HomeMy WebLinkAboutR-02-1044J-02-833
9/12/02
02-1044
RESOLUTION NO.
A RESOLUTION OF THE MIAMI CITY COMMISSION
AUTHORIZING THE PROCUREMENT OF PERSONAL
COMPUTERS, MONITORS, TERMINALS, ASSOCIATED
HARDWARE AND SOFTWARE, INSTALLATION SERVICES,
AND MAINTENANCE SERVICES, FOR THE DEPARTMENTS
OF POLICE, FIRE RESCUE AND INFORMATION
TECHNOLOGY FROM VARIOUS VENDORS, UNDER
EXISTING STATE OF FLORIDA CONTRACT NOS. 250-
040-99-1, EFFECTIVE UNTIL SEPTEMBER 30, 2002,
CONTRACT NO. 9730561-03-1 EFFECTIVE UNTIL
JULY 17, 2003, CONTRACT NO. 252-024-01-1,
EFFECTIVE UNTIL MARCH 22, 2004, CONTRACT NO.
250-00-03-1, EFFECTIVE UNTIL JULY 31, 2005,
CONTRACT NO. 255-001-01-1, EFFECTIVE UNTIL
JANUARY 31, 2004, SUBJECT TO ANY FURTHER
EXTENSIONS BY THE STATE OF FLORIDA AND
FAIRFAX COUNTY, VIRGINIA CONTRACT NO. RQ00-
341360-16A-G, EFFECTIVE UNTIL APRIL 30, 2003,
SUBJECT TO ANY EXTENSIONS, FOR A TOTAL AWARD
AMOUNT NOT TO EXCEED $75,000; ALLOCATING
FUNDS FROM THE E-911 ACCOUNT CODE,
NO. 196002.290461.6.850
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The procurement of personal
monitors, terminals, associated hardware and
computers,
software,
CITY GORMI3SION
bt=Tlw '
SEP 2 6 2002
RvaWnfion No.
*'O 2-1044
installation services, and maintenance services, for the
Departments of Police, Fire Rescue and Information Technology,
from Various Vendors, under existing State of Florida Contract
No. 250-040-99-1, effective until September 30, 2002, Contract
No. 9730561-03-1, effective until July 17, 2003, Contract No.
252-024-01-1, effective until March 22, 2004, Contract No. 250-
00-03-1, effective until July 31, 2005, Contract No. 255-001-01-1
effective until January 31, 2004, subject to any extensions by
the State of Florida, and Fairfax County, Virginia Contract No.
RQ00-341360-16A-G, effective until April 30, 2003, subject to any
extensions by Fairfax County Virginia, is authorized, for a total
award amount not to exceed $75,000, with funds allocated from the
E-911 Account, Code No. 196002.290461.6.850.
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor Y
1� 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.
Page 2 of 3
02-1044
PASSED AND ADOPTED this 26th
ATTEST:
PRISCILLA A. THOMPSON
CITY CLERK
nDR77 VIL
ATTORNEY
W6576:tr:AS:BSS
day of September , 2002.
*EL A. DIAZ, MAYO
FO D CORRECTNESS:IJ
Page 3 of 3
2
0-1044
CITY OF MIAMI, FLORIDAm4
�_CA
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members DATE: S`P i L FILE:
Of The City Commission
SUBJECT: Replacement Computer
Hardware and Software
Acquisition
FROM: REFERENCES:
*CityManag ez
ENCLOSURES:
Recommendation
It is respectfully requested that the City Commission approve the attached resolution authorizing
the City Manager to purchase personal computer, monitors, terminals, associated hardware and
software, installation services, and maintenance services for use by Police and Fire department
from various vendors under State of Florida Contract numbers 250-040-99-1, 973-561-03-1, 252-
024-01-1, 250-000-03-1, 255-001-01-1 and U.S. Communities Contract RQ00-341360-16A-G
and any extensions and addenda in an amount not to exceed $75,000. Funds are allocated from
196002.290461.6.850.
Back -around
The Police Communications Center and Fire Alarm office use poll/select terminals to dispatch
Fire and Police personnel to incidents and alarms. The terminals in the dispatch area are between
5 and 20 years old. The outside frame of the terminal is removed so that the monitor can fit in the
console. Availability of terminals is limited and only refurbished terminals can be purchased.
Many of these refurbished terminals need adjustment before they can be successfully deployed.
The terminals are dangerous to work with and have become a safety issue with technicians being
shocked while installing or working on the terminals. Additionally, the communications protocol
used by these terminals is poll/select. This communications protocol limits the upgradeability of
the mainframe operating system (MCP) where the dispatch systems reside. The operating system
upgrade needs to occur by 2003 for maintenance support to continue on the mainframe. The
equipment that presently supports the poll/select devices requires a separate monthly maintenance
fee. This cost can be saved by the replacement of this equipment with terminals or PC's that
allow for TCP/IP communications protocol. Theses devices will additionally increase the
transmission speed to 10 mbs. from the current 19.2 kbs, a 500 fold increase in performance. The
replacement of the terminals with PC's in the Fire Alarm office will also allow software such as
the Medical Priority Dispatch System, PRO QA, to be purchased and utilized. This software
program will improve the processing of citizen emergency 911 calls and life saving pre -arrival
instructions.
Therefore, the Police, Fire and Information Technology departments are recommending that the
City Commission authorize the replacement of this equipment in the most expeditious manner
possible.
FiscalNEJ �
CAG:RJN:A : :amk
02-1044
1. Department POLICE / FIRE
2. Agenda Item # (if available)
Budgetary Impact Analysis
Division ADMINISTRATION
3. Title and brief description of legislation or attach ordinance(resolution:
A Resolution audiorizrng the City MaWer to purchase personnel computer: monitors, terminals,
associated hardware and software installation services, and maintenance services for use by Police and
Fire Departments from various vendors under State of Florida Contrail Numbers 250-040-99-1, 973-
561-99-1, 250-050-97-1, 252-001-97-1, and U.S. Communities Contract RQ(O-341360-16A. in an
amount not to exceed $75,000.
4. Is this item related to revenue? NO: XXX YES of yes, skip to item # 7.)
5. Are there sufficient funds in Line Item?
YES: XXX Index Code Minor Obi. Code Amourrt
NO: _ Complete the following questions:
OTHER: E-911 Account Code No. 196002.290461.6.850
6. Source of funds: Amount budgeted in the Line Item $
7.
s.
Balance in Line Item $
Amount needed in the Line Item $
Sufficient funds will be transferred from the following line items:
ACTION ACCOUNT NUMBER
ACCOUNT NAME TOTAL
IndadMinor 9bjedAPmject Na
From
$
From
$
From
$
To
$
Any additional comments?
ZZ 1"„
FOR DEPARTMENT OIF WANAGEMEATAND UDGE7
Verified by: Verified by:
D%wfine t of Management and Budget Budget Analyst
DirectodDesignee
F
JSE ONLY
Transfer done by:
FP
Z
02-1044
,)2-5)0L
250-040-99-1 = Computers: Client Server Systems
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.
Avaya, Inc.
Cisco Systems, Inc.
Comark Government & Education Sales
Compaq Computer Corporation
Dell Marketing L.P.
Enterasys Networks Sales and Service, Inc.
Executive Source
http://www.execsource.com/sfl2Ooo
Extreme Networks
Foundry, Networks
Gateway Companies, Inc.
Hayes Computer Systems
Hewlett-Packard Company
Howard Computers
IBM
Lexmark International
Marconi Communications
NEC Computers, Inc.
Network Appliance
Nortel Networks USA, Inc.
Pomeroy Computer Resources, Inc.
Premio Computers Florida, Inc.
http://www.myflorida.com/st—contracts/250040991/
Page 1 of 2
hitp://www.3com.com
hitp://www.abc2000.com
http://www.acer.com/us
htip://www.ind.alcatel.com/
http://www.apcc.com
hLtp://www.amherstl.com
ho://www.apple.com
hitp://www.avaya.com
ho://www.cisco.com
hqp://www.comarkia.co
http://www.compaq.Com
hiip://www.dell.com
http://www.enteras, sy com
www.extremenetworks.com
htip://www.foundrynet.com
http://www. ag t� eway.com
http://www.hcs.net
bttp://www.hp.com
hap://www.howardcomputers.com
http://www.ibm.com
http://www.lexmark.com
http://www.marconi.com
hLtp://www.nec-computers.com
http://www.ng=.com
hap://www.nortelnetworks.com
biLtp://www.pomeroy.com
http://www.premiWc.com
02-1044
29/ 02
250-040-99-1 = Computers: Client Server Systems Page 2 of 2
F
Silicon Graphics Computer Systems http://www.s ig com
Southern Computer Supplies, Inc.
http://www.southemcomputers.com
Sun Microsystems Federal, Inc. http://www.sun.com
TekResource Service Corporation http://www.trscnow.com
Unisys Corporation hap://www.unisys.com
Visara, Inc. http://www.visara.com
02-1044
http://www.myflorida.conVst—contracts/250040991/ 7/29/2002
[Contract Number] -- Vendor Information
Computers: Client Server Systems
250-040-99-1
Page 1 of 1
Vendor Information
3Com Corporation
http://www.3com.com
ABC Computers, Inc.
http://www.abc2000.com
Acer America
htip://www.acer.com/us
Alcatel
http://www.ind.alcatel.com/
American Power Conversion
http://www.apcc.com
Amherst Corporate Computer
ho://www.amherstl.com
Apple Computers. Inc.
hap://www.apple.com
Avaya. Inc.
http://www.avaya.com
Cisco Systems, Inc.
http://www.cisco.com
Comark Government & Education Sales
http://www.comarkc4.com/
Compaq Computer Corporation
http://www.compaq.com
Dell Marketing L.P.
http://www.dell.com
Enterasys Networks Sales and Service Inc.
http://www.enterasys.com
Executive Source
http://www.execsource.com/sfl2000
Extreme Networks
www.extremenetworks.com
Foundry Networks
http://www.foundrynet.com
Gateway Companies. Inc.
hLtp://www.gatew4y.com
Hayes Computer Systems
hU://www.hcs.net
Hewlett-Packard Company
htip://www.hp.com
Howard Computers
http://www.howardcomputers.com
IBM
http://www.ibm.com
Lexmark International
hLtp://www.lexmark.com
Marconi Communications
http://www.marconi.com
NEC Computers, Inc.
htip://www.nec-computers.com
Network Appliance
hhtt
://www.nei=.com
Nortel Networks USA. Inc.
http://www.nortelnetworks.com
Pomeroy Computer Resources. Inc.
http://www.pomeroy.com
Premio Computers Florida, Inc.
hnp://www.premigpc.com
Silicon Graphics Computer Systems
hLtp://WWW.SP-i.com
com
Southern Computer Supplies. Inc.
http://www.southemeomputers.com
Sun Microsystems Federal. Inc.
http://www.sun.com
TekResource Service Corporation
http://www.trscnow.com
Unisys Corporation
http://www.unisys.com
Visara. Inc.
http://www.visara.com
02-1044
hq://www.myflorida.com/st—contracts/250040991/order.htm 7/29/2002
Suite 315 Page 1 of 3
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
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH
MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID COMER AT
(850) 487-4196 SUNCOM 2774196, E-MAIL mailto•comerd@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 PLR 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
02-1044
hnp://www.myflorida.com/st contracts/250040991/certification.htm 7/29/2002
Suite 315
Purchasing for receipt no later than 90 days prior to the expiration date of this -contract.
Authorized Signature
DC/lmb
Attachments
Page 2 of 3
o2-1044
http://www.myflorida.com/st contracts/250040991/certification.htm 7/29/2002
Suite 315
Page 3 of 3
02-1044
hq://www.myflorida.com/st—contracts/250040991/certification.htn n 7/29/2002
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)
Foundry Networks
(A)
(New 15 May 02)
Gateway 2000 Major Accounts, Inc.
(A)
Hayes E -Government Resources, Inc.
dba Hayes Computer Systems
(M)
Hewlett Packard Company
(A)
Howard Computers
(A)
(New 20 Feb 02)
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)
(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)
Page 3 of 3
02-1044
hq://www.myflorida.com/st—contracts/250040991/certification.htn n 7/29/2002
SPECIAL CONDITIONS
SPECIAL CONDITIONS
PURPOSE
Page 1 of 14
The purpose of this bid is to establish a 12 month contract for the purchase of client server systems by
all State of Florida agencies and other eligible users in accordance with Eligible Users paragraph,
General Conditions. It is anticipated that the contract will be effective from July 1, 1998 through June
30, 1999 .
ESTIMATED QUANTITIES
It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately
$250,000,000 under any contract resulting from this bid. These estimated figures are given only as a
guideline for preparing your bid and should not be construed as representing actual figures under the
contract.
ADDITIONAL ELIGIBLE USERS
In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to
Federal agencies and private non-profit educational facilities as defined in Section 240.605, Florida
Statutes, which may desire to purchase under the terms and conditions of the contract.
OPTIONAL CONTRACT USAGE
In addition to the eligible users referenced above and with the consent of the successful bidder(s)
purchases may be made under the terms and conditions of this Invitation to Bid/Request for Proposal, by
governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing
laws, rules and regulations shall apply to purchases made under this contract.
SPECIAL ACCOMMODATION
Any person requiring a special accommodation at State Purchasing because of a disability should call
State Purchasing at (850) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing
or speech impaired, please contact State Purchasing by using the Florida Relay Service which can be
reached at 1 (800) 955-8771 (TDD).
ACCEPTABLE EQUIPMENT
Bid shall be for new equipment only. Newly manufactured (containing used or rebuilt parts),
remanufactured, rebuilt, reconditioned, newly remanufactured, used, shopworn, demonstrator or
prototype equipment is not acceptable and will be rejected.
