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