Loading...
HomeMy WebLinkAboutR-02-0482J-02-434 4/24/02 RESOLUTION NO. 02— 482 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE ACQUISITION OF NEW AND REPLACEMENT SERVER HARDWARE, ASSOCIATED SOFTWARE, PERIPHERALS, AND INSTALLATION AND MAINTENANCE SERVICES FROM VARIOUS VENDORS, FOR THE DEPARTMENT OF INFORMATION TECHNOLOGY, UNDER EXISTING STATE OF FLORIDA CONTRACT NOS. 250-040-99-1, EFFECTIVE THROUGH SEPTEMBER 30, 2002; 973-561-99-1, EFFECTIVE THROUGH MAY 19, 2002; AND 250-050-97-1, EFFECTIVE THROUGH APRIL 30, 2002, AND ANY EXTENSIONS, IN AN AMOUNT NOT TO EXCEED $175,000; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECT NOS. 311603 AND 311610 AND THE OPERATING BUDGETS OF THE VARIOUS USER DEPARTMENTS. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The acquisition of new and replacement server hardware, associated software, peripherals, and installation and maintenance services from various vendors, for the Department of Information Technology, under existing State of Florida Contract Nos. 250-040-99-1, effective through September 30, 2002; 973-561-99-1, effective through May 19, 2002; and 250-050-97-1, effective through April 30, 2002, and any extensions, in an The original Resolution 02-482 was replaced by substitu a CITY COMSSM Resolution 02-482 per memorandum from City Attorney METING dated June 12, 2002. AMP 2002 rLe SOit_4ion Ho. nnG` 4j)2 ll � - amount not to exceed $175,000, is approved, with funds allocated from Capital Improvement Project Nos. 311603 and 311610 and the Operating Budgets of the various user departments. Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.' PASSED AND ADOPTED this ATTEST: RISCILL A. THOMPSO CITY CLERK_ 25th day of April 2002. MANUEL DIAZ, MAYOjl--- APPRQXD P,*'TO F M AND CORRECTNESS:`/ LO ATTORMY W6220:tr:LB:BSS l If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. The original Resolution 02-482 was replaced by substitute Resolution 02-482 per memorandum from the City Attorney dated June 12, 2002. Page 2 of 2 02- 482 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Judy Carter February 6, 2002 Director n ,: DATE: FILE: Purchasing Department Resolution to Acquire SUBJECT: Server Hardware, r Software and Services Aldo Stancato Oki. CIO �! REFERENCES: v Information Technology Department ENCLOSURES: This Department has verified with the Department of Budget that funds are available to cover the cost -of acquiring new and replacement server hardware, associated software, peripherals, installation services and maintenance services from various vendors under existing State of Florida contracts 250-040-99-1, 973-561-99-1 and 250-050-97-1 and any subsequent extensions in an amount not to exceed $175,000. Funds are available from CIP Project 311603, CIP Project 311610 and various departmental budgets. AGS:ds BUDGET REVIEWED AND APPROVED BY: - Linda Haskins, Direccifor Department of Budget CIP FUNDS REVIEWED AND APPROVED BY: �- Filar Saenz --- CIP Administrator 02-- 482 CITY OF MIAMI CITY ATTORNEY'S OFFICE MEMORANDUM TO: Priscilla A. City Clerk FROM: Alej City DATE: Juice 12, RE: Corrected Scrivener's Error -Resolution No. 02-482, adopted April 25, 2002 (J-02-434) Resolution No. 02-482, adopted April 25, 2002, contains a scrivener's error as Capital Improvement Project No. 311601 is erroneously numerically typed in the title and Section 1. The correct Capital Improvement Project Number is 311610. The Financial Sign -off Memorandum submitted in the Agenda Packet (attached) for this Resolution clearly reflects Capital Improvement Project No. 311610 as the correct funding source. The attached Resolution, which is a substitute original resolution to replace the document you presently possess as Resolution No. 02-482, has been revised to reflect the proper Capital Improvement Project Number. After the correct document has been executed, please forward a copy to this Office and to Dawn Shelton of the Information Technology Department. This memorandum may be attached to Resolution No. 02-482 so that any concern regarding the substitution of said Resolution is clarified. W719:BSS Attachments c: Aldo G. Stancato, Chief Information Officer, Information Technology Department Dawn Shelton, Administrative Assistant, Information Technology Department 02- 482 02-434 4k8/02 02- 482 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMM SION \NOT VING THE ACQUISITION O/EF AND REP CEMENT R HARDWARE, ASSOCIATED RE, PER HERALS, NSTALLATION AND MAINE SER CES FROM US VENDORS, FOR THE DEPNT OF NFORMATION OGY, UNDER EXISTINATE OF FLORIDA NOS. 250 -040 -99 -FE IVE THROUGH B 30, 2002; 979 -1, EFFECTIVE GH Y 19, 2002; AND 297-1, EFFECTIVE H A IL 30, 2002, ANDXTENSIONS, IN AN T NOT TO EXCEED $175,ALLOCATING FUNDS CAPITAL IMPROVEMENT PRNOS. 311603 AND 1 AND T OPERATING BOF THE VARIOUS DEPARTMEN BE IT RESOLVED BY THE FLORIDA: ISSION OF THE CITY OF MIAMI, Section 1. The/acquisition 'kf new and replacement server hardware, associated / oftware, periphe\Cals, and installation and maintenance service/ from various vendoz\, for the Department of Information Technjlogy, under existing Stake of Florida Contract Nos. 250-040-9 -1, effective through Se tember 30, 2002; 973-561-99-1, ffective through may 19, 2002; and 250-050-97-1, effective trough April 30, 2002, and any ex\ensions, in an I c mcm bF AP 2 5 2002 Baro nota No. 02- 482 amo nt not to exceed $175,000, is approved, with funds allocated from Capital Improvement Project Nos. 311603 and 31 601 and the Operat g Budgets of the various user departments. Secti 2. This Resolution shall become effective immediately on its adoption and signature f the Mayor.!/ PASSED AND \DOPTED this 25th /ay of April , 2002. MANUEL DIAZ, ATTEST: PRISCILLA A. THOMPSO CITY CLERK APPROVED AS TO FOR AND CORRECTNE ALEJANDR=L ELLO CITY ATTORNE W6220:tr:L 1 If the Mayor does not sign this Resolution, i shall become effective at the end of ten calendar days from the date i was passed and adopted. If the Mayor vetoes this Resolution, it hall become effective immediately upon override of the veto by the Cit Commission. Page 2 of 2 02- 4S2 04/18/2002 10;10 3052505442 MAYORS OFFICE PAW 02/02 GiTYWIDE f% CITY Of MIAMI, FLORIE INTER -OFFICE MEMORA MAYOR DIAZ TO : Carlos dhi mImez DATE : April 18, 2002 FILE City Manager SUBJECT : Discussion Item ,F4MSIIu �Q / 'D;* 2- REFERENCES Iv(ay ENCLOSURE$: I would respectfully request that the following item be placed on the agenda of the next City Commission meeting to be held on April 25, 2002. ■ Resolution authorizing the purchase of two servers for the baforzxiation Technology DepaMnent. Cc: Elvi Alonso-Gallestegai, Agenda Coordinator Jessica Rodriguez, Asst. Agenda Coordinator Aldo Stancato, Chief Information Officer — IT Department 02- 482 Judy Carter TO: Director Purchasing Dep FROM Aldo Stancato CIO CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Information Technology Department February 6, 2002 DATE: SUBJECT: Resolution to Acquire Server Hardware, Software and Services REFERENCES: ENCLOSURES: FILE: This Department has verified with the Department of Budget that funds are available to cover the cost of acquiring new and replacement server hardware, associated software, peripherals, installation services and maintenance services from various vendors under existing State of Florida contracts 250-040-99-1, 973-561-99-1 and 250-050-97-1 and any subsequent extensions in an amount not to exceed $175,000. Funds are available from CIP Project 311603, CIP Project 311610 and various departmental budgets. AGS:ds BUDGET REVIEWED AND APPROVED BY: - Linda Haskins, Director Department of Budget CIP FUNDS REVIEWED AND APPROVED BY: Administrator enz CIP 02- 482 250-040-99-1 = Computers: Client Server Systems Page 1 of 2 Computers: Client Server Systems 250 -040 -99 - Effective: 7/1/98 through 9/30/02 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors 3Com Corporation ABC Computers, Inc. Acer America Alcatel American Power Conversion Amherst Corporate Computer Apple Computers. Inc. Ayaya. Inc. Cisco Svstems, Inc. Comark Government & Education Sales Compaq Computer Corporation Dell MarketiniL.P. Enterasys Networks Sales and Service, Inc. Executive Source Extreme Networks Gateway Companies. Inc. Hayes Computer Systems Hewlett-Packard Company IBM Lexmark International Marconi Communications NEC Computers, Inc. Network Appliance Nortel Networks USA, Inc. Pomeroy Computer Resources, Inc. Premio Computers Florida, Inc. Silicon Graphics Computer Systems Southern Computer Supplies, Inc. http://www.myflorida.com/st—contracts/250040991/ http://www.3com.com http://www.abc2000.com http://wvvNv.acer-.com http://www.usa.alcatel.com http://www.4pcc.com bZ://www.amherstl.com http://ww-w.apple.com http://www.avaya.com