Loading...
CC - Item 4D - Purchase Agreement with Intelesys Communications for the Citywide Server Upgrade and Migration ProjectROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER DATE: OCTOBER 11, 2022 SUBJECT: PURCHASE AGREEMENT WITH INTELESYS COMMUNICATIONS FOR THE CITYWIDE SERVER UPGRADE AND MIGRATION PROJECT SUMMARY The City needs to replace outdated servers that have reached their life expectancy. To ensure that City operations are not impacted by failed equipment and to remain compliant with modern security practices and industry standards, it is crucial to upgrade the existing servers to increase server efficiency, reliability, and security. On August 25, 2022, the City released a Request for Proposals ("RFP") and received a total of two (2) proposals from qualified vendors. After a comprehensive review of the proposals with the City's Information Technology contractor, Intelesys — Communications ("Intelesys") was determined to be the most qualified proposal. Therefore, it is recommended that the City Council authorize and direct the City Manager to execute a Purchase Agreement with Intelesys — Communications Company in the amount of $53,474.48 for the replacement of City servers and migration of data and related services. On August 25, 2022, the City released a Request for Proposals ("RFP") for RFP No. 2022-23 for the upgrade of servers and migration of data and application services. The City received two (2) proposals from qualified vendors by the submittal deadline. The RFP requested that the vendor provide equipment for three (3) physical and two (2) virtual servers and migrate data and applications. A summary of the proposals received is below: Staff performed a comprehensive evaluation of the proposals based on compliance with the RFP requirements including cost, understanding of the scope of work, equipment and services, and proposed project timeline. Intelesys provided a thorough proposal addressing all the needs in the scope of work, a detailed list of all equipment to be provided, and project cost along with a timeline AGENDA ITEM 4.1) City Council Meeting October 11, 2022 Pase 2 of 2 detailing the phases of the implementation. Intelesys has previous experience working with the public sector and has worked with the City of San Marino and the City of Big Bear Lake on similar projects. STAFF RECOMMENDATION It is recommended that the City Council authorize and direct the City Manager to execute a Purchase Agreement with Intelesys — Communications Company in the amount of $53,474.48 for the replacement of City servers and migration of data and related services. FISCAL IMPACT Funding for the server upgrade is included in the Fiscal Year 2022-23 Information Technology operating budget. STRATEGIC PLAN IMPACT None. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared by: A „ // Submitted by: /� // \-/ /41c, Jennifer Pineda Michael Bruckner Analyst Assistant City Manager Attachment A: Request for Proposal No. 2022-23 Attachment B: Intelesys-Communications Company Proposal Attachment C: Purchase Agreement Attachment A Request for Proposal No. 2022-23 City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 REQUEST FOR PROPOSAL NO. 2022-23 SERVER UPGRADE AND MIGRATION SUBMITTALS: Three (3) bound copies and one (1) electronic PDF file on a flash drive of the Proposal in sealed envelope(s) must be received by the City of Rosemead's City Clerk's Office by no later than Tuesday, September 13, 2022, at 10:00 a.m. or Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.pIanetbids.com/porta1/54150/porta1-home Proposals submitted through PlanetBids Vendor Portal shall be submitted no later than Tuesday, September 13, 2022, at 10:00 a.m. CONTACT PERSON: Jennifer Pineda, Management Analyst City of Rosemead 8838 E. Valley Boulevard Rosemead, California 91770 (626)569-2102 jpineda @cityofrosemead.orR PROPOSALS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE CONSIDERED. FACSIMILE AND E-MAIL PROPOSAL WILL NOT BE ACCEPTED. INQUIRIES: Direct questions for clarification on Request for Proposal documents to Jennifer Pineda, Management Analyst at City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 aPineda@cityofrosemead.ore or via phone at (626) 569- 2102. MODIFICATIONS: Any modification of this Request for Proposal will be provided to vendors who request notification of any modifications. ISSUANCE DATE: August 25, 2022 City of Rosemead —Copier Services for City Facilities Request for Proposal No. 2022-23 CONTENTS A. Introduction............................................................................................................ 3 B. Background.............................................................................................................3 C. Current Technical Environment.............................................................................. 3 D. Scope of Services.................................................................................................... 4 E. Time, Place, And Method for Proposal Submissions .............................................. 4 F. Proposed Term of Contract.................................................................................... 4 G. Deadlines................................................................................................................ 4 H. Proposer Qualifications.......................................................................................... 5 I. Award of Contract................................................................................................... 5 J. Right to Reject Quotes............................................................................................ 5 K. Information to Be Submitted.................................................................................. 5 L. Understanding of Requirements............................................................................ 7 M. Questions/Clarifications......................................................................................... 7 N. Insurance................................................................................................................. 7 0. Agreement for Services........................................................................................... 7 P. City's Responsibilities...................................................................................................7 Q. Proposal Evaluation and Criteria....................................................................................7 R. Discretion and Liability Waiver.......................................................................................8 Attachment A: Scope of Services........................................................................................10 Attachment B: Insurance Requirements............................................................................20 City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 A. INTRODUCTION Through this Request for Proposal ("RFP") and evaluation process, the City of Rosemead is accepting qualified vendor(s) to provide proposals to furnish and install new servers and migrate data/services for the City. The equipment requested will include a total of three (3) physical servers and two (2) virtual servers with specifications as noted in ATTACHMENT A. The City is interested in receiving responsive and competitive proposals from experienced and qualified vendors to provide both server upgrade and data/service migration. The requested equipment will replace existing purchased equipment. The City is looking to begin the project as of October 2022. The City desires to have an exceptional vendor who will provide quality services and minimize downtime. The vendor must work in conjunction with the City of Rosemead assigned staff for the general City infrastructure, equipment, and employee needs. The required equipment, services, and performance conditions are described in the Scope of Services (ATTACHMENT A). B. BACKGROUND The City of Rosemead is organized under the City Council/City Manager form of government with five departments and approximately 55 full-time employees. The City of Rosemead is a cost- conscious provider of outstanding public services to its residents and local businesses, mostly relying on the contract services model since its incorporation in 1959. The City of Rosemead is a suburb located in the San Gabriel Valley, 10 miles east of downtown Los Angeles. It is bounded on the north by the cities of Temple City and San Gabriel, on the west by Monterey Park, Alhambra, and the unincorporated Los Angeles County community of South San Gabriel, on the south by Montebello, plus by EI Monte and South EI Monte on the east. The City is 5.5 square miles (2,344 -acres) in size. Rosemead is a working-class suburb with a diverse population base. According to the 2020 Census, the City has a population of 51,185. C. CURRENT TECHNICAL ENVIRONMENT The City of Rosemead's server environment consists of six servers, two virtual servers, a mix of services/databases and about 130 domain users. Below is the existing server inventory: Windows Server 2012 R2 64-bit Dell Inc. PowerEdge R420 Physical PSCDC Standard Edition Microsoft Windows Server 64-bit VMware, Inc. VMware Virtual Physical RMDC-V 2008 R2 Standard Edition Platform Windows Server 2012 R2 64-bit Dell Inc. PowerEdge R420 Physical RMDC1 Standard Edition Microsoft Windows Server 64-bit Microsoft Virtual Machine VM RMPRINT 2008 R2 Standard Edition Corporation RMSERVICE Windows Server 2012 64-bit Dell Inc. PowerEdge T330 Physical S Datacenter Edition City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 VM RMVFS Microsoft Windows Server 64-bit Microsoft Virtual Machine 2008 R2 Standard Edition Corporation Physical RMHYPERV Windows Server 2012 64-bit Dell Inc. PowerEdge R530 Datacenter Edition D. SCOPE OF SERVICES 1. City to Provide: A list of staff members and/or other vendors that will need to be contacted to complete data and service migration. 2. Vendor to Provide: Please see ATTACHMENT A. E. TIME, PLACE, AND METHOD FOR PROPOSAL SUBMISSION The City must receive three (3) sets of proposals and one (1) electronic PDF file on a flash drive from interested firms no later than 10:00 a.m. on Tuesday, September 13, 2022. Please submit proposals in a sealed envelope(s) to: Request for Proposal — Server Upgrade and Migration ATTN: Ericka Hernandez, City Clerk City of Rosemead I City Clerk's Office 8858 E. Valley Blvd. Rosemead, CA 91770 or Electronic proposals submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://Pbsystem.PIanetbids.com/porta1/54150/portal-home Proposals submitted through PlanetBids Vendor Portal shall be submitted no later than Tuesday, September 13, 2022, at 10:00 a.m. Emailed, faxed, or late proposals will not be considered. F. PROPOSED TERM OF CONTRACT The work shall be completed and in service by October 2022. Time extensions must be coordinated with the City Manager's Office. G. DEADLINES Below is the tentative RFP scheduled, subject to change: City of Rosemead - Server Upgrade and Migration Request for Proposal No. 2022-23 RFP DEADLINE INFORMATION DEADLINES RFP Available 8/25/2022 Deadline to Submit Questions 9/1/2022 Q & A Posted on City's Website 9/7/2022 Deadline to Submit Proposal 9/13/2022 Agreement Presented to Council 9/27/2022 (Tentative) H. PROPOSER QUALIFICATIONS 1. The City requires proposals submitted by primary vendors only. The firm will have complete and exclusive responsibility for satisfying all City conditions and requirements at all times during the life of the agreement. Any subvendors mentioned in the RFP and/or used in the implementation of the Agreement will have no formal relationship with the City. 2. All proposed subvendors must be identified by name with a description of the work they will provide. Any subvendors change proposed after the submittal date can only be made with prior approval of the City. 3. Primary vendor must be responsible for at least three-fourths of the annual value of the proposed work, consistent with the scope of services as noted in the proposal. 4. Primary vendor must have experience providing similar work in at least two similar organizations. I. AWARD OF CONTRACT The City will evaluate the proposals and make their recommendation to City Council for approval. Vendors may be asked to make oral presentations to supplement their proposals. Proposals will be selected in accordance with the City's purchasing policy. Proposals must be guaranteed by the vendor for 60 days after the bid opening on 9/13/2022. It is anticipated that a standard agreement will be signed subsequent to City Council review and approval of the recommended vendor. J. RIGHT TO REJECT PROPOSALS The City reserves the right to reject any or all proposals or portions of any or all proposals. Non- compliance with any of the conditions and instructions stated herein may result in the rejection of the proposal. K. INFORMATION TO BE SUBMITTED Prospective vendors must submit three bound copies and one electronic copy of their proposal. The electronic copy must be in searchable PDF format. City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 1. Proposal Summary: This section shall discuss the highlights, key features, and distinguishing points of the proposal. A separate sheet shall include all the contact people on the proposal and how to communicate with them. Limit this section to a total of one to three pages, including the separate sheet with contact personnel. 