REQUEST FOR PROPOSAL (RFP) PROJECT MANUAL

REQUEST FOR PROPOSAL (RFP) PROJECT MANUAL TITLE: INSTALL AND CONFIGURE NEW COMPUTER HARDWARE & SOFTWARE DATE ISSUED: August 8, 2014 DUE DATE: Thurs...
Author: Chad Webster
2 downloads 0 Views 469KB Size
REQUEST FOR PROPOSAL (RFP) PROJECT MANUAL

TITLE: INSTALL AND CONFIGURE NEW COMPUTER HARDWARE & SOFTWARE

DATE ISSUED: August 8, 2014 DUE DATE:

Thursday, September 4, 2014

TIME:

3:30 PM

LOCATION:

The Municipal Housing Authority of the City of Utica 509 Second Street Utica, NY 13501

In accordance with the requirements of this proposal, the undersigned offers and agrees, if their proposal is accepted, to furnish any and all services for which the prices are submitted in accordance with the attached conditions as specified in this proposal.

BIDDER’S SIGNATURE AND TITLE

ORGANIZATIONS NAME AND ADDRESS

_________________________ Name (signature) _________________________ Name (print) _________________________ Title 1

Table of Contents Notice to Bidders Checklist Instruction to Bidders Bid Forms Proposal Form, Exhibit B Part 1, Acknowledgement of Addenda Part 2, Acknowledgement of Principal, if corporation, partnership or Individual of Surety Part 3, Non-Collusion Statement Specifications and Scope of Work I. Introduction II. Process for Inquiries III. Scope of Services/Technical Specifications IV. Requested Information and Insurance Requirements

Contract Form: Form of Agreement/Notice to Proceed Between Owner and Contractor Contractor’s Certificate and Release HUD Form 5369-B – Instructions to Offerers, Non- Construction, can be found at the following: http://www.hud.gov/offices/adm/hudclips/forms/hud5a.cfm

Representation, Certification & Other Statements of Bidders, HUD Form 5369-A, 11/92, can be found at the following: http://www.hud.gov/offices/adm/hudclips/forms/hud5a.cfm HUD Form 5370-C, General Contract Conditions, Non-Construction, can be found at the following: http://www.hud.gov/offices/adm/hud clips/forms/hud5a.cfm HUD Form – 2530, Previous Participation Certification, (for contracts over $50,000 only), can

be found at the following: portal.hud.gov/hudportal/documents/huddoc?id=2530.pdf Note – If proposers are unable to download the required forms from the web sites identified above notify the Housing Authority and paper copies can be provided upon request.

2

NOTICE TO BIDDERS REQUEST FOR PROPOSALS COMPUTER HARDWARE/SOFTWARE, INSTALLATION AND CONFIGURATION

THE MUNICIPAL HOUSING AUTHORITY OF THE CITY OF UTICA, NEW YORK (UMHA) will receive and consider SEALED PROPOSALS to install and configure new Computer Hardware & Software. Specifications and Bid Forms may be obtained during normal business hours at the Office of the UMHA’s Perretta Twin Towers, 509 Second Street, Utica, New York 13501. Proposals must be enclosed in a sealed envelope bearing on the outside the name of the Computer Consultant firm and the work item to which the proposal is related and must be received by the IT Department no later than 3:30 PM on THURSDAY, SEPTEMBER 4, 2014, at the Central Offices of the Municipal Housing Authority, Perretta Twin Towers, 509 Second Street, Utica, New York 13501, at which time the proposals will be opened and read. No proposals will be accepted after this time.