LIMITATION OF REMEDIES
Contractor's entire liability and the State's exclusive remedy shall be as follows:
In all situations involving performance or non-performance of machines or programming (other than
licensed programs) furnished under this Agreement, the State's remedy is (a) the adjustment or repair of
the machine or replacement of its parts by Contractor, or at Contractor's option, replacement of the
0'2-1044
http://www.myflorida.com/st—contracts/250040991/conditions.htm 7/29/2002
SPECIAL CONDITIONS
Page 2 of 14
machine or correction of programming errors, or (b) if, after repeated efforts; =Contractor is unable to
install the machine or a replacement machine, model upgrade or feature ingood working order, or to
restore it to good working order, or to make programming operate, all as warranted, the State shall be
entitled to recover actual damages to the limits set forth in this Special Condition. For any other claim
concerning performance or non-performance by Contractor pursuant to, or in any other way related to
the subject matter of, this Agreement or any order under
this Agreement, the State shall be entitled to recover actual damages to the limits set forth in this Special
Condition.
If this contract is for purchase of machines, then the following shall apply. Contractor's entire liability
for damages to the State for any cause whatsoever, and regardless of form of action, whether in contract
or in tort including negligence, shall be limited to the greater of $100,000 or the appropriate price stated
herein for the specific machines that caused the damages or that are the subject matter of or are directly
related to the cause of action. The foregoing limitation of liability will not apply to (a) the payment of
cost and damage awards referred to in the General Condition 14 entitled "Patents and Royalties", or to
(b) claims for reprocurement costs or the cost of cover pursuant to State Purchasing Rule 60A-1.006(4)
entitled "Default", or to (c) claims for personal injury or damage to real or tangible personal property
caused by Contractor's negligence or tortious conduct.
If this contract is for the purchase of hardware maintenance services, then the following shall apply:
Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause
whatsoever, and regardless of the form of action, whether in contract or in tort including negligence,
shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months
maintenance charges for the specific machines under this Agreement that caused the damages or that are
the subject matter of, or are directly related to, the cause of action. Such maintenance charges will be
those in effect for the specific machines when the cause of action arose. The foregoing limitation of
liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14
entitled "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant to
State Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the State for personal injury
or damage to real property or tangible personal property caused by the Contractor's negligence or
tortious conduct.
If this contract is for purchase of software maintenance services, then the following shall apply:
Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause
whatsoever, and regardless of the form of action,whether in contract or in tort including negligence,
shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months
maintenance charges for the specific software product under this Agreement that caused the damages or
that are the subject matter of, or are directly related to, the cause of action. Such maintenance charges
will be those in effect for the specific software product when the cause of action arose. The foregoing
limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General
Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement costs or the cost of
cover pursuant to State Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the State
for personal injury or damage to real property or tangible personal property caused by Contractor's
negligence or tortious conduct.
If this contract is for the acquisition of licensed programs, including personal computer licensed
programs, then the following shall apply: Contractor's entire liability and the State's exclusive remedy
shall be as follows: In all situations involving performance or non-performance of licensed programs
furnished under this Agreement, the State's remedy is (1) the correction by the Contractor of licensed
program defects, or (2) if, after repeated efforts, the Contractor is unable to make the licensed program
02-1044
http://www.myflorida.com/st—contracts/250040991/conditions.htm 7/29/2002
SPECIAL CONDITIONS Page 3 of 14
operate as warranted, the State shall be entitled to recover actual damages to =the limits set forth in this
section. For any Ether claim concerning performance or non-performance bylhe Contractor pursuant to,
or in any way related to, the subject matter of this Agreement the State shall be entitled to recover actual
damages to the limits set forth in this section. Contractor's liability for damages to the State for any
cause whatsoever, and regardless of the form of action, whether in contract or in tort including
negligence, shall be limited to the greater of $100,000 or the one time charges paid for, or any monthly
license or initial license charges which would be due for 12 months use of the licensed program that
caused the damages or that is the subject matter of, or is directly related to, the cause of action and shall
include any initial or process charges paid to the Contractor. This limitation of liability will not apply to
(a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and
Royalties" or to (b) claims for reprocurement costs or the cost of cover pursuant to State Purchasing
Rule 60A-1.006(4) entitled "Default", or to (c) claims for personal injury or damage to real or tangible
personal property caused by the Contractor's negligence or tortious conduct.
Contractor shall hold and save the State harmless for any and all suits and judgments against the State
for personal injury or damage to real or tangible personal property caused by Contractor's tortious
conduct in the performance of this Agreement provided that, (a) the State promptly notifies Contractor
in writing of any claim, and (b) Contractor shall be given the opportunity, at its option, to participate and
associate with the State in the control, defense and trial of any claims and any related settlement
negotiations and, provided further, that with respect to any claim, or portion thereof, for which
Contractor agrees at the initiation of such claim that Contractor shall save and hold the State harmless,
Contractor shall have the sole control of the defense, trial and any related settlement negotiations, and
(c) the State fully cooperates with Contractor in the defense of any claim.
In no event, however, will Contractor be liable for (a) any damages caused by the State's failure to
perform the State's responsibilities, or for (b) any lost profits or other consequential damages, even if
Contractor has been advised of the possibility of such damages, or for (c) any claim against the State by
any other party, except as provided in the hold harmless provision of the preceding paragraph of this
Special Condition and except as provided in the General Condition entitled "Patents and Royalties", or
for (d) any damages caused by performance or non-performance of machines or programming located
outside the United States or Puerto Rico.
SOFTWARE LICENSE
Bidder shall grant to the customer a non-exclusive/non-transferable license to use all software procured
from the contract resulting from this Invitation To Bid. Use of this software is subject to the following
provisions:
1. Copyrighted software provisions are contained in the General Condition entitled "Patents and Ro
2. Title to the software shall remain with the titleholder.
3. Customer may reproduce one (1) copy of each diskette based software package procured that is n
protected, for archival and backup purposes only. Copyright and any proprietary notices shall be
included on the backup copies.
4. Software that is provided on diskette for user work stations shall be supplied as one (1) copy per
station ordered, unless site licenses or volume discounts have been offered by the bidder and so o
by the customer.
5. Software that is provided on the system and is down loaded to workstations, shall include a backs
with documented procedures for reloading in event of software becoming unusable by either a sy
malfunction or operator error.
02-1044
http://www.myflorida.com/st—contracts/250040991/conditions.htm 7/29/2002
SPECIAL CONDITIONS
Page 4 of 14
6. Software updates or enhancements shall be made available to the customer in accordance with th,
Special Condition entitled "Addition/Deletion/Change".
7. Bidder shall provide for exchange of software provided on copy protected diskettes in event the
distribution diskette is rendered unusable through either operator error or system malfunction. Ex
of software shall not include operator attempts to copy protected software.
8. Bidder shall indicate on the software pricing sheets if there is any cost associated with items 4 tht
above.
9. The customer shall be responsible for: a) software selection to achieve the customers intended re,
use thereof, and c) all results obtained there from.
10. Software may be used on only the single central processing unit (CPU) or system configuration f
which the software was acquired. The software may be used on another single CPU or system
configuration on a temporary basis when the primary CPU or system are inoperable due to hardw
failure.
11. Customer shall not make the software available in any form to third parties. Only the customer's
employees directly concerned with the licensed use of the software, shall have access to the softy
12. Contractor shall retain the option to terminate software licenses granted in accordance with this s,
and require return of the software and all copies thereof if the customer fails to comply with the 1
provisions.
13. Customer shall not reverse assemble or reverse compile licensed software in whole or in part.
14. Contractor shall warrant the media on which the software is furnished, to be free from defects in
materials and workmanship under normal use for a period of 90 days from date of receipt by the
customer.
15. Software that is bid on as "AS IS" basis does not include any warranty of performance or quality,
that the media warranty included within this section shall apply. This type of software if bid shall
specifically identified on the price sheets.
16. Software documentation may not be copied without the express prior written approval of the coni
or titleholder as may be appropriate.
CERTIFICATION
All certifications required in this bid must be completed and returned with your bid. Failure to comply
with this requirement shall result in disqualification of bid.
MANUFACTURER'S CERTIFICATION
In the event a bid is submitted by other than the equipment manufacturer, a certification executed by the
manufacturer shall be required stating the bidder is an authorized representative of the manufacturer.
The manufacturer's certification must be executed by the manufacturer's representative authorized to
bind all the manufacturer's branches, dealers/resellers, and/or service establishments. Dealers/resellers
are not authorized to sign this certification on behalf of the manufacturer. Failure to submit this
certification with your bid shall result in disqualification of the bid.
CONTRACT DUPLICATION
Bidders currently awarded equipment on any other State contract shall identify those products, if
duplicated anywhere within this bid. The State reserves the right to delete duplicated equipment from
this and/or other contracts. Deletion will occur only if the bidder's equipment is awarded on this
contract.
02-1044
h4://www.myflorida.com/st—contracts/250040991/conditions.htin 7/29/2002
SPECIAL CONDITIONS Page 5 of 14
LEASE PROVISIONS
Each purchaser will be authorized to enter into a contract for equipment by issuance of a purchase order
referencing the contract number. The manufacturer's lease agreement form will not be used since a
contract resulting from this bid and the purchase order will constitute the complete agreement. Since the
State Comptroller's prior approval is required for State Agencies to enter into or extend either lease or
installment purchase agreements, State agencies are cautioned to review the Comptrollers latest
memorandum addressing leases and installment purchase of equipment.
A. RISK OF LOSS OR DAMAGE
The purchaser shall be relieved from risks of loss or damage to all equipment leased du
period of transportation, installation, and during the entire time the equipment is
possession of the purchaser except when loss or damage is due to fault or negligent
purchaser.
B. TERM
Lease period shall be based on the projected needs of the agency and/or the period deterr
be the most economically prudent and cost effective. Lease cost basis shall be equal to c
that for that equipment on State contract.
Lease agreements shall be effective on the date of acceptance of the equipment. The
acceptance is that date on which the equipment is installed at the agreed to purchaser loca
the equipment is certified ready for use by the contractor and accepted by the purcl
installed and in good working order.
Lease agreements shall terminate upon completion of the specified lease agreement p,
upon purchase utilizing equity accruals if applicable. Purchase of leased equipment
agencies requires prior approval as a contract exception through State Purchasing.
Upon mutual agreement with the contractor, the purchaser shall have the option to exi
current lease agreement by giving written notice 30 days prior to the end of the initial lea
without prior approval of State Purchasing, provided the following conditions are met:
2. Terms
and
conditions
of
extension
must be
the same
as those
in the
current
State
contract.
Any exception to the above conditions requires prior approval by State Purchasing.
Please note that for the purpose of this bid and resulting contract, extension is the term used for that
period that follows the end of the initial lease term. There is no provision for renewal which would
follow the extension.
C. CANCELLATION 02-1044
http://www.myflorida.com/st—contracts/250040991/conditions.htm 7/29/2002
SPECIAL CONDITIONS
Page 6of14
1. The provisions of Cancellation Paragraph, General Conditions, do not apply to eq
leased under this contract.
2. A lease agreement may be canceled at any time during the lease period by the pu
A thirty (30) day cancellation notice will be required of the purchaser in writ
money due the contractor for the remainder of the lease agreement period will be
payable upon completion of the equipment removal, except in documented c
nonperformance by the vendor.
3. Upon cancellation of a lease agreement by the purchaser without cause the equipir
be returned to the contractor with transportation at the purchaser's expense as
removal charges if applicable.
TECHNICAL DOCUMENTATION
All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB).
When technical documentation is required by this ITB, its purpose is to demonstrate compliance of the
product bid with applicable technical requirements of the ITB and to allow a technical evaluation of the
product. Failure to provide the required technical documentation with the bid submittal shall make the
bidder nonresponsive, unless State Purchasing, in its sole discretion and in the best interest of the State,
determines the acceptability of the products offered through technical documentation available within
State Purchasing as of the date and time of bid opening. Such authority of State Purchasing shall in no
way relieve the bidder from the ultimate responsibility to submit the required technical documentation,
nor shall any bidder assume that such documentation is otherwise available to State Purchasing. The
State shall not be responsible for the accuracy of the technical documentation in its possession.
DELIVERY REQUIREMENTS
All prices bid shall include delivery to purchaser within 30 days or less after receipt of purchase order.
DATE OF ACCEPTANCE
The date of acceptance is that date on which the equipment is installed at the agreed to purchase
location, the equipment is certified ready for use by the contractor and is accepted by the purchaser as
installed and in good working order. The purchaser shall certify in writing to the contractor when the
equipment is accepted at which time title shall transfer.
For equipment designated as customer installed, the date of acceptance shall be the delivery date,
provided the purchaser has not specified contractor installation on the purchase order.
INSTRUCTION MANUAL
Contractor shall be required to furnish an instructional manual for each unit ordered. Bulletins, revisions
and corrections shall be supplied to each manual as they are issued by the manufacturer. Each manual
shall contain; definition of equipment capabilities, technical description of equipment operation,
description of malfunction identification and troubleshooting procedures, detailed schematic, installation
and use instructions.
SOFTWARE USER MANUALS
One (1) copy of the operating system software manual must be provided with software ordered from any
contract resulting from this bid. Additional copies of software manuals must be available from the
http://www.myflorida.com/st—contracts/250040991/conditions.htin
02-1044
7/29/2002
SPECIAL CONDITIONS
contractor.
OPTIONAL COMPONENT PURCHASES
Page 7 of 14
Purchases of optional components totaling less than $1,000 may be made by an agency at its discretion
on a local basis rather than under any contract resulting from this bid. This condition shall not be used to
circumvent this contract.
AUTHORIZED TECHNICIANS
All work contracted for shall be performed by factory trained technicians. Technicians working under
the direct supervision of a factory trained technician are permitted. A copy of the technician's
certification shall be made available by the contractor upon request by State Purchasing.
BID TABLES
The appropriate Bid Table shall be completed for each category of product bid. The information to be
completed on the Bid Table includes:
Product manufacturer
Vendor / bidder
Standard Delivery Time in Days Which the Vendor Can Perform (not to exceed 30 days)
Manufacturer and Description of Products Bid
Bid percentage for Category Products as well as Balance of Line Products Bid; either,
Cost Plus/Minus % for State Government and State Education, or
Cost Plus/Minus % for GSA Pricing Schedule
Optional Support Bid at Discount
Manufacturer's price lists or GSA price list/schedule shall be submitted with the bid in accordance with
the requirements under PRICE LISTS.
