Loading...
KSM Consulting, LLC/35,000/Network and Server AssessmentKSM Consulting, LLC �FtiDi�� Information Systems Department - 2017 Appropriation # 43-404.00; P.O. #100902 Aq. Contract Not To Exceed $35,000.00 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement") is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety ("City"), and KSM Consulting, LLC an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 43-404.00 funds, Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Thirty Five Thousand Dollars ($35,000.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. [X`CumnclUWL.q_&Cpm Iffi& LLC Ch*& em18—icmA-11/16110174:11 IY.Q KSM Consulting, LLC Information Systems Department - 2017 Appropriation # 43-404.00; P.O. #100902 Contract Not To Exceed $35,000.00 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death andlor damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. [XX-%.4w41Mr-q ce 3 G- n4. S—V.f—wim %,M-0201 AKSM C.—Ifi.S. LLC 0-6-1 !Gnim cYe:l UW20I7 4.11 Phil KSM Consulting, LLC Information Systems Department - 2017 Appropriation # 43404.00; P.O. #100902 Contract Not To Exceed $35,000.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E -VERIFY: Pursuant to I.C. § 22-5-1.7 et seg., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E -Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly -hired employees using the E -Verify program, and .to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E -verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E -Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E -Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E -Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E -Verify Law. The requirements of this paragraph shall not apply should the E - Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON -ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement [7CY'ankx V,or8_RC_-A SH.sVnfomelim S" -.\2n I NLS\f Cm dLing. LI.C6avbmni Sa iaadA l If] 6'70174;1 I PM) KSM Consulting, LLC Information Systems Department - 2017 Appropriation # 43-404,00; P.O. #100902 Contract Not To Exceed $35,000.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. 17, SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, Fire Department Corporation Counsel Two Civic Square Department of Law Carmel, IN 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: KSM Consulting, LLC PO Box 7096 Dept 236 Indianapolis, IN 46206 Attention: Ryan Gould Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount, 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. [XXOMUl MPrurSv k C-& SroaWn Ciro S'J 112D1M-SM C—dt.g, LLC Ck", end S-iws &.11662017 4:11 PMS KSM Consulting, LLC Information Systems Department - 2017 Appropriation # 43-404.00; P.O. #100902 Contract Not To Exceed $35,000.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2017 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to.the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. IRAN CERTIFICATION: Pursuant to I.C, § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. lX^i'—t—,p P.CS— & Gouda SrnW-14,n S)V-'2PPWW C—164LLC Gonda mW'—iva J, 11116/21111 4:I I PM] KSM Consulting, LLC Information Systems Department - 2017 Appropriation # 43-404.00; P.O. #100902 Contract Not To Exceed $35,000.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: M (9+ P rein James Brainard, Presiding Officer Mary` Anurke, v� // Date: / MloG (7 Lori SWat ' , Me ber Date: i' Z� ►7 KSM Consulting, LLC By: Authorized Wnature Printed Name Title FID/TIN: 3()05 t -7 '? 4q Last Four of SSN if Sole Proprietor: Date: Ill 1-1 hi �er000-Ko+rrutsvw&G-&.%—\1A ,.ti.SW—\2017%K8\( .-16.y.uc ck.1, x.d S --d. 1111020174:11 PM1 6 t:?. J Aft 0 CONSULTING ' I Table of Contents Introduction .................. ...._ 3 CoverLetter .......................................................................... ..... 3 Approach.......................................................................................... ........................................ 4 OverallApproach......................................................................................................................................4 TechnicalApproach..................................................................................................................................5 Areas of Assessment ................................ ....... Business and Technology Strategy.....................................................:.................................................._.8 IT Infrastructure ............... Agreement................................................................. ...... .....9 Delivery Retails ServiceTeam..........................................................................................................................................10 Termsand Conditions..........................................................................................................................11 i Agreement Conclusion............................................................ ...17 Acceptance ...................... ................18 , KSMC Agreement ......18 \ f 0 CONSUMING October 26, 2017 Dear Timothy, Thank you for providing KSM Consulting, LLC ("KSMC") with the opportunity to propose these services. We are pleased to have the opportunity to serve the City of Carmel. This agreement outlines the scope of work and engagement for KSMC to complete a comprehensive IT Assessment for you. The following agreement was prepared after careful consideration of our discussions with you. Given our understanding of your unique organization and situation, we've outlined our recommendations for a solution that will help you achieve your goals. Objective The objective of this engagement is to assess and document the current network and server infrastructure in an effort to build a high level solution design for the primary data center location to be moved. Out of this assessment will come the knowledge and design required to scope out detailed budget, timeline, and any associated RFP documents needed by the City of Carmel. If you have questions about this proposal, please contact Ryan Gould at (317) 452-9762 or rgould@ksmconsuiting.com. Sincerely, Charlie Brandt KSM Consulting, LLC ksmconsulting.com CONSULTING Comprehensive Technology Assessment Across the business, KSMC works with clients to assess, align, and optimize their organizations to better achieve business goals. To this end, KSMC has performed dozens of technology assessments for a wide assortment of organizations; spanning public and private sectors, small to large organizations and startups, to established endeavors. Through these engagements, KSMC has helped organizations align their technology to organizational goals and transform technology into a strategic asset. Further, KSMC's experience has led to an approach that focuses on several key principles. First, KSMC believes that a successful technology approach must be assessed within the context of the organization's mission, vision, and goals that it exists to support. A technology organization that is misaligned on the business strategy, even one that is high performing, does not fulfill its true potential or maximize the investment made. Therefore, understanding this alignment is paramount to understanding the overall success of the technology organization. This understanding begins through interviews and review with business leaders of the overall business strategy, followed by a deep analysis of the technology strategy and its alignment to the business strategy. Technology Strategy IT Operations and Managaerrient �Infrastructure iirfiiit+l� Tech Support Securit Second, KSMC has found that the technology itself is only one component of a successful.technology organization. In order to successfully execute for the business, a technology organization must be assessed against people, processes, and technology. It is the intersection of these three components that turn a technology group into a high - performing, strategic asset. Therefore, KSMC's approach targets each of these areas, both separately and together, to assess the current state and identify any gaps in performance that might be needed. f Third, KSMC believes that every organization is unique and that a one -size -fits -all approach to an assessment does not yield the optimum results. For that reason, KSMC's assessment process and assessment team are flexible and responsive to the facts, diving into those areas of highest importance and uncovering the unique aspects of your organization. Further, KSMC believes in a highly transparent and highly collaborative approach to the assessment. Not only does this help in discovering the unique aspects of your organization, but it also results in much higher buy - in to the results from the organization. Lastly, we use an iterative approach to the development of all of our projects including our assessments. ideally we iterate on a weekly basis bringing together the work we have accomplished, the interviews, documentation, diagrams, and observations and review them with you. This process ensures we develop the assessment together, you help us understand and clarify along the way, and we move together throughout the project. When complete, KSMC's technology assessment will position your organization to understand its current state of technology. For this particular assessment, KSMC has selected the components outlined in subsequent sections as of critical importance and within the scope of this engagement. KSMC's goal is to enable your organization to leverage technology as a strategic asset to achieving your overall goals. Ott + t..:.. sf r<'rrJi ® CONSULTING Technical Approach KSMG believes in a holistic evaluation of people, processes, organizational structure, physical and virtual infrastructure, and business application solutions when evaluating and formulating solutions to support overall strategy. Our iterative approach includes an analysis of our findings with management at regular checkpoints to validate that our understanding and solutions being developed fulfill your short-term and long-term goals as an organization. To ensure the success of this approach, we will conduct regular weekly update meetings with key leadership to assess and discuss the analysis, potential issues, and progress. These meetings will foster a collaborative environment to improve the utility of the engagement deliverables. Through extensive experience, we've developed the following process for our assessments to work through each of the technical categories that we've identified as key to identifying the optimal future state for your organization -- and prioritizing the path to achieve it. { Ass�sscnerrt of 1{nftlsmentatfcid Guncni Mato (3ep Analysts ►edornmentlauons Assessment of Current State An evaluation of today's business and IT operations is needed in order to fully understand the current state of its systems, hardware and software resources, security practices, and supporting policies. The goal of this phase is to comprehensively understand the strategy, services, infrastructure, and applications being provided to the organization. Gap Analysis The gap analysis begins with a comparison of the current state to best practices, industry standards, and benchmarks to identify focus areas for change and improvement as they apply to your organization. Fully comprehending disconnects between the current state and the desired future state will help us identify the best path for bridging these gaps and developing a sound strategic plan. Recommendations With full appreciation of the findings in each focus area of our assessment, we will craft