HomeMy WebLinkAbout09/20/2011, C2 - PUBLIC SAFETY SERVER REPLACEMENT �I I
council McwyDW 9-20711
j ac,Enaa nepont 1�N�.b. c�
CITY OF SAN LUIS OBISPO
FROM: Deborah E. Linden, Chief of Police
Prepared By: Melissa Ellsworth, Senior Administrative Analyst
Miguel Guardado,.Supervising Network Administrator
SUBJECT: PUBLIC SAFETY SERVER REPLACEMENT
RECOMMENDATION
Award a contract to Solutions II in the amount of $265,284 for the replacement of the public
safety computer-aided dispatch and records management system servers.
DISCUSSION
Background
Since January 1998, the Police and Fire departments have utilized software from Spillman
Technologies (Spillman) to meet the City's public safety information management needs. The
City started with two modules from Spillman: Computer-aided Dispatch (CAD) and Records
Management System (RMS). These modules process, store and manage all police and fire
incident information within the City. Since the initial implementation, the CAD/RMS system has
grown to encompass over 18 modules including: personnel management, mobile
communications, evidence management, mapping tools, and numerous reporting systems.
Current Server Status
The existing public safety servers for the Spillman system were purchased in 2007. Staff's
objective at that time was to design a system that would prevent the interruption of critical public
safety systems should a server experience problems, require maintenance or fail. In order to
achieve this goal, a system based on "clustering" was recommended which would provide server
"uptime" 99.9%of the time.
Clustering provides fault tolerance, whereby back-up elements are utilized to ensure continued
system operation in the event of hardware failure. This design involved the purchase and
configuration of two IBM servers, each being a mirror image of the other so that the end user
would have little or no knowledge of one server being "down" or recognizing which server was
in use. Because of this, both Police and IT staff work closely with Spillman and IBM to ensure
that any changes made to the configuration and/or operating system are duplicated on each
server. The clustered servers have worked well and have met the reliability goals.
The Spillman servers had been scheduled for an upgrade in 2010; however, due to the stability of
the servers at that time, IT staff recommended postponing the replacement. Servers wear out over
time and lose their reliability, and become unable to support software upgrades and
C2-1
O
Council Agenda Report—Public Safety Server Upgrade Page 2
advancements. Therefore, a server upgrade was approved in the 2011-13 Financial Plan, with
$350,000 budgeted in 2011-12 for the upgrade.
Staff considered a "Cloud Based" solution for this project, but due to the high security
Department of Justice and 99.9% system uptime requirements, cloud computing was not a viable
solution.
Server Design
Police and IT staffs have been working with Spillman and their recommended vendor, Solutions
II, since mid-June to design a system with the following requirements:
I. Support existing Spillman applications.
2. Allow for future Spillman upgrades and module implementation.
3. Continue to prevent interruption of critical public safety services by applying the existing
clustered environment to the server replacements.
4. Design a system that will allow for disaster recovery (DR) possibilities in the future. This
design would provide an opportunity to relocate one of the servers to an offsite location.
Contract Award -Sole Source Justification
In past years the City used a Spillman recommended technical consultant, ASG for maintenance
and support of the Spillman CAD/RMS system at Police. ASG no longer supports Spillman
services which resulted in Spillman selecting a new exclusive service vendor for their products.
Spillman Technologies has developed a strong working relationship with Solutions H, a provider
of technology solutions to Spillman public safety agencies. Solutions II is very experienced with
Spillman software and the company has managed and implemented clustered server projects for
other Spillman sites, utilizing IBM solutions, which is preferred by IT staff. Because Solutions II
works so closely with Spillman, the company has an understanding of the City's public safety
software needs. Because of this experience, Solutions II is highly qualified to recommend and
deliver an optimal server design for the City. Spillman will also have a technician on-site during
the server implementation process, assisting the City and Solutions II with the upgrade. For
these reasons staff's recommendation is to sole source the CAD/RMS upgrade project to
Solutions H.
Project Schedule
Tasks Date
1. Execute contract September, 2011
2. Configure and Install New Infrastructure October, 2011
3. Test GLVM Replication and Failover October, 2011
4. Migrate Spillman data to new servers November, 2011
5. Dispatch goes live with new server system November 14,2011
CONCURRENCES
The Police and Fire Chiefs and the Director of Finance/IT concur with the recommendation.
C2-2
�✓ V
Council Agenda Report—Public Safety Server Upgrade Page
FISCAL IMPACT
The City Council appropriated $350,000 to replace the Spillman servers as part of the 2011-13
Financial Plan. CIP funds are currently available for this project:
FY 201142 Capital-Improvement Plan _ Budget
Computer Aided Dispatch Server Replacement $350,000
40080100.91096956 91096400.910969
ALTERNATIVES
1. Defer or deny the project. Given the age of the existing servers, the mission critical
nature of the Spillman applications, and the need to upgrade software in the near
future, it is imperative the replacement occur this fiscal year in order to avoid risk of
failure. Additionally, due to IT's project schedule, deferring the replacement of the
servers may result in conflicts with other project timelines and therefore limit the
resources available for this upgrade.
2. Initiate a formal bid process. Due to the nature of this application, the existing
relationship between Spillman and Solutions II, and Solutions I1's knowledge of the
Spillman application and the City's needs, staff believes that Solutions II (in
collaboration with Spillman) is uniquely qualified to recommend and implement the
ideal server system. Contracting with Solutions 11 also allows for more accountability
from Spillman because of their close relationship. Staff does not recommend
conducting an open bid process for the server replacement given the efficiencies to be
gained by sole source contracting with Solutions II. It is important to note that
Solutions II utilized the Western States Contracting Alliance (WSCA) pricing as its
pricing standard and was able to provide us with a pricing discount ensuring that the
City is getting the best price possible.
ATTACHMENT
• Agreement
Exhibit A—Quote
Exhibit B —Professional Services Statement of Work
Exhibit C - Professional Services Statement of Work
Exhibit D—Contract Performance Terms
T:\Council Agenda ReportsTolice CAR\2011\Server Replacement\CAR_2011 CAD Servers.doc
C2-3
ATTACHMENT
��L C)
AGREEMENT
777., 7 7
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on Sept 8, 2011 by and
between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and
SOLUTIONS II,hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, the City wants to upgrade and replace the public safety computer-aided dispatch and records
management system(CAD/RMS)server.
WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so
which has been accepted by City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained,the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,
as first written above,until acceptance or completion of said services.
2. INCORPORATION BY REFERENCE. Contractor's quote number SLO-4 is hereby
incorporated in and made a part of this Agreement.
3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay
and Contractor shall receive therefor compensation in a total sum not to exceed$265,284.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as set
forth in Exhibits A, B and C attached hereto and incorporated into this Agreement. Contractor further agrees to the
contract performance terms as set forth in Exhibit D attached hereto and incorporated into this Agreement.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Manager of the City.
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of
any force or effect, nor shall any such oral agreement, understanding,or representation be binding upon the parties
hereto.
C24
ATS �""HhAENT
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage
prepaid by registered or certified mail addressed as follows:
City City Clerk
City of San Luis Obispo
990 Palm Street
San Luis Obispo,CA 93401
Contractor Todd Bowling
Solutions II
8822 S.Ridgeline Blvd. Suite 205
Littleton,CO 80129
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each
individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute
Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
first above written.
ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation
By:
City Clerk Mayor
AP RO\ ASTO ORM: CONTRACTOR
t By:
City Attorney Solutions II
C2-5
Solutions Il Quote
Pariarmi9g Abcad of thn i
Quote#: SLO-4
Prepared For: Dote: 9.8.11
Company: San Luis Obispo Account Rep: Jeff Robbins
Project: Exhibit A-IBM based Infastructure Quote Phone: 801467-4888 x 3360
Quote expiration: 10.8.11 Fax: (801)466-0907
Erroil: ieff.rob1b1nS(@S01L111onS-
Notes:
1. Sh-Dp n9 and foxes are rot included in mit prieo quote.and w.!be invoiced as applicable,
2. F.na:configurotbn and prices subject to change based upon the final solutions assurance review and consultation with client.
3. Pfces quoted assume stordara farms and cond.tions.net 30.
C A detai:aC services Scope of Wont(SOW)wt;be presented prior to the commencement of services.
5. No sorvicas w=a be schodu".ed prior to Solutions II receiving a signed SOW.
A.This price quote,supporting configuratfons,and any associated contracts are confidential to the client specified and Solutions I.
Production Server
8202-E4B _ SERVER 1:8202 MODEL E413 t
8202-E48-0265 AIX PARTITION SPECIFY 2
8202-E4B-1824 QUAD-PORT 1 GB HEA DAUGHTER CARD 1
8202-E4B-1886 146GB 15K RPM SFF SAS DISK DRIVE 4
8202-E4B-2146 -_ - - - PRIMARY OS-AIX 1 _ _ -' - -----
8202-E4B-3930 SYSTEM SERIAL PORT CONVERTER CABLE 1
8202-E4B-4529 16GB(2XBGB)MEMORY DIMMS,1066 MHZ,2GB DDR3 DRAM 2
8202-E4B-4650 RACK INDICATOR-NOT FACTORY INTEGRATED 1
8202-E4B-5227 POWERVM STANDARD EDITION 8
8202-E48-5603 SYSTEM AC POWER SUPPLY-1725 W 2
8202-E4B-5618 STORAGE BACKPLANE--6 SFF BAYS/SATA DVD/HH TAPE 1
_ 8202-E4B-5631 SPLIT DRIVE BAY CAPABILITY FOR#5618 1
8202-E4B-5717 4-PORT 10/100/1000 BASE-TX PCI EXPRESS ADAPTER 1 _
8202-E4B-5762 SATASLIMUNE DVD-RAM DRIVE 1
--- 8202-E4B-5901 - -- - _ -PCIE DUAL-X4 SAS ADAPTER ---_ _ - -_ t - - -
8202-E4B-6458 POWER CABLE-DRAWER TO IBM PDU,14-FOOT,250V/10A 2 — -
8202-E4B-7134 IBM RACK-MOUNT DRAWER BEZEL AND HARDWARE 1
8202-E4B-7145 IBM/OEM RACK-MOUNT DRAWER RAIL KIT 1
8202-E48-8352 8-CORE 3.0 GHZ POWER?PROCESSOR MODULE 1
8202-E4B-8362 ONE PROCESSOR ACTIVATION FOR PROCESSOR FEATURE#8352 . 4
8202-E4B-8365 ZERO-PRICED PROCESSOR ACTIVATION FOR 48352 4
8202-E4B-9300 LANGUAGE GROUP SPECIFY-US ENGLISH 1
8202-E4B-9440 NEW AIX LICENSE CORE COUNTER
5692-A6P SYSTEM SOFTWARE 1
5692-A6P-0967 AIX V6 FOR POWER 1
5692-A6P-0968 AIX V6 EXPANSION PACK 1
5692-A6P-0970 AIX V6 UPDATE 1
5692-A6P-1100 DVD PROCESS CHARGE 1
5692-A6P-3435 DVD/CD-ROM
5692-A6P SYSTEM SOFTWARE 1
5692-A6P-1101 _ DVD PROCESS NO CHARGE 1
5692-A6P-1404 VIOS EXPANSION PACK 1
5692-A6P-2201 VIRTUAL 1/0 SERVER 1
5692-A6P-3435 DVD/CD-ROM 1
5692-LOP _ SPO FOR UNUX ON POWER
5692-LOP-1101 DVD PROCESS NO CHARGE 1
Solutions II Confidential Page 1
C2-6
EXHIBIT "All.-
5692-LOP-1479 SYSTEM P AVE X86 MEDIA 1
5692-LOP-3435 DVD/CD-ROM 1 _
