Loading...
HomeMy WebLinkAboutJackson, Ryan 2025-07-01COU No. 2 526-095 1 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement,made and entered into this 1st day of July,2025 ( “ E ff e c t i v e Date” ),by and between CITY O F UKIAH,CALIFORNIA,her einaf t er referre d t o as " City"and Ryan Jackson,a sole propriet or organized and in good standing under the laws of t he stat e of Califor nia, her einaft er r efer r ed to as " Consult ant". RECITALS This Agreem ent is predicated on the following facts: a.City r equires consulting ser vices related to IT Support Services. b.Consultant r epr esent s that it has t he qualificat ions, skills, experience and pr oper ly licensed t o provide t hese services, and is willing to provide t hem according t o t he t erms of this Agreement. c.City and Consultant agr ee upon t he Scope-of-Wor k and W ork Schedule attached her et o as Att achment " A", descr ibing cont r act pr ovisions f or t he pr oject and sett ing f ort h t he com plet ion dat es for the various services to be provided pur suant t o t his Agreement. TERMS O F AGREEMENT 1. 0 DESCRIPTION OF PROJECT 1. 1 The Proj ect is described in det ail in t he attached Scope-of-W ork (Attachment "A"). 2. 0 SCOPE O F SERVICES 2. 1 As set f or t h in Attachment "A". 2. 2.Additional Services.Additional services,if any,shall only pr oceed upon written agreem ent between Cit y and Consultant.The writt en Agreement shall be in t he f orm of an Amendm ent t o this Agr eem ent. 3. 0 CONDUCT O F WO RK 3. 1 Time of Completion. Consultant shall commence per f ormance of services as r equired by t he Scope-of-Work upon r eceipt of a Notice to Proceed from City and shall com plete such services by 6/ 30/26. Consultant shall complet e t he work t o t he City's r easonable sat isfaction, even if cont ract disput es arise or Consultant contends it is ent itled t o f urt her com pensation. 4. 0 CO M PENSATION FOR SERVICES 4. 1 Basis f or Compensation.For t he perf or m ance of t he pr of essional services of t his Agr eem ent, Consultant shall be compensat ed on a t ime and expense basis not t o COU No. 2 526-191 2 exceed a guaranteed m aximum dollar amount of $40, 000. Labor charges shall be based upon hourly billing r ates f or t he various classificat ions of per sonnel em ployed by Consult ant t o perform the Scope of W ork as set f orth in t he at t ached Attachment A, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and t he f ees to be charged f or same shall be as set f orth in Attachm ent A. Consultant shall com plete t he Scope of W ork f or t he not -t o- exceed guar ant eed maximum, even if actual t ime and expenses exceed that am ount. 4. 2 Changes.Should changes in compensation be r equired because of changes t o t he Scope-of-Work of t his Agreement,t he part ies shall agree in wr iting t o any changes in com pensation." Changes t o t he Scope-of-Work"m eans differ ent act ivities t han t hose descr ibed in Attachment "A"and not additional t ime t o complete t hose activities t han t he part ies anticipat ed on the dat e they entered this Agreem ent. 4. 3 Sub-contractor Payment. The use of sub- consultants or other services t o perform a port ion of t he work of t his Agr eement shall be approved by City prior t o comme n c ement of work. The cost of sub-c o n s u l t a nts shall be included within guar ant eed not -to- exceed amount set forth in Section 4. 1. 4. 4 Terms of Payment. Payment t o Consultant f or services r endered in accordance with t his cont r act shall be based upon subm ission of m onthly invoices f or t he work satisfact orily perf orm ed pr ior t o t he date of t he invoice less any am ount already paid t o Consultant , which am ounts shall be due and payable t hirt y (30) days aft er receipt by City. The invoices shall pr ovide a descr iption of each item of work perf or m ed, t he t ime expended t o perf orm each t ask, t he f ees charged f or t hat task, and t he direct expenses incurr ed and billed f or. I nvoices shall be accompanied by docum ent ation sufficient t o enable City t o determine pr ogress made and to support the expenses claimed. 5. 0 ASSURANCES O F CONSULTANT 5. 