REQUEST FOR PROPOSALS. Enterprise network switching equipment & Services. July 26, City of Campbell Information Technology Department

Similar documents
REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

Mobile and Stationary Security Patrol Services

INVITATION TO BID LANDSCAPE SERVICES

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CAMPBELL, CA REQUEST FOR PROPOSAL TO REPLACE LEFTHAND STORAGE AREA NETWORK (SAN) AND ASSOCIATED SWITCHING EQUIPMENT

REQUEST FOR PROPOSALS

LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO /

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

Attachment B - Redline of Previous Contract Page 1 of 10

REQUEST FOR QUALIFICATIONS. Workforce Innovation & Opportunity Act Curriculum Development & Industry Engagement Services

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

Westwood Village Farmers Market Request for Proposals May 14, 2012

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA

REQUEST FOR QUALIFICATIONS

WEST VALLEY SANITATION DISTRICT

Real Estate Acquisition Services For Neighborhood Stabilization Program

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

REQUEST FOR PROPOSAL Compensation Consulting

SHORELINE AREA TREE TRIMMING

RFP of WIDE AREA NETWORK CONNECTIONS For Moreland School District

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

Request for Proposal

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

Service Providers for Agency Marketing and Outreach Campaigns

Richland County Recreation Commission. Request for Proposal. Information Technology Infrastructure Evaluation and Staffing Analysis

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

Request for Proposal. TITLE: Electronic Payments. Closing Date & Time: Monday, May 20, 2:00 pm. Schedule of Events RFP Release April 22, 2013

Benton Harbor Area Schools Benton Harbor, MI 49022

LONE TREE SCHOOL BELL SYSTEM

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT INVITATION FOR BID Equipment Procurement for FTTP Project

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES

PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

REQUEST FOR PROPOSALS BY THE PLACER MOSQUITO AND VECTOR CONTROL DISTRICT FOR AN AERIAL MOSQUITO CONTROL LARVICIDE CONTRACTOR

Request for Proposal. Treynor Community Schools. New Switching

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

Insurance Requirements for Contractors

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

Certificate of. Insurance Information. Packet

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

EXHIBIT B. Insurance Requirements for Construction Contracts

Real Estate Services For Neighborhood Stabilization Program 3

REQUEST FOR PROPOSAL

ELMHURST PUBLIC LIBRARY REQUEST FOR PROPOSAL ENTITLED HIGH BANDWIDTH INTERNET ACCESS

LONE TREE SCHOOL FLOORING REPLACEMENT

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

1033 Fifth Street Clovis, CA (559)

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Request for Proposal General Ledger Software

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR ADULT BASKETBALL REFEREES

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

LED Streetlight Services. RFP # City of Portsmouth John P. Bohenko, City Manager

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING.

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

City of Beverly Hills Beverly Hills, CA

City of Loveland, Ohio

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

LEGAL SERVICES RFP # AUGUST 13, 2018

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

Issued October 25, 2012 SUBMITTAL DEADLINE. Housing Authority of the City of San Buenaventura 995 Riverside Street Ventura, CA 93001

RFP GENERAL TERMS AND CONDITIONS

Request for Proposal. Marina Coast Water District

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Contractor s Insurance Requirements

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

Management of Jobing.com Arena

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

Oscoda Area Schools Oscoda, MI Telecommunications Request for Proposal

REQUEST FOR PROPOSALS FOR IT Services Eng & Maintenance Services

Request for Proposals

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

CITY OF CRESCENT CITY REQUEST FOR PROPOSALS (RFP) PROFESSIONAL AUDITING SERVICES

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

Transcription:

REQUEST FOR PROPOSALS Enterprise network switching equipment & Services July 26, 2017 City of Campbell Information Technology Department

REQUEST FOR PROPOSAL FOR Enterprise network switching equipment & Consultant Services TABLE OF CONTENTS 1. Background... 3 2. Definitions... 3 3. Project Location Characteristics... 4 4. Preliminary Scope of Work... 4 5. Required Specifications... 5 6. Project Schedule and timeline... 6 7. Evaluation Criteria... 7 8. Bidder Submission Requirements... 7 9. Proposal Requirements... 8 10. Short List Selection Process... 9 11. Finalist Selection Process... 10 12. Selection Criteria... 10 13. Additional Information... 11 14. Attachments... 11 Page 2