2. Profile of the Proposing Vendor: This section shall include a brief description of the vendor's size as well as the proposed local organizational structure. Specifically, the City is interested in the potential for a long-term service relationship that would include financial stability. Include a discussion on the vendor's financial stability, capacity, and resources. Additionally, this section shall include a listing of any relevant lawsuit and/or subvendors' litigation and the result of that action resulting from (a) any public project undertaken by the vendor or by its subvendors where litigation is still pending or has occurred within the last five years or (b) any type of project where claims or settlements were paid bythe vendor or its insurers within the last fiveyears. 3. Qualifications: This section shall include a brief description of the vendor's and subvendor's qualifications and previous experience on similar or related projects. Provide a description of pertinent project experience with other public municipalities (maximum of four) and private sector (maximum of two) that includes a summary of the work performed, the total project cost, the percentage of work the vendor was responsible for, the period over which the work was completed, and the name, title, and phone number of clients to be contacted for references. Give a brief statement of the vendor's adherence to the schedule and budget for each project. 4. Work Plan: This section of the proposal shall establish the vendor's understanding of the City's objectives and work requirements and the vendor's ability to satisfy those objectives and requirements. Describe the proposed approach for addressing the required service, outlining the approach that would be undertaken in providing the requested services. Include a timetable for transition to full operation. Describe related service experience by both the vendor and any subvendors in similar work. Please describe the role, extent of services (number of people used or saved, engagement duration, and agreement value). 5. Staffing: In this section, discuss how the vendor would propose to staff the service described in ATTACHMENT A. Proposed on-site support technicians are considered key personnel and shall be identified by name, specific responsibilities, and their qualifications. Include a current resume and position description for each of the proposed support technicians. Proposed key personnel will be an important factor considered. There can be no change of key personnel once the proposal is submitted without prior approval from the City. 6. Proposal Costs Sheet and Rates: Include the proposed costs to provide the services desired. Include any other cost and price information that would be contained in an agreement with the City, and extra after-hours City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 services or any other services that are considered optional additions. The materials and services specified herein will be used by the City on an as -needed basis during the entire term of the contract. The proposed prices must remain valid for the entire period indicated unless otherwise conditioned by the proposer in the proposal exceptions. 7. Additional Proposal Content • Pricing • Services and Exceptions • Copy of proposed vendor agreement • References L. UNDERSTANDING OF REQUIREMENTS An authorized representative of the company must sign all proposals accepted by the City. The submission of a signed proposal will be interpreted to mean that the company has thereby agreed to all conditions, instructions, descriptions, and specifications contained herein. All samples submitted by the company in support of its quote shall become the property of the City. M. QUESTIONS/CLARIFICATIONS Please email any questions regarding this RFP to Jennifer Pineda, Management Analyst, with the subject line "Server Update and Migration" at ioineda@citvofrosemead.or¢. Questions must be received by 12:00 p.m. on September 1, 2022. All questions received prior to the deadline will be collected, and responses will be posted to the City's website and PlanetBids by September 7, 2022. N. INSURANCE The City will require the successful proposer to provide Certificates of Insurance evidencing required coverage types and the minimum limits. See ATTACHMENT B: INSURANCE REQUIREMENTS for more information on the City s insurance requirements. O. VENDOR PURCHASE AGREEMENT The City will require the successful proposer to execute a Vendor Purchase Agreement with the City. The proposer is to include a draft Vendor Purchase Agreement with their proposal. P. CITY'S RESPONSIBILITY Upon awarding the contract, the City shall provide the selected vendor with any pertinent ordinances and resolutions, or any other information mutually agreed upon that will assist the vendor with completing the agreement requirements. Q. PROPOSAL EVALUATION AND CRITERIA Proposals will be evaluated on the proposer's ability to provide services that meet the requirements set forth in this RFP. The City reserves the right to make such investigations as it City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 deems necessary to determine the ability of the proposer to provide services meeting a satisfactory level of performance in accordance with the City's requirements. The proposer shall furnish such information and data for this purpose as the City may request, at no cost to the City. Interviews and presentations by one, several, or all of the proposers submitting a proposal may be requested if deemed necessary to fully understand and evaluate the proposer's capabilities and qualifications. The adequacy, depth, and clarity of the proposal will influence, to a considerable degree, its evaluation. The final selection of the vendors will be based on the following criteria: 1. Ability to meet all of the City's server and migration requirements. 2. Understanding the scope of services. 3. Pricing. 4. Quality of proposal. 5. The vendor's ability to provide the full range of requested services. 6. Demonstrated professional skills and credentials of staff to be assigned to this agreement. 7. Vendor's ability to execute the agreement in a timely manner 8. References. 9. Cost as compared to related service requirements (lowest cost will not be the sole determining factor). R. DISCRETION AND LIABILITY WAIVER 1. Proposers shall carefully read the information contained in this RFP and submit a complete response to all requirements and questions as directed. Incomplete proposals may be considered non-responsive and may be rejected at the City's discretion. 2. All information, documentation, and other materials submitted in response to this solicitation are considered non -confidential and/or non-proprietary and are subject to public disclosure after the solicitation is completed. 3. Proposers shall prepare and develop proposals at their sole cost and expense. 4. The City makes no representations of any kind that an award of an agreement will be made as a result of this RFP, or subsequent RFP. The City reserves the right to accept or reject any or all proposals, waive any formalities or minor technical inconsistencies, and/or delete any item/requirements from this RFP when deemed to be in City's best interest. 5. Failure to comply with all requirements contained in this RFP may result in the rejection of a proposal. 6. A proposal may be modified or withdrawn in person at any time before the scheduled due date, provided a receipt for the withdrawn proposal signed by the proposer's authorized representative. The City reserves the right to request proof of authorization to withdraw a proposal. City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 7. The City may evaluate the proposals based on the anticipated completion of all or any portion of the project. The City reserves the right to divide the project into multiple parts, reject any and all proposals and re -solicit for new proposals, or reject any and all proposals and temporarily or permanently abandon the project. 8. The City may, in the evaluation of proposals, request clarification from proposers regarding their proposals, obtain additional material or literature, and pursue other avenues of research as necessary to ensure that a thorough evaluation is conducted. 9. By submitting a proposal in response to this RFP, the vendor accepts the evaluation process, acknowledges and accepts that determination will require subjective judgments by the City and waives all right to protest or seek any legal remedies whatsoever regarding any aspect of this RFP. 10. The City of Rosemead expects the highest level of ethical conduct from proposers, including adherence to all applicable laws and local ordinances regarding ethical behavior. 11. If an agreement cannot be reached with the highest -ranked proposer, City reserves the right to terminate negotiations with that party and enter into negotiations with the next highest - ranked proposer. 12. Finalists in the selection process may be asked to attend an interview once the RFP process is complete. 13. Acceptance of any proposal is contingent upon the proposer's certification and agreement by submittal of its offer to comply and act in accordance with all provisions of the City's Municipal Code. All proposals submitted shall be binding for 60 days from the date of submittal. City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 ATTACHMENT A SCOPE OF SERVICES The successful vendor will provide the City with services to install new servers and migrate our existing data and services from our current servers to the new servers. Under the direction of the City Manager, or their designee, the successful vendor will be responsible for all facets of the server upgrade and migration of data/services for the City. The winning vendor will: 1. Vendor to provide server upgrade, consolidation, and data migration as follows: a. Server: Domain Controller— City Hall, 8838 E. Valley Blvd. i. Participate in customer meeting(s) if required ii. Site checks iii. Conduct site -check with customer designated personnel if required iv. Existing server hardware and software verification v. Validate and document server role, services, and data in preparation for upgrade and migration 1. DHCP server- Migrate service from RMSERVICES 2. DNS server- Migrate service from RMSERVICES 3. Group Policy— Migrate current group policy from RMDC1 vi. Unpack equipment and inspect for damage and hardware inventory vii. Verify server hardware viii. Server hardware installation and mounting ix. Server hardware RAID configuration x. Logical drive creation (RAID Level 5) xi. Server firmware update xii. Installation Test xiii. Power on Test xiv. Server role configuration, activate services, and perform data migration xv. Configure Hyper V and migrate the following Virtual Machines: 1. RMVFS — Laserfiche, HDL Prime/Permit, IIS, SQL 2. RMPRINT— Print Server (22 printers) xvi. System handover b. Server: Backup Domain Controller - City Hall, 8838 E. Valley Blvd. i. Participate in customer meeting(s) if required ii. Site check iii. Conduct site -check with customer designated personnel if required iv. Existing server hardware and software verification v. Validate and document server role, services, and data in preparation for upgrade and migration City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 1. Secondary DNS vi. Unpack equipment and inspect for damage and hardware inventory vii. Verify server hardware viii. Server hardware installation and mounting ix. Server hardware RAID configuration x. Logical drive creation (RAID Level 5) A. Server firmware update xii. Installation Test xiii. Power on Test xiv. Server role configuration, activate services, and perform data migration xv. System handover c. Server: Public Safety Center Domain Controller (Separate Domain) - 8301 Garvey Avenue i. Participate in customer meeting(s) if required ii. Site checks iii. Conduct site -check with customer designated personnel if required iv. Existing server hardware and software verification v. Validate and document server role, services, and data in preparation for upgrade and migration 1. DHCP server 2. DNS server 3. Group Policy vi. Unpack equipment and inspect for damage and hardware inventory vii. Verify server hardware viii. Server hardware installation and mounting ix. Server hardware RAID configuration x. Logical drive creation (RAID Level 5) xi. Server firmware update xii. Installation Test xiii. Power on Test xiv. Server role configuration, activate services, and perform data migration xv. System handover 2. Vendor to provide adequate staffing to address major and immediate problems and irregularities with servers. 3. Vendor to develop backup plans and procedural documentation for active servers and digitally archive. 4. Vendor to provide a 240 support hotline for after-hours emergencies. Vendor should be able to provide remote support after hours or report onsite within two hours if requested City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 by the City. Vendor should specify the hourly rate and any minimum hours for after-hours support. 