1 I ndependent Contract or.Consult ant is an independent contractor and is solely responsible f or its acts or om issions.Consult ant ( including its agent s,servants,and employees) is not the City's agent, employee, or repr esent at ive for any purpose. I t is t he express intent ion of t he part ies her eto t hat Consultant is an independent cont r actor and not an em ployee,j oint vent urer,or part ner of City f or any purpose whatsoever.City shall have no r ight to,and shall not contr ol the manner or prescribe t he met hod of accomplishing t hose ser vices contract ed t o and performed by Consultant under t his Agreement,and t he general public and all government al agencies r egulating such activity shall be so informed. Those pr ovisions of t his Agr eem ent t hat r eser ve ult imate authority in City have been inser t ed solely t o achieve com pliance with f eder al and stat e laws,r ules,regulations,and interpr etations t her eof .No such pr ovisions and no ot her pr ovisions of t his Agreem ent shall be inter pr eted or construed as creat ing or est ablishing t he relationship of em ployer and em ployee between Consult ant and Cit y . Consult ant shall pay all est imated and actual f ederal and st ate income and self - employment t axes t hat are due t he st ate and f ederal government and shall f urnish and pay wor ker's compensation insurance,unemployment insur ance and any ot her benefits required by law for himself and his em ployees,if any.Consultant agrees t o indemnify and hold City and its officers,agents and em ployees harmless f r om and against any claims or demands by f eder al,st at e or local gover nm ent agencies f or any such t axes or COU No. 2 526-191 3 benef it s due but not paid by Consultant,including t he legal costs associated with def ending against any audit,claim,demand or law suit.Consult ant warr ants and r epr esent s that it is a proper ly licensed professional or prof essional organization with a substant ial investment in its business and t hat it maintains its own of fices and st aff which it will use in performing under t his Agreement. 5. 2 Conf lict of I nter est. Consultant underst ands t hat its professional r esponsibility is solely t o City. Consultant has no inter est and will not acquire any direct or indirect inter est t hat would conf lict with its per f orma n c e of t he Agreement.Consult ant shall not in t he perf orm ance of t his Agreement employ a per son having such an interest. If t he City Manager det erm ines t hat t he Consultant has a disclosure obligation under t he City’s local conf lict of inter est code, t he Consult ant shall f ile t he r equired disclosure f orm with t he Cit y Cler k wit hin 10 days of being not ified of the City Manager’s determination. 6. 0 I NDEMNIFICATION 6. 1 I nsur ance Liability. Without limit ing Consultant 's obligations ar ising under Paragraph 6. 2 Consult ant shall not begin wor k under t his Agr eem ent until it pr ocures and m aintains f or t he f ull per iod of t ime allowed by law, sur viving t he t ermination of this Agreem ent insurance against claims f or inj uries t o persons or dam ages t o pr operty, which m ay ar ise f rom or in connect ion with its performance under this Agreem ent . A.M inimum Scope of Insurance Coverage shall be at least as broad as: 1.Insur ance Services O ffice ("ISO)Commercial G eneral Liabilit y Coverage Form No.CG 20 10 10 01 and Commercial G eneral Liabilit y Cover age – Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any aut o" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Wor ker' s Compensation I nsur ance as required by t he Labor Code of t he State of California and Employers Liability I nsurance. 4.Err or s and O m issions liability insurance appr opr iate t o t he consultant ’s prof ession.Architects’and engineers’cover age is t o be endorsed t o include cont r actual liabilit y. B.M inimum Limits of I nsurance Consult ant shall maintain limit s no less than: 1.G ener al Liability: $1,000, 000 combined single limit per occurrence f or bodily injury, per sonal injur y and property dam age including oper at ions, product s and com pleted oper at ions. If Commercial G eneral Liability I nsur ance or ot her f orm wit h a gener al aggregat e limit is used, t he general aggr egat e limit shall apply separ ately t o t he wor k performed under t his Agreement, or t he aggregat e lim it shall be t wice t he prescr ibed per occurrence limit. 2.Automobile Liability: $1,000, 000 combined single limit per accident f or COU No. 2 526-191 4 bodily injur y and property dam age. 3.W or ker's Compensation and Employer s Liability :W orker' s compensation limit s as required by the Labor Code of t he State of California and Employer s Liability limits of $1,000,000 per accident. 