Bid Tables, and other pages required for completion of the bid may be copied, as needed.
ITEM DESCRIPTIONS
Descriptions of systems or individual items on price lists shall be of sufficient detail to easily identify
the system or item. Items not described will be rejected as ineligible for the bid/contract.
These documents shall be submitted in hardcopy as well as on 3.5 inch diskette media, as outlined in
Special Condition, Format for Submission of Bid. Failure to comply with this requirement will result in
disqualification of your bid.
AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS:
On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service
Locations, this information shall be provided by the BIDDER as part of the bid package in hard copy,
and on a 3.5 inch diskette in a Word for windows file. Any subsequent revisions shall be submitted in
the same format to the State Purchasing CONTRACT ADMINISTRATOR, for review and approval
prior to implementation.
02-1044
http://www.myflorida.com/st—contracts/250040991/conditions.htm 7/29/2002
SPECIAL CONDITIONS
Diskette must be formatted as:
• "Word for Windows"
• Font: Times New Roman 12
• Preset tabs only
• Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -no landscape
• No Tables
• No Headers or Footers
• No Excel Files
Page 8 of 14
Failure to submit the information required in this section will be grounds for disqualification of your bid
and/or removal from any resulting contract.
NOTICE TO CONTRACTOR
The employment of unauthorized aliens by any contractor is considered a violation of section 247A(e)
of the Immigration and Nationalization Act. If the contractor knowingly employs unauthorized aliens,
such violation shall be cause for unilateral cancellation of the contract.
PUBLIC ENTITY CREMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public entity, may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with
any public entity, and may not transact business with any public entity in excess of the threshold amount
provided in f.s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed
on the convicted vendor list.
SURCHARGE FEE AND SUMMARY OF TOTAL SALES
State Purchasing hereby imposes a vendor surcharge fee of .50% on contractors' sales under any contract
resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and
cannot be added as a separate item. Use of this contract will be optional by State Agencies. If a State
Agency elects to purchase from a source other than the resulting State contract, such purchases shall be
in accordance with Chapter 287, F.S., and 60A Florida Administrative Code.
After receipt of payment from the contract purchases, all vendor surcharge fees shall be payable to the
State of Florida no later than 15 days after the end of each quarter.
Vendor surcharge fee and contract number should be noted on the check and remitted to:
State of Florida
Department of Management Services
P.O. Box 5438
Tallahassee, FL 32314-5438
Contract supplier shall furnish State Purchasing a detailed summary of sales at the end of each quarter.
02-1044
http://www.myflorida.com/st—contracts/250040991/conditions.htin 7/29/2002
SPECIAL CONDITIONS
Page 9 of 14
By submission of these Sales Summary reports and corresponding vendor surcharge deposits, the
contractor(s) is certifying their correctness. All such reports and fee deposits ;,hall be subject to audit by
the State of Florida. Contractors will be responsible for reporting sales and paying user fees resulting
from sales made by authorized resellers.
Failure to comply with these requirements will result in the contract supplier being found in default, in
which case any and all reprocurement costs and all outstanding vendor surcharge fees may be charged
against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by
State Purchasing.
Bids from contractors that are delinquent in paying user fee's from existing contracts, will not be
considered.
PRICE LISTS
On any contract where pricing is based on a Manufacturer's published price list, the price list must be
provided by the BIDDER as part of the bid package in hard copy. Bidders must provide a price list on a
3.5 inch diskette as a Word For Windows file, which includes 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.
Any subsequent revisions shall be submitted in the same format to the State Purchasing CONTRACT
ADMINISTRATOR, for review and approval prior to implementation.
Diskette must be formatted as:
• "Word for Windows"
• Font: Times New Roman 12
• Preset tabs only
• Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -no landscape
• No Tables
• No Headers or Footers
• No Excel Files
Failure to submit the information required in this section will be grounds for disqualification of your bid
and/or removal from any resulting contract.
PRICING SCHEDULE TO REMAIN FIRM
The pricing schedule, cost plus/minus basis or GSA pricing basis, bid by each awarded vendor shall
remain firm for any product placed on the contract resulting from this bid, or for products added to the
contract at a later date through revision to the contract.
ADDING NEW PRODUCTS
The contractor may add new products to the contract at the pricing schedule as originally bid. Wl
revision to contract price lists includes the addition of new products they must remain at the origi
percentage bid for the contract term. The addition of new products shall be at the discretion of St,
Purchasing in the best interest of the State.
Reductions in price shall be effective upon receipt of written notification to State Purchasing and
Q2-1044
http://viww.myflorida.com/st—contracts/250040991/conditions.htn n 7/29/2002
SPECIAL CONDITIONS
Page 10 of 14
remain in effect for the balance of the contract term, unless further reduced by the contractor. In t
event that the contractor announces a price reduction on any equipment listed on the contract pric
purchaser's acceptance of said equipment, such price reduction shall be made available to the pur
This condition shall not apply to temporary sales promotions.
PRICE INCREASES
Price increases are not acceptable for my product placed on the contract resulting from this bid, or for
products added to the contract at a later date through revision to the contract.
PRICE REDUCTION
Reductions in price shall be effective upon receipt of written notification to the State Purchasing and
shall remain in effect for the balance of the contract term, unless further reduced by the contractor.
In the event that the contractor announces a price reduction on any equipment listed on the contract prior
to the purchaser's acceptance of said equipment, such price reduction shall be made available to the
purchaser.
This condition shall not apply to temporary sales promotions.
SALES PROMOTIONS
A contractor, during the term of the contract, may lower prices of products on the contract, for a
specified period of time. The contractor shall document sales promotions to and receive approval of
State Purchasing, prior to offering sales promotions to contract users. Documentation of sales
promotions shall specify starting and ending dates of the promotion, specify list prices and promotional
prices, and shall contain a statement that the promotional prices are available to all contract users. Sixty
(60) days is established as the minimum period of time for which a sales promotion can be offered. Sale
pricing shall be made available on contract items only and promoted to all users of the contract.
Evidence of offering of a sales promotion to a contract user prior to the submittal to and approval of the
State Purchasing shall subject the contractor to removal from the contract. Sales promotions approved
by State Purchasing must be posted on the contractors Internet Home Page with awarded products.
PRICE LISTS POSTED ON THE WORLD WIDE WEB (WWWI
CONTRACT HOLDER shall configure PRICE LIST consisting of awarded product and post the prices
on the CONTRACT HOLDERS Internet Home Page. All price lists must be reviewed and approved by
State Purchasing before they can be posted to the CONTRACT HOLDER Internet Home Page.
Contractors must provide State Purchasing with a universal resource locator (URL) where price lists will
be posted.
CONTRACT HOLDERS posted price list shall include the following:
• DMS Approval Date
• Contract Number
• Part Number, Description, Manufacturers Cost and Contract Prices
• Authorized Resellers
http://www.myflorida.com/st—contracts/250040991/conditions.htm 7/29/2002
SPECIAL CONDITIONS
Page 11 of 14
The Home Page must be compatible with the most recent version of browser -software being used by
State
Purchasing. As of the writing of this solicitation, Netscape Navigator 3.0 is the State Purchasing browser
standard. State Purchasing intends to upgrade to new browser versions as they become available and
fully tested, at its discretion.
INTERNET HOME PAGE
The Contract resulting from this bid will become a public document. The State of Florida, State
Purchasing is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW)
to distribute State Term Contracts and product information to eligible users and other interested entities
who may subscribe to this service and pay the appropriate access fee.
The Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the space
provided on the Ordering Instructions page of the bid.
PRICE LIST, CATALOGS, DESCRIPTIVE BROCHURES
Contractor agrees to furnish participating agencies price schedules, catalogs and descriptive brochures as
requested.
QUANTITY DISCOUNTS
Bidder/contractors are urged to offer additional discounts for one time delivery of large single orders of
any assortment of items. Such discounts will not be considered in evaluation and award of bid. Contract
users should seek to negotiate additional price concessions on quantity purchases of any products
offered under this contract. State agencies shall document their files accordingly.
PURCHASING CARD PROGRAM
The State of Florida has implemented a purchasing card program through NationsBank, using the Visa
network. Vendors will receive payment from the purchasing card in the same manner as other Visa
purchases. Please indicate your ability to accept Visa in the space provided on the Ordering Instruction
sheet of the bid.
VENDOR RESPONSE SYSTEM
To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850)
413-7269 between 7 a.m. and 6 p.m. Monday thru Friday to check on the status of payments by State
agencies. The system can accommodate English and Spanish speaking callers.
INSURANCE. WORKERS' COMPENSATION
The contractor shall take out and maintain during the life of this agreement, Workers' Compensation
Insurance for all of his employees connected with the work of this project and, in case any work is
sublet, the contractor shall require the subcontractor similarly to provide Workers' Compensation
Insurance for all of the latter's employees unless such employees are covered by the protection afforded
by the contractor. Such insurance shall comply fully with the Florida Workers' Compensation law. In
case any class of employees engaged in hazardous work under this contract at the site of the project is
U2-1044
http://www.myflorida.com/st—contracts/250040991/conditions.htm 7/29/2002
SPECIAL CONDITIONS Page 12 of 14
not protected under the Workmen's Compensation statute, the Contractor shall provide, and cause each
sub -contractor to provide, adequate insurance, satisfactory to the Purchas-, for the protection of his
employees not otherwise protected.
SERVICE
Availability of in-state representatives to assist in proper application and to resolve technical problems is
a requirement of this bid and the resulting contract. Bidders shall, therefore, include as part of the bid a
list of all in-state service representative(s) who will be responsible for providing these services during
the term of the contract.
If unable to obtain service/warranty within the time period specified or if difficulties are encountered in
obtaining service from the service location designated by the contractor, it shall be the complete
responsibility of the contractor to arrange and coordinate service by an alternate service dealer after
notification by the user. The coordination effort will be handled by the specific individual designated on
the ordering instruction sheet.
WARRANTY
A warranty is required on all contract items against defective material, workmanship, and failure to
perform in accordance with required performance criteria, for a period of not less than one (1) year from
date of receipt or installation of product. See SPECIFICATIONS, under each category of product for
Standard Support Level and specific warranty requirements. Replacement of all parts found defective
including all labor, materials within the warranty period shall be made without cost to the State. This
warranty shall not cover adjustment, repair or parts replacement required because of purchaser's
negligence, misuse, or machine alteration.
Applicable transportation charges for warranty service within the warranty period shall be based on cost
determined by the level of support procured as outlined in the specification.
Warranty repairs shall be completed within the time period stated in the support level procured whether
on-site or upon receipt of equipment by factory authorized service center. Should repairs exceed the
predetermined time period, contractor shall provide equivalent loaner equipment upon request by the
purchaser. Loaner equipment shall be provided at no cost to the State, including shipment to the
purchaser's location and return of loaner equipment to the contractor.
SECURITY DEVICES
Bidders are to identify and price all available optional or installed security devices , such as key locks,
plastic card readers, etc., on price sheets.
TRADE IN
Contract users may trade-in equipment when making purchases from this contract. A trade-in must be
negotiated between the user and the contractor. Users are obligated to actively seek current fair market
value when trading equipment, and to keep accurate records for the process. For State agencies, it may
be necessary to provide documentation to the Office of the State Comptroller.
YEAR 2000 COMPLIANCE WARRANTY
02-1044
http://www.myflorida.com/st—contracts/250040991/conditions.htm 7/29/2002
SPECIAL CONDITIONS Page 13 of 14
The contractor warrants that each item of hardware, software, and/or firmware delivered, developed or
modified under this contract shall be able to accurately process date data (in6luding, but not limited to,
calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first
centuries, including leap year calculations, when used in accordance with the item documentation
provided by the contractor, provided that all items (e.g. hardware, software, firmware) used in
combination with other designated items properly exchange date data with it. The duration of this
warranty and the remedies available to the State for breach of this warranty shall be as defined in, and
subject to, the terms and limitations of any general warranty provisions of this contract, provided that
notwithstanding any provision to the contrary in such warranty provision(s), or in the absence of any
such warranty provision(s), the remedies available to the State under this warranty shall include repair or
replacement of any item whose non-compliance is discovered and made known to the contractor in
writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit nay
rights or remedies the State may otherwise have under this contract with respect to defects other than
Year 2000 performance.
YEAR 2000 COMPLIANCE (SOFTWARE)
The licensor represents and warrants that the software, which is licensed to licensee hereunder, is
designed to be used prior to, during, and after the calendar year 2000 AD, and that the software will
operate during each such time period without error relating to date data, specifically including any error
relating to, or the product of, date data which represents or references different centuries or more than
one century. Without limiting the generality of the foregoing, Licensor further represents and warrants
(1) that the software will not abnormally end or provide invalid or incorrect results as a result of date
data, specifically including date data which represents of references different centuries or more than one
century; (2) that the software has been designed to ensure year 2000 compatibility, including, but not
limited to, date data century recognition, calculations which accommodate same century and multi -
century formulas and date values, and date data interface values that reflect the century; (3) that the
software included "year 2000 capabilities", which means the software (a) will manage and manipulate
data involving dates, including single century formulas and multi -century formulas, and will not cause
an abnormally ending scenario within the application or generate incorrect values or invalid results
involving such dates; and (b) provides that all date -related user interface functionalities and data fields
include the indication of century; and (c) provided that all date -related data interface functionalities
include the indication of century.
YEAR 2000 REMEDY CLAUSE
In the event of any decrease in hardware or software program functionality related to time and date
related codes and internal subroutines that impede the hardware or software programs from operating
beyond the Millennium Date Change, Licensors and Vendors of Licensors products, agree to
immediately make required corrections to restore hardware and software programs to the same level of
functionality as warranted herein at no charge to the licensee, and without interruption to the ongoing
business of licensee, time being of the essence.
