only for Professional Liability. 17.11 The Successful Offeror agrees to perform the work under the Contract as an independent contractor, and not as a subcontractor, agent or employee of City. 17.12 An Installation Floater policy is required in an amount not less than the replacement cost for the installation of the work. Coverage shall be "All Risk" coverage for one hundred percent (100%) of the completed value. 18. INDEMNIFICATION 18.1 GENERAL INDEMNIFICATION: Consultant shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Consultant, any sub -Consultant, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub - consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. 18.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 18.3 . The Consultant shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 18.4 City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Consultant under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 35 F'urch,:;sri?g &. L"0l7traCiS Divisacm V0 18.5 The Successful Offeror shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs.City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Offeror under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 19. DELIVERIES Any item requiring delivery by the Proposer or by sub -contractors shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. If delivery of an item is required, the City reserves the right to cancel the delivery order(s) or any part thereof, without obligation if delivery is not made at the time specified in the proposal 20. WARRANTIES 20.1 Successful Offeror warrants to City that the consummation of the work provided for in the Contract documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Offeror is a party. 20.2 Successful Offeror warrants to City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 20.3 Successful Offeror warrants to City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 20.4 All warranties made by Successful Offeror together with service warranties and guarantees shall run to City and the successors and assigns of City. 21. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Proposer shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 36 City at ;arnwac (V�W Aarc;;asing & Contracts Division 22. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 23. SAFETY STANDARDS The Proposer warrants that any product(s) supplied to the City shall conform with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards, if applicable. 24. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 25. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the successful Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin or physical or mental handicap if qualified. The successful Offeror will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or physical or mental handicap. Such actions must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The successful Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The successful Offeror further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 26 TAXES Successful Offeror shall pay all applicable sales, consumer use and other similar taxes required by law. 27. PERMITS, FEES AND NOTICES Successful Offeror shall secure and pay for all permits and fees, licenses and charges necessary for the proper execution and completion of the work, if applicable. The costs of all permits, fees, licenses and charges shall be included in the Price Proposal except where expressly noted in the specifications. 37 Ciiy of Tamarac; � Purchasing & Contracts Division 28. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 29. TERMINATION FOR CAUSE AND DEFAULT 29.1 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 29.2 Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirements of the RFP shall be just cause for the cancellation of the RFP award. The City may, by written notice to the Proposer, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of non-performance. 30. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, City may without cause and without prejudice to any other right or remedy, terminate the agreement for City's convenience whenever City determines that such termination is in the best interests of City. Where the agreement is terminated for the convenience of City, the notice of termination to Successful Offeror must state that the Contract is being terminated for the convenience of City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Offeror shall promptly discontinue all work and, to the extent indicated on the notice of termination, shall terminate all outstanding subcontracts and purchase orders as they relate to the terminated portion of the Contract, shall refrain from placing further orders and/or contracting with subcontractors, and shall complete any continued portions of the work. 31. FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 32. AUDIT RIGHTS City reserves the right to audit the records of Successful Offeror, relating to this contract, at any time during the term of the Contract, and for a period of three (3) years after completion of contract. If required by City, Successful Offeror shall 38 of are 7ar.ac Purchasing & Contracts Diwian agree to submit to an audit by an independent Certified Public Accountant selected by City. Successful Offeror shall allow City to examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. 33. ASSIGNMENT 33.1 Successful Offeror shall not assign, transfer or subject the Contract or its rights, title, interests or obligations therein without City's prior written approval. 33.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and City may, at its discretion, cancel the Contract. All rights, title, interest and obligations of Successful Offeror shall thereupon cease and terminate. 34. EMPLOYEES Employees of the successful Contractor shall at all times be under its sole direction and not an employee or agent of the City. The Contractor shall supply competent and physically capable employees. The City may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 35. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 36. GOVERNING LAW The laws of the State of Florida shall govern this Agreement. Venue shall be Broward County, Florida. 37. BACKGROUND INVESTIGATIONS As a part of the evaluation process, the City may conduct a background investigation including a criminal record check of Proposer's officers and/or employees, by the Broward County Sheriff's Office. Proposer's submission of a proposal constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Proposer's qualifications. 38. LIQUIDATED DAMAGES Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $200 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such 39 of Tamarac �, Purchasm� j t- Gontracts Division — 'W- delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. 40 as v 0Z) �CO yv pp � � � C C aj 3 �r vt N �OC) T L: W W E �v � 'aa o v c �^ E � Q � CD v UJ iTl C O Lo Q v Ua� C aCD ate~ w C y Vl C tic Tn�i' �E U p r � G U- V Fi Cri C li � � y. U6 .R $i kn dLL, tm E O � ©aa S Q u maE o` r C2'a THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item (s)/sery ice (s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL11 PARTNERSHIP If "Other", Explain: TVA Authorized Signat Title l (• - M A EFL Alia"o Company Name OtzL-kw44, eC jzb I City/State/Zip Fax Number CORPORATION VI IL (- A . 514 `VY rR- Name (Printed Or Typed). OTHER ❑ Federal Employer I.D./Social Security No. Address o-7-q bIM- $ 6do Telephone Kt(t,jz, Contact Person ,t; Certified Resolution I, Ben'amin I Patz, Chairman of the Board of Coleman Technologies, Inc., a Corporation organized and existing under the laws of the State of Florida, do hereby certify that the herein identified individual(s) are authorized to submit and execute a Bid and/or Bid Bond, if such bond is required, and such other instruments in writing as may be necessary with respect to RFP 05- 09R "Upgrade of Voice and Data Communication Network" to the City of Tamarac on behalf of said corporation; and that the Bid, Bid Bond, and other such instruments signed by the individual(s) shall be binding upon the said Corporation as its own acts and deeds. These individuals shall be the only individuals authorized to act on behalf of the Corporation with respect to these matters. The City of Tamarac shall be fully and protected in relying upon such certification and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring the signature of any person certified or for refusing to honor any signature not so certified. I certify that the following are the names, titles, and official signatures of those persons authorized to act with respect to these matters. NAME TITLE SIGNATURE �E�SAM.t�V .� )A-TL 2�.51�'r1CFo �121� I�l SAt.�yE/� UP gusjNtSs 6PS1CFo oc LIIIII Given under my hand the Seal of the Corporation on April S, 2005. (QoEAL) Title: C�L4��rvKc•- �^ NON -COLLUSIVE AFFIDAVIT State of I oa-, o (�r ) )ss. County of _ 04rJ66 _ ) ]� V being first duly sworn, deposes and says that- 1. He/sheisthe (Owner, Partner, Officer, Representative or Agent) of Co LC-" k, -rF t'4A'0 dGi fs f�c , the Offeror that has submitted the attached Proposal; 2.' He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3, Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners,, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, aled and delivered in the presence of: tness "ee ---- - Witness By aL Pr1in/ted Name Title ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of O Q A NGc On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared 1� I i-14- M- Sq GiL_ and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: Z !. NQ"ARY PUBLIC, ST,�TE OF FLPRtDA-.., (Name of Notary Publi . Print, Stamp, or Type as Commissioned) XPersonally known to me, or ❑ Produced identification: (Type of Identification Produced) I1 DID take an oath, or ❑ DID NOT take an oath ,' . t \....-. OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88t" Avenue Tamarac, Florida 33321 Check One Company: . ....._.. OL.EWt�N.... �EC�fNcLC�Gcc...+. 1. N_L ......... ......... Contact Name: _-- Kc_.:_..__SAw_r..------------_.__.__........____. Corporation Address: Z....._N.......©.___ti.cle ...._.....A..C. S.u..�i........3!........................ Partnership City, State, Zip r-I a'? N ...t.f. F.....'?-..�to 1 ........ Individual Telephone No. _ %._�_.aa. Other Fax No. 0'7 -._4....1.- b (v .1. 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: ................. 6_Lr. l .........� C.0 �f Mt (. �G c.F ..� (_&................................ The address of the principal place of business is: Z� A/. 0 h,r.G_....._....�...5.� �_.... oo g) Name and address of Resident Agent:_ 0.! -it, ""�- „�,4- �(6 Zv /d• o (LA Gr 4-1 o11=� 32-%D v j City of Tamarac. Purchasing & Cot7tracts Divisbn r 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: ____r7�� _----------w_..._---_-.-...._----_._..._._..-------._------ c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: ------------- 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? )0. IV I � _� `7_. a) Under what other former names has your organization operated? _ _._.._.------- -- 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration.hwavd ........ ...... - rfioij ?4- t?Pai s:draih� 8. Have you personally inspected the site of the proposed work? YES F-1 NO 9. Do you have a complete set of documents, including drawings and addenda? 12YES D NO 05 - W a<, `}11QW.PYd_a , � �'rtGS h D) C( a 10. Did you attend the Pre -Proposal Conference if any such conference was held? ❑YES F-1 NO Page 2 of 8 Offerar's Qualification Statement .. . . ....... ..... . ..... .. ..... ........ .. . .. . I.... I .... .. ......... . .. 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone ............................... .................... .......................... .......................................... . .. ......... ......... . ........................................ .. ............................... ... . .. ...... ................... . .... ............ ....... . .. ... ..........'I x6a ed . ... ...... ....... ...... . ..... . .. ... -- 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). < . ..... . ............... . ... . .....;6 . 6 ........... ............ ................................ .. . .. ....... . . ........... .......... ..... . .... ... . .................... ...... ...... . ..... .... ....... ......... ........ . . . .................. ..... .. . ... ............... . . .... . .. .1 . . .. ............ .......... -.1 .. . ... . .... .... ...... .. - - -------- - I . .. ......... I . .... .. .. ...... 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: -M. q q v T C,�11�q f 1�.Acowvr� - F4(. . ...... r .. ........ ... ....... . ............ .. .. . "..- ... ........ . . ... ........ ........ ... ............... . . . .......... .. ..... ............. ... .... .... ........ .... .. ..... . . ... 51- V - fro . .......................... ....... .. ...... 1.,... . .... ......... .... ................. ........... ...... .... ..... ... ....... . . ......... .. . ...... I . ... .. ... ........ . 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: 'P(�tj�,CTC w1jar ttoo A147qw(pa �,&o 64, Ab_; l Bank Address Telephone_ ;10 _A1. 0"// - /�.IFy 0(1C4'Vd�,... t�, .Z dl.... `td'7.. 1fz T-bifc{ 20. Attach a financial statement including Offeror's latest balance sheet and income statement showing the following items: Sri 44'�—(Ackcy STD-T �ucrn'7 a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: T40MA5, I'k-'er 'P�„!d-cKrg-f � wNr ct PA 22. Is this financial statement for the identical organization named on page one? YES NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). ........ ......... The. Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of pY i d CX - County of DCCA C On this the D Pay of , 20 �S , before me, the undersigned Notary Public of the tate of Florida, personally appeared iC1L G (Name(s) of i, 's) who appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal NOTARY PUBLIC SEAL OF OFFICE: JILL K sty" ftift �u11 t (Name of Notary P lic: Print, Stamp, or Type as Commissioned) Personally known to me, or ❑ Produced identification: (Type of Identification Produced) eb,DID take an oath, or 0 DID NOT take an oath CITY OF FORT LAUDERDALE PRESORTED Z LICENSE pii¢Ei FIRST CLASS P 2003-2004 IL U.S. POSTAi NAME OF BUSINESS COL EMAN T ECHOLOGI ES INC PAID 1 O: LOCATION 5200 NW 33 AV # 103 �' PERMIT NO. IS HEREBY LICENSED TO ENGAGE IN BUSINESS, OCCUPATION OR PROFESSION PRESORTED FIRST CLASS MAIL 05300 COMPUTER SERVICES(INCLUDING CONSULTING In MARKETING, PAYROLL, PROGRAMING ETC LICENSE NUMBER �0&5g4 TOTAL FEE PAID $150 00 COLEMAN TECHNOLOGIES INC 7 iJ e THIS LICENSE ISSUED FOR THE PERIOD COMMENCING OCTOBER IST AND 5200 NW 33 AVE., # 103 1 ENDING SEPTEM13ER 30TH OF THE YEARS SHOWN ABOVE FT LAUD FL 33309 NOTICE --- LICENSES MUST BE TRANSFERRED WHEN BUSINESS IS SOLD OR MOVED. (PLEASE SEE BACK OF THIS FORMS fill 11111111r111115111111111111111Ir11111111111111111of9111111 y POST THIS LICENSE IN A CONSPICUOUS PLACE urI it a Board of Fp�gM No COu 7 A01-280/AC25,os7 SnowARD cy Cornmiss,oners Brawarc BI OUNTY OCCUPATIONAL L1C unty FlorJtla RENEWAL ❑ TRANSFER P+FRIpp pC7o EpVSe BER �, 2Qpq rHRu sFPrFMB AX NEW SFER SEC # ER 30 20QS STgrE OR COUNTY DATE Bus►NEss OPENEDTAX TA7- CgRT/RED, q BACK 7-AX eae Location Ad OCT, • 1p � NALTies IF PAID 7 OCT, PENALTY T.C. FEE `DEC.. 20% Bas NOV. • 18 TRANSFER Plus Tax Coflgctien F fhr OEC. 31 _ Z, gnedonCostoflr,01ugtoS25.01 TOTAL After Novo se rr paid tuber 3C, 2004 1 THIS r- ACCD 1 LICENSE MUST gE UNT NUN9ER .) '' PUBLIC VIEWAT. T CONSPr HE LOCATION OCATI O AODR D'SPLAYUD CN A04R1 SS AS OV✓r. �a NARD BROWARD CD TYPE OF LlCgfy y 11S S. And- COUNTY Av nue� REyENUE CAL SE TAX PAID FORfLqub GOVer�me LECTOR , IZ µ'ww.browarrd. 9Ee IL 3330�HierAnnex 2A�� d Oro V 'enUe PAYMF-NT RECEIVEOA$ VALI�� E "SEE INSTRUCTIONS ON BACK 01= LAST C (m t I State of Florida 9 09/27/95 THIS CERTIFICATE IS K •,^ �O wE T REGISTRATION DATE 09/26195 MAILING ADDRESS DEPARTMENT OF REVENUE NONTRANSFERABLE CERTIFICATE OF REGISTRATION Issued Pursuant to Chapter 212, Florida Statutes OPENING DATE CERTIFICATE NUMBER REFER TO THIS NUMBER 09/01/95 58-12-149074-99 WHEN REPORTINGTAX COLEMAN TECHNOLOGIES INC 20 N ORANGE AVE SUITE 705 ORLANDO FL 32801--0000 IS HEREBY AUTHORIZED AND EMPOWERED TO COLLECT SALES AND USE TAXES FOR THE STATE OF FLORIDA THIS CERTIFICATE MUST BE POSTED IN A CONSPICUOUS PLACE THIS CERTIFIES THAT COLEMAN TECHNOLOGIES INC 20 N'ORANGE AVE SUITE 705 ORLANDO FL 32801 Cisco S'Y M M S Close Window I Print Site Path: Home a Search > Partner Result I Search Criteria Country UNITED STATES Com an Coleman Technologies State FLEVOLAND Company Name OLEMAN TECHNOLOGIES INC Country Authorizations Sites USA Gold Certified Partner 7 ATP - IPCC ENTERPRISE ATP-3200-Network Solutions (NSI) IP Telephony Services Specialization VPN/Security Services Specialization Wireless LAN Specialization VPN Security Specialization Registered Partner IP Communications Specialization Close Window I Print TAll contents are Copyright 0 1992-2001 Cisco Systems, Inc. All rights reserved. Im"or ant Notices and Privacy Statement. d 0 Coleman Technologies, Inc. 20 N. Orange Ave, Suite 300 Orlando, FL 32801 Phone; (407) 481-8600 Fax: (407) 481-8618 City of Tamarac, Purchasir 7525 NW 88th Avenue, Ro Tamarac, Florida 33321-24 Subject: Financial Sty Communical To Whom It May Concern: Q # Zo 8 April 2005 of Voice and, Data CTI's team of 125 employees is one of the most technically competent IT staffs in its chosen held and geography. From a financial perspective, CTI's sales for FY2004 were $66M and CTI has experienced an average of 30% year over year growth since inception. For FY2005, CTI anticipates sales of $100M and after Q1, CTI is currently on track for meeting this goal. In lieu of financial statements, CTI provides its Dun & Bradstreet (D&B) number (88-493-2443) to ensure customers, vendors, and business contacts of our financial viability. Each year, CTI provides D&B with an updated set of key financial data (e.g. sales, assets, liabilities, etc.) and to date, CTI has found that this alleviated any concern regarding CTI's financial strength. The primary reason that CTI has elected this approach is two -fold: first, CTI is a privately -held, employee -owned corporation and as such, this information is considered confidential; and second, for those organizations requiring some high level financial information, this data is readily available and accessible. In addition to these 2 reasons, under the State of Florida's Sunshine Law, this information is subject to public dissemination which eliminates the confidentiality of the information. If however, upon contract award it proves to be imperative that the City of Tamarac examines CTI's financial statements, CTI will work in good faith to provide access to this information provided it remains confidential. If you have any questions or require additional information, please call me at 407.481.8600 ext 104. Sincerely, VA 'L" Coleman Tecllnologi s, Inc. Kirk M. Sawyer VP, Business Operations & CFO 4\ j VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signat a Company Name City of rnarac Purchasing & Contracts Division r LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid non -responsive and may cause its rejection. Subcontractor Name/Address le, N. (.auQ Mi? / rl 3 % Total Contractor Contract License No. Work to Be Performed IVI6 Q _1 IW Gc#1?17_6Ca fiam �rry rk�! �c,ca 1 at ...... ......... f' List of Subcontrac fors OP ID S DATE (MMIDD/YYYY) A ORS CERTIFICATE OF LIABILITY INSURANCE COLETEC 04 1a 05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE J Rolfe Davis Insurance HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 945255 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Maitland FL 32794--5255 Phone: 407-691--9600 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Hartford Fire Insurance Co 19682 INSURERB: Hartford Casualty Yneurance Cc 29424 Coleman Technologies, Inc. INSURERC: Twin City Fire Insurance Co. 29459 20 N Orange Ave., Suite 300 INSURERD: Orlando FL 32801 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, L7R NSR TYPE OF INSURANCE POLICY NUMBER DATE MMFICTIV5 /DD/YY POLICY EX DATE MM/DDlYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 A X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE [j�] OCCUR 21UUNUU0332 05/01/04 05/01/05 PREMISES E.aCCUrence $ 300000 MED E.XP (Any one person) S 10000 PERSONAL BADVINJURY S 1000000 GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s 2 000000 POLICY PRO- JECT LOC Emp Ben. 1000000 A AUTOMOBILE LIABILITY ANY AUTO 21UUNUU0332 05/01/04 05/01/05 COMBINED SINGLE LIMIT (Ea accident) $ 1000000 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ X X HIRED AUTOS NON•OWNED AUTOS BODILY INJURY (Par accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE S 1000000 B X OCCUR CLAIMSMADE 21RHUW3103 05/01/04 05/01/05 AGGREGATE $ 1000000 $ $ DEDUCTIBLE X RETENTION $10000 $ C WORKERS COMPENSATION AND ANY PRDPRITH- EMPLOYERS'LIASILITY7DRIPARTNER/EXEGUTIVE E OFFICERIMEMBEREXCLUDED? 21WBOC4868 05/01/04 05/01/05 X TW LIMITS ER EL.EACHACCIDENT S 1000000 EL DISEASE EA EMPLOYEE S 1000000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1000000 OTHER _ W DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS *Except as required by Florida Statute. The Certificate holder is included as an Additional Insured as respects General Liability coverage, if required by written contract. Liability is limited to loss or damage arising out of negligent acts or omission of the insured. CERTIFICATE HOLDER CANCELLATION CITARMA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City of Tarmarac IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON 7HE INSURER, ITS AGENTS OR Purchasing 6 Contracts Manager 7528 NW 88th Ave. REPRESENTATIVES. Tamarac FL 33321 IZE REPRESENTATIVE ACORD 25 12001/091 tZ ACORI] CORPURATICIN 19RR IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 25 (2001 City of Tamarac Payment BDnd FORM PAYMENT BOND' D - P''°% t# Can . KNOW ALL MEN BY THESE PRESENTS: 00ekad That, pursuant to the requirements of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the, day of , 20 , with OWNER for which contract is by reference made a part hereof, and is hereafter referred to as the Contract; THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 2.1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to the CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment. Page 9 of 3 City of Tamarac Payment Bond ----------- 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect the Surety's obligation under this Bond. Signed and sealed this day of 20 WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) IN THE PRESENCE OF: Pago 2 of 3 Principal -2 Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone of Tamarac P�1ym eni S(W)d ----------------- ----- ACKNOWLEDGMENT FORM PAYMENT BOND State of County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) (Name of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: a of (Title) (State of Corporation) NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath CERTIFICATE AS TO PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) Pager 3 of 3 (Name of Corporation) City of Tamarac FORM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirement of Florida Statute 255.05, we, CONTRACTOR, and, as Surety, are bound to the City of Tamarac, OWNER, in the amount of: Performance Bond as Principal, hereinafter called Florida, as Obligee, hereinafter called Dollars, ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of , 20 , with OWNER for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Fully performs the Contract between the CONTRACTOR and the OWNER dated 120 , for the , within calendar days after the date of contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees and costs, including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1 Complete the Contract in accordance with its terms and conditions; or Pare 7 c f 4 City of 7arnarac F'erlorn)ai�ce Bond 4.2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the OWNER elects, upon determination by the OWNER and Surety jointly of the best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those persons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Surety's obligation under this Bond. Signed and sealed this day of _, 20 WITNESSES Secretary Principal (AFFIX SEAL) WITNESSES M Signature and Title Type Name and Title signed above Surety Secretary By (AFFIX SEAL) Signature and Title Type Name and Title signed above -- - _-•--•------------- Pale 2 of 4 City of Tamarac IN THE PRESENCE OF: INSURANCE COMPANY: Perfdm7ance Bond By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND State of County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) of (Title) ,a (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or 0 Produced identification: (Type of Identification Produced) ❑ DID take an oath, orE]DID NOT take an oath Page 3 of 4 City of Tamarac Performance Bond _....... ----------- - ------ .... f __.