Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2006-26366 Reso
RESOLUTION NO. 2006-26366 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, WAIVING, BY 5/7THS VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AND AUTHORIZING THE CITY MANAGER, OR HIS DESIGNEE, TO EXECUTE A SERVICES AGREEMENT AND ORDER WITH TERREMARK NAP OF THE AMERICAS, INC., FOR MISCELLANEOUS CISCO HARDWARE TO PROVIDE CONNECTIVITY BETWEEN THE NAP DISASTER RECOVERY SITE AND THE CITY NETWORK INFRASTRUCTURE, IN THE AMOUNT OF $188,037. WHEREAS, the Information Technology Department is looking to purchase Cisco network gear that will be required to provide connectivity between the NAP disaster recovery site and the current City network infrastructure; and WHEREAS, said gear will allow the City to provide for a fiber network loop that will connect the NAP, Police Department and City Hall; and WHEREAS, the Cisco gear is being purchased at a 45% discount off list pricing through Terremark NAP of the Americas, Inc. ("Terremark"); and WHEREAS, Terremark is one of Cisco's premium level resellers, which is why the City is able to secure such a level of discount; and WHEREAS, the City benchmarked the quoted prices with other approved vendors and when compared with Insight; Coleman Technologies, Inc,; and Pomeroy IT Solutions, Terremark's discount is 8% to 10% lower; and WHEREAS, the Administration recommends that that the Mayor and City Commission of the City of Miami Beach, Florida, waive by 5/7ths vote, the formal competitive bidding requirements, finding such waiver to be in the City's best interest, and authorize the execution of a services agreement and order with Terremark NAP of the Americas, Inc. for miscellaneous Cisco hardware in the amount of $188,037. NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH FLORIDA, that the Mayor and the City Commission waive by 5/7ths vote, the formal competitive bidding requirements, finding such waiver to be in the City's best interest, and hereby authorize a the City Manager, or his designee, to execute a services agreement and order with Terremark NAP of the Americas, Inc. in the amount of $188,037, for miscellaneous Cisco hardware to provide connectivity between the NAP disaster recovery site and the City network infrastructure. PASSED AND ADOPTED this 11th day of Oc ATTEST: 1 ~~ ~..C ,~ ' ~ CI CLERK Robert Parcher T:\AGENDA\2006\Oct11061Consent\ NAPReso.doc r , 2006. APPROVED AS TO MAYOR rurtm Qc wrvuvHUa David D er 8~ FOR CUTION ' G 13 7 ity omey~~~ r- e ~\ Condensed Title: COMMISSION ITEM SUMMARY A Resolution Waiving The Competitive Bidding Requirements For Miscellaneous Cisco Hardware To Provide Connectivity Between NAP Disaster Recovery Site And The City Network Infrastructure, In The Amount Of $188,037. Intended Outcome Su I Improve Drocess through information technology. I Issue: Shall the Cit Commission Waive Com etitive Biddin ? item Summary-ttecommenaation: The Information Technology Department is looking to purchase Cisco network gear that will be required to provide connectivity between the NAP Disaster Recovery site and the current City network infrastructure. Said gear will allow the City to provide for a fiber network loop that will connect the NAP, Police Department, and City Hall. The CISCO gear is being purchased at a 45% discount off of list