5. Vendor will need to provide a 30 -day support window post installation to troubleshoot and provide support as needed. Payment Terms The City's payment terms are 30 days from the receipt of an original invoice referencing the City's Purchase Order number and acceptance of materials, supplies, equipment, or services. Delivery All supplies and equipment to be provided under the terms and conditions of this Request for Proposal shall be delivered F.O.B. City of Rosemead by the successful proposers and received by the City within 30 days after order by the City unless otherwise conditioned by the proposer in the proposal exceptions. Configuration Installation Vendor shall set up and configure the equipment provided in accordance with the workflow and output requirements of the City. The Vendor shall program the controller as required by the City to maximize the job management and control features available. The Vendor shall make all necessary adjustments to the configuration settings as required over the term of the contract. Service All tasks will be performed outside of normal office hours from Friday through Sunday, between 9:00 a.m. to 6:00 p.m. Pacific Time. Maximum service response time shall not exceed eight (8) hours. Proposer shall also include the number of technicians who will be responding to service calls from the City, the qualifications of those technicians, and the location of the service headquarters for the City of Rosemead in the proposal. Government Agreement Pricing All equipment provided under this proposal shall reflect government agreement pricing. Proposers shall include in their proposals the name of the government entity or organization that negotiated the agreement and the agreement number. Prices as proposed shall remain firm during the term of the contract. Non -Appropriations Clause Any agreement entered into as a result of this Request for Proposal shall include the following non -appropriation of funds language: "Non -Appropriation of Funds — Payment due and payable to Vendor for current goods and/or services are within the current budget and within an available, unexhausted and unencumbered appropriation of City. In the event the City has not appropriated sufficient funds for payment of goods and/or services beyond the current fiscal year, this Agreement shall cover only those costs incurred up to the conclusion of the current fiscal year." City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 End of Agreement Requirements At the end of the server installation and migration the city would like the vendor to be available for a 30 -day period to make sure all server services and systems are running properly via remote support or on-site support if necessary. City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 EQUIPMENT SPECIFICATIONS PowerEdge R750XS Tailor Made Instant Saving - [pe_r75Oxs_tm] Description SKU Quantity 2.5 Chassis 379-BDTF 1 SAS/SATA Backplane 379-BDSS 1 No Rear Storage 379-BDTE 1 2 CPU Configuration 379-BDST 1 PowerEdge R750xs Server 210-AZYQ 1 Trusted Platform Module 2.0 V3 461-AAIG 1 2.5" Chassis with up to 16 Hard Drives (SAS/SATA) 321-BGRX 1 Intel Xeon Gold 5315Y 3.2G, SC/16T, 11.2GT/s, 12M Cache, Turbo, HT 338-CBWM 1 (140W) DDR4-2933 Intel Xeon Gold 5315Y 3.2G, 8C/16T, 11.2GT/s, 12M Cache, Turbo, HT 338-CBWM 1 (140W) DDR4-2933 Additional Processor Selected 379-BDCO 1 Standard Heatsink 412-AAVU 1 Standard Heatsink 412-AAVU 1 Performance Optimized 370-AAIP 1 3200MT/s RDIMMs 370-AEVR 1 Unconfigured RAID 780-BCDS 1 PERC H755 SAS Front 405-AAZB 1 Front PERC Mechanical Parts, rear load 750-ACFQ 1 Performance BIOS Settings 384-BBBL 1 UEFI BIOS Boot Mode with GPT Partition 800-BBDM 1 Standard Fan x5 750-ADDY 1 Dual, Hot -plug, Redundant Power Supply (1+1), 1400W, Mixed Mode 450-AIQZ 1 Riser Config 0, Half Length, Low Profile, 5x16 + 1x4 slots 330-BBTG 1 PowerEdge R750xs Motherboard with Broadcom 5720 Dual Port 1Gb On- 329-BGIF 1 Board LOM 1DRAC9, Enterprise 15G 385-BBQV 1 No OCP 3.0 mezzanine NIC card, Blank Filler Only 330-BBTI 1 PowerEdge 2U Standard Bezel 325-BCHU 1 Dell EMC Luggage Tag R750xs 350-BCES 1 BOSS -S2 controller card + with 2 M.2 48OGB (RAID 1) 403-BCMB 1 BOSS S2 cables and Bracket for R750xs 403 -BCNU 1 City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 No Quick Sync 350-BCER 1 iDRAC,Legacy Password 379-BCSG 1 iDRAC Group Manager, Enabled 379-BCQV 1 Windows Server 2022 Standard, 16CORE, FI, No Med, No CAL, Multi 634-BYJY 1 Language Windows Server 2022 Standard, 16CORE, DF Recovery Image, Multi Lang, 528-CSCP 1 (Downgrade not included) Windows Server 2022 Standard, 16CORE, Media Kit, Multi Lang, 634-BYU 1 (Downgrade not included) Windows Server 2022 Standard, No Media, WS2016 Std Downgrade DF 528-CSCL 1 Media, Multi Language Windows Server 2022 Standard, No Media, WS2016 Std Downgrade vv/DVD 634-BYLP 1 Media, Multi Lang Windows Server 2022 Standard, No Media, WS2019 Std Downgrade DF 528-CSCQ 1 Media, Multi Language Windows Server 2022 Standard, No Media, WS2019 Std Downgrade vv/DVD 634-BYLQ 1 Media, Multi Lang Microsoft SQL Server 2019 Standard, 4 CORE, OEM, NFI with SQL2017/2016 634 -BU WY 1 DWGD Media, ENGLISH Hyper -V role enabled with pre-installed Standard or Datacenter Ed OS on 618-BBEC 1 incl Virtual HDD Cable Management Arm, 2U 770-BDRQ 1 ReadyRails Sliding Rails Without Cable Management Arm 770-BECC 1 No Internal Optical Drive 429-AAIQ 1 No Systems Documentation, No OpenManage DVD Kit 631-AACK 1 PowerEdge R750xs Shipping 340-CUUW 1 PowerEdge R750xs Shipping Material 343-BBQX 1 PowerEdge Non BIS Marking 389-DYHB 1 2U No CCC or CE Marking 389-DYMT 1 Dell Hardware Limited Warranty Plus Onsite Service 859-2676 1 ProSupport Mission Critical 4 -Hour 7x24 Onsite Service with Emergency 859-2711 1 Dispatch 2 Years Extended ProSupport Mission Critical 4 -Hour 7x24 Onsite Service with Emergency 859-2713 1 Dispatch 3 Years ProSupport Mission Critical 7x24 Technical Support and Assistance 5 Years 859-2722 1 Dell Limited Hardware Warranty Plus Service, Extended Year(s) 975-3462 1 8GB RDIMM, 320OMT/s, Single Rank 370-AEVO 16 1.6TB SSD SAS ISE Mix Use 12Gbps 512e 2.5in Hot -plug AG Drive, 3 DWPD 400-AZOY 6 Power Cord - C13, 3M, 125V, 15A (North America, Guam, North Marianas, 450-AALV 2 Philippines, Samoa, Vietnam) Intel X710-T2L Dual Port 10GbE BASE -T Adapter, PCIe Low Profile 540-BCRQ 2 City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 Windows Server 2022 Standard Edition, Add License, 16CORE, 634-BYJV 2 NOMEDIA/KEY 50 -pack of Windows Server 2022/2019 User CALs (Standard or Datacenter) 634-BYKK 3 PowerEdge R350 DC Backup City Hall Description SKU Quantity PowerEdge R350 Server 210-BBRU 1 Trusted Platform Module 2.0 V3 461-AAIG 1 2.5" Chassis with up to 8 Hot Plug Hard Drives, Front PERC 321-BGVO 1 Intel Xeon E-2378 2.6GHz, 16M Cache, 8C/16T, Turbo (65W), 3200 MT/s 338-CCKM 1 Heatsink for 80W or less CPU 412-AAPW 1 Performance Optimized 370-AAIP 1 3200MT/s UDIMM 370-AGNY 1 RAID 1 780-BCDN 1 PERC H345 Controller, Front 405-AAUW 1 Front PERC Mechanical Parts, front load 750-ACFR 1 Performance BIOS Settings 384-BBBL 1 UEFI BIOS Boot Mode with GPT Partition 800-BBDM 1 Dual, Hot -Plug, Redundant Power Supply (1+1), 600W TM 450-AMDH 1 Riser Config 0, 1 x8, 1 x16 slots 330-BBWS 1 PowerEdge R350 Motherboard with Broadcom 5720 Dual Port 1Gb 329-BGKI 1 On -Board LOM iDRAC9, Enterprise 15G 385-BBQV 1 On -Board LOM 542-BBBP 1 Standard Bezel 325-BCHH 1 Dell EMC Luggage Tag R350 350-BCGP 1 BOSS -S2 controller card +with 2 M.2 480GB (RAID 1) 403-BCMB 1 BOSS Cables and Bracket for R350 470-AFBW 1 iDRAC, Factory Generated Password 379-BCRG 1 iDRAC Group Manager, Disabled 379-BCQY 1 Windows Server 2022 Standard, 16CORE, FI, No Med, No CAL, Multi 634-BYJV 1 Language Windows Server 2022 Standard, 16CORE, DF Recovery Image, Multi Lang, 528-CSCP 1 (Downgrade not included) Windows Server 2022 Standard, 16CORE, Media Kit, Multi Lang, 634-BYU 1 (Downgrade not included) City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 Windows Server 2022 Standard, No Media, WS2019 Std Downgrade DF 528-CSCQ 1 Media, Multi Language PowerEdge R350 Server Windows Server 2022 Standard, No Media, WS2019 Std Downgrade w/DVD 634-BYLQ 1 Media, Multi Lang 461-AAIG ReadyRails Sliding Rails With Cable Management Arm 770-BDEL 1 No Internal Optical Drive 429-AAIQ 1 No Systems Documentation, No OpenManage DVD Kit 631-AACK 1 PowerEdge R350 Shipping 340-CWUI 1 PowerEdge R350 Shipping Material for 2.5" Chassis 340-CWUJ 1 PowerEdge Non BIS Marking 389-DYHB 1 PowerEdge R350 CCC Marking, No CE Marking 389-EBNO 1 Dell Hardware Limited Warranty Plus Onsite Service 867-0213 1 ProSupport Mission Critical 4 -Hour 7x24 Onsite Service with 867-0295 1 Emergency Dispatch 1 Year PERC H755 SAS Front ProSupport Mission Critical 4 -Hour 7x24 Onsite Service with 867-0301 1 Emergency Dispatch 4 Years Extended 750-ACFR ProSupport Mission Critical 7x24 Technical Support and Assistance 5 867-0312 1 Years Dell Hardware Limited Warranty Plus On Site Service Extended Year 955-9041 1 16GB UDIMM, 3200MT/s, ECC 370-AGQU 2 1.92TB SSD SATA Read Intensive 6Gbps 512e 2.5in Hot -plug 54510Drive, 1 400-BDOE 2 DWPD Power Cord - C13, 3M, 125V, 15A (North America, Guam, North 450-AALV 2 Marianas, Philippines, Samoa, Vietnam) Intel X710-T2L Dual Port 10GbE BASE -T Adapter, PCIe Low Profile 540-BCRQ 1 PowerEdge R35O DC Public Safety Description SKU Quantity PowerEdge R350 Server 210-BBRU 1 Trusted Platform Module 2.0 V3 461-AAIG 1 2.5" Chassis with up to 8 Hot Plug Hard Drives, Front PERC 321-BGVD 1 Intel Xeon E-2378 2.6GHz, 16M Cache, 8C/16T, Turbo (65W), 3200 MT/s 338-CCKM 1 Heatsink for 80W or less CPU 412-AAPW 1 Performance Optimized 370-AAIP 1 3200MT/s UDIMM 370-AGNY 1 RAID 1 780-BCDN 1 PERC H755 SAS Front 405-AAZB 1 Front PERC Mechanical Parts, front load 750-ACFR 1 City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 Performance BIOS Settings 384-BBBL 1 UEFI BIOS Boot Mode with GPT Partition 800-BBDM 1 Dual, Hot -Plug, Redundant Power Supply (1+1), 600W TM 450-AMDH 1 Riser Config 0, 1 x8, 1 x16 slots 330-BBWS 1 PowerEdge R350 Motherboard with Broadcom 5720 Dual Port 1Gb On- 329-BGKI 1 Board LOM iDRAC9, Enterprise 15G 385-BBQV 1 On -Board LOM 542-BBBP 1 Standard Bezel 325-BCHH 1 Dell EMC Luggage Tag R350 350-BCGP 1 BOSS -S2 controller card +with 2 M.2480GB (RAID 1) 403-BCMB 1 BOSS Cables and Bracket for R350 470-AFBW 1 iDRAC, Factory Generated Password 379-BCRG 1 iDRAC Group Manager, Disabled 379-BCQY 1 Windows Server 2022 Standard, 16 CORE, FI, No Med, No CAL, Multi 634-BYJY 1 Language Windows Server 2022 Standard, 16 CORE, DF Recovery Image, Multi Lang, 528-CSCP 1 (Downgrade not included) Windows Server 2022 Standard,16 CORE, Media Kit, Multi Lang, 634-BYU 1 (Downgrade not included) Windows Server 2022 Standard, No Media,WS2019 Std Downgrade DF 528-CSCQ 1 Media, Multi Language Windows Server 2022 Standard, No Media, WS2019 Std Downgrade w/DVD 634-BYLQ 1 Media, Multi Lang ReadyRails Sliding Rails With Cable Management Arm 770-BDEL 1 No Internal Optical Drive 429-AAIQ 1 No Systems Documentation, No OpenManage DVD Kit 631-AACK 1 PowerEdge R350 Shipping 340-CWUI 1 PowerEdge R350 Shipping Material for 2.5 Chassis 340-CWUJ 1 PowerEdge Non BIS Marking 389-DYHB 1 PowerEdge R350 CCC Marking, No CE Marking 389-EBNO 1 Dell Hardware Limited Warranty Plus Onsite Service 867-0213 1 ProSupport Mission Critical 4 -Hour 7x24 Onsite Service with 867-0295 1 Emergency Dispatch 1 Year ProSupport Mission Critical 4 -Hour 7x24 Onsite Service with 867-0301 1 Emergency Dispatch 4 Years Extended ProSupport Mission Critical 7x24 Technical Support and Assistance 5 Years 867-0312 1 Dell Hardware Limited Warranty Plus On Site Service Extended Year 955-9041 1 16GB UDIMM, 3200MT/s, ECC 370-AGQU 2 City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 960GB SSD SATA Mix Use 6Gbps 512 2.5in Hot -plug AG Drive, 3 DWPD 400-AZVM Power Cord - C13, 3M, 125V, 15A (North America, Guam, North 450-AALV Marianas, Philippines, Samoa, Vietnam) Intel X710-T2L Dual Port 10GbE BASE -T Adapter, PCIe Low Profile 540-BCRQ 5 -pack of Windows Server 2022/2019 User CALs (Standard or 634-BYKL Datacenter) 10 -pack of Windows Server 2022/2019 User CALs (Standard or 634-BYKG Datacenter) City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 ATTACHMENT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement, or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: General Liability Insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage, and $2,000,000 completed operations aggregate. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Consultant shall submit to Agency, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of Agency, its officers, agents, employees, and volunteers. Technology Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors, or omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per occurrence/loss, $2,000,000 general aggregate, which shall include the following coverage: A. Liability arising from the unauthorized release of information for which an entity has the legal obligation to keep private, such as personally identifiable information (PII) and protected health information (PHI). B. Network security liability arising from the unauthorized use of, access to, or tampering with computer systems, including hacker or denial of service attacks. City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 C. Liability arising from the failure of technology products (software and hardware) required under the contract for consultant to properly perform the intended services. D. Claims alleging the failure of computer security that result in the transmission of malicious code, deletion, destruction or alteration of data, or the denial of service. E. Electronic Media Liability arising from personal injury, plagiarism or misappropriation of ideas, domain name infringement or improper deep -linking or framing, and infringement or violation of intellectual property rights. F. Liability arising from the rendering, or failure to render, professional services. G. Defense costs in regulatory proceedings (state and federal) involving a violation of privacy laws or intellectual property rights. H. Crisis management and other expert services. If coverage is maintained on a claims -made basis, the Consultant shall maintain such coverage for an additional three (3) years following termination of the contract. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. Cyber technology errors and omissions. Consultant shall procure and maintain insurance with limits of $1,000,000 per occurrence/loss, $2,000,000 general aggregate, which shall include the following coverage: a. Liability arising from the unauthorized release of information for which an entity has the legal obligation to keep private, such as personally identifiable information (PII) and protected health information (PHI). b. Network security liability arising from the unauthorized use of, access to, or tampering with computer systems, including hacker or denial of service attacks. c. Liability arising from the failure of technology products (software and hardware) required under the contract for Consultant to properly perform the intended services. d. Claims alleging the failure of computer security that result in the transmission of malicious code, deletion, destruction or alteration of data, or the denial of service. e. Electronic Media Liability arising from personal injury, plagiarism or misappropriation of ideas, domain name infringement or improper deep -linking or framing, and infringement or violation of intellectual property rights. f. Liability arising from the rendering, or failure to render, professional services. g. Defense costs in regulatory proceedings (state and federal) involving a violation of privacy laws or intellectual property rights. h. Crisis management and other expert services. If coverage is maintained on a claims -made basis, the Consultant shall maintain such coverage for an additional three (3) years following termination of the contract. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 1. Consultant agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees, and agents, using standard ISO endorsement No. CG 2010. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification, and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g., elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days' notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. City of Rosemead — Server Upgrade and Migration Request for Proposal No. 2022-23 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Consultant's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or self- insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. City of Rosemead —Server Upgrade and Migration Request for Proposal No. 2022-23 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 18. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. PROPOSAL AND CONTRACT TO: FROM: INTELESYS COMMUNICATIONS 3155-B Sectional Court Ontario, CA 91764 Propose to furnish all materials and perform all labor necessary to complete the following. Description TOTAL EQUIPMENT SALES TAX AT % INSTALLATION/PROGRAMMING Ito] film 12L9:61Idd9119 NOTE #1: THIS TELEPHONE SYSTEM COMES EQUIPPED FOR TELEPHONE COMPANY LINES, STATION PORTS, AND All of the above work is to be completed in a substantial and workmanlike manner according to standard practices for the sum of $ Lease? Yes No Progress payments shall be made as follows: Payable to Upon Signing This Contract Down Payment $ Upon completion of Installation $ This proposal is valid for 30 days, and if accepted on or before that date, work wit commence approximately within 15 days and will be substantially completed approximately within 2 days. Subject to delays caused by acts of God, stormy weather, uncontrollable labor trouble, or unforeseen contingencies. Any alternation or deviation from the above specifications, including but not limited to any such alteration or deviation involving additional material and/or labor costs, will be executed only upon a written order for same, signed by customer and Intelesys-Communications, and if there is any charge for such alteration or deviation, the additional charge will be added to the contract price of this contract. A 30% fee will be charged for customer canceled contracts. If any payment is not made when due, Intelesys-Communications may suspend work on the job until such time as all payments due have been made. A failure to make payment for a period in excess of 5 days from the due date, shall be deemed a material breach of this contract. WARRANTY Months on parts and Months labor under normal wear and tear conditions. Extended warranty is available for additional cost. Respectfully submitted, INTELESYS-COMMUNICATIONS COMPANY Interconnect company 3155 Sedona Court Bldg B. Address Ontario, CA 91764 (888) 546-8353 City Slate Zip Phone ACCEPTANCE You are hereby authorized to furnish all materials and labor required to complete the work mentioned in the Proposal, for which [/we agree to pay the contract price mentioned in this Proposal, and according to the terms thereof, l/we have read and agree to the provisions contained herein, and in any attachments hereto, which are made a part hereof and are described as Authonzed Signature Date: State LIC. #729063 Section 7019 -Contractor License Law Under the Mechanic's Lien Law, any contractor, subcontractor, laborer, material man or other person who helps to improve your property and is not paid for his labor, services or material, has a right to enforce his claim against your property. Under the law, you may protect yourself against such claims by filing, before commencing such work or improvement an original contract for the work of improvement or a modificadon thereof, in the office of the county recorder of the county where the property is situated and requiring that a contractor's payment bond be recorded in such office. Said bond shall be in an amount not less than fifty percent (50%) of the contract price and shall, in addition to any conditions for the performance of the contract, be conditioned for the payment in full of the claims of all persons furnishing labor, services, equipment or materials for the work described in said contract. Contractors are required by law to be licensed and regulated by the Contractor's State License Board (3132 Bradshaw Road,) Sacramento, California. (Mailing Address: P. 0. Box 2600, Sacramento, California 95826) SEE REVERSE SIDE FOR CONDITIONS • Intelesys is dedicated to serving its customers effectively. These provisions are intended to clarify the expectations of Intelesys and the Customer so that the Customers needs may be met and misunderstandings may be avoided. The Customer is urged to read and understand these provisions before signing this agreement. Equipment installation: Intelesys will install the Equipment at the Customer's premises in a workmanlike manner. Intelesys will not be responsible for any delays in installation or and damages resulting there from. The Customer is responsible to provide appropriate space, power, and environmental controls for the Equipment. The Customer bears all risk of loss to the Equipment from all causes (such as casualty or theft) other than Intelesys' gross negligence, from the time that the Equipment is delivered to the Customers' premises, both before and after installation is complete. If installation is delayed by the actions or inaction of the Customer or the Customers other vendors, or if the Customer requests changes, then the Customer will pay Intelesys' normal charges for time, mileage, expenses, and supplies expended as a result of the delay or changes. Intelesys will provide training to the Customers personnel in the use of the Equipment up to the number of hours of instructor time indicated in this agreement Pricing: The Customer will pay all applicable sales, use, gross receipts, or other taxes. The Customer will pay Intelesys' normal rates for time, mileage, expenses, and supplies whenever Intelesys provides services to the Customer, which are not otherwise included in this agreement. Timely payment: The Customer will pay the deposit when this agreement is signed by the Customer and will pay the balance immediately upon delivery of the Equipment, unless other arrangements are made in a signed agreement. Except as otherwise provided, all other charges will be due and payable by the Customer 10 days after the billing date. The Customer will pay a late payment fee of 1-1/% per month on any balance remaining unpaid 30 days after the billing date. The Customer will pay Intelesys $25 for any returned check. If the Customer has a good faith dispute with Intelesys over a portion of a payment due, the Customerwill paythe uncontested portion of the bill pending resolution of the balance; no objection to a bill will be considered valid unless it is received by Intelesys in writing within 30 days after the billing date. - Credit: This agreement is contingent upon Intelesys' approval of the Customer's credit. The Customer authorizes Intelesys to inquire of reporting agencies and others as to the Customer's credit. - Acknowledgments: The Customer acknowledges and agrees to the following: - -Intelesys is a California corporation. - -Intelesys may contract with third parties to provide services to the Customer. Wherever the context permits, in this agreement Intelesys includes all persons and entities acting on behalf of or in concert with Intelesys. However, no such third party shall be deemed an agent or employee of Intelesys. --Intelesys maytransferitsinterest inthis agreementioathirdpartywithout the further consent of the Customer. - •Intelesys is relying upon the accuracy and completeness of all information provided by the Customer to Intelesys; the Customers signature on this agreement constitutes the Customer's warranty and representation of the accuracy and completeness of this information. - -Telephone service may be interrupted or made unsatisfactory as a result of many circumstances, such as equipment failures, power outages, network outages, natural disasters, strikes, and simple human error. -• Changeover tonew service orequipment generally takes 30days and can in rare instances result in temporary interruption of service, errors in billing, and the like. This can be caused, for example, from unforeseen configuration problems, scheduling problems with other vendors, lack of access, or miscommunication. -Any projected savings are based upon Intelesys' experience with other customers and are not guaranteed. - • Intelesys' only express or implied warranty, if any, is as specifically stated elsewhere in this agreement; beyond this, the Customer will look solely to the manufacturer's warranty, if any. Intelesys specifically makes no express or implied warranty or guaranty of uninterrupted service or that its services will be free from error or as to the description, quality, merchantability, completeness, or fitness for any purpose of any goods or services provided. Any warranty will not cover damage caused from other than normal use and will be voided if the Equipment is serviced by anyone other than Intelesys personnel. Risk management: The Customer accepts all risks and consequences of these acknowledged facts and of any other interruption of or interference or problem wth its telephone service. The Customer expressly releases Intelesys and will hold Intelesys harmless from all liability, costs, and attorneys' fees for any loss of business or any other consequential, incidental, general, special, and other damages, whether suffered by the Customer or by another person or entity, foreseeable or not, arising from any interruption in service, equipment failure, or other problem, whatever the cause, related to the Customers telephone service or this agreement, or arising from the Customers use of the Equipment provided under this agreement, whether or not attributable to Intelesys' actions or inaction. The Customer expressly waives the provisions and benefits of Section 1542 of the California Civil Code, which provides. A general release does not extend to claims which the creditor does not know or suspect to exist in his favor at the time of executing the release, which if known by him must have materially affected his settlement with the debtor. Intelesys' obligation: If any problem arises, the Customer must inform Intelesys in writing. Intelesys' sole obligation is to exercise its best reasonable efforts to resolve problems of which it is made aware and which are within its control. If and only if Intelesys fails to do so within 30 days after receiving written notice, the Customer may terminate this agreement; this is the Customer's sole remedy. If Intelesys is asked to resolve a problem which was caused by the Customer, another vendor, or anyone other than Intelesys and which is not covered by the warranty (if any) provided by Intelesys, then the work will he billed to add paid by Customer at Intelesys' normal rates; such work is not included in the pricing of this agreement • Termination: This