YEAR 2000 COMPLIANCE
All products bid under this bid/contract will be Year 2000 compliant (that is; able to accurately process
date data from, into, and between the twentieth and twenty-first centuries, including leap year
calculations). Resellers may provide a "pass through warranty" from the manufacturer/software
developer, which meets all the warranty requirements specified by the State, and which shall include all
other warranties provided by the manufacturer or software developer. Reseller shall be responsible for
warranty assurance, assistance, enforcement and any other actions or remediation, required to satisfy
0;- 1044
http://www.myflorida.com/st—contmcts/250040991/conchtions.htm 29/2002
SPECIAL CONDITIONS Page 14 of 14
warranty requirements. _
EVALUATION/AWARD
Bids will be evaluated and awarded by category on a multiple award basis, in compliance with the
requirements and provisions detailed herein. Award shall be made for statewide delivery and service, to
the responsive bidders offering the lowest net delivered prices, based on the pricing mechanism
designated under product categories 3.0 through 8.0. If the same manufacturer's brand is bid by more
than one bidder, only the lowest net delivered prices shall be considered for an award.
Bids designated for Government (State) will be evaluated and awarded. Bidder is urged to offer
additional discounts to educational institutions in the space provided on price sheets. Such discounts will
not be considered in evaluation of bid.
02* -1044
h4://www.myflorida.com/st—contracts/250040991/conditions.htin 7/29/2002
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 St,
contract for Client Server Systems to include Microcomputers, Network Servers and Work:
Network Computers and Network PCs, Peripherals, Network Connectivity Devices, and Unintei
Power Supplies.
2.0 GENERAL REQUIREMENTS AND PROVISIONS
COMPONENTS
Components (such as monitors, keyboards, mouse and trackball, expansion boards, network i
cards, internal modems, multimedia, and storage devices purchased with and integrated with the
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)
offered by microcomputer system bidders, preloaded by the manufacturer/dealer, as a balance
under the same pricing schedule (percentage mark-up to manufacturer's price list),
microcomputers systems bid.
AMERICANS WITH DISABILITIES ACT
The Federal ADA bars employment discrimination and requires all levels of Government to
necessary and reasonable accommodations to qualified workers with disabilities. Although i
mandatory that bidders offer these products to receive an award, bidders are requested to iden
hardware and software products which may be used or adapted for use by visually, hearing
physically impaired individuals.'
ENERGY STAR COMPLIANT
The Federal Environmental Protection Agency encourages the manufacture of energy efficient c•
hardware, and the State of Florida supports this initiative. State Purchasing prefers
microcomputers, monitors, and laser printers offered under this bid/contract is energy star compl
bear the EPA Energy Star Logo. Bidders are requested to identify only the hardware which is not
Star compliant. State agencies seek to reduce the total cost of equipment ownership and operas
should consider the purchase of Energy Star compliant equipment if it meets the agency's perfc
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
the manufacturer's price list (C channel, USA1, Level 4, or other specified manufacturer's pricf
that manufacturer's largest volume dealers/resellers. The manufacturer's price list will be submit
the bid, and shall represent the most current price list available at the date of the bid o12
pricing may be offered as alternate pricing by the bidder. The GSA price list/schedule will be sL
with the bid.
ELIGIBLE MANUFACTURER BRANDS
The Gartner Group Vendor Tiering Model was utilized in determining the eligible manufacture:
which could be bid in specific categories. Commodity categories which are manufacturer specifi(
Gartner Group Vendor Tiering was not available were established on the best available know]
manufacturer market share.
ITEM DESCRIPTIONS
Contract price lists shall be structured with headings and subheadings of the categories of ;
peripherals, and components which the vendor has bid. Each product on the price list shall be is
02-1044
http://v;ww.myflorida.com/st—contracts/250040991/specs.htm 7/29/2002
State of Florida
Page 2 of 10
by part number, brand name, description, manufacturers cost and net price. Descriptions of sy:
individual items on price lists shall be of sufficient detail to easily identify the product. Its
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 contrac
at the same pricing schedule as bid and awarded.
As soon as they are announced by the manufacturer, all product line changes (additions, deletioi
changes) shall be submitted by e-mail to the State Purchasing contract administrator for revie,
reductions announced by the manufacturer shall take effect immediately and be applied to unship
subsequent orders.
BALANCE OF LINE
The balance of line provisions of this bid/contract are provided for the convenience and benef
contract users as well as the awarded vendors. The balance of line provisions allow the purchaser
stop" procurement mechanism, as well as facilitating the ability of a contractor to provide a "c
system" for the purchaser. It is incumbent on the purchaser to "shop" the contract and purchase l
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 "ba
line" of peripherals; to include those which are specified as peripherals in this bid/contr,
monitors, input devices, pen plotters, scanners, printers, storage devices, expansion cards, mode
other standard system components. Such balance of line peripherals and components shall: be
under the same pricing schedule (mark-up to the manufacturer's price list to that manufacturer':
volume dealers/resellers) or GSA pricing. The balance of line peripherals/components price lists
submitted with the bid.
It is incumbent on the contractors to offer products under the balance of line provisions wl
competitively priced. State Purchasing will review and compare balance of line price lists to dete
prices are competitive. Should it be determined, by the State Purchasing, that the balance of li
lists of a contractor are not competitive, the contractor will be given an opportunity to s
competitive price list. If the contractor is unable to or chooses not to reduce prices for balance
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 vo
systems, servers, peripherals, and components from manufacturers (directly from the manufac
through resellers) through the State term contract for client server systems. The State of Flor
accept designation as a "Major Account" (under the particular manufacturer named program),
manufacturer or vendor/reseller awarded under this bid/contract, attendant with the additional
and privileges which come with that designation. The bidder/contractor will act on the State's I
assure that the State is recognized by the manufacturer under that manufacturer's "Major A
program, and that the State receives the benefits and privileges of such designation. If your firs
this type of support, see attached sheet to designate the benefits and privileges which are availab
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" (un
manufacturer's named program) and provide sufficient benefits and privileges thereunder,
designated.
STANDARD DELIVERY TIMES
Standard delivery times shall be expressed by the bidder on the bid table, and will represent the
of calendar days normally required to make delivery after receipt of a purchase order. Delivery
excess of thirty (30) days will not be accepted. Failure to deliver products within the delivery
stated in the contract may subject the contractor to reprocurement costs, penalties and/or
cancellation.
02-1044
http://www.myflorida.com/st—contracts/250040991/specs.htm 7/29/2002
State of Florida
Page 3 of 10
A contractor, within five (5) days after receipt of order, shall notify the purchaser of any I
delivery delays. Evidence of inability to deliver or intentional delays in attempt to force the pur,
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-Packar
Acer, Gateway, Micron, Unisys); and,
Other vendors who offer an extensive manufacturer line of microcomputers and provide docum
with the bid of a minimum installed base of 1000 microcomputers with State of Florida agen(
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 it
• 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/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 the Standard Support Level:
• Dealer set-up and installation.
. Warranty upgrade, beyond year l(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.
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-Packar
Acer/TI), and;
Other vendors who offer an extensive manufacturer line of portable microcomputers and
documentation with the bid of a minimum installed base of 1000 of that manufacturer's
microcomputers with State of Florida agencies and political subdivisions, in the most recent t%
fiscal years.
02-1044
http://www.myflorida.com/st—contmts/250040991/specs.htn n 7/29/2002
State of Florida
Page 4 of 10
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 i
. 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/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 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 pro
Those Windows NT network servers recommended by Gartner Group and approved to be
Compaq, Hewlett-Packard, IBM, Dell, Digital Intergraph, Tandem, Data General, Stratus, Netfra
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 Envir
Those UNIX network servers recommended by Gartner Group and approved to be bid are: Sun, I
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)
will be awarded UNIX Network Servers.
BALANCE OF LINE - NETWORK SERVERS AND WORKSTATIONS
Vendors who bid and are awarded Network Servers may offer technical/scientific workstation
same manufacturer brand as the Network Servers bid and awarded, as "balance of line" proc
addition to acceptable peripherals and components and under the same provisions as stipulate
BALANCE OF LINE.
STANDARD SUPPORT LEVEL FOR NETWORK SERVERS and WORKSTATIONS
Requirements and provisions of STANDARD Support Level for Network Servers and Work
include:
Inside delivery, with buyer set-up and installation.
. Minimum 1 -year on-site warranty labor, in the State of Florida.
02-1044
http://v^w.myflorida.com/st—contracts/250040991/specs.httn 7/29/2002
State of Florida Page 5 of 10
. 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.
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.
5.0 NETWORK COMPUTERS AND NETWORK PCs
Network Computers and Network PCs may be bid in the applicable category:
5.1 NETWORK COMPUTERS INCL
Network Computers (NC) - generally provide access to commonly used PC applications th
network connection. A Network Computer is normally configured with 4-64 MB of RAM, ai
ROM card, a Smart Card slot, infrared and network interfaces, a parallel port, and a pair c
compatible I/O ports. The basis for the software approach is JAVA. The known vendors for I
Computers are IBM, Sun, Hitachi Data Systems, Boundless Technologies, Network Computing I
Hewlett-Packard, and Wyse Technology.
5.2 NETWORK PCs MetPQ
Network PC (NetPC) - are network -oriented devices but unlike Network Computers, they still c
user control over storage and local processing. The NetPC runs Windows like a conventional
Zero Administration Windows (ZAW). The known vendors for Network PCs are Compa
Hewlett-Packard, Mitsubishi, Unisys, NEC, Acer, Gateway 2000, Pionex Technologies, Mil
Zenith Data Systems.
A maximum of three (3) vendors will be awarded Network Computers and three (3) vendors
awarded Network PCs.
STANDARD SUPPORT LEVEL FOR NETWORK COMPUTERS AND NETWORK PCs
Requirements and provisions of STANDARD SUPPORT LEVEL for Network Computers and I
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. 02-1044
http://www.myflorida.com/st—contracts/250040991/specs.htm 7/29/2002
State of Florida Page 6 of 10
. 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 l(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
support products for the peripheral category, which may be needed for connectivity or operatio
installed. Such balance of line products shall be offered under the same pricing schedu
plus/minus basis to the manufacturer's price list to that manufacturer's largest volume dealers/r,
or GSA pricing, as the peripherals bid. The balance of line products price list shall be submitted
bid.
. 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.
http://www.myflori&.com/st—contracts/250040991/specs.htm 02 — 1 q4942002
Vrinters which may be bid are:
F6—.l-. TIPRINTERS
- Laser (Monochrome 6-24 ppm, Color 3-8 nnm): and,
6.1.2
RINTERS - Ink Jet (Monochrome and Color .75 - 5.0 nnm)
ach printer bid, purchased and delivered, shall include a cable, parallel or serial connec
equired, a minimum of six (6) feet in length.
maximum of three (3) vendors will be awarded Laser Printers and three (3) vendors will be a
Ink Jet Printers. Award will be based on responsive bidders offering the lowest net delivered pr
e most complete line of printers in each category. Vendors who bid and are awarded printers i
category may offer "balance of line" products which may include dot matrix printers with a m.
peed of 75 cps, near letter quality. The balance of line products shall be offered under the same
chedule (cost plus/minus basis to the manufacturer's price list to that manufacturer's largest
ealers/resellers) or GSA pricing, as the printers bid. The balance of line products price list
ubmitted 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.
http://www.myflori&.com/st—contracts/250040991/specs.htm 02 — 1 q4942002
State of Florida
Page 7 of 10
• 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.
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
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
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:
02-1044
hq://www.myfloriclA.com/st—contracts/250040991/specs.htm 7/29/2002
State of Florida Page 8 of 10
. 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 conr
devices include: Cisco, 3Com, Fore, Cabletron, Bay, IBM, Xylan, Madge, Hewlett-Packard, and
and, Other vendor devices may be bid in a device category if the bidder provides with
documentation that the vendor devices bid have captured 5% or more of the U. S. market over
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
products for the peripheral category, which may be needed for connectivity or operation where ii
Such balance of line products shall be offered under the same pricing schedule (cost plus/minus
the manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pri
the network connectivity devices bid. The balance of line products price list shall be submitted
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.
Optional Support which may be bid under Network Connectivity Devices:
. Dealer set-up and installation.
. 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. Othe
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 1
to responsive bidders offering the lowest net delivered prices for the most complete
uninterruptible power supplies.
BALANCE OF LINE - UNINTERRUPTIBLE POWER SUPPLIES
Vendors who bid and are awarded uninterruptible power supplies may offer a "balance of
support products for the peripheral category, which may be needed for connectivity or operatio
installed. Such balance of line products shall be offered under the same pricing schedu
plus/minus basis to the manufacturer's price list to that manufacturer's largest volume dealers/r-
02-1044
http://www.myflorida.com/st—contracts/250040991/specs.htin 7/29/2002
State of Florida
Page 9 of 10
or GSA pricing, as the uninterruptible power supplies bid. The balance of line products price list
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.
9.0 ACCEPTABLE AND EXCLUDED PRODUCTS
Hardware or software not specifically designated as acceptable products for this bid/con
excluded. Determination of the acceptability of products for this bid/contract is at the sole disci
the State Purchasing. Inclusion of unacceptable products on the price lists with the bid will resu
bidder being declared non-responsive and disqualified. Awarded contractors who add unaci
products on the price lists will be disqualified and removed from the contract for all products aw,-
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 satisfactio:
State, within ten (10) days of request, that the contractor's equipment is compatible and will of
required by the State and as represented by the contractor, and that the equipment will con
02-1044
http://www.myflorida.com/st—contracts/250040991/specs.htm 7/29/2002
State of Florida
Page 10 of 10
integrate into, and/or function as required by the State and as represented by the bidder. Demor
content, time, and place is subject to agreement between the State an& the contractor.