pricing through the Terremark NAP of the Americas, Inc. ("Terremark"), the vendor who actually runs the NAP facility. Terremark is one of Cisco's premium level volume added reseller, which is why the City is able to secure such a deep discount. The City "benchmarked" the quoted prices with other approved vendors, and when compared with the following vendors, Terremark's discount is 8% to 10% lower: 1) Insight; 2) CTI; and 3) Pomeroy. Attached are the quoted pricing from all vendors. ADOPT THE RESOLUTION. Board Recommendation: Financial Information: Source of Funds: OBPI Amount Account Approved 1 $188,037 Information Technology Account No. 550-0640-000674 Financial Impact Summary: City Clerk's Office Legislative Tracking: Gus Lopez. ext 6641 Sign-Offs• Department Director Assistant City Manager City Manager GA PDW JMG T:\AGEN DA\2006\oct1106\consentlNAPSummary. doc m MIAMIBEACH v AGENDA ITEM C 7 DATE ~~ m MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor David Dermer and Members of the City Commission FROM: Jorge M. Gonzalez, City Manager DATE: October 11, 2006 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, WAIVING, BY 5/7THS VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, AN AUTHORIZING THE CITY MANAGER, OR HIS DESIGNEE, TO EXECUTE A SERVICES AGREEMENT AND ORDER WITH TERREMARK NAP OF THE AMERICAS, INC., FOR MISCELLANEOUS CISCO HARDWARE TO PROVIDE CONNECTIVITY BETWEEN THE NAP DISASTER RECOVERY SITE AND THE CITY NETWORK INFRASTRUCTURE, IN THE AMOUNT OF $188,037. ADMINISTRATION RECOMMENDATION Adopt the Resolution. BID AMOUNT AND FUNDING $188,037 Information Technology Account Number 550-0640-000674. ANALYSIS The Information Technology Department is looking to purchase Cisco network gear that will be required to provide connectivity between the NAP Disaster Recovery site and the current City network infrastructure. Said gear will allow the City to provide for a fiber network loop that will connect the NAP, Police Department, and City Hall. The CISCO gear is being purchased at a 45% discount off of list pricing through the Terremark NAP of the Americas, Inc. ("Terremark"), the vendor who actually runs the NAP facility. Terremark is one of Cisco's premium level volume added reseller, which is why the City is able to secure such a deep discount. The City "benchmarked" the quoted prices with other approved vendors, and when compared with the following vendors, Ten-emark's discount is 8% to 10% lower: 1) Insight; 2) CTI; and 3) Pomeroy. Attached are the quoted pricing from all vendors. CONCLUSION The Administration recommends that the Mayor and City Commission waive the competitive bidding requirements, finding such waiver to be in the City's best interest, and an authorize the City Manager, or his designee, to execute a services agreement and order with Terremark NAP of the Americas, inc., for miscellaneous Cisco hardware to provide connectivity between the nap disaster recovery site and the city network infrastructure, in the amount of $188,037. T: WG E N DA12006\oct1106\consent\NAP.doc nsl tm 444 Scott Drive Bloomingdale IL, 60108 City of Miami Beach QUOTE ~. AAAQ106211 09/27/06 Deann Cannon McKinzie Below is the information that was requested. Based on your specifications, Ihave put together the following quotation. Direct. ® ~ _~ 1 WS-08513 Catalyst B500 