5765-AVE IBM POWERVM LX86 FOR X86 LINUX 1
5765-AVE-0001 PER SERVER 1 _
5765-G62 AIX 6 FOR POWER V6.1 1
5765-G62-0103 PER PROCESSOR-SMALL POWER 7 8
5765-PVS POWERVM STANDARD EDITION 1
5765-PVS-0001 PER PROCESSOR SMALL SYSTEM 8
5773-PVS POWERVM STANDARD EDITION SW MAINTENANCE:3 YR 1
5773-PVS-1015 PER PROCESSOR SMALL SYSTEM 3YR REG 8
5773-PVS-1017 PER PROCESSOR SMALL SYSTEM 3YR 24X7 8 _
5773-SM3 SOFTWARE MAINTENANCE FOR AIX.3 YEAR 1
5773-SM3-1252 PER PROCESSOR 3 YR SWMA SMALL POWER 7 REG 8
5773-SM3-1253 PER PROCESSOR 3 YR SMALL POWER 7 7X24 SUPPORT 8
3572S5R n Storage TS2900 Tape Autoloader with LT05 HH SAS drive and Rack. 1
44E8700 IBM 3Gb SAS HBA Controller v2 1 _
95P4713 2M Mini-SAS/Mini-SAS lx Cable 1
46C2084 Ultrium 5 Data Cartridge(5-pack) 2
23R7000 Rack to POU Line Cord 1
23R7141 2.8m Power Cord 125V _ 1
91Y6413 3 Year Onsite Exchange 24x7 4 Hour Response 1
7042-CR4 Hardware Management Console 1 -
24 x 7 HW Uplift 24 x 7 HW Uplift - - -- 1 _ --
Production Storage-FAS2020-FS2-R5
SW-BASE-PK-P SW,BASE Pack,-P 2
SW-DFM-MGMTSVR-S SW,DFMManagement$erver,Speciol 1
X5518A-R6 Rack Mount Kit,FAS2020/40.R6 1
X6524-R6 Cable,Cntlr-Shelf/Switch,2m,Pair,LC/LC.Op 2 _
X6539-R6 SFP,Opticol,4.25Gb,R6 4
X800E-R6 Power Cable North AmerIca,R6 2
FAS202OA-HA-SW-R5 FAS2020A,HA CFO Software,R5 2
SW-TIC-NFS-S-C Soffware.NFS,T1 C.Special,-C 2
SW-TIC-CIFS-S-C Saftwore.CIFS.T1C.Special:C 2
SW-TIC-FLEXCACHE-C FlexCacheSoftware,NFS,TIC,-C 2
FAS202OA-12X300-BASE-R5 FAS2020A,12x300GB,Base,R5
CS-02-4HR SupportEdge Premium 4hr Onsite 1 _
Backup Server
8202-E413 SERVER 2:8202 MODEL E4B 1
8202-E4B-0265 AIX PARTITION SPECIFY 2
8202-E4B-1824 QUAD-PORT 1 GB HEA DAUGHTER CARD 1
8202-E4B-1886 146GB ISK RPM SFF SAS DISK DRIVE 4 -
8202-E4B-2146 _✓- PRIMARY OS-AIX-
8202-E4B-3656 SAS SFF CABLE _ _ - 1 --- -_---- -- --
8202-E48-3930 SYSTEM SERIAL PORT CONVERTER CABLE - 1
8202-E4B-4529 16GB(2X8GB)MEMORY DIMMS,1066 MHZ,2GB DDR3 DRAM 2
8202-E4B-4650 RACK INDICATOR-NOT FACTORY INTEGRATED 1
8202-E4B-5227 POWERVM STANDARD EDITION _ 8
8202-E4B-5603 ^SYSTEM AC POWER SUPPLY,1725 W 2
8202-E4B-5618 STORAGE BACKPLANE-6 SFF BAYS/SATA DVD/HH TAPE 1
8202-E4B-5631 SPLIT DRIVE BAY CAPABILITY FOR#5618 1
8202-E4B-5638 1.STB/3.OTB LTO-5 SAS TAPE DRIVE 1
8202-E4B-5717 4-PORT 10/100/1000 BASE-TX PCI EXPRESS ADAPTER 1
8202-E4B-5762 SATA SLIMUNE DVD-RAM DRIVE 1 _
8202-E4B-6458 POWER CABLE-DRAWER TO IBM PDU,14-FOOT.250V/I OA 2
8202-E4B-7134 IBM RACK-MOUNT DRAWER BEZEL AND HARDWARE 1
8202-E4B-7145 IBM/OEM RACK-MOUNT DRAWER RAIL KIT 1
8202-E4B-8352 8-CORE 3.0 GHZ POWER7 PROCESSOR MODULE 1 _
8202-E4B-8362 ONE PROCESSOR ACTIVATION FOR PROCESSOR FEATURE 08352 4
Solutions II Confidential Page 2
C2-7
Pull
8202-E4B-8365 ZERO-PRICED PROCESSOR ACTIVATION FOR#8352 4
8202-E4B-9300 LANGUAGE GROUP SPECIFY-US ENGLISH _ 1
8202-E4B-9440 NEW AIX LICENSE CORE COUNTER_ 8
5692-A6P SYSTEM SOFTWARE 1
5692-A6P-0967 AIX V6 FOR POWER 1
5692-A6P-0968 AIX V6 EXPANSION PACK 1
5692-A6P-0970 AIX V6 UPDATE 1
5692-A6P-1100 DVD PROCESS CHARGE 1 _
5692-A6P-3435 DVD/CD-ROM 1
5692-A6P SYSTEM SOFTWARE 1
5692-A6P-1101 DVD PROCESS NO CHARGE 1
5692-A6P-1404 VIOS EXPANSION PACK 1
5692-A6P-2201 VIRTUAL 1/0 SERVER 1
5692-A6P-3435 DVD/CD-ROM 1
5692-LOP SPO FOR LINUX ON POWER -
5692-LOP-1101 DVD PROCESS NO CHARGE 1
5692-LOP-1479 SYSTEM P AVE X86 MEDIA 1
5692-LOP-3435 DVD/CD-ROM
5765-AVE IBM POWERVM LX86 FOR X86 LINUX 1
5765-AVE-0001 PER SERVER 1
5765-G62 AIX 6 FOR POWER V6.1 1
5765-G62-0103 PER PROCESSOR-SMALL POWER 7 8
5765-PVS POWERVM STANDARD EDITION 1
5765-PVS-0001 PER PROCESSOR SMALL SYSTEM 8 .�
5773-PVS POWERVM STANDARD EDITION SW MAINTENANCE:3 YR 1
5773-PVS-1015 PER PROCESSOR SMALL.SYSTEM 3YR REG 8
5773-PVS-1017 ! PER PROCESSOR SMALL SYSTEM 3YR 24X7 8
5773-SM3 SOFTWARE MAINTENANCE FOR AIX,3 YEAR 1 _ _ -
5773-SM3.1252 PER PROCESSOR 3 YR SWMA SMALL POWER 7 REG 8
5773-SM3-1253 PER PROCESSOR 3 YR SMALL POWER 7 7X24 SUPPORT 8
For tape drive 3 Year Onsite Exchange 9x5 Next Business Day 1
7042-CR4 Hardware Management Console 1
24 x 7 HW Uplift 24 x 7 HW Uplift 1
Backup Storage-FAS2020-FS2-R5
SW-BASE-PK-P SW,BASE Pack,-P 2
SW-DFM-MGMTSVR-S SW,DFM Management ServerSpecial 1
X5518A-R6 Rack Mount Kit,FAS2020/40,R6 1
X6524-R6 Coble,CntU-Shelf/SWitch.2m,Pair.LC/LC.Op -
X6539-R6 Y SFP,Optical,4.25Gb.R6 4
X800E-R6 Power Cable North America.R6 2 1 ,
FAS2020A-HA-SW-R5 FAS2020A,HA CFO Software.RS 2
SW-TIC-NFS-S-C Softwafe,NFS,TI CSpecial,-C 2
SW-TIC-CIFSS-C Soflwafe,CIFS,TI CSpecial,-C 2