recommendations that bring the business strategy and IT organization in line. Further, we will provide recommendations for improved operational alignment that will allow you to fully realize an appropriate return on your investment. Implementation Plan Managing change can be difficult. Our experience has demonstrated that understanding exactly how to implement changes for improvement within the organization's broader realities can be the difference between success and failure. To ensure this engagement is a successful one, we will place draft a plan that incorporates change in a way that will not only be effective, but more important, sustainable. Sd q ® CONSULTING Assessment Scope - Business and Technology Strategy A complete technology assessment must begin with foundational knowledge of the overarching strategy of the organization it supports. We begin this analysis by first gaining a deep understanding of your organization through external research, Interviews with key leadership, review of internal documents, and hands-on analysis of the actual infrastructure. After gaining a holistic view of the goals of your organization, we will seek to understand the organization's strategy to operate in that market. At its best, technology is both a strategic and operational asset to an organization. In order to fully leverage the benefits of technology, while simultaneously maximizing the value delivered, an organization should have a robust technology strategy that is well-documented, well -communicated, and closely aligned to the overall business strategy. It is our belief that the IT function should be subservient to overall business function and should chiefly serve as a support to the organization in achieving its strategic objectives. IT strategy should set the tone and high-level goals for the team. Based on this philosophy, we next evaluate the technology strategy using the same methodology. As an extension of strategy, KSMC will also evaluate the overall cost of the technology under review. The existing technology budget and actual cost will be assessed and compared against industry standard (and discount) pricing, as well as benchmarked against similar organizations. 0 CONSULTING Assessment Scope - IT Infrastructure Technology infrastructure forms the physical backbone upon which technology services and applications are delivered. Considered the foundation of your technology, it is critical to an efficient and high -performing technology approach. The following subpections describe the components of your infrastructure that will be assessed. Overall System Architecture KSMC will map the overall system architecture across multiple technology layers, providing a comprehensive view of the technology infrastructure and the connections between systems, On -Premise and Cloud -Based Server Infrastructure KSMC will evaluate the physical servers located on-site (or in co -location facilities), as well as cloud -based servers, t and assess the systems installed on those servers. This includes an assessment of the overall configuration, ¢ maintenance, and status of the servers. Event logs are also manually reviewed to uncover functionality issues, system errors, and warnings of errors that could point to system failure. Network Infrastructure i KSMC will review the network infrastructure, including switches, firewalls, routers, and other network hardware, as a well as the configuration of this hardware. This also includes review and documentation of VLANs and their purpose. l Communications Infrastructure The communications network is evaluated through detailed reviews of: 1) email configuration, patch levels, limits, relaying, filtering, spooling, and SPF records; 2) remote access protocols including RDP, VPN, Remote Gateways, and SSL portals; and 3) WAN/LAN connection speeds, uptime, and costs. Connectivity KSMC will review the current technology connectivity approach and quality, both on premise and remote. This includes reviews of relevant Internet Service Providers, backup connectivity, and connection quality. I Mobility } KSMC will review the systems in place to allow for user mobility. This includes remote access to required systems, hardware that allows for efficient remote use, and the proper security protocols and policies to ensure secure access. Domain Configurations Domain configurations are reviewed for group policies, preferences, and logon script setup. i Software Licensing Software for workstations and servers is reviewed for technology alignment. Business applications should be fulfilling an organization need or goal. Software packages that do not meet goals fully or accurately can cause unnecessary complications. The number of licenses purchased is reviewed and compared against user device counts within the organization to ensure compliance with software vendors. Inventory software is reviewed to ensure equipment Is accurately being tracked entering and exiting the organization. MCONSUIXI NG Equipment Lifecycle and Inventory Documentation IT staff is interviewed to ascertain if a plan is In place to update existing equipment, and if so, that plan and any documentation of implementation thus far are reviewed. All hardware has a lifecycle, or an expected time to live. KSMC determines whether hardware age is being tracked and budgeted for replacement in an accurate and timely manner. PC's and servers are inspected, inventoried, and compared against current inventory documentation. Equipment manufacturers, models, specs, and age are analyzed to evaluate functionality, asset management, and maintenance concerns. Operating systems currently in use are Identified. System Management and Maintenance System maintenance and reliability is evaluated by reviewing the status of network documentation and analyzing indicators of regular server maintenance