13-slot chassis.20RU,no PS,no Fan Tray $9,302.50 $9,302.50 60 days 1 S7331S-12218SXF Cisco CAT6000-SUP720 IOS IP SERVICES $0.00 $0.00 2 WS-SUP720-3B Catalyst 8500/Cisco 7600 Supervisor 720 Fabric MSFC3 $17,080.00 $34,160.00 PFC3B 2 CF-ADAPTERSP SP adapter for SUP720 $0.00 $0.00 2 MEM-S2-512MB Catalyst 6500 512MB DRAM on the Supervisor (SUP2 or $0.00 $0.00 SUP720) 2 MEM-MSFC2512M8 Catalyst 8500 512MB DRAM on the MSFC2 or SUP720 $0.00 $0.00 MSFC3 2 WS-X8704-10GE Cat6500 4-port 10 Gigabit Ethemet Module (req. $12,200.00 $24,400.00 XENPAKs) 2 MEM-XCEF720-258M Catalyst 8500 256MB DDR, xCEF720 (87xx interface, $0.00 $0.00 DFC3A) 2 WS-F8700-CFC Catalyst 8500 Central Fwd Card for WS-X87xx modules $0.00 $0.00 8 XENPAK-IOGB-ER 10GBASE-ER XENPAK Module $6,100.00 $36,600.00 1 WS-X6704-LOGE Cat8500 4-porf 10 Gigabit Ethernet Module (req. $12,200.00 $12,200.00 XENPAKs) 1 MEM-XCEF720-256M Catalyst 8500 256M6 DDR, xCEF720 (67xx interface, $0.00 $0.00 DFC3A) 1 WS-F8700-CFC Catalyst 8500 Central Fwd Card for WS-X87xx modules $0.00 $0.00 2 XENPAK-10G8-ER 10GBASE-ER XENPAK Module $6,100.00 $12,200.00 1 WS-X6724-SFP Catalyst 6500 24-port GigE Mod: fabric-enabled (Req. $9,150.00 $9,150.00 SFPs) 1 MEM-XCEF720-258M Catalyst 8500 258MB DDR, xCEF720 (67xx interface, $0.00 $0.00 DFC3A) 1 WS-F8700-CFC Catalyst 8500 Central Fwd Card for WS-X67xx modules $0.00 $0.00 6 GLC-SX-MM GE SFP, LC connector SX transceiver $305.00 $1,830.00 2 WS-X6748-GE-TX Cat8500 48-port 1 011 00/1 000 GE Mod: fabric enabled, $9,150.00 $18,300.00 RJ-45 2 MEM-XCEF720-256M Catalyst 8500 258M8 DDR, xCEF720 (87xx interface, $0.00 $0.00 DFC3A) 2 WS-F6700-CFC Catalyst 6500 Central Fwd Card for WS-X87xx modules $0.00 $0.00 1 WS-C8K-13SLT-FAN2 High Speed Fan Tray for Catalyst 6513 / Cisco 7813 $454.45 $454.45 2 WS-CAC-8000W Cat85008000WACPowerSupply $3,050.00 $6,100.00 4 CAB-AC-C6K-TWLK Power Cord, 250Vac 18A, twist lock NEMA L8-20 plug, US $0.00 $0.00 2 MEM-CBK-CPTFL512M Catalyst 8500 Sup720/Sup32 Compact Flash Mem 512MB $0.00 $0.00 -~ ~~ _ ~- . . 00 0 $0.00 Bootflash for SUP720-64M6-RP $ . 2 BF-S720-84M6-RP k Blank Covers for WS-X6704-1 OGE $0.00 $0.00 3 WS-F6K-XENBLNKCVR Catalyst 6500 Xenpa 00 350 $9 CON-SNT-WS-C6513 8x5xNBD Svc, Catalyst 6513 Chassis $9,350.00 . , 1 $174,046.95 SubTotal rt 10/100/1000 GE Mod: fabric enabled, 8 $9,150.00 $18,300.00 35 days 2 WS-X6748-GE-TX= -po Cat6500 4 RJ-45 00 $0 $0.00 MEM-XCEF720-256M Catalyst 6500 256M6 DDR, xCEF720 (67xx interface, . 2 DFC3A) Catalyst 6500 Central Fwd Card for WS-X67xx modules $0.00 $0.00 2 WS-F6700-CFC $18,300.00 SubTotal SubTotal $192,346.95 Total $192,346.95 Lead times are estimated in calendar days and calculated based on product availability on date of request. Quote valid for 30 days and may change without notice. Insight Global Finance has a wide variety of flexible leasing options for the above solution. Please contact your Insight representative for an innovative approach to maximizing your technology and developing a strategy to manage your financial options. Insight can also provide network solutions from multiple Tier 1 providers for the following services: - Private Line -High Speed Internet Access - Frame Relay -ATM -Hosting al~.