SW-TIC-FLEXCACHE-C FlexCache Softwore.NFS,TIC:C 2
FAS2020A-12X300-BASE-R5 FAS2020A,12x300GB,Base,IRS 1
CS-O24HR A _ SupportEdge Premium 4hr Onsite 1
Solutions II Services
SIISERV Two-day Training Session I
SIISERV Consulting pack(40 hours)to be used as needed 1
IMPLEMENT NEW POWER 7 FOR PRODUCTION AND DISASTER
SIISERV RECOVERY,PREPARE FAILOVER SCRIPTS.DOCUMENTATION OF 1
ENVIRONMENT,TESTING AND KNOWLEDGE TRANSFER
ANNUAL HEALTH CHECK AND DR TESTING(REMOTE SERVICES)FOR
SIISERV 3
THREE YEARS
- - -_--- — ---v_ -- Proposal Total - $ 265.284.00
Hardware and Maintenance $ 122,164.00
Installation Sevices $ 53.710.00
Solutions II Confidential Page 3
C2—O
EXHIBIT "A" J
Three Year HealthCheck # $ 71,600.00 I
Monthly payments are esfimaies based upon 36 month term and financing rates for installations of qualified products Ord/orservtces in
the United States. Actual finance rotes and/or payment amounts may vary based upon creditworthiness,configuration detoiis,product
mix and ore subject to credit approval by BM Credit LLC.
i
Solutions II Confidential Page a
C2-9
Hf IT "B"
Solutions 11 Proprietary&Confidential
Performing Ahead of the Curve solutions 31,
PROFESSIONAL SERVICES
EXHIBIT B
Statement of Work#SL009.08.11-02
for
City of San Luis Obispo
Spillman Dual-Site p720 Installation and GLVM Disaster Recovery Configuration
Master Consulting Services Contract Number:SLO Master Agreement Dated 9/8/11
Solutions II will, under the guidance and participation of the City of San Luis Obispo, facilitate
the installation and configuration of a two (2) site Disaster Recovery (DR) infrastructure
solution for the Spillman application.
Unless signed, this contract will expire on September 30, 2011.
Solutions II will perform the following, at the times specified, during the term of the
Agreement. The project duration for all development will begin upon execution of this
contract, or at such later time as the parties agree to herein. Due to the nature of the project
being conducted by Solutions II, any delay in the completion of the project not directly under
the control of Solutions II (i.e. not caused by the negligence of Solutions 11) will not be held to
be the responsibility of Solutions 11.
Solutions II will install a new Spillman two-site.infrastructure consisting of an IBM Power 7 720
machine at each location along with a hardware management console (HMC) for management.
Solutions II will install a multi-LPAR solution so that each location will be able to run a
production Spillman LPAR simultaneous with a dev/test Spillman LPAR. All four environments
will be installed with the latest good level of AIX 6.1. A HMC (Hardware Management Console)
will be installed at the both locations to act as a maintenance focal and provide management
for the two PARS at each location. Underlying VIO (Virtual 1/0) servers will be installed per
current best practices to provide for a flexible and scalable 1/0 environment. All operating
system instances will be tuned per current Solutions II Spillman database guidelines.
A NetApp 2020 will provide the storage for each location. Solutions II will install, configure,
and provide knowledge transfer for these storage arrays.
The two production p720 machines will act as source and target locations for the installation
and setup of a GLVM (Geographic Logical Volume Manager) at both locations. GLVM will
provide replication services utilizing existing IP connectivity link(s) between the primary and
backup locations. Solutions II will utilize existing bandwidth between locations and San Luis
1 of 7 pages
Client
Solutions II
C2-10
Solutions 11 EXHIBIT Proprietary&Confidential
Obispo will ensure that bandwidth is high enough to support the replication of the
environments.
The overall high level plan to install and migrate to the new Spillman infrastructure is as
follows:
1. Install and Configure New Infrastructure at both sites
2. Install Spillman Application on New Infrastructure at both sites (Spillman will take lead)
3. Install, Configure, and Test GLVM Replication and Failover
4. Migrate Existing Spillman Data from Old System to New(Spillman will take lead)
5. Test GLVM Replication and Failover
6. Final Migration and Cutover/Go Live (Spillman will take lead)
Solutions II uses a systematic approach to successfully execute projects. Below is an outline of
the steps Solutions II provides to ensure a successful project.