4.Err or s and Omissions liability: $1, 000, 000 per occurrence. C.Deduct ibles and Self-I nsured Ret entions Any deduct ibles or self - insured r et entions m ust be declared to and approved by t he City.At t he option of t he City,eit her t he insur er shall r educe or eliminate such deduct ibles or self-insur ed r etentions as respects t o t he City,its of f icers, of ficials,em ployees and volunteers;or t he Consultant shall pr ocur e a bond guarant eeing paym ent of losses and r elated invest igations,claim administration and def ense expenses. D.O t her I nsur ance Provisions The policies ar e to contain, or be endorsed to contain, t he following pr ovisions: 1.G ener al Liabilit y and Automobile Liabilit y Cover ages a. The City, it officers, officials, employees and volunteer s are t o be cover ed as addit ional insur eds as r espects; liability ar ising out of act ivities perform ed by or on behalf of t he Consult ant, products and com pleted oper at ions of t he Consultant, prem ises owned, occupied or used by t he Consultant , or autom obiles owned, hired or borrowed by t he Consultant f or t he f ull per iod of t ime allowed by law, sur viving t he t erminat ion of t his Agreement . The coverage shall cont ain no special limitations on t he scope- of-protect ion af for ded to the City, its officers, of f icials, em ployees or volunteer s. b. The Consultant 's insur ance cover age shall be primary insurance as respects t o t he City, its officers, officials, em ployees and volunteer s. Any insurance or self-insurance maint ained by t he City, its of ficers, officials, employees or volunteer s shall be in excess of t he Consult ant's insurance and shall not contribute with it . c.Any f ailure t o comply with reporting provisions of t he policies shall not aff ect coverage provided t o t he City,its of f icers,officials, employees or volunteer s. d.The Consult ant's insurance shall apply separately t o each insur ed against whom claim is made or suit is br ought,except wit h r espect t o the limits of the insur er's liability. 2.W or ker's Compensation and Employers Liability Coverage The insur er shall agr ee to waive all rights of subrogation against t he City, it s of ficers,officials,employees and volunteer s f or losses arising from Consultant 's performance of t he wor k, pursuant to t his Agreem ent. COU No. 2 526-191 5 3. Prof essional Liability Coverage I f written on a claims-made basis, t he retroactivity dat e shall be t he ef fective dat e of t his Agreement. The policy per iod shall ext end one (1) year f r om t he date of f inal appr oved invoice. 4. All Coverages Each I nsurance policy required by t his clause shall be endorsed t o st ate t hat coverage shall not be suspended,voided,canceled by either part y, reduced in covera g e or in limit s except aft er t hirty ( 30)days prior wr itten not ice by cert ified m ail,r et urn receipt r equest ed,has been given t o t he City. E. Acceptability of Insurers I nsur ance is t o be placed wit h adm itted Califor nia insur er s with an A.M.Best' s rat ing of no less t han A-f or f inancial str ength,AA f or long-t erm credit r ating and AMB-1 for short-ter m cr edit rating. F. Verificat ion of Cover age Consult ant shall f ur nish t he City with Cer t ificates of I nsurance and wit h original Endor sem ent s effect ing cover age r equired by t his Agreement.The Cer t ificates and Endorsem ents f or each insurance policy ar e t o be signed by a per son aut horized by t hat insurer t o bind cover age on it s behalf.The Certificates and Endor sem ent s are t o be on f orms pr ovided or approved by t he Cit y.Where by st at ute,t he City's Worker s'Compensation -relat ed f orms cannot be used, equivalent f orms appr oved by t he I nsur ance Commissioner ar e t o be substitut ed. All Cert ificat es and Endorseme nts are t o be received and appr oved by the City bef ore Consultant begins t he work of t his Agreement.The City r eser ves the r ight t o r equire complete,certified copies of all r equired insurance policies,at any t ime.I f Consultant f ails t o pr ovide t he coverages required herein,t he City shall have t he r ight,but not the obligation,t o pur chase any or all of t hem.I n t hat event ,t he cost of insurance becomes part of t he com pensation due t he cont r actor after notice t o Consultant t hat City has paid t he premium. G . Subcont ractors Consult ant shall include all subcontractors or sub-c o n s u l t a nts as insur ed under it s policies or shall f ur nish separ ate certificates and endor sements f or each sub- cont r actor or sub-consultant.All cover age f or sub-c o n tractors or sub- consultants shall be subj ect to all insurance requirements set forth in this Paragraph 6.1. 6. 2 I ndemnification. Consultant shall hold harmless, def end and indemnify Cit y its officer s, of ficials, em ployees and volunteer s from and against all claims, damages, losses and expenses including at t orney f ees which act ually or allegedly ar ise out of t he per f ormance of t he work described herein, caused in whole or in par t by any negligent act or om ission of t he consult ant, any subcont r actor, anyone direct ly or indirectly em ployed by any of t hem or anyone f or whose act s any of t hem m ay be liable, except wher e caused by t he act ive negligence, sole negligence, or willful m isconduct of City its officers, of ficials, employees and volunteer s. COU No. 2 526-191 6 Refer ences in this paragraph t o City or Consultant, include t heir of f icers, em ployees, agent s, and subcontractors. 