- ..-.....- __-....... ..._.-. .m... CERTIFICATE AS TO PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) Page 4 of 4 (Name of Corporation) City of Tamarac �- - x f�rrr-C.hasir?g & Contrasts Division - _ .... . 14315M►TM- 4�7 il @7*:7 DATE OF ISSUANCE: CHANGE ORDER NO. OWNER: PROJECT CITY OF TAMARAC NAME: 7525 NW 881h Avenue Tamarac, FL 33321-2401 BID NO. PROJECT NO. CONTRACTOR P.O. NUMBER IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS: DESCRIPTION: PURPOSE OF CHANGE ORDER: CHANGE IN CONTRACT PRICE Original Contract Price R CHANGE IN CONTRACT TIME Original Contract Time Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order Net (Increase) of this Change Order Net (Increase) of this Change Order Contract Price with all approved Change Orders Contract Time with all approved Change Orders RECOMMENDED APPROVED APPROVED BY BY BY Director City Manager Contractor Date Date Date City of Tamarac . A h Purchasing and Contracts Division SAMPLE AGREEMENT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this day of , 2005 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and , a corporation, with principal offices located at (the "Contractor") to provide for the upgrade of the City's voice and data communications network. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, Request for Proposal Document No. 05-09R, "Upgrade of Voice and Data Communication Network", including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to furnish, install and make .operable, an upgrade to the City's Voice and Data Communication Network, in accordance with the requirements outlined in Request for Proposals No. 05-09R. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. ..... . Pa . 9e........ f.. � of Tarnarac and Contracts Division 3) Insurance 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate.. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. The work shall be substantially completed within days from the date of issuance of said Notice to Proceed. 5) Contract Sum The Contract Sum for the above work is Dollars and cents ($ ). 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoices. A retainage of ten percent (10%) will be deducted from monthly payments. Retainage monies will be released upon satisfactory completion and final inspection of the specific work order. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits shall be processed before the warranty ........ ...... ......... ......... ......... Page 2 of 7 of Tarnarac and Contracts Division period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VI 1, Chapter 218. 7) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 8) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until substantial completion of the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 9) Indemnification 9.1. The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 9.2. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. Page 3 of 7 City of Tamarac ,; Purchasing and Contracts Division 11) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees. of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: 14111 CA City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR 14) Termination 14.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. . 14.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, Page 4 of 7 City cf Tamarac Parchasing and Contracts Division should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. ........... Page 57 of 7 City of Tarnarac -0 Purchasing and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its , duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date Page 6 of 7 City of Tamarac, Purchasing rind Contracts Division STATE OF COUNTY OF CORPORATE ACKNOWLEDGEMENT SS I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of , 20_ Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. Page 7 of 7 City of Tamarac Upgrade of Data and Voice Network Part 5-Implementation Methodology 1. Design and Pre -Planning CTI and the IT staff of City of Tamarac will begin project deployment by documenting a project Implementation Plan that details the design, installation and deployments. This documentation will be based on a multi -faceted deployment of a comprehensive solution. This solution includes: IP Telephony, network infrastructure, Windows 2000 Server installation, Application installation, circuit integrations and phone deployments. This phase should be complete with documentation on the approach for integration of all the technologies referenced above and in a project plan. Tools utilized in this phase should include: Microsoft Project 2000, Visio Enterprise 2000, Microsoft Word 2000 and Microsoft Excel 2000. This phase will include the following steps: 1.1. Project Management CTI shall provide a single point of contact for all project management support issues within the scope of this project. Please reference Appendix G for the Project Manager Resume. The CTI Project Manager will: • Participate in regularly scheduled customer project meetings which will include o Kick Off Meeting o Project Planning Meeting o Network Design Meeting VLAN Design ➢ Disaster Recovery planning and review ➢ Data back up and retrieval o Routing Flow Meeting o Voice Call Flow Meeting o Migration Planning o Acceptance Testing and Planning Meeting o Project Review and Signoff Meeting • Generate the as -built final design drawings detailing the entire system for the review of City of Tamarac project management staff. Other documents that CTI shall be responsible for are: o Project Implementation Plan — defining the project management and deployment strategies, points of contact, and overall project schedule for equipment installation. c System as built Design Document — defining the technical elements of the solution to be implemented such as hardware configuration, VLAN design, IP design, routing, etc. Page 34 U e or disclosure (?Phis information and data i., subject to the resirirlintas found on the litfe page o/this document. City of Tamarac Upgrade of Data and Voice Network o Specific Deployment Plan for equipment installation — defining what, how, and when the systems will be implemented. This document, along with a Test and Acceptance Plan shall include all test plans. • Deliver the site survey reports, site readiness recommendations, and equipment configurations. This will include Data and Voice network integration • Act as the management contact focal point for project scheduling, coordination, SOW change control, escalation, staging, hardware installation and acceptance activities. • Jointly review milestones and the detailed project schedule with the Customer. • Third party interfacing for coordination with timelines and project milestones 1.2 System Engineering and Migration CTI shall be responsible for close coordination with Cisco and City of Tamarac staff in order to establish final design parameters. While many of the following items have been defined, formal assessments and/or further analysis may still be required as follows: • Validate all requirements for space, power, and air-conditioning by providing facilities with requirements information for each element. • Review backbone -cabling system specifically as to architecture and general implementation practices. • Review the final traffic and route assignments, making appropriate design and configuration changes to accommodate. • Determine final trunk quantities based on the route and traffic requirements. Requirements are based on City of Tamarac supplied information to finalize the design. • Review the final quantity and location of all terminal equipment including all IP phones and analog phones. • Review all applications and features required. Specifically define configuration parameters for all switches, routers, and application servers. • Coordinate with service providers in order to facilitate the proper interfacing of system with various networks. City of Tamarac liaison will work with CTI in facilitating this integration 1.3 Site Preparation and Coordination CTI shall coordinate with City of Tamarac in order to obtain facilities access to support verification and validation that system requirements are met prior to equipment installation. CTI shall conduct site readiness review with City of Tamarac prior to installation of any equipment. CTI is responsible for the following: • Schedule site surveys with City of Tamarac project manager Page 35 G-ve or disclosure ry this iglarmuiion and darn is subject tothe rtmM* iOK fbcmd on the title page n/'this documrnl. City of Tamarac Upgrade of Data and Voice Network • Conduct on -site site survey and deliver a discrepancy report for all equipment that will be located in the IDFs and MDFs. Site surveys shall be limited to identifying power requirements, demarcation location, environmental conditions, and physical space requirements. • Collect workgroup phone and station requirements so that IP phones may be properly configured. • Review and validate collected site survey information with the in coordination with the deployment timeline to insure the project remains on schedule. 1.4 Equipment Delivery and Staging CTI will provide all system equipment in order to meet the implementation schedule that will be defined in the mutually agreed to implementation plan. All equipment to be provided by CTI as listed in the Bill of Materials quote. CTI shall be responsible for the following: • Provide, inventory and record serial numbers for equipment at the on -site staging location. • Load and configure implementation -specific CallManager, gateways, phones, applications and any other system elements. • Unpack, assemble and attach the designation strips for each telephony device. • Pre -deployment testing of products per the Implementation Plan. • Transport the equipment from the on -site staging facility to the designated installation locations within the same general site. • Confirm with customer that the Site Readiness Recommendations are completed and the network is ready for the installation of equipment. Z. Project Implementation & Integration Phases Refer to "Appendix A" for a detailed task outline Also refer to SAMPLE IPT Deployment plan document in section 8 of this response. A. Infrastructure Preparation and Installation: This step will include the installation and configuration of all Cisco routers and switches. All Cisco routers will be configured as needed to provide either PRI or SRST analog connectivity. In addition , LAN connectivity, IP Routing, Voice Gateway, System Management, DHCP, Quality of Service (QOS) and Voice Transcoding. All Cisco Switches will be configured for VLAN assignment for physical separation of Voice & Data, IP Addressing for multiple Subnets, port assignment and QOS. Page 36 Use or disclosure of this in/ormution and data is subject io The revriction.r found on the title page of this document. 9& City of Tamarac Upgrade of Data and Voice Network • Setup and test all Routing components • Setup and test all Gateway components • Setup and test all Switching components • Setup and test all Core Switching components • Setup and implement of CiscoWorks ITEM, Voice Monitoring components B. IP Telephony Facility Im lementations During the installation and integration of a Cisco CallManager AVVID telephony system, it is assumed that a basic set of integration services must be performed to insure a high performance system is implemented providing a comprehensive set of functional features. Some of the major services and integrations provided for under this Basic Feature Set specification are as follows: • Installation, configuration, and testing of Call Manager Publisher Server/TFTP • Installation, configuration, and testing of Call Manager Subscriber Server • Installation, configuration, and two-way testing the PSTN connectivity. • Feature and application deployment In accordance with the Basic Feature Set Specifications and/or call flow specifications as may be determined during system design meetings. Refer to Appendix B that follows. • Setup, deploy and test standard IP Phone Features Refer to Appendix C • Setup, develop, deploy and test non-standard IP Phone Features as identified during the Project Kickoff Meeting; (Analog devices) • Setup, deploy and test user database and Dial -Plan as identified during the Project Kickoff Meeting a Route Groups/patterns/filters a Call Search Space o Group Operations o Regional Operations • Setup, deploy and test Class of Service requirements as identified during the Project Kickoff Meeting o Long distance access o International access o Local access o ID blocking • Setup, deploy and test system requirements as identified during the Project Kickoff Meeting o Attendant Console o Auto Attendant and complete IVR integration o Fax/Modem implementation and testing o Anti -virus and CSA o Backup procedure implementation Page 37 l ise or disclosure a/ lhi.s in/urmanon and dulo o .%uhiect to the rffine7iow /nund on the Wle page of this docionenl. 40 City of Tamarac Upgrade of Data and Voice Network D. Voice ,essaaging Component Implementations • Setup and Configure the Cisco Unity Server • Define and implement one Subscriber template • Implement Unified Messaging in coordination with existing Exchange 2003 e-mail systems for approximately 300 users. • Develop full Subscriber database and features • Analyze system performance and quality • Provide final documentation of installed systems E. Additional Components • Integrate with existing Internet connectivity with perimeter security structures • Deploy and configure Emergency 911 facilities and ESAP operations • CiscoWorks ITEM network management systems deployment F. Third Party Applications deployment • ISI Call Accounting • Overhead paging • Berbee Informacast • Berbee Remote Control G. IP Phone Deployment CTI will install each Cisco IP Telephone for City of Tamarac -end-users. This installation will include connecting each phone to the inline power or power cube and network connectivity source via CAT5/6 cabling, and connecting the user PC Network Interface Card (NIC) to the PC interface of the IP Phone. Additionally, this installation will include reviewing the serviceability and dialing access of each user's phone. This testing will be performed for each phone and each office. Refer to Appendix C for an example of this acceptance testing. H. Performance Analysis and Finals stem Cutover • Analyze system performance and quality • Assist in transition from legacy system • Provide final documentation of installed systems Page 3)8 Be or disclosure o/ thik in/ormation and dula b .subject to the restricrtinn.+' Jaund on the title jmge of this document. City of Tamarac Upgrade of Data and Voice Network I. Wireless Surveys of all facilities Wireless LAN Site Survey and Readiness Services BUILDING SPECS • Construction • Floor plan • Ceiling and wall type • Location of elevators and stairways • Proximity of property lines ACCESS POINT MOUNTING SPECS • Mounting location • Type of Access Point • Environmental ---Temperature, ventilation, access and congestion of mounting location • Type of antennas ---Fixed diversity or external. Directional or higher gain • Electrical --- Inline power, location of power injectors or powered switch • Data ---Length of Cat 5 cable run and accessibility to Access Point location COVERAGE REQUIREMENTS • Wireless Protocol 802.11 a, 11 b or 11 g • Departments or areas of the building to have Wireless coverage • Number of users per cell • Level of roaming support needed • Areas outside building walls that require coverage ---Rest areas, Walkways Building entrances • Present and Future requirements for Wireless Recommendations and Findings • Description of each recommended AP location • Type of Access point and antenna • Specific requirements of coverage cell • Existing frequency range interference • Selected Access Point frequency and Roaming configuration • Specific configurations to provide coverage or limit signal propagation --- Output power adjustment • Review site survey reports, network diagram and develop and deliver the site readiness recommendations to customer. Page 39 lice' or disclusure nJ this inlormalion and dam m .cubjecl ro Me restriclions found on the rite page ul this documenr. 40, City of Tamarac Upgrade of Data and Voice Network 3. CTI Quality of Services for implementation and support Implementation and Migration Strategy CTI plans, implements and supports a wide range of customers utilizing overwhelmingly Cisco AVVID systems. CTI is an engineering based company. With that, our engineering team has developed an entire intranet site for engineers to share their experience, and develop a finely tuned model for best practices in implementing both voice and data networks. This shared workspace has enabled CTI to become one of the top Cisco Partners in the Southeast. For the City of Tamarac, that means that the skills and experience of many engineers will be providing their implementation. Based upon our 10 years of implementing solutions we have developed a detail methodology that provides a seamless migration for our customers. For the City of Tamarac, CTI will implement a new network infrastructure by carefully planning and migrating to a Gigabit fiber ring architecture from the current FDDI infrastructure. As per specification from the city, the current fiber infrastructure is provided by Comcast and enough spare fiber pairs exist at the main points of distribution to allow for a seamless migration to the new structure. Review the following diagram for a specification of where the primary distribution points are located and how CTI will create the final Gigabit Ring structure; Page 40 Use or disclosure of this 11710rmution and data is vuhject to the ratrictions found on lhr Olelyage of this document City of Tamarac 1: 1 Upgrade of Data and Voice Network City of Tamarac Fiber Distribution Points Logical Ring Diagram Witter Treatment fiber Dtstrlbutioh Panel, Water Treatment Recreation Center FS 78 Community MPC Center Satellite City Hall Connected via T1 WAN Circuit "'City Hall ' Fiber Distribution anal City Hall I �WUtilities Ii 1 FS41 I � FS1S I 1 8S4 Building Transportation i Depart Each Switch provides two SM Fiber GBIG PC Ports connected to the Fiber Patch Panel to Works create the enterprise Ring City of Tamarac Nick Zades' CTI App, 2005 I CI , CTI will begin the process by deploying the 4500 core switch at the City Hall computer room and attempt to create a limited ring with Fire Station 15 as the first two sites to be connected in parallel with the existing FDDI infrastructure. Thus, the theory is that no changes will be detected by any users and/or existing data systems. With the switching systems at City Hall and Fire Station 15 communicating, the primary IP Telephony switching and process systems will be deployed, made operational and tested. Thus, the two sites are considered primary hosting facilities and once validated, the migration process to expand the ring will be continued by adding each additional site to the new Gigabit structure. The order and/or priority of this site by site expansion will be planned with the city and will take into consideration that the possibility of a complete parallel Gigabit and FDDI rings may not be allowed. Thus, at some point, where spare fiber pairs are not available a physical migration of data systems will be performed. Thus, the primary approach will be to complete the implementation of all voice components over the Gigabit fiber network and to complete all voice testing and analysis. When acceptable performance is achieved, a move of data components will begin on a site by site basis. Page 41 1 in ur di.v,:Ia�urr uJ this iq%rmatiotr and data dr s uhject !o the ree'fr iclirin.v found on the title page o/ thi.v doeumem. d2b City of Tamarac Upgrade of Data and Voice Network Support CTI offers ongoing, Day 2 support for all customers with three levels of support available summarized in the table below. The table is based on a Cisco IP telephony installation. The basic concept for the Silver and Gold service is as follows: • Customer is required to purchase Cisco SMARTnet on all supported equipment. Key services of SMARTnet include advanced replacement of hardware and access to Cisco knowledge base and technical assistance center. • CTI provides phone and email support via 1-800-345-7743 to a qualified IP telephony engineer. • CTI provides annual upgrades of Call Manager and software for supported systems. Upgrades are scheduled events and time and expenses required to perform them are included in service fee. • CTI performs remote diagnostic support of customer's site during normal business hours (24x7 for Gold) as requested. CTI engineers perform on -site troubleshooting support as necessary during normal business hours (247 for Gold). • CTI performs annual health and performance checks (quarterly for Gold). • CTI maintains off -site configurations of critical IP telephony equipment. Service / Deliverable Basic Silver W n Gold 24x7 1. Cisco TAC Phone Support Yes' Yes' Yes' 2. Cisco TAC via Cisco.com Yes' Yes' Yes' 3. Advance Parts Replacement Yes' Yes' Yes' 4. Application Major and Minor Software Releases (this does not include the services to install) Yes' Yes' Yes' 5. On -Call Application Troubleshooting Yes 8x5 Yes 240 6. Scheduled Ap2lication Installation / UJ rates Yes` Yes` 7. Configuration Backus Yes Yes 8. Network Monitoring Optional Optional 9. Health / Performance Check Annual Quarterly 10. On -Call Troubleshooting ' Yes 8x5 Yes 240 11. On -Site Troubleshooting'-' Yes 8x5 Yes 240 12. Problem trackin and escalation Yes Yes a) Customer is required to purchase Cisco SMARTnet SNT support for all supported hardware and SMARTnet SAU support for all support software. b) If system not designed and installed by CTI, requires on -site audit of installed system prior to initiating service. c) One major plus one minor upgrade per year (services). d) 8x5 refers to normal business hours which are nominally 8AM to 5PM Customer local time, Monday through Friday, not including holidays. 24x7 refers to around the clock support. e) Discount rates available for work outside the scope of items listed in the table above. f) Customer is required to provide VPN access to CTI since this greatly reduces the time to resolve an issue. Page 42 Uw or disclosure (?f thix information and dam is subject to the rewrictiore found on the title page n/lhis document. d"911111111111111111110 City Of Tamarac Upgrade of Data and Voice Network Descriptions of the various items are provided below: 1. Cisco TAC Phone Support is a technical support service available to all customers who are holders of a valid Cisco Service Agreement. Registered Cisco.com users have immediate, open access to Cisco information, resources, and systems ---the same resources used by Cisco TAC phone support experts. Available at any time, from anywhere in the world, the Cisco TAC Web site enables customers to use the power of the Internet to access critical information quickly, thereby speeding the resolution of networking issues, and to proactively improve overall network performance. The Cisco TAC Web site delivers the solutions customers need to dramatically improve network uptime and reliability, and to satisfy their own clients and customers. 2. Cisco TAC Web via Cisco.com includes access to online knowledge bases and top issue pages. Key pages are: a. Top Issues Pages —Detailed technical solutions for the most frequently reported networking problems worldwide, located at www.cisco-com/tac/topissues b. Cisco TAC Product Support Pages-- www.Cisco.com/tac/products c. Cisco TAC Technology Support Pages— www.cisco.com/tac/technola ies d. Cisco TAC Solutions Support Pages— www.cisco.com/tac/solutions e. Open Q&A Forum —Archive of solutions to common internetworking problems; post a question and receive a response from a Cisco CCIE professional at www.cisco.com/openf/openproi.shtmi f. Online Tools available at www.cisco.co-m/tac/tools g. Online Software - You can search, access, and download software and firmware upgrades at www.cisco.com/software. You can also link to other software -related technical support applications such as the Software Bug Toolkit; Software Search Tool, and Cisco IOS Upgrade Planner. 3. Advance Parts Replacement - In the event of hardware failure Cisco delivers a hardware replacement unit within a certain time frame (depending on service level but nominally next business day for SNT support) . 