GENERAL SCOPE OF WORK: Proposals for Professional Computer Services are being requested for the following scopes of work: INSTALL AND CONFIGURE NEW COMPUTER HARDWARE/SOFTWARE The Firm will work in close association with the Municipal Housing Authority staff and will provide necessary guidance with regard to all proposed work. The Firm will adhere to timetables thereby making Municipal Housing Authority work its priority. DEVELOPMENT LOCATION: Housing Authority Wide

3

REQUEST FOR PROPOSALS AND CONTRACT TERMS AND CONDITIONS may be obtained during normal business hours at the Central Offices of the Municipal Housing Authority of the City of Utica, New York, located at Perretta Twin Towers, 509 Second Street, Utica, New York 13501.

Dated: August 8, 2014

Municipal Housing Authority of the City of Utica, New York

O. D.

David H. Williams

Board Chairperson

Bidders’ Checklist The following bid forms must be included with each bid package submitted: Bid Form Sections For each Bid submittal, the following Bid Forms shall be fully executed with words & figures and signed as applicable: Proposal Form Acknowledgement of Addenda, if any, Acknowledgement of Principal, if Corporation or Partnership or Individual or of Surety Non-Collusion Affidavit Representations, Certifications, & Other Statements of Bidders Previous Participation Certification, form HUD2530 (for contracts over $50,000 only) Failure to provide any section of the bid documents as outlined in the bidder’s checklist may be deemed sufficient cause for rejection of bid.

Contractors shall be required to submit the following for bid prices exceeding $100,000.00: A Bid Guarantee from Each Bidder Equivalent to 5% of the Bid Price And A Performance Bond for 100% of the Contract Price (Post Award)

4

A Payment Bond for 100% of the Contract Price (Post Award), or A 20 Percent Cash Escrow; or A 25 Percent Irrevocable Letter of Credit; or Failure to provide any section of the bid documents as outlined in the bidder’s checklist may be deemed sufficient cause for rejection of bid.

Instruction to Bidders A. Time and Place 1. Sealed proposals to install and configure new Computer Hardware & Software shall be received by the Municipal Housing Authority (UMHA), 509 Second Street, Utica, New York until 3:30PM on Thursday, September 4, 2014, at which time the proposals will be publicly opened and read. 2. Proposals shall be sealed and addressed to the UMHA and shall bear on the face of the envelope the business name and address of the bidder, and the title of the work. B. Plans and Specifications 1. Specifications are explanatory of each other, but should any discrepancy appear or misunderstandings arise, the explanation of the Board Chairperson of the UMHA shall be final and binding during the bid period. Any modifications to the specification and plans shall be made by written addenda only and the UMHA shall not be bound by verbal interpolations. C. Award of Bid 1. The UMHA reserves the right to reject any bids that are incomplete, conditional, obscure or which contain irregularities of any kind including unbalanced bids. 2. Award shall be made to the lowest, responsive, qualified bidder and bidder must have been in business for 10 or more years. 3. Prior to award, the UMHA will canvas the bids. In case of error or conflict between words and figures, words shall take precedence. In case of an erasure, change or correction of a figure, the bid may be rejected. 4. The canvas will take into consideration, satisfactory evidence of the bidder’s experience and financial ability for a successfully completion the required scope of work. 5. Failure to submit any section of the bid documents as outlined in the bidder’s checklist may be deemed sufficient cause for rejection of bid. D. Familiarity with Proposed Work 1. All bidders for work under this contract are required before submitting bids to make all necessary investigations in order to inform themselves thoroughly as to the character and magnitude of all work specified herein. 2. No plea of ignorance or conditions that exist or that may hereafter exist or of difficulties that may be encountered in the execution of the work hereunder as a result of failure to make necessary examinations and investigations will be accepted as sufficient cause for any failure or omissions on the part of the successful bidder to fulfill this contract, or will be accepted as a basis for any claims whatsoever for extra compensation.