7. 0 CONTRACT PROVISIONS 7. 1 O wner ship of Wor k. All docum ents f ur nished t o Consultant by City and all docum ent s or reports and supportive dat a prepar ed by Consultant under t his Agreement are owned and become t he pr opert y of t he City upon t heir cr eation and shall be given t o City immediately upon demand and at t he com plet ion of Consult ant's services at no addit ional cost t o City. Deliverables ar e ident if ied in t he Scope-of-W ork, Attachment "A". All docum ents pr oduced by Consult ant shall be f urnished t o City in digital f ormat and hardcopy. Consultant shall pr oduce t he digital f or m at, using software and m edia approved by City. 7. 2 G over ning Law.Consultant shall comply wit h the laws and r egulations of t he United States,t he Stat e of Califor nia,and all local governments having j ur isdict ion over t his Agr eem ent.The inter pret at ion and enf or cem ent of t his Agreem ent shall be governed by Califor nia law and any act ion ar ising under or in connect ion with t his Agreement m ust be f iled in a Court of com petent j ur isdiction in M endocino Count y. 7. 3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set f orth the entire underst anding bet ween the par t ies. 7. 4 Severability. If any t erm of t his Agreem ent is held invalid by a court of compete nt j ur isdiction, the rem ainder of t his Agreement shall rem ain in effect. 7. 5 Modificat ion. No modification of t his Agreement is valid unless m ade with the agr eem ent of bot h par t ies in wr iting. 7. 6 Assignment.Consultant's services ar e considered unique and per sonal.Consultant shall not assign,t ransfer,or sub-contract its inter est or obligat ion under all or any portion of this Agr eem ent without Cit y' s prior writ ten consent . 7. 7 Waiver .No waiver of a br each of any covenant,t erm,or condition of this Agr eem ent shall be a waiver of any ot her or subsequent br each of t he same or any ot her covenant, t erm or condition or a waiver of t he covenant, t erm or condition itself. 7. 8 Termination. This Agr eem ent m ay only be t er minated by either party: 1) f or br each of t he Agr eem ent; 2) because f unds ar e no longer available t o pay Consultant f or ser vices provided under t his Agreement; or 3) City has abandoned and does not wish t o complete t he pr oj ect f or which Consult ant was r et ained. A part y shall not if y t he other party of any alleged br each of t he Agreem ent and of t he action r equired t o cur e t he br each. I f t he breaching part y f ails t o cur e t he br each within t he t ime specified in the not ice, t he cont r act shall be t erminat ed as of t hat t ime.I f t erminated f or lack of f unds or abandonment of t he proj ect, t he contract shall t erminate on t he date notice of t ermination is given t o Consultant . City shall pay t he Consult ant only f or ser vices perf orm ed and expenses incur r ed as of t he effect ive t ermination dat e. I n such event, as a condit ion t o paym ent, Consult ant shall pr ovide t o City all f inished or unf inished docum ents, dat a, st udies, surveys, dr awings, maps, m odels, photographs and reports prepar ed by t he Consult ant under t his Agreement.Consult ant shall be ent itled t o receive j ust and equitable com pensation f or any work sat isfactorily com pleted hereunder, subj ect t o off-set f or any direct or consequential damages City m ay incur as COU No. 2 526-191 7 571-75-7915 a r esult of Consultant's breach of contract. 7. 9 Execution of Agreement. This Agreem ent m ay be executed in duplicate or iginals, each bearing t he or iginal signatur e of t he parties. Alternat ively, t his Agr eem ent m ay be execut ed and deliver ed by f acsimile or other electr onic t ransmission, and in m ore t han one count erpart, each of which shall be deem ed an or iginal, and all of which t ogether shall const itute one and t he same instr um ent. When executed using either alter native, t he executed agr eem ent shall be deem ed an or iginal adm issible as evidence in any administrative or j udicial pr oceeding t o prove the terms and cont ent of this Agreem ent . 8. 0 NO TICES Any not ice given under t his Agreem ent shall be in writ ing and deem ed given when personally delivered or deposited in t he m ail ( certified or r egistered)addressed t o t he part ies as follows: CITY O F UKIAH DEPT. O F FINANCE 300 SEMINARY AVENUE UKIAH, CALI FORNI A 95482- 5400 RYAN JACKSON 268 POM O DR UKIAH CA 95482 9. 