hM://www.cisco.com http://www.comarkg.com/ http://v;w,%N,.comp@Q.com hM://www.dell.com http://www.entgrMs.com htt2://www.execsource.com/sfl2000 www.extremenetworks.com hqp://www.gatemall.com http://www.hcs.net http://www.hp.com http://www.ibm.com http://www.lexmark.com http://www.marconi.com http://www.nec-coLaputers.com hM://www.n"p.com http://www.nortelnetworks.com bZ://www.pomeroy.com http://www.premiopc.com http://www.s 'ig com http://www.southemcomputers.com 02— 482 02/13/2002 250-040-99-1 = Computers: Client Server Systems Sun Microsystems Federal, Inc. TekResource Service Corporation Unisys Corporation Visara. Inc. hU://www.sun.com http://www.trscnow.com http://www.unisys.com http://www.visara.com Page 2 of 2 02- x:82 http://www.myfIorida.com/st—contracts/250040991/ 02/13/2002 Suite 315 CERTIFICATION OF CONTRACT TITLE: Computers: Client Server Systems CONTRACT NO.: 250-040-99-1 BID NO.: 31-250-040-B ORIGINAL EFFECTIVE DATE: July 1, 1998 through June 30, 1999 1St RENEWAL: July 1, 1999 through June 30 2000 2nd RENEWAL: July 1, 2000 through June 30, 2001 EXTENSION: July 1, 2001 through December 31, 2001 EXTENSION January 1, 2002 through September 30, 2002 (Rev 29) CONTRACTOR(S): See Attached SUPERSEDES: 250-040-96-1 Page 1 of 3 Suite 315 ANY QUESTIONS, SUGGESTIONS, -OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID COMER AT (850) 4874196 SUNCOM 277-4196, E-MAIL mailto:comerd(c,,dms.state.fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on June 30, 1998, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Client Server Systems by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt http://www.myflorida.com/st contracts/250040991/certification.htm 02- 482 02/13/2002 Suite 315 no later than 90 days prior to the expiration date of this contract. Authorized Signature DC/lmb Attachments CONTRACTORS: 3Com Corporation (A) ABC Computers, Inc. (A) (Rev 30 Jun 99) Acer America (A) Alcatel (A) (Rev 6 Dec 99) American Power Conversion (A) Amherst Corporate Computer Sales (A) (Rev 1 Apr 99) Apple Computer, Inc. (A) (Rev 20 Dec 99) Avaya, Inc. (A) (Rev 28 Nov 00) Cisco Systems, Inc. (A) Comark Government & Education Sales (A) Compaq Computer Corporation (A) Dell Marketing L.P. (A) (Rev 6 Dec 99) Enterasys Networks Sales Service, Inc. (A) (Rev. 28 Dec. 00) . . Executive Source, Inc. (A) (Rev 8 May 00) Extreme Networks (A) (New 16 Nov 01) Gateway 2000 Major Accounts, Inc. (A) Hayes E -Government Resources, Inc. dba Hayes Computer Systems (M) Hewlett Packard Company (A) International Business Machines (A) Lexmark International (A) (Rev 1 Aug 00) Marconi Communications (A) (Rev 6 Mar 00) NEC Computer Systems Division, Packard Bell NEC, Inc. (A) Network Appliance (A) (Rev 28 Nov 00) Nortel Networks USA, Inc. (A) Pomeroy Computer Resources, Inc. (A) Premio Computers Florida, Inc. (A) Page 2 of 3 02- 482 http://www.myflorida.com/st contracts/250040991/certification.ht n 02/13/2002 Suite 315 Page 3 of 3 (Rev 28 Sep 99) Silicon Graphics Computer Systems (A) Southern Computer Supplies, Inc. (B) Sun Microsystems Federal, Inc. (A) TekResource Service Corp. (A) (Rev 20 Oct 00) Unisys Corporation (A) Visara, Inc. (A) (Rev 1 Aug 00) (Rev. 27 Jun 01) http://www.myflorida.com/st contracts/250040991/certification.htm 02- 48202/13/2002 State of Florida SPECIFICATIONS CLIENT SERVER SYSTEMS Page 1 of 10 1.0 SCOPE These specifications are the requirements and provisions for the bidding and awarding of a State term contract for Client Server Systems to include Microcomputers, Network Servers and Workstations, Network Computers and Network PCs, Peripherals, Network Connectivity Devices, and Uninterruptible Power Supplies. 2.0 GENERAL REQUIREMENTS AND PROVISIONS COMPONENTS Components (such as monitors, keyboards, mouse and trackball, expansion boards, network interface cards, internal modems, multimedia, and storage devices purchased with and integrated with the systems prior to delivery) will carry the same support level and warranty provisions as the system. OPERATING SYSTEM SOFTWARE Operating system software (DOS, OS/2, Windows, Windows NT, UNIX, and Macintosh system) may be offered by microcomputer system bidders, preloaded by the manufacturer/dealer, as a balance of line under the same pricing schedule (percentage mark-up to manufacturer's price list), as the microcomputers systems bid. AMERICANS WITH DISABILITIES ACT The Federal ADA bars employment discrimination and requires all levels of Government to provide necessary and reasonable accommodations to qualified workers with disabilities. Although it is not mandatory that bidders offer these products to receive an award, bidders are requested to identify any hardware and software products which may be used or adapted for use by visually, hearing or other physically impaired individuals. ENERGY STAR COMPLIANT The Federal Environmental Protection Agency encourages the manufacture of energy efficient computer hardware, and the State of Florida supports this initiative. State Purchasing prefers that all microcomputers, monitors, and laser printers offered under this bid/contract is energy star compliant and bear the EPA Energy Star Logo. Bidders are requested to identify only the hardware which is not Energy Star compliant. State agencies seek to reduce the total cost of equipment ownership and operation and should consider the purchase of Energy Star compliant equipment if it meets the agency's performance needs. COST PLUS/MINUS PRICING BASIS Bidders will bid a single percentage (to the nearest hundreth, e.g. 1.95%) on a cost plus/minus basis, to the manufacturer's price list (C channel, USA1, Level 4, or other specified manufacturer's price list) to that manufacturer's largest volume dealers/resellers. The manufacturer's price list will be submitted with the bid, and shall represent the most current price list available at the date of the bid opening_GSA pricing may be offered as alternate pricing by the bidder. The GSA price list/schedule will be submitted with the bid. ELIGIBLE MANUFACTURER BRANDS The Gartner Group Vendor Tiering Model was utilized in determining the eligible manufacturer brands which could be bid in specific categories. Commodity categories which are manufacturer specific, where Gartner Group Vendor Tiering was not available were established on the best available knowledge of manufacturer market share. ITEM DESCRIPTIONS http://www.myflorida.com/st—contracts/250040991/specs.httn 02— 482 02/13/2002 APPENDIX A Page 2 of 3 n assignments range in complexity from basic analysis and problem solving to developing recommendations for complete business solutions or technical applications. The level of consultant assigned to a consulting engagement or task(s) is dependent of the specific needs of the client opportunity. Consultant 1 is a senior consultant who is recognized as an extremely knowledgeable resource in several technical domains. This individual provides leadership to a team of junior consultants. A Consultant 1 designs total system solutions for smaller projects or for portions of larger projects. They apply theories, concepts and systems integration operating principles and develops client support plans for complex systems and/or major projects Consultant 2 functions as the technical lead on small projects or portions of larger projects. Provides leadership to junior consultants, including helping them to resolve routine problems. A Consultant 2 designs quality control and test procedures, applies the technical expertise to support the development of the technology architecture and total systems solution. The Consultant 2 works closely with the client to assure the needs of the client are understood and properly addressed. Consultant 3 works under the direction of more senior consultants. A Consultant 3 investigates, analyzes and resolves routine and non -routine problems in selected functional areas. Assesses, gathers and evaluates client capabilities and needs. May design and develop software applications. Co- ordinates work with specialists, solutions engineers and clients, as required. Consultant 4 works under the general supervision of more senior consultants. Assists with assessing, gathering and evaluating client capabilities and needs. Analyzes, designs, develops, implements, and maintains a variety of client environments, solutions, and training coursework. Technical Associate entry level consultant works under the supervision of more senior consultants. Provides project assistance in the areas of documentation, training, unit testing, installations and implementations of software applications and hardware platforms. Architects evaluate and design the client's technical combinations of hardware and software