5

E. Withdrawal of Bid 1. Regardless of the award of bid, no bidder may withdraw their bid before expiration of forty-five (45) days after date of opening bids. F. Subletting 1. Contract shall not assign, transfer, sublet or otherwise dispose of this contract, their right, title and interest therein or their power to execute without the previous written consent of the UMHA. G. Financial Ability of the Bidder 1. The UMHA reserves the right to conduct an investigation into the financial ability of the successful bidder, to insure their capability to carry out the terms of the contract. H. Billing and Submission of Invoices for Payment 1. Contractor shall bill according to the bid rate schedule submitted for all work performed. 2. UMHA will have up to thirty (30) calendar days to process the monthly billing charges upon receipt of invoices. I. The awarded contractor shall supply and install all necessary accessories for the complete installation of all equipment specified to be installed.

6

Bid Form(s)

7

8

Proposal Form Date of Proposal Form Created is August 8,2014

Project: INSTALL AND CONFIGURE COMPUTER HARDWARE/SOFTWARE

PART “A” – Contract Work Description and Items: Provide all labor and all necessary accessories to install and configure new Computer Hardware & Software as specified herein. Please see attached Contract Documents, General Conditions, and Requirements.

($

) In Numbers

Written in Words

Contractor’s Company Name Contractor’s Address Contract Person’s Printed Name

Title Today’s Date

Signature Remarks: 1. 2. 3. 4.

Owner reserves the right to reject any or all bids. This bid is for supplying Materials, Labor & Equipment. Bidders shall honor their bids for forty five (45) calendar days after bid opening. Vendors must bid all items on Proposal Form to qualify for award.

This proposal must be returned to the IT Department’s Office at the Municipal Housing Authority, 509 Second Street, Utica, New York by: Thursday, September 4, 2014 , at 3:30 PM. At which time the proposal will be publicly opened and read. The Proposal shall be 9

SEALED in an envelope clearly mark with the words “PROPOSAL DOCUMENTS," name of Proposed Project, the Bidder’s Name, and the Date and time for the receipt of bids.

PART “B” – Out of Scope Work Description and Items: Out of scope work issues that arise requiring additional time and or hardware and software to resolve will be billed at the following rates. Provide hourly billing rates for any out of scope work that may be required in connection with this project.

1. Hourly Billing Rate

$

Per Hour

Written in Words

Terms of Out of Scope Material Purchases The awarded contractor agrees to the following terms in the event that additional out of scope hardware, software or any other miscellaneous items that may be required or requested in connection with this project; UMHA will pay the awarded contractor a 20% mark-up on all out of scope additional hardware, software or any other miscellaneous material that may be required or requested in connection with this project. The awarded contractor must submit all receipts of materials used with request for reimbursement.

Award will be made to the lowest responsible bidder. Low bid will be determined as follows; Description Part “A” Total

Cost

Weighted Factor

Weighted Score

$

80%

$

Part “B” (Hrly Rate) $

20%

$

Total of Parts “A” & “B” (To determine Low Bid Price) 10

$

Addenda Acknowledgement is hereby made of the following Addenda (identify by number) received since issuance of plans and specification:

Respectfully submitted,

(Business Address)

(Area Code) (Telephone)

Note: Totals shall be shown in both words & figures. In case of discrepancy the principals are as follows: The full names and residents of persons or firms interested in the foregoing bid as principal are as follows:

11

Part 2

Acknowledge of Principal, if Corporation State of On this

day of

) County of )SS in the year 201 , before me personally, came

)

to me know, who, being by me duly sworn, did depose and say that he resides in that he is the , of the the corporation described in and which executed the above instrument; that he knows the seal of said corporations; affixed by the order of the Board of Directors of said corporations; and that he has signed his name thereto by like order. (SEAL)

Acknowledge of Principal, if a Partnership State of

)

County of

)

)SS On this

day of

in the year 201 , before me personally, came

to me known and known to be a member of the firm of ; described in and who executed the foregoing instrument; and he duly acknowledged to me that he executed the same for and in behalf of said firm for the uses and purpose mentioned therein. (SEAL)