1. Background The City of Campbell s network switching equipment has reached end of life and is in need of replacement. The current switching equipment is a combination of HP and Dell managed and unmanaged network switching equipment. The requirements for increased security, network capacity and expected hardware obsolescence require the city to acquire current technology and build a solid and sustainable foundation for future technology demands such as hosted telephony, SaaS and IaaS, and evolving requirements for government transparency through open data portals. Campbell s technology foundation must evolve to lay a foundation for the city to fully take advantage converting its phone system from standard POTS to VOIP or managed telephony services. This includes Interactive Voice Response (IVR) systems and Automated Call Distribution Systems (ACD). This removes the need to manage VOIP or PBX switching equipment and reduces much of the complexity and cost of IT operations. The city is also slowly migrating existing enterprise applications to cloud based SaaS systems whenever these platforms offer a compelling value proposition to the city. This migration will increase the demands on the network in overall performance and flexibility. The demands on the network equate to higher data speeds on the LAN and WAN. This requires network switching equipment to provide for 5-7 years of technology growth. The city desires to achieve our migration to cloud and hosted services in the most efficient way possible. This includes a staged migration beginning with the upgrade of managed and unmanaged network switching equipment and core routing equipment. Transparency of government operations is a priority for the City of Campbell. Providing live streaming for official government meetings, recorded access to meeting video, and open data portals for public access will require additional security requirements and extended network capability. 2. Definitions 1. City means the City of Campbell, California. 2. Proposers, Bidder, Vendor, Supplier, Consultant, Contractor, Subcontractor, Subconsultant and Subrecipient are used interchangeable throughout this invitation to mean the person, firm, or corporation or other entity submitting a Proposal in response to the Request for Proposal. 3. Switch Network Switches refers to an Ethernet Layer 3 capable switch that is functional when operating standalone but which can also be set up to operate additional network switches, with this group of switches showing the Page 3

characteristics of a single switch but having the port capacity of the sum of the combined switches. 3. Project Location Characteristics City Characteristics Campbell is a city in Santa Clara County, California, and part of Silicon Valley, in the San Francisco Bay Area. Campbell's unofficial population is about 40,000 residents although not a major high-tech city like many of its neighbors, Campbell is the original home of ebay and of its creator and is home to executives and employees of the most innovative technology companies in the world. Campbell is bordered on the east and north by San Jose, on the south by Los Gatos, and on the west by a small portion with the city of Saratoga. Current Network The city of Campbell currently manages one core network router with 19 managed switches at the edge. There is a mix of HP and Dell switches currently in use. The switches are all 24 ports and can transmit up to 1,000 Mbit/s. The core switch is HP 4208vl switch with 68 ports and 1,000 Mbit/s Ethernet speed. The city network wiring backbone is mostly CAT 5 to the LAN and a collection of fiber, private, or telephony connection to external offices and facilities (WAN). The network is segmented to accommodate the needs of the Campbell Police Department and their requirements to separate non-trusted data from trusted data required by the Department of Justice (CJIS, FIPS 140-2). The city currently uses a SOPHOS UTM 9 end user protection equipment to protect the enterprise from outside threats. 4. Preliminary Scope of Work The City of Campbell has a need to replace its core and LAN/WAN managed edge switching equipment and to add a core router to provide a better level of network security and management and to build a solid and sustainable foundation to expand future options. The city would like to utilize newer technology in L3 switching equipment that offers easier maintenance, redundancy and flexibility to a variety of end-points including desktop, mobile, smartphones, IP based desktop telephony, and the growing opportunities presented by Internet of Things (IoT) technologies, and SaaS, IaaS solutions. All sites on the network must support full Internet Protocol (IP) services/ports and advanced services, including, but not limited to SDN, H.323 audio and video conferencing, large (100 MB+) file transfers, web-based audio and video Page 4

