Loading...
Unified Communications as a Service Request for Proposals with Exhibits A and BPage 1 of 5 REQUEST FOR PROPOSALS (RFPs) FOR Unified Communications as a Service INFORMATION AND INSTRUCTIONS TO SUBMITTERS 1 GENERAL INFORMATION 1.1 Pursuant to the authority granted to it under MCA Title 7, Chapter 5, Part 43, the City of Kalispell is soliciting proposals for services and/or materials for a Unified Communication as a Service to provide such services and or materials for the City of Kalispell. 1.2 The Proposal must be received by the City Clerk at 201 First Avenue East, Kalispell, Montana, by 1 PM local time June 2, 2023. 1.3 General questions pertaining to the project should be directed to Erika Billiet, at 406-758-7751 or it@kalispell.com. Applicable questions will be answered and displayed on the City website with the RFP. 1.4 The City of Kalispell shall not be held responsible for any oral instructions. Any changes to this Request for Proposals (RFP) will be in the form of an addendum, which will be furnished to all registered RFP holders. 1.5 The City of Kalispell reserves the right to reject any or all Proposals, to waive any informality or irregularity in any Proposal received, and to be the sole judge of the merits of the respective Proposals received. 2 ‐ ANTICIPATED SCOPE OF WORK After being selected, the successful Vendor will execute an agreement with the City to provide services and/or materials to fulfill the following scope of work: Refer to Exhibit A for the anticipated scope of work. 3 ‐ PROPOSAL SELECTION CRITERIA 3.1 The Proposal will be selected through the following selection process. Firms interested in providing the above-described scope of services to the City of Kalispell must submit a Proposal that addresses the following evaluation criteria. Applicants are encouraged to organize their submissions in such a way as to follow the general evaluation criteria listed below. Information included within the RFP may be used to evaluate your firm as part of any criteria regardless of where that information is found within the RFP. Information obtained from the RFP and from any other relevant source may be used in the evaluation and selection process. 3.2 Cover Letter (1‐page) containing at a minimum: Company name, contact name, address, fax number, and email address. Page 2 of 5 3.3 Qualifications Criteria 3.3.1 General Information Description of company Legal company organization; organization chart with names List of applicable Montana licenses 3.3.2 Relevant Company Experience a. Applicant’s overall reputation, service capabilities and quality as it relates to this Proposal. b. Provide three references, preferably government or municipal references, of comparable size and scope of services, including a description of the services that were performed for each of the references. Include the name of the company, contact name, telephone number and email address of the individual who can verify the account and provider’s performance. The City reserves the right to verify these references. c. List and describe any litigation; arbitration; claims filed by your firm against any other jurisdiction as a result of a contract dispute; any contract or negligence claims filed against your company; premature termination from a services agreement. d. Applicant’s capacity and intent to proceed without delay if selected. 3.3.3 Company Qualifications a. Describe the company’s history in the industry. Provide resumes of key personnel in Appendix A. List professional continuing education. b. Briefly describe certifications and licensure held by the company in the state of Montana. c. If applicable, identify all short-term and long-term subcontractors and their roles in the proposed solution, including the Proposer’s relationship with the subcontractor. d. If applicable, identify all 3rd party vendors and their role in the proposed solution, including the Proposer’s relationship with the 3rd party vendor. 3.3.4 Contract Understanding and Approach a. Describe your understanding of the scope of work and the particular expertise your company has in this area of work. b. Identify and discuss any potential difficult issues your company may face in providing services within Flathead County. c. Identify and discuss methods to mitigate these difficulties. 3.3.5 Approach to Contract Management a. Describe your company’s approach in initiating and establishing the service that meets the needs and requirements of the City. b. Describe systems used for planning, scheduling, estimating and managing manpower requirements. Page 3 of 5 c. Describe the firm’s experience in maintaining training and certifications of personnel. 3.3.6 Proposal for Project a. Provide a work schedule with beginning and ending times that meet the scope criteria. b. Provide a full schedule of proposed work methods, including following industry standard “best practices” for implementation of a hosted solution that meet the scope criteria. c. Provide the solution design and configuration, orders (services and equipment), provider services installed and tested, equipment placement and testing, and training within the full schedule. d. Provide a full schedule of costs for each component of the work scope to include all start-up costs and all recurring costs for Years 1 through Year 5, expenses (if applicable) for travel, lodging, and meals, at Federal per diem rates (preferred). 