11.0 SHIPMENT PACKING AND MARKING
All items shall be packed so as to insure safe transport and delivery to destination. Shipping co
shall be marked to identify the contents, name of contractor, and the contract or purchase order ni
02-1044
http://www.myflorida.com/st—contracts/250040991/specs.htm 7/29/2002
973-561-03-1 = Consultant Services -IT (Unisys Corporation)
Consultant Services -IT
(Unisys Corporation)
973-561-03-1
Effective: 07/18/2002 through 07/17/2003
Certification
Legal Information
Exhibit A - Specifications
Exhibit B - Price Sheet
Exhibit C - Ordering Instructions
Complete Contract
Page 1 of 1
02-1044
http://www.myflorida.com/st—contracts/973561031/ 8/22/2002
FLORIDA
DEPARTMENT
OF
MANAGEMENT
SERVICES
JEB BUSH
Governor
CYNTHIA A. HENDERSON
Secretary
State Purchasing
4050 Esplanade Way
Suite 350
Tallahassee, Florida
32399-0950
Telephone:
850-488-8440
Fax:
850-488-5498
intemet:
www.MyFlorida.com
Suite 315
CERTIFICATION OF CONTRACT
TITLE: Consultant Services -IT (Unisys Corporation)
CONTRACT NO.: 973-561-03-1
ITN NO.: 973-561
EFFECTIVE: See Contract Paragraph 1.03, Term, and 2.36, Effective Date
SUPERSEDES: 973-561-00-1
CONTRACTOR(S): Unisys Corporation (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:
livin$m(a-),dms.state.fl.us
A. AUTHORITY - Upon affirmative action taken by the State of Florida
Department of Management Services, 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 287.042,
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 State 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.)
02-1044
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. State
Purchasing has awarded the IT Consulting contracts on a non-exclusive basis to qualified vendors, but
purchasing officers shall seek competition between IT consulting vendors in accordance with contract
paragraph 1.06, titled "Deliverables". The consulting vendor rates published in the contracts are ceiling
rates, and to the extent practicable, agencies should negotiate lower rates depending on the complexity
and duration of a proposed project. Where procurement is sought and only one source is available from
State Term Contracts, the agency/entity shall document this file as to the conditions and circumstances
warranting this decision.
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.
-1hy lo2
Autilorized Siinature IV 0 (date)
ML/meb
Attachments
02-1044
Contract for Information Technology Consulting Services
THIS CONTRACT FOR SERVICES, # 973-561-03-1, by and between the State of
Florida, Department of Management Services, (herein referred to as the "Department"), 4050
Esplanade Way, Tallahassee, FL 32399, and Unisys Corporation (herein referred to as
"Contractor" ),1545 Raymond Diehl Road, Tallahassee, Florida 32308 a Delaware Corporation,
registered in Florida, each referred to herein as "Party," and collectively referred to as the
"Parties."
WITNESSETH:
WHEREAS, the Department desires to provide Eligible Users, defined hereinbelow,
with information technology consulting services;
WHEREAS, the Department solicited Response to an Invitation to Negotiate #973-561
to prospective providers of said services; and
WHEREAS, the Contractor responded to the Invitation to Negotiate and desires to
provide said consulting services; and
WHEREAS, the relationship between the Department and the Contractor will be
mutually beneficial unto each other;
NOW THEREFORE,.in consideration of these premises, terms and conditions set forth
herein, the Parties execute this Contract so same becomes binding and enforceable by and
through the Parties, their heirs and assigns, and agree heretofore:
Section One - Scope of Work
1.01 Definitions. The Parties agree to the following:
1.) Consulting Services. Contractor's information technology consulting services shall
consist of those services contained in the attached Exhibit "A", which is incorporated herein by
reference.
2.) Eligible Users. State agencies pursuant to Section 287.056, Florida Statutes, political
subdivisions (county, local county board of public instruction, municipal or other local public
agency/authority) and State Universities, pursuant to Section 240.605, Florida Statutes, and
private non-profit transportation communities pursuant to Chapter 427, Florida Statutes, as well
as any other additional government entities, as may be approved in the future by the State of
Florida Legislature or the Department.
Department Contractor
02-1044
3.) Vendor User Fee Report, Contractor's written report due to the Department at the
end of each Calendar Quarter summarizing all of Contractor's sales to Eligible Users under this
Contract. The Report form shall be provided by the Department to the Contractor upon
execution of this Contract.
4.) Purchase Document. An Eligible User's document to formalize a purchase
transaction with the Contractor, which shall contain statements, including but not limited to,
quantity, description, price of goods and services ordered, payment, liquidated damages,
discount, dates of performance, contract number, as well as other applicable factors or suitable
references pertinent to purchase. The Purchase Document may be a Purchase Order, as defined
in Rule 60A-1.001(12), Florida Administrative Code, for those certain Eligible Users described
therein. A Contractor shall not deliver or furnish products or services until an Eligible User
transmits a Purchase Document. The Purchase Document shall be signed by the Eligible User.
All Purchase Documents shall bear the contract number, shall be placed by the Eligible User
directly with the Contractor, and shall be deemed to incorporate by reference the Contract terms
and conditions. In addition, the Eligible User and the Contractor shall be responsible for
ensuring that the Purchase Document contains the performance standards as described in Section
2.07, Performance Standards, the scope of services as described in Section 1.02, Purpose, the
amount of liquidated damages, as described in Section 2.05, Liquidated Damages, and the total
stated dollar amount as described in Section 1.04, Price, and Section 1.06, Deliverables, herein.
Deliverables and their correlation to payment must be clearly and plainly stated in the Purchase
Document. If there is any inconsistency between the Contract terms and the terms stated on the
Eligible User's purchase document, confirmation, or acknowledgement, the Contract terms shall
control.
5.) Contract. This executed document between the Contractor and the Department,
including any and all Exhibits, Addendums or Revisions thereto, including any and all Purchase
Documents issued under this Contract, that constitute the binding agreement between the Parties.
6.) Calendar Quarter. The period of time commencing on January I" of the
calendar year and extending every three (3) months thereafter.
1.02 Purpose. The Contractor is authorized to provide Consulting Services to any and all
Eligible Users. The Contractor shall ascertain that the scope of Consulting Services be set forth
in the Eligible User's Purchase Document. Any Consulting Services considered for an Eligible
Department ContYactor
02-1044
User that are not contained in the definition of Consulting Services as defined herein, are
prohibited unless Contractor has received prior written approval from the Department and such
services are set forth in an addendum hereto executed by all parties. The Parties agree that this
Contract is anticipated to be in excess of Category Two, or $25,000, as defined in Chapter 287,
Florida Statutes.
1.03 Term. The Parties agree that the "Term" of this Contract shall be for a one (1) year
period commencing upon the execution of this Contract and continuing for one (1) year unless
extended, terminated or renewed as provided herein. In addition, this Contract may be renewed,
on the same terms and conditions, in accordance with Section 287.058(1)(f), Florida Statutes, at
the option of the Department. The Department shall provide written notice to Contractor
regarding the intent to renew the Contract prior to the expiration of the Contract. Renewals shall
be contingent upon satisfactory performance evaluations by the Department. The Parties agree
that the prices under this Contract may be re -negotiated at the time of renewal, if any.
1.04 Price. The Contractor agrees to bill Eligible Users on a monthly time and materials
basis, plus expenses, provided said expenses do not include additional mark-ups; or on a fixed
fee basis where this sis shown to be in the State's best interest. in addition, the Contractor and
the Eligible User shall be responsible for determining a total maximum stated dollar amount for
the price of the Consulting Services and setting forth that total amount in the Purchase
Document. The Contractor shall not exceed that total stated dollar amount under that Purchase
Document. The Contractor agrees to bill the Eligible Users under the following pricing structure
based on the Contractor's staff classification, with rates as set forth in the attached Exhibit `B",
which is incorporated herein by reference.
The Parties agree that the Contractor is prohibited from negotiating or billing in a manner that
exceeds the stated rates included herein or the total stated dollar amount in the Purchase
Document. The Parties agree that the Contractor and the Eligible User may also negotiate fixed-
price contracts for a defined scope of work, billing the Eligible User on a progress completed
basis. The Parties agree that the price charged to Eligible Users shall be subject to audit, and the
Contractor shall make any and all records supporting the billed prices available for inspection,
upon written request by the Department. Charges for services may be discounted off prices
contained herein; however, price increases for any reason are prohibited.
er
Department ConVxactor
02--1044
1.05 Best Pricing Offer. During the Contract term, if the Contractor sells substantially the
same or a smaller quantity of a product outside the Contract, but upon the same or similar terms
of the Contract, at a lower price, then at the discretion of the Department the price under the
Contract shall be immediately reduced to the lower price.
1.06 Surcharge Fee. The Parties agree, pursuant to Sec. 287.1345, Florida Statutes, to a
surcharge fee of one percent (1%) on the Contractor's sales on any and all Consulting Services
provided to any and all Eligible Users resulting from this Contract. The Contractor shall pay the
surcharge to the Department and must include the surcharge in the prices quoted hereinabove and
any other negotiable prices quoted to Eligible Users. After receipt of payment from the Contract
purchases, all Contractor surcharge fees shall be payable to the Department no later than 15 days
after the end of each quarter. The Contractor shall note "vendor user fee" Contract number on
the check and remit it to the following:
State of Florida
Department of Management Services
P.O. Box 5438
Tallahassee, FL 32314-5438
The Contractor shall provide the Department with the Contractor's written Vendor User Fee
Report form (PUR 7073-C) and surcharge fees at the end of each Calendar Quarter. The Parties
agree that the Vendor User Fee Report shall be subject to audit and any and all Contractor
records shall be subject to inspection by the Department upon reasonable notice provided to the
Contractor. The Contractor agrees that the submittal of the Summary Sales Report is a
certification by the Contractor that the report is a true, accurate and correct representation of the
sales activity during that Calendar Quarter. The Parties agree that failure to comply with the
surcharge fee requirements shall result in the Contractor being found in default. The Department
reserves the right to revise collection and reporting requirements in conjunction with
implementation of an online procurement system. In addition, the Department shall have the
option to immediately and unilaterally cancel the Contract as well as charge any and all re -
procurement costs against the Contractor as contained in Section 2.06 herein.
1.07 Deliverables. The Contractor acknowledges that the Eligible User shall be responsible
for preparing a statement of scope of work for submission to minimum of three (3) contractors
who currently hold state term contracts for Information Technology Consulting Services, who
are able to provide the services, (which may include the Contractor), receiving proposals, and
4 LU W- CK1.
Department Con actor
02-1044
negotiating a contract with the selected contractor. The Eligible User and the selected contractor
shall include in their Purchase Document the following items: services needed with specific,
clearly stated deliverables, projected time commitment including commencement and completion
dates, assigned personnel, negotiated hourly rates or negotiated project costs, resolution of any
potential developed/modified software ownership/licensing issues, performance standards for the
Contractor, as described in Section 2.07, herein, as well as the total stated amount of the
Consulting Services, as contained in Section 1.04, herein.
1.08 Payment. Charges for Consulting Services rendered by the Contractor shall be invoiced as
the Consulting Services are performed monthly, or in accordance with a performance schedule
established and agreed upon between the Eligible User and the Contractor. The Contractor shall
submit bills for fees or other compensation for services and/or expenses in sufficient detail for a
proper preaudit and postaudit thereof, pursuant to Section 287.058, Florida Statutes. The
Contractor agrees to submit any and all invoices for travel, if applicable, in accordance with
Section 112.061, Florida Statutes. The Parties agree that payments to the Contractor will be
made in accordance with Section 215.422, Florida Statutes.
1.09 Ordering Instructions. The Parties agree that Purchase Document shall be issued in
accordance with the Ordering Instructions, attached hereto as Exhibit "C" and incorporated
herein by reference. Eligible User shall order at the prices indicated, or negotiated, exclusive of
all Federal, State and local taxes, consistent with Section 1.04, herein.
SECTION TWO - REQUIREMENTS
2.01 Good Standing. The Contractor must maintain good standing as a Florida profit or non-
profit corporation, partnership, limited liability company, or other recognized business entity
authorized to transact business pursuant to the laws of this State and any other applicable law.
The Contractor shall submit a certified copy of a Certificate of Status from the Secretary of State,
Division of Corporations, to the Department concurrent with the execution of this Contract. In
addition, the Contractor shall submit a resolution to the Department concurrent with the
execution of this Contract, indicating that the person(s) executing this Contract are authorized to
do so by the shareholders or partners of the business, whichever is applicable.
2.02 Warranty of Ability to Perform. The Contractor shall warrant that there is no action,
suit, proceeding, inquiry or investigation at law or equity, before or by a court, governmental
5
Department Contactor
02-1044
agency, public Board or body, pending or threatened, to the best of the Contractor's knowledge,
that would in any way prohibit, restrain or enjoin the execution or delivery of the Contractor's
obligations, diminish the Contractor's obligations, or diminish the Contractor's financial ability
to perform the terms of this Contract. During the term of this Contract, if any of the
aforementioned events occur, the Contractor must immediately notify, in writing, the Department
of same, and the Department has the discretion to consider same as sufficient cause for the
termination of this Contract, pursuant to Section 2.06 herein.
2.03 Indemnity.
(1) The Contractor shall be fully liable for the actions of its agents, employees, partners, or
subcontractors and shall fully indemnify, defend, and hold harmless the State and Eligible Users,
and their officers, agents, and employees, from third party suits, actions, damages, and costs of
every name and description, whether brought under contract, tort, or any other cause of action,
including attorneys' fees, arising from or relating to bodily injury, death, and damage to real or
personal tangible property alleged to be caused in whole or in part by the Contractor, its agents,
employees, partners, or subcontractors; provided, however, that if there is also fault on the part
of the State or Eligible User or its agents, officers and employees or any other entity or
individual acting on the State's or Eligible User's behalf, the foregoing indemnification shall be
on a comparative fault basis.