❑ Preparation
o Pre-engagement meeting(s)
o Review customer project expectations
o Scheduling of resources appropriate to the skill sets required
❑ Implementation
o Project implementation according to the detailed work effort described in
this Statement of Work
❑ Knowledge transfer
o Knowledge transfer of important skills related to ongoing maintenance and
administration of the environment
❑ Documentation
o Progress reports
o Documentation of the implemented solution
❑ Project completion
o Close-out meeting where the project is reviewed, and a project sign-off with
survey is obtained from the customer
. . •
Upon approval of the purchase agreement and the scope of work documents, a pre-
engagement meeting will be held with Solutions II. The agenda of this meeting will include:
❑ Team member introductions
o Solutions II will provide project management in regards to Solutions II
technical personnel
❑ Review project milestones
❑ Review hardware and/or software purchased or existing
❑ Review specific configuration requirements
o Resources (disk, network) necessary
2 of 7 pages
Client
Solutions II
C2-11
�� rf6 99
Solutions 11 EXHMIT Proprietary&Confidential
❑ Review specific customer project requirements
❑ Set preliminary implementation date
Solutions II will engage with San Luis Obispo technical and project management staff with
additional pre-install planning meetings for this project. This includes:
❑ Pre-install Planning Meetings
o Facilities, including Rack, Power, and Cabling
o Spillman DR Architecture
o Storage Planning & File System Details
o Network Planning & Ethernet Attachment Details
IMPLEMENTATION:
The engagement at the City of San Luis Obispo will consist of the following major milestones:
Server Implementation and Configuration
❑ p720 Installation and Configuration (each location)
o Installation of and configuration one (1) p720 at two (2) different locations
o Installation and Configuration of one (1) HMC for server management at
each location
o Installation and Configuration of two (2)VIO (Virtual 1/0 servers) per p720
o Create & map all virtual 1/0 devices at VIO and LPAR layer
o Create two (2) LPARs at each location
o Installation and Configuration of AIX 6.1 with latest known good technology
level & patches. Installation will be on all four(2) operating system instances
and will be configured per best practices.
o Configuration of network and storage interfaces
o Modification of hard disk configuration as necessary
o Initial performance tuning of AIX instances per Solutions II Spillman database
best practices
❑ NetApp 2020 Installation and Configuration (each location)
o Install and configure RAID arrays, volumes, and storage masking
o Validate MPIO network iSCSI connections from VIO servers to FAS2020's.
o Create hard disk configuration (AIX and LPAR level) at each location.
Configure file systems as necessary.
3 of 7 pages
Client
Solutions II
C2-12
O O
Solutions 11 E I T "B" Proprietary&Confidential
DR Implementation
❑ Develop& Implement Disaster Recovery Architecture for Spillman Application
o Determine heartbeat paths (as necessary)
o Determine IP addressing scheme
o Determine file locations
o Determine scripted replication intervals
o Determine application monitoring (if any)
❑ Validate Storage and Network Redundancy
o Identify redundancy points and any single points of failure
o Determine network failure contingencies
o Determine application failure scenarios requiring action
o Verify contingencies for external failures (switch, power, etc.)
❑ Configure GLVM
o Identify target/source volume groups
o Configure volume permissions accordingly both AIX systems
o Identify IP address takeover/shutdown strategy for client connectivity
o Setup application start/stop scripts
o Perform GLVM synchronization and validation
o Setup manual failover/takeover scripts
❑ Test Failover Scenario(s)
o Determine failures to test
o Simulate failures and validate the system recovers properly
o Resolve any issue that prevent successful recovery
Knowledge
Solutions II will provide knowledge transfer on:
❑ System P Knowledge Transfer
o AIX Basics Necessary for Daily Use of Spillman Application
o Daily/Weekly AIX Tasks .
o Storage Configuration
o HMC Use & Call-.Home Capability
o FAS2020 Storage Array Usage and Monitoring
❑ Disaster Recovery Knowledge Transfer
o Knowledge Transfer for Daily Use of DR Architecture
o Knowledge Transfer for Failover Activities
o Application Start/Stop Scripts
o Networking Setup
4 of 7 pages
Client
Solutions II
C2-13
�I ®He�.ay i�
Solutions 11 j�tt�T 66 fg. Proprietary&Confidential
Documentation:
Solutions II will provide detailed documentation at the end of the engagement. This will
include:
❑ Infrastructure and DR Site Guide
o p720, NetApp, and HMC with AIX and LPARs
o DR Solution w/GLVM
❑ Diagrams
o Overall Disaster Recovery Architecture
o System Wiring Diagram
o Storage Diagram
o Virtual 1/0 Mapping Diagram
Project Completion:
• At the completion of the project, a project completion form will be delivered which will
detail the tasks that have been accomplished during the engagement.
• By signing the project completion form, the customer agrees that the engagement has
come to a successful completion, per the scope of work.
Project Assumptions:
Administrative
• This engagement will begin on.a mutually acceptable date after Solutions II is in receipt
of a signed Scope of Work and a valid purchase order or signed purchase agreement
from client that covers the fees and expenses described herein.
• The client will provide Solutions 11 technical resources with a workspace and access to
phone, fax machine, printer and physical facilities (i.e., data center) as needed. The
client will also provide access to network for the engineer's laptop(s).
• The client will provide appropriate technical and management resources to participate
in the implementation.
Technical
• Network is available and appropriately configured.
• Tasks will be performed through a combination of onsite presence, coordination via
telephone, email, or other remote means as appropriate.
• SLO will provide network connectivity for IP replication traffic between the Primary and
Backup locations with enough bandwidth for replication needs.
• SLO will provide requested IP routing/subnet configuration changes as needed to
facilitate successful Spillman client connectivity in the event of Primary to Backup
failover/failback testing purposes.
5 of 7 pages
Client
Solutions 11
C2-14
�1
Solutions 11 E ffi H 'T "By'
Proprietary&Confidential
• SLO will provide hostnames and IP addresses for servers as needed for fa ilover/fa il back
testing purposes.
• SLO will provide access to DNS ,servers, if needed, to update IP address changes for
failover/failback testing purposes.
Change Management Procedures
In the event it is necessary to change this Scope of Work document, the following
procedure will be used:
• A Change request document ("Change Request") will be executed by the parties
describing the nature of the change, the reason for the change, and the effect the
change will have on the scope of work, which may include changes to the work product.