~/f/' ~/' Coleman Technologies, Inc. 20 North Orange Avenue, Suite 300 Orlando, Florida 32801 Phone: 407.481.8600 Fax: 407.650.0999 Page 1 of t ~~ from crt This quote is Proprietary to CiI and shall rat be shared outside the Party for which the quote was prepared without prior Perm to: of Miami Beach ~ Washington Ave 4th Floor ni Beach, plorida 33139 1 Estrada ne: (305) 673-7000 x5800 Number Coleman Technologies, Inc. 20 North Orange Avenue, Suite 300 Orlando, Florida 32801 Phone: 407.481.8600 Fax: 407.650.0999 Price lioLaLi-vn Date: 25-Sep-06 Ship to: Quote #: ]2459.453 SAME By: Jeff Gardner for Jill Finkelstein Phone: (407) 481-8600 ext. 165 Fax: (407) 650-0999 Email: jgardner@ctiusa.col?- Total. Unit Price ~ ~ ~~ 2 2 2 PLEASE REFERENCE DOTE NUMBER ON PO nor rmission from L I > This cote is Proprietary to CTI and shall not be shared outside the party for which the quote was prepared without p ' Pe q Customer hereby authorizes purchase and agrees to m me ~ for partiaent for Acceptance and Authorization products delivered and services rendered, including pay Delivery dates, if provided, are estimates only. shipments. Quote is valid for 30 days. Signature or attached Purchase Order requirednorhanding and labor for installation. Date Prices are exGusive of applicable taxes. Shipp' 9. Customer Signature Payment terms are as follows, all other CTI Standard Terms and Conditio Exp PIY~ Net 20 [~ Net 30 ~ MC/Visa Date [] _ % on order, balance prior to receipt CTI Representative Please fax this order back to CTI at 407-850-0999, attn. Purchasing Page 2 of 2 ~ without prior permission from CTI This Quote is Proprietary ro ~ and shall rat be shared outside the DartY ~ which the quote was preps CONFIDENTIAL PRICE QUOTATION DATE: 912512006 ~Q/'~~'t'tr FOR: Alba Estrada co: City of Miami Beach FROM: Steve Nixon Email: snixon@pomeroy.com Fax Purchase Orders to: 859-334-5314 Valid Through: 1012512006 QUOTE: AE092506SN-2 Thank you for the opportunity to provide this quote. Services are provided by Pomeroy IT Solutions. ~ Availabiltiy is subject to change without notice. Models and prices are subject to change without notice. Total Price Product Description Unit Price Qty, Mfg. Part# 9,608.00 Catalyst 6500 13-slot chassis,20RU,no PS,no Fan $ 9,608.00 $ 1 WS-C6513 Tray $ 0 _ 1 S7331S-12218SXF Cisco CAT6000-SUP720 IOS IP SERVICES co 7600 Supervisor 720 Fabric 00/Ci $ 640.00 $ 17 35,280.00 s Catalyst 65 , 2 WS-SUP720-36 MSFC3 PFC36 0 $ _ 1 CF-ADAPTER-SP rt 10 Gigabit(EthernetCModule (req. p4 $ 600.00 $ 12 37,800.00 --po Cat6500 , 3 WS-X6704-10GE XENPAKs) $ 300.00 $ 6 50,400.00 g XENPAK-10G6-ER 10GBASE-ER XENPAK Module t 6500 24-port GigE Mod: fabric-enabled l $ , 9 450.00 $ 9,450.00 ys Cata , 1 WS-X6724-SFP (Req. SFPs) i $ 315.00 $ 1,890.00 g GLC-SX-MM ver GE SFP, LC connector SX transce 00 $ 00 470 WS-C6K-13SLT-FAN2 High Speed Fan Tray for Catalyst 6513 / Cisco 7613 $ 470. . 1 Cat6500 48-port 10/100/1000 GE Mod: fabric $ 9,450.00 $ 37,800.00. 4 WS-X6748-GE-TX= enabled, RJ-45 $ 3 150.00 $ 6,300.00 2 WS-CAC-6000W Cat6500 6000W AC Power Supply twist lock NEMA L6-20 250Vac 16A d , 0 $ - , , Power Cor 4 CAB-AC-C6K-TWLK plug, US CON-SNTP-WS- 24x7x4 Svc, Catalyst 6513 Chassis $ 13,260.00 $ 13,260.00 1 C6513 Total $ 202,258.00 >cal Tax Rate) Tax Rate: $ 202,258.00 Purchase Steve Nixon Pomeroy IT Solutions 1050 Elijah Creek Road Hebron, KY 41048 1-800-846-8727x1558 Fax: 859-334-5314 Annex A terremark cinr of MiaMi BencH Y~a:,~,~~..