agreement may be terminated by Intelesys at any time (a) if the Customer's credit record is or becomes unsuitable in the solejudgment of Intelesys, (b) if the Customer breaches this agreement in any way or violates any law or regulation related to telephone service, or (c) if Intelesys is prevented by causes outside its reasonable control from performing its obligations. The Customer may terminate this agreement only if (i) Intelesys fails to remedy a problem within 30 days as provided specifically in this agreement or (ii) the Customerfirst pays to Intelesys the cancellation fee specified in this agreement Either party may terminate this agreement upon 30 days' written notice to the other party (provided that the release, hold harmless, and other provisions of an ongoing nature shall continue in effect). • Interpretation: This agreement incorporates the entire agreement of the parties as to its subject matter, replacing add nullifying all prior representations, warranties, discussions, and agreements. This agreement can only be amended in writing and signed by the party to be bound by the amendment. The titles and headings are solely for convenience of reference and do not explain, limit, or modify any provision. If any portion of this agreement is held by a court to be unenforceable, it will be deemed modified to the extent necessary to be enforceable, and as so modified it will continue in full force. Each party agrees to execute and deliver all documents add to take all other steps necessary or appropriate to achieve the purposes of this agreement. This agreement will benefit and bind the heirs, successors, personal representatives, acid assigns of the parties. If the Customer consists of more than one person or entity, then all obligations undertaken by the Customer are undertaken jointly and severely by each person or entity included as the Customer. Time is of the essence of this agreement. . Disputes: In the event of any default or dispute under this agreement, the non -defaulting or prevailing party will be entitled to recover reasonable attorneys' fees and costs from the defaulting or non -prevailing party, whether or not a lawsuit is filed. Any action instituted under this agreement may be brought only in Los Angeles County, California. • Signatures: Each individual signing this agreement on behalf of a party individually represents and warrants to the other party that the individual has full power and authority to sign this agreement on behalf of the party. This agreement will be deemed approved by Intelesys when either a copy signed by Intelesys is delivered to the Customer or Intelesys begins to perform its obligations under the agreement. Attachment B Intelesys-Communication Company Proposal INTELESYS R for Public Sector REQUEST FOR PROPOSAL NO. 2022-23 SER VER UPGRADE AND MIGRA TION today's'Small Towii Anu•ri( a Date: September 12, 2022 Contact: Aaron Betts, Operations Officer 888-546-8353 ext. 1110 aaronb@it4ps.com Intelesys I Ontario, CA 1 (888) 546-8353 1 www.it4ps.com INTEL ESYS IT for Public Sector August 8th, 2022 3155-B Sedona Court Ontario, California 91764 888.546.8353 1 ww Atpsxom Thank you for the opportunity to present our organization for the City of Rosemead's server upgrade RFP. For nearly 3 decades, Intelesys has been providing best -in -class technology services. We specialize in public sector solutions, dedicating our focus toward government and education for over 20 years. We understand the nuances that make public sector organizations like the City of Rosemead unique, and have built our company around delivering a level of service that the public sector requires. Intelesys is a California corporation established in 1996 offering enterprise information technology services. Our niche market focuses exclusively on public sector entities within the Southern California region. We offer fully managed solutions, outsourced IT support services, and project -based IT expertise to augment your existing IT resources. It is our firm opinion that proper planning and preparation are key to successful technology projects; product alone does not deliver a satisfactory solution. Intelesys places a high degree of attention on project management and environmental discovery before a single change is made. Blending the existing network conditions with the desired outcomes of the project allows us to design a clean path forward in your technology improvements. Having thoroughly studied your RFP requirements and with a clear understanding of the needs of the City of Rosemead, we know that the city will be served best — now and in the years to come — by the project solution designed and implemented by Intelesys. We appreciate the opportunity to present our organization to the City of Rosemead and welcome a one on one conversation on how we can help assist in delivering a smooth transition to your new server infrastructure. Respectfully, Rick Balzer President 909.972.0404 1 RickB@it4ps.com Your primary contact Name: Aaron Betts, Operations Manager Direct: (909) 802-7338 Fax: (909) 305-2100 Email: AaronBC@IT4PS.com INTELESYS IT for Public Sector The City of Rosemead Request for Proposal Server Upgrade and Migration Table of Contents A. Project Cover Page...........................................................................................................................1 B. Project Cover Letter.........................................................................................................................2 C. Table of Contents.............................................................................................................................3 D. Proposal Summary...........................................................................................................................4 E. Vendor Profile....................................................................................................................................7 F. Qualifications.....................................................................................................................................9 G. Work Plan.........................................................................................................................................14 H. Staffing..............................................................................................................................................17 I. Pricing Costs and Scope..............................................................................................................20 J. Additional Proposal Content.....................................................................................................29 3 Proposal SummaryIT tor Public Sector Q INTELESYS Intelesys is a technology solutions company headquartered in Ontario, California. Intelesys has been serving municipalities and private enterprises for nearly 4 decades. We have provided best -in -class technology solutions to over 40 City Governments in Southern California. Intelesys is a trusted technology partner providing full management and support of entire IT environments, outsourced project management such as Office 365 and server migrations, and technology assessments for security and network management. In addition, our president, Rick Balzer, held the interim IT Director role for the City of San Marino in fiscal years 2019 and 2020, providing the city with budgeting targets and forecasting for its technology needs As a fully GIS -compliant partner, Intelesys' Government IT Solution's offering includes the following: 240 emergency phone support Server Design and Deployment VMWare and Hyper V Virtualizations Server and Cloud Migrations Antivirus / antimalware protection Web filtering and DNS protection Basic DNS hosting and administration Office 365 Migration Regular Government Technology Review meetings 24/7 monitoring of all managed devices • IT fiscal reporting and budgeting Intelesys has partnered with the industries most trusted solution providers to deliver best -in -class solution to our clients. Our strategic relationships include HPE, Aruba, Dell, Cisco, Mitel, Aerohive, Ruckus, BitDefender, Proofpoint, Cisco Umbrella (OpenDNS), Axcient, and Microsoft. On the back end, our network integrity team ensures the City's resources are protected and redundant with a documented recovery plan in the event of a project issue, failure or outage. We approach every client with the mindset of what happens when, not if, the network resources suffer an error, outage or attack. Preparation is the key to successful business continuity. INVALUABLE STRATEGIES AND PROVEN METHODS Our proven pre -planning focus. project management and attention to detail ensure that every aspect of your implementation is well managed, providing clear communication and collaboration with your team every step of the way. Darryl Polk, CIO of the City of Rancho Cucamonga, expressed it best when recounting their technology implementation with our team by saying, "as a partner, Intelesys really came to be viewed as additional staff, rather than a vendor we had to manage." EXPERIENCE THAT DELIVERS Municipalities as more than customers to Intelesys. Government agencies represent 84% of our business and our City Government clients are a key focus of our VIP Program. We specialize in the Southern California market serving California agencies — they are our 100% focus! SERVICE THAT DELIVERS Our attention to detail has been recognized on a national scale by California State University San Bernardino, and many technology vendors including TRA, NEC, Mitel, HP and Dell. Intelesys was proud to be named "Service Entrepreneur of the Year" by the California State University system's coveted Spirit of the Entrepreneur council. A COMMUNITY PARTNER, Intelesys support goes far beyond just our clients to the municipality industry as a Mo M I S A C whole. We have been proud partners with MISAC, Municipal Information Systems Association of California, for over 10 years. Our president Rick Balzer rc wxm:s mn++uumu m:a aci was a featured presenter at the statewide conference in 2019 detailing the need to view IT as an investment, not an expense. Our partnership allows us to bring new technologies to our clients on an ongoing basis. Serving the public sector is more than a customer base; it is our only market focus. Proposal Contacts Aaron Betts Operations Manager 909-802-7338 aaronb@it4ps.com Rick Balzer President �'Z��'�'7�iL•fiLl rickb@it4ps.com Profile of the Proposing Vendor ABOUT INTELESYS (888) 546-8353 1 Fax: (909) 305-2100 1 www.IT4PS.com Intelesys is headquartered in 3155-B East Sedona Court, Ontario California 91764 Serving clients' telecommunication's needs in the western united states that have locations worldwide since 1996. Intelesys has a satellite office located in Phoenix, Arizona. Your primary contact: Name: Aaron Betts Address: 3155-B East Sedona Court, Ontario, CA 91764 Direct: (909) 305-1500 ext. 110 Fax: (909) 305-2100 Email: AaronB@IT4PS.com INTELESYS IT for Public Sector Federal Tax ID: 95-4583269 ICS Intelesys Inc., dba Intelesys, is a California Corporation Intelesys is a fiscally sound organization with over $1M in cash assets and no long-term debt. Our firm has consistently engaged in municipal projects exceeding over $1 M in scope and 12 months in duration. Neither our firm nor any shareholder has ever filed for bankruptcy protection. Intelesys has been providing technology services to federal and state agencies, municipalities, K- 12 education institutions and private enterprises for nearly 30 years since our start in 1996. We have made a strategic decision to focus primarily on the California market. This focus has allowed Intelesys to provide solutions that specifically address the needs and concerns of the public sector while maintaining the strict compliance and security required in the industry. 7 We continually invest back into our clients through our participation in organizations including ne MISAC and OP where we are able to hone our focus on the technology needs and trends that directly affect public sector organizations like yours. Our president, Rick Balzer, has been a featured speaker at various conferences on IT investment and excellence. Our attention to detail has been recognized on a national scale by the California State University system and many technology vendors including TRA, NEC, Mitel, HP and Dell. Intelesys was proud to be named "Service Entrepreneur of the Year' by the California State University system coveted Spirit of the Entrepreneur council, an annual event devoted to recognizing excellence in the community. Intelesys maintains a flat organizational structure with a very interactive team. Our systems are built around establishment of optimal goals, constant monitoring and measurement of goal attainment, and systems adjustment to drive goal accomplishment. We nurture a culture of rapid escalation both internally and externally with monitoring of exceptions reaching all layers of our organization including our president: ..1U`w t -ix+.J GG.LY x-J111M .1R':1X!iiC 1 ;tiller. 2 I... I i'I 1, , 'I 1 �444 A'o�a'NE 1 With just under 30 years' experience in our local market, Intelesys has never been involved in any litigation or received any type of fine or censure from any organization, public or private. We are a wholly owned California corporation with no pending legal activity, merger discussions, or any major business altering events. 