Acknowledge of Principal, if an Individual State of On this

) )SS day of

County of

)

in the year 200 , before me personally, came

, to me known and known to be the person described in and who executed the foregoing instrument; and he duly acknowledged that he executed the same. (SEAL)

Acknowledge of Principal, of Surety State of

)

County of

)

)SS On this

day of

in the year 201 , before me personally, came

to me known, who being by me duly sworn, did depose and say he resides in that he is the of the , The corporation described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to said instrument is such seal; that it was so affixed by the order of the Directors of said Corporation and that he signed his name thereto by like order. (SEAL)

12

I. Introduction The Municipal Housing Authority of the City of Utica, NY (UMHA), is interested in contracting with an organization to provide the following Professional Computer Services: INSTALL AND CONFIGURE NEW COMPUTER HARDWARE/SOFTWARE, The UMHA has created this Request for Proposal (RFP) to be completed by all interested vendors.

13

All questions regarding this RFP should be directed to JoAnn Mariano or via e-mail to [email protected]. NOTE: Parties intending to respond to this RFP are requested to confirm receipt of the RFP via email at [email protected] to ensure proper distribution of any addenda or answers to vendor questions. Failure to confirm receipt of this document will not disqualify any vendor from the bidding process. However, The Utica Municipal Housing Authority will not be responsible for sending updated information to those who do not confirm receipt of the RFP. The Utica Municipal Housing Authority reserves the right to reject any and all proposals and to waive any informalities.

14

II. Process for Inquiries All inquiries regarding clarification of items in the RFP must be made in writing (e-mail or fax) and must be forwarded to: Name, Title: JoAnn Mariano, E-mail: [email protected] Phone : 315-735-5246. Fax 315-7353366. The deadline for making such inquiries is August 26, 2014. If, in The Housing Authority’s opinion, additional information or interpretation of the RFP is necessary, such information will be supplied in the form of an Addendum that will be mailed and/or e-mailed to all Vendors who have acknowledged receipt of this RFP and such Addendum shall have the same binding effect as though contained in the main body of the RFP. Only information distributed in this manner shall be considered binding with regards to the RFP. No Addenda shall be issued by The Housing Authority within ten (10) calendar days of the proposal deadline. The Housing Authority responses to Vendor Inquiries will be distributed to all responding Vendors. However, it shall be the responsibility of the Vendor to determine prior to the Proposal Due Date whether any amendments, additions, deletions, or changes of any type have been made to the RFP.

15

III. SCOPE OF SERVICES /TECHNICAL SPECIFICATIONS

BID PROPOSAL REQUEST Project Goals The goal of this project is to bring the UMHA to a higher standard of reliability, performance, and future growth. Project Scope + Requirements The infrastructure of the UMHA network will be upgraded in multiple phases, doing so in this manner we hope to achieve minimal interruptions to the end user during normal business hours. . These phases will require levels of expertise in the following skillsets. ● ● ● ● ● ● ● ● ● ●

Physical Rack / Wire Management Cisco Network Equipment Storage (ISCSI + NFS) Virtualization (Citrix XenServer) Microsoft Windows Server Microsoft Exchange Server Microsoft Active Directory APC UPS Systems Project / Time Management Ability to work and communicate with on site assigned supervisors.

Information + Materials Provided by UMHA UMHA will provide all of the following materials and information to the awarded contractor. 1. UMHA will provide all equipment to the contractor that is listed under equipment list attached to this document. 2. UMHA will provide all pertinent network documentation upon request. 3. UMHA will provide all credentials needed to complete all parts of the work . 4. UMHA will make available the designated IT person’s cellular phone number. 5. UMHA will provide facility access during and after normal business hours.