1. Costs should be itemized and detailed under each category. e. Provide a list of warranties or warranty policy with a list of restrictions in warranties. f. Provide service level agreements and response times in service level agreements. g. Provide a full description of the proposed UCaaS solution and describe how it meets the requirements of this RFP including the following: 1. Identify the manufacturer/provider of the proposed cloud-based unified communications solution. 2. Detail the cloud architecture solution components and interactions that are being proposed. 1. Provide a system diagram of components and connectivity to City’s environment. 3. Clearly identify if the proposed UCaaS solution requires on-premise hardware and if so, where it will be physically located. 4. Provide minimal and ideal Internet bandwidth and performance requirements. 5. Provide options and/or ways to increase voice clarity or call quality. 6. Describe the overall advantages of the proposed solution, e.g., controls, upgrades, scalability, and functionality. 7. Provide the system’s record of reliability, availability, and maintainability. 8. Provide SLAs. Describe the manufacturer’s process for maintenance and support. 9. Provide the schedule of new feature/functionality release to the UCaaS solution. 10. Explain if and/or when the City will be charged for any upgrades to the UCaaS. (Any and all costs are to be included in the Cost Proposal Worksheet.) 11. Explain how data backups of the proposed solution are completed and the frequency of backups. 12. Identify specifically what data is backed up and if the data includes configuration, phone programming and voicemail, etc. 13. Explain how to remediate and revert changes to recover deleted data and/or configurations. 14. Describe the system storage available for voicemail and for call recordings. How is storage managed? 15. Describe the voice mail and call recording retention options. Is the City able to create retention policies to delete voicemail and call recordings after a defined period of time? 16. Describe how recorded data moves through the system from creation to deletion. 17. Describe how recorded call data is secured at rest and in transit. 18. Describe access to call recordings by an end user. 19. Describe access to call recordings by an administrative user. Page 4 of 5 20. Describe how the system is considered scalable and capable of changing in size and scope, e.g., if an additional building requires phone and fax services. 21. If applicable, identify any additional system licensing and hardware/network requirements that would be required for additional City facilities. 22. Describe if the proposed IP phones are proprietary brand name phones specifically for the proposed system or nonproprietary interchangeable IP phones for use with similar VoIP systems? h. Adequate resources must be made available post-cutover for a minimum of ___3__days on-site, as needed, to resolve issues including training, knowledge transfer, troubleshooting, and program adjustments. i. A Test and Acceptance document for review and approval by the City of Kalispell j. The following documentation must be presented post-installation at the conclusion of the project. 1. Documents detailing final as-built inventory and configuration, including system and all user profiles. 2. Description of ongoing support resources post installation such as knowledge base, website, user guides, web-based training, etc. k. Detail all proposed annual maintenance and support of the products and services that are included with the subscription license. Vendor to propose day 2 support for the UCaaS solution. l. Describe how patches and/or updates are provided, supported, and coordinated with the City’s IT team. How is the City notified of updates by the manufacturer to the UCaaS solution? What updates would be service impacting to the Client? m. Explain the surefire resiliency option(s) that can be built into the proposed system for critical communications, including continuity of governance, during local and/or regional emergency operations activation. n. Provide a system diagram for the proposed resiliency option(s), a visual model of the required connections, components, and their interactions. o. Provide a detailed list of all the required equipment, including software, hardware components, and/or rack-able network equipment that will be required for the proposed resiliency options. p. Review Exhibit B Data Security Certification and include with the proposal. 3.3.7 Other Factors a. Current contracts and ability to proceed promptly. b. Willingness to abide by the City’s needs and requirements with few or no objections or changes. c. Relevant factors impacting the quality and value of service. 4 ‐ SUBMITTAL REQUIREMENTS 4.1 The Proposal shall include a one‐page cover letter plus a maximum of fifteen (15) pages to address the RFP criteria specified in Section 3 (excluding resumes). Table of Contents and section divider pages do not count towards the total page count. 4.2 One electronic copy in PDF format on a flash drive and five hard copies of the Proposal must Page 5 of 5 be submitted to the City Clerk at 201 First Avenue East, Kalispell, Montana, 59901 by 1 PM local time, June 2, 2023. 