3 � G F:�� wuw:iAu� ..1U`w t -ix+.J GG.LY x-J111M .1R':1X!iiC 1 ;tiller. 2 I... I i'I 1, , 'I 1 �444 A'o�a'NE 1 With just under 30 years' experience in our local market, Intelesys has never been involved in any litigation or received any type of fine or censure from any organization, public or private. We are a wholly owned California corporation with no pending legal activity, merger discussions, or any major business altering events. 3 Qualifications and Experience Intelesys prides ourselves on the quality of our team and the level of their expertise. From start to finish, you can expect the goals we identify at the onset of your contract to remain in focus all the way through the end. We maintain a tenured staff of professionals that have spent over 100 years combined in the field of IT management and service delivery. MUNICIPAL TECHNOLOGY EXPERIENCE & EXPERTISE By focusing squarely on the municipal and education markets, we have been able to develop an expertise in products and solutions utilized by our clients. Our city experience drives our team's commitment to a customized, municipal driven solution in all areas of IT support. Major components we bring to the table include: UIS Certification —AII engineers are UIS certified so they know how to handle municipal data and retain separation between city hall and police networks Ongoing training — Certification from top manufacturers like Cisco, Microsoft, HP, and others to stay current on patches and deficiencies in product offerings Annual education — All managing engineers attend the annual MISAC convention to learn of new products and solutions being developed for the municipal market Executive view — Our role as the IT Director at the city of San Marino has allowed our upper management to have a seat at the table for a local municipality and learnt the client side of IT challenges. With a clear focus on resident support and council justification, our engineers are driven to make sure all solutions serve the greater community good. VENDOR CERTIFICATIONS & EXPERTISE Our government technical team maintains critical industry certifications, including: • CJIS (Criminal Justice Information Systems) CLETS (California Law Enforcement certification Telecommunications Systems) certification Our technical staff maintain product experience and education on multiple platforms including • Dell • Axcient • Hyper -V • Unitrends • Cisco • Laserfiche • HPE • VMware • Microsoft • Mitel (ShoreTel) • SQL • Aruba • Fortigate • WatchGuard Video Our engineering professionals utilize data tools to monitor, maintain, and document network at top performance, including: • SolarWinds • PRTG • Proofpoint • Webroot • Automate • ESET • IT Glue • Cisco Umbrella • RapidFire • Auvik CLIENT EXAMPLES AND REFERENCES: We are proud of the positive reputation we have built in the public sector for IT management and solutions. The following pages highlight a few of these in which we completed projects similar in scope to the City of Rosemead. 10 CLIENT HIGHLIGHT: City Of Big Bear Lake Client Need The City had an aging file server that was beginning to show signs of drive failure. The DCs where 2008 and 2012 and no longer supported. The City was in need of a migration to new DC services as well as a new storage server. Public Works was also suffering from a file search issue that prevent accurate searching of files. Intelesys presented a server consolidation project to migrated aging servers to a new single VM Host. • Total Project Cost: $23,516 — project was completed on budget. • Intelesys performed 100% of the work over several weeks. • Main contact — Kelly Ent — (909) 866-5831. Their Solution • To resolve the file search issue Public Works was experiencing, Intelesys introduced Distributed File System (DFS) to enable the share to be accessed on any of the servers within the domain using the same name space. This then allowed Intelesys to use DFSR to allow for file synchronization. We were able to setup PW on a temporary server without any interruptions. • Intelesys sourced and purchased new server hardware. The server was built with future growth in mind giving the city plenty of room to grow over the next 5 — 7 year. Once the server was configured and tested, it was introduced into the City's network infrastructure. • With the new VM Host in place, Intelesys create a 2019 Domain Controller to begin the migration and retirement of the old DCs. Once all the roles were in place, the 2019 server became the primary DC. We left the older DCs online while completing the server migration. • Intelesys built a new 2019 File server and with the DFS began to migrate the date from both the old file server and the temp file server. Due to the amount of data the city had, the migration took several days to complete. However, during the migration, users were unaware of affected by the process due to the DFSR process. • The final process was to migrate all VMs from older server hardware to the new server. This was done during a maintenance window to not interrupt City staff production. Once all virtual servers were migrated to the new host, Intelesys decommissioned the old servers. IN CLIENT HIGHLIGHT: Laborers Training School Client Need • Laborers found themselves in need of an entire network refresh. Intelesys quoted out and sourced new network equipment, new VM hosts, a new backup solution, and a rebuild of their entire domain. • Total Project Cost: $32,241 — project was completed on budget • Intelesys performed 100% of the work. • Main Contact — Dominic Robles (626) 610-1710 Their Solution • Intelesys first began the project with a design meeting to determine the full network structure that would be needed for the deployment. We identified all security groups and folder shares/permissions for the migration. Intelesys programmed and deployed Cisco switches through the company with VLANs for Voice, Data, and Video. • Once the new network had been fully tested with the existing server infrastructure, the deployment of the new servers began. Intelesys rolled out a new Domain Controller, new File server, Remote Access server, a new Application server, and an enterprise Backup Solution. • Intelesys also during the project migrating all the clients mail to Microsoft 365 with no interruption to company staff. • After the physical network and servers had been rebuilt, a new Wireless network was designed and deployed. 12 CLIENT HIGHLIGHT: RJN Investigations Client Need • Client had various aging physical servers and were in need of new hardware and storage. Due to the vast amounts of video, the new solution had to accommodate almost 40TB worth of data. • Total Project Cost: $23,933 - project was completed on budget. • Intelesys performed 100% of the work. • Main Point of Contact— Fred (949) 678-0168 Their Solution iii • Intelesys sourced, purchased, and configured one new VM Host to hold the 6 virtual servers that would be migrated from physical servers. Intelesys designed a hybrid of on premise and cloud storage to accommodate RJN's nearly 40TB of data. • Intelesys developed a solution that allowed their investigators access to case data while maintaining file security, and redundancy, on a cost effective platform utilizing cloud services. • Intelesys migrated the existing data to the VM environment with no interruption to RJN staff. • Anew backup strategy and solution was implemented to ensure point in time file recovery with the protection of chainless backups to combat the possibility of Ransomware infection. 13 Work Plan: Intelesys' is continually recognized when working with entities similar to the City of Rosemead 0 because we understand that the product is only a piece of the solution. It is equally critical that your partner understands how to best design and implement that product so that it provides 0 you with the greatest benefit, customized specifically to your needs. Through our many GOVERNMENT implementations, Intelesys has developed our White Glove Implementation Process, comprised of carefully designed phases that ensure the end result surpasses your expectations, reflects positively on your team, and is something you can be proud of. The project timeline will vary based on decision made by the City and Intelesys during the planning phase of the project. We see this project taking anywhere from 2-4 weeks depending on the decided paths. We can look at converting the servers over during an off -hour maintenance window or we can look at creating an environment that will allow for Domain and File Synchronization introducing minimal if any impact to the end users. Rest assured that whichever conversion path makes the most sense for the City, Intelesys will ensure our timelines and milestones are met and the project is brought in on budget. 14 PHASE 1: DISCOVERY During this introductory phase, we will establish the teams for the project on both sides and clearly identify their roles. We will also establish a line of communication for the project to ensure prompt responses preventing any project delays in timeline. Understanding the environment from a practical standpoint is really the key to a successful project. Intelesys will review the existing Domain design and services that currently configured. We will ensure that we understand the network IP scheme, and server naming convention so the new equipment will seamlessly be integrated with the existing domain. Ensuring we understand any potential changes to the current schema or AD design will be crucial to a successful overall project. i' ■_ 1*A17'KC1 Once we feel comfortable about all of the moving pieces that are currently involved in the project, we can move to the design phase. During this phase we will make sure that we discuss any changes to the AD schema and Group Policy Objects that could impact the existing configuration as well as review the items that could be added and configured to enhance productivity and security. We will ensure during this phase that the design of the physical server, drives, and operating system are reviewed and agreed upon ensuring the most effective use of the equipment that has been purchased for the project. Finally we will verify the server farm as presented in the RFP and verify the different services that will live on each of the 3 VM Hosts. When complete, we will get a sign -off from the City of the design. PHASE 3: CONFIGURATION Once the design has been accepted, we will begin to configure the servers. The operating systems and Virtual environments will be introduced and the servers will be patched up to the latest levels of security per Microsoft. After configuration is complete, we will run the servers for a short time to verify the hardware's integrity, then we'll introduce the servers into the network per the design that has been establish. The Domain information will be setup on the Domain Controllers and synced with the existing Domain allowing for any upgrades to the Domain that will be possible and accepted by the City. is PHASE 4: CONVERSION We prefer to deploy domain controllers and file servers in a manner that would allow the systems to work concurrently with one another as we have found that this method provides the least amount of impact for the end user. We will of course work with what is best for the City. The Virtual Machines will be migrated over and the system will be monitored to ensure there are no issues. During the Conversion process, whether that is in one shot or over a period of time that allows for replication, our staff will be available to assist in any way possible. Our Service Department is staffed 24x7x365 and are available to support the project in any way needed. PHASE 5: WRAP-UP Intelesys will continue to monitor the system for a pre -determined period of time before the City signs off that the project is complete. Our Service Team is always available to provide ad-hoc or continued support on any system that we develop or implement should the need arise. Once the City has accepted that the servers are completely moved, stable, and in production, we will get final sign -off and close the project. K1 Your Government Team EXPLANATION OF STAFF Intelesys prides ourselves on the quality of our team and the level of their expertise. From start to finish, you can expect to work with the same team who will ensure that the goals we identify throughout our IT Management relationship remain in focus all the way through to achievement. Our core support team for the City of Rosemead's Serer Migration is identified below. We look forward to introducing them to you during an onsite interview. Intelesys would expect to perform the initial server configuration and build onsite while performing a majority of the preparation work for the servers, domain migration, and VM migration remotely. When the new servers and domain is ready for the migration we would be onsite for the "cut" to the new server though given our experience that will probably be a very non impactful event. Aaron Betts, VIP Program Manager & Operations Manager Mr. Betts will oversee the project from a management perspective ensuring that all major milestones are identified and met. Mr. Betts will manage any change orders should they arise and will ensure the project comes in on budget as expected. Started with the company in 2012 • Mr. Betts has been in the IT industry for 26 years • Mr. Betts has been managing the Intelesys Service Department since 2015. During this time he has maintained a 97% client retention rate and a client satisfaction rate in the high 90's. Mr. Betts has certified in various disciplines from technical trade schools and vendor specific universities and holds various technical certifications Mr. Betts provides day-to-day operational oversight on all Intelesys projects, and is currently the VIP Program Manager for all clients with over 500 endpoints, and all Municipality and K-12 clients Mr. Betts has designed networks from the ground up, including data center installations for various clients. Starting in 1998, he was part of the Windows NT deployment team for over 100 servers for a major corporation. 