(2) The Contractor shall fully indemnify, defend, and hold harmless the State and Eligible Users
from any third party suits, actions, damages, and costs of every name and description, whether
brought under contract, tort, or any other cause of action, including attorneys' fees, arising from
or relating to violation or infringement of a trademark, copyright, patent, trade secret or
intellectual property right. The provisions of this subparagraph shall not apply to the Eligible
User's misuse or modification of the Contractor's deliverables or the Eligible User's operation or
utilization of the Contractor's deliverables in a manner not contemplated by this Contract or the
individual purchase document. The Contractor shall not be liable for any cost, expense, or
compromise incurred or made by the State or Eligible User in an infringement action without the
Contractor's prior written consent, which shall not be unreasonably withheld. If any product is
the subject of an infringement suit, or in the Contractor's opinion is likely to become the subject
of such a suit, the Contractor may at its sole expense procure for the Eligible User the right to
continue using the product or to modify it to become non -infringing. If the Contractor is not
6 (�
Department Contractor
02-1044
reasonably able to modify or otherwise secure the Eligible User the right to continue using the
product, the Contractor shall remove the product and refund the Eligible User the amounts paid
in excess of a reasonable rental for past use. The Eligible User shall not be liable for any
royalties.
(3) As a condition to the foregoing indemnity obligations of this section 2.03, the State or
Eligible User shall give the Contractor (a) written notice of any action or threatened action, (b)
the opportunity to take over and settle or defend any such action at Contractor's sole expense,
provided that such settlement shall be with the consent of the Eligible User, which shall not be
unreasonably withheld, and (c) full cooperation and assistance in defending the action at
Contractor's sole expense.
(4) Except as specified in the foregoing portions of this section, for all other claims against the
Contractor under any individual purchase document, and regardless of the basis on which the
claim is made, whether brought under contract, tort, for liquidated damages or any other cause of
action, the limit of the Contractor's liability under a purchase document for direct damages shall
be the greater of (i) $100,000, (ii) the dollar amount of the purchase document, or (iii) two times
the charges rendered by the Contractor under the purchase document. Unless otherwise
specifically enumerated in the Contract or in the purchase document, no party shall be liable to
another for special, indirect, punitive or consequential damages, including lost data or records
(unless the purchase document requires the Contractor to back-up data or records), even if the
party has been advised that such damages are possible. No party shall be liable for lost profits,
lost revenue, or lost institutional operating savings. The State and Eligible User may, in addition
to other remedies available to them at law or equity and upon notice to the Contractor, retain
such monies from amounts due to the Contractor as may be necessary to satisfy any claim for
damages, penalties, costs and the like asserted by or against them. The Department may set off
any liability or other obligation of the Contractor to the Department against any payments due
the Contractor under any contract with the Department.
2.04 Dispute Resolution. Any dispute concerning performance of the Contract shall be decided
by the Contract Administrator, who shall reduce the decision to writing and serve a copy on the
Contractor. The decision of Contract Administrator shall be final and conclusive unless within
ten (10) days from the date of receipt, the Contractor files with the Contract Administrator a
petition for administrative hearing. Said petition shall be addressed to the Secretary of the
7 UAVa- I > �,
Department Con ctor
02-1044
Department, hereinafter referred to as "Secretary." The Secretary's decision to grant or deny the
hearing in the event of any such petition shall be final, subject to the Contractor's right to judicial
review pursuant to Chapter 120, Florida Statutes.
2.05 Liquidated Damages. The Contractor acknowledges that the State retains the sole
discretion of whether to pursue the remedy of liquidated damages for material non-performance
of services as stated in the Eligible User's Purchase Document, in addition to other legal
remedies available as provided in Section 2.06, herein. In the event of default of specific
obligations, the Parties acknowledge and agree that the Party not at fault may be entitled to
damages and that by their nature such damages will be difficult to ascertain at this time. The
issues involved in determining the amount of damages to which the non -defaulting Party would
be entitled will be multiple and complex, and will be dependent on many and variant factors,
proof of which could be burdensome. One of those variant factors is the nature and amount of
work that will be set forth in the scope of Consulting Services in the Eligible User's Purchase
Document. Further, the Parties wish to avoid lengthy and expensive litigation upon occurrence
of an event of default. Therefore, the Parties agree, in view of the circumstances and
uncertainties that may be present at the time of default, that it is in the best interest of both
Parties and the State of Florida that the Eligible User and the Contractor agree upon a reasonable
amount of liquidated damages, if appropriate, according to the scope of services and Contractor's
deliverables, and that the amount be set forth in writing in the Purchase Document. If the
Eligible User and the Contractor agree that liquidated damages are not appropriate according to
the scope of services and Contractor's deliverables, a statement so stating shall be included in the
Purchase Document. The Parties further stipulate that the amount of liquidated damages
provided for in the Purchase Document is not intended to be a penalty and is purely intended to
reasonably compensate for unknown and unascertainable damages.
2.06 Cancellation/Termination/Default. It is likely that this Contract may be cancelled by the
Department during the Contract Term in order to accommodate the State's new E -Procurement
system. In addition, this Contract may be cancelled in whole or in part by either Party, for any
reason, by giving thirty (30) days written notice to the other Party. In addition and pursuant to
Section 287.058(1)(c), Florida Statutes, the Department shall unilaterally cancel this Contract if
the Contractor refuses to allow public access to any and all documents, papers, letters, or other
material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the
8
Department Con ctor
02--1044
Contractor in conjunction with the Contract. As stated in Section 2.05 herein, the Department
may exercise its right to liquidated damages for material non-performance. However, in addition
to seeking liquidated damages, the Department reserves the right to terminate the Contract for
cause pursuant to Rule 60A-1.006(3), Florida Administrative Code, which governs the procedure
for and consequences of termination for cause.
2.07 Performance Standards. The Contractor must warrant that all work performed complies
with customary, reasonable, and prudent standards of care in accordance with the industry and must
perform Consulting Services in a professional manner. The Contractor and the Eligible User shall
set forth the performance standards particular to the Consulting Services in the Purchase Document.
The Contractor agrees that if the level of performance of Consulting Services is not to industry
standard, that the Department, in its sole discretion, may consider such failure as a default and
unilaterally terminate this Contract, pursuant to Section 2.06, herein. Except as expressly stated in
this section 2.07, there are no warranties, expressed or implied. THE CONTRACTOR
DISCLAIMS ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR
A PARTICULAR PURPOSE.
2.08 Insurance Requirements. The Contractor must cant' as a minimum $1,000,000.00 of
general liability coverage, which shall include errors and omissions coverage, or the aggregate total
of all Purchase Documents outstanding at any one period of time, whichever amount is greater.
The Contractor shall add the Department as an additional insured on the general liability coverage.
The insurance shall cover all of the Contractor's operations under this Contract and shall be
effective throughout the Term of this Contract, as well as any renewals or extensions thereto. It is
not the intent of this Contract to limit the types of insurance otherwise required by this Contract or
that the Contractor may desire to obtain or be required to obtain by law. The Contractor must
submit a Certificate of Insurance indicating coverage for general liability purposes and additional
insured coverage, and shall maintain and pay for same throughout the Term of this Contract. A
Certificate of Insurance indicating adequate coverage shall be submitted to the Eligible User prior to
the issuance of any Purchase Document. Any and all insurance policies shall be through insurers
qualified to do business in Florida.
2.09 ADA Requirements/Unauthorized Aliens. Contractor assumes the sole responsibility for
compliance with all laws, rules and regulations stated in the Americans with Disabilities Act.
The Contractor acknowledges and affirms that the employment of unauthorized aliens by the
Department Contractor
02-1044
Contractor shall be • considered a violation of Section 247A(e) of the Immigration and
Nationalization Act. If the Contractor knowingly employs unauthorized aliens, such violation
shall be cause for unilateral cancellation of the Contract by the Department. The Parties agree
that failure to comply with this section shall be grounds for termination of this Contract in
accordance with Section 2.06 herein. By reference, Contractor affirms that it is not in violation
of either law at the present time.
2.10 Non -Discrimination and Equal Opportunity. The Contractor agrees to not discriminate
on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's
status in its operation management and employment practices and with respect to availability and
accessibility of products and/or product services to the public. The Contractor agrees to comply
with all applicable laws of the State of Florida and of the United States of America, regarding
such non-discrimination and equality of opportunity.
Furthermore, in accordance with Section 287.134, Florida Statutes, an entity or affiliate who has
been placed on the discriminatory vendor list may not submit a bid on a contract to provide
goods or services to a public entity and may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under contract with any public entity, and may not transact
business with any public entity. By reference, the Contractor submits that it is not in violation of
either law at the present time. The Parties agree that a violation of this section shall constitute
sufficient grounds for termination as stated in Section 2.06, herein.
2.11 Public Entity Crime. The Contractor certifies that during the Term of this Contract and
any renewals thereof as contained in Section 1.03 herein, that the Contractor is not listed on the
convicted vendor list by the Department or any convicted vendor list maintained by the Federal
Government. The Contractor agrees that it may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant for the Department for a period of thirty-six (36) months
from the date of being placed on the convicted vendor list. A "person" or "affiliate" includes any
natural person or any entity, including predecessor or successor entities or any entity under the
control of any natural person who is active in its management and who has been convicted of a
public entity crime (Section 287. 133, Florida Statutes). The Parties agree that a breach of this
section shall constitute sufficient grounds for termination as contained in Section 2.06, herein.
2.12 Patents and Royalties. The Contractor, without exception, shall indemnify and hold
harmless the Department from liability of any nature or kind, including cost and expenses for or
10 _SAAW C
Department Con actor
02-1044
on account of any copyrighted, patented, or unpatented invention, process or article supplied by
the Contractor. Further, if such claim is made or is pending, the Contractor may, at its option
and expense, procure for the Department the right to continue use of, replace or modify the
article to render it noninfringing, or accept the return of the article and reimburse the Eligible
User for all costs incurred. If the Contractor uses any design device, or materials covered by
letters, patent or copyright, it is mutually agreed and understood without exception that the
negotiated prices shall include all royalties or costs arising from the use of such design, device,
or material in any way involved in the work.
2.13 Intellectual Property. Unless otherwise expressly agreed to, any ideas, concepts, know-how,
data processing techniques, data compilations, software, documentation, diagrams, schematics or
blueprints developed by the Contractor personnel in connection with this Contract shall be the
exclusive property of the Eligible User. The Parties agree that any joint or future software
development effort shall be subject to a separate agreement signed by the Eligible User and the
Contractor, wherein all ownership and license rights to such developed product shall be specified in
detail. In the absence of such agreement, each party shall maintain sole ownership of its own
protectable proprietary materials, which are developed or owned solely by the Eligible User or the
Contractor, respectively. Nothing in this Agreement shall affect in any way the Department,
Contractor, or third party, ownership of all right, title and interest in and to any existing contractor,
or third party, system software, application software, routines, techniques, ideas or formulae which
may be utilized in whole or in part by either Party in performing services hereunder, or any
modifications, enhancements or derivative works thereof, which shall remain solely the property of
the Contractor.
2.14 Assignment. The Contractor may not sell, assign or transfer any of its rights, duties or
obligations under this Contract without the prior written consent of the Department. However,
the Department shall have the ability to assign this Contract provided it provides written notice
to Contractor of its intent to do so.
2.15 Governmental Restrictions. in the event any governmental restrictions may be imposed
that would necessitate alteration of the material, quality, workmanship or performance of the
products and/or product services offered in this response prior to their delivery, it shall be the
responsibility of the Contractor to immediately notify the Department in writing, indicating the
specific regulation that requires the alteration. The Department reserves the right and the
11 LM "
Department Con for
02-1044
complete discretion to accept any such alteration or to cancel the Contract at no further expense
to the Department, pursuant to Section 2.06 herein.
2.16 Legal Requirements. If any dispute arises out of this Contract, the venue of any such
legal recourse will be Leon County, Florida. The Parties agree that any and all applicable
provisions of Federal, State, County and local laws, ordinances, rules and regulations shall
govern this Contract. The Parties agree that should a dispute arise regarding the subject matter
herein, which results in litigation, the prevailing party shall be awarded reasonable attorneys'
fees and costs for such litigation and any and all appeals.
2.17 Notice. All notices under this Contract to be served upon the Department shall be served
by certified mail, return receipt requested, by reputable air courier service, or delivered
personally to each of the following:
Department of Management Services
Division Director
Division of State Purchasing
4050 Esplanade Way
Tallahassee, FL 32399-0950
Department of Management Services
Office of the Secretary
4050 Esplanade Way
Tallahassee, FL 32399
Department of Management Services
Office of the General Counsel
4050 Esplanade Way
Tallahassee, FL 32399
All notices under this Contract to be served upon the Contractor shall be served by certified mail,
return receipt requested, by reputable air courier service, or delivered personally to:
Bob Abernathy, Director, Public Sector
Unisys Corporation
1545 Raymond Diehl Road
Tallahassee, Florida 32308
The Parties agree that any change in the above -referenced address or name of the contact person
shall be submitted in a timely manner to the other Party.
2.18 Workers' Compensation Insurance Requirements. The Contractor shall procure and
12_
Department Con actor
02-1044
maintain throughout the Term of this Contract, Workers' Compensation Insurance for all of its
employees connected with the work of this project and, in case any work is subcontracted, the
Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance
for all of the latter s employees unless such employees are covered by the protection afforded by
the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation law.
In case any class of employees engaged in hazardous work under this Contract at the site of the
project is not protected under the Workers' Compensation statute, the Contractor shall provide,
and cause each sub -contractor to provide, adequate insurance, satisfactory to the Eligible User,
for the protection of its employees not otherwise protected. The Contractor must submit a
Certificate of Insurance indicating workers' compensation insurance coverage, to the Eligible
User at the time the Purchase Document is drawn.
2.19 Lobbying. Pursuant to 216.347, F.S., the Contractor may not expend any state funds for
the purpose of lobbying the Legislature, the judicial branch, or a state agency.
2.20 Internet Home Page. This Contract is a public document. The Department is using My
Florida.com on the World Wide Web (WWW) to distribute State Term Contracts and product
information to Eligible Users and other interested entities. While not required at this time, each
Contractor is encouraged to develop and maintain a home page on the WWW. The home page
must be compatible with the most recent version of browser software being used by the State of
Florida, State Technology Office. As of the writing of this Contract, Microsoft Internet Explorer
5 is the browser standard. The Department intends to upgrade to new browser versions, as they
become available and fully tested, at its discretion. The Universal Resource Locator (URL) for
the Contractor's home page must be listed in the space provided on the Ordering Instructions
page of the Contract.