~~,, Network Equipment Configuration .. ~• Cisco Catalyst 6500 Series Switch ~ WS-06513 Caplyst 6500 13-skit chassi5,20RU,no PS,ra Fan Tray 1 ;15,250.00 ~,NS.dt x,845.90 ~ Rlilta S733[5-122185XF Cisco CAT6000-SUP720 105 IP SERVICES 1 ;0.00 f0.0It ;Q.00 31 Drys WS-SUP720-38 Catayst 6500/Cisoo 7600 Supervisor 720 Fabric MSFC3 PFC38 2 j28,000.00 ;li 210.OQ ;32,41O.OE1 i~•43-~fls CF-ADAPTER-SP SP adapter for SUP720 (512MB CF inducted) 2 ;0.00 jO.OD jO.QD 31 Ol~p MEM-C6K-CPTFL512M Catalyst 6500 Sup720/Sup32 Compact Rash Mem 512MB 2 j0.00 ~.f19 ;0.00 3tx a~ BF-5720.64M8-RP Bootllash for SUP720-64MB-RP 2 j0.00 j0.00 fR80 ~1 flM-~s MEM-52-512M8 Catayst 6500 512M8 DRAM an the Supervisor (SUP2 ar SUP720) 2 ;0.00 j0.00 f0.00 2104rys MEM-MSFC2-512MB Catalyst 6500 512M6 DRAM on the MSFC2 or SUP720 MSFC3 2 j0.00 j0.00 ;0.00 3!l 0~ WS-X6724-SFP Catalyst 6500 24-port GqE Mod: fabric-enabled (Req. SFPS) 1 j15,000.00 ;8,700.00 j4,700.00 3I 11~{~ GLC-SX-MM GE SFP, LC connector SX transceiver 6 ;500.00 ;290.D0 j1,740.00 b{ ~Y; WS-X670410GE CM6500 4port 10 GigatMt C•ttrenrel Moduk: (req. XENPAKS) 2 ;20,000.00 ;11,600.00 j23,200AD 3'h4S OatAi XENPAK-IOGB-ER lOGBASE-ER XENPAK Module 8 ;10,000.00 jS,6a.1.00 j46,400.00 3~iA Wy>+ WS-X6748-GE-TX Cat6500 48-port 10/100/1000 GE Mad: fabric enabled, R)-45 3 ;15,000.00 jA,i'00.00 ;26,300.00 7!•~i Ohs MEM-XCEF720-256M Catatyst 6500 256M8 DDR, xCEF720 (67xx interface, DFC3A) 6 ;0.00 ;0.00 10.00 >13 Orats WS-F6700-CFC Catayst 6500 Central Fwd Card far WS-X67xx modules 6 ;0.00 j0.04 f0.00 Jl C~tAC WS-C61C-135LT-FAN2 High Speed Fan Tray for Catalyst 6513 / Cism 7613 1 ;745.00 y132.10 j432.10 3!3 Oiyls WS-CAC-6000W Cat6500 6000W AC Power Supply 2 ;5,000.00 j2,l00.00 ~.. 710MY1t CAB-AC-C6K-TWLK Power Card, 250Vac 16A, twist k><k NEMA L6-20 plug, US 4 ;0.00 j0.00 ;0.00 S3 0>!ya CON-SNTP-WS-06513 24x7x4 Svc, Catatyst 6513 Chassis 1 ;15,600.00 ;14,04p.00 ;14,A90.OQ Cisco Catalyst 6500 Series Switch -Spare Parts WS-X670410GE= Cat6500 4-port 10 Gigatit Ethernet Module (req. XENPAKs) 1 ;20,000.00 ;11,600.00 j33,600.Q0 36~ WS-F6K-XENBLNKCVR Catayst 6500 Xenpak Blank Covers for W5-X6704-1OGE 4 ;0.00 10.00 j0.00 3,t RM WS-X6748-GE-TX= Cat6500 48-port 1011 0 0/10 0 0 GE Mod: fabric enabled, R3-45 1 ;15,000.00 16,700A0 ;8,700.00. 31~4$'D#Ata MEM-XCEF720-256M Catayst 6500 256M8 DDR, xCEF720 (67xx interface, DFC3A) 2 ;0.00 x.00 j0.00 Sl @itlts WS-F6700-CFC Catalyst 6500 Central Fwd Card far WS-X67xz modules 2 ;0.00 10.00 j0.60 3i 4aylt Total Confaurati on SMs Plfioe 3:8 8,Q37.10 IyOTES; 1. Shipping charges and taxes are not inducted in the sale price quoted above. 2. Price quotation is valid for thirty (30) days from the date of issue. terre~a~r. Service Order No.:. ORD-05151-GAXOLI For MSA No.: fair intenial tlse,OnlY,.... SERVICE ORDER Initial QAdditional NAP of the Americas, Inc., a corporation organized under the laws of the State of Florida ("Licensor") has issued this Service Order pursuant to terms of the TerreNAP SM Services Agreement between Licensor and Cry of Miami Beach, a corporation, organized under the laws of Florida ("Licensee"), the terms of which are part of this Service Order and control the performance and obligations hereof, referred to as the "Agreement." Any term not otherwise defined in this Service Order will have the meaning specified in the Agreement. If this Service