4.3 Failure to comply with the following criteria may be grounds for disqualification: Receipt of submittal by the specific cut‐off date and time. The number of originals and/or copies of the submittal specified. Adherence to maximum page requirements. 4.4 Adherence to the maximum page criteria is critical; each page side (maximum 8 1/2” x 11”) with criteria information will be counted. Pages that have photos, charts and graphs will be counted towards the maximum number of pages. 5 ‐ SELECTION PROCESS AND SCHEDULE 5.1 A 5‐member Project Evaluation Committee will evaluate each Proposal according to the above criteria and may select up to three finalists that will be Short Listed for the contract. If interviews are determined to be desirable, the Short List firms will meet with the Project Evaluation Committee for interviews. The purpose of the interview will be to expand on the information provided in the Proposal, not to repeat information already provided. Those firms selected for the Short List will be provided additional instruction by the City. Those firms not selected for further consideration will be notified. 5.2 The following tentative schedule has been prepared for this project. Firms interested in this project must be available on the interview meeting date. Proposals due: 1 PM, 6/2/23 Firms notified for interview: 6/19/23 Interviews/presentations: 6/22/23 5.3 Following the interviews, the Project Evaluation Committee will rank each Short List firm of this RFP. Consideration will be given to both the written Proposals and any oral presentations or interviews. No other factors or criteria will be used in the qualification ranking. 5.4 The highest ranked firm will be recommended to the City Manager and City Council for contract award. 5.5 Requests for debriefings or selection decisions shall be made in writing to the City. All information submitted by firms and related Project Evaluation Committee evaluations and rankings shall be considered confidential until after contract execution and award by the City Council. 5.6 The City will enter a contract upon selection of the firm for the project to be submitted to the City Council for approval. A template of the proposed contract with the City will be provided to the Proposers upon request. If the selected firm determines not to enter into a contract with the City, the City may then contact the second or third highest ranked team until a contract is executed or may decide to terminate the selection process. Page 1 of 9 Exhibit A Unified Communications as a Service Scope of Services The City of Kalispell is requesting proposals for a comprehensive city-wide UCaaS that delivers a manageable, secure, reliable, and scalable system to replace the City’s existing PBX telephone system. The proposed solution must meet or exceed the City’s security requirements and communications needs. Project Deliverables  UCaaS System (manageable, secure, reliable, and scalable)  IP Phones (basic, standard, conference, and headsets)  Solution Feature/Functionality  Network Equipment (if specifically required by vendor)  Software (if any)  Resiliency Options (for critical communications, including continuity-of-governance, during local and/or regional emergency operations activation)  Training (determine the scope of training for the City’s core project team and end-user) Project Completion Date The anticipated start date within 30 days of a signed contract. The preferred completion date for the new cloud-hosted Unified Communications solution to be fully deployed, operational, and testing complete is Oct 31, 2023. Terms of Service Agreement The City’s intent is to enter into a services agreement with the successful Proposer for a term of five (5) years with the option to extend the agreement for an additional five (5) years for a maximum term of ten (10) years. City’s Existing Telephony Infrastructure The City of Kalispell currently utilizes Centrex service through Lumen, formerly CenturyLink. The core infrastructure of this service is located at the local Lumen Central Office in Kalispell. Each location listed below receives lines from the CO and they are distributed throughout each facility using multi-line and single-line analog phones. There are currently no TDM, or SIP-based services located at any of the City offices. It is the intention of the City to terminate new services at the Data Center locations, which will then feed the City facilities. There will be some analog services remaining at each of the locations for the purpose of providing services to Fire Alarm and Security panels. Direct Inward Dial (DID)  200 DIDs are needed. Page 2 of 9 The quantities and types of handsets are estimated to provide vendors with a common basis for preparing price proposals. The City expressly reserves the right to negotiate modifications to the quantities and types based on design solutions or recommendations by the vendors. Refer to location listings below for details on the service types and station counts for each facility involved in the proposal: Locations City Hall 201 1st Ave. E. Kalispell, MT 59901  Network Infrastructure o ISP – Single mode fiber via LAN to Public Safety Building – 10 gig between buildings o Network connectivity at the facility – Cat 6 within the building, single mode fiber between IDF/server room and mezzanine IT rack o POE switch ports o QoS is not setup  Telephony