17 David Garcia, CIO and Lead Engineer Mr. Garcia oversees all technical projects. He will assist in server design and implementation. Mr. Garcia is an escalation point for any technical issues that arise during the project and for the service department on a daily basis. • Started with company in 2004 • Mr. Garcia is certified on a variety of data products such as Cisco, HP, and Microsoft. He holds numerous certifications on Mite] including installer, advanced engineer, enterprise call center, mobility, and collaboration • Mr. Garcia provides technical supervision and design for all Intelesys projects either exceeding 500 endpoints and/or is deemed of strategic business importance to Intelesys, such as all local municipalities and K-12 deployments. Mr. Garcia has held numerous technical positions within the IT and telecommunications field throughout his career. He has been the Chief Information Officer of Intelesys since 2013, leading the technical and product direction of the company. • Mr. Garcia leads all network related projects that include switches, firewalls, servers, and virtual environments. • Mr. Garcia has led most of the local municipality and K-12 client installs for Intelesys including several projects over $1,000,000. His latest accomplishments include a complete data network and VoIP deployment for the City of Rancho Cucamonga and a districtwide deployment for Anaheim Union High School District of 3,000 endpoints. Charles Henigan, Security Specialist & Senior Network Engineer Mr. Henigan is the lead Network Architect and Security Specialist. He will be the primary contact for Server and Domain services design. Mr. Henigan was the technical lead for the City of Big Bear File Server migration and will be for the upcoming City of San Marino File Server migration as well. Mr. Henigan will perform all Domain configuration tasks and will handle the migration of data. • Mr. Henigan was brought on board with Intelesys in 2019. He is a 25 year industry veteran specializing in Network Security. Mr. Henigan holds multiple industry certifications, including Microsoft Certified Systems Administration, Security+ SYO-501, Cisco CCNA Mr. Henigan has worked closely with healthcare and private organizations for over 20 years to provide Network implementations, Virtual environments, Server deployments, and Firewall management. 18 • With a sharp focus in Security Administration, Mr. Henigan brings the experience of working alongside many prominent organizations to achieve great success in elevating the network security. His dedication to creating an unparalleled experience continues to be an instrumental part of Intelesys' ongoing relationships with our clients. David Joyce, Sr. Engineer Mr. Joyce has worked on various Microsoft Server Farm migrations. He will assist Mr. Henigan during the server and domain configuration. Mr. Joyce has extensive work with AD and GPO configurations. • Started with Intelesys in 2022 • Mr. Joyce has 30 years of SMB support • Mr. Joyce supports a broad range of systems including Windows, Windows Server, MacOS, Linux, and UNIX/Solaris Mr. Joyce specializes in hardware troubleshooting • Mr. Joyce has expertise in designing, installing, analyzing, orchestrating, and securing small to mid IT environments • Mr. Joyce is SonicWall CSSA and MikroTik MTCNA & MTCSE certified. Jacob Marsh, Jr. Engineer — Field Specialist Mr. Marsh is responsible for end user configuration and desktop configuration. Should there be a need for additional onsite support, Mr. Marsh will be deployed to assist in any capacity. • Started with the company in 2019 • Mr. Marsh has been working Technical Support for more than 10 years • Mr. Marsh is CompTIA A+ Certified • Mr. Marsh has been part of various project deployments, among them City of Palm Springs, City of San Marino & City of Big Bear Lake Mr. Marsh Supports IT department at City of San Marino and City of Big Bear Lake, as well as others • Mr. Marsh has knowledge of various hardware & Software technologies, Windows based programs & support, Technical Writing, VOIP technology, Backup recovery systems & more. • Mr. Marsh has configured & administered numerous Inventory; Point -of -Sale & Web based software technologies. 19 VI `o v1h 6 N - w w - ti ti - ti w w e+ .y .i .v er .v .y Wa H� w d N O N N � a a` o o N � J W N qei N 'I ei N e+ ei e1 N e1 rl 'I e1 'I 'I V1 O f IN/1 F F i/1 Cy ❑U % % 6 !L VI Nm ❑� } µ Ur LL J U 0 m 0 m 0❑ m m U CP m u m u ❑ m Q Q Q W a m U a m m m❑ m a a a m m U m m m m m U m y 6 GI T m O N N O O O of O V O O O V1 O O� of O of r V N n m n m n m n m "'1 N t0 e N m T m m m n m v'1 e e1 e n m n m m n O e VI n m m O m Ill n e T m N m m m T m N m nN w O a N O c " a a E s LM C y ❑ s 3 x w a a o40 x_ A ° ei c O n 2' yQ' T Ill m �y� c iO W 0 ❑ eml N d y 1 -p m m V a 1 O J O qj H N n o m m m m N E ❑ o c o y v m x E t.. ul v m x w m H AFI d Y a_ ry v 32 ry Uc _ c a m x s '^ n a O C m m 'y N ° z ° i v w ❑ a o c G c ai E n -100 U m n a a ° Ncc ❑ v o w O m n o iia �+ d t a a a s a°+ w❑ o ry `m E +t i i E i° d o 0 U C dO N V1 Z N G. �- N~ .~�. Q VI VI C T J 1 d J VI ❑ fL G. m 0 Z C I I i ) jN N iN N I N i i N SII N iN cl �N I I N N � I �N I � N I I N N N IN N N it N IIN �N i N I N N iN i i IIIN N IN N I lu U m U m U m V m U m U m Y m VI U > m ✓1 U Y Im N U d > m 3 m u m z ( m o U m d ;� m Q U m 0 N N N N M I j I T I I I I m m o a j o - _ o v v v a A ti m O O O O O o E '« o p o y ✓ N l0 VI l0 VI O1 N O) Z p C I I ❑ j O i O Q O ._ vt ✓Ni vrvi VNi O m m OO m m O 7 a v I2 d u !: Iv o Z o Z o iZ O Z « p « !a o F - z v v I1 I -o ii v m Iv o Z SII I� N Im s m N m V O N a m N o N 0 N 0 N 0 N 0 N O o N 0 ✓1 j D w Q N v p 0 C v L N .0 N m Y a E E C% U c u c R C C N w z C O O m u n m�° ic°u IiN au Y, m to O v� v 3 N 3 NNm2 3 3 3 m22 -o o m . = v v o y= NI O l� Oo E P: m w m w C m w u in N u x ''N ulu o'c°o 0 0 �o o_ o_u��Ei v o m I.- O m p o z G m o Q m c 3 3_ c 3 _i3 c c_ v 3 l ,_ 3 O x u m z z a a a° N o n o. o v -- 1. IN IN IN IM m 'Im Iry 'Iry N M o r 1> o Y W O a > Y a h a m m m le a p ie e I E I I N r Y > I O II E H I I n n n 10 N y'I n 3 p yl� u 6N m � t I III I III � ip C o ip 0 II II Z n 0 � i ¢ c � v u N in E m v V N I I I rvi 1 Y N i~ H x I m I u w N a r v Y 3 o o ay a u a O H I p yl� u 6N t I III I III � I i II i V N I I I 1 Y i~ I I I I z m> a u m 0 u a u a m m m to m m u u u u u m m a H 'Q Im m a vYi � a im m o m m n n or m a m vai m m o I j I I N I I I I I F I N i W ° b O Ili 1 b v g 6 v o n c ry Ila m > a o v N m m W m n m c i, m u c m '� `c I v m y w a m oa v n N w w r z N E m x w n E m o o c u m o m m w v N O u Q 0.0 c 0 O 7 Y N H fi �'1 rl I N N ry iti i I i I I I I O' O I j i0 i> p ¢ i I :d U U) ✓1 T Y p¢¢> Y m N O N O M O M O O ¢ m ¢ u m n n m ry n ry m Q Q m m b b b b IOC In n 16 6 •. o In o Q m M tO VI lD Vl b h Q b m M m M m m p] W IOl M Q Q u1 I I I I II i I III I i I i i IE I n i U y i v - 0 3 c d v m a u ''. Z E o p a p a•! 1 vv v v o i o d I o y m ry ry C p l n N � In j III LL p F N pdp C t0 Y — O O O bi .bi e4 Z Z v n d O d 0 'o o n n U U Q U y 9 Ih C I q N N N V N N N �. p d I L L ✓1 U d C C Lj C O d ' ¢ r n �; 0 n O 9 F m L; u ¢ ¢ v v c v z m o o v v v o z o z n 0 a 0 Ia 0 a v p l o Ia` o f a 0 v 'a` v i0 c? o 7 Y N I z 19 u < < 15 T y 6 6 0 6 4 w 6 6 1 M M 1A a F y 10 11 lo 12 0 0 u z 0 0 0 w 0 > 0 Ld 10 0 u u 1 la u u -E -2 -2 a z 0 z CL > E 2 u 0 1+ 0 a) F > 0 0 0 -co wu o 00 .6 0 2 10 > 0 to 0 0 u 32 -2 u 3: 6 0 0 0 0 0 u :X iQ u 0 lu u u < I , 3: , c I LO,L I-- m 1. 1 . 0 0 . 0 0 13: 3: ,y v fl rl f1 M e1 'i rl ei e4 N N N N ei ei Y1 W m N Q 06 m f N N N N N r1 M N N M r4 ei ei N N N N r1 Q 3 3> N M U` Q cf U Y Y ❑ m Q Q Q U U ❑ W N 0 0 0 T o O m ¢ N QQ Q m Y m Y m O 6 N 1� N Q T b Q T Q T m T m T b m tD m b m b m Yl m N T O Q Vf Q Q Vf M b M b W d d C Y p C d d � a > 3 ❑ d A A o a L d d m w o N O N N t O N L' E 7= N C a d a d O 2> O O d Q N a d W N N d U 2 m m c 2 3 a+ C4 CO y N V N y K b ❑ d L L U « tti O V O « O C N 3 y_ O ❑ K w w 2 2 N O Z p p y a r; 3 3 c c d p o O �'+ o a ❑ o `o o d O E m~ in d N d ° y a o000o E ° s z a a ❑ i wz 2 � w l7 �m SCOPE OF SERVICES Professional Services to include everything necessary to accomplish the below items. 1. Vendor to provide server upgrade, consolidation, and data migration as follows: a. Server: Domain Controller—City Hall, 8838 E. Valley Blvd. i. Participate in customer meeting(s) if required ii. Site checks iii. Conduct site -check with customer designated personnel if required iv. Existing server hardware and software verification v. Validate and document server role, services, and data in preparation for upgrade and migration 1. DHCP server- Migrate service from RMSERVICES 2. DNS server- Migrate service from RMSERVICES 3. Group Policy— Migrate current group policy from RMDC1 vi. Unpack equipment and inspect for damage and hardware inventory vii. Verify server hardware viii. Server hardware installation and mounting ix. Server hardware RAID configuration x. Logical drive creation (RAID Level 5) A. Server firmware update xii. Installation Test xiii. Power on Test xiv. Server role configuration, activate services, and perform data migration xv. Configure Hyper V and migrate the following Virtual Machines: 1. RMVFS—Laserfiche, HDL Prime/Permit, IIS, SQL 2. RMPRINT— Print Server (22 printers) xvi. System handover b. Server: Backup Domain Controller- City Hall, 8838 E. Valley Blvd. i. Participate in customer meeting(s) if required ii. Site check iii. Conduct site -check with customer designated personnel if required iv. Existing server hardware and software verification v. Validate and document server role, services, and data in preparation for upgrade and migration 26 1. Secondary DNS vi. Unpack equipment and inspect for damage and hardware inventory vii. Verify server hardware viii. Server hardware installation and mounting ix. Server hardware RAID configuration x. Logical drive creation (RAID Level 5) xi. Server firmware update xii. Installation Test xiii. Power on Test xiv. Server role configuration, activate services, and perform data migration xv. System handover c. Server: Public Safety Center Domain Controller (Separate Domain) - 8301 Garvey Avenue i. Participate in customer meeting(s) if required ii. Site checks iii. Conduct site -check with customer designated personnel if required iv. Existing server hardware and software verification v. Validate and document server role, services, and data in preparation for upgrade and migration 1. DHCP server 2. DNS server 3. Group Policy vi. Unpack equipment and inspect for damage and hardware inventory vii. Verify server hardware viii. Server hardware installation and mounting ix. Server hardware RAID configuration x. Logical drive creation (RAID Level 5) A. Server firmware update xii. Installation Test xiii. Power on Test xiv. Server role configuration, activate services, and perform data migration xv. System handover 2. Deliver adequate staffing to address major and immediate problems and irregularities with servers. 3. Develop backup plans and procedural documentation for active servers and digitally archive. 4. Provide a 240 support hotline for after-hours emergencies. Vendor should be able to provide remote support after hours or report onsite within two hours if requested 27 by the City. Vendor should specify the hourly rate and any minimum hours for after-hours support. S. Provide a 30 -day support window post installation to troubleshoot and provide support as needed. 