Parties will determine the additional charges, if any and they will be detailed in the
Change Request Document.
• Either party for any material changes to an applicable scope of work may initiate a
Change Request. The requesting party will review the proposed change with the other
party, and the appropriate authorized representatives of the parties will sign the
Change Request, indicating the acceptance of the changes by the parties.
• Upon execution of the Change Request, said Change Request will be incorporated into
and made a part of the applicable scope of work.
6 of 7 pages
Client
Solutions II
C2-15
'
Solutions 11 LAHM"111T 6699 CProprietary&Confidential
Solutions II will provide the consulting services as outlined in Exhibit B.
Fees for services rendered pursuant to this Agreement shall be paid by Client as follows:
1) A total fee of fifty-three thousand seven-hundred ten dollars, ($53,710.00) will be paid by
Client for this project.
a) $17,900.00 will be due upon execution of this contract
b) $17,900.00 will be due upon demonstration of successful mirroring of Spillman data
between systems
c) $17,910.00 will be due upon project completion
Travel expenses are included in the cost for this Statement of Work, with the estimation that
one or more Solutions II employee(s) will need to travel to the Client's location, or such
location designated by Client up two (2) times with a multiple day duration during the contract
period.
All fees and costs incurred under the terms of this Agreement shall be due 30 days after a
statement has been sent to Client by.Solutions II. Any late payment is subject to an interest
charge of 1.5% per month (18% per annum) plus all costs of collection including attorney fees
and costs.
Client is responsible to pay all applicable state and local sales and use taxes related to
professional services and travel expenses.
City of San Luis Obispo Solutions II
1042 Walnut Street 8822 S. Ridgeline Blvd. Suite 205
San Luis Obispo, CA 93401 Littleton, CO 80129
Signature: Signature:
Name: Name:
Title: Title:
Date: Date:
7 of 7 pages
Client '
Solutions II
C2-16
Solutions Il,Inc. rLAMI BIT "C
Performing Ahead of the Curve Solutions II
PROFESSIONAL SERVICES
EXHIBIT C
Statement of Work#SL009.08.11-03
for
City of San Luis Obispo
Health Check, Update, and DR Test Services
Master Consulting Services Contract Number:SLO Master Agreement Dated 9/8/11
, a
Solutions II will,with the guidance and participation of the City of San Luis Obispo, provide
health check, update, and DR test services for the IBM DR environment using GLVM. Solutions
II will update documentation and review the status of the systems on a yearly Health Check
schedule. These Health Check services will be integrated with San Luis Obispo's change
management and maintenance plan.
Solutions II will provide these health check services twice yearly for a three (3)year period.
This contract will take effect upon the Spillman p720 Install and GLVM Setup installation
project completion, as referenced in the following statement of work: SL008.02.11-02.
Twice-Yearly DR with GLVM Health Check schedule for three (3) year period:
Health Check#1, 2nd Quarter 2012
Health Check#2, 4th Quarter 2012
Health Check#3, 2nd Quarter 2013
Health Check#4, 4th Quarter 2013
Health Check#5, 2nd Quarter 2014
Health Check#6,4th Quarter 2014
These dates will be adjusted as necessary depending on exact schedule of initial
implementation and migration.
Solutions II will provide additional hourly services as part of the Health Check engagement.
Solutions II will provide remote services, forty hours (40),that will be scheduled at the mutual
agreement of Solutions II and San Luis Obispo's staff. All time will be billed in quarter-hour
increments.
'11!11111111 1:12 ligillia"11111 ill
Solutions II will perform the following, at the times specified, during the term of the
Agreement. The project duration for all development will begin upon execution of this
1 of 6 pages
Client
Solutions II
C2-17
EXHIBIT ddcw -- -
Solutions II Proprietary&Confidential
contract, or at such later time as the parties agree to herein. Due to the nature of the project
being conducted by Solutions II, any delay in the completion of the project not directly under
the control of Solutions II (i.e. not caused by the negligence of Solutions II)will not be held to
be the responsibility of Solutions ll.
The intent of the health check service offering is to relieve the.SLO Infrastructure Team of most
GLVM, AIX, and system related updates for three (3)years of operations. Maintenance and
functionality related issues of the Spillman software application are not included in this scope
of work. Additional emergency patches/updates may be necessary in-between visits.
This maintenance scope will consist of the following:
• Twice Yearly AIX, GLVM and System Patches and Upgrades
• Twice Yearly GLVM/DR Test
• Twice Yearly report on systems health, updates/changes, and status of DR testing
• Update.documentation and diagrams as necessary
Solutions II will work with the SLO Infrastructure Team to identify annual maintenance
windows. Solutions II will facilitate a maintenance plan document. This maintenance plan will
also establish guidelines for evaluating changes and updates to the systems.
. . .
Solutions II will perform twice yearly Health Checks to monitor and examine the environment
to identify current and potential problems that could affect performance,functionality, or
availability. This will happen prior to the maintenance window so remediation can occur
during the maintenance window as necessary. Annual maintenance operations will be
opportunities for additional knowledge transfer to the infrastructure staff, and will be planned
as such whenever possible.
Proper maintenance of the IBM infrastructure will aid in the ability to reduce downtime for the
infrastructure. Each maintenance window will not exceed two (2) days, not including
documentation.