Infrastructure o 5 analog stations for Fax Machine or analog basic phones o 40 total Desk phones  1 phone with Survivability options in the event of a service outage  3 large display phones with attendant buttons for call handling o 7 analog lines that will remain as direct lines to the carrier Parks and Recreation Building 306 1st Ave. E. Kalispell, MT 59901  Network Infrastructure o Single mode fiber via LAN to Public Safety Building – 1 gig between buildings o Network connectivity at the facility – Cat 5e or Cat 6 within the building o POE switch ports o QoS is not setup  Telephony Infrastructure Page 3 of 9 o 2 analog stations for Fax Machine or analog basic phones o 6 total Desk phones  1 phone with Survivability options in the event of service outage  1 large display phone with attendant buttons for call handling o 1 Analog line that will remain as direct lines to the carrier Public Safety Building 312 1st Ave. E. Kalispell, MT 59901  Network Infrastructure o ISP – Spectrum Business Fiber – via State of MT provided MPLS service outbound for specific traffic and inbound all traffic o 2nd ISP – MT Digital FiberMax 1 Gig – outbound – connects City WAN & internet o Network connectivity at the facility – Cat 6 within the building, single mode fiber via LAN between PSB IT closet A, PSB Fire closet B, and Parks and Recreation Building o POE switch ports o QoS is not setup  Telephony Infrastructure o 5 analog stations for Fax Machine or analog basic phones o 50 total Desk phones with wall-mount capability  4 phones with survivability options in the event of a service outage o 12 analog lines that will remain as direct lines to the carrier Fire Station 62 (North Station) 255 Old Reserve Drive Kalispell, MT 59901  Network Infrastructure o ISP - MT Digital FiberMax – connects City WAN o Network connectivity at the facility – cat 6 within the building o POE switch ports o QoS is not setup  Telephony Infrastructure Page 4 of 9 o 2 analog stations for Fax Machine or analog basic phones o 7 total Desk phones with wall-mount capability  2 phones with survivability options in the event of a service outage o 1 analog line that will remain as a direct line to the carrier City Shop Complex 1400 1st Ave. W. Kalispell, MT 59901  Network Infrastructure o ISP – MT Digital FiberMax – connects City WAN o Network connectivity at the facility – single mode fiber LAN between each shop, central garage IDF, cat 5e or cat 6 in buildings o Non-POE switch ports o QoS is not set up  Telephony Infrastructure o 3 analog stations for Fax Machine or analog basic phones o 8 total desk phones with wall-mount capability  1 wall- mount phone with survivability options in the event of a service outage  8 basic wireless phones to be used throughout the facility o 1 analog line that will remain as a direct line to the carrier Wastewater Treatment Plant (WWTP) 2001 Airport Road Kalispell, MT 59901  Network Infrastructure o ISP – MT Digital FiberMax – connects City WAN o Network connectivity at the facility – mostly cat 5 o Non-POE switch ports o QoS is not setup  Telephony Infrastructure o 4 analog stations for Fax Machine or analog basic phones o 0 total desk phones with wall-mount capability Page 5 of 9  4 basic wireless phones with survivability options in the event of a service outage o 2 analog lines that will remain as direct lines to the carrier Buffalo Hill 100 Buffalo Drive Kalispell, MT 59901  ISP – Montana Sky DSL 3 mbps/512 kbps  Network connectivity at the facility – short cat 6 or cat 5e patched from the direct switch  POE switch ports  QoS is not setup  1 analog line that will remain as direct lines to the carrier Woodland Water Park 45 Woodland Park Road Kalispell, MT 59901  Network Infrastructure o ISP – Montana Sky Wireless 10 mbps/3 mbps o Network connectivity at the facility – cat 5e. o No POE switch ports. o QoS is not setup  Telephony Infrastructure o 3 analog lines that will remain as a direct line to the carrier City Field Offices and Radios Throughout City of Kalispell  Network Infrastructure o No ISP or internet connectivity  Telephony Infrastructure o 12 analog lines that will remain as direct lines to the carrier Minimum Requirements for IP Phones & Headsets The vendor will need to provide a range of phone types including basic, basic/wireless, standard, and conference phones that meet or exceed the minimum requirements outlined in the following table. Page 6 of 9 Quantities of IP Phones The following table outlines the number and types of phones required at each of the City facilities. BASIC IP PHONE: Basic phone meets or exceeds the minimum requirements outlined in the table found on page 8 of the RFP Exhibit A, Mandatory Functionality. State if the proposed basic IP phone supports 10/100 or 10/100/1000 connectivity. WIRELESS OPTION IP PHONE: Provide options and specifications for a wireless phone. Standard: Includes basic IP phone functionality plus: Optional Color Screen Dual 10/100/1000 integrated switch port USB headset support Full duplex speakerphone Six programmable line keys Executive: Includes basic phone functionality plus: Color touch screen Dual 10/100/1000 integrated switch port Dual-band Wi-fi and Bluetooth headset support Eight programmable line keys Conference IP Phone: Supports extended microphones Basic IP phone functionality Location Basic Analog Basic Analog Wall Basic