streaming. Audio and video streaming reflect the city s position to continue to be transparent and to provide live council meetings and open data to the public. The city will migrate to IP based phone service in the future so the networking equipment must meet the requirements for Voice over IP (VoIP) protocols and include network speeds in excess of 1000 Mbit/s and full support for both IPsec and SSL VPN traffic/services. All equipment, transmission methods, and systems must be industry-standard. Industry-standard is defined as the most current version of relative standard(s) set by an American National Standards Institute (ANSI) or International Organization for Standardization (ISO)-accredited Standards Developing Organization (SDO), such as the Institute of Electrical and Electronics Engineers (IEEE), Telecommunications Industry Association (TIA), or Electronic Industries Alliance (EIA). The overall reliability of the proposed network, and all components that comprise the network, is an important proposal evaluation criterion. All hardware must be manufactured by a recognized market leader with at least five (5) years of experience. As an attachment to its response to the RFP, the vendor must provide manufacturer specification/data sheets for all hardware that is proposed. All equipment and hardware supplied must be new and must include a lifetime hardware warranty and maintenance for at least 5 years. 5. Required Specifications The city is interested in a platform that maximizes network extensibility while significantly decreasing overall maintenance costs and required consulting services. The overarching goal of the city is to have its IP based network to become the backbone for all communications formats. These include: Video communications Telephony Desktop Computer Mobile computers Smartphones, Tablets IoT (Internet of Things) Smart Cities (IoT) To achieve these goals, the city requires the following standards be strictly followed by vendors that offer network solution proposals: Compliant with H.323 ITU (Audio Visual Communications Standard) Page 5

4-48 Small Form-factor Pluggable (SFP) 10Gbe ports (fiber optics options) We are interested in securing up to 96 HPE Smart Rate Multi-Gigabit ports, similar to Aruba or HP (faster speeds on existing cable) so we can extend the use of our existing Cat 5 cabling. Switch fabric speed 2030Gps (fast cross connection between switching equipment) Advanced classifier-based Quality of Service (QoS) (advanced traffic shaping) Traffic prioritization and bandwidth shaping Software Defined Networking (SDN) supporting OpenFlow 1.0 and 1.3, or later specifications (Control flow among network switches) Unified wired and wireless policy support (similar to Aruba ClearPass Policy Manager) Scalable line rate 40GbE for wireless traffic aggregation Supports Virtual Switching Framework (VSF) Supports Virtual Router Redundancy Protocol (VRRP) and/or IRF (virtualization of network switching) Hot-swappable modules Graphical /Web-based interface to manage edge switching and core router. Included Items Redundant power supplies, Rack mount kits (as needed) General cabling organization and cleanup Administrative training Installation, including routing setup and system testing Equipment maintenance and support Warranty Items Lifetime hardware warranty at no additional cost Lifetime software feature updates, bug fixes, and patches at no additional cost 6. Project Schedule and timeline The preliminary project schedule is as follows: Milestone Date Time RFP Release 7/26/2017 Tour of facility and network TBA Deadline to submit questions 8/18/2017 5:00 PM PST Page 6

Posting of submitted questions Ongoing Submission Deadline 9/1/2017 5:00 PM PST Vendor presentations 9/11/2017 9/15/2017 TBD Vendor evaluation and negotiations TBD Recommendation to city Council TBD Project Begins. TBD 7. Evaluation Criteria Criterion Weight Criterion Description Ability to meet Requirements 30% Ability of proposed products and services to meet or exceed the basic requirements listed in the RFP. References and Experience 20% Meet or exceed the requirements listed in the RFP and have customer similar in size and/or intention as the City of Campbell, CA. Company position in industry 20% Company must be positioned as one of the top tier per the RFP guidelines. Cost 30% Pricing must be completely priced and not exceed the specified budget for the project. 8. Bidder Submission Requirements The submittal should be prepared in 8 ½ x 11 forms using a 12-point font size for the text. Please do not submit information that must be returned or information that does not pertain to this RFP. Proposals must be received no later than 5:00 p.m. (PST), DATE 9/1/2017. Please submit five copies identified clearly with the words Enterprise network Switching Equipment to: City Clerk City of Campbell 70 N. First Street, Campbell, California 95008 All questions related to the Request for Proposals (RFP) must be submitted in writing via e-mail to: cocnetrfp@cityofcampbell.com with Enterprise Network Switching Equipment in the subject. Questions must be submitted by 5 p.m. on July 31, 2017. Page 7