AIX Basic Functionality and Patching
• AIX Error Report Review
• AIX Technology Level and Service Pack review
• AIX Hot Fixes and Security Alerts (Including any Specific APARs) review
• Review and Validate Current Volume Group, Paging Space, and Dump.Space
Settings
• Review any Tuning Parameters and Provide Analysis and Modify if Requested
• Provide Knowledge Transfer as Necessary for Above Items
• Update above items as necessary during maintenance window
2 of 6 pages
Client
Solutions II
C2-18
EXHIBIT
Solutions Il Proprietary&Confidential
AIX Performance and Capacity with Historical Analysis
• Current AIX Performance (CPU, Memory, and Network)
• Historical Analysis of Performance Data
• AIX Filesystem Capacity with Historical Data
• Update above items as necessary during maintenance window
Virtual 1/0 Server Functionality and Updates
• VIO Software Level and Patches
• Validate all virtual and physical device connectivity and functionality
• Update above items as necessary during maintenance window
IBM System p Firmware and HMC Updates
• Review System Microcode
• Review Software Level and Patches
• Review System Adapter Microcode
• Review HMC Code Level and Patches
• Provide Knowledge Transfer as Necessary for Above Items
• Update above items as necessary during maintenance window
FAS2020 Firmware and Updates
• Review ONTAP,System Firmware, and Drive Firmware
• Update above items as necessary during maintenance window
Disaster Recovery Architecture
• Validate Resources and Synchronization
• Validate GLVM Functionality
• Validate start/stop scripts
Solutions II will perform a twice yearly GLVM/DR Test. The intent of this DR test is to verify
that processing services can be successfully transferred from the primary IBM p720 to the
backup IBM p720. It anticipated that each DR test will occur during non-business hours,
requiring up to two (2) days of Solutions II participation.
Solutions II will coordinate the maintenance window to perform this test with the SLO IT
Department. San Luis Obispo will be responsible for verifying Spillman application functionality
and data integrity on the backup IBM p720. After application functionality has been tested on
the backup IBM p720 system,a rollback process will be initiated to restore processing services
back to the primary IBM p720 system.
3 of 6 pages
Client
Solutions II
C2-19
Solutions 11 EXHIBIT 66�9� Proprietary&Confidential
• Solutions II will provide SLO with an annual overview document summarizing the work
completed during the yearly activities.
• A summary of the results of the yearly Health Check.
• A summary of the updates performed and results from the yearly maintenance window.
• An account of all routine maintenance time spent and work performed.
• Updated system documentation encompassing changes performed throughout the
yearly activities.
• Solutions II will provide SLO with an annual maintenance window report, including items
completed successfully, items not completed (if any) with an explanation, problems
encountered and how they were resolved.
e At the end of each Health Check visit, that year's Health Check services will be considered
complete.
• Solutions II will provide San Luis Opispo with an overview document, and a project
completion form.
• A review meeting will be held to review the project status.
Administrative
• This engagement will begin on a mutually acceptable date after Solutions II is in receipt
of a signed Scope of Work and a valid purchase order or signed purchase agreement
from client that covers the fees and expenses described herein.
• The client will provide Solutions 11 technical resources with a workspace and access to
phone, fax machine, printer and physical facilities (i.e., data center) as needed. The
client will also provide access to network for the engineer's laptop(s).
• The client will provide appropriate technical and management resources to participate
in the project.
• In the event of a IBM p720/p520 hardware or software issue, SLO will initiate a IBM
Support PMR for initial problem resolution.
• Solutions 11 will assist with the PMRs during the maintenance window. If the PMRs
cannot be resolved during the maintenance window, it will be determined if SLO or
Solutions II will continue working with IBM to get a resolution to the problem, but the
PMR will no longer be considered a part of the maintenance window.
• Additional work requested by SLO that is beyond the defined maintenance scope will be
done on a time-and-materials basis at two-hundred forty-five dollars ($245.00) per hour
4 o 6 pages
Client
Solutions 11
C2-20
Solutions 11 EXlIT "C99 Proprietary&Confidential
for normal business hours. Requested hourly work after normal business hours will be
charged at one and a half(1.5)times the normal rate. Any additional time will be
approved in advance, prior to scheduling any services, after discussing the additional
tasks with San Luis Obispo staff.
• Solutions II will provide a support contact list to SLO.
• SLO will provide Solutions II a technical resource contact list.
Technical
• Network is available and appropriately configured.
• Server and clients are available, patched per Solutions II recommendations and are
appropriately configured.
• Tasks will be performed through a combination of onsite presence, coordination via
telephone, email, or other remote means as appropriate.
• SLO will provide appropriate VPN access for remote support as needed
• SLO will prepare for the maintenance windows by making sure that all Spillman and AIX
operating system data is backed up as a fail-safe.
Change Management Procedures
In the event it is necessary to change this Scope of Work document,the following
procedure will be used:
• A Change request document ("Change Request") will be executed by the parties
describing the nature of the change,the reason for the change, and the effect the
change will have on the scope of work, which may include changes to the work product.
• Parties will determine the additional charges, if any and they will be detailed in the
Change Request Document.
• Either party for any material changes to an applicable scope of work may initiate a
Change Request-.The requesting party will review the proposed change with the other
party, and the appropriate authorized representatives of the parties will sign the
Change Request, indicating the acceptance of the changes by the parties.
• Upon execution of the Change Request, said Change.Request will be incorporated into
and made a part of the applicable scope of work. If there are additional charges,the
Change Request will not be incorporated and made part of the applicable scope of work
without a valid PCR or new PO to cover the additional charges.
5 of 6 pages
Client
Solutions II
C2-21
EXHIBIT 66099
Solutions 11 Proprietary&Confidential
Always subject to Master Agreement referenced above, Solutions II will provide the consulting
services as outlined in Exhibit C.
Fees for services rendered pursuant to this Agreement shall be paid by Client as follows:
1) A total fixed fee of seventy-one thousand six-hundred ten dollars, ($71,610.00) will be paid
by Client for three (3)years of services for the Health Check portion of this project.
a) $23,870.00 will be due upon completion of the associated install project (SOW
#S LO09.07.11-02)
b) $23,870.00 will be due one year following first payment
c) $23,870.00 will be due two years following first payment
2) An hourly fee of two-hundred twenty-five dollars ($225.00) per hour will be paid by the
client for forty hours of additional services to be provided during the life of this Health
Check contract. Hours will be accrued in quarter-hour increments.
a) $9,000.00 will be due upon execution of this contract
All travel expenses are the responsibility of Client, but all Health Check services are expected to
be remote services. If travel is requested it will be billed to the City of San Luis Obispo.
All fees and costs incurred under the terms of this Agreement shall be due 30 days after a
statement has been sent to Client by Solutions ll.
Client is responsible to pay all applicable state and local sales and use taxes related to
professional services and travel expenses.