actions. Devices are inspected for current firmware and patching. Additionally, alerts, notifications, and DHCP reservations and scope are reviewed. Backups KSMC will review the existing backup infrastructure and health, including tape or disk backup, cloud or offsite replication, workstation data redirection, and battery backup. Antivirus and Filtering Antivirus and spam filtering use is identified and reviewed for licensing and configuration best practices. Security Updates and Patching KSMC will evaluate your process and compliance for applying security updates and patches on your systems. A s %611,4110071;C l 0 CONSULTING Deliverables, Timeline, and Fees Fees KSM Consulting requests a fee of $35,000 plus reasonably incurred out-of-pocket expenses, including travel and lodging. This is a foxed -fee engagement. The City of Carmel will be invoiced upon completion of the assessment and deliverables. Deliverables Created collaboratively and iteratively throughout the assessment process, the following deliverables will allow for senior management and technicians to gain a deep understanding of the current state of the organization, how that current state compares to industry best practices, and the plan to transition the existing data center to a new location. Key deliverables will include: 1. Technology Assessment Presentation detailing the current state and any critical findings and recommendations. 2. Detailed Network and Server Documentation including network diagrams, closet diagrams, and inventory lists for systems and locations accessed by KSMC. 3. High Level Solution Design - This document will articulate the requirements needed to transition the data center to a new location. Using these three deliverables, Carmel will be well positioned to create an RFP specific enough to allow vendors to accurately bid on the development of a detailed project proposal. Timeline KSMC anticipates a timeline of 8 to 10 weeks to complete this assessment, depending on access to your personnel, resources, and technology. Key Assumptions Note that pricing and timing assume KSMC will be given direct access to systems in order to conduct the assessment, Note that a lack of access, limited access, supervised access, or shadowed access, may limit the quality of the final deliverables and the associated fees and timing. Pricing and timing also assumes KSMC will visit main MDF's directly, 4 remote sites directly, and remotely access the remaining remote sites for investigation. Pricing and timing also assume timely access to personnel for interviews, direct questions, and support of system access. A Service Team MCONSULTING Mark Caswell, Director of Professional Services Mark Caswell will manage the team assigned to your account for this project and will serve as your executive contact throughout this engagement. Ryan Gould -Technology Practice Manager Ryan Gould will be the lead team member for technical investigation and review. Ryan Achterberg - Chief of Technology Together with Ryan Gould, Ryan Achterberg will be a technical investigator across all areas of the assessment. A 0 CONSUtxING Ellen Hooley Project Manager Ellen Hooley will be the project manager for this engagement and the r consolidation point for communication and resource management. t Shaun Greer - Network Engineer ; Shaun will be the lead networking engineer for both the discovery and solution design phases. The team will include additional professional staff or other members of KSMC to address specific technical issues for your organization, all as reasonably required for KSMC's performance of its services, at KSMC's sole discretion. �k'M'NW'v EXHIB IT B Invoice Naine of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal & Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage (any one fire): $250,000 Medical Expense Limit (any one person): $ 50,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Single Limit: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: $500,000 each accident $500,000 each accident $500,000 $500,000 $ 10,000 EXHIBIT D AFFIDAVIT S ���' t'� • eJ, , being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I ar now and al all times relevant herein have been employed by (the "Employer") in the position o ' ;0 3. I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E -Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the 7 d ay of , 20/7. Printed: koe k9 V/0 ,5 _ I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Printed: �r. s �Z41 A? City CarCERTIFICATE �}y}��� INDIANA RETAIL TAX EXEMPT NO. 003120155 002 0 Page 1 of 1 PURCHASE ORDER NUMBER of ll ll ll FEDERAL EXCISE TAX EXEMPT [-- 100902 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ONINVOICES, AIP CARMEL, INDIANA 46032-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. 11/9/2017 00350659 I KSM CONSULTING, L.L.C. VENDOR P.O. BOX 7096 SNIP DEPT. 236 TO INDIANAPOLIS, IN 46206 - PURCHASE ID BLANKET CONTRACT PAYMENT TERMS 20571 QUANTITY UNIT OF MEASURE DESCRIPTION VOUCHER, DELIVERY MEMO, PACKING SUPS, SHIPPING LABELS AND ANY CORRESPONDENCE DESCRIPTION City of Carmel Network and Server Assessment Information Systems 3 Civic Square Carmel, IN 46032 - Timothy Renick --- UNIT PRICE (317) 571-2567 FREIGHT -_Xl ENS',ON Department: 1202 Fund: 101 General Fund Account: 43-404.00 1 Each City of Carmel Network and Server assessment $35,000.00 $35,000.00 Sub Total $35,000.00 I Send Invoice To: 31 Information Systems Timothy Renick 3 Civic Square Carmel, IN 46032- (317) 571-2567 PLEASE INVOICE IN DUPLICATE DEPARTMENT ACCOUNT PROJECT PROJECT ACCOUNT I AMOUNT SHIPPING INSTRUCTIONS 'SHIP PREPAID. 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE CONTROL N0. 100902 CLERK -TREASURER PAYMENT $35,000.00 Alp VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. Timothy Renick James Crider Director Administration