Analog Wireless Standard Standard Wall Executive Conference City Hall 1 0 0 36 0 3 1 Parks & Recreation 1 0 0 5 0 1 0 Municipal Court & Attorneys 0 1 0 10 1 0 0 Police Station 2 2 0 27 4 0 0 Fire Station 61 0 0 0 6 2 0 0 Fire Station 62 1 1 0 4 3 0 0 City Shop Complex 0 1 8 6 2 0 0 Wastewater Treatment 0 0 4 0 0 0 0 Pool 0 0 0 0 0 0 0 Page 7 of 9 Mandatory Functionality The proposed system must meet or exceed the following mandatory functionality requirements. Basic Phone Minimum System Functionality Call, Redial, Mute, Hold, Transfer, Forwarding, Call History, Caller Id, Conference Calls, Programmable Keys, Shared Line Appearance, Bridged Appearance Soft Client A soft client is required with a proposed solution. Desire full functionality in the soft client with no reduction in features from a hard phone. Is there an additional cost for the soft client? If yes, identify in the pricing sheet. Receptionist Client Phone Expansion modules for call handling along with support for an eb-based tool for an end user who screens and manages calls for a workgroup or department. Describe functionality available with the use of the Receptionist Client i.e., screen calls, manage calls monitor calls in queue etc. Automatic Call Distribution An announcement line containing a programable message and by pressing a corresponding number, the caller is automatically routed to the programmed number. Remote Device Management Setup and management of an extension and phone functionality from a remote location. This remote device must be capable of the same feature requirements as devices location at a named site. Hunt Groups Ability to create and manage hunt groups. Ability to direct calls to hunt groups with a simultaneous ring or sequential ringing. Call Volume Reporting and Statistics Call reporting per extension, workgroup, and department. Describe reporting call detail reporting offered with the proposed solution. Voicemail Voice mail for end users. Describe the key functionality of the proposed voicemail solution. Shared Group Voice Mail Box Creation of a shared voicemail box for a department or group of users with the ability to notify when messages are received. A shared voicemail box may be utilized as an option for an auto attendant or general purpose of a workgroup or department. 4-digit Extension Dialing Maintain four-digit extension dialing for internal calls. Call Forwarding Call forwarding for individual numbers and group lines. Configurable Day / Night mode to forward to after-hours answering services. Calling Day/Night modes must be able to be manually enabled or enabled on a scheduled basis Failover Forwarding (call redirect) Failover Forwarding will ring additional phones after a call is not answered. It is desired that the redirect information is displayed at the answering extension. Busy Lamp Field Monitoring Program another extension on a programmable line appearance to monitor the status of the extension and have the ability to call that extension by pressing the associated line key. Page 8 of 9 Fax Support Describe fax capabilities with the proposed solution. There are fax support capabilities required at each designated location. Group Paging Ability to create paging groups that support a one-wall call page or group page to a defined group of users. The minimum number of extensions within the group page is 50. Reverse number dialing for Police Phones Call back last phone call received. Call Recording The current system call recording is achieved through Equature. The proposed system must be capable of integrating with this existing system or there is an option to propose a replacement call recording platform for police with options to export files for digital evidence. Describe ad hoc recording capabilities offered with the proposed solution for other users within the City. Mobile Phone Integration Pair the user’s work extension/number to the user’s mobile number. Users can switch the active call between desk phone and mobile phone. Describe the mobile phone integration and end-user experience in handling and managing calls. It is desired that the features of the proposed solution extended to mobile users offsite are the same as onsite users. Teleworkers It is desired that the teleworker will have full access to all features offered to onsite workers using the device of their choice. Please describe functionality. e-911 E911 is required. Describe how e-911 compliance will be achieved for onsite and offsite workers. Identify the cost for e911 compliance. Voicemail Transcription Describe the voicemail transcription capabilities with the proposed solution. If there is an additional cost for this feature, provide it in the pricing section. Block and Unblock Phone Line Dial Number Police sometimes need to block their telephone number when making an outbound call. They would like to have the option to block or unblock their telephone number. Integration with Active Directory Confirm the proposed solution’s integration into Active Directory for device sign-in and directory search functions Server Infrastructure PLEASE NOTE: Proposers will be required to specify any server or database requirements that are required to support their proposed solution. Proposers should not include pricing for Microsoft server licenses or SQL server licenses in the Cost Proposal unless the proposed solution