1042 Walnut Street 8822 S. Ridgeline Blvd.Suite 205
San Luis Obispo, CA 93401 Littleton, CO 80129
Signature: Signature:
Name: Name:
Title: Title:
Date: Date:
6 of 6 pages
Client
Solutions II
C2-22
Exhibit D
CONTRACT PERFORMANCE TERMS
1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate
prior to execution of the contract. Additional information regarding the City's business tax
program may be obtained by calling(805)781-7134.
2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts,
all capital and other equipment, labor, materials, and licenses necessary to carry out and complete
the work hereunder in compliance with any and all federal, state, county, city, and special district
laws,ordinances,and regulations.
3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances,regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that
Contractor is required to pay. City shall be responsible for any applicable sales, use or similar
taxes on the transaction. If City is exempt from such taxes, it shall provide Contractor with a
valid tax exemption certificate.
5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and
fees, and give all notices necessary.
6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety
established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to
the public or City employees, it shall, at its expense and without cost to the City, furnish, erect
and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the
public and employees.
8. Preservation of City Property. Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's
expense. The facilities shall be replaced or restored to a condition as good as when the
Contractor began work.
9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors
engaged for the performance of this work that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
10. Contractor Non-Discrimination. In the performance of this work, Contractor agrees that it will
not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
11. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the services provided by Contractor(Net 30).
C2-23
12. Inspection. Contractor shall fumish City with every reasonable opportunity for City to ascertain
that the services of Contractor are being performed in accordance with the requirements and
intentions of this contract. Contractor's software system shall be subject to the City's inspection
and approval, pursuant to the terms of the Purchase Agreement. The inspection of such work
shall not relieve Contractor of any of its obligations to fulfill its contract requirements.
13. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any
payment to Contractor.
14. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not
acquire any interest direct or indirect or otherwise, which would conflict in any material manner
with the performance of the work hereunder. Contractor further covenants that, in the
performance of this work, no sub-contractor or person having such an interest shall be employed.
Contractor certifies that no one who has or will have any financial interest in performing this
work is an officer or employee of the City. It is hereby expressly agreed that, in the performance
of the work hereunder, Contractor shall at all times be deemed an independent contractor and not
an agent or employee of the City.
15. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and
hold the City and its agents, officers and employees harmless from and against any and all
claims asserted or liability established for damages or injuries to any person or property,
including injury to Contractor's employees, agents or officers which arise from or are
connected with or are caused or claimed to be caused by the acts or omissions of Contractor,
and its agents, officers or employees, in performing the work or services herein, and all
expenses of investigating and defending against same; provided, however, that Contractor's
duty to indemnify and hold harmless shall not include any claims or liability arising from the
established sole negligence or willful misconduct of the City, its agents, officers or employees.
16. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the
contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City, except to an affiliate
or a successor entity.
17. Termination. If, during the term of the contract, the City determines that Contractor is not
faithfully abiding by any material term or condition contained herein, the City may notify
Contractor in writing of such defect or failure to perform; which notice must give Contractor a
thirty (30) calendar day notice of time thereafter in which to perform said work or cure the
deficiency.
If Contractor has not performed the work or cured the deficiency within the thirty days specified
in the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to Contractor to said effect. Thereafter, any licenses granted by
Contractor shall be terminated, the City shall return Contractor's software and related materials,
and neither party shall have any further duties, obligations, responsibilities or rights under the
contract.
In said event, Contractor shall be entitled to the reasonable value of its services performed from
the beginning date in which the breach occurs up to the day it received the City's Notice of
Termination, minus any offset from such payment representing the City's damages from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone
or task satisfactorily delivered or completed by Contractor as may be set forth in the Agreement
C2-24
payment schedule; compensation for any other work, services or goods performed or provided by
Contractor shall be based solely on the City's assessment of the value of the work-in-progress in
completing the overall workscope.
The City reserves the right to delay any such payment until completion or confirmed
abandonment of the project, as may be determined in the City's sole discretion, so as to permit a
full and complete accounting of costs. In no event, however, shall Contractor be entitled to
receive in excess of the compensation quoted in its proposal.
18. Attendance at Meetings and Hearings. As part of the workscope and included in the contract
price is attendance by the Contractor at as many "working" meetings with staff as is reasonably
necessary in performing workscope tasks.
19. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property that may arise from or in connection
with the performance of the work hereunder by Contractor, its agents, representatives, employees
or sub-contractors.
a. Minimum scope of insurance. Coverage shall be at least as broad as:
• Insurance Services Office Commercial General Liability coverage (occurrence
form CG 0001).
• Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability, code 1 (any auto).
• Workers' Compensation insurance and Employer's Liability Insurance.
b. Minimum limits of insurance. Contractor shall maintain limits no less than:
• General Liability: $1,000,000 per occurrence for bodily injury, personal injury
and property damage. If Commercial General Liability 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.
• Automobile Liability: $1,000,000 per accident for bodily injury and property
damage.
• Employer's Liability: $1,000,000 per accident for bodily injury or disease.
C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions must
be declared to and approved by the City.
d. Other insurance provisions. The general liability policy is to contain, or be endorsed to
contain, the following provisions:
• The City, its officers, officials, employees, agents and volunteers are to be
covered as insureds as respects: liability arising out of activities performed by or
on behalf of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned, leased,
hired or borrowed by Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City, its officers, official,
employees, agents or volunteers.
• For any claims related to this project, Contractor's insurance coverage shall be
primary insurance as respects the City, its officers, officials, employees, agents
C2-25
01 6M10-r �C -
and volunteers. Any insurance or self-insurance maintained by the City, its
officers, officials, employees, agents or volunteers shall be excess of Contractor's
insurance and shall not contribute with it.
• Any failure to comply with reporting or other provisions of the policies including
breaches of warranties shall not affect coverage provided to the City, its officers,
officials,employees, agents or volunteers.
• Contractor'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
liability.
• Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled by either party, reduced in
coverage or in limits except after thirty(30)days'prior written notice.
e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M.
Best's rating of no less than.NNH.
f. Verification of coverage. Contractor shall furnish the City with a certificate of insurance
showing maintenance of the required insurance coverage. Original endorsements
effecting general liability coverage required by this clause must also be provided. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on
its behalf. All endorsements are to be received and approved by the City before work
commences.
C2-26