4. Application major and minor Software releases - Provides Cisco Major & Minor updates within the same software release train. Unless otherwise specified (or appropriate service level selected), Customer is responsible for installation of all software. 5. On -call application troubleshooting — Provides access to CTI Network Operations Center for troubleshooting of functionality issues. CTI engineers have unique first hand knowledge of Customer network and IPT telephony Page 43 Use or disclosure of this information and duta i.c .subiec, to the revtricdolts found on the lid page ofThis document, City of Tamarac 21 Upgrade of Data and Voice Network installation. CTI will coordinate any required escalation within CTI or Cisco. Service is provided during normal business hours (Silver) or 247 (Gold). CTI shall provide support for any supported equipment / software as defined below. CTI shall maintain a list of all systems currently supported. a. IP Telephones b. Gateways c. Call Managers 6. Scheduled application installations — CTI will schedule, plan, and install application software associated with major / minor upgrades, fixes, etc. CTI shall provide the following installation services for all supported systems: a. One major release installation per year. A major release is defined as a change in the "tenths" place of the software version (i.e., 3.3 to 3.4 or 3.3 to 4.0). b. One minor release installation per year. A minor release is defined as a change in the "hundredths" place or a specific patch release. c. Other installations will be performed on a time and materials basis. 7. Configuration Backup — CTI will maintain an offsite backup of system configuration. Customer is responsible for delivering current configuration files to CTI after any Customer initiated modification. 8. Network Monitoring -- CTI can optionally monitor network and phone system performance. CTI specifically monitors for 1) up/down state, 2) device connectivity, 3) network performance, and 4) CPU and memory loading on servers. CTI automatically alerts designated Customer personnel of any abnormal events or trends which may affect availability or performance. 9. Health / Performance Checks — CTI shall perform an on -site of review the performance of the supported telephony devices once a quarter. CTI specifically reviews systems and logs for 1) software configuration, 2) network performance and 3) CPU and memory loading. 10.On-call trouble shooting — CTI engineers shall be available either 8x5 or 24x7 to support to respond to Customer initiated trouble requests. Customer shall designate an authorized representative to make the support request. CTI shall respond via telephone or email (as appropriate) within one hour of receipt of request for support. CTI shall attempt to diagnose and resolve problems via remote access whenever possible. If remote access does not resolve an issue, CTI Network operations will dispatch a local CTI engineer for on -site support. All local CTI engineers reside in Dade, Broward or Palm Beach County. CTI provides support for equipment identified in Item 5. On - call troubleshooting will incur TRM based expenses for issues which result from Customer failing to operate or maintain equipment in prescribed manner. Page 44 I., se or discimure of this informalian and data is subject to the restriction.., found on the litle pake p0his document. City40b of Tamarac qQRjMpW Upgrade of Data and Voice Network 11.0n-site trouble support CTI engineers shall provide on -site support if necessary. If initial diagnostic results indicate problems can not be resolved without an on -site visit, CTI shall respond on -site within 4 hours of receipt of request for support. For 8x5 support, requests initiated within 1 hour of the end of the business day will be responded to during the next business day. On -site troubleshooting will incur T&M based expenses for issues which result from Customer failing to operate or maintain equipment in prescribed manner. 12. Problem tracking and escalation — CTI tracks all problem requests with a centralized tracking system. Escalation in accordance with CTI policies is handled automatically. 13. CTI may conduct audits of the supported system to validate that the system configuration is supportable within the terms of this Agreement, CTI shall conduct and audit if (a) CTI did not design and install the supported system, (b) CTI identifies any significant change made by other than CTI staff during the course of this Agreement. As a result if the audit, CTI shall provide recommendations for remediation to be performed by the Customer prior to continuing support. For the purposes of any additional fees that may be incurred, audit services will be performed on a T&M basis. Provide Ongoing IPT Engineering and Support CTI resources as necessary will contact HW/SW vendors as appropriate to solve problems. Our response to various classes of problems is provided in the following tables. Severity level (priority) is set by the nature of operations affected and whether or not a work around can be identified and implemented. In the normal course of business network problems tend to fall into two levels: serious and medium. Serious problems affect large numbers of users or critical operations. Medium problems affect small numbers of users and no critical operations. It is rare that problems fall into a third category, critical, which is reserved for serious problems for which we have no immediate work around. Page 45 Use or disdu.cure ofthis informanon and d va ie .ruh/ect to the rminction.e found on the title pu,ue gfthis document. db City of Tamarac Upgrade of Data and Voice Network Problem Severity Definitions Level Priorit Escalation ]-Critical - Problem affects a large CTI Project Manager will be immediately notified, if on -site support is available: CTI on -site engineer portion of the customer's operations on site will attempt to isolate problem and minimize impact with priority given to critical operations. and/or a critical item of the Customer Technical Lead will be immediately notified. Isolated problems will be referred to CTI senior customer's operations. There is no technical staff and HW/SW vendor engineers assigned to that customer. iiW/SW vendor technical immediate or acceptable work response center (Cisco TAC) will he contacted as needed by on -site engineer. C'Ti resources will be around, added as necessary to identify %define / implement a work around. Interim progress reports and post resolution debriefing with CTI Project Manager and customer Technical Lead required. Post resolution debriefing with CTI Regional Manager is required. If on -site support is not available: CTi will upon direction of customer assi �n an on -site en ineer and process as above. 1-Serious - Problem affects a CTI Project Manager will be immediately notified. if on -site support is available: CTI Engineer on site significant portion of the will attempt to isolate problem and minimize impact with priority given to critical operations. Customer customer's operations and/or a Technical Lead will be immediately notified. Problem will receive "continuous" attention until critical item of the customer's workaround is implemented. Isolated problems will be referred to CTI senior technical staff and operations. There is a temporary HW/SW vendor engineers assigned to that customer. Post resolution debriefing with CTI Director IS work around. required. If on -site support is not available: CTI will upon direction of customer assign an on -site engineer and process as above. 3-Medium - No critical operation CTi Project Manager will be immediately notified. If on -site support is available. CTI Engineer on site affected. Problem affects a small will immediately attempt to implement identified workaround. Customer Technical Lead will be portion of customer's operations notified within 24 hours. Problems will be referred to HW/SW vendor technical response center for and/or there is an acceptable action as necessary. If on -site support is not available: CTI will upon direction of customer assign to workaround. CTI on -call engineer. 4-Low - Request for information or Request will be forwarded to CTI project management for assignment of tasks and coordination with assistance with configuration and customer. installation. 4. Knowledge Transfer -Training CTI will provide training for all end -users and (2-3) administrators of the Cisco IP Telephones under the following format. Location Audience Curriculum Length Corporate (approx.300) End CIPT Phone functionality and 10 Days, 3 classes Users features ---see below per day; 15 -1 hour classes of 10 users Corporate (4) I.T. Introduction to Administration 1 - 4 hour class for Administrators of Cisco CallManager and server admin. Unity Unified Messaging —see 1 - 4 hour class for below network admin. 4.1 End User Training CTI will provide on -site training of all end users on IP phone systems. User handouts for telephones and voice mail will be distributed as described in the RFP. The anticipated training class size is of 10 students with approximately 1 hour in duration. Topics to be covered in VolP phone training are as follows: • Placing a call Page 46 the or disclosure ofthis information crud dntu A subject to the re.striction,s fimnd on the title 1wrga of thi.% documeni. 40 City of Tamarac upgrade of Data and voice Network • Answering a call • Ending a call • Muting a call • Placing a call on hold • Transferring a call • Re -dialing • Parking a call • Picking up a parked call • Group call pickup + Forwarding calls 4.2 "Train the Trainer" Training Two intensive "train the trainer' sessions on the use of voice mail and telephones for selected employees, on the Thursday before cutover. Also, include one four-hour, post-cutover session for these same employees 4.3 Post Cutover Training • One trainer dedicated to operator and relief personnel at City Hall during the first business day after cutover. • Adequate additional trainers for first two days for station user follow-up training. Please specify the quantity of training personnel you are proposing. Will these individuals be system technicians as well, or will they be dedicated training resources? • Availability of training personnel, installation manager, and system programmer, via pager, while on and off site during the week of cutover and the week following cutover. 4.4Administrator training This training is oriented towards showing the administrator how to monitor component performance, check interface status, control access, and make minor adjustments to configurations. For City of Tamarac this training is extended to include server application usage, database administration, users and subscriber management. Accordingly, this training provides for the day-to-day operation of the telephony servers to all administrators to add/change users, subscribers, auto attendants and basic security policies. CTI shall provide up to 4 administrative/technical users with advanced training on the following items: • Day-to-day IP telephony operation including moving, adding, and changing users. Includes an overview of Cisco CallManager. • System troubleshooting and repair. Includes an overview of the operation of an AVVID network and diagnosis of common problems including failure modes of each key network element. Page 47 1-ae or disclosure ofthis information and data u .suhlect to 1he restrictions. found on the tidy page of this documem. City of Tamarac upgrade of Data and voice Network • Monitoring and network management. Include an overview of the operation of CiscoWorks ITEM. Training will be performed on -site and will require, at a minimum, one four-hour class per session. Minimum requirements for all training sessions are that users have a general proficiency with data communications networking. Network management training requires students to have a CCNA certification or its equivalent. 5. Key project contacts All key contacts for this project will be based from our Fort Lauderdale office, which is around 6 miles from City Hall. Also see resumes in Appendix G Project Manager Nick Zades 954-735-4123 nzades@ctiusa.com Sr. Network Engineer Brian Mailliard 954-873-1323 bmailliard@ctiusa.com Sr. Account Manager Jill Finkelstein 305-606-2835 jinkelstein@ctiusa.com Page 48 Us( u) disdosurc of this in formation and dara is subject to the restrictions /iumd un the ridepage nl7his document. City of Tamarac upgrade or Data and voice Network Estimated Project Timeline Assumptions: Contract Executed May 12, 2005 PO issued May 16, 2005 NOTE. changes in the above will alter the dates below Timeline: Order placed with Cisco May 16, 2005 ETA on equipment to be received July 1, 2005 During this time the following can be accomplished with City cooperation: Wireless Site Survey Fiber Certification Begin IP Addressing planning Data Network Implementation complete August 10, 2005 Voice Network Implementation complete September 20„ 2005 Final Cutover October 10, 2005 Voice and Data complete October 30, 2005 Client Responsibilities This SOW and the pricing herein were prepared based on the following requirements met by others and the following key assumptions. Any deviations from these assumptions that arise during the. project shall be managed through the change management procedure as specified in Appendix F. Parties agree that any changes in the assumptions may result in an adjustment in the pricing. • Adequate and accessible work space in a Clean, Ventilated environment including table and/or desk seating as may be requested • All Cat. 5/6 and fiber cable infrastructure in place and tested (all sites). • Up to date network diagrams • Up to date wiring diagrams and cable specifications • Respond to any actions generated from the site readiness review • Adequate power supplied for all equipment including UPS's • Adequate space and ventilation for all equipment • Reasonable access to the site is provided to CTI personnel • Reasonable access to all equipment is provided to CTI personnel • Access to routers, switches, and other equipment necessary to complete installation. Supervised access to password protected equipment is acceptable • Provide a single point of contact for project coordination with CTI. • Provide security clearance and physical access to facilities, as required. This includes badges, passwords, and access cards, parking privileges. All Page 49 Use or discdosure nJ thie information and data is suhicct to the restrictiuns Jinmd on the ride page of thix ducumirm. City of Tamarac upgrade of Data and voice Network existing network passwords will be provided to our technical resources and/or have an available resource at the time of the installation. • Ensure accuracy of data/information supplied to CTI. • All required data backup facilities required for the Call Manager and Unity Servers. • Ensure all users and administrator(s) are present during the allotted training times, on time and without interruption • Provide all circuit information for PSTN/data carrier(s), including contact information • Ensure stable, reliable and effective Wide Area Network connections between all City of Tamarac -GS facilities, where applicable • Provide a list of key resources for affected areas by the project to the CTI Project Engineer prior to the project kick-off; including Name, Title, and Responsibility, Phone & E-mail wherever possible. Page 50 Use atduclosure of this information and data is suhlect to the restrictions.found on the title mi e of"this ducumeni. City of Tamarac Upgrade of Data and Voice Network Appendix A ---Specific Task Lists Core/Distribution Layer -Data - TASKS This series of components will form the infrastructure for the City of Tamarac facility: Catalyst 4507 core switch These components form the MDF structure responsible for completing the connections between all IDFs and the POP located at the City of Tamarac, City Hall facility. Accordingly, a number of features, functions and processes associated with Layer 2 and 3 switching must be carefully implemented and tested. These tasks will form and implement the Distribution and Core layer architectures on which all telephony and data information will flow. Thus, the following outlines summarize some of the major Tasks that will require expert installation, configuration, and testing: • System availability - CTI will perform implementation and fail over tests specifically including: o Core switches chassis failure o Spanning tree convergence o Core switch MSFC failure o Channel group operations o Load balancing o Routing efficiencies; (distribution, summarization, flapping, etc.) o PSTN connectivity, stability and failure o Test "flapping link" failures o Redundancy implementation and testing • IP/VLAN implementation — CTI will work with the customer to design and implement IP sub -nets and VLAN architectures that are effective for the design of the Telephony systems and integrate with existing numbering plans • Accessibility/Connectivity implementation — CTI will use end stations connected to affected segments and perform accessibility tests. Documentation will include point of failure, type of failure, STP state, STP convergence time, length of outage, outage time during repair. • Link layer features and operations - At the basic level, CTI will verify that when a new connection is made, the port connected to has a good link LED. CTI will utilize CDP to monitor and verify device connectivity. • Protocol Routing — CTI will perform these configurations in accordance with the City of Tamarac specifications and current network integration requirements. Again, network load tests will be performed. In addition to the network load tests, preliminary testing with telnet (tests all 7 Layers), TFTP and FTP are always performed. • SNMP Feature Implementation — SNMP typically is used for point -in -time monitoring, such as when an interface goes down, or a switch is overheating Page 51 U,e or disclosure of this inJorMWiun and Baia i.r subject to the rewrictions /inrnd on the tide page nl this dorumeRf. 4" City of Tamarac Upgr ade of Data and Voice Network due to a fan or air-conditioning failure. RMON looks at statistical data at the port level, and can warn you of things such as an overused link between two switches. RMON also has more stringent requirements for the NMS. To this extent, CTI will implement SNMP and RMON features at the switch level that can provide information to the NMS in accordance with an effective NMS design and plan. • Software testing - CTI will perform software systems testing by logging on to multiple PCs connected to each of the network segments and test application access (effectively) at all layers. • Feature testing — CTI will implement and test features and services used by the customer as part of its normal test plan. • Service and maintenance feature testing — CTI will create tests to validate code updates, SNMP, telnet and any other management functionality that would be implemented but would most likely be covered in the Network Management module. CTI will test the following: TFTP, Telnet, SNMP. In addition to these tests, using MRTG as way to check overall load on the switches will verify SNMP operation. • End -to -end link and routing testing — CTI will perform preliminary link test by utilizing Cisco's extended ping feature. CTI will use a range of packet sizes from 64 bytes to 1500 bytes to ensure that all links are capable of accurately forwarding the smallest allowable packet size. The test shall also show the packets that meet the links MTU with a range of sizes in between. A packet count of 10,000 packets will be used for all tests. Documented results will provide minimum response time, average response time, maximum response time, and percentage of packet loss. After all links have passed preliminary testing, CTI will perform in depth link tests with the network load -testing suite. CTI will validate routing by manually verifying all routing tables and by performing trace -routes from end stations connected to each segment of the network. Access Layer — TASKS The components associated with the Access Layer Tasks are as follows: DATA Cisco 3560-access layer switches VOICE Cisco VoIP 7960G Phone Cisco VoIP 7936G Phone Cisco VoIP 7914 Phone Expansion Module Cisco VG224 VoIP Analog Voice Gateway These components are responsible for providing a point of access for the end user. As such, careful and precise implementation and configuration is required. Page 52 the fir di.cclacure al deia informatian and data is .vnbjea to the rc:. ricaimm found on Me ndepage q/this docwmeni. 40 City Of Tamarac Upgrade of Data and Voice Network Accordingly, a number of features, functions and processes associated with these components must be deployed on a wide scale and tested. Thus, the following outlines summarize some of the major tasks that will require expert installation, configuration, and testing: • CTI will configure QoS parameters. All access switches, 3560'S, will require coordinated configuration of native and voice VLAN operations to insure QoS for voice traffic. • CTI will perform analog switch configurations to insure FXS access for Fax and/or analog devices. • CTI will perform analog switch configurations to insure FXO access survivability through analog circuits. Configurations will consider: voice quality, ringer operations and call supervision. • CTI will deploy IP Phones and test to insure phone registration, transfer of system data and setup of personnel operating characteristics. • CTI will implement a series of basic and advanced telephony features such as: o Station to station calling o Calling line identity a Call park and pickup o Call pickup groups o Call transfer o Multi -party conferencing o Meet me conferencing o Call forwarding o Call forwarding to off net o Call hold and retrieve a Multi -line appearance o Shared line appearance o Directory dialing o Ring down operations o Speed/Memory auto dial functions o Call forwarding operations o Call waiting and retrieve o Music on hold • CTI will deploy up to 26 RF Access Points to allow for RF LAN access. CTI will perform the survey and design for this deployment. Page 53 Me or disclonire q/7his in/rn-marion and dalo is subject to the rrwricrions found on the Wle page ofthiN document. City of Tamarac Upgrade of Data and Voice Network PSTN Access Block - TASKS The components associated with the wide area network block tasks are as follows: Cisco 2851 routers These components are responsible for providing a point of access to third party PSTN and data network facilities. The following outline summarizes some of the major Tasks that will require expert installation, configuration, and testing: • Local PSTN facilities (T1 and/or FXO) identified by the customer. • CTI will configure and test all PSTN connections between City of Tamarac the PSTN and. CTI will verify end -to -end connectivity. In addition, there will be a failover route between City Hall and Fire Station 15 to insure redundancy for PSTN access Server Block - TASKS The components associated with the server block Tasks are as follows: Cisco CaIlManager 4.1 Subscriber and Publisher Servers Cisco Unity 4.0 Voice Unified Messaging Cisco Security Server Agent These components are responsible for providing a comprehensive set of Voice/Telephony service. The following outlines summarize some of the major tasks that will require expert installation, configuration, and testing: • CTI will combine publisher and TFTP services and configurations. The database publisher is used to make all configuration changes and also to produce call detail records. The TFTP server facilitates the downloading of configuration files, device loads (operating code), and ring types. • Cisco CaIlManager version 3.3 software provides a scalable, distributable, and highly available enterprise IP telephony call -processing solution. Specific tasks with respect to the Version 3.3 software includes configuration and support for: o Client user interface internationalization and localization o Security Agent implementation. The CallManger will be implemented with the Cisco Server Security Agent. o Virus checker certification o H.323 performance improvement, enabling 1000 H.323 calls per server in a cluster o Drop last conference party o CTI will implement up to Web Attendant console systems at City of Tamarac o MWl light enable/disable per line Page 54 L'se or disclosure of thn in%rmurion and data is suuhjecr to the restrictions found on the title paxe o(rhA doc'unuert. 