28 7. Additional Proposal Content Pricing — See detail in section 6 Services and Exceptions — Intelesys will sole source this project all with company personnel for complete quality control, no portion of this project will be outsourced. Intelesys does not take exception to any portion of the RFP nor the questions and answers document Copy of Vendor Agreement — Attached as follows, however if the city has a preferred professional services agreement, Intelesys is open to reviewing. IFE Attachment C Purchase Agreement PROPOSAL AND CONTRACT TO: FROM: INTELESYS COMMUNICATIONS 3155-B Sedona Court Ontario, CA 91764 Propose to furnish all materials and perform all labor necessaryto complete the following: Description TOTAL EQUIPMENT $ SALES TAX AT % $ INSTALLATION/PROGRAMMING $ TOTAL INVESTMENT NOTE #1: THIS TELEPHONE SYSTEM COMES EQUIPPED FOR _ TELEPHONE COMPANY LINES, STATION PORTS, AND All of the above work is to be completed in a substantial and workmanlike manner according to standard practices for the sum of $ Lease? Yes No Progress payments shall be made as follows: Payable to Upon Signing This Contract Doom Payment $ Upon completion of Installation $ This proposal is valid for 30 days, and if accepted on or before that date, work will commence approximately within 15 days and will be substantially completed approximately within 2 days. Subject to delays caused by acts of God, stormy weather, uncontrollable labor trouble, or unforeseen contingencies. Any alternation or deviation from the above specifications, including but not limited to any such alteration or deviation involving additional material and/or labor costs, will be executed only upon a written order for same, signed by customer and Intelesys-Communications, and if there is any charge for such alteration or deviation, the additional charge will be added to the contract price of this contract. A 30% fee will be charged for customer canceled contracts. If any payment is not made when due, Intelasys-Communications may suspend work on the job until such time as all payments due have been made. A failure to make payment for a period in excess of 5 days from the due date, shall be deemed a material breach of this contract. WARRANTY Months on parts and Months labor under normal wear and tear conditions. Extended warranty is available for additional cost. Respectfully submitted, INTELESYS-COMMUNICATIONS COMPANY Interconnect company 3155 Sedona Court Bldc B. Address Ontario, CA 91764 (888) 546-8353 City State Zip Phone ACCEPTANCE You are hereby authorized to furnish all materials and labor required to complete the work mentioned in the Proposal, for which I/we agree to pay the contract price mentioned in this Proposal, and according to the terms thereof. IAve have read and agree to the provisions contained herein, and in any attachments hereto, which are made a part hereof and are described as Authorized Signature Date: LICENSED BONDED INSURED State Lic. 4729063 Section 7019 -Contractor License Law Under the Mechanic's Lien Law, any contractor, subcontractor, laborer, material man or other person who helps to improve your property and is not paid for his labor, services or material, has a night to enforce his claim against your property. Under the law, you may protect yourself against such claims by filing, before commencing such work or improvement, an original contract for the work of improvement or a modification thereof, in the office of the county recorder of the county where the property is situated and requiring that contractors payment bond be recorded in such office. Said bond shall be in an amount not less than fifty percent (50%) of the contract price and shall, in addition to any conditions for the performance of the contract, be conditioned for the payment in full of the claims of all persons furnishing labor, services, equipment or materials for the work described in said contracL Contractors are required by law to be licensed and regulated by the Contractor's State License Board (3132 Bradshaw Road ) Sacramento, California. (Mailing Address: P. 0. Box 2600, Sacramento, California 95826) SEE REVERSE SIDE FOR CONDITIONS 011 • Intelesys is dedicated to serving its customers effectively. These provisions are intended to clarify the expectations of Intelesys and the Customer so that the Customer's needs may be met and misunderstandings may be avoided. The Customer is urged to read and understand these provisions before signing this agreement. Equipment installation: Intelesys will install the Equipment at the Customer's premises in a workmanlike manner. Intelesys will not be responsible for any delays in installation or and damages resulting there from. The Customer is responsible to provide appropriate space, power, and environmental controls for the Equipment. The Customer bears all risk of loss to the Equipment from all causes (such as casualty or theft) other than Intelesys' gross negligence, from the time that the Equipment is delivered to the Customers' premises, both before and after Installation is complete. If installation is delayed by the actions or inaction of the Customer or the Customer's other vendors, or if the Customer requests changes, then the Customer will pay Intelesys' normal charges for time, mileage, expenses, and supplies expended as a result of the delay or changes. Intelesys will provide training to the Customers personnel in the use of the Equipment up to the number of hours of instructor time indicated in this agreement Pricing: The Customer will pay all applicable sales, use, gross receipts, or other taxes. The Customer will pay Intelesys' normal rates for time, mileage, expenses, and supplies whenever Intelesys provides services to the Customer, which are not otherwise included in this agreement. Timely payment The Customer will pay the deposit when this agreement is signed by the Customer and will pay the balance immediately upon delivery of the Equipment, unless other arrangements are made in a signed agreement. Except as otherwise provided, all other charges will be due and payable by the Customer 10 days after the billing date. The Customer voll pay a late payment fee of 1-'/.% per month on any balance remaining unpaid 30 days after the billing date. The Customer will pay Intelesys $25 for any returned check. If the Customer has a good faith dispute with Intelesys over a portion of a payment due, the Customerwill pay the uncontested portion of the bill pending resolution of the balance; no objection to a bill will be considered valid unless it is received by Intelesys in writing within 30 days after the billing date. - Credit: This agreement is contingent upon Intelesys' approval of the Customer's credit. The Customer authorizes Intelesys to inquire of reporting agencies and others as to the Customers credit. - Acknowledgments: The Customer acknowledges and agrees to the following: - -Intelesys is a California corporation. - -Intelesys may contract with third parties to provide services to the Customer. Wherever the context permits, in this agreement Intelesys includes all persons and entities acting on behalf of or in concert with Intelesys. However, no such third party shall be deemed an agent or employee of Intelesys. - -Intelesys may transfer its interest in this agreement to a third party without the further consent of the Customer. - -Intelesys is relying upon the accuracy and completeness of all information provided by the Customer to Intelesys; the Customer's signature on this agreement constitutes the Customer's warranty and representation of the accuracy and completeness of this information. - -Telephone service may be interrupted or made unsatisfactory as a result of many circumstances, such as equipment failures, power outages, network outages, natural disasters, strikes, and simple human error. - •Changeoverto new service or equipment generallytakes 30 days and can in rare instances result in temporary interruption of service, errors in billing, and the like. This can be caused, for example, from unforeseen configuration problems, scheduling problems oath other vendors, lack of -Any projected savings are based upon Intelesys' experience with other customers and are not guaranteed. • Intelesys' only express or implied warranty, if any, is as specifically stated elsewhere in this agreement; beyond this, the Customer will look solely to the manufacturer's warranty, if any. Intelesys specifically makes no express or implied warranty or guaranty of uninterrupted service or that its services will be free from error or as to the description, quality, merchantability, completeness, or fitness for any purpose of any goods or services provided. Any warranty will not cover damage caused from other than normal use and will be voided if the Equipment is serviced by anyone other than Intelesys personnel. Risk management: The Customer accepts all risks and consequences of these acknowledged facts and of any other interruption of or interference or 31 problem wth its telephone service. The Customer expressly releases Intelesys and will hold Intelesys harmless from all liability, costs, and attomeysfees for any loss of business or any other consequential, incidental, general, special, and other damages, whether suffered by the Customer or by another person or entity, foreseeable or not, arising from any interruption in service, equipment failure, or other problem, whatever the cause, related to the Customers telephone service or this agreement, or arising from the Customer's use of the Equipment provided under this agreement, whether or not attributable to Intelesys' actions or inaction. The Customer expressly waives the provisions and benefits of Section 1542 of the California Civil Code, which provides. A general release does not extend to claims which the creditor does not know or suspect to exist in his favor at the time of executing the release, which if known by him must have materially affected his settlement with the debtor. Intelesys' obligation: If any problem arises, the Customer must inform Intelesys in writing. Intelesys' sole obligation is to exercise its best reasonable efforts to resolve problems of which it is made aware and which are within its control. If and only if Intelesys fails to do so within 30 days after receiving written notice, the Customer may terminate this agreement; this is the Customer's sole remedy. If Intelesys is asked to resolve a problem which was caused by the Customer, another vendor, or anyone other than Intelesys and which is not covered by the warranty (if any) provided by Intelesys, then the work will he billed to and paid by Customer at Intelesys' normal rates; such work is not included in the pricing of this agreement • Termination, This agreement may be terminated by Intelesys at any time (a) ifthe Customer's credit record is or becomes unsuitable in the solejudgment of Intelesys, (b) if the Customer breaches this agreement in any way or violates any law or regulation related to telephone service, or (c) if Intelesys is prevented by causes outside its reasonable control from performing its obligations. The Customer may terminate this agreement only if (i) Intelesys fails to remedy a problem within 30 days as provided specifically in this agreement or (ii) the Customerfirst pays to Intelesys the cancellation fee specified in this agreement Either party may terminate this agreement upon 30 days' written notice to the other party (provided that the release, hold harmless, and other provisions of an ongoing nature shall continue in effect). • Interpretation: This agreement incorporates the entire agreement of the parties as to its subject matter, replacing avid nullifying all prior representations, warranties, discussions, and agreements. This agreement can only be amended in writing and signed by the party to be bound by the amendment. The titles and headings are solely for convenience of reference and do not explain, limit, or modify any provision. If any portion of this agreement is held by a court to be unenforceable, it will be deemed modified to the extent necessary to be enforceable, and as so modified it will continue in full force. Each party agrees to execute and deliver all documents and to take all other steps necessary or appropriate to achieve the purposes of this agreement. This agreement will benefit and bind the heirs, successors, personal representatives, add assigns of the parties. If the Customer consists of more than one person or entity, then all obligations undertaken by the Customer are undertaken jointly and severely by each person or entity included as the Customer. Time is of the essence of this agreement. . Disputes: In the event of any default or dispute under this agreement, the non -defaulting or prevailing party will be entitled to recover reasonable attorneys' fees add costs from the defaulting or non -prevailing party, whether or not a lawsuit is fled. Any action instituted under this agreement may be brought only in Los Angeles County, California. • Signatures: Each individual signing this agreement on behalf of a party individually represents and warrants to the other party that the individual has full power and authority to sign this agreement on behalf of the party. This agreement will be deemed approved by Intelesys when either a copy signed by Intelesys is delivered to the Customer or Intelesys begins to perform its obligations under the agreement. References - Intelesys 32 Reference #1 Customer Name City of San Marino Contact Name Paul Chung Project Costs and term $180,384 annually plus CIP projects Contact Telephone Number (626) 300-0708 Contact E-mail pchung@CityofSanMarino.cra Service period 2017 to present Project Details Full IT Management, end user support, server and infrastructure management, (26) Virtual servers across 5 hosts / 4 sites 32 Reference #2 Customer Name City of Big Bear Lake Contact Name Kelly Ent Project Costs and term $125,268 annually plus CIP projects Contact Telephone Number (909)866-5831 ext. 119 Contact E-mail kent@citybigbeadake.com Installation Date of Comparative System 2007 to present Project Details Full IT Management, end user support, server and infrastructure management, (21) Virtual servers across 5 hosts. Completed recent server upgrade / full migration project within the last year 32 Reference #3 Customer Name Laborer's Training School Contact Name Dominic Robles Project Costs and term $32,241 plus $76,200 ongoing annual management Contact Telephone Number (626) 610-1710 Contact E-mail dominic@laborerstrainingschool.com Installation Date of Comparative System 2018 to present Project Details Full Network Replacement with ongoing full network and server management (desktop support provided by customer) 32