Minimum Eligibility Requirements Eligible firms shall be those considered to be in the top 10 in the area of network switching or equivalent in technology position as Cisco, Juniper, and HP. The company should be considered listed as part of Gartner magic quadrant evaluation of top tier Network Companies. 9. Proposal Requirements Proposals must contain the following information listed in the following order: 1. Cover Letter. Please include a cover letter stating project interest which includes: A statement describing why your firm considers itself qualified to complete the project and perform the work required in a responsive manner; and A description of the anticipated interaction with the client. 2. Review of Preliminary Scope of Work. Review the preliminary scope of work and provide comments, suggested modifications, changes and/or additions as appropriate. 3. Review of Preliminary Project Schedule. Review the preliminary project schedule and provide comments, suggested modifications, changes and/or additions as appropriate. Indicate resources that will be allocated to each major task to meet this schedule and discuss your firm s flexibility and record in catching up if milestone dates are not met. Discuss your firm s commitments to other projects in the time frame coinciding with this project. 4. Qualifications and Capabilities. Provide a detailed discussion of the qualifications and experience of the Project Manager that would be assigned to this project. Provide additional information regarding the qualifications and experience of all others that will be assigned to work on the project team. Please submit resumes of only those individuals that will actually be assigned to work on the project. Indicate how your firm s resources will work together to complete this project. An organizational chart is recommended. 5. Subconsultants. Identify any subconsultants your firm will utilize to complete this project. Include resumes of the individuals who will be directly involved in this project, and briefly describe your firm s past Page 8

experience, working relationship and involvement in joint projects with these subconsultants. 6. Related Project Experience and References. Present a description of your firm s Project Manager s past performance on similar projects, including coordinating the work of subconsultants. Provide locations, description of work, dates of deployments and value of contracts, if applicable. Include name, address and phone number for three (3) references. Provide a summary or record of your firm s experience with similar projects. 7. Fee Estimate. Submit a fee estimate for each task outlined in the preliminary Scope of Work. Provide a breakdown of the fee for each task showing the estimated hours of each project staff member assigned to the task and the associated fee for that project staff member or subconsultant. Also, provide hourly rate schedules for all key project staff, including subconsultants. 8. Insurance Coverage. Identify carriers, A.M. Best ratings, types and limits of insurance carried by your firm. Provide a statement verifying that your firm meets the insurance requirements contained in Attachment 3. 9. Additional Information. Please provide a list of contracts/agreements terminated for convenience or default within the past three years, if any. List any litigation that now affects or may affect the firm s ability to perform in the future. 10. Short List Selection Process A review committee of City Staff will evaluate all responses to the Request for Proposals that meet the submittal requirements and the submittal deadline. Those submittals that do not meet the submittal requirements or the deadline will not be considered. A preliminary ranking of consultant firms will be developed based on a review of each respective applicant s Proposal. Based on this ranking, a short list of consultants will be established and contacted in writing for interviews. At the discretion of the City, references of the firms invited for interviews may be contacted. Page 9

11. Finalist Selection Process A single set of interviews with the top ranking firms will be held in order to establish the final ranking. Approximately twenty-five minutes will be allowed for presentations and twenty minutes for questions by the selection group, including feedback on comments received from references. The consultant s proposed Project Manager must lead the presentation. A selection group composed of staff from the City will evaluate the finalist. The presentations will focus on the proposed project team, their relevant project experiences and the proposed organization chart to facilitate coordination and communication between the City and the consultant. Other factors that could be discussed include project approach, philosophy, design, and decision-making processes, and underlying technology. Other questions that will be addressed include discussion of the ability to meet schedules or deadlines, complete projects without having major cost escalations or overruns, and familiarity with project costs in the area. The selection group will rank the consultants. Final ranking of consultants will be based on the Proposal, the interview, and the results of reference checks. 12. Selection Criteria The following selection criteria will be used to rank both the Proposal and interview of the finalists. 1. Responsiveness to the issues identified in the RFP. 2. Familiarity with the challenges presented by the project. 3. Technical skills and expertise of the firm and their ability to manage a team of subconsultants, if applicable. 4. Demonstrated ability to manage a project of the type, size and complexity described. 5. Reputation for personal and professional integrity and competence, and key personnel s professional background, caliber and availability for this project. 6. Qualifications and experience of proposed subconsultants identified for this project. 7. Experience of lead consultant and subconsultant working together as a team. Page 10