16

Phase 1 (RACK SYSTEM) 1. Position and rack 2 HP server racks, ensuring that the racks are level and baying kits are installed properly secured. 2. Position and mount APC symmetra UPS system into rack bay. a. Install batteries b. Install Transformers c. Install Power Modules 3. Rack and Secure APC PDU in a 0U rack configuration. 4. Rack and Secure EMC NAS 5. Rack and Secure Cisco UCS Servers 6. Rack and Secure Cisco Switch. 7. Connect all devices to the APC PDU’s previously installed, keeping in mind cable management + wiring scheme. Phase 2 (CISCO CORE) - AFTER HOURS ● Configure Cisco 3850 switch ○ Setup 2 L3 VLANS (Data / Storage) ○ This switch will act as the default gateway for all three vlan’s ○ Storage VLAN’s must have the following parameters ■ The storage VLAN should be configured with Jumbo frames of 9K ● Connect 2 existing 2960 switches to act only as L2 switches via trunk ports. ● Connect 2 UCS servers to 3850. ○ One Port used for dot1q trunk ○ One Port used for Storage VLAN ● Connect Storage System ○ 3 ports configured into 1 PortChannel on storage VLAN

Phase 3 (STORAGE) ● Configure system with IP Address ● Configure Raid ISCSI Volumes ● Configure NFS + SMB Volumes Phase 4 (XenServer) ● Install Xenserver on UCS Systems ● Configure Management + Storage Network ○ Enable Jumbo Frames on management interfaces. ● Create XenServer Pool 17

● Attach Storage Luns to XenServer SR ○ NFS + SMB as ISO SR ○ 2 ISCSI Luns as VM SR

18

Phase 5 (Physical Server Move) - AFTER HOURS ● Move existing servers from old server rack, into new HP Rack bays ● Cable Management ● Ensure the servers have L3 connectivity on DATA VLAN. Phase 6 (Physical 2 Virtual Migration) - AFTER HOURS ● Perform P2V conversion on each of the 5 Physical Windows Servers. ○ Power off the physical machine. ○ Import VM into XenServer Pool. ○ Create Snapshots of the VM as soon as imported. ○ Power on VM and Test ○ Pull power cord out of physical machine if test passes. ● Remove HP Agents + hidden devices from imported VM’s Phase 7 (Create Server Templates) ● Create windows 2008 VM ○ 8GB RAM ○ 4vCPU ○ 1 NIC ○ 64GB Disk 0 ○ 120GB Disk 1 ● Run windows updates ● Install XenServer Tools ● Sysprep Machine and Create Template. Phase 8 (Server 2008 Migration) ● Create 2 windows 2008 R2 VM’s from Template ○ Assign Static IP ○ Install DNS Servers ○ Install File and Print Server Roles ○ Preform all Windows Updates ● Prepare Active Directory (ADPREP) ● Promote new machines (DCPROMO) ● Migrate Print Queues to one of the servers ○ Deploy Printers using AD Group Policy ● Migrate File shares. 19

○ Remap drive mounts / Folder Redirection ● Install Barracuda Backup Agent Phase 9 (Exchange 2010 Migration) ● Create windows 2008 R2 VM from template ○ Static IP ○ Increase RAM to 12GB ○ Join AD as member server ● Prepare Active Directory Schema for Exchange 2010 ● Install Exchange 2010 ○ Join to existing exchange organization ○ Install Exchange 2010 Service Packs ● Move Datastore to Disk 0 ● Preform Mailbox moves ● Point Barracuda spam filter to new server ● Create new SMTP connectors in exchange 2010 Phase 10 (Terminal Server) ● Create windows 2008 R2 VM from template ○ Static IP ○ Join AD as member server. ● Install RDS Licensing Server on one of the 2008 DC’s. ● Install Terminal Services (RDS Role) on server ● Enable Users to logon to server using RDS ● Install Applications ○ Install Office + Outlook ○ Install all other software needed on a daily basis. ● Install Barracuda Backup Agent Phase 11 (Remote Sites VPN) ● Configure Each of the new VPN Appliances ○ Mirroring the old configuration of the 4 existing sites. ○ Configure 2 new VPN appliances. ● Connect new VPN equipment at remote sites ● Create RDP shortcut on desktop to point to new terminal server. ● Train Users Phase 12 (Finalization) ● Demote old domain controllers ● Uninstall Citrix Metaframe. 20