Order is not executed by Licensee and Licensor within 30 days of the date of issuance stated in the heading hereof, it shall be deemed null and void. Upon execution by Licensor, the term of this Service Order will be coterminous with the Term of the Licensee's initial Service Order, which Term will govern the provision to Licensee of the Services that Licensee has elected below, at their respective prices. Expedited ^ Our Address for Notice: Address for Notice: NAP of the Americas, Inc. Licensee Name: City.of Miami,Beach ........................................................:.... Attn: President 2601 South Bayshore Drive, 9th Floor Address: 1100 Washington Ave Miami, Florida 33133 Miami Beachf.FL.33139 ............................................... .................... Facsimile: (305) 402-3890 Telephone: 305-673-7000 x5939 .............................................................................................. salesorders@terremark.com Facsimile: 305-673-7049 .............................................................................................. CSR: .................... .................................................... Email: GladxsAcosta@miamibeachfl__~ov ................... Date of Issuance: Sep 26, 2006 Quote Order Number: QUO-03315-FGSZV3 1' Each' Miscellaneous Hardware -Cisco [Please see Annex A.] $188,037.00 $188,037.00 $0.00 $0.00 .- Total i $188,037 00 ~ $0.00 Expedite Fee $0.00 ~ $0 00 ~~_.M..__~..... _.._. .._ ...__... _......._ ._ ~__.. .._.. __.__. ~ ..,..... _, ._.... ___ .._.. _.- -_ ._.. Grand Total $188,037.00 $0 00 Initial Prepaid Fee: The Initial Prepaid Fee is due and payable in immediately available funds upon the execution hereof. Licensor will not initiate any work relating to this Service Order until receipt $0.00 of the Initial Prepaid Fee. Any failure of Licensee to remit the Initial Prepaid Fee will result in delays in provision of Services. ** Please note the above charges do not include sales or other taxes. ** Comments: See Annex A & Appendix B NSR ,a,Z. REV. 11.0, JAN 2006 Page 1 of 2 COPYRIGHT ©2006 NAP OF THE AMERICAS, INC. ~ terre.~l~ ~`;,~,(~ cif the ,~r1~ tir,,a, SERVICE ORDER Service Order No.: ORD-05151.: GAXOLl...,,,, For MSA No.: The parties acknowledge that the mutual obligations set forth in this Service Order are the result of their mutual negotiations, shall constitute good and valuable consideration for purposes of establishing a valid contract, and there shall be no presumption that any one party was the primary drafter of this Service Order. The person executing this Service Order is duly authorized to enter into this Service Order on behalf of the party he or she represents. Any unauthorized additions or modifications to this document that are not initialed by both parties shall be void and unenforceable. Customer: CitX.of,Miami Beach ............................................................................ ......... ......................... BY ~ ....................................................................................................................................................... Name: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (Type or Print) Title: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . NSR LZ. REV. 11.0, JAN 2006 Page 2 of 2 COPYRIGHT ©2006 NAP OF THE AMERICAS, INC.