operating environments for cost effective optimum performance. Integration Architect conceptualizes, architects, designs, implements and supports integrated solutions for client engagements. Advises, analyzes, researches, designs, installs, and implements products or complex technology or application solutions for a unit or organization. Technology Architect installs and implements complex technology or application solutions. Provides maintenance and technical support on solutions using current and emerging technologies. Senior Systems Architect provides overall design and implementation 02— 482 APPENDIX A support services for overall solution specifications. Providing the systems hardware and software requirements as well as the design and implementation of the application solution. Systems Architect implements and supports complex systems technology or software. Programmers and Analysts Page 3 of 3 Senior Systems Analyst provides senior level assistance in the development of complex design specifications from which information systems solutions can be planed, designed, developed, and implemented. Additionally high level complex systems administration functions, analysis and support services can be provided for numerous hardware and software platforms. Systems Analyst provides assistance in the development of design specifications from which information systems solutions can be planed, designed, developed, and implemented. Additionally complex systems administration functions, analysis and support services can be provided for numerous hardware and software platforms. Programmer/Analyst provides assistance with design, development and implementations of programs for numerous application languages. Additionally systems administration functions, analysis and support services can be provided for numerous hardware and software platforms. Senior Programmer provides senior level assistance with development and implementations of programs for numerous application languages. Programmer provides assistance with development and implementations of programs for numerous application languages. http://www.myflorida.com/st—contracts/973561991/specs.htm 02- 482 02/13/2002 250-050-97-1 = Computers: Midrange and Mainframe Page 1 of 1 Computers: Midrange and Mainframe 250-050-97-1 Effective: June 1, 1997 through April 30, 2002 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors Amdahl Corporation Compaq Computer Corp. EMC2 Corporation Hitachi Data Systems Corporation International Business Machines MTI Technoloo v Corporation Oce Printing Systems USA. Inc. OCE - USA Storage Technology Corporation Sun Microsystems Federal Incorporated Unisys Corporation Visam Inc. d/b/a Matco Group Xerox Corporation http-//www.myflorida.coni/st—contracts/250050971/ http://www.amdahl.com http://www.compac.com http:/hvww.emc.com hgl2:HA ww.hdLhA com http://www.ibm.com http//www.mti.com www.oceusa.com btip://www.stortek.com http://www.sun.com http://www.uniUs.com http://www.visara.com http://www.usco.xerox.com/stflorida 02- 482 02/13/2002 Suite 315 CERTIFICATION OF CONTRACT TITLE: Computers: Midrange and Mainframe CONTRACT NO.: 250-050-97-1 BID NO.: 31-250-050-B EFFECTIVE: June 1, 1997 through April 30, 2002 (Rev 29 Oct 01) CONTRACTOR(S): See Attached SUPERSEDES: 250-050-94-1 Page 1 of 2 Suite 315 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID COMER AT (850) 487-4196 SUNCOM 277-4196 E-MAIL: comerdgdms.state.fl.us (Rev 12 Oct 00) A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on May 22, 1997, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Computers: Midrange and Mainframe by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. http://www.myflorida.com/st contracts/250050971/certification.htm 02— 482 02/13/2002 Suite 315 Authorized Signature DC/lmb Attachments Contractors Amdahl Corporation (A) Compaq Computer Corporation (A) EMC2 Corporation (A) Hitachi Data Systems Corporation (A) International Business Machines (A) MTI Technology Corporation (A) OCE Printing Systems, Inc. (A) OCE -USA, Inc. (A) Storage Technology Corporation (A) Sun Microsystems Federal Incorporated (A) Unisys Corporation (A) Visara, Inc. d/b/a Matco Group (A) Xerox Corporation (A) (Rev 29 Nov 01 ) Page 2 of 2 http://www.myflorida.com/st contracts/250050971/certification.htm 02— 482 02/13/2002 State of Florida SPECIFICATIONS CLIENT SERVER SYSTEMS Page 1 of 10 1.0 SCOPE These specifications are the requirements and provisions for the bidding and awarding of a State term contract for Client Server Systems to include Microcomputers, Network Servers and Workstations, Network Computers and Network PCs, Peripherals, Network Connectivity Devices, and Uninterruptible Power Supplies. 2.0 GENERAL REQUIREMENTS AND PROVISIONS COMPONENTS Components (such as monitors, keyboards, mouse and trackball, expansion boards, network interface cards, internal modems, multimedia, and storage devices purchased with and integrated with the systems prior to delivery) will carry the same support level and warranty provisions as the system. OPERATING SYSTEM SOFTWARE Operating system software (DOS, OS/2, Windows, Windows NT, UNIX, and Macintosh system) may be offered by microcomputer system bidders, preloaded by the manufacturer/dealer, as a balance of line under the same pricing schedule (percentage mark-up to manufacturer's price list), as the microcomputers systems bid. AMERICANS WITH DISABILITIES ACT The Federal ADA bars employment discrimination and requires all levels of Government to provide necessary and reasonable accommodations to qualified workers with disabilities. Although it is not mandatory that bidders offer these products to receive an award, bidders are requested to identify any hardware and software products which may be used or adapted for use by visually, hearing or other physically impaired individuals. ENERGY STAR COMPLIANT The Federal Environmental Protection Agency encourages the manufacture of energy efficient computer hardware, and the State of Florida supports this initiative. State Purchasing prefers that all microcomputers, monitors, and laser printers offered under this bid/contract is energy star compliant and bear the EPA Energy Star Logo. Bidders are requested to identify only the hardware which is not Energy Star compliant. State agencies seek to reduce the total cost of equipment ownership and operation and should consider the purchase of Energy Star compliant equipment if it meets the agency's performance needs. COST PLUS/MINUS PRICING BASIS Bidders will bid a single percentage (to the nearest hundreth, e.g. 1.95%) on a cost plus/minus basis, to the manufacturer's price list (C channel, USA1, Level 4, or other specified manufacturer's price list) to that manufacturer's largest volume dealers/resellers. The manufacturer's -Rn ce list will be submitted with the bid, and shall represent the most current price list available at the date of the bid opening, GSA pricing may be offered as alternate pricing by the bidder. The GSA price list/schedule will be submitted with the bid. ELIGIBLE MANUFACTURER BRANDS The Gartner Group Vendor Tiering Model was utilized in determining the eligible manufacturer brands which could be bid in specific categories. Commodity categories which are manufacturer specific, where Gartner Group Vendor Tiering was not available were established on the best available knowledge of manufacturer market share. ITEM DESCRIPTIONS http://www.myflorida.com/st—contracts/250040991/specs.htm 02— 482 02/13/2002 State of Florida Page 2 of 10 Contract price lists shall be structured with headings and subheadings of the categories of systems, peripherals, and components which the vendor has bid. Each product on the price list shall be identified by part number, brand name, description, manufacturers cost and net price. Descriptions of systems or individual items on price lists shall be of sufficient detail to easily identify the product. Items not adequately described will be rejected as ineligible for this bid/contract. CONTRACT CHANGES Awarded contractors may offer new hardware introduced by the manufacturer during the contract period at the same pricing schedule as bid and awarded. As soon as they are announced by the manufacturer, all product line changes (additions, deletions, price changes) shall be submitted by e-mail to the State Purchasing contract administrator for review. Price reductions announced by the manufacturer shall take effect immediately and be applied to unshipped and subsequent orders. BALANCE OF LINE The balance of line provisions of this bid/contract are provided for the convenience and benefit of the contract users as well as the awarded vendors. The balance of line provisions allow the