Equipment List Equipment

QTY

HP 42U Rack

2

HP Rack Side panels Kit

1

HP Rack Baying Kit

1

APC to HP Zero U brackets

2

APC Symmetra 12Kva UPS

1

APC Symmetra LX POW DIST Pan 2 l6-30

2

APC PDU

2

Cisco 3850 Switch

1

LenovoEMC StorCenter

1

Cisco UCS SERVER

2

Cisco UCS Memory Kit

2

Cisco UCS HDD

6

Cisco 2911 Router

1

Cisco 891 VPN router

6

SOHO UPS

6

21

REQUESTED INFORMATION The following information shall be provided in response to this Request for Qualifications: a. The name, address, phone number and e-mail address of the firm. Include the name, title, phone number and email address of a principal point of contact.

b. Four (4) references of agencies for whom the firm has provided related consulting services within the last five (5) years. Provide a brief description of the services provided, and the name, title and current phone number of a contact person at that agency. Each Offeror must review the professional services contracts included as Exhibit “B” and the General Contract Conditions Non-Construction (HUD 5370-C) can be found at the following: http://www.hud.gov/offices/adm/hud clips/forms/hud5a.cfm

.

GENERAL REQUIREMENTS An Offeror may be an individual or a business corporation, partnership or a joint venture duly authorized to do business in the City of Utica, financially sound and able to provide the services being procured by UMHA. If an Offeror has been debarred, suspended or otherwise lawfully precluded from participating in any public procurement activity, then that Offeror is not eligible to submit a Response to this Solicitation. Each Offeror must be in good standing with UMHA and any Federal, State or Municipality that has or has had a contracting relationship with the firm. Therefore, if a Federal, State or Municipal entity has terminated any contract with an Offeror for deficiencies or defaults, that Offeror is not eligible to submit a Response to this Solicitation.

INSURANCE REQUIREMENTS 1) General Liability covering bodily injury, personal injury, and property damage in amounts not less than $1,000,000.00. 2) Worker’s Compensation. In accordance with State or Territorial Workers’ Compensation Laws.

\

22

EXHIBIT “B”

FORM OF AGREEMENT/NOTICE TO PROCEED BETWEEN OWNER AND CONTRACTOR THIS AGREEMENT, made this of the OWNER,

, 2014, by and between

The Municipal Housing Authority of the city of Utica, New York 509 Second Street, Utica, New York 13501

and the CONTRACTOR, to perform the PROJECT, Provide Professional Computer Consultant Services The Owner and the Contractor agree as set forth below: 1. SERVICES. That the Contractor shall provide the Owner with all Professional Computer Installation and Configuration Services as necessary in accordance with the Scope of Work in the Request for Proposal dated August 8, 2014 annexed hereto as EXHIBIT “A” and made a part hereof. 2. CONSIDERATION. That in consideration for the Contractor providing said 1.SERVICES, the Owner shall pay the Contractor in accordance with the terms and conditions contained on the attached Proposal dated and submitted by the contractor 9/4/14, a copy of which is annexed hereto as EXHIBIT “B” and made a part hereof with a lump sum Total of and 00/100 Dollars ($00.00). Said consideration will be made upon final completion and fulfillment of the requirements defined by 1.SERVICES. 3. INDEPENDENT CONTRACTOR. The Contractor affirms and acknowledges that its services are being retained as that of an independent contractor and that it shall be fully responsible for the salaries, fringe benefits, and withholding taxes associated with its employees. The Owner’s sole financial obligation shall be the fulfillment of the payment terms as set forth by 2.CONSIDERATION. 4. WARRANTY OF CONSTRUCTION. The Contractor warrants that work performed under this agreement conforms to the requirements set forth by 1.SERVICES, is free of any defect in equipment, material, or workmanship performed by the Contractor or any subcontractor or supplier, and will remain so for a period of ONE YEAR from the date of FINAL PAYMENT which certifies that the terms of the AGREEMENT are fulfilled and complete. During this warranty period the Contractor shall replace any defect in accordance with the requirements set forth by EXHIBIT “A” at no additional cost to the Owner. 5. INDEMNIFICATION. The Contractor shall, indemnify and hold harmless the Municipal Housing Authority, its members, officers, agents and employees against the risk of loss, damage, or liability caused by personal injuries, wrongful death and property damages arising out of the connection with the performance of the AGREEMENT, whether sustained before or after the completion hereof. 6. PERMITS AND CODES. The Contractor shall give all notices and comply with all applicable laws, ordinances, codes, rules and regulations. The Contractor shall secure and pay for all permits, fees, and licenses necessary for the proper execution and completion of the 1.SERVICES defined. 8. CONTRACT PERIOD. The Contractor shall fulfill all requirements defined by 1.SERVICES within a period of 45 days following the date of this AGREEMENT THIS AGREEMENT is entered into as of the day and year first written above and is executed in at least three original copies of which one is to be delivered to the Contractor, and two are to be retained by the Owner .