8. Review of firm s current and projected workload in the time frame coinciding with this project. 9. Ability to communicate clearly and concisely. 13. Additional Information The City reserves the right to accept or reject any or all Proposals, or to alter the selection process if warranted, to postpone the selection process for its own convenience at any time, and to waive any defects in the Request for Proposals. The City also reserves the right to accept or reject any individual subconsultant that a candidate proposes to use. This RFP and the interview process shall in no way be deemed to create a binding contract or agreement of any kind between the City and the proposers. The City s standard form of consultant agreement will form the basis of the contract between the parties. Each proposer responding to this RFP acknowledges and agrees that the preparation of all materials for submittal to the City and all presentations, related costs and travel expenses are at the proposer s sole expense and the City shall not, under any circumstances, be responsible for any cost or expense incurred by the candidate. In addition, each proposer acknowledges and agrees that all documentation and/or materials submitted with the RFP shall remain the property of the City. 14. Attachments The following attachments are incorporated into the Request for Proposals: Attachment A - Insurance Requirements Page 11

ATTACHMENT A - INSURANCE REQUIREMENTS CONSULTANT shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to properties, which may arise from, or in connection with, the performance of the work hereunder by the CONSULTANT, his agents, representatives, employees, or sub-consultants. The cost of such insurance shall be included in the CONSULTANT s fee. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/96) covering Commercial General Liability and Insurance Services Office form number GL 0404 covering Broad Form Commercial General Liability; or Insurance Services Office Commercial General Liability coverage ( occurrence form CG 0001), including X, C, U (explosion, collapse, underground). 2. Insurance Services Office form number CA 0001 (Ed. 12/93) covering Automobile Liability, code 1 any auto, or code 2 owned autos and endorsement CA 0025. Coverage also to include code 8 hired autos and code 9 non owned autos. 3. Workers Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 4. Errors and Omissions Liability insurance appropriate to the CONSULTANT s profession. B. Minimum Limits of Insurance CONSULTANT shall maintain limits no less than: 1. Commercial General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers Compensation and Employers Liability: Workers Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Page 12

C. Deductibles and Self-Insured Retentions Any deductibles of self-insured retentions must be declared to, and approved by, the CITY. At the option of the CITY, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the CITY, its officials, employees, agents, and contractors; or the CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses in an amount specified by the CITY. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The CITY, its officials, employees, agents, and contractors are to be covered as an additional insureds as respects: liability arising out of activities performed by, or on behalf of, CONSULTANT; products and completed operations of the CONSULTANT; premises owned, leased, or used by the CONSULTANT; or automobiles owned, leased, hired, or borrowed by the CONSULTANT. The coverage shall contain no special limitations on the scope of protection afforded to the CITY, its officials, employees, agents, and contractors. b. The CONSULTANT s insurance coverage shall be the primary insurance as respects the CITY, its officials, employees, agents, and contractors. Any insurance or self-insurance maintained by the CITY, its officials, employees, agents, or contractors shall be excess of the CONSULTANT s insurance and shall not contribute with it. c. Any failure to comply with the reporting provisions of the policies shall not affect coverage provided to the CITY, its officials, employees, agents, or contractors. d. Coverage shall state that CONSULTANT s insurance shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer s ability. 2. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced in limits except after thirty (30) days prior written notice has been given to the CITY. Page 13

E. Acceptability of Insurers Without limiting Consultant's indemnification provided hereunder, Consultant shall take out and maintain at all times during the life of this contract, up to the date of acceptance of the work by the City, the policies of insurance listed. Insurance is to be issued by an issuer with a current A.M. Best Rating of A:VII and be authorized to transact business in the State of California, unless otherwise approved by the City. F. Verification of Coverage CONSULTANT shall furnish the CITY with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Copies of all the required ENDORSEMENTS shall be attached to the CERTIFICATE OF INSURANCE, which shall be provided by the CONSULTANT s insurance company as evidence of the stipulated coverages. This proof of insurance shall then be mailed to: G. Subconsultants CITY OF CAMPBELL Information Technology Department 70 North First Street Campbell, CA 95008-1423 CONSULTANT shall include all subconsultants as insureds under its policies or shall obtain separate certificates and endorsements for each subconsultant. Page 14