0 SIGNATURES I N WITNESS WHEREOF, the part ies have executed this Agreement the Effective Dat e: CO NSULTANT BY: ________________________ PRINT NAME: _____________ __________________ I RS I DN Number CITY O F UKIAH BY: __________________________ CITY M ANAGER ____________________ Dat e ____________________ Dat e ATTEST CITY CLERK ____________________ Dat e 08/12/2025 Kristine Lawler (Aug 13, 2025 07:46:23 PDT)Kristine Lawler 08/13/2025 8 Attachment A Statement of Work (SOW) Network Redesign for the City of Ukiah Consultant: Ryan Jackson 1. Introduction 2 2. Objectives 2 3. Scope of Work 2 3.1 Critical Tasks 2 3.1.1 Network Flow Modification 2 3.1.2 AT&T Connection Reconfiguration 2 3.1.3 Switch Replacement 3 3.1.4 Standardization of Switch Configuration 3 3.1.5 Wireless Infrastructure Upgrade 3 3.1.6 Logical Segmentation for Police Department and City Networks 3 3.1.7 Firewall Replacement 3 3.2 High Priority Tasks 3 3.2.1 Server Rack Rewiring and Cleanup 3 3.2.2 MDF Rack Removal & Fiber Network Integration 3 3.2.3 Network Re-Route for Police Department and SW-HR 4 Legacy Equipment to be Removed as Part of MDF Rack Removal 4 3.2.3 Redundancy and Failover Configuration 4 3.3 Medium Priority Tasks 4 3.3.1 VLAN and IP Scheme Standardization 4 3.3.2 Network Cabinet Organization 5 3.3.3 Migration to Starlink for Select Sites 5 4. Deliverables 5 5. Timeline & Milestones 5 6. Responsibilities 6 7. Assumptions & Constraints 6 9 1. Introduction This Statement of Work (SOW) outlines the network redesign and infrastructure improvement project for the City of Ukiah. The work will be conducted by Ryan Jackson in a consulting capacity. The City IT department will be responsible for acquiring all necessary equipment. This document details the scope, objectives, deliverables, and responsibilities associated with this engagement. 2. Objectives The primary objectives of this project are: Enhance security by routing all network traffic through the Palo Alto 880 Firewall. Modernize network infrastructure by replacing end-of-life equipment. Improve network segmentation and redundancy for reliability and security. Implement industry best practices where feasible. Standardize network configurations for consistency and ease of management. Upgrade wireless infrastructure with the vendor of choice. 3. Scope of Work 3.1 Critical Tasks 3.1.1 Network Flow Modification Transition from a Distribution/Core network design to a modified architecture. Ensure all network traffic is routed through the Palo Alto 880 Firewall to utilize features such as: o Antivirus o Monitoring o Wildfire threat intelligence o Intrusion Detection/Prevention Systems (IDS/IPS) 3.1.2 AT&T Connection Reconfiguration Reconfigure AT&T connection to flow directly into the Palo Alto 880 Firewall instead of the Main Distribution Frame (MDF) access-level switch. Ensure proper routing from the firewall to the Distribution Switch in the Server Room. 10 3.1.3 Switch Replacement Replace 12-15 end-of-life switches. (Potentially all switches pending board approval) Replace Distribution Stack with 9300-series switches already in stock. Move access-level connections off the Distribution Stack onto a dedicated access-level switch in the Server Room. 3.1.4 Standardization of Switch Configuration Implement industry best practices for switch configurations, including: o 802.1x authentication for VLAN assignment (requires new RADIUS server). o Port security to prevent cyber threats such as DHCP/DNS poisoning. o VLAN segmentation considerations while maintaining deployment feasibility. 3.1.5 Wireless Infrastructure Upgrade Assist with deployment of a new wireless infrastructure as per the vendor selected by the City. 3.1.6 Logical Segmentation for Police Department and City Networks Ensure complete logical separation between Police Department and City Networks using Palo Alto 880 Firewall, other than where absolutely needed for connectivity or functionality. 3.1.7 Firewall Replacement Replace Cisco firewalls with currently supported models. Upgrade Department of Justice Firewall and firewalls at North/South Fire Stations (End of Life 2026). 3.2 High Priority Tasks 3.2.1 Server Rack Rewiring and Cleanup Remove deprecated equipment. Re-cable main server rack as needed. 3.2.2 MDF Rack Removal & Fiber Network Integration The MDF removal should only be accomplished after the new fiber project is complete to ensure a seamless transition and prevent disruption. Relocating the MDF to the Server Room will provide centralized network management, improved security, and easier maintenance for IT personnel, reducing operational complexity and improving overall network efficiency. Once the fiber network deployment is complete: 11 Remove the existing MDF rack. Reroute all MDF connections to the Vault Room, designated as the new MDF location. The MDF removal should only be accomplished after the new fiber project is complete to ensure a seamless transition and prevent disruption. Justification: Relocating the MDF to the Server Room will provide centralized network management, improved security, and easier maintenance for IT personnel, reducing operational complexity and improving overall network efficiency. Post-fiber network deployment, remove the existing MDF rack. Reroute all MDF connections to the Vault Room, designated as the new MDF location. 