purchaser a "one- stop" procurement mechanism, as well as facilitating the ability of a contractor to provide a "complete system" for the purchaser. It is incumbent on the purchaser to "shop" the contract and purchase products which meet their needs at the lowest net delivered costs. Vendors who bid and are awarded systems or other major categories of products may offer a "balance of line" of peripherals; to include those which are specified as peripherals in this bid/contract, and monitors, input devices, pen plotters, scanners, printers, storage devices, expansion cards, modems, and other standard system components. Such balance of line peripherals and components shall: be offered under the same pricing schedule (mark-up to the manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing. The balance of line peripherals/components price lists shall be submitted with the bid. It is incumbent on the contractors to offer products under the balance of line provisions which are competitively priced. State Purchasing will review and compare balance of line price lists to determine if prices are competitive. Should it be determined, by the State Purchasing, that the balance of line price lists of a contractor are not competitive, the contractor will be given an opportunity to submit a competitive price list. If the contractor is unable to or chooses not to reduce prices for balance of line products, the balance of line provision for that contractor will be revoked. MAJOR ACCOUNT SUPPORT LEVEL State of Florida agencies and other eligible contract users purchase a substantial annual volume of systems, servers, peripherals, and components from manufacturers (directly from the manufacturer or through resellers) through the State term contract for client server systems. The State of Florida may accept designation as a "Major Account" (under the particular manufacturer named program), with any manufacturer or vendor/reseller awarded under this bid/contract, attendant with the additional benefits and privileges which come with that designation. The bidder/contractor will act on the State's behalf to assure that the State is recognized by the manufacturer under that manufacturer's "Major Account" program, and that the State receives the benefits and privileges of such designation. If your firm offers this type of support, see attached sheet to designate the benefits and privileges which are available to the State of Florida from the manufacturer of products which are awarded under this bid/contract. Awarded vendors/manufacturers who designate the State of Florida as a "Major Account" (under that manufacturer's named program) and provide sufficient benefits and privileges thereunder, will be designated. STANDARD DELIVERY TIMES 02- 482 http://www.myflorida.com/st—contracts/250040991/specs.htm 02/13/2002 State of Florida Page 3 of 10 '0R Standard delivery times shall be expressed by.the bidder on the bid table, and will represent the number of calendar days normally required to make delivery after receipt of a purchase order. Delivery times in excess of thirty (30) days will not be accepted. Failure to deliver products within the delivery time as stated in the contract may subject the contractor to reprocurement costs, penalties and/or contract cancellation. A contractor, within five (5) days after receipt of order, shall notify the purchaser of any potential delivery delays. Evidence of inability to deliver or intentional delays in attempt to force the purchase of substitute product, shall be cause for contract cancellation and vendor suspension. 3.0 DESKTOP MICROCOMPUTERS AND PORTABLE MICROCOMPUTERS 3.1 DESKTOP MICROCOMPUTERS ELIGIBLE DESKTOP MICROCOMPUTERS WHICH MAY BE BID Gartner Group Tier I and II vendors, (IBM, Compaq, Apple, AST, Digital, Dell, Hewlett-Packard, NEC, Acer, Gateway, Micron, Unisys); and, Other vendors who offer an extensive manufacturer line of microcomputers and provide documentation with the bid of a minimum installed base of 1000 microcomputers with State of Florida agencies and political subdivisions, in the most recent two State fiscal years. A maximum of ten (10) vendors will be awarded desktop microcomputers. STANDARD SUPPORT LEVEL FOR DESKTOP MICROCOMPUTERS Requirements and provisions of STANDARD SUPPORT LEVEL for desktop microcomputers include: . Inside delivery, with buyer set-up and installation. • Minimum 1 -year on-site warranty labor, in the State of Florida. . Minumum 3 -year warranty parts coverage. • Maximum next business day response for warranty service. . Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). . Toll free telephone support and fax/E-mail/Intemet information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). • 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under the Standard Support Level: • Dealer set-up and installation. • Warranty upgrade, beyond year 1(to 5 -year maximum). Warranty upgrade may be purchased at time of system purchase or during the warranty period. • Warranty service response upgrade, e.g.; maximum 4 -hour response and/or 8 -hour response. http://www.myflorida.com/st—contracts/250040991/specs.htm 02/13/2002 02- 482 State of Florida �,,Page 4 of 10 3.2 PORTABLE MICROCOMPUTERS ELIGIBLE PORTABLE MICROCOMPUTERS WHICH MAY BE BID Gartner Group Tier I and II vendors(Compaq, IBM, Toshiba, AST, Digital, Dell, Hewlett-Packard, NEC, Acer/TI), and; Other vendors who offer an extensive manufacturer line of portable microcomputers and provide documentation with the bid of a minimum installed base of 1000 of that manufacturer's portable microcomputers with State of Florida agencies and political subdivisions, in the most recent two State fiscal years. A maximum of five (5) vendors will be awarded portable microcomputers. STANDARD SUPPORT LEVEL FOR PORTABLE MICROCOMPUTERS Requirements and provisions of STANDARD SUPPORT LEVEL for Portable Microcomputers include: . Inside delivery, with buyer set-up and installation. . Minimum 1 -year warranty (or manufacturer standard warranty if greater than 1 -year), with return -to -factory or service center. . Maximum two (2) business days repair time, after receipt at repair facility, or replace with comparable equipment (replace with new equipment only during warranty period). . Toll free telephone support and fax/E-mail/Internet information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under Standard Support Level: . Warranty upgrade, beyond year 1 (to 5 -year maximum). Warranty upgrade may be purchased at time of system purchase or during the warranty period. 4.0 NETWORK SERVERS AND WORKSTATIONS NETWORK SERVERS may be bid in two categories: 4.1 WINDOWS NT NETWORK SERVERS ELIGIBLE WINDOWS NT NETWORK SERVERS WHICH MAY BE BID Network servers to be bid shall be those NT Server Platforms running Windows NT on Intel processors. Those Windows NT network servers recommended by Gartner Group and approved to be bid are: Compaq, Hewlett-Packard, IBM, Dell, Digital Intergraph, Tandem, Data General, Stratus, Netframe. 4.2 UNIX NETWORK SERVERS ELIGIBLE UNIX NETWORK SERVERS WHICH MAY BE BID Network servers to be bid shall be those UNIX Server Platform running UNIX Operating Environment. Those UNIX network servers recommended by Gartner Group and approved to be bid are: Sun, Hewlett- Packard, Compaq -Tandem, Dell, IBM, Digital, Siemens Nixdorf, Silicon Graphics. A maximum of five (5) vendors will be awarded Windows NT Network Servers and five (5) vendors will be awarded UNIX Network Servers. BALANCE OF LINE - NETWORK SERVERS AND WORKSTATIONS 02— 4� hq://www.myflorida.com/st—contracts/250040991/specs.htm 02/13/2002 State of Florida 5.0 Page 5 of 10 Vendors who bid and are awarded Network Servers may offer technical/scientific workstations of the same manufacturer brand as the Network Servers bid and awarded, as "balance of line" products, in addition to acceptable peripherals and components and under the same provisions as stipulated under BALANCE OF LINE. STANDARD SUPPORT LEVEL FOR NETWORK SERVERS and WORKSTATIONS Requirements and provisions of STANDARD Support Level for Network Servers and Workstations include: . Inside delivery, with buyer set-up and installation. . Minimum 1 -year on-site warranty labor, in the State of Florida. . Minimum 3 -year warranty parts coverage . Maximum next business day response for warranty service. . Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). . Toll free telephone support and fax/E-mail/Intemet information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). ..30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under the STANDARD SUPPORT LEVEL: . Dealer set-up and installation. . Warranty upgrade, beyond year 1 (to 5 -year maximum). . Warranty service response upgrade; e.g., maximum 4 -hour response and/or 8 -hour response. NETWORK COMPUTERS AND NETWORK PCs Network Computers and Network PCs may be bid in the applicable category: 5.1 NETWORK COMPUTERS (NC) Network Computers (NC) - generally provide access to commonly used PC applications through a network connection. A Network Computer is normally configured with 4-64 MB of RAM, an 8 MB ROM card, a Smart Card slot, infrared and network interfaces, a parallel port, and a pair of PS/2 - compatible UO ports. The basis for the software approach is JAVA. The known vendors for Network Computers are IBM, Sun, Hitachi Data Systems, Boundless Technologies, Network Computing Devices, Hewlett-Packard, and Wyse Technology. 5.2 NETWORK PCs (NetPC) Network PC (NetPC) - are network -oriented devices but unlike Network Computers, they still offer the user control over storage and local processing. The NetPC runs Windows like a conventional PC plus Zero Administration Windows (ZAW). The known vendors for Network PCs are Compaq, Dell, Hewlett-Packard, Mitsubishi, Unisys, NEC, Acer, Gateway 2000, Pionex Technologies, Mitac, and Zenith Data Systems. http://www.myflorida.com/st—contracts/250040991/specs.htm n _ A Q r) 02/13/2002 State of Florida ,�,� Page 6 of 10 A maximum of three (3) vendors will be awarded Network Computers and three (3) vendors will be awarded Network PCs. STANDARD SUPPORT LEVEL FOR NETWORK COMPUTERS AND NETWORK PCs Requirements and provisions of STANDARD SUPPORT LEVEL for Network Computers and Network PCs include: . Inside delivery, with buyer set-up and installation. . Minimum 1 -year on-site warranty labor, in the State of Florida. . Minumum 3 -year warranty parts coverage. . Maximum next business day response for warranty service. . Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). . Toll free telephone support and fax/E-mall/Intemet information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under the Standard Support Level: . Dealer set-up and installation. . Warranty upgrade, beyond year 1(to 5 -year maximum). Warranty upgrade may be purchased at time of system purchase or during the warranty period. . Warranty service response upgrade, e.g.; maximum 4 -hour response and/or 8 -hour response. 6.0 PERIPHERALS (PRINTERS, STORAGE DEVICES, MEMORY EXPANSION CARDS) BALANCE OF LINE - PERIPHERALS Vendors who bid and are awarded in a category (s) of these peripherals may offer a "balance of line" of support products for the peripheral category, which may be needed for connectivity or operation where installed. Such balance of line products shall be offered under the same pricing schedule (cost plus/minus basis to the manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing, as the peripherals bid. The balance of line products12rice list shall be submitted with the bid. which may be bid are: 1.1 Ig!RINTERS -Laser (Monochrome 6-24 ppm, Loior s -u ppm►; ana, 1.2 11PRINTERS, - Ink Jet (Monochrome and Color .75 - 5.0 ppm) ach printer bid, purchased and delivered, shall include a cable, parallel or serial connection eauired. a minimum of six (6) feet in length. 02- 4S2 http://www.myflorida.com/st—contracts/250040991/specs.htm 02/13/2002 State of Florida am Page 7 of 10 . Inside delivery, with buyer set-up and installation. . 1 -year on-site warranty labor, in the State of Florida. . Minimum 3 -year warranty parts coverage. • Maximum next business day response for warranty service. • Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). . Toll free telephone support and fax/E-mail/Internet information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. Storage Devices which may be bid are: 6.2.1 STORAGE DEVICES - DISK (Magnetic and Optical) 6.2.2 STORAGE DEVICES - TAPE DEVICES A maximum of three (3) vendors will be awarded Disk Storage Devices and three (3) vendors will be awarded Tape Storage Devices. STANDARD SUPPORT LEVEL FOR STORAGE DEVICES Requirements and provisions of Standard Support Level for Storage Devices include: . Inside delivery with buyer set-up and installation. . Minimum 1 -year replacement warranty (or manufacturer standard warranty if greater than 1 -year), with return -to -factory or service center. • Toll free telephone support and information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. 6.3 MEMORY EXPANSION CARDS Memory Expansion Cards which may be bid include: main, expanded, cache, PCMCIA cards http://www.myflorida.com/st contracts/250040991/s ecs.htm 02- 482 P 02/13/2002 maximum of three (3) vendors will be awarded Laser Printers and three (3) vendors will be awarded Ink Jet Printers.. Award will be based on responsive bidders offering the lowest net delivered prices for e most complete line of printers in each category. Vendors who bid and are awarded printers in either category may offer "balance of line" products which may include dot matrix printers with a minimum peed of 75 cps, near letter quality. The balance of line products shall be offered under the same pricing schedule (cost plus/minus basis to the manufacturer's price list to that manufacturer's largest volume Balers/resellers) or GSA pricing, as the printers bid. The balance of line products price list shall b submitted with the bid. STANDARD SUPPORT LEVEL FOR PRINTERS e uirements and provisions of Standard Support Level for Printers include: . Inside delivery, with buyer set-up and installation. . 1 -year on-site warranty labor, in the State of Florida. . Minimum 3 -year warranty parts coverage. • Maximum next business day response for warranty service. • Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). . Toll free telephone support and fax/E-mail/Internet information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. Storage Devices which may be bid are: 6.2.1 STORAGE DEVICES - DISK (Magnetic and Optical) 6.2.2 STORAGE DEVICES - TAPE DEVICES A maximum of three (3) vendors will be awarded Disk Storage Devices and three (3) vendors will be awarded Tape Storage Devices. STANDARD SUPPORT LEVEL FOR STORAGE DEVICES Requirements and provisions of Standard Support Level for Storage Devices include: . Inside delivery with buyer set-up and installation. . Minimum 1 -year replacement warranty (or manufacturer standard warranty if greater than 1 -year), with return -to -factory or service center. • Toll free telephone support and information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. 6.3 MEMORY EXPANSION CARDS Memory Expansion Cards which may be bid include: main, expanded, cache, PCMCIA cards http://www.myflorida.com/st contracts/250040991/s ecs.htm 02- 482 P 02/13/2002 State of Florida 'o-,, ,N Page 8 of 10 A maximum of three (3) vendors will be awarded memory expansion cards. STANDARD SUPPORT LEVEL FOR MEMORY EXPANSION CARDS Requirements and provisions of Standard Support Level for Expansion Cards include: . Inside delivery with buyer set-up and installation. . Minimum 1 -year replacement warranty (or manufacturer standard warranty if greater than 1 -year), with return -to -factory, service center, or vendor. . Toll free telephone support and information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. 7.0 NETWORK CONNECTIVITY DEVICES Network Connectivity Devices which may be bid include: . Internetworking Devices - to include bridges, routers, repeaters, switches, gateways, multiplexors, hubs and concentrators) . Network Adapter Cards - to include all current network topologies and bus architectures Gartner Group Tier 1 and 2 vendors which may bid in these two categories of network connectivity devices include: Cisco, 3Com, Fore, Cabletron, Bay, IBM, Xylan, Madge, Hewlett-Packard, and Digital; and, Other vendor devices may be bid in a device category if the bidder provides with the bid, documentation that the vendor devices bid have captured 5% or more of the U. S. market over the past two years, and offers 2 or more lines or models of those devices. A maximum of five (5) vendors will be awarded network connectivity devices. BALANCE OF LINE - NETWORK CONNECTIVITY DEVICES Vendors who bid and are awarded network connectivity devices may offer a "balance of line" of support products for the peripheral category, which may be needed for connectivity or operation where installed. Such balance of line products shall be offered under the same pricing schedule (cost plus/minus basis to the manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing, as the network connectivity devices bid. The balance of line products price list shall be submitted with the bid. STANDARD SUPPORT LEVEL for Network Connectivity Devices include: . Inside delivery with buyer set-up and installation. . Minimum 1 -year replacement warranty (or manufacturer standard warranty if greater than 1 -year), with return -to -factory, service center, or vendor. . Toll free telephone support and information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charges. http://www.myflorida.com/st—contracts/250040991/specs.htm 02- 482 02/13/2002 State of Florida 0 Optional Support which may be bid under Network Connectivity Devices: . Dealer set-up and installation. Page 9 of 10 . Warranty upgrade, beyond year 1 (to 5 -year maximum). Warranty upgrade may be purchased at the time of device purchase or during the warranty period. . Warranty service response upgrade; e.g., maximum 4 -hour response and/or 8 -hour response. 