2.21 Confidential Information. Each Party may have access to confidential information made
available by the other. The Parties agree that each party shall protect such confidential
information in the same manner as it protects its own confidential information of like kind.
Disclosure of any confidential information received by the State of Florida will be governed by
the provisions of the Florida Public Records Act, Chapter 119, Florida Statutes.
2.22 Independent Contractor. In connection with this Contract, each Party is considered an
independent contractor and as such will not have any authority to bind or commit the other.
13 l/u�
Department Cond or
02-1044
Nothing herein shall be deemed or construed to create a joint venture, partnership or agency
relationship between the Parties for any purpose.
2.23 Force Majeure. Neither party shall be liable for any delays or failures in performance due
to circumstances beyond its control, provided said Party experiencing the force majeure
condition provides immediate written notification to the other Party and takes all reasonable
efforts to cure said condition.
2.24 Advertising. No Contractor advertising or publicity, including, but not limited to press
releases and references, is allowed unless the Contractor receives prior written permission from
the Department. The Contractor shall not use the Department's name, or the State of Florida, or
any other identifying marks or property for any advertising or publicity purposes unless the
Contractor receives prior written approval from the Department.
2.25 Key Personnel Assignment. The Contractor agrees that in the event it becomes necessary
for the Contractor to change key personnel while performing the services hereunder, substitution
of said personnel shall take place upon the Eligible User's prior written consent. Failure to
notify the Eligible User prior to the change of key personnel or a substantial change in key
personnel as determined by the Eligible User may be sufficient cause for default of this Contract
pursuant to Section 2.06, herein.
2.26 Severability Clause. The Parties agree that if any term or condition herein is deemed void
or unenforceable by a court of competent jurisdiction, the other provisions are severable from
that void provision and shall remain in full force and effect.
2.27 Appropriations. The Parties agree that the Eligible User's performance and obligation to
pay under this contract is contingent upon an annual appropriation by the Legislature. In the
event the appropriation is not made, the Contractor shall not be entitled to file a claims bill.
2.28 Conflict of Interest. The Contractor agrees to disclose the name of any officer, director,
or agent who is also an employee of the State of Florida, or any of its agencies. In addition, the
Contractor also agrees to supply the name of any State employee who owns, directly or
indirectly, an interest of five percent (5%) or more in Contractor.
2.29 Addition/Deletion. The Parties agree that the Department reserves the right to add or to
delete any products and/or product services from this Contract when deemed to be in the State's
best interest.
14 LM W cV.
Department Contr for
02-1044
2.34 Waiver. The delay or failure by the Department to exercise or enforce any of its rights
under this Contract shall not constitute or be deemed a waiver of that Party's right thereafter to
enforce those rights, nor shall any single or partial exercise of any such right preclude any other
or further exercise thereof or the exercise of any other right.
2.31 Interpretation. The Parties agree to the following rules regarding the interpretation of this
Contract: i.) the Florida Statutes, the Florida Administrative Code and other Florida law shall
govern any inconsistencies in this Contract, ii.) headings and captions are for convenience only
and are not to be used in the interpretation of this Contract, iii.) all references to Sections and
Exhibits are to Sections and Exhibits contained in this Contract, iv.) the provisions of the
Exhibits are incorporated in this Contract, and in the event of a conflict, the terms and conditions
of the Contract govern over any terms and conditions set forth in the Exhibits.
2.32 Contract Administrator. The Department shall name a Contract Administrator during the
Term of this Contract whose responsibility shall be to maintain this Contract. The Contractor
shall provide written notice of any contract changes to the Contract Administrator. The Contract
Administrator is currently Maureen Livings and the contact information is contained in the
Section 2.17, entitled Notice, herein.
2.33 Drug Free Workplace Program. The Contractor agrees to implement a drug free
workplace program as defined in 287.087, Florida Statutes, throughout the Term as defined in
Section 1.03, herein.
2.34 Waiver of Jury Trial. The Contractor agrees that in the event litigation ensues regarding
this Contract, that the Contractor waives its right to a jury trial.
2.35 Performance Bond. The Contractor agrees to provide the Eligible User with a
performance bond in the total amount of the Purchase Document guaranteeing that the
Contractor will perform all Consulting Services according to this Contract, within the time
stipulated and agreed pricing, if the Purchase Document meets or exceeds Category Five, or
$250,000. In addition, Contractor agrees to provide the Eligible User a performance bond,
regardless of the category amount, in the total amount of the Purchase Document if any item,
portion, or part of the scope of work contained in the Purchase Document includes modifying,
maintaining, or fixing any data file systems (i.e. flat file, indexed file, or database structure) or
source code programs pertaining or relating to State of Florida owned systems software and/or
applications software. Notwithstanding the above, the Parties agree that if the Contractor
15 IM IYAK (2- C11
Department Con for
02`1044
performs such services on a time and materials basis rather than a fixed deliverable basis, and
has acquired professional liability insurance with adequate coverage for the project covered by
the Eligible User's Purchasing Document, the Parties may exempt the Contractor from the
performance bond requirement with the written consent of the State of Florida's Chief
Information Officer of the State Technology Office, or his or her duly authorized designee, as
defined in Section 282.102, Florida Statutes. The Contractor shall provide the performance bond
to the Eligible User and a copy to the Department before any Consulting Services commence.
Said bond shall be issued by a reliable surety company, licensed to do business in the State of
Florida and approved by the Federal Department of Treasury. The Eligible User and the
Contractor shall not issue numerous Purchase Documents to evade the intent of this section.
2.36 Effective Date. The effective date of this Contract shall be the date last ascribed
hereinbelow.
2.37 Entire Agreement. This Contract contains all the terms and conditions agreed upon by the
parties. No oral agreements or representations shall be valid or binding upon the
Department, an Eligible User or the Contractor unless expressly contained herein or by a
written amendment to this Contract, which is not in conflict with the terms and conditions
of this contract.
16 uuw
Department Con ' ctor
02-1044
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be executed,
on the dates shown below their respective names.
"DEPARTMENT"
MU M-1XIM
Print name: McItSSA Wcbosq i7bMj06 lc2
"CONTRACTOR"
Signature
Print name:r'-
Title: De Dinrcf TSSfu+e PNrchojsih3 Title: '� r�"•`(-f c�.c �r�l cc�,c��i
Date: _ -1 I I a 10 -2 -
Approved
Approved as to form and legality by
the Department General Counsel's Office
Print name: CH ;/N
Date: (4S
Date: 711 L/ :1 2 -
17 t -U AV -
Department Con` n r ctor
02-1044
Exhibit "A" — Portfolio of Services
Unisys Corporation
Unisys Corporation is an established and stable company with more than 100 years of corporate history. We
were originally chartered in 1886 as the Burroughs Adding Machine Company. Our name changed to Unisys
Corporation following the merger with Sperry Corporation in 1986.
Unisys is one of a select group of global companies with the broad portfolio of services, technologies, and
business partners alliances needed to deliver the total benefits of information management. In 2001, Unisys
37,000 personnel achieved total worldwide revenue of $6 billion attributable to a portfolio of services, systems,
and support, helping customers manage information for tangible business results. This success is built on
combining technical expertise with an in-depth knowledge of the industry trends and business challenges facing
clients.
Chairman, President, and CEO of Unisys, Larry Weinbach, articulates our mission well: "These are exciting
times at Unisys.... We tightened our strategic focus on providing solutions for two markets: information services
and enterprise -class servers. And I stress the term `solutions' because our business is helping clients become
more successful by using technology to help them solve their business problems."
Unisys delivers professional and technical services through major business units—Global Industries (GI),
Global Network Services (GNS), Systems and Technology (S&T), Global Outsourcing (GO), Federal
Government Group (FGG), and Enterprise NT Services.
For more than 50 years, Unisys has developed, managed, and integrated solutions in complex, mission -critical
environments for clients in financial services, government, communications, transportation, and commercial
markets. Today, systems integration represents more than half of Unisys worldwide services business. Most of
this business is carried out by the Unisys Global Industries Group, which designs, builds, and delivers client -
specific business solutions that are integrated with new or existing hardware, packaged and custom software,
and communications protocols and networks. Unisys integrates these solutions into a client's business
environment and current technology infrastructure, taking advantage of what is already in place to help clients
protect their IT investments.
18
Department Con ctor
02-1044
Exhibit `B" — Labor Categories/Rates Schedule
Unisys Corporation
Management Consulting Services:
Standard Rate
Discounted
Position
Minimum
per Hour
State Rate
Principal
4 hours
$400
$320
Project Director
4 hours
$370
$315
Senior Systems Architect
4 hours
$325
$276
Senior Project Manager
4 hours
$300
$255
Integration Architect
4 hours
$275
$234
Project Manager
4 hours
$250
$213
Technology Architect
4 hours
$225
$192
Consultant 1
4 hours
$210
$179
Systems Architect
4 hours
$210
$179
Sr. Systems Analyst
4 hours
$210
$179
Consultant 2
4 hours
$170
$145
Systems Analyst
4 hours
$170
$145
Consultant 3
4 hours
$140
$119
Programmer/Analyst
4 hours
$140
$119
Consultant 4
4 hours
$110
$94
Sr. Programmer
4 hours
$110
$94
Technical Associate
4 hours
$95
$81
Programmer
4 hours
$95
$81
Unisys Corporation offers a wide range of professional services to support the design, development, testing,
training, conversion, implementation and management of computer applications and systems.
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. They manage and/or deliver large projects, typically with multi-year
contracts, multiple subcontractors and numerous deliverables.
19 tJ�l1
Department ConActor
02-1044
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 cross functional lines, resulting in one focal point for all management
activity required to accomplish the specified goals. Their ultimate measure of success is the delivery of 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 assigned depends on the specific
needs of an 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. Develops 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 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 develop client support pians for complex systems and/or major
projects
Consultant 2 functions as the technical lead on small projects or portions of larger projects. This individual
provides leadership to junior consultants, 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. This individual assesses, gathers and
evaluates client capabilities and needs. In addition, he coordinates work among specialists, solution engineers
and clients as well as assists with the design and development of software applications as required.
Consultant 4 works under the general supervision of more senior consultants. This indivudual assists with
assessing, gathering and evaluating client capabilities and needs. He analyzes, designs, develops, implements,
and maintains a variety of client environments, solutions, and training coursework.
20 Jl� r
LM d
Department Con / ctor
02-1044
Technical Associate entry-level consultant works under the supervision of more senior consultants. He
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. He 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. He provides
maintenance and technical support on solutions using current and emerging technologies.
Senior Systems Architect provides overall design and implementation 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
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 implementation of programs for
numerous application languages.
Programmer provides assistance with development and implementation of programs for numerous application
languages.
21
Department Contrictor
02-1044
—,f% .1 "A A
NETWORK ANDDESKTOP SUPPORT SERVICES
Help Desk Services
Help Desk How to Service - Unisys Help Desk services provide end-user level one "how to" support for
industry leading "shrink-wrapped" software applications. Unisys will provide support for current versions plus
two previous releases. This support is available 7:OOAM to 7:OOPM Monday through Friday, excluding Unisys
recognized holidays. Standard services included are: dedicated phone line access to our help desk facilities,
electronic monthly call summary reports, and up to 15 days of discovery and implementation consulting.
Additional hours will be charged using the rates below.
The price for this service is $28.00 per call. The minimum number of calls is 500 per month. All agreements
are for a 12 -month period.
Select Plus Service — Unisys Help Desk Select Plus service includes the services identified above plus a
dedicated phone line with customized greeting, additional reporting options - i.e., weekly/daily electronic
reprints, single point of contact with referral and escalation support and up to 22 days of discovery and
implementation consulting. The price for this service is $24.00 per call. The minimum number of calls is 1,000
per month. All agreements are for a 12 -month period.
Unisys performs an analysis of the client's current server environment, desired enhancements, and on-going
support requirements. Once the assessment is complete, Unisys designs and implements a plan to migrate from
current environment to desired future architecture.
22 &MPY L
Department Contrfor
02-1044
Exhibit "C" -ORDERING INSTRUCTIONS ---
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
SPURS VENDOR NUMBER: F-380387840-002
VENDOR: Unisys Corporation (A) Attn: Bob Abernathy
STREET ADDRESS OR P. O. BOX: 1545 Raymond Diehl Road
CITY, STATE, ZIP: Tallahassee, Florida 32308
TELEPHONE: 850-298-5613
ORDERING FAX NO.: 850-298-5696
SERVICES INFORMATION: DIRECT INQUIRY TO:
NAME AND TITLE: Bob Abernathy, Director, Public Sector
ADDRESS: 1545 Raymond Diehl Road
CITY, STATE, ZIP: Tallahassee Florida 32308
TELEPHONE: 850-298-5613
URL HOME PAGE ADDRESS: hU://www.unisys.com
ELECTRONIC MAIL ADDRESS: Robert.Abernathy@unisys.com
23 wlw � r,
Department Con for
02—tO-44
252-024-01-1 = Computer Software: Symantec
Computer Software: Sym 6ntec
252-024-01-1
Effective: 03/23/01 through 03/22/04
Certification
Special Conditions
Price Sheet
Ordering Instructions
Revisions
Complete Contract
Contractors
Symantec
http://www.symantec.com/refemce/govt/
Page 1 of 1
02-1044
hq://v,rww.myflorida.com/st—contracts/25202401 1/ 8/22/2002
Suite 315
CERTIFICATION OF CONTRACT
TITLE: Computer Software: Symantec
CONTRACT NO.: 252-024-01-1
BID NO.: Negotiated
EFFECTIVE: March 23, 2001 through March 22, 2004
SUPERSEDES: New
CONTRACTOR(S): Symantec Q
Page 1 of 2
Suite 315
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH
MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF WILLIAM SPENCER A
(850) 921-6027, SUNCOM 291-6027, E-MAIL: spencebna_,dms.state.fl.us
(Rev 10 May 02)
A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of
Management Services on March 23, 2001, 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 Symantec
Software & Maintenance 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 State 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 State Purchasing
for receipt no later than 90 days prior to the expiration date of this contract.