requires software other than what is listed above. City’s Security Requirements All connections over public networks will be encrypted using HTTPS (Hyper Text Transfer Protocol Secure) and VPN (Virtual Private Network) tunnels where appropriate. The VoIP Page 9 of 9 Phone System needs to integrate with Active Directory to control access for devices and users. Phones must support LLDP (Link Layer Discovery Protocol) which will allow the device to automatically join the voice VLAN (Virtual Local Area Network) when connected to switch infrastructure. Each standard phone must have a PC Port to allow for a daisy chain of the phone between the switch and another network-connected device. This PC Port must support the ability to be disabled in the event the device is placed in a public space. City’s Project Support Staff The City will provide a core project team consisting of a project manager, network administrator, which may be combined, and IT helpdesk staff as needed to support the vendor’s implementation team during the planning, deployment, and testing of the new system. Vendor Training Plan Explain the Bidder’s onsite training methodology. This identifies that the end-user training is completed by the City’s project team. If end-user training is required, define the end-user training desired. The vendor will provide and facilitate a training plan for the City’s core project team. The knowledge transfer strategy should prepare the City’s core project team for each phase of the project from planning/implementation to administering/maintaining the system after the system is fully operational. The City’s core team should understand how to program and deploy IP phones and manage day-to-day system requirements. The vendor will provide training materials as appropriate links to system configuration, end-user guides, etc. Resiliency Options The vendor shall define resiliency option(s) that are built into the proposed system for critical communications, including continuity of governance, during local and/or regional emergency operations activation. Provide other redundancy options that are available at additional cost, if any. The location descriptions specifically list a minimum number of phones that must provide resiliency in the event of service outages. Page 1 of 2 Exhibit B Data Security Certification Personal Information Protection: Only authorized employees will be allowed access to the City's data in any form. Data will be accessed only for the purposes as identified in this contract and will be bound in writing by confidentiality obligations sufficient to protect Personal Information and Highly Sensitive Personal Information in accordance with the terms of this agreement. Authorized Employee Access / Screening: Contractor will notify the City of Kalispell of all Contractor employees, affiliates, subcontractors, or agents anticipated to have access to the system. Contractor will conduct background checks on any such employees and will bar any that have a criminal record from having access to the system. Notification of Vulnerability: Contractor will notify the City of Kalispell if it discovers any vulnerability to the system that could result in unauthorized personnel obtaining Highly Sensitive Personal Information or highly sensitive information about municipal facilities. Data Location (if offsite): All data must be stored within the United States. Data Ownership: The Contractor acknowledges that the data entered into the system by City of Kalispell representatives belong solely to the City of Kalispell and are not to be accessed or used in any way by the Contractor or its affiliates, subcontractors, or agents without consent from the City of Kalispell. Definitions:  “Highly Sensitive Personal Information” means an (i) individual’s government-issued identification number (including social security number, driver’s license number, or state- issued identified number); (ii) financial account number, credit card number, debit card number, credit report information, with or without any required security code, access code, personal identification number or password, that would permit access to an individual’s financial account; or (iii) biometric or health data.  “Personal Information” means the information provided to Contractor by or at the direction of Customer, or to which access was provided to Contractor by or at the direction of Customer, in the course of Contractor’s performance under this Agreement that: (i) identifies or can be used to identify an individual (including, without limitation, names, signatures, addresses, telephone numbers, e-mail addresses, and other unique identifiers); or (ii) can be used to authenticate an individual (including, without limitation, employee identification numbers, government-issued identification numbers, passwords or PINs, financial account numbers, credit report information, biometric or health data, answers to security questions and other personal identifiers), in case of both Page 2 of 2 subclauses (i) and (ii), including, without limitation, all Highly Sensitive Personal Information. Customer’s business contact information is not by itself deemed to be Personal Information. XXXXXXXXXXXXXXXXXX (PROVIDER): By: ________________________________ Signature ___________________________________ Title ___________________________________ Date