3.2.3 Network Re-Route for Police Department and SW-HR Re-route existing Police Department network connections to the Server Room. Re-route SW-HR (Finance Department switch) connections to the Server Room. Legacy Equipment to be Removed as Part of MDF Rack Removal T1 Router AT&T Spoke Network Router Mitel equipment 3.2.3 Redundancy and Failover Configuration Implement redundancy in network routes to ensure continued city network operation. Establish failover configurations for off-site tunneling. 3.3 Medium Priority Tasks 3.3.1 VLAN and IP Scheme Standardization Standardize VLAN definitions across all sites. Adopt the IP scheme format: 10.[Site].[VLAN].[Node] o Example: VLAN 4 for users, VLAN 7 for printers, VLAN 10 for servers, etc. o The second octet denotes the site, the third octet represents VLAN/purpose, and the fourth octet identifies the specific node. 3.3.2 Network Cabinet Organization Clean up network cabinets for better cable management. If necessary, relocate racks (e.g., SW-HR) for improved organization. If required, the City will be responsible for relocating the rack, while the consultant will assist with network reconfiguration and reconnections. 12 3.3.3 Migration to Starlink for Select Sites Transition sites currently using T1/AT&T spoke networks to Starlink where applicable. This may include configuration of switches, routers, firewalls, and tunnels as needed to ensure proper network functionality and connectivity. 3.4 Other Tasks per Request of the City of Ukiah IT The consultant may perform additional IT-related tasks as requested by the City of Ukiah IT Department. These tasks will be scoped and approved prior to commencement and may include, but are not limited to, infrastructure changes, troubleshooting, configuration updates, and support beyond the predefined items in this scope. 4. Deliverables 1.Network Architecture Report – Document outlining the updated network topology and flow. 2.Firewall Configuration Report – Configuration details and security enhancements implemented on the Palo Alto 880. 3.Switch Replacement & Standardization Report – List of replaced switches and standardized configurations applied. 4.Wireless Infrastructure Deployment Report – Details on the new wireless system. 5.Network Segmentation Report – Evidence of logical separation for Police Department and City Networks. 6.Redundancy & Failover Plan – Outline of redundancy and failover configurations. 7.Updated VLAN/IP Scheme Documentation – Finalized VLAN and IP addressing plan. 8.Post-Implementation Report – Summary of work completed, outstanding issues, and recommendations for future improvements. 5. Timeline & Milestones Disclaimer: The timelines and milestones outlined in this document are subject to change based on the availability of the consultant, the City of Ukiah, and any procurement lead times required for equipment or vendor support. Milest one Task Estimated Completion Phase 1 Network flow modification, AT&T reconfiguration, Firewall routing 4-6 weeks Phase 2 Switch replacements, VLAN standardization, Police Department segmentation 6-8 weeks Phase 3 Wireless infrastructure, MDF migration, redundancy configurations 8-12 weeks Phase 4 Network cabinet organization, Starlink migration, final documentation 12-16 weeks 13 6. Responsibilities Consultant (Ryan Jackson): Provide expertise, design, and configuration for the network redesign. Implement all technical changes as outlined in the scope of work. Document all modifications and provide necessary training to City IT staff. City of Ukiah IT Department: Procure all required hardware and software. Assist with implementation and testing as needed. Provide access and necessary credentials for configuration changes. Maintain and manage network post-implementation. 7. Assumptions & Constraints The execution of work outlined in this document is contingent upon the availability of funding from the City of Ukiah. Work will proceed based on priority until either completion, suspension pending additional funding, or termination by either party with advance notice. All hardware procurement will be handled by the City of Ukiah. Network downtime will be scheduled to minimize operational impact. Some tasks are dependent on the deployment of the high-speed fiber network. City IT staff availability may impact scheduling. Standard IT Services Rate: $125/hour. Emergency High-Priority Support Rate (when explicitly requested by the City): $175/hour.