OWNER

CONTRACTOR

David H. Williams Board Chairperson The Municipal Housing Authority of the City of Utica

Owner Federal ID Number

23

Form of Contractor’s Certificate and Release From

to Utica Municipal Housing Authority (UMHA) in reference to (Name of Company)

Contract No.,

entered into the

, 2012. Hereinafter called the UMHA

day of (date)

(Month)

and

, Hereinafter called the Contractor, for the (Name of Company)

located in Utica, New York. KNOW ALL MEN BY THESE PRESENTS: 1. The undersigned hereby certifies that there is due and payable under the contract and duly approved Change Orders and modifications the undisputed balance of $ . 2. The undersigned further certifies that in addition to the amount set fourth in paragraph 1 hereof there are outstanding and unsettled the following items which he claims are just and owning by the UMHA to the Contractors: (a) (b) (c) 3. The undersigned further certifies that all work required under this contract including work required under Change Orders numbered has been performed in accordance the terms thereof, and that there are no claims of laborers or mechanics for unpaid wages arising out of the performance of this contract, and that the wage rates paid by the Contractor and all Sub-contractors were conformity with the contract provisions relating to said wages. 4. Except for the amounts stated in paragraph 1 hereof the undersigned has received form the UMHA all sums money payable to the undersigned under or pursuant to the aforementioned contract or any change or modification thereof. 5. That in consideration of the payment of the amount stated in paragraph 1 hereof, of the undersigned does hereby release the Local Authority from any and all claims arising under or by virtue of this contract except the amounts listed in paragraph 2 hereof; provided, however, that if for any reason the UMHA does not pay in full the amount stated in paragraph 1 hereof, said deduction shall not affect the validity of this release, but the amount so deducted shall be automatically included under paragraph 2 as an amount which the Contractor has no released by will release upon payment hereof. The Contractor further certifies that upon payment of the amounts listed in paragraph 2 hereof, and of any amount which may be deducted from paragraph 1 hereof, he will release the UMHA form any or all claims of any nature whatsoever arising out of said contract or modification thereof, and will execute such further releases or assurances as the UMHA may request. In Witness Whereof, the undersigned has and sealed this instrument this

day of (date)

.

, 2012 (Month)

, being first duly sworn on oath, deposes and says, first, that he is the (Name)

.

of the

, second, that he has read the foregoing

(Title)

(Company)

Certificate and Release by him subscribed. Affiant further states that the matters and things stated therein are, to the best of his knowledge and belief, true. Subscribed and sworn to before me this

day of

, 20

. (name of Notary Public)

24

(Stamp)

My commission expires

25