40 City of Tamarac Upgrade of Data and Voice Network o Voice -mail mailbox info delivery per line o CTI will implement a single global directory associated with directory button/services operation. o The system will be deployed such that all City of Tamarac extensions will be able to see and dial all other City of Tamarac extensions.. o Dial Plan Implementation — CTI will work with the customer to design and implement an extended and comprehensive Direct Inward Dial Plan. This will require a coordinated and long term effort in control hundreds of DID extensions. These extensions will be deployed at the City of Tamarac Facility and are anticipated to be a subset of the existing DID system. • Data Archiving - Configuration files are stored and archived on the servers after every configuration change so if a need arises to restore or review an old configuration they will be available to the administrator. • Database backup and recovery - The CallManager products provide functionality to export or backup their current operational databases to a tape drive. From there the directory can be incorporated into the nightly or weekly enterprise backup schedule. • IP/VLAN implementation — CTI will work with the customer to design and implement IP sub -nets and VLAN architectures that are effective for the design of the Telephony systems and integrate with existing numbering plans • Unified Messaging — CTI will implement up to 300 Unified Messaging users located at the City of Tamarac facility. There will be no integration with any existing voice mail systems, however, Unified Messaging with an existing Exchange 2000/2003 server providing e-mail services to the City of Tamarac users will be performed. Page 55 Use or disclusure of this infortnatiun and data o suhjrcr to the restrictions.found on rlre ntle 1mge of rhi.s doctuneni. 140 City of Tamarac Upgrade of Data and Voice Network Appendix B - Call Manager Basic Feature Set Outline Cisco CallManager IP Telephony Features During the installation and integration of a Cisco CallManager. AVVID telephony system, it is assumed that a basic set of integration services must be performed to insure a high performance system is implemented providing a comprehensive set of functional features. Some of the major services and integrations provided for under this Basic Feature Set specification are as follows: • Call Manger Server implementation o Primary Call Manager; Publisher functionality o Secondary Call Manager; Subscriber functionality o Fail over and tape back up testing o Device database development (up to 300 devices) o User database development (up to 300 users) o DHCP/TFTP services as required for voice implementations • Gateway parameter setup and PSTN circuit activations for one primary facility and three remote office facilities with separate/individual T1s. • IP Phone set up and testing • Access Switch and VLAN integration with existing network structures • Voice Mail System integration with Unity • Web Attendant implementation for Receptionist • End User Training • Administrative Training In addition to the above services, the primary Telephony feature set provided for with this level of implementation is as follows: Basic Phone Features Station to station calling Calling line identity Calling party name Call Park and pickup Call transfer Multi -party conferencing Call forwarding (on net) Call hold and retrieve Multi -line appearance (up to two lines) Shared line feature Directory listing feature Page Sh Use or disclosure of this information and data to subject to the reshictions four=d on the title page of this document. to City of Tamarac Upgrade of Data and Voice Network Speed/Memory auto dial functions (up to 5 items) on 7960 phones. Other speed dial is via Personal assistant browser utility. Out Bound Dial Plan Policies Primary (default) calling spaces & partition definitions • Includes local & long distance dialing applications Station to station rules Station to PSTN rules Toll -Bypass Dialing Station to private network rules Emergency dialing call patterns Translation requirements In Bound Dial Plan Policies Call routing (access numbers) Voice Mail (Unity parameter setup) Page 57 lise or duc'losute of this in/ortnption ntd druu is subject to the restrictions found on the title page o(this document. 40 City of Tamarac Upgrade of Data and Voice Network Appendix C - IP Telephony Acceptance Test Test Information Customer: Project: CTI Test Representative: Customer Test Representative: Date(s) of Test: Tests Note: This is a baseline acceptance test. Add any tests required per the SOW to this document prior to testing. Phone Features Test Result (P/F) Notes Physical Checks and Operations Speaker Mute Lights Handset Display Buttons Station to station calling Calling line identity Calling art name Call park and pickup Call transfer Multi -party conferencin Meet me conferencin N/A Call forwarding to on net stations to off net numbers Call hold and retrieve Multi -line appearance Shared line appearance Directory listing feature Page SS Use ai disclasure aJ ihis information and dala i,-eubjea to lhr• rectricliane•Jnund nn the Lillepage o(lhis document. 40 City of Tamarac Upgrade of Data and Voice Network Out Bound Dial Plan Policies Test Result (P/F) Notes Primary calling spaces & partition definitions Station to station rules Station to PSTN rules Station to private network rules Redundant and back-up paths Call blocking Special patterns Translation requirements Inbound Dial Plan Policies Test Result (P/F) Notes Call routing access numbers Voice Mail Message Waiting functions Record and retrieve messages Forward voice messages (with & without comment Create/modify custom dirt, Lists Auto Attendant Implementation Unified messaging N/A Text/Voice storage & retrieval Page 59 Use or disclosure of this information and dale is suhjecl to the restrictions /ound on the title page of/his document. City of Tamarac Upgrade of Data and Voice Network Emer enc 911 Tests Add lines to the following table for each Calling Search Space (CSS) defined in CallManager. When placing the 911 call, inform the operator that this is a test call and request the address he/she received as well as the operator's name. Note that Pass (P) = proper 911 dispatch center was reached and correct site information received from 911 operator. Be sure to record the 911 Operator's name as well as the Date and Time of the call. CSS Result (P/F) Operator Date/Time Signatures In witness whereof, the duly authorized representatives of the parties hereto have completed this IP Telephony Acceptance Test and accept the results listed. COLEMAN TECHNOLOGIES, INC. Title: Sig/Date: CUSTOMER By: Title: Sig/Date: Page 60 Use ar disclosure of ihis inforrnation and data iS suhject 10 the restrictions, found an the title page of this document. City Of Tamarac Upgrade of Data and Voice Network Appendix D -- Milestone & Deliverable Completion In order to ensure that there is a concrete understanding of project success between CTI and the Client, CTI has defined the following testing and acceptance criteria. These quantifiable criteria are used to demonstrate the successful completion of the required services in regard to this project. Pursuant to the SOW between CTI and Customer as documented in CTI119-041205 and amended by change order, Customer hereby certifies, by the signature of an authorized representative, that the milestone / service / deliverable described below has been completed in a satisfactory manner on the date indicated. For the purpose of milestone/service/deliverable completion certification, email notification of acceptance shall be acceptable. Date Testing Criteria Tested CTI Initials Client Initials Agreed upon Detailed Design, Site Survey and 1 Pre -Planning Document. Completed IP Telephony Acceptance Testing and formal approval of document for each 2 office. Provide all training and knowledge transfer as 3 specified Deliver all configurations and documentation 4 asspecified under Project Management. If additional testing other than that listed above is required, CTI reserves the right to document and incorporate a change order if appropriate. The preceding tests were successfully completed by CTI and an authorized Client representative and have been accepted by the Client as a demonstration of completion of this project as defined in this Scope of Work. Authorized Signature, CTI /Date Page 61 Authorized Signature, Client /Date Eve en di.sclasure of fhi.e in/irrmufian and data m vuhrecI to flit, restric nns Jound an The title page q/ Ihm doc•eunew 40 City of Tamarac upgrade of Data and voice Network Appendix E. - Change Management Procedures It is understood that it may become necessary to amend this SOW for reasons including, but not limited to, the following: Customer's changes to the scope of work and/or specifications for the services, unforeseen technical issues which are beyond either party's control, non -availability of resources which are beyond either party's control; and/or, environmental or architectural impediments not previously identified. In the event either party desires to change this SOW, the following procedures will apply: The party requesting the change will deliver a written change request document (Appendix B or equivalent) to the other party. The change request will describe the nature of the change; the reason for the change; the effect the change will have on the scope of work, which may include changes to the deliverables, and the schedule; and the effect on price. A change request may be initiated by either party for any material changes to the SOW. The designated Project Manager of the requesting party will review the proposed change with his/her counterpart. The parties will evaluate the change request and negotiate in good faith the changes to the services and the additional charges, if any, required to implement the change request. If both parties agree to implement the change request, the appropriate authorized representatives of the parties will authorize the change request, indicating the acceptance of the changes by the parties. For the purpose of change requests, email notification of a change and email notification of acceptance shall constitute authorization by either party. Upon execution of the change request, the change request will be incorporated into, and made a part of, this SOW. Whenever there is a conflict between the terms and conditions set forth in a fully executed change request and those set forth in the original SOW, or previous fully executed change request, the terms and conditions of the most recent fully executed change request shall prevail. Page 62 1 ''sc or diulosure of this information and do [a is ..uhiecI to the rcevlrietians found ou the title pµgu of this documrm. rZ9---7) City of Tamarac Appendix F — Change Request Upgrade of Data and Voice Network Pursuant to the SOW between CTI and Customer as documented in CTI119-- 041205 and in accordance with the change management procedures identified therein, both parties hereby certify, by the signature of an authorized representative, that the following change request will be incorporated into the existing SOW. 1. Reason for Change 2. Changes to the SOW 3. Impact (cost, schedule, deliverable) COLEMAN TECHNOLOGIES, INC M Title: Date: CUSTOMER By: Title: Date: Page 63 Use or di.rdosure of this infiirniatirnt and dura is subject to the restrictions.found on /be title page of this document. City of Tamarac Appendix G - Resumes Summary Upgrade of Data and Voice Network Nicholas Zades Engineering and Project Manager Mr. Zades has over twenty-five years engineering experience in the area of computer technologies and data communications and has held various technical management positions with large national and international electronic manufacturing companies. In addition, he has provided significant engineering and marketing consulting services to national corporations such as International Business Machines, and foreign companies such as Nippon Electric Corporation and Samsung Electronics. Mr. Zades has been an active member of national electronic standards committees, including IEEE. Local Area Networks and ANSI Public Packet Switching Networks. Mr. Zades is recognized for his talents in computer systems integration, communications network planning and software systems design. While at Coleman Technologies, Mr. Zades has been very involved with integration and implementation projects associated with enterprise infrastructures and IP Telephony. He has been actively involved in implementations for Metro Dade County, Everglades National Parks, Town of Palm Beach, Bayview and FIU. In addition, he has provided extensive Project Management services for Sun Cruz Casino's, Metro Dade County and Naples Community Hospital, These integration projects require extensive knowledge of Cisco Layer 3 Switching systems, Voice switching and processing systems as well as supporting applications such as Voice Mail and Unified Messaging. Prior to employment at CTI, as VP of Engineering with Omnico, Mr. Zades designed numerous communication systems and networks for many very large enterprises as well as developing support programs for installation and integration services, to managed services such as remote firewall management and Network Operations Center offerings. With C:omWare, a small engineering, consulting, and contract software development firm, he engineered and developed fully integrated software control systems for products such as: Public Fax Systems, Automated credit and debit authorization systems, Time and Attendance Systems and Public Vending Systems. As Vice President of Systems with an international consulting firm, Compass Communications Corporation, Mr. Zades was responsible for product and project management of all software oriented systems. During this period, he became involved with many national standards organizations and was an active member of the "ANSI X3S37 Committee", which specifies public packet switching network standards. In addition, he was an active member of the "IEEE 802 committee" which drafted all the current day standards for local area networks. At Racal Datacomm, Mr. Zades had direct management responsibility for 18 high level software and hardware engineers. This group was chartered to provide all the application and system software employed in the Racal Terminal Systems and communication processors. Various terminal systems emulating UNIVAC, Honeywell, AT&T, IBM and others were designed and implemented by Mr. Zades and under his direction. These intelligent terminal systems required a wide range of system software to be developed, including operating systems, compilers, interpreters and communication control sub- systems such as BISYNC and SNA/SDLC. Work History Coleman Technologies, Inc Sr. Network Engineer Omnico Incorporated Vice President of Engineering ComWare Incorporated President Compass Communications Vice President - Systems Racal Datacomm Manager, Software Engineering Education Bachelor of Science in Computer Science - 1979 Communications: CCNA, CCDA, studying for CCNP Security: CCSA. CC.SE Basic Electronics, US Air Force Member: IEEE Computer and Communications Society Page 64 2001- Present 1996- 2001 1986- 1996 1980 -1986 1972 —1980 t .ve ur disclosure• of this information and darn Is suhjecr to the re.crriorionsjuund on the title page o1 thu dmumenr. 40, City Of Tamarac Upgrade of Data and Voice Network Part 8—Additional attachments Coleman Technologies, Inc. Company overview PowerPoint presentation Why chose CTI for IP Telephony? CTI IPT Implementation Plan —SAMPLE CTI IP Telephony Second Day Support —SAMPLE Coleman Technologies, Inc. IP Telephony support Agreement —SAMPLE Part 9—Product Brochures NOTE: Provided under separate cover Page 67 Uvc or di%ciusure o/ this in/nrntalton and data i� subject to the, remdrlionsfound on the tide page ofthis document. Coleman 'technologies Coleman Technologies, Inc. Information Technology & Engineering Services n9rrr.ctillwi.co/ll 3001 N Rocky Point Or, Suite 200 20 North Orange Ave., Suite 300 5200 NW 33 Ave., Suite 103 Tampa, FL 33607 Orlando, FL 32801 Ft. Lauderdale, FL 33309 813-281-4863 407-481-8600 964-735-4123 8663 Baypine Road, Suite 100 1655 N. Fort Myer Or., Suite 700 205 Powell Place, Suite 104 Jacksonville, FL 32256 Arlington, VA 22209 Brentwood, TN 37027-7525 904-996-7553 703-351-3334 615-369-0804 1.0 Coleman Technologies • 120 employees and $60M in revenue • 6 offices (Ft. Lauderdale, Tampa, Orlando, Jacksonville, Nashville, TN and Arlington, VA) • 3 Business Units (Network Solutions Group, Electronic Systems Group and Federal Systems Group) • 3 Years in a row top 10 Fastest Growing High Tech Company in Central Florida (Deloitte and Touche) • 2003- Ben Patz - Florida Entrepreneur of Year (Ernst and Young) • 2001- #60 Fastest Growing High Tech Company in US 1 IMONIPF Coleman Technologies Software engineering to provide integration services across all areas. Wireless • RI= studies • WLAN and WWAN design and implementation • RFID • Wireless security Coltman Technologies • IP Telephony Specialization from Cisco IP Call Center design and implementation Communications Customer lPTelephony application development • IP Video Conferencing Security • Audit and penetration studies Remote monitoring • Monitoring appliances Storage • Storage system design • Disaster recovery and backup • Remote redundancy Staff Significant Accomplishments • Cisco Gold Partner • Microsoft Gold Certified Partner Enterprise Solutions Developed, Designed, Implement, and manage Converged Networks • Developed, Designed, Implement, and manage Secure Networks Developed, Designed, Implement, and manage Storage Solutions Staff Expertise • System/Hardware Design of large multi - location data networks • System/Hardware Design of data storage solutions • System/Hardware Design of telephony solutions • High level data security design and implementation • Software Design and Development • System/Hardware Design of video solutions Program Experience -Infrastructure -Telephony •IP Video -Content Delivery -Storage -Wireless Technologies e FL 0) db MROMPF Coleman Technologies Technical Certifications: • CTI maintains the following individual certifications: • 13) Cisco Certified Internetworking Engineer (CCIE) • 1 Cisco Certified Voice CCIE—only one of 20 in the world • E2 isco Certi ied Network Administrator CNA) 8 Cisco Certified Network/ Data Professional (CCNP/CCDP) 2 IP Telephony (Field and Systems Engineers) (AVVID Certified) • icrosoft/ Novel!/ Compaq/ Citrix/Security • 20) Microsoft Certified Systems Engineer (MCSE) • 8) Microsoft Certified Systems Engineer 2000 • 24) Microsoft Certified Professional (MCP) • 2 Microsoft Certified Trainer (MCT) • 7 Certified Novell Engineer (CNE) • 3 Compaq ASE / Compaq SAN • 3 Citrix Certified • 3 CheckPoint Certified Professionals (CCSP) • 5 Certified Information Systems Security Professional (CISSP) 10 Coleman Technologies • SFL Region [4 Outside Resources, 4 Senior Engineers, 3 Network Engineers, 3 Inside Sales, E-Coast] - 4 CCIE's • 2 CCNP / CCDP • 3 IP Telephony / Unity Specialization • 2 IPCC Certified • 2 MCSE 2000 / ADS / Exchange 2000 • 2 CISSP • 1 VPN/Security Specialization • Dedicated SMARTnet Inside Sales 6 3 to Coleman Technologies • Using information technology to meet business objectives - Network Engineering: Design, implement, and support large complex multi -site networks - IP Communications: Design, implement, and support voice over a data network and call center technology - Wireless: Design, implement, and support large complex wireless infrastructure (e.g. building to building and Local Area) - Data Security: Security policies, security posture assessment, security monitoring, and remediation - Storage, Design, implement, and support large data stores, DR designs Coleman Technologies Network Solutions Revenue CTl is the recognized leader in IP communications in FL, and one of the top several firms in all other disciplines Systems analysis - Telecommunication architecture and billing review - Circuit utilization and traffic analysis - Rol analysis, toll bypass • Design of converged network solutions - Integrated voice, video, and data LAN and WAN environments Unified messaging Call centers • Implementation of converged solutions - Configuration - Network and end -user device rollout - End -user training • Ongoing operational support On -rail support Network monitoring • Select Customer Base - Sears Home Improvement, Watson Reality, CP Ships, Florida National Guard, US Army Corps of Engineers, Watkins Motor Lines • Represents -30% of NET business Goal is to expand IP Telephony, particularly in moderate sized can centers and /average IP Telephony expertise for other telecom opportunities. Primary partner is Cisco Systems, El! Coleman Technologies (qualifications: CTI and Cisco have worked very closely, especially here in Florida to develop a strong working relationship. CTI has helped Cisco to successfully deploy IPT Cisco Gold Certified Partner Microsoft Gold Certified Partner for Enterprise Solutions Cisco IP Telephony Specialization since 2000 Cisco IP Telephony Services Specialization (One of only 17 Cisco Partners in the World) Cisco IPCC (IP Contact Center) ATP (Advanced Technology Provider) Cisco IPCC Express ATP Cisco VPN/Security Specialization Over 75 IPT installs Over 40,000 phones installed Ift .,"Now, Coleman Technologies • Systems analysis Requirements definition LAN site survey Oversee WAN site survey • Design of wireless LAN and WAN solutions Hardware specification Antenna selection and testing • Implementation — LAN configuration and installation — WAN configuration — RF subsystem installation coordination • Ongoing operational support — On -call support — Network monitoring • Select Customer Base — Florida Power & Light, Goal is to expand COTS Naples Community Hospital, Memorial wireless solutions beyond Healthcare System, Valencia Community Schools traditional LAN environments College, and Brevard County Public -Mobile access routing • Represents --1 0% of NET business •Military communications -Integrated RFID/wireless 10 5 Coleman Technologies • Security analysis — Security device — Penetration studies and posture assessment -- Firewall policy review • Design of Data Security Infrastructure Security policy — Hardware specification • Implementation — Security configuration and installation — Intrusion prevention devices • Ongoing operational support — On -call support — Data security monitoring — On going data security penetration assessment • Select Customer Base — Jacksonville Electric Authority, Broward County Government, Seminole County Community College, Orlando Utilities Commission, and Memorial Healthcare System • Represents --10% of NET business Coleman Technologies Goal is to raise level of expertise of the security practice at CTI. , Education Entertainment Government • School Board (Brevard Co.) • Disney • Brevard County • School Board (Orange Co.) • Golf Channel • Hillsborough County • School Board (Polk Co.) • Hard Rock Cafe • City of Jacksonville • School Board (Osceola Co.) • Opryland • Drug Enforcement • University of Central Florida • Gaylord Administration (DEA) • University of South Florida • Time Warner • Federal Bureau of • University of Miami (FL) • Universal Studios Investigation (FBI) • State of Tennessee Healthcare Utilities Other • AvMed • Edison Utilities • Jabil Circuit • HCA • Florida Power & Light • Lockheed Martin • Humana • Jacksonville Electric • Office Depot • Lee Memorial Health System Authority • Publix • Orlando Regional Healthcare • Orlando Utilities • Del Monte • Baptist Hospital, Jacksonville Commission • Comdata • Memorial Hospital, Miami • Nemours IP Telephony Solutions Coleman Technologies, Inc. Why Choose CM for IP_ Telephony? One of CTI's core competencies is IP Telephony and we were both an early advocate and an early adopter of the technology (CTI uses Cisco IP Telephony throughout its offices). With tens of thousands of installed IP phones, CTI has extensive experience installing all aspects of IP Telephony including Contact Center (Call Center) Solutions, Unified Messaging, IP IVR, Personal Productivity Applications, IP Softphone, Cisco Personal Assistant, Cisco Survivable Remote Site Telephony (SRST), and CaIlManager Attendant Console. Drawing from our vast engineering background, CTI has developed a comprehensive suite of guidelines for IP Telephony installations. Following these guidelines enables CTI to ensure a successful engagement. These guidelines include hardware gap analysis, traffic analysis, network design, QoS design, deployment strategies, testing, training, and support. Customers are transforming the way they do business with the help of Cisco AWID and CTI. Cisco IP, phones use standards such as extensible markup language (XML) to provide a portal into the data network. Users can quickly access information such as company directories, stock prices, weather, or any other Web -based services. CTI's software solutions group can customize applications allowing users to perform routine tasks directly on the phone. Years of experience yields: • Suite of Guidelines • IP Telephony Standards Document — developed by CTI over the course of several years, this document contains best practices that all engineers follow to ensure a successful installation. • Statement of Work — clearly defines the roles and responsibilities of each team member. • Comprehensive Documentation — all aspects of the installation are well documented. Qualifications: • Cisco Gold Certified Partner • Microsoft Gold Certified Partner for Enterprise Solutions • Cisco IP Telephony Specialization since 2000 • Cisco IP Telephony Services Specialization (One of only 17 Cisco Partners in the World) • Over 20 IPCC IP Based Call Center Solutions • Helping organizations pave the way by utilizing Cisco IPCC IP Based Call Center Technology — Please see the following Gartner report on Watkins Motor Lines: http://www.nwfusion.comLnews/2OQ3/"1027gartner.html • Chosen by Cisco Systems to develop the "Connectrix" product, linking Cisco's CaIlManager to Microsoft's CRM package • One of only (10) IP Telephony CCIEs in the World is part of CTI's Engineering Team • Formal Day 2 Support Offerings • Cisco IPCC (IP Contact Center) ATP (Advanced Technology Provider) • Cisco IPCC Express ATP • Cisco VPN/Security Specialization • Over 65 IPT installs • Over 20,000 phones installed Our Vision St temen Through innovation and distinctive competence, be the world's best systems engineering and integration company in the eyes of our customers, employees, and competitors. For more information, contact Jill Finkelstein, South Florida Sr. Account Manager at (305) 606-2835, or at ifin kelstein a7ctiusacom Or visit http://www.ctiusa.com/solutions/ip-telephon.y,a Copyright 0 2002, Coleman Technologies, Inc. All Rights Rescrved. Coleman Technologies, Inc. http://www.ctiusa.com 407.481.8600 CTI IPT IMPLEMENTATION PLAN CTI007-041013'' Version 0 Confidentiality Statement This document contains information and data which is proprietary to CTI that shall not be duplicated, used, or disclosed - in whole or in part - for any purpose other than CTI internal use. CTIO07-041013 CTI IPT Implementation Plan 1.0 INTRODUCTION This document details the general steps CTI performs in an IPT implementation. It is designed to provide the general roadmap. This will ensure that we are performing consistent, secure, logical installs that any of our engineers can approach with full understanding of the configuration. This document contains CTI intellectual property and cannot be disclosed outside CTI. This document will contain standard items that are setup in most installations along with setup methodology. 