8.0 UNINTERRUPTIBLE POWER SUPPLIES Bidders may bid uninterruptible power supplies ranging from 250 VA to 5000 VA. Other power protection equipment which may be bid include: Surge suppressors and voltage regulators. A maximum of three (3) vendors will be awarded uninterruptible power supplies. Awards will be made to responsive bidders offering the lowest net delivered prices for the most complete line of uninterruptible power supplies. BALANCE OF LINE - UNINTERRUPTIBLE POWER SUPPLIES Vendors who bid and are awarded uninterruptible power supplies may offer a "balance of line" of support products for the peripheral category, which may be needed for connectivity or operation where installed. Such balance of line products shall be offered under the same pricing schedule (cost plus/minus basis to the manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing, as the uninterruptible power supplies bid. The balance of line products price list shall be submitted with the bid. STANDARD SUPPORT LEVEL for Uninterruptible Power Supplies include: . Inside delivery, with buyer set-up and installation. . Minimum 2 -year replacement or repair warranty (or manufacturer standard warranty if greater than 2 -years), with return -to -factory, service center, or vendor. . Maximum two (2) business days repair time, after receipt at repair facility, or replace with . comparable equipment (replace with new equipment only during warranty period). . Toll free telephone support and information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). . 30 -day money back guarantee, return to vendor, with no restocking fee or comparable charge. Optional Support which may be bid under the Standard Support Level includes: . Dealer set-up and installation . Warranty upgrade, beyond year 2 (to 5 -year maximum). Warranty upgrade may be purchased at time of UPS purchase or during the warranty period. . Warranty service response upgrade; e.g., on site, 4 hour response, or next business day. http://www.myflorida.com/st—contracts/250040991/specs.htm 02— 482 02/13/2002 State of Florida IN Page 10 of 10 9.0 ACCEPTABLE AND EXCLUDED PRODUCTS Hardware or software not specifically designated as acceptable products for this bid/contract, is excluded. Determination of the acceptability of products for this bid/contract is at the sole discretion of the State Purchasing. Inclusion of unacceptable products on the price lists with the bid will result in the bidder being declared non-responsive and disqualified. Awarded contractors who add unacceptable products on the price lists will be disqualified and removed from the contract for all products awarded. Specific exclusions include: . Supplies (diskettes, tapes, paper, ribbons, toner, cartridges) . Software (programming languages, application, utility) . Data processing furniture . Dedicated word processors or office automation systems . Any other hardware and software not specifically defined as acceptable products for bid/contract. Determination of acceptable products will be at the sole discretion of State Purchasing. 10.0 INSPECTION TEST AND DEMONSTRATION PROCEDURES The State reserves the right to require each bidder/contractor to demonstrate to the satisfaction of the State, within ten (10) days of request, that the contractor's equipment is compatible and will operate as required by the State and as represented by the contractor, and that the equipment will connect to, integrate into, and/or function as required by the State and as represented by the bidder. Demonstration content, time, and place is subject to agreement between the State and the contractor. 11.0 SHIPMENT PACKING AND MARKING All items shall be packed so as to insure safe transport and delivery to destination. Shipping containers shall be marked to identify the contents, name of contractor, and the contract or purchase order number. 02- 482 http://www.myflorida.com/st—contracts/250040991/specs.htm 02/13/2002 973-561-99-1 = Consultant Services -IT (Unisys) Page 1 of 1 Consultant Services -IT (Unisys Corporation) 973-561-99-1 Effective: 5/20/99 through 5/19/02 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors: Unisys hqp://www.unisys.com bttp://w.ww.myflori&.com/st-contracts/973561991/ .02— 482 02/13/2002 Suite 315 Page 1 of 2 Suite 315 CERTIFICATION OF CONTRACT TITLE: Consultant Services -IT (Unisys) CONTRACT NO.: 973-561-99-1 BID NO.: 973-561-B ORIGINAL EFFECTIVE DATE: May 20, 1999 through May 19, 2000 1 st RENEWAL: May 20, 2000 through May 19, 2001 2nd RENEWAL: May 20, 2001 through May 19, 2002 (Rev 1 May 01) SUPERSEDES: New CONTRACTOR(S): Unisys (A) ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF MAUREEN LIVINGS AT (850) 488-2103 SUNCOM 278-2103, E-MAIL: Iivingmndms.state. fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on May 17, 1999, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Consultant Services -IT by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.057, Florida Statutes, all purchases of these services should be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchases shall be made in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the State Purchasing contract number, description of service with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) http://www.myflorida.com/st contracts/973561991/certification.htm 02 482 02/13/2002 Suite 315Page 2 of 2 D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature Date ML/sec Attachments 02-- 482 http://www.myflorida.com/st contracts/973561991/certification.htm 02/13/2002 APPENDIX A Page 1 of 3 1 UNISYS CORPORATION INFORMATION TECHNOLOGY CONSULTING SERVICES APPENDIX A Unisys Corporation offers a wide range of professional services to support the management consulting, design, development, testing, training, conversion and implementation of computer applications and systems as described below: Management Consulting Services Unisys Consultants can help design or redesign business processes, solve operational or technical problems and work with you to develop and implement systems strategies that fit your specific environment that will contribute to more cost effective and efficient business applications. Principals lead the management and/or delivery of replicable services and solutions into targeted high-growth markets for new and existing clients. Manage and/or deliver large projects, typically with multi-year contracts, multiple subcontractors and numerous deliverables. Project Managers provide team leadership and creativity in the development and implementation of service engagements. They work with the client, Principal and project team to plan, develop, organize and monitor the delivery of services. Their responsibilities cut across functional lines in order to bring together at one focal point the management activity required to accomplish the specified goals. Their ultimate measure of success is to deliver high quality solutions, within the planned delivery timelines and budget while achieving high levels of client satisfaction and profitable revenue growth. The level of Project Manager depends on the specific needs of an engagement and the level of experience and expertise to successfully deliver the engagement. Project Director directs large scale system design and development engagements. Works with the client to develop solutions that best fit the enterprise -wide business, organizational, functional and informational technology strategies while incorporating industry best practices. Senior Project Manager manages the development and integration of the entire project(s). Manages and leads medium to large engagements. Sets objectives and priorities for the project staff. Assigns and reviews tasks, performance, and staffing requirements. Works with the client to successfully meet the client needs and satisfy the statement of work for the engagement. Project Manager provides overall direction and leadership to small to medium size project team. Works closely with the client to complete the engagement on schedule and within budget. Consultants work to provide support, advice and guidance on the correct application of a solution or technique. Consultants design, develop and implement solutions by using standard methods, techniques and tools applicable to the engagement area in which they are working. Their http://www.myflorida.com/st—contracts/973561991/specs.htm 02— 482 02/13/2002 APPENDIX A ,,, Page 2 of 3 assignments range in complexity from basic analysis and problem solving to developing recommendations for complete business solutions or technical applications. The level of consultant assigned to a consulting engagement or task(s) is dependent of the specific needs of the client opportunity. Consultant 1 is a senior consultant who is recognized as an extremely knowledgeable resource in several technical domains. This individual provides leadership to a team of junior consultants. A Consultant 1 designs total system solutions for smaller projects or for portions of larger projects. They apply theories, concepts and systems integration operating principles and develops client support plans for complex systems and/or major projects Consultant 2 functions as the technical lead on small projects or portions of larger projects. Provides leadership to junior consultants, including helping them to resolve routine problems. A Consultant 2 designs quality control and test procedures, applies the technical expertise to support the development of the technology architecture and total systems solution. The Consultant 2 works closely with the client to assure the needs of the client are understood and properly addressed. Consultant 3 works under the direction of more senior consultants. A Consultant 3 investigates, analyzes and resolves routine and non -routine problems in selected functional areas. Assesses, gathers and evaluates client capabilities and needs. May design and develop software applications. Co- ordinates work with specialists, solutions engineers and clients, as required. Consultant 4 works under the general supervision of more senior consultants. Assists with assessing, gathering and evaluating client capabilities and needs. Analyzes, designs, develops, implements, and maintains a variety of client environments, solutions, and training coursework. Technical Associate entry level consultant works under the supervision of more senior consultants. Provides project assistance in the areas of documentation, training, unit testing, installations and implementations of software applications and hardware platforms. Architects evaluate and design the client's technical combinations of hardware and software operating environments for cost effective optimum performance. Integration Architect conceptualizes, architects, designs, implements and supports integrated solutions for client engagements. Advises, analyzes, researches, designs, installs, and implements products or complex technology or application solutions for a unit or organization. Technology Architect installs and implements complex technology or application solutions. Provides maintenance and technical support on solutions using current and emerging technologies. Senior Systems Architect provides overall design and implementation 02— 482 http://www.myflorida.com/st—contracts/973561991/specs.htm 02/13/2002 APPENDIX A support services for overall solution specifications. Providing the systems hardware and software requirements as well as the design and implementation of the application solution. Systems Architect implements and supports complex systems technology or software. Programmers and Analysts Page 3 of 3 Senior Systems Analyst provides senior level assistance in the development of complex design specifications from which information systems solutions can be planed, designed, developed, and implemented. Additionally high level complex systems administration functions, analysis and support services can be provided for numerous hardware and software platforms. Systems Analyst provides assistance in the development of design specifications from which information systems solutions can be planed, designed, developed, and implemented. Additionally complex systems administration functions, analysis and support services can be provided for numerous hardware and software platforms. Programmer/Analyst provides assistance with design, development and implementations of programs for numerous application languages. Additionally systems administration functions, analysis and support services can be provided for numerous hardware and software platforms. Senior Programmer provides senior level assistance with development and implementations of programs for numerous application languages. Programmer provides assistance with development and implementations of programs for numerous application languages. http://www.myflorida.com/st—contracts/973561991/specs.htin 02- 482 02/13/2002 250-050-97-1 = Computers: Midrange and Mainframe Page 1 of 1 Computers: Midrange and Mainframe 250-050-97-1 Effective: June 1, 1997 through April 30, 2002 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors Amdahl Corporation Compaq Computer Corp. EMC2 Corporation Hitachi Data Systems Corporation International Business Machines MTI Technology Corporation Oce Printing Systems USA Inc. OCE - USA Storage Technology Corporation Sun Microsystems Federal Inco orp rated Unisys Corporation Visara. Inc. d/b/a Matco Group Xerox Corporation http : //ww . am dahl . coni hiip://www.comDaq.com http://www.emc.com http://www.hdshq.com hqp://ww-w.ibm.com http://www.mti.com www.oceusa.com htip://,%,ww.stortek.com http://ww-w.sun.com http://www.unis sy com hitp://www.visara.com http://www.usco.xerox.com/stflorida //www.m orida.com/st contracts/250050971/ �P� Yfl _ 02- 48 02/13/2002 Suite 315 CERTIFICATION OF CONTRACT TITLE: Computers: Midrange and Mainframe CONTRACT NO.: 250-050-97-1 BID NO.: 31-250-050-B EFFECTIVE: June 1, 1997 through April 30, 2002 (Rev 29 Oct 01) CONTRACTOR(S): See Attached SUPERSEDES: 250-050-94-1 Page 1 of 2 Suite 315 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID COMER AT (850) 487-4196 SUNCOM 277-4196 E-MAIL: comerdCadms.state.fl.us (Rev 12 Oct 00) A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on May 22, 1997, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Computers: Midrange and Mainframe by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. http://www.myflorida.com/st contracts/250050971/Certification.htm 02— 482 02/13/2002 Suite 315 Authorized Signature DC/lmb Attachments Contractors Amdahl Corporation (A) Compaq Computer Corporation (A) EMC2 Corporation (A) Hitachi Data Systems Corporation (A) International Business Machines (A) MTI Technology Corporation (A) OCE Printing Systems, Inc. (A) OCE -USA, Inc. (A) Storage Technology Corporation (A) Sun Microsystems Federal Incorporated (A) Unisys Corporation (A) Visara, Inc. d/b/a Matco Group (A) Xerox Corporation (A) (Rev 29 Nov 01) NO Page 2 of 2 http://www.myflorida.com/st contracts/250050971/certification.htm 02— 482 02/13/2002 Subsystems, peripherals, and optional"mponents shall be awarded on a multiglp award basis by option.. Page 1 of 4 Specifications Subsystems, peripherals, and optional components shall be awarded on a multiple award basis by option category (price table), for the discount(s) which yields the lowest net prices, for acceptable products, as bid on Tables D through H. Except, for manufacturer's brand subsystems, peripherals or optional components bid by more than one bidder, will be awarded to a single bidder on the basis of the discount(s) which yields the lowest net prices, by option category (price table). All other provisions of the Awards paragraph, General Conditions, shall prevail. ACCEPTABLE PRODUCTS Midrange computers, Mainframe Computers, Upgrades, and Operating System Software TABLE A: MIDRANGE COMPUTER AND MAINFRAME COMPUTER SYSTEMS Midrange computers and mainframe computer processors, required components, optional central processing unit components, from the listed manufacturers are eligible to be bid on TABLE A. These manufacturers' systems are recommended by The Gartner Group as industry leaders or challengers, and each has displayed a presence in the State of Florida. Amdahl Corporation Bull Hn Information Systems, Inc. Compaq Computer Corporation Data General Corporation Digital Equipment Corporation Hewlett Packard Corporation Hitachi Data Systems IBM Corporation NCR Corporation Sequent Computer Systems, Inc. Siemens Nixdorf Information Systems, Inc. Silicon Graphics, Inc. Stratus Computer Systems Sun Microsystems Computer Corporation Tandem Computers, Inc. Unisys Corporation However, a manufacturer's line of products which was bid and awarded on State's Client/Server Systems contract shall not be bid or awarded on this bid/contract. Bidders may bid a single discount for the complete line of products, or bid a discount for a series, a group of products, or other bid discounts applicable to a product group, which provides the lowest net prices to the State and other eligible users of the contract. However, line item discounts for each product offered is not acceptable. Discounts will be provided in whole numbers only. Bidders shall provide a manufacturer's price list of hardware and software (with manufacturer's list prices current as of the date of the bid submittal) which is offered under this http://www.myflorida.com/st—contracts/250050971/specs.htm 02— 482 02/13/2002 Subsystems, peripherals, and optionalomponents shall be awarded on a multi award basis by option.. Page 2 of 4 bid/contract, categorized per Tables A through C, and discount price sheets or schedule. Contractors shall provide an current approved price list to any contract user as requested during the term of the contract.TABLE B: SYSTEM UPGRADES Bidders shall include on this table, a percentage whole number discount from the manufacturer's price list, for upgrades to the systems bid on Table A. TABLE C: OPERATING SYSTEM SOFTWARE Bidders shall include on this Table a percentage whole number discount from manufacturer's price list for operating system software, available for the processor systems bid on Table A. Operating system software is that which controls the execution of programs, some of which may include bundled services such as resource allocation, scheduling, input/output control, and data management. However, software which provides the additional services as a stand-alone service (resource allocation, data management, etc.) is not eligible for this bid/contract. Software shall not be "bundled" in order to be included on this contract, and any evidence to that effect will subject the bidder/contractor to non -award or removal from the contract. SUBSYSTEMS, PERIPHERALS AND OPTIONAL COMPONENTS Associated subsystems, peripherals and optional components, as specified in Tables D through H, which are manufactured to connect to and operate with the midrange and mainframe processors bid on TABLE A, may be bid on the appropriate Table. The subsystems, peripherals and optional components bid shall be fully plug compatible, easily connected and operational (without extensive interface or adapters) with specific systems bid on Table A. Required components and options which are required for the subsystem or peripheral to connect to, operate with, or enhance the operation of, may be included, by product group or the complete line of products, with the applicable bid discount. Bidders may bid a single discount for the complete line of products, or bid a discount for a series, a group of products, or other bid discounts applicable to a product group, which provides the lowest net prices to the State and other eligible users of the contract. However, line item discounts for each product offered is not acceptable. Discounts will be provided in whole numbers only. Bidders shall provide a manufacturer's price list of hardware or services offered under this bid/contract, categorized per Tables D through H, discount price sheets, and which shall be the manufacturer's list prices as of the date of the bid submittal. Dealers and Resellers may bid, with the required certification by the manufacturer, and be awarded if the low bid, a manufacturers line of products under this contract. To sell products under this contract a vendor must be awarded the contract for that line of product (s), or be a designated reseller by the contractor of those products under this contract, and sell products at or less than contract prices. TABLE D: STORAGE (MEMORY) - CENTRAL AND EXPANDED Bidders shall include on this Table a percentage whole number discount from manufacturer's price list for storage (memory) which shall be 100 percent plug compatible with specified hardware bid on Table A and operating system software in Table C, plugs into the slot designated in the host system, runs all standard CPU and storage diagnostics, supports all standard peripherals and application software, and uses the same error checking method as the host computer system's original storage. Bidders shall identify the manufacturer and brand name under which http://www.myflorida.conVst—contracts/250050971/specs.htm 02— 482 02/13/2002 Subsystems, peripherals, and optionaLromponents shall be awarded on a multiWc award basis by option.. Page 3 of 4 sold, as well as the processors on Table A, with which the storage bid, is plug compatible. TABLE E: MASS STORAGE Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for mass storage subsystems which connect to and operate with specified processor systems bid on Table A. Bidders shall identify the manufacturer and brand name under which sold, as well as the processors, with which the mass storage subsystem(s) bid will connect and operate. Disk and Disk Array Subsystems which provide direct access to data with a mechanism for moving a disk pack or a magnetic disk and controlling its movements. Optical Disk Subsystems which use lasers to record a permanent image on an optical disk platter; a high energy laser "burns" the image and a low-energy laser reads the image, displaying the image on a high-resolution video terminal or printing on a laser printer. Tape Subsystems which read data from and write data to a high-quality magnetic storage tape. TABLE F:- COMMUNICATIONS PROCESSORS Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for front- end processors, local/remote concentrators, and gateway switches, that manage communications and connections for host processors. NOTE: Multiplexers, packet assembler/dissemblers (PADs), terminal servers, protocol converters or other "communications processors" are not eligible for inclusion on this bid/contract. Bidders shall identify the manufacturer and the brand name under which sold, as well as the processors, with which the communications processor(s) will connect and operate. TABLE G: HIGH VOLUME PRINTERS Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for high volume printers which will connect to and operate with specified processor systems on Table A. Bidders shall identify the manufacturer and the brand name under which sold, as well as the processors, with which the printers will connect and operate. Printers which were bid and awarded on the Client Server Systems Contract, are not eligible to be bid on this contract. Impact Printers - Band and Line Matrix Minimum 800 Lines Per Minute (Draft Quality) Non -Impact Printers - Laser and Ion Deposition Minimum 20 Pages Per Minute TABLE H: INSTALLATION SERVICES Bidders shall include on this Table, a percentage whole number discount from manufacturer/vendor price list for services which are not included or provided with the purchase of equipment or software from this contract. Services which may be bid include: equipment configuration, setup and installation, initialization, and performance http://www.myflorida.com/st—contracts/250050971/specs.htm 02— 482 02/13/2002 Subsystems, peripherals, and optional, nponents shall be awarded on a multip)award basis by option.. Page 4 of 4 tuning; and software (including version and release updates) loading and installation, testing, and busing. These services must be purchased in conjunction with the purchase of hardware or software from this contract, and be performed within six (6) weeks of the installation of the hardware or software. 02- 482 http://www.myflorida.com/st—contracts/250050971/specs.htm 02/13/2002 M AWARD UNDER STATE OF FLORIDA CONTRACT NOS. 250-040-99-1. 973-561-99-1 and 250-050-97-1 ITEM: Server Hardware, Software and Services DEPARTMENT: ITD TYPE OF PURCHASE: Short -Term REASON: The Department of ITD has a need to acquire new and replacement server hardware, associated software, peripherals, installation services and maintenance services. RECOMMENDATION: It is recommended that award be made to Various Vendors for the acquisition of new and replacement server hardware, associated software, peripherals, installation services and maintenance services, awarded under existing State of Florida Contract No. 250-040-99-1, effective through September 30, 2002, Contract No. 973-561-99-1 effective through May 19, 2002, and Contract No. 250-050-97-1, effective through April 30, 2002, subject to any extensions thereto by the State of Florida, for the Department of Information Technology, in an amount not to exceed $175,000; allocating funds therefor from the Capital Improvement Project Nos. 311603, 311601 and various departmental budgets. ►� 4 -1 Direc of P hasing L Da e AwardStateContracts 42- 482