02-1044
http://www.myflorida.com/st—contracts/25202401 I/certification.htna 8/22/2002
Suite 315
Authorized Signature (date)
WS/kep
Attachments
02-1044
Page 2 of 2
http://www.myflorida.com/st—contracts/25202401 1/certification.htin 8/22/2002
SPECIAL CONDITIONS Page 1 of 9
SPECIAL CONDITIONS
PURPOSE
The purpose of this Negotiation is to establish a 36 month contract for the purchase of Symantec
License, and Maintenance Services by all State of Florida agencies and other eligible users in
accordance with the following Eligible Users paragraph. It is anticipated that the contract will be
effective from March 23, 2001 through March 22, 2004.
ELIGIBLE USERS
Under Florida Law use of State contracts shall be available to political subdivisions (county, local
county board of public instruction, municipal, or other local public agency or authority) State
Universities and private non-profit, educational facilities as defined in Section 240.605 F.S. and the
Commission for the Transportation Disadvantaged as defined in Section 287-042 (2)(a).
OPTIONAL CONTRACT USAGE
In addition to the eligible users referenced above with the consent of the successful respondent(s)
purchases may be made under the terms and conditions of this Negotiation, by government entities
located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and
regulations shall apply to purchases made under this contract.
ESTIMATED QUANTITIES
It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately
$1,000,000 under any contract resulting from this Negotiation. These estimated figures are given only
as a guideline for preparing your Negotiation response and should not be construed as representing
actual figures under the contract.
SPECIAL ACCOMMODATIONS
Any person requiring a special accommodation at Division of State Purchasing because of a disability
should call Division of State Purchasing at (850) 488-8440 at least five (5) workdays prior to any
meeting. If you are hearing or speech impaired, please contact the Division by using the Florida Relay
Service, which can be reached at 1 (800) 955-8771 (TDD).
SPECIAL SALES OFFERS
All purchases made from State contracts by eligible users must be in strict adherence to all terms,
conditions and prices contained therein; therefore, all contract suppliers and their representatives are
required to present any "special" price proposals directly to Division of State Purchasing.
SALES PROMOTIONS
It is understood that sales promotions may occur during the term of the contract that will lower the
prices of some products for the period of the sales promotion. Any such reduction shall appear on the
using agency invoices.
Sale pricing shall be made available to all users of the contract, with the exception of sale pricing that
may be extended to educational institutions. The contractor to Division of State Purchasing shall
document sales promotions in writing. Contractor shall specify start and ending dates of the sales
promotion. Division of State Purchasing will not accept sales promotions specifying limited quantities
or closeouts.
DELIVERY REQUIREMENTS
All prices offered shall include delivery to purchaser within 14 days.
02-JO44
http://www.myflorida.com/st—contracts/25202401 l/conditions.htm 8/22/2002
SPECIAL CONDITIONS
Page 2 of 9
02-1044
http://www.myflorida.com/st—contracts/25202401 1/conditions.htin 8/22/2002
SPECIAL CONDITIONS Page 3 of 9
NOTICE TO CONTRACTOR
The employment of unauthorized aliens by any contractor is considered a Violation of section 247A(e)
of the Immigration and Nationalization Act. If the contractor knowingly employs unauthorized aliens,
such violation shall be cause for unilateral cancellation of the contract.
PUBLIC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public entity, may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with
any public entity, and may not transact business with any public entity in excess of the threshold amount
provided in f.s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed
on the convicted vendor list.
DISCRIMINATION
In accordance with Section 287.34, Florida Statutes, an entity of affiliate who has been placed on the
discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on lease of real property to a public entity, may not award
or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public
entity, and may not transact business with any public entity.
AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS•
On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service
Locations, this information shall be provided by the vendor as part of the negotiation package in hard
COPY
SURCHARGE FEE AND SUMMARY OF TOTAL SALES
Division of State Purchasing hereby imposes a vendor surcharge fee of .5% (1/2 of 1%) on contractors'
sales under any contract resulting from this negotiation. The fee will be paid by the contractor and must
be included in submitted prices and cannot be added as a separate item. Use of this contract will be
optional by State Agencies. If a State Agency elects to purchase from a source other than the resulting
State contract, such purchases shall be in accordance with Chapter 287, F.S., and 60A Florida
Administrative Code.
After receipt of payment from the contract purchases, all vendor surcharge fees shall be payable to the
State of Florida no later than 15 days after the end of each quarter.
Vendor surcharge fee and contract number should be noted on the check and remitted to:
State of Florida
Department of Management Services
P.O. Box 5438
Tallahassee, FL 32314-5438
Contract supplier shall furnish Division of State Purchasing a detailed summary of sales at the end of
each quarter. By submission of these Sales Summary reports and corresponding vendor surcharge
deposits, the contractor(s) is certifying their correctness. All such reports and fee deposits shall be
subject to audit by the State of Florida. Summary information shall be provided each quarter and shall
include the following.
02-1044
http://www.myflorida.com/st—contracts/25202401 1/conditions.htin 8/22/2002
SPECIAL CONDITIONS Page 4 of 9
A. State Contract Number -
B. Identity of purchaser _
C. Type of software sold
D. Total sales of software/New license sales per quarter and year-to-date
E. Total sales of upgrade (maintenance) releases and upgrades purchased per quarter and year-to-
date
F. Total sales per quarter and year-to-date
Failure to comply with these requirements will result in the contract supplier being found in default, in
which case any and all re -procurement costs and all outstanding vendor surcharge fees may be charged
against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by
Division of State Purchasing.
To comply with this provision of the contract, Symantec has elected to appoint a reseller to provide the
pricing web site, the quarterly reports and the user fee directly to the State. Any questions should be
addressed first with the appointed reseller.
PRICE LISTS
On any contract where pricing is based on a Manufacturer's or Dealer's published price list (net or
discounted), the price list must be provided by the respondent as part of the package in hard copy, and
on a 3.5 inch diskette as a Word or Excel document. Any subsequent revisions shall be submitted in the
same format to State Purchasing Contract Administrator, for review and approval prior to
implementation. Updates may be submitted by e-mail or diskette.
The Contract resulting from this negotiation will become a public document. The State of Florida, State
Purchasing is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW)
to distribute State Term Contracts and product information.
Each Contract Vendor shall develop and maintain a State Contract Web Page on the Internet WWW to
post the State Contract prices. This site must be dedicated to the State of Florida Contract. Access to
the site and its information cannot be password protected. The Page must be compatible with the most
recent version of browser software being used by State Purchasing. As of the writing of this solicitation,
Netscape Navigator 3.0 is the State Purchasing Browser standard. State Purchasing intends to upgrade
to a new browser version as it becomes available and fully tested, at its discretion.
State Contract Page must be as follows:
➢ Solely for current contract pricing
➢ Additional links or information may be placed on the left edge of the screen to access additional
product literature, the vendor's home page, the history of the company, etc.
➢ The center of the screen contains information and pricing that relates to only the terms on the
contract being served.
➢ The Universal Resource Locator (URL) for the Internet Page must be supplied to Purchasing prior
to the implementation of the contract.
Failure to follow the above specifications as required in this section will be grounds for the link being
broken from the State Contract and may be grounds for removal from the contract.
02-1044
http://www.myflorida.com/st—contracts/25202401 I/conditions.htrn 8/22/2002
SPECIAL CONDITIONS Page 5 of 9
WARRANTY -
Contract shall warrant that the Software licensed to Eligible Users s'all operate in substantial
conformance with the applicable documentation for one (1) year from date of delivery provided that
Eligible Users adhere to the minimum configuration guidelines and other restrictions in the applicable
documentation. Warranty does not reactivate to an additional 1 year with each or any up -date that
Vendor provides to Eligible Users as part of maintenance services.
Vendor does not warrant that use of the Software will detect or block all computer viruses. Purchaser
acknowledges that unknown viruses can be created and distributed at anytime and that, at a minimum, a
pattern update must be implemented correctly, in a timely fashion and prior to infection to protect a
system from loss of data and other damages caused by computer
viruses. Vendor's liability under these general and Special Conditions is subject to the limitations set
forth in the section entitled "LIMITATIONS OF REMEDIES."
YEAR 2000 COMPLIANCE
WARRANTY:
For purposes of this Year 2000 warranty, the term "Product" shall include software, firmware,
microcode, hardware and embedded chip technology.
Vendor warrants that the Product is Year 2000 Compliant. All versions of the Product offered by the
vendor and purchased by the State, for which Vendor is obligated to provide maintenance service are,
and in the future, will be, Year 2000 Compliant. Year 2000 Compliant means the Product will include
the ability to: consistently handle date information before, during, and after January 1, 2000, including
accepting date input, providing date output, and processing dates; function before, during and after
January 1, 2000, without the need for program changes caused by the advent of the new century;
properly handle all date related information before and following Jan 1, 2001, including but not limited
to accurate and reliable performance in processing date and date related data, including calculating,
comparing and sequencing; properly process any and all date calculations before, on and after the leap
year date of February 29, 2000 and store and provide output of date information in ways that are
unambiguous as to century.
The duration of this warranty and the remedies available to the State for breach of this warranty shall be
as defined in, and subject to, the terms and limitations of any general warranty provisions of this
contract, provided that notwithstanding any provision to the contrary in such warranty provision(s), or in
the absence of any such warranty provision(s), defects in the Product with regard to Year 2000
Compliance, if any, will be corrected by Vendor at Vendor's cost within a timeframe mutually agreed
upon with the State. Vendor cannot be held responsible for errors resulting from devices or systems
external to this contract which are permitted to directly access any database provided under this
Agreement and overwrite Product date fields or from the users' improper integration of non -Year 2000
Compliant systems. Nothing in this warranty shall be construed to limit any rights or remedies the State
may otherwise have under this contract with respect to defects other than Year 2000 performance.
REMEDY CLAUSE:
In the event of any decrease in product functionality related to time and date related codes and internal
subroutines that impede the hardware or software programs from operating beyond the Millennium Date
Change, Licensors and Vendors of Licensors products, agree to immediately make required corrections
to restore hardware and software programs to the same level of functionality as warranted herein at no
charge to the licensee, and without interruption to the ongoing business of licensee, time being of the
essence.
02--x.044
http://www.myflorida.com/st—contracts/25202401 1/conditions.htin 8/22/2002
SPECIAL CONDITIONS
Page 6 of 9
02-1044
http://www.myflorida.com/st—contracts/25202401 1/conditions.htm 8/22/2002
SPECIAL CONDITIONS Page 7 of 9
RESELLERS:
All products bid under this bid/contract will be Year 2000 compliant. Yeai_2000 Compliant means the
Product will include the ability to: consistently handle date information before, during, and after January
1, 2000, including accepting date input, providing date output, and processing dates; function before,
during and after January 1, 2000, without the need for program changes caused by the advent of the new
century; properly handle all date related information before and following January 1, 2001, including but
not limited to accurate and reliable performance in processing date and date related data, including
calculating, comparing and sequencing; properly process any and all date calculations before, on and
after the leap year date of February 29, 2000 and store and provide output of date information in way
that are unambiguous as to century. Resellers may provide a "pass through warranty" from the
manufacturers/software developer, which meets all the warranty requirements by the State, and which
shall include all other warranties provided by the manufacturer or software developer. Reseller shall be
responsible for warranty assurance, assistance, enforcement and any other actions or remediation,
required to satisfy warranty requirements.
FORCE MAJEURE
Neither parry shall be liable for any delays or failures in performance due to circumstances beyond its
control.
LIMITATION OF REMEDIES
Contractor's entire liability and the State's exclusive remedy shall be as follows:
In all situations involving performance or n on -performance of machines or programming (other than
licensed programs) furnished under this Agreement, the State's remedy is (a) the adjustment or repair of
the machine or replacement of its parts by Contractor, or at Contractor's option, replacement of the
machine or correction of programming errors, or (b) if, after repeated efforts, Contractor is unable to
install the machine or a replacement machine, model upgrade or feature in good working order, or to
restore it to good working order, or to make programming operate, all as warranted, the State shall be
entitled to recover actual damages to the limits set forth in this Special Condition. For any other claim
concerning performance or non-performance by Contractor pursuant to, or in any other way related to
the subject matter of, this Agreement or any order under this Agreement, the State shall be entitled to
recover actual damages to the limits set forth in this Special Condition.
If this contract is for purchase of machines, then the following shall apply. Contractor's entire liability
for damages to the State for any cause whatsoever, and regardless of form of action, whether in contract
or in tort including negligence, shall be limited to the greater of $100,000 or the appropriate price stated
herein for the specific machines that caused the damages or that are the subject matter of or are directly
related to the cause of action. The foregoing limitation of liability will not apply to (a) the payment of
cost and damage awards referred to in the General Condition 14 entitled "Patents and Royalties", or to
(b) claims for re -procurement costs or the cost of cover pursuant to State Purchasing Rule 60A-1.006(3)
entitled "Default", or to (c) claims for personal injury or damage to real or tangible personal property
caused by Contractor's negligence or tortious conduct.
If this contract is for the purchase of hardware maintenance services, then the following shall apply:
Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause
whatsoever, and regardless of the form of action, whether in. contract or in tort including negligence,
shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months
maintenance charges for the specific machines under this Agreement that caused the damages or that are
the subject matter of, or are directly related to, the cause of action. Such maintenance charges will be
those in effect for the specific machines when the cause of action arose. The foregoing limitation of
liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14
02-1044
http://www.myflorida.com/st—contracts/25202401 1/conditions.htm 8/22/2002
SPECIAL CONDITIONS Page 8 of 9
entitled "Patents and Royalties" or to (b) claims for re -procurement costs or -costs to cover pursuant to
State Purchasing Rule 60A-1.006(3) entitled "Default", or to (c) claims by Elie State for personal injury
or damage to real property or tangible personal property caused by the Contractor's negligence or
tortious conduct.
If this contract is for purchase of software maintenance services, then the following shall apply:
Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause
whatsoever, and regardless of the form of action, whether in contract or