2.0 INITIAL TASKS 1) Complete (CTI or Customer) the IPT Questionnaire 2) Compete (CTI or Customer) the phone list spreadsheet 3) Perform Design Workshop and complete CCM Interview spreadsheet 4) Create Detailed Design Document and deliver for acceptance 3.0 CONFIGURE EQUIPMENT Configure according to SOW and Detailed Design Document. Use CTI Best practices document. 1) Record serial numbers into a spreadsheet (use the Cisco Status tool to get data) 2) Load OS / BIOS / Patches and service packs 3) Load Cal]Manager software ,/ patches and service packs 4) Load add -on features such as BAT, ART, Extended services 5) Configure CallManager (according to. Detailed Design Document) 4.0 INSTALL EQUIPMENT AND PHONES • Use scanner to populate phone MAC addresses in spreadsheet • Use BAT to populate phone and user database 5.0 PERFORM INSTALLATION TESTS 1) Event log check 2) Hard drive mirroring check • Use Compaq Array Configuration Utility 3) Services check Confirm that all desired services are listed and running for all servers Publisher Cisco TFTP Cisco RIS Data Collector Cisco Database Layer Monitor Cisco CDR Insert These should be This document contains information and data which is proprietary to CTI that shall not be duplicated, used. or disclosed - in whole or in part - for any purpose other than CTI internal use. CTI007-041013 CTI IPT Implementation Plan spommopmo Subscribers Cisco CallManager Cisco IP Voice Media Streaming App Cisco CTIManager Cisco Telephony Call Dispatcher Cisco RIS Data Collector Cisco Database Layer Monitor 4) SQL replication check • Open Enterprise Manager application (Start -Programs -Microsoft SQL Server 7.0-> Enterprise Manager). • Open Microsoft SQL Servers. • Open SQL Server Group. • Wait for Green arrow on server icon and open server name. • Open Databases. • Open highest version CCM030X database. • On Publisher, select Publications and Database name, on Subscribers select Subscriptions and Database name. • Confirm that replication status is successful. 5) DC Directory replication check • Open Call Manager Administration on subscriber servers. • Confirm that Users added to Publisher appear on subscribers. 6) Patch / Hotfix check Note — The latest BIOS/OS update -information can be found at the Cisco IP Telephony BIOS and Operating System Version Roadrnap. • Download and install HFNetChk from http://support.microsoft.coin► default.aspx?scid-kb;EN-US;g3O3215. Typically installed under C:\Program Files\HFNetChk. • Open a Command window and cd to location of HFNetChk executable. • If server has access to Internet, run HFNetChk with the following command line — C:\Program Files\HFNetChk>hfnetchk -v -z -s 1 • If server does not have ace ess to Internet, open and save XML file from http://www.microsoft.com/technet/security/search/mssecure.xml to HFNetChk directory. Then run HFNetChk with the following command line — C:\Program Files\HFNetChk?hfnetchk -v -z -s 1 • Compare results with output in Additional Sections. • Alternatively, perform a directory listing of the C:\Program Files\Cisco\Updates directory: • Compare results with output in Additional Sections. • Open Query Analyzer application (Start -Programs -Microsoft SQL Server 7.0-> Query Analyzer). • Enter "sa" password on "(local)" server. • Enter "select @@version". Press > to run query. • Compare results with output in Additional Sections. • Run STIVER application (C:\Sti\Stiver.exe). • Compare results with output in Additional Sections. This document contains information and data which is proprietary to CTI that shall not be duplicated, used, or disclosed - in whole or in part - for any purpose other than CTI internal use. CTI007-041013 CTI IPT Implementation Plan 7) CallManager failover test 8) Conference resources available test 6.0 FINAL STEPS I ) Perform the tests in the SOW along with customer and obtain customer signature. 2) Backup all servers and network configurations to provided network share 3) Deliver all documentation (per SOW) to customer 4) Obtain customer sign -off on final acceptance 5) Update CTI IPT tracking spreadsheet 6) Submit Cisco PAL This document contains information and data which is proprietary to CTI that shall not be duplicated, used, or disclosed - in whole or in part - for any purpose other than CTJ internal use. CTI IP Telephony Second Day Support Summary of Standard Practices Related to IP Tel Support Standard Contract for IP Tel Support Revised: 10 July 2004 Prepared By: Randy Olsson Coleman Technologies, Inc. 20 N. Orange Ave., Suite 300 Orlando, FL 32801 Phone: 407.481.8600 Fax: 407.481.8618 d;o Coleman Technologies, Inc. This document contains inlornaaiion and data which is propric zary to CTI that shall not he disclosed outside C77 and shall not he duplicated, used, or disclosed - in whole- or in pcnZ - jor any, purpose other than to doc'tanent infernal practices. IP telephony support -SAMPLE Table of Contents Section Title Page 1.0 PURPOSE AND SCOPE.......................................................................................................... 1 2.0 AUDIENCE...................................................................... ERROR! BOOKMARK NOT DEFINED. 3.0 IP TELEPHONY SUPPORT....................................................................................................1 i Use or disclosure of this information and data is .suhject to the restrictions found on the title page of this document. IP telephony support -SAMPLE 1.0 PURPOSE AND SCOPE This document provides an overview of the practices at Coleman Technology, Inc. (CTI) associated with ongoing support of IP telephony systems, commonly know as Day 2 Support. The intent is to provide rational, procedures, and methodologies that are be used in a repeatable and consistent manner across the company and across the spectrum of projects. It is understood and expected, that specific customer driven or regulatory requirements may require modification to the baseline methodology presented, however, every effort has been taken to minimize these need for special requirements and to provide a framework through which these specific requirements can be incorporated. A standard contract has also been created which provides the interface to the customer with respect to this activity. 2.0 IP TELEPHONY SUPPORT CTI plans, implements, and supports a wide range of customers utilizing overwhelmingly Cisco AVVID systems. CTI offers ongoing, day 2 support for all'customers with three levels of support available summarized in the table below. The table is based on a Cisco IP telephony installation. The basic concept for the Silver and Gold service is as'follows: • Customer is required to purchase Cisco SMARTnet on all supported equipment. Key services of SMARTnet include advanced replacement of hardware and access to Cisco knowledge base and technical assistance center. • CTI provides phone and email support via--. 481-8600 or 1-800-345-7743 to a qualified IP telephony engineer... • CTI provides annual upgrades of Call Manager and software for other supported systems. Upgrades are scheduled events and time and expenses required to perform them are included in service fee. • CTI performs remote -diagnostic support of customer's site during normal business hours (24x7 for Gold) as requested • CTI 'engineers perform on site troubleshooting support as necessary during nonnal business hours (247 for Gold). • ` CTI provides a preset .number of hours to provide other services as directed including moves adds, and changes or other upgrades. • CTI performs annual health and perfonnance checks (quarterly for Gold). • CTI maintains off --site configurations of critical IP telephony equipment. Use nr disc Insure of thix information and data is subjec/ to the restrielions found an file title page oflhis docuntenl. IP telephony support -SAMPLE Service / Deliverable Basic Silver 8x5 b Gold 240b 1. Cisco TAC Phone Support Yes' Yes' Yes" 2, Cisco TAC via Cisco.com Yes' Yes' Yes" 3. Advance Parts Replacement Yes' Yes' Yes" 4. Application Major and Minor Software Releases (this does not include the services to install) Yes' Yes' Yes' 5. On -Call Application Troubleshooting Yes 8x5 Yes 240 6. Scheduled Application Installation / Upgrades Yes` Yes` 7. Confi uration Backus Yes Yes 8. Network Monitoring Optional Optional 9. Health / Performance Check Annual Quarterly 10. On -Call Troubleshooting Yes 8x5 Yes 240" 11. On -Site Troubleshootin "' Yes 8x5 Yes 24x7 12. Problem tracking and escalation Yes Yes 13. Directed, non -troubleshooting su ort (e.g_., MACS) Yes` Yes` a) Customer is required to purchase Cisco SMARTnet SNT support for all supported hardware and SMARTnet SAU support for all support software. b) If system not designed and installed by CTI, requires on -site audit of installed system prior to initiating service. c) One major plus one minor upgrade per year (services). d) 8x5 refers to normal business hours which are nominally 8AM to 5PM Customer local time, Monday through Friday, not including holidays. 24x7 refers to around the clock support. e) Up to 0.4 hours/phone of phone, remote access, or on -site support for moves, adds, changes; software installation; design... health and status checks; or any non - covered support or upgrade item. All: work tinted to the nearest hour. Discount rates available for work beyond the baseline hours f) Customer is strongly encouraged to provide VPN access to CTI since this greatly reduces the time to resolve an issue. .......................... Descriptions of the various items. -are -provided below: 1. Cisco TAC Phone,.Support is a technical support service available to all customers who are holders of a valid Cisco Service Agreement. Registered Cisco.com users have immediate, ':open access to Cisco information, resources, and systems —the same resources used, by Cisco TAC phone support experts. Available at any time, from anywhere in the world, the Cisco TAC Web site enables customers to use the power of the Internet; to access critical information quickly, thereby speeding the resolution of networking issues, and to proactively improve overall network performance. The Cisco TAC Web site delivers the solutions customers need to dramatically improve network uptime and reliability, and to satisfy their own clients and customers. 2. Cisco TAC Web via Cisco.com includes access to online knowledge bases and top issue pages. Key pages are: a. Top Issues Pages —Detailed technical solutions for the most frequently reported networking problems worldwide, located at NN,w\N,.cisco.corn/tac/to issues b. Cisco TAC Product Support Pages— w-w'w.cisco.comltac/products 2 Use or disclosure of this information and data is subject to the rertrkfions, found on the title, page of this document. IP telephony support -SAMPLE c. Cisco TAC Technology Support Pages—%a,ww.cisco.coni%tac:/tc-clinologies d. Cisco TAC Solutions Support Pages----- www.cisco.com/tac/solutions e. Open Q&A Forum —Archive of solutions to common internetworking problems; post a question and receive a response from a Cisco CCIE professional at www.Cisco. corn/open fopenprcyi.shtml f. Online Tools available at wxN,w.cisco.conz%tac/tools g. Online Software - You can search, access, and download software and firmware upgrades at www.cisco.com/software. You can also link to other software -related technical support applications such as the Software Bug Toolkit, Software Search Tool, and Cisco IOS Upgrade Planner. 3. Advance Parts Replacement - In the event of hardware failure Cisco delivers a hardware replacement unit within a certain time frame (depending on service level but nominally next business day for SNT support) . 4. Application major and minor Software releases - Provides Cisco Major & Minor updates within the same software release train. Unless otherwise specified (or appropriate service level selected), Customer is responsible for installation of all software`. 5. On -call application troubleshooting'- Provides access to CTI Network Operations Center for troubleshooting of functionality issues. CTI engineers have unique first hand knowledge of Customer network and IPT telephony installation. CTI will coordinate any required escalation within CTI or Cisco; Service is provided during normal business hours (Silver) or 24x7 (_Gold). CTI shall provide support for any supported equipment / software as defined below_ CTI shall maintain a list of all systems currently supported. a. IP Telephones = b. Gateways c. Call Managers d. Scheduled application installations _ CTI will schedule, plan, and install application software associated :with major / minor upgrades, fixes, etc. CTI shall provide the Following installation services for all supported systems: a. One major release installation per year. A major release is defined as a change in the "ienths" place of the software version (i.e., 3.3 to 3.4 or 3.3 to 4.0). b Ohe minor release installation per year. A minor release is defined as a change in the "hundredths" place or a specific patch release. c. Other:installations will be performed on a time and materials basis. 7. Configuration Backup — CTI will maintain an offsite backup of system configuration. Customer is responsible for delivering current configuration files to CTI after any Customer initiated modification. 8. Network Monitoring — CTI can optionally monitor network and phone system performance. CTI specifically monitors for 1) up/down state, 2) device connectivity, 3) network performance, and 4) CPU and memory loading on servers. CTI automatically k] Use or disclosure ol this information and data is suh/ect to the restrictions found on the fide page of thisd(xwment, IP telephony support -SAMPLE alerts designated Customer personnel of any abnormal events or trends which may affect availability or performance. 9. Health / Performance Checks — CTI shall perform an on -site of review the performance of the supported telephony devices once a quarter. CTI specifically reviews systems and logs for 1) software configuration, 2) network performance and 3) CPU and memory loading. 10. On -call trouble shooting -- CTI engineers shall be available either 8x5 or 24x7 to support to respond to Customer initiated trouble requests. Customer shall designate an authorized representative to make the support request. CTI shall respond via telephone or email (as appropriate) within one hour of receipt of request for support. CTI shall attempt to diagnose and resolve problems via remote access whenever possible. CTI provides support for equipment identified in Item 5. On -call troubleshooting is considered directed services (i.e., counts against Airected hours) for issues which result from Customer failing to operate or maintain equipment in prescribed manner. 11. On -site trouble support — CTI engineers shall provide on -site support if necessary. If initial diagnostic results indicate problems can not be resolved without an on -site visit, CTI shall respond on -site within :4 hours of receipt of request for support. For 8x5 support, requests initiated within I hour of the end of the business day will be responded to during the next business day. On -site troubleshooting is considered directed services (i.e., counts against directed hours) for .issues which result from Customer failing to operate or maintain equipment in prescribed manner. 12. Problem tracking and escalation --- CTI tracks all problem requests with a centralized tracking system. Escalation in -accordance with CTI policies is handled automatically. 13. Directed Services, ion -troubleshooting support — CTI provides services associated with "soft" moves, adds, and changes (i.e., software configuration changes rather than physical device_ relocation), - design consultation; general reference; configuration changes; design changes; health and status checks; or any other service not specifically covered or for which customer desires greater than the baseline level of support (e.g., 2 -minor upgrades instead of 1). Customer's request for services (either verbally or via email) `shall be 'documented by CTI and shall be considered sufficient authorization for work to be performed. Work is to be scheduled by CTI and Customer and performed whenever -possible during normal business hours. Customer may be required to provide VPN access to network equipment to facilitate changes. CTI shall make every effort to provide a timely response to requests, but no specific service level is established. a. Up to 0.4 hours per phone (40 hrs per 100 phones) of such support is included. All work timed to the nearest hour with discounted rates available for all work after baseline hours utilized. b. Discount rates are documented per contract, but are nominally 2/3 of the then current senior network support rates. it Use or disclosure of this information and data is subject to the restrictions found on the title page of this document. IP telephony support -SAMPLE 14. CTI may conduct audits of the supported system to validate that the system configuration is supportable within the terms of this Agreement. CTI shall conduct and audit if (a) CTI did not design and install the supported system, (b) CTI identifies any significant change made by other than CTI staff during the course of this Agreement. As a result if the audit, CTI shall provide recommendations for remediation to be performed by the Customer prior to continuing support. For the purposes of any additional fees that may be incurred, audit services will be considered Directed Services. CTI has developed a very straightforward pricing model for Second Day services. List prices are provided below: Service Base Cost + Per Phone' Per Year + Other" Per Year Basic SMARTnet N/A N/A Silver SMARTnet $90 $10 / Phone / Service Gold SMARTnet $150 � .$15 / Phone / Service k, Use or disclosure n/?hi.v information and data is subject to the restrictions found on the title page• ql thi.v document. CTIxxx-yymmdd Coleman Technologies, Inc. IP Telephony Support Agreement (GOLD / SILVER) I. INTRODUCTION This IP Telephony Services Agreement ("Agreement") between Coleman Technologies, Inc. ("CTI") and NAME OF CUSTOMER ("Customer") relates to the performance of certain services ("Services") by CTI on behalf of the Customer associated with the support of Customer IP Telephony System ("System"). II. TERM This Agreement is effective for an initial term of one year from START DATE OF SERVICE and will renew automatically for successive one-year renewal terms, unless terminated in accordance with this section. It may be terminated by either party at any time with (a) thirty (30) days prior written notice to the other party for failure to , perform any material obligation hereunder; (b) immediately and without notice for failure of Customer to make any payment to CTI when due; (c) with ninety (90) days prior written notice to the other party for any reason; or (d) by mutual agreement of the parties at any time. Termination of this Agreement does not relieve Customer of any outstanding obligation defined herein including, but not be limited to, complete payment for all services provided. III. CTI SERVICES PROVIDED CTI shall provide the following services to -the Customer. 1. CTI may conduct audits of the supported system to validate that the system configuration is supportable within :the terms of this Agreement. CTI shall conduct and audit if (a) CTI did not design and install the supported system, (b) CTI identifies any significant change made by other than CTI staff during the course of this Agreement. As a result if the audit, CTI shall provide recommendations for remediation to be performed by the Customer prior to continuing support. For the purposes of any additional fees that may be incurred, audit services will be considered Directed Services (see Item 9). 2. On -call application troubleshooting — CTI shall provide telephone access to its network operations center for troubleshooting of functionality issues. CTI engineers have unique first hand knowledge of Customer network and IPT telephony installation. CTI will coordinate any required escalation within CTI or Cisco. Service is provided during normal business hours (Silver) or 24x7 (Gold). CTI shall provide support for any supported equipment / software as defined below. This document defines supported equipment. 3. Scheduled application installations — CTI will schedule, plan, and install application software associated with major / minor upgrades, fixes, etc. CTI shall provide the following installation services for all supported systems: a. One major release installation per year. A major release is defined as a change in the "tenths" place of the software version (i.e., 3.3 to 3.4 or 3.3 to 4.0). 20 N. Orange Ave, Suite 300.Orlando, FL 32801 • www-ctiusa.com • Phone: 407-481-8600 • Fax: 407-48)-8618 40 This information 6 con/idenhal or propneiar io CTI and mar not he caved or disclosed wirhow prior written permission CTlxxx-yymmdd b. One minor release installation per year. A minor release is defined as a change in the "hundredths" place or a specific patch release. c. Other installations will be performed as Directed Services (see Item 9). 4. Configuration Backup -- CTI shall maintain an offsite backup of system configuration. Customer is responsible for delivering current configuration files to CTI after any Customer initiated modification. 5. Health / Performance Checks — CTI shall perform an on -site of review the performance of the supported telephony devices once a quarter. CTI specifically reviews systems and logs for 1) software configuration, 2) network performance and 3) CPU and memory loading. 6. On -call trouble shooting -- CTI engineers shall be available 8x5 (Silver) or 240 (Gold) to support to respond to Customer initiated trouble requests. Customer shall designate an authorized representative to make the support request. CTI shall respond via telephone or email (as appropriate) within one hour of receipt of request for support. CTI shall attempt to diagnose and resolve problems via remote access whenever possible. CTI provides support for equipment identified in this document. On -call troubleshooting is considered Directed Services (i.e., counts against directed hours) for issues which result from Customer failing to operate or maintain equipment in prescribed manner. 7. On -site trouble support -- CTI engineers shall provide on -site support if necessary. If initial diagnostic results indicate problems can not be resolved without an on -site visit, CTI shall respond on -site within.%A hours of receipt of request for support. For 8x5 support, requests initiated within I hour of the end of the business day will be responded to during the next business day. On -site troubleshooting is considered Directed Services (i.e., counts against directed hours) for issues which result from Customer failing to operate or maintain equipment in prescribed manner. S. Problem tracking and escalation —.CTI tracks all problem requests with a centralized tracking system. Escalation in accordance with CTI policies is handled automatically. 9. Directed Services (non -troubleshooting support) — CTI shall provide a defined number of see Section hours ( n, IV) of support' to be used at the Customer's discretion. CTI provides services associated with "soft" moves, adds, and changes (i.e., software configuration changes rather than physical device relocation); design consultation; general reference; configuration changes; design changes; health and status checks; or any other service not specifically covered or for which customer desires greater than the baseline level of support,(e.g., 2 minor upgrades instead of 1). Customer's request for services (either verbally or via email) shall be documented by CTI and shall be considered sufficient authorization for work to be performed. Work is to be scheduled by CTI and Customer and performed whenever possible during normal business hours. Customer may be required to provide VPN access to network equipment to facilitate work. CTI shall make every effort to provide a timely response to requests, but no specific service level is established. IV. SYSTEMS SUPPORTED CTI shall provide the above support for the following systems at the associated locations. 20 N. Orange Ave. Suite 300 •Orlando, FL 32801 • www.ctiusa.com • Phone: 407-481-8600 . Fax: 407-481-8618 Tlii.1 InJilrnin(int7 iv confidential nr, proprierort� to ('l7 cmd mail not he used or discloved withow prior written permission 2 CTlxxx-yyrnmdd Device Serial Number 2TY Location 1P Phones N/A Gateway Call Manager Based on the above supported equipment, Customer shall have XX hours or Directed Service hours available during the term of this Agreement. CTI shall track Direct Service hours and provide the number of available hours to the Customer upon request. V. CUSTOMER RESPONSIBILITIES In addition to other items defined in this Agreement, Customer shall specifically be responsible for the following items. Customer shall perform any required remediation determined as a result of a system audit performed by CTI at the start of this effort or resulting from any upgrade / system change performed by the Customer. Customer shall maintain current SMARTnet coverage on supportedequipment. Specific designations for required support shall be provided by CTI under separate cover. Customer shall designate a single point of contact at each customer location where support is provided to coordinate any 1) requests for support, 2) access to facilities or equipment for CTI on -site engineers. Customer shall inform CTI in a `timely manner (10 business days) of any changes to supported systems, system requirements, locations, operational processes, or other items which have a material affect CTI's ability to provide service. Customer shall be responsible for delivering current configuration files to CTI after any Customer initiated modification of supported equipment for which Customer desires CTI to maintain an off -site configuration. It is highly recommended that Customer provide VPN access to CTI. VPN access allows remote diagnostics;' troubleshooting, as well as Directed Services. This can significantly decrease the time involved resolving any issue. Vl. PRICE AND PAYMENT Customer shall make one annual payment covering the full base value of this effort within 20 days of signature of this Agreement. Pricing for the Services defined in this Agreement are based on the number of IP phones at supported sites. Customer warrants that the number of phones represented here is an accurate reflection of the total. If this number changes, Customer agrees to inform CTI in a timely 20 N. Orange Ave, Suite 300 •Orlando, FL 32801 • www.etiusa.com * Phone: 407-481-8600 • Fax: 407-481-8618 This inlurmalion is confidential or propneran inCT/ and mar nut he used or disclosed widhuur prior wriHen permission 3 CTIxxx-yymmdd manner. CTI shall adjust the total due amount based on any increase in this number, and shall invoice Customer (no more often than monthly) based on the increase, per phone charge defined herein, pro -rated by the remaining term of the Agreement. Any additional Directed Services requested by Customer shall be billed at the discounted labor rate of $100/hour. All time shall be rounded to the nearest hour. Travel time and expenses to and from Customer facilities with supported equipment shall not be billed. Other travel time and reasonable expenses may be billed with prior approval of Customer. If Customer has requested CTI to provide additional Services (as outlined above), whether by oral, telephonic, electronic, written or other means, then Customer's acceptance of any Services performed constitutes agreement by Customer to make full payment for any invoices presented for these Services in accordance with the payment terms defined on the corresponding Invoice (in the absence of such terms, terms are NET20). CTI reserves the right to invoice Customer upon and for each Service rendered, but no less frequently than monthly. Customer cannot refuse to make payment for partial delivery of Services. Customer shall pay all charges on terms established by CTI. If Customer fails to pay an invoice when due per the stated payment terns, Customer shall pay interest of 1.5% per month on the outstanding amount from the due date until the payment date. If CTI undertakes collection or enforcementefforts, Customer shall be liable for all costs thereof, including reasonable fees. If Customer is in arrears on any invoice, CTI may, on giving notice, apply any deposit thereto and withhold or cancel -further performance of Services until all arrearages are brought current. Written notice of any disputed charge must be received by CTI within 20 days of the date of issuance of the invoice in question or Customer forfeits the right to dispute the charge. This notice must include the invoice number in dispute, the items and amounts disputed and a complete description of the basis for'Customer withholding payment. Notice of any disputed charge does not release Customer from the obligation of paying any remaining balance of the invoice under the terms specified. Upon resolution of the disputed charge, CTI will issue a credit memo or- Customer will pay the total amount outstanding referenced by the dispute. Any disputed charge resolved in CTI's favor shall be liable to accrue late payment fees based on the terns of purchase. VI1. REPRESENTATIVES AND NOTICES The Customer's representative for this agreement shall be NAME OF REPRESENTATIVE. CTI's contract representative shall be Mr. Kirk Sawyer. These representatives are the only individuals authorized to make changes to the terms of this Agreement. Specific technical requirements or scheduling shall be coordinated directly between the Customer's designated representative and CTI's support center. CTI's support center can be accessed via phone at (407) to20 N. Orange Ave, suite 300 • Orlando, FL 32801 • www.etiusa-eom • Phone: 407-481-8600 • Fax: 407-481-8618 This information is confidential or proprietary to CT! and rnm' not he used or disclosed without prior written permission 4 CTIxxx-yymmdd 481-8600 or 1-800-345-7743. All notices required or permitted here shall be given in writing and shall be delivered by hand or mail to: Customer: CTI: NAME Kirk Sawyer, Vice President of Business Operations Address 20 N. Orange Avenue, Suite 300 City, State Orlando, FL 32801 I'llonc (407) 481-8600 x104 Email ksa\\tyer(&ctiusa.coni VII1. WARRANTY AND LIABILITY With respect to Services performed by CTI, CTI warrants to Customer, that the Services rendered shall be performed in a skillful and professional manner commensurate with the requirements of the Specification. Customer shall notify CTI ,in writing within thirty (30) days after completion of the Services in question when any of the'Services fall to conform to the standard of care set forth in this Agreement. The passage of the thirty .(30) day period after completion of the Services without the notification described herein shall constitute Customer's final acceptance of the Services. CTI makes no warranty as to hardware or software supported under this Agreement. Software is specifically NOT warrantied to be completely` free of defects. In addition, due to the continual development of new techniques for intruding upon and attacking networks, software or any equipment, system or networkon which_ the software is NOT warrantied to be free of vulnerability to intrusion or attack. The warranty provided by CTI is specifically limited as described herein. No other warranty, expressed or implied, including ,.but not limited to merchantability or fitness for a particular purpose, is trade and none shall be imputed or presumed. In no event shall CTI be liable for any special, incidental; indirect, or consequential damages whatsoever (including, but not limited to, damages for: loss of profits, loss of confidential or other information, business interruption, personal injury, loss of privacy, failure to meet any duty (including of good faith or of reasonable care), negligence, and any other pecuniary or other loss whatsoever) arising out of or in any way related to the provision of or failure to provide Services, even if CTI has been advised of the possibility of such damages. The entire liability of CTI and Customer's exclusive remedy for all of the foregoing shall be limited to the total value of this Agreement. These limitations, exclusions and disclaimers shall apply to the maximum extent permitted by applicable law, even if any remedy fails its essential purpose. 20 N. Orange Ave, Suite 300 ■ Orlando, FL 32801 • www.ctiva.com • Phone: 407-481-8600 • Fax: 407-481-8618 IMMMPRI This information is confidential or praprietary to CTI and mqv not he usedor disclosed without prior written permission CTlxxx-yyinmdd JX. OTHER TERMS CTI shall perform services as an independent contractor utilizing employees of CTI under the direction and control of CTI. CTI reserves the right to utilize contractors for the performance of obligations under this agreement and these individuals or organizations shall also be under direction and control of CTI. Customer's general right of supervision over work performed shall not create an employer/employee relationship between Customer and CTI or its agents. The parties are and shall be independent entities and nothing in this agreement shall be deemed to cause the creation of an agency, partnership, or joint venture between the parties. No party may assign its rights or obligations under this Agreement without prior written consent of the other party. Each party agrees that it will not hire, solicit for hire, or retain the Services of either party's employees engaging in providing support or Services under this Agreement during the term of the Agreement or for a period of six (6) months thereafter without prior written agreement of both parties. Each party agrees that they will keep confidential the terms and conditions of this Agreement provided along with all information and data specifically identified as confidential or proprietary for the term of this Agreement and for a period,of six (6) months thereafter. Any dispute arising from this Service shall be governed and ruled by the laws of the State of Florida, County of Orange. This Agreement constitutes the entire agreement of the parties and supercedes all prior representations, proposals, discussions, and communications written or oral and may only be amended in writing by authorized representatives of both parties. If any provision of these teens and conditions is held to be invalidvoid, or unenforceable, the remaining provisions shall nevertheless remain in full force and effect, The provisions ,of this, Agreement that under a commercially reasonable interpretation reveals that the parties likely 'would have such provisions survive termination or expiration of this Agreement shall survive to the extent necessary to fulfill the purpose of such provision. This specifically includes any obligation of Customer to make payments, maintain the confidentiality of the Agreement, and refrain from hiring or soliciting to hire employees. ACCEPTED BY: COLEMAN TECHNOLOGIES, INC. CUSTOMER 51 20 N. Orange Ave. Suite 300 • Orlando, FL 32801 • www.ctiusa.com • Phone: 407-481-8600 • Fax: 407-481-8618 This information is confidential or proprielary to CT / and mqr not he caved or disclosed without prior written permission 6 CTIxxx-yynundd Printed: Kirk SawyerPrinted: Title: VP, Business Operations _ Title: Date: Date: 20 N. Orange Ave, Suite 300 . Orlando, FL 32801 • www.ctiusa.com • Phone: 407481-8600 • Fax: 407-481-8618 This information is confidential or proprietary to CT! and may not he used or disclosed without prior written permission 7 w Ciy )f i Ci 'r PROPOSALFORM RFP 05-09R -revised 5/4105 UPGRADE OF VOICE/DATA NETWORK PROPOSAL PRICE Data Network Upgrade, Base Cost Not to Exceed: $ 261,184.50* Voice Network Upgrade, Base Cost *includes wireless survey Not to Exceed: $ 280,798.96 Other Costs or Expenses not included in Base Cost $ Include above if necessary (Provide additional cost information on the following two pages, which are part of the Proposal Form SUBMITTED BY: Company Name: Coleman Technologies, Inc Address: 5200 NW 33 Ave City: Fort Lauderdale State: FI Zip 33309 Telephone: 954-735-4123 Fax: 407-650-0999 Email: NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. 43 IZ9 Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 SUMMARY -VOICE NETWORK UPGRADE To: City of Tamarac 4-May-05 J050405-2 VOICE COMPONENTS -Hardware, software and installation services CI Hall $44 015.44 Public Works $1%136.88 Satellite CI Hall 1 265.60 Cpmmun enter 8 071.84 Fire Station 41 $2 214,80 Fire Station 78 $1 582.00 BSO Transportation 1 265.60 Recreation Center 949.20 IMP C 347,20 Firestatlon 15 $8,512.56 Utilities $8 704.64 Water Treatment $4,113.20 Unified Messaging 36 230.00 XML test messaging Berbee 9 000.00 Training 13 500.00 VOICE HARDWARE, SOFTWARE-SubTOTAL $158,908.96 VOICE INSTALLATION SUBTOTAL $43,650.00 VOICE COMPONENT CISCO MAINTENANCE-5 YEARS City Hall $17,856.25 Public Works 2 065.00 Satellite Ci Hall $140.00, Community Center B05.00 Fire Station 41 $245.00 Fire Station 78 $175.00 BSO Transportation $140.00 Recreation Center $105.00 MPC 35.00 Firestation 15 $12,731,25 Utilities 875.00 Water Treatment $455.00 Unified Messaging,42 612.50 VOICE MAINTENANCE TOTAL $78,240.00 Cisco Equipment TOTAL BASE PRICING -VOICE NETWORK $280,798.96 Discount based upon State Contract #250-000-03-1, but additional discount applied PLEASE REFERENCE QUOTE NUMBER ON PO This quote is Proprietary to CTI and shall not be shared outside the party for which the quote was prepared without prior permission from CT Acceptance and Authorization Customer hereby authorizes purchase and agrees to make timely payment Quote is valid for 30 days. Delivery dates. if provided, are estimates only, for products delivered and services rendered, including payments for partial Signature or attached Purchase Order required for authorization to proceed. shipments. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as follows, all other CTI Standard Terms and Conditions apply: Customer Signature Date ❑ Net 200 Net 30❑ MC/Visa Exp Q 25 % on order,25% with delivery of eqi Please fax this order back to CTI at 407.481.8618, ann: Purchasing CTI Representative Dete Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:4074RI-RAIA PriceQuotation-Schedule A -Detail BOM Hardware To: City of Tamarac Date: Quote Number: By. VOICE NETWORK UPGRADE Hardware, Software 4-May-05 ]05O405.2 Jill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481.8618 jrin kelstein@Ctl usa.com ID Part Number Description QTY Unit Price Extended Price CITY HALL Call Manager Server 001 MCS-782SH-3.0-IPC1 HW Only MCS 7825H-3000 With P4 3060 iGB RAM 40GB HD 1 $3,360,00 $3.360.00 CAB -AC Power Cord 110V 1 0.00 D.DO Call ManaRgir software 203 CM4.1-0-7825 SW CaIIM r 4.1 MCS-7825 1 $3,357,20 3 357.20 IPCX-3.5-CM-BUNDLE IPCCX 3.5 CCM 4.X Std 5 Seat Bundle 1 0.00 $0.00 UNrM4-CM-PROMO 15 Unity VM Users 15 Unity Inbox Users and 4 sessions 1 $0.00 $9.00 IP Phones 005 CP-797OG Cisco IP Phone 7970G Global 20 389.20 $7,784.00 006 SW-CCM-UL-7970 Call Mana er License for single 7970 phone 20 109.20 $2,184.00 007 CP-794OG Cisco 1P Phone 7940G Global 20 $176,40 13,528,00 008 SW-CCM-UL-7940 CallManaoer Unit license for single 7940 IP phRne 20 $84.00 1 680.00 009 CP-7960G Cisco IP Phone 7960G Global 44 $232.40 $10t225,60 010 SW-CCM-UL-7960 CallManager Unit license for single 7960 IP hone 44 $84.00 i 3 696.00 012 CP-7936 IP Conf. Station w external mic e2rts 4 669.20 2676.80 013 SW-CCM-UL-7936 User License for 7936 4 84.00 $336.00 015 CP-7914= 7914 IP Phone Eximnsion Module for 7960 18 1221.20 3 991.60 016 CP-SINGLFOOTSTAND Footstand kit for si le 7914 18 $18.48 332.64 017 CP-PWR-CUBE-2= Spare IP Phone power transformer for the 7900 phone series 18 $25.20 $453,60 17.1 SW-IPSOFTPHONEI= Cisco IP SoR hone CD 1 license 5 $84.00 420.00 CITY HALL SUBTOTAL -VOICE ;44,015.44 PUBLIC WORKS BUILDING DEPARTMENT IP Phones 022 CP-794OG Cisco IP Phone 7940G Global 20 $176,401 13,528:00 023 SW-CCM-UL-7940 CallManager Unit license for single 7940 IP phone 20 84.00 11,680.00 024 CP-796OG Cisco IP Phone 7960G Global 39 232.40 $9,063.60 025 SW-CCM-UL-7960 CallManager Unit license for single 7960 IP phone 39 $84.00 $3,276.00 027 CP-7914= 7914 IP Phone Ex nsion Module for 7960 6 221.20 $1 327.20 028 CP-SINGLFOOTSTAND Footstand kit for single 7914 b $18.48 $110.88 029 CP-PWR-CUBE-2= Sciare IP Phone Ewer transformer for the 79M phone series 6 $25.20 $151,2.0 PUBLIC WORKS/ BUILDING DEPARTMENT SUBTOTAL -VOICE ;191136.88 SATELLITE CITY HALL IP Phones 031 CP-796OG Cisco IP Phone 796DG Global 4 232.40 $929.60 032 SW-CCM-UL-7960 CallMana er Unit license for single 7960 IP phone 4 $84.00 1336.00 SATELLITE CITY HALL SUBTOTAL -VOICE $1 265.60 Page 1 of 4 This quote 6 Proprietary to CT7 and shall not ne shared outside the party for whrh the quote was Prepared without prior permission from CT: W Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 Price Quotation -Schedule A -Detail BOM Hardware To: Cityof Tamarac Date: Quote Number: By: VOICE NETWORK UPGRADE Hardware, Software 4-May-05 3050405.2 ]ill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 jhnkelstein@ctiusa.Com ID Part Number Description QTY Unit Price Extended Price COMMUNITY CENTER IP Phones CP-7940G Cisco IP Phone 7940G Global SW-CCM-UL-7940 CallManager Unit license for single 7940 IP phone 035 CP-796OG Cisco IP Phone 7960G Global 23 $232.40 5 345.20 036 SW-CCM-UL-7960 CaliMana er Unit license for single 7960 IP phone 23 $84.00 $1,932.00 038 CP-7914= 7914 IP Phone Expansion Module for 7960 3 $221.20 160.60 039 CP-SINGLFOOTSTAND Footstand kit for single 7914 3 118.48 155.44 040 CP-PWR-CUBE-2- Soare IP Phone Dower transformer for the 7900 phone series 3 $25.20 75.60 COMMUNITY CENTER SUBTOTAL -VOICE $8,071.84 FIRE STATION 41 IP Phones CP-794OG Cisco IP Phone 7940G Global SW-CCM-UL-7940 CallManager Unit license for single 7940 IP phone 042 CP-796OG Cisco IP Phone 7960G Global $232,40 $1,626.80 043 SW-CCM-UL-7960 CallManager Unit license for single 7960 IP phone 7 $84.00 $588.00 FIRE STATION 41 SUBTOTAL -VOICE $2,214.80 FIRE STATION 78 IP Phones CP-794OG Cisco IP Phone 7940G Global SW-CCM-UL-7940 CallMana er Unit license for single 7940 IP phone 046 CP-7960G Cisco IP Phone 7950G Global 5 $232.401 $1,162.D0 047 SW-CCM-UL-7960 CaIlManaoer Unit license for single 7960 IP phone 5 $84.001 $42000 FIRE STATION 78 SUBTOTAL VOICE $1,582.00 BSO TRANSPORTATION IP Phones 050 CP-796OG Cisco IP Phone 7960G Global 4 051 SW-CCM-UL-7960 CallMananer Unit license for sin le 7960 IP phone 4 84.00 LE$232.401929.60 $336,00 8SO TRANSPORTATION SUBTOTAL VOICE $1,265.60 RECREATION CENTER 054 055 CP-7960G SW-CCM-UL-7960 Cisco IP Phone 7960G Global CallMana er Unit license for single 7960 IP phone 3 3 $232.40 $84.00 697.20 $252.00 RECREATION CENTER SUBTOTAL VOICE $949.20 Page 2 of 4 Ths quote d; Proprietary to Cn and shall not W shared outside the parry for which the quote was prepared without pnor permission From Ctl Cam: Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 PriceQuotation-Schedule A -Detail SOM Hardware To: City of Tamarac Date: Quote Number: By: VOICE NETWORK UPGRADE Hardware, Software 4-May-05 3050405-2 Jill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 )finkelsteinoctiusa.com ID Part Number Description QTY Unit Price Extended Price MPC 058 CP-796DG Cisco IP Phone 7960G Global 1 $232.40 232.40 059 SW-CCM-UL-7960 CallManacler Unit license for sinole 7960 IP phone 1 $84,001 $84.00 061 CP-PWR-CUBE-2 IP Phone power transformer for the 7900 phone series 1 $25.20 $25.20 062 CP-PWR-CORD-NA= 7900 Series Transformer Power Cord North America 1 5.60 $5.6Q MPC SUBTOTAL VOICE $347.20 FIRESTATION 15 Main LAN WAN room 2nd floor Redundant Call Mana er Server 064 MCS-7825H-3.0-IPCI JHW Only MCS 782511-3000 With P4 3060 IGB RAM 4OGB HD 1 13,360.00 3 360.00 CAB -AC I Power Cord 110V i $0.00. 10.00 Call Mana er software for redundant server D66 CM4.1-K9-7825 SW CallM r 4.1 MCS-7825 1 $3,357.20 $3 357.20 IPO(-3.5-CM-BUNDLE IPCCX 3.5 CCM 4.X Std 5 Seat Bundle 1 $0.00 $0.00 UNrM4-CM-PROM0 15 Unity VM Users 15 Unity Inbox Users and 4 sessions 1 $0.00 $0,00 IP Phones 068 CP-796DG Cisco IP Phone 7960G Global 4 S232.40 929.60 069 SW-CCM-UL-7960 CallMana er Unit license for si le 7960 IP phone 4 $84.00 $336.00 071 CP-7914= 7914 IP Phone Expansion Module for 7960 2 $221.20 $442.40 072 CP-SINGLFOOTSTAND Footstand kit for single 7914 2 18.48 $36.96 073 CP-PWR-CUBE-2= Spare IP Phone power transformer for the 79DD phone series 2 25.20 $50.40 FIRESTATION 15 SUBTOTAL VOICE $8,512.56 UTILITIES IP Phonies CP-794OG Cisco IP Phone 7940G Global SW-CCM-UL-7940 CallManager Unit license for sinale 7940 IP ehone 076 CP-7960G Cisco IP Phone 7960G Global 25 $232.40 $5,810.0D 077 SW-CCM-UL-7960 CaIIMa r Unit license for single 7960 IP Rhone 25 184.00 $2,100.00 079 CP-7914= 7914 IP Phone Expansion Module for 7960 3 $221.20 $663.60 080 CP-SINGLFOOTSTAND Footstand kit for single 7914 3 $18,48 $55.44 081 CP-PWR-CUBE-2= Spare IP Phone power transformer for the 7900 phone series 1 3 $25.20 $75,60 UTILITIES SUBTOTAL VOICE $8,704.64 WATER TREATMENT IP Phones CP-794OG Cisco IP Phone 7940G Global SW-CCM-UL-7940 CallManager Unit license for single 7940 IP phone 083 CP-796DG Cisco IP Phone 7960G Global 13 $232.40 $3,021.20 084 SW-CCM-UL-7960 CallManager Unit license for single 7960 IP phone 13 184.00 S1,092.00 WATER TREATMENT SUBTOTAL -VOICE ;4,113.20 Page 3 of 4 This quote is Proprietary to Cn and shall not be snared outside the party for whi(h the quote was prepared without prw( permission from C-n Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 Price Quotation -Schedule A -Detail BOM Hardware To: City of Tamarac Date: Quote Number: By. VOICE NETWORK UPGRADE Hardware, Software 4-May-05 3050405-2 Jill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 jfinkelsteinoctiusa.com ID Part Number Description QTY Unit Price Extended Price VOICE MAIL UNIFIED MESSAGING 087 MCS-7835-HI-ECSI MCS 7835-HP; rack; 2G8• RAID 1• Win2K 1 $7,840.001 $7,EL40.00 UNITY-WIN2K-ENG Cisco Unity Operating System 2000 - English 1 $0.001 $0.00 UNITY-PWR-US Power Cord - US Can Mex PR Phil Ven Tai Col Ecu 1 $0,001 $0.00 UNITY-4.0 Unity 4.0 1 S0.0ol 0,00 UNITY-IP Unity for CallManager, IP Onk Inc rations 1 $0.00 0.00 UNITY -EXCHANGE Unity for Exchange 1 10.00 0.00 UNITY-DS-ENG Unity Data Store - in Enolish 1 10.00 $0.00 UNITY-MS-ENG Unity Message Store in English. Not r uired for Domino. 1 $0.00 0.00 091 UNI7YU4-3000SR-E Unity UM Exchq, 300 users 16 session 4 TTS 1 25 200.00 25 200.00 UNITY-MSG-STR5.5 Unity Messy a Store 5.5 1 0.00 0.00 UNITY-RS4 Unity, 4-session TTS $0.00 0.00 095 UNITY SVRLIC UPG32 Unit UM or VM 4.0 upg server license firm 16 to 32 sessions 1 $3,190.00 $3,190.00 VOICE MAIL/UNIFIED MESSAGING SUBTOTAL $36,230.00 BERBEE APPLICATIONS INFORMACAST SOFTWARE-XML TEXT MESSAGING 001 IC150V I 8erbee Informacast-user license 250 30.00 7 500.00 minimum 1501kenses ANNUAL MAINTENANCE REQUIRED 002 ICVAM Barbee Informacast Maintenance 250 6.00 $1,500.00 SERVER HARDWARE FOR INFORMACAST-PROVIDED BY CITY XML MESSAGING SUBTOTAL $9,000.00 Acceptance an uthonzation Quote is valid for 30 days. Delivery dates, if provided, are estimates only. products delivered and services rendered, including payments for partial Shipments. Signature or attached Purchase Order required for authorization to proceed. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as follows, all other CTI Standard Terms and Conditions apply: Customer Signature Date ❑ Net 20 ❑ Net 30 ❑ MC/Visa Exp ❑ % on order, balance prior to receipt Please fax this order back to CTI at 407-650-0999, attn: Purchasing CTI Representative Date Page 4 of 4 Tnm quote t5 Proprietary to CTI and shall not be shared outSde the party tot which the quote was prepared without prior permission horn CTI Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax-4117-4R 1-FlAi R PriceQuotation-Schedule A -Detail BOM Services To: City of Tamarac Date: Quote Number: By: VOICE NETWORK UPGRADE Implementation services 4-May-05 3050405-2 Jill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 jfinkelstsin@ttiusa.com 43 650.00 ID Part Number Description QTY Unit Price Extended Price CITY HALL Services 618 CTI-Install Pro ect Management voice -hourly 75 130.00 $9,750.00 019 CTI-Install Install and Configure Call Manager Server -hourly 40 $130.00 $5,200.00 021 CTI-Install Install and Configure IP Phones 92 30.00 2,760.D0 CITY HALL SUBTOTAL -VOICE $17 710.00 PUBLIC WORKS BUILDING DEPARTMENT Services 030 CTI-Install Install and Configure IP Phones 59 $30.00 1 770.00 PUBLIC WORKS/ BUILDING DEPARTMENT SUBTOTAL -VOICE $1,770.00 SATELLITE CITY HALL 034 CTI-Install lInstall and Configure IP Phones 4 $30,00, $120.05 SATELLITE CITY HALL SUBTOTAL -VOICE $120.00 COMMUNITY CENTER 041 CTI-Install Install and Configure IP Phones 23 1 $30.00 $690.00 COMMUNITY CENTER SUBTOTAL -VOICE $690.00 FIRE STATION 41 045 CTI-Install Install and Confi ure IP Phones 7 $30.00 $210.00 FIRE STATION 41 SUBTOTAL -VOICE $210.00 FIRE STATION 78 049 CTI-Install Install and Configure IP Phones 5 $30.001 $150.00 FIRE STATION 78 SUBTOTAL VOICE $150.00 Page 1 of 2 This quote is Proprietary to CTJ ono fh0h not de shared outside the Party for which the quote was prepared without prior permission from CTI a C Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, A 33309 Phone: 954-735-4123 Fax:407-481-8618 PriceQuotation-Schedule A -Detail BOM Services To: City of Tamarac Date: Quote Number: By: VOICE NETWORK UPGRADE Implementation services 4-May-05 1050405-2 Jill Finkelstein Phone: 954-735-4123 x315 Fax; (407) 481-8618 jfinkelstein@ctiusa.com $43 650.00 ID Part Number Description QTY Unit Price Extended Price SSO TRANSPORTATION 053 CTI-Install jlnsLall and Confi ure IP Phones 4 $30.00 $120.00 SSO TRANSPORTATION SUBTOTAL VOICE $120.00 RECREATION CENTER 057 CTI-Install Install and Configure IP Phones 3 $30.00 $90.00 RECREATION CENTER SUBTOTAL VOICE $90.00 MPC 063 CTI-Install Install and Configure IP Phones 1 $30.00 $30.00 MPG SUBTOTAL VOICE $30.00 FIRESTATION 15 074 CTI-install Install and Confifture Subscriber CM 40 $130.00 $5 200.00 075 CTI-Install Install and Configure IP Phones $30.00. $120.00 FIRESTATION is SUBTOTAL VOICE $5,320,00 UTILITIES 082 CTI-Install Install and Configure IP Phones 1 25 $30.00 $750.00 UTILITIES SUBTOTAL VOICE $750.00 WATER TREATMENT Services 086 CTI-Install Install and Configure IP Phones 13 $30.00 $390.00 WATER TREATMENT SUBTOTAL -VOICE $390.00 VOICE MAIL UNIFIED MESSAGING Services 020 CTI-Install 11nstall and Configure Cisco Unity UM -hourly 60 $130.00 $7,800.00 VOICE MAIL/UNIFIED MESSAGING SUBTOTAL $7,800.00 ACD CONFIGURATION 097 CTI-Install ACD CONFIGURATION 1 $3,500.00 $3,500.00 Install and Confiur co -resident IPCC Assumes use of 5 user included software BERBEE APPLICATIONS INFORMACAST SOFTWARE-XML TEXT MESSAGING 010 CTI-Install Installation and Configuration oflnformacast 11 $5,000-001 $5 000.00 XML MESSAGING SUBTOTAL $5,000.00 cob Ccep anti ana Authorization Quote is valid for 30 days. Delivery dates, if provided, are estimates only. Products delivered and services rendered, including payments for partial Signature or attached Purchase Order required for authorization to proceed. shipments. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as follows, all other CTI Standard Terms and Conditions apply: Customer Signature Date ❑ Net 20 ❑ Net 30 ❑ MC/Visa Exp ❑ _ q/o on order, balance prior to receipt Please fax this order back to CTI at 407-650-0999, anm PurChasing CTI Representative Date Page 2 of 2 Th6 quote 5 Proprleury to CTI and Shen not be snared ouWde the party for wnKn the quote was prepared without prior permw*n From C71 Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 Price Quotation -Schedule A -Detail Maintenance To: City of Tamarac Date: Quote Number: By: VOICE NETWORK UPGRADE Cisco maintenance 4-May-05 1050405-2 )ill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 jfinkelstein@ctiusa.com Total $78,240.00 10 art Number [Description QTY Unit Price Extended PriZe— CITY HALL Call Mana er Serve 002 CON-SNIP-MCS7825H SMARTNET 24X7%4 MCS 7825H-2266 Serve 5 672.00 3 360.00 Call Manager software 004 CON-SAU-CM+7825 SW APP SUPP + UPGR CallM r 4.X - MCS-7825 5 $2 098.25 $10,491.25 IP Phones 011 CON-SNT-CP79xx 8x5xNBD Svc IP Phone 79xx w User Lic 440 7.00 $3 080.00 014 CON-SNT-CP7936 SMARTNET 8X5XNBD IP Conf. Station w e 1 20 $42.00 $840.00 CON-SAS-SFTPHN-1 SAS SVC., Cisco IP Soft hone CD/1 license 1 5 17.00 85.00 CITY HALL SUBTOTAL -VOICE $17,856.25 PUBLIC WORKS BUILDING DEPARTMENT 026 CON-SNT-CP7940/60 18x5xNBD Svc, IP Phone 7940/7960, Mgr Set (w/User Lic) 1 295 1 $7-00 $2,065.00 PUBLIC WORKS/ BUILDING DEPARTMENT SUBTOTAL -VOICE $2,065.00 SATELLITE CITY HALL 033 CON-SNT-CP7940/60 l8x5xNBD Svc, IP Phone 7940/7960, Mgr Set (w/User Lic) 1 20 1 $7.00 $140.00 SATELLITE CITY HALL SUBTOTAL -VOICE $140.00 COMMUNITY CENTER 037 CON-SNT-CP7940/60 8x5xNBD Svc, IP Phone 7940/7960, Mgr Set (w/User Lic) 115 $7.00 $805.00 COMMUNITY CENTER SUBTOTAL -VOICE $805.00 FIRE STATION 41 044 CON-SNT-CP7940/60 8x5xNBD Svc, IP Phone 7940/7960, Mgr Set (w/User Lic) 1 35 $7.00 $245.50 FIRE STATION 41 SUBTOTAL -VOICE $245.00 FIRE STATION 78 048 CON-SNT-CP7940/60 8x5xNBD Svc, IP Phone 7940/7960, MgrSet (w/User Lic) 1 25 $7.00 $175.00 FIRE STATION 78 SUBTOTAL VOICE $175.05 BSO TRANSPORTATION 052 CON-SNT-CP7940/60 8xSxNBD Svc, IP Phone 794017960, Mgr Set (w/User Lic) 1 20 $7.00 $140.()0 BSO TRANSPORTATION SUBTOTAL VOICE $140.00 RECREATION CENTER 056 CON-SNT-CP7940/60 8x5xNBD Svc, IP Phone 7940/7960, Mgr Set (w/User Lic) 1 15 1 $7.00 $105.00 RECREATION CENTER SUBTOTAL VOICE $103.00 MPC 060 CON-SNT-CP7940/60 8xSxNBD Svc, IP Phone 7940/7960, Mgr Set (w/User Lic) 5 $T00 $35.00 MPC SUBTOTAL VOICE $35-0011 Page 1 of 2 Th6 quote 6 Proprwtary to C n and shall not be shared oueide the party for which the quote was prepared wiNiout prior permission from Cn Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 PriceQuotation-Schedule A -Detail Maintenance To: City of Tamarac Date: Quote Number: By: VOICE NETWORK UPGRADE Cisco maintenance 4-May-05 3050405.2 ]ill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 )finkelstein@ctiusa.com Total 178,240.00 art um r IDescription QTYmt rite xten rice FIRESTATION 15 Main LAN WAN room 2nd floor Redundant Ca tl Mana er Server 065 CON-SNT-MCS7825N1 ISMARTNET BX5XNBD MCS 7825H-226 5 1420,00 $2,100,00 _Serve Call Manager software for redundant server 067 CON-SAU-CM4-7825 SW APP SUPP + UPGR CallM r 4.X - MCS-7825 5 $2,098.25 $10,491,25 IP Phones 070 CON-SNT-CP7940160 BxSYNSD Svc, IP Phone 7940/7960, Mgr Set (w/User Lic) 20 L $7.00 $140.00 FIRESTATION 15 SUBTOTAL VOICE 412,731,25 UTILITIES IP PhoneR 078 CON-SNT-CP7940/60 8x5xN8D Svc, IP Phone 794017960, Mgr Set (w/User Lic) 125 1 $7.00 $875.00 UTILITIES SUBTOTAL VOICE $875.00 WATERTREATMENT IP Phones 085 CON-SNT-CP7940/60 8x5xNBD Svc, IP Phone 7940/7960, Mgr Set (w/User Lit) 1 65 1 $7.00 $455.00 WATER TREATMENT SUBTOTAL -VOICE $455.00 TOTAL VOICE MAINTENANCE $35,627.50 VOICE MAIL UNIFIED MESSAGING 089 CON-OSP-MCS7835E ONSrrE 24X7X4 MCS 7835-IBM• rack; 5 $1,960.00 $9,800,00 CON-SAU-UN1lY-4X SW APP SUPP + UPGR Zoj2 Level -Order Svc for each indv cm nt 5 10.00 $0.00 CON-SAU-UNM-IP SW APP SUPP + UPGR Unity for CallMan r - Top Level 5 0.00 $0.00 092 CON-SAU-UM000E SW APP SUPP + UPGR Un UM Exchg, $29,531,25 096 CON-SAU-Lt4-SVR32 SW APP SUPP + UPGR Unity svr lic for '1 $3,281.25 VOICE MAILMNIFIED MESSAGING MAINTENANCE $42,612.50 ccep ance and AUthorization Quote is valid for 30 days. Delivery dates, if provided, are estimates only. Products delivered and services rendered, including payments for partial Signature or attached Purchase Order required for authorization to proceed. shipments. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as follows, all other CTI Standard Terms and Conditions apply: Customer Signature Date ❑ Net 20 ❑ Net 30 ❑ MC/visa Exp ❑ % on order, balance rior to receipt Please fax this order back to CTI at 407-650-0999, ann: Purchasing .CTI Representative Date Page 2 of 2 Thk quote k Proprietary, to CPI and shall not be shared ou6de the party for which the quote was prepared without prior pe uh,sion from CTI Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 SUMMARY -DATA NETWORK UPGRADE To: Cityof Tamarac Original configuration with 3560 switches and 2801 routers DATA COMPONENTS -Hardware software, and installation services City Hall $67,877.20 Public Works $16,736.82 Satellite Ci Hail 2 201.10 Commun Center 565.91 Fire Station 41 $3,376.51 Fire Station 78 $6,131.91 BSO Trans nation 3 376.51 Recreation Center $6,131,91 MPC $461.10 Firestation 15 $11,337.91 Utilities 8 565.91 Water Treatment $7,921.91 Spare Equipment 5 500.30 DATA hardware/software subtotal $148,185.00 Installation and Implemenation services $36,400.00 Wireless survey $11,200.00 DATA COMPONENTS -Cisco maintenance-5 years Citv Hall 34 462,80 Public Works $5,448,50 Satellite City Hall $1,071.00 Communi Center $2,677.50 Fire Station 41 $1,071.00 Fire Station 78 $2,048.50 BSO Transportation $1,071.00 Recreation Center $2,04B,50 MPC $281.60 Firestation 15 $7,186.60 Utilities $2,677.50 Water Treatment 2 677.50 Span: Equipment $2,677,50 DATA MAINTENANCE TOTAL $65,399.50 Cisco maintenance DATA NETWORK UPGRADE BASE PRICING --HARDWARE, SERVICES AND MAINTENANCE $261,184.50 Optional Wireless Network survey -included above Discount based upon State Contract #250-000-03.1, but additional discount applied PLEASE REFERENCE QUOTE NUMBER ON PO This quote is Proprietary to CTI and shall not be shared outside the party for which the quote was prepared without prior permission from CTI Acceptance and Authorization Customer hereby authorizes purchase and agrees to make timely payment for Quote is valid for 30 days. Delivery dates, if provided, are estimates only, products delivered and services rendered. including payments for partial Signature or attached Purchase Order required for authorization to proceed. shipments. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as follows, all other CTI Standard Terms and Conditions apply: Customer Signature Date ❑ Net 20 El Net 30 ElMC/Visa Exp EJ 25 % on order,25% with delivery of equii Please tax this order back to CTI at 407-481-8618, aen: Purchasing CTI Representative Date W 0 Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 Price Quotation -Schedule A detail- SOM Hardware one To: City of Tamara[ Date: 4-May-05 Quote Number: 1050405-1 By: Al Finkelstein Phone:954-735-4123 x315 DATA NETWORK UPGRADE Fax: (407)481-8618 Hardware, Software, jfinkelstein@ctiusa.com 148 185.00 Description QTY Unit Price Xterlded Price ID Part Number MY HALL Core Switch 001 WS-C450711 Catalyst 4500 Chassis 7-Slot fan no s Red Sup Capable 1 $5,797.10 15,797.10 002 PWR-C45-280OA5 Catalyst 4500 280OW AC Power Supply Data and PoE 1 $1,157.10 $1,157,10 003 PWR-C45-2800ACV/2 Catalyst 4500 280OW AC Power Supply Data and PoE 1 $1,157.10 $1,157.10 CAB-AC-28DOW-TWLK U.S. Power Cord Twist Lock NEMA 6-20 Plug Z $0.00 $0.00 004 WS-X4515 Catalyst 4507 Supervisor IV Consol R]-45 M RI-45 5 re) $6,957.10 6 957.10 005 WS-X4515 2 Catalyst 4500 Redundant Sup IV Console R]-45 M t R]-45 1 $6,957.10 6 957.10 54KOK91.12220EW Cisco IOS BASIC L3 Cat4500 SUP2+ 4 5 3DE RIP St.Rts IPX A 1 $0.00 $0,00 006 MEM-C4K-FLD64M Cat 4500 IOS-based Su rvisor Come2d Flash 64MB Option 2 1232.00 $464.00 007 WS-X4448-GB-SFP Catalyst 4500 48-Port 1000Base-X SFPs Optional), 1 19,567.10 $9,567.10 008 WS-X4548-GB-RI45V Catalyst 4500 POE 802.3af 30 100 IDDO 48-Ports R745) $4,347.1p 8 694.20 009 GLC-LH-SM GE SFP LC connector MLH transceiver $577.10 2 308.40 010 GLC-SX-MM GE SFP LC connector SX transceiver 6 290.00 11,740.00 Oil GLC-T 10008ASE-T SFP 4 229.10 916.40 014 Core router CISCO2821-V/K9 2821 Voice Bundle PVDM2-32 SP Sery64F 256D 1 $2,629.20 $2,629,20 CAB -AC Power Cord 110V 1 0.D0 $0.00 015 PVDM2-32U64 PVDM2 32-channel t0 64-channel faqgrY uPgrade 1 $840.00 $840.00 016 VIC2-4FXO Four -port Voice Interface Card - FXO Universal 3 1448.00 $1,344.00 017 VWIC-2MFT-Ti 2-Port FU-48 Multiflex Trunk - TI 1 1 120.00 $1,120,00 S28NSPSK9-12308T Cisco 28DO 105 5P SERVICES 1 0.00 $0.00 PWR-2821-51-AC Cisco 2821 51 AC power supply 1 $0.00 0.00 ROUT-ER-SDM Device manager for routers 1 $0.00 0.00 MEM2800-256D-INC 256MB DDR DRAM Memo factory default for the Cisco 2800 1 $0.00 0•00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 1 0.00 10.00 Closet Switches 022 WS-0560-48P5-S Catalyst 3560 48 10 100 PoE + 4 SFP Standard Image 4 S 115,068,40 - CAB -AC Power Cord 110V 4 0.00 0.00 024 (;LC-SX-MM GE SFP LC con $290,00 $1,160.00 CYTY HALL SUBTOTAL -DATA $67,877.20 Page 1 of 6 This quote is Proprietary to M and shall not be shared outside the party for whKh the quote was prepared without prior permission from CTt Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax-41717-4111-RA1 R Price Quotation -Schedule A detail- BOM Hardware only To: City of Tamarac Date: Quote Number: By. DATA NETWORK UPGRADE Hardware, Software, 4-May-05 3050405-1 ]ill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 jfinkelstein@ctiusa.com 14$ 1B5.00 ID Part umber Description QTY I Unit Price Extended Price PUBLIC WORKS BUILDING DEPARTMENT Building Debt 028 WS-C3560-48PS-S Catalyst 3560 48 10 100 POE + 4 SFP Standard Image 1 13,767.10 $3,767.10 CAB -AC Power Cord I IOV 1 0.tl0 $0.00 030 GLC-LH-SM GE SFP LC Connector LH transceiver 2 $577.10 1 154.20 PW Closet 031 WS-0560-48P5-5 Catalyst 3560 48 10 100 POE + 4 SFP Standard Ima e 1 $3,767.10 $3,767.10 CAB -AC Power Cord 110V 1 10.00 0.00 033 GLC-LH-SM GE SFP LC Connector LH transceiver 2 $577.10 1 154.20 034 WS-C3560-24PS-S Catalyst 3560 24 10 100 PoE + 2 SFP Standard image 1 $2,201,10 $2,201.10 CAB -AC Power Cord 110V 1 0.00 O.Oq 036 GLC-T 1000BASE-T SFP 1 $229.10 $229.10 UPS 038 SUAISOORM2U APC Smart -UPS RM ISDOVA USB & Serial $595.411 $1,190.82 Gateway router 040 aSCO2801-SPST K9 2801 Voice Bundle w PVDM2-$ FL-SRST-24 SP Sery64F 256D 1 11,733.20 $1,733,20 041 VIC2-4FXp Four -port Voice Interface Card - FXO Universal 1 $448.00 $448.00 042 VIC2-4FX0 Four rt Voice Interface Card - FXp Universal 2 $448.00 896.00 - CAB -AC Power Cord 110V 1 MOO $0.00 043 PVDM2-8U16 PVDM2 8-channel to 16-Channel factory u2grade 1 196.D0 $196.00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 1 $0.00 $0.00 MEM2801-128U256D 128 to 256MB SODIMM DRAM factoy u rade for the Cisco 2801 1 O.DO lom S280SPSK9.12308T Cisco 2801 IE SP SERVICES 1 $0.00 $0,00 PWR-2801-AC Cisco 2801 AC power supely 1 $0.00 $0,00 FL-SRST-SMALL Feat Lic Survivable Remote Site Telephony up to 24 phones 1 $0,00 $0,00 ROUTER-SDM Device manager for routers 1 .00 0.00 PVDM2-8 8-Channel Packet Voice/Fax DSP Module 1 0.00 $0.00 PUBLIC WORKS/ BUILDING DEPARTMENT SUBTOTAL DATA 516,736.82 SATELLITE CITY HALL Switches 046 WS-0560-24PS-S Catalyst 3560 24 10 100 PoE + 2 SFP Standard image 1 $2,201.10 $2 201.10 CAB -AC Power Cord 110V 1 $0.00, $0.00 SATELLITE CITY HALL SUBTOTAL- DATA $2,201.10 Page 2 of 6 This quote is Proprietary to CTI and shall nor be shared outside the party for wheh the quote was prepared without prior permrsswn from Cl7 ac Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 PriceQuotation-Schedule A detail- BOM Hardware only To: City of Tamarac Date: Quote Number: By: DATA NETWORK UPGRADE Hardware, Software, 4-May-05 )050405-1 )ill Finkelstein Phone: 954-735-4123 015 Fax. (407)481-8618 jfinkelstein@ctiusa.com 14B 185.00 ID Part Numrmr 5C pt on QTY I Unit Price Extended Price COMMUNITY CENTER Switches 056 WS-C3560-48PS-S Catalyst 3560 48 10 100 POE + 4 SFP Standard Imo 1 $3,767.10 $3,767.10 CAB -AC Power Cord 110V 1 OAD 0.00 058 GLC-LH-SM GE SFP LC connector tNLH transceiver 2 1577.10 $1,154.20 SRST router 060 CISCO2801-SRST K9 2801 Voice Bundle wl PVDM2-8 FL-SRST-24 SP Sery64F 256D 1A$()-- 1 733.20 061 VIC2-2FXS Two -port Voice Interface Card - FXS 1 224.00 062 VIC2.4FXO Four- rt Voice Interface Card - FXO Universal 2 896.00 CAB -AC Power Cord I10V 1 0.00 063 PVDM2-8W6 PVDM2 8-channel to 16-channel facto upgrade 1 196.00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 1 •00 MEM2801-128U256D 128 to 256MB SODIMM DRAM facto upgrade for the Cisco 2801 1 D.DO S280SPSK9-12308T Cisco 2801 IOS SP SERVICES 1 0.00 $0.00 PWR-2801-AC Cisco 2801 AC power supply 1 $0,00 0.00 FL-SRST-SMALL Feat Lic Survivable Remote Site Telephony up to 24 phones 1 $0.00 $0.00 ROUTER-SDM Device manager for routers ] $0.00 0-DO PVDM2-8 8-Channel Packet Voice Fax DSP Module 1 $0.00 0.00 UPS 066 SUA1S00RM2U APC Smart -UPS RM 1500VA USB & Serial ] $595,41 $595.41 COMMUNITY CENTER SUBTOTAL -DATA $8,565.91 FIRE STATION 41 Switches 068 WS-C3560-24PS-S Catal t 3560 24 10 100 POE + 2 SFP Standard Image 1 2 201.10 2 201.10 CAB -AC Power Cord 110V 1 0.0D 0.00 070 GLC-SX-MM GE SFP LC connector SX transceiver 2 $290.00 580.00 UPS 077 SUA1500RM2U APC Smart -UPS RM 1500VA USB & Seriai 1 595.41 $595,41 FIRE STATION 41 SUBTOTAL -DATA $3,376.51 FIRE STATION 78 Switches 079 WS-C3560-24PS-S Catalyst 3560 24 10 100 POE + 2 SFP Standard Image 1 $2,201.10 2 201.10 CAB -AC Power Cord 110V 1 $0.00 0.DO 081 GLC-LH-SM GE SFP LC connector LH transceiver 2 $577,10 $1,154.20 SRST Router - NOTE.• Ewstl WIC-10SU w it he used to cone~ to Satellite a1Y Mall 083 CISCO2801-SRST K9 2801 Voice Bundle w PVDM2-B FL-SRST-2a SP Sery 64F 256D 1 1 733.20 1 733.20 084 VIC2-4FXO Four -port Voice Interface Card - FXO Universal i .OD 448.00 CAB -AC Power Cord 110V 1 0.00 0.00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 1 0.00 0.00 MEM2801-12BU256D 128 to 256MB SODIMM DRAM facto u rode for the Cisco 2801 1 0.00 .00 S2805PSK9.12308T Cisco 2801 105 SP SERVICES I 0.00 0.00 PWR-2801-AC Cisco 2801 AC power supply1 0.00 10.00 FL-SRST-SMALL Feat LiC Survivable Remote Site Teny up to 24 phones $0.00 $0.00 ROUTER-SDM Device manager for routers 1 0.00 $0.00 PVDM2-8 8-Channel Packet Voice Fax DSP Module 1 0.00 $0.00 UPS 087 SUA1500RM2U APC Smart -UPS RM 1500VA USB & Serial 1 S95.41 $595.41 FIRE STATION 78 SUBTOTAL -DATA 1 $6,131.91 Page 3 of 6 Tnls quote is Proprietary to Ctl and shall not he shared outside the parry for which the quote was prepared without prior permission from Cn Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 Price Quotation -Schedule A detail- SOM Hardware only To: City of Tamarac Date: Quote Number: By: DATA NETWORK UPGRADE Hardware, Software, 4-May-05 3050405-1 Jill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481.8618 jfinkelstein@ctiusa.com 148 185.00 ID art Number I Description QTY Unit Price I Extendedrice BSO TRANSPORTATION Switches 089 WS-C3560-24PS-S Catalyst 3560 24 10/100 PoE + 2 SFP Standard Ima e 1 $2,201.10 $2,201.10 CAB -AC Power Cord 110V 1 $0,00 $0.00 091 GLC-SX-MM GE SFP LC connector SX transceiver 2 290.00 $580.00 UPS 098 SUA150ORM2U APC Smart -UPS RM 1500VA USB & Serial 1 $595.41 BSO TRANSPORTATION SUBTOTAL -DATA $3,376.51 RECREATION CENTER Switches 100 WS-C3560.24PS-S Catalyst 3560 24 10 100 PoE + 2 SFP Standard Image $2,201.10 CAB -AC Power Cord 110V 1 $0,00 $0.00 102 GLC-LM-SM GE SFP LC connector WLH transceiver 2 577.10 $1,154.20 SRST router 104 CISCO2801-SRST K9 2801 Voice Bundle w PVDM2-8 FL-SRST-24 SP Sery64F/256D 1 $1,733.20 1 733.20 105 VIC2-2FXS Two -port Voice Interface Card - FXS 1 $224.00 $224,00 106 VIC2-2FXO Two -port Voice interface Cana - FXO Universal 1 $224.00 $224.00 - CAB -AC Power Cord IIOV 1 0.00 $0.00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 1 0.00 0.00 MEM2801-12BU256D 128 to 256MB SODIMM DRAM factory upgrade for the Cisco 2801 1 $0.00 $0.00 S280SPSK9-12308T Cisco 2801 IOS SP SERVICES 1 $0,00 $0.00 PWR-2801-AC Cisco 2801 AC 22wer sup& 1 $0.00 $0.00 FL-SRST-SMALL Feat Lic Survivable Remote Site Telephony up to 24 phones I $0.00 $0.00 ROUTER-SDM Device manager for routers 1 $0.00 $0.00 PVDM2-8 8-Channei Packet Voice Fax DSP Module 1 $0.00 $0.00 UPS 109 SUA1500RM2U APC Smart -UPS RM 1500VA USB & Serial 1 $595.41 $595.41 RECREATION CENTER SUBTOTAL -DATA $6,131.91 M PC Switches 111 WS-C2940-8TT-S 8 10 100 Ethernet ports and 1 10 10D 1000 Ethernet port i $461,10 t461.10 CAB -AC Power Cord I IOV 1 0.00 .00 MPC SUBTOTAL-DATAI $461.10 Page 4 of 6 This quote 15 Proprietary to C rl and shall Trot be shared outside the parry for which the quote was prepared without prior permission from M Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 PriceQuotation-Schedule A detail- SOM Hardware only To: City of Tamarac Date: Quote Number: By: DATA NETWORK UPGRADE Hardware, Software, 4-May-05 1050405-1 Jill Finkelstein Phone: 954-735-4123 x315 Fax: (407)481-8618 jfinkelstein@ctiusa.com 148 185.00 ID Part Number Description QTY Un;t Pike I I ExtenidedPrice FIRESTATION 15 2nd floor Switches 114 WS-C3560-48P5-S Catalyst 3560 48 10 100 POE + 4 SFP Standard Image 1 13,767.10 $3,767.10 CAB -AC Power Cord 110V 1 $0.00 0.00 116 GLC-LH-Set IGE SFP LC=necto,.DYLH transceiver 2 577.10 1 154.20 Redundant Core Router Gateway... 118 CISCO2821 2821 w AC PWR 2GE 4HWICs 3PVDM INME-X 2AIM IP BASE 64F 256D 1 2 181.20 $2,18L20 119 528NIPV-12311T Cisco 2800IOS IP VOICE 1 $280.00 $280.00 120 PVDM2-48 48-Channel Packet VoiWFax DSP Module 1 1 344.00 1 344.00 121 VIC2-4FXO Four -port Voice Interface Card - FXO Universal 2 448.00 $896.00 122 VWIC-2MFT-T1 2-Port RI-48 Multiflex Trunk - T1 1 1 120.00 1 120.00 CAB -AC Power Cord 110V 1 0.00 $0.00 PWR-2821-51-AC Cisco 2821/51 AC povigir supply 1 $0.00 $0.00 ROUTER-SDM Device manatler for routers 1 1400 $0.00 MEM2800-256D-INC 256MB DDR DRAM Memory factoEy default for the Cisco 2800 1 0.00 10.00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 1 $0.00 $0.00 UPS 125 SUA1500RM2U APC Smart -UPS RM 1500VA USB & Serial 1 1595.41 $595.41 FIRESTATION 1s SUBTOTAL-DATAI $11 337.91 UTILITIES Switches 127 WS-C3560-48PS-S Catalyst 3560 48 10 100 POE + 4 SFP Standard Image 1 $3,767.10 $3,767.10 CA&AC Power Cord 110V 1 O.pO 0.00 129 GLC-LH-SM GE SFP LC connector MLH transceiver 2 577.10 $1,154.20 SRST Router-8FX0 131 CISCO2801-SRST K9 2801 Voice Bundle wl PVDM2-8 FL-SRST-24 SP Sery64F/256D 1 1 733.20 $1,733.20 132 VIC2-4FXO Four -port Voice Interface Card - FXO Universal 1 "-$. 1448.00 133 VIC2-4FXO Four -port Voice Interface Card - FXO Universal 1 $448.00 134 VIC2-2FXO Two -Dort Voice Interface Card - FXO 1 1224.00 $224.00 CAB -AC Power Cord 110V $0,00 $0.00 135 PVDM2-8U16 PVDM2 8-channel to 16-channel factciry ueRrade $196.00 196.00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series $0.00 0.00 MEM2801-12BU256D 128 to 256MB SODIMM DRAM facto upgrade for the Cisco 2801 1 $0.00 $0.00 S280SPSK9-12308T Cisco 2801 IOS SP SERVICES 1 $0.00 $0.00 PWR-2801-AC Cisco 2801 AC power supply 1 .00 0.00 FL-SRST-SMALL Feat Lic Survivable Remote Site Telephony up to 24 Rhones 1 $0.00 $0.00 ROUTER-SDM Device manager for routers 1 0.00 so.00 PVDM2-8 8-Channel Packet Voice Fax DSP Module 1 $0.00 $0.00 UPS 138 SUA1500RM2U APC Smart -UPS RM 15DOVA USB & Serial $595.41 $595.41 UTILInES sueTOTAL-DATA ;8,S6S.91 Page 5 of 6 This quote 6 Proprietary to Cn and shall nor be shared outside the party for whKh the quote was prepared without prior permission from Cn Coleman Technologies, Inc. u 5200 NW 33 Ave. Ft. Lauderdale, Fl 33309 Phone: 954-735-4123 Fax:407-481-8618 PriceQuotation-Schedule A detail- BOM Hardware only To: City of Tamarac Date- Quote Number: By- DATA NETWORK UPGRADE Hardware, Software, 4-May-05 J050405-1 Jill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 jfiinkelstein@ctiusa.com 140 185.00 Part NumUr Description Q UnitPrice Extended Price WATER TREATMENT Switches 140 WS-C3560-48PS-S Catalyst 3560 48 10 100 PoE + 4 SFP Standard Ima e 1 $3,767.10 $3,767.10 CAB -AC Power Cord 110V 1 0.00 $0.00 142 GLC-LH-SM GE SFP LC connector LX/LH transceiver 2 $577.10 $1,154,20 SRST Router/Gateway 144 CISCO2801-SRST K9 2801 Voice Bundle wl PVDM2-8FL-SRST-24 SP Sery64F 256D 1 733.20 145 VIC2-4FX0 Four -port Voice Interface Card - FXO Universal 448.00 146 VIC2 2FX5 Two rt Voice lnterfaCe Card Fx5 224,00 CAB AC Power Cord11pV §1$448.00 0.00 MEM2800-64CF-INC 64MB CF default for Cisco 2800 Series 0.00 MEM2801-12BU256D 128 to 256MB SODIMM DRAM facto u rade for the Cisco 2801 0.00 S280SPSK9-12308T Cisco 2801105 SP SERVICES 0.00 PWR-2801-AC Cisco 2801 AC 2=er sup& 1 $0.00. $0.00 FL-SRST-SMALL Feat Lic Survivable Remote Site Telephony up to 24 phones 1 so-001 0.00 ROUTER-SDM Device maria gel for routers 1 0.00 0.00 PVDM2-8 B-Channel Packet Voice/Fax DSP Module 1 $0.00 $0.00 UPS 149 SUA1500RM2U APC Smart -UPS RM 1500VA USB & Serial 1 $595.41 1595.41 WATER TREATMENT SUBTOTAL -DATA $7,921.91 SPARE EQUIPMENT WS-0560-48PS-S Catalyst 3560 48 101100 PoE + 4 SFP Standard Image 1 $3,767.10 $3,767.10 CAB -AC Power Cord 110V 1 $0.D0 0.00 C1SCO2801-SRST K9 2801 Voice Bundle w PVDM2-8 FL-SRST-24 SP Sery64F 256D 1 1 733.20 $1,733.20 SPARE EQUIPMENT $5,500.30 Acceptance and Authorization Customer hereby authorizes purchase and agrees to make timely payment for Quote is valid for 30 days. Delivery dates. if provided, are estimates only. products delivered and services rendered, including payments for partial Signature or attached Purchase Order required for authorization to proceed. shipments. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as follows, all other CTI Standard Terms and Conditions apply: Customer Signature Date ❑ Net 20 ❑ Net 30 ❑ MC7Visa Exp ❑ — % on order, balance prior to receipt Please fax this order back to CTI at 407-65M999, attn: Purchasing CTI Representative Date Page 6 of 6 This quote 6 proprietary to Cn and shall not he shared outside the party for which the quote was prepared without prior permwion from Crl ac Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, A 33309 Phone: 954-735-4123 Fax:407-481-8618 Price uotation-Schedule A detail- Services To: City of Tamarac Date: Quote Number: By: DATA NETWORK UPGRADE Installation Services 4-May-05 3050405.1 ]ill Finkelstein Phone: 954-735-4123 x315 Fax: (407)481-8618 jfinkelstelnOctiusa.com 10 Part Number Description QTY Unit Price I Extended rice CITY HALL Core Switch Services 513 CTI-Install Data Nuipment installation 1 $2,000.00 $2,000.00 019 CTI-Install Install and Con ure Core Router 1 $2,000.00 $2,000,00 Closet Switches Services 025 CTI-Install I Data eaulpment Installation 4 500.00 2 OD0.00 027 CTI-Services lProiect Mana ement Data $5,000,00 5 000.00 CITY HALL SUBTOTAL -DATA $11 000.00 PUBLIC WORKS BUILDING DEPARTMENT Bulldlnq Dept Services 037 045 CTI-Install CTI-Install Data Muipment Installation Install and Configure Router for analog SRST 3 1 $350.00 1 500.00 $11050,Fo 1 500.00 PUBLIC WORKS/ BUILDING DEPARTMENT SUBTOTAL DATA $2 550.00 SATELLITE CITY HALL Services D48 CTI-Install Data equipment installation 1 350.00 $350.00 053 CTI-Install Reconfigure existinQ router for T-1 to FS 78 1 $500.00 500.00 SATELLITE CITY HALL SUBTOTAL- DATA $850.00 COMMUNITY CENTER Services 059 CTI-Install Data equipment installation 1 350.00 $350.5 065 CTI-Install Install and Configure Router for analog SRST 1 $1,300.00 $1,300.00 COMMUNITY CENTER SUBTOTAL -DATA 1,650.00 071 FIRE STATION 41 Services CTI-Install Data equipment installation 1 350.00 350.00 FIRE STATION 41 SUBTOTAL -DATA #350.00 FIRE STATION 70 Services 082 CTI-Install Data eauioment installation 1 $35D.00 350.00 086 CTI-Install Install and Configure Router for analog SRST 1 $1,500.00 $1,5M.00 FIRE STATION 78 SUBTOTAL -DATA $2 850.00 BSO TRANSPORTATION Services 092 CTI-Install Data equiement installation 1 350.00 $350.00 BSO TRANSPORTATION SUBTOTAL -DATA $350.00 Page 1 of 2 This quote is Proprietary w Cn aha shall mt be shared gMide the parry for which the quote was prepared widlput priw pe hrhs l frarn Cn a9l Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 PriceQuotation-Schedule A detall- Services To: City of Tamarac Date: Quote Number: By: DATA NETWORK UPGRADE Installation Services 4-May-05 30504OS-1 Jill Finkelstein Phone: 954-735.4123 x315 Fax: (407)481-8618 )ftnkelsteirloctiusa.com ID Part Number Description I QTY I UnR Pnce Extended Price RECREATION CENTER Services 103 CTI-Install Data equipment installation 1 350.00 $350.00 108 CTI-Install Install and Configure Router for analog SRST 1 $1,300.00 $1,300,00 RECREATION CENTER SUBTOTAL -DATA $1,650.00 MPC Services 113 CTI-Install Data equiRment Instalation i 250,00 250.00 MPC SUBTOTAL -DATA $250.00 FIRESTATION 15 2nd Boor Services 117 CTI-Install Data Muiement installation 1 $3SO.00 $700.00 124 CTI-Install Install and Configure Router 2ndary core router 1 $2,000.00 2 ODO.OD FIRESTATION 15 SUBTOTAL -DATA $2,700.00 UTILITIES Services [13 CTI-Install Data ui ment Installation 1 350.00 350.00 CTI-Install Install and Configure Router for analog SRST 1 $1,500.00 $1,500.00 UTILITIES SUBTOTAL -DATA $1,1150.00 WATER TREATMENT Services 143 CTI-Install Data tguiument installation 1 $350.001 $350,00 148 CTI-Install Install and Conf ure Router for analog SRSr 1 $1,500.00 1 5o0A0 WATER TREATMENT SUBTOTAL -DATA $1,850.00 NETWORK UTILIZATION SURVEY 151 CTI-Services iNetworkUtilization Sury 1 $2,500.00 $2,500.00 IP ADDRESSING DESIGN 152 CTI-Services I IP Addressing n 1 ;5,000.00 $S 000.00 I -NET FIBER Certifita,tion 153 CTI-Services Fitter Certification 1 ;2,000.00 000.00 NOT'r=: Dues net Induale any necessary repairs SERVICES SUBTOTAL --WIRELESS NOT INCLUDED $36,400.00 WIRELESS LAN SURVEY 154 CTI-Services 1WLAN survey for all city sites i ;11,200.00 $11,200.00 Acceptance and Authorization Customer hereby authorizes purchase and agrees to make timely payment for Quote is valid for 30 days. Delivery dates. If provided, are estimates only. products delwared and services rendered, including payments for partial Signature or attached Purchase Order required for authorization to proceed. shipments. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as hollows, all Other CTI Standard Terms and Conditions apply: Customer Signature Pate 0 Net 20 ❑ Net 30 ❑ MQVisa Exp ❑ — % on order, balance prior to receipt Please fax this order back to CTI at 407-650.0M. ann Purchasing CTI Representative Date Page 2 of 2 This quote Is Proprietary to CTI and shall not be shared wtsde the party for whKh the gwte was prepared withwt prior permission from Cf1 Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 PriceQuotation-Schedule A detail- Maintenance To: City of Tamarac Date: Quote Number. By: DATA NETWORK UPGRADE -MAINTENANCE 4-May-05 )050405-1 Jill Finkelstein Phone: 954-735-4123 x315 Fax: (407) 481-8618 jiff nkelstein@ctiusa, tom 65 399.50 art um rDescription QTY Unit Price I Extent ed Price CM HALL Core Switch 012 CON-OSP-WS-C4507 24x7x4 Onsite Svc^ Catalyst 4507R Series Modular Switch $4,643.76 $23,218.80 Core router 018 CON-OSP-C2821VK9 ONSITE 24X7X4 2821 Voice Bundle PV S $888.80. E,444,00 Closet Switches 023 CON-SNT-356048PS SMARTNET BXSXNBD Catalyst 3560 48 10 20 $340.00 $6.800,55 CIf1r MALL SUBTOTAL -DATA $34 462.80 Buildina Dept 029 CON-SNT-356048PS SMARTNET 8XSXNBD Catalyst 3560 48 10/ $340.00 11,700.00 032 CON-SNT-356048PS SMARTNET 8XSXNBD Catalyst 3560 48 10 5 $340.00. 11,700.00 035 CON-SNT-356024PS SMARTNET BXSXNBD Catalyst 3560 24 10/100 5 214.20 1 071.00 044 CON-SNT-C2801SRS SNT BX5XNBD + SAU PROMO t0 June 05 2801 Voice Bndl 5 $195,50 $977.50 PUBLIC WORKS/ BUILDING DEPARTMENT SUBTOTAL DATA $5748.50 SATELLITE CITY HALL 047 CON-SNT-356024PS j5MARTNET8X5XN8D Catalyst 3560 24 10/100 5 $214.20 $1,071.00 SATELLITE CITY HALL SUBTOTAL- DATA $1,071.00 COMMUNITY CENTER 057 CON-SNT-356048PS SMARTNET 8XSXNBD Catalyst 3560 48 10 5 $340.001 _$1,700.00 064 CON-SNT-C2801SRS SNT 8X5XNBD + SAU PROMO to June 05 2801 Voice Bndl 5 $195.501 $977-50 COMMUNITY CENTER SUBTOTAL -DATA $2,677.50 FIRE STATION 41 069 CON-SNT-356024P5 SMARTNET 8X5XNBD Cata 3560 24 10 100 5 214.20 $1,071.00 FIRE STATION 41 SUBTOTAL -DATA $1,071.00 FIRE STATION 78 080 CON-SNT-356024PS SMARTNET BXSXNBD Catalyst 3560 24 10 1DO 5 $214.20 $1,071.00 085 CON-SNT-C2801SRS SNT BXSXNBD + SAU PROMO to June 05 2801 Voice 8ndl 5 195.50 $977.50 FIRE STATION 79 SUBTOTAL -DATA $21048.S0 Page 1 of 2 Then quote 6 proprietary to Cl7 and shalt not be snared outside the party For which the quote was prepared without prior pe mission from CT-1 a� Coleman Technologies, Inc. 5200 NW 33 Ave. Ft. Lauderdale, FI 33309 Phone: 954-735-4123 Fax:407-481-8618 Price Quotation -Schedule A detail- Maintenance To: City of Tamarac Date: Quote Number: By: DATA NETWORK UPGRADE -MAINTENANCE 4-May-05 J050405-1 Jill Finkelstein Phone: 954-735.4123 x315 Fax: (407)481-8618 jftn kelstein @cti usa.com 6S 399.50 ID Part Number luescription I QTY Unit Price Extenaedrice BSO TRANSPORTATION 090 CON-SNT-356024PS SMARTNET 8XSXNBD CatabLst 3560 24 10 100 5 214.2D 1 6T-6-6 BSO TRANSPORTATION SUBTOTAL -DATA $1,071.00 RECREATION CENTER 101 CON-SNT-356024PS SMARTNET 8X5XNBD Catalyst 3560 24 10 100 5 $214.20 1 071.00 107 CON-SNT-C2801SR5 SNT 8XSXNBD + SAU PROMO to June 05 2801 Voice Bndl 5 $19smi $977,50 RECREATION CENTER SUBTOTAL -DATA $2,098.50 MPC 112 CON-SNT-C29408Tr SMARTNET SX5XNBD 8 10 100 Eth prt 1 10/100 1000 Eth prt 1 5 $56.32 $281.60 MPC SUBTOTAL -DATA $281.60 PIRESTATION 15 2nd floor Switches 115 CON-SNTP-356048PS SMARTNET 2457X4 Cats st 3560 48 10 5 562.32 12,811.60 123 CON-OSP-2821 ONSITE 24X7X4 2821 w AC PWR 2FE 4HWIC5 5 $875.00 4 375.00 FIRESTATION 15 SUBTOTAL -DATA $7,186.60 UTILITIES 128 CON-SNT-356048PS SMARTNET 8X5XN6D Catalyst 3560 48 10 5 340.00 $1,700.00 136 CON-SNT-C2801SRS SNT 8X5XNBD + SAU PROMO to June 05 2801 Voice Bndl 5 $195.501 1977.50 UTILITIES SUBTOTAL -DATA $2,677.50 WATER TREATMENT Switches 141 CON-SNT-356048PS SMARTNET 8X5XNBD Catalyst 3560 46 10 5 $340.00 i 700.00 147 CON-SNT-C2801SRS SNT 8XSXNBD + SAU PROMO to June 05 2801 Voice Bndl 5 $195.50 977,50 WATER TREATMENT SU OTAL-DATAI $2,677.50 SPARES UIPMENT 148 CON-SNT-356048PS SMARTNET 8XSXNBD Catalyst 3560 48 10 5 $340,001 $1,7DO.001 149 CON-SNT-C2801SRS SNT 8X5XNBD + SAU PROMO to June 05 2801 Voice Bndl 5 $195.501 S977.5C PARE EQUIPMENT $2,577.50 Acceptance and Authorization Customer hereby authorizes purchase and agrees to make timely payment for Quote is valid for 30 days. Delivery dates, if provided, are estimates only, products delivered and services rendered, including payments for partial Signature or attached Purchase Order required for authorization to proceed. shipments. Prices are exclusive of applicable taxes, shipping, handling and labor for installation. Payment terms are as follows. all other CTI Standard Terms and Conditions apply: Customer Signature Date F1 Net 20 ❑ Net 30 [] MC/Visa Exp ❑ ___. % on order, balance prior to receipt Please fax this order back to CTI at 407.650.0999. attn: Purchasing CTI Representative Date Page 2 of 2 This quote is Propnetary to CTI and shall not be shared outside the party for whkh the quote was prepared without prior permission from CTl 5/13/2005 VOICE/DATA NETWORK UPGRADE RFP 05-10R Committee Evaluation Totals Proposer's Name: Coleman Bellsouth No Conflict of Interest No No Adhered to the Instructions Yes Minor QUALITY OF RESPONSE (20 POINTS) DEPUTY CITY MANAGER 18 14 DIRECTOR OF IT 18 16 DIRECTOR OF UTILITIES 20 5 DIRECTOR OF PUBLIC WORKS 18 15 NETWORK MANAGER 18 12 SYSTEMS TECH 20 10 SERVICES TO BE PROVIDED (40 POINTS) DEPUTY CITY MANAGER 35 27 DIRECTOR OF IT 35 30 DIRECTOR OF UTILITIES 35 35 DIRECTOR OF PUBLIC WORKS 38 30 NETWORK MANAGER 35 1 25 SYSTEMS TECH j 40 1 30 QUALIFICATIONS OF PROPOSER (10 POINTS) DEPUTY CITY MANAGER 9 8 DIRECTOR OF IT 10 10 DIRECTOR OF UTILITIES 8 10 DIRECTOR OF PUBLIC WORKS 9 8 NETWORK MANAGER 10 7 SYSTEMS TECH 10 5 COST/PRICE (20 POINTS) DEPUTY CITY MANAGER 20 19 DIRECTOR OF IT 20 19 DIRECTOR OF UTILITIES 20 19 DIRECTOR OF PUBLIC WORKS 20 19 NETWORK MANAGER 20 19 SYSTEMS TECH 20 19 SCHEDULE (10 POINTS) DEPUTY CITY MANAGER 9 10 DIRECTOR OF IT 10 10 DIRECTOR OF UTILITIES 8 10 DIRECTOR OF PUBLIC WORKS 9 6 NETWORK MANAGER 8 8 SYSTEMS TECH 10 10 TOTAL POINTS DEPUTY CITY MANAGER 91 78 DIRECTOR OF IT 93 85 DIRECTOR OF UTILITIES 91 79 DIRECTOR OF PUBLIC WORKS 94 78 NETWORK MANAGER 91 71 SYSTEMS TECH 100 74 FINAL POINTS TOTAL RANKING DEPUTY CITY MANAGER 1 2 DIRECTOR OF IT 1 2 .DIRECTOR OF UTILITIES 1 2 DIRECTOR OF PUBLIC WORKS 1 2 NETWORK MANAGER 1 2 SYSTEMS TECH 1 2 FINAL RANK TR10120EXHIBIT9" Udrive/2005 Bids/05.10R/05-09R Evaluation Tally Sheet 050405.xis AGREEMENT BETWEEN THE CITY OF TAMARAC AND COLEMAN TECHNOLOGIES, INC. THIS AGREEMENT is made and entered into this day of 2004`by and between the City of Tamarac, a municipal corporation with prin pal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Coleman Technologies, Inc., a Florida corporation with principal offices located at 20 N. Orange Avenue, Suite 300, Orlando, Florida 32801 (the "Contractor") to provide for a turnkey solution to upgrade the City's Voice and Data Communication Network. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, Proposal Document No. RFP 05-09R, titled "Upgrade of Voice and Data Communications Network (Cisco Solution)" dated March 15, 2005, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's proposal #CTI119-041205 dated April 15, 2005, included herein, Revised Pricing Schedule dated May 4, 2005, which shall supersede all previous price proposal documents submitted prior to that date, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between the RFP 05-09R as issued by the City, and the Contractor's Proposal, RFP 05-09R as issued by the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below to provide a complete turnkey Voice and Data Communication Network Upgrade: 2.1.1 Contractor shall furnish all labor, materials, hardware, software licenses, configuration, systems integration, equipment, services and training necessary to provide a successfully operable Cisco based upgrade to the City's Voice and Data Communication Network, including necessary power supplies and cords, power protection systems, connectors, network cards, voice cords, cables required to directly connect hardware, and other ancillary devices required to make the system operable in accordance with the Scope of Services and Specifications contained in Part 3 of Proposal Document, RFP 05-09R, titled "Upgrade of Voice and Data Communications Network ,4y of } , t (Cisco Solution)" dated March 15, 2005. All major system components, maintenance and installation services are enumerated herein as part of the Revised Pricing Schedule dated May 4, 2005. 2.1.2 Contractor shall provide Cisco supported maintenance for a period of five (5) years following successful installation of all components, and the final acceptance of both the voice and data system upgrades, as evidenced by substantial completion of the work which shall be considered to be the point of successful cut -over and operation of both systems in accordance with the requirements of the original Proposal document. Maintenance shall include, at no additional cost to the City, all maintenance and software upgrades and patches issued during the period of the Agreement. 2.1.3 Contractor shall provide the City with a Survey designed to determine the most appropriate method for installing a wireless communications network between various City sites. The Contractor shall provide a comprehensive report detailing the current environment, along with alternatives and recommendations for maximizing wireless coverage and for the appropriate equipment and hardware required to successfully install a wireless network. The survey report shall also provide the City with a proposed budget to support the Contractor's recommendations. 2.1.4 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense, 2.1.5 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.1.6 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance & Bonds 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager Certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 3.3. Bonding: Contractor shall furnish separate Performance and Payment Bonds and Warranties in the amount of 100% of the total bid award to be submitted on forms provided by the City in accordance with the requirements enumerated in Part I, Section IX "Bonding & Warranty" of Proposal Document, RFP 05-09R, titled "Upgrade of Voice and Data Communications Network (Cisco Solution)" dated March 15, 2005. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. The work shall be substantially completed within 150 days from the date of issuance of said Notice to Proceed. 5) Contract Sum The Contract Sum for the above work is Five hundred forty one thousand nine hundred eighty three Dollars and forty six cents ($541,983.46). The contract sum is comprised of the following components, as listed on the Revised Pricing Schedule dated May 4, 2005 included herein: 5.1 Voice Network Upgrade: 5.1.1 Voice Components— Hardware, Software: $158,908.96 5.1.2 Voice Components — Installation/Implementation: $ 43,650.00 5.1.3 Cisco Voice Maintenance (5 Years) Voice Network Upgrade Sub -total 5.2 Data Network Upgrade: 5.2.1 Data Components — Hardware, Software $ 78,240..00 $280, 798.96 $148,185.00 5.2.2 Data Components — Installation/Implentation: $ 36,400.00 5.2.3 Cisco Data Maintenance (5 Years): $ 65,399.50 5.2.4 Wireless Survey: 5.3 Unit Pricing: 6) Payments $ 11,200.00 Data Network Upgrade Sub -total: $261,184.50 In the event that additional components are required for use by the City, the City reserves the right to purchase such components at the unit price provided in the Revised Pricing Schedule dated May 4, 2005. Pricing provided in this schedule shall remain firm and fixed through October 31, 2005. Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten percent (10%) will be deducted from monthly payments. Retainage monies will be released upon satisfactory completion and final inspection of the specific work order. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits shall be processed before the warranty period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Change Orders Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed project in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the �1r, t .... a .� , { claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted and approved in accordance with this Paragraph. The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party at least fifteen (15) days prior to the substantial completion date of the project. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 8) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 9) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until substantial completion of the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. Maintenance services provided under this Agreement shall be warranted. 10) Indemnification 10.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 10.2 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 11) Remedies 11.1 Liquidated Damages: Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $200 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. 1 11.2 Other Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for liquidated damages as stated herein, for excess completion costs of this project, or for losses sustained by the City resultant from the Contractor's failure to complete a successfully operable project in accordance with the project schedule as detailed in Section 4 "Time of Commencement and Substantial Completion" herein. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable far the liquidated damages. 11.3 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, of if the work exhibits poor workmanship, the City reserves the right to require that the Contractor to correct all deficiencies in the work to bring the work into conformance without additional cost to the City. The City shall be the sole judge of non-conformance and the quality of workmanship. 12) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 13) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor, and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. In the event that the Contractor utilizes sub -contractors, the sub -contractors shall be under the sole supervision and control of the Contractor. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 14) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 15) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. f.fii• �, y Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows.. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONTRACTOR , 'Jr ; Prestdent K I R.K SA yE � Coleman Technologies, Inc. 20 North Orange Avenue, Suite 300 Orlando, FL 32801 16) Termination 16.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 16.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 17) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 18) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 19) Signatory Authority • '}.}},fit:}E. '.'� t The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 20) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in anyjurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 21) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 22) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. Remainder of Page Intentionally Blank 71 C - rF r/, IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its President duly authorized to execute same. CITY OF TAMARAC do Schreiber", Mayor c431,&O( Date ATTEST: % Jeffre t. Milrer, City Manager ��U •� c2.4 O� _ Marion Swenson, . MC Date City Clerk 1� Approved as to form and legal sufficiency: Date A JJLJ blfih Ci rney 5.31 t6 Date -- ATTEST: C wa CqAIP-A4�0 UNSAM(AJ ;. PAT Z Type/Print Name of Corporate Secy. (CO'�C!FTF�EL) COLEMAN TECHNOLOGIES, INC. Signature 6f Presiden Benjamin J. Patz, President Type/Print Name of President '5113 )D � Date CORPORATE ACKNOWLEDGEMENT STATE OF 10'I .SS COUNTY OF (C;) rC4jxc) e_ I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Benjamin J. Patz, President, of Coleman Technologies, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this. day of a 3P�-�l.ti., , 20 K4 WY cam '-°MY tAw, Inc L.u..ur..r.w urir.... ignature of Notary Public State of Florida at Large I\� Ck w1" DvYl] rA Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath. ACORD CERTIFICATE OF LIABILITY INSURANCE ID S DATE (MMIDD/YYYY) coLETEc 05 13 05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE J Rolfe Davis Insurance HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 945255 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Maitland FL 32794-5255 Phone: 407-691-9600 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Hartford Fire Insurance Co 19682 INSURER8: Hartford Casualty InsuranceCo29424 Coleman Technologies, Inc. INSURERC: Twin city Fire Insurance Co. 29459 20 N Orange Ave., Suite 300 INSURERD: Houston Casualt Com an 42374 Orlando FL 32801 — Y_._. _ INSURER E: ,9G1Tj:I;7 fH*: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER E_ DATE M( M/DDt� POLICY DATE MMIDD/YY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 A X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X❑ OCCUR 21ULTNUU0332 05/01/05 05/01/06 PREMISES (Ea occurence) $ 1000000 MED EXP (Any one person) $ 10000 PERSONAL BADVINJURY $ 1000000 GENERAL AGGREGATE $ 2000000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2000000 POLICY PRO LOC Em Ben. 1000000 A AUTOMOBILE LIABILITY ANY AUTO 21UUNUUD332 05/01/05 05/01/06 COMBINED SINGLE LIMIT (Ea accident) $ 1000000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 1000000 B X OCCUR 7 CLAIMSMADE 21RHUUV3103 05/01/05 05/01/06 AGGREGATE $ 1000000 $ DEDUCTIBLE X RETENTION $ 10000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? — 21WBGG4868 05/01/05 05/01/06 X TORY LIMITS ER EJ_ EACH ACCIDENT E_ $ 1000000 EL.DISEASE- EAEMPLOYEE $ 1000000 Ifes, deunder SPECIALSibe PrROVISIONS below E L. DISEASE - POLICY LIMIT S 1000000 OTHER D Professional (E&O) H70512798 05/01/05 05/01/06 Prof Liab 3000000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS _W.. *Except as required by Florida Statute. The Certificate holder is included as an Additional Insured as respects General Liability coverage, if required by written contract. Liability is limited to loss or damage arising out of negligent acts or omission of the insured. CERTIFICATE HOLDER CANCELLATION CITARMA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 * DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 50 SHALL City of Tamarac Purchasing & Contracts Manager IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 7525 NW 88th Ave, REPRESENTATIVES - Tamarac FL 33321 IZE REPRESENTATIVE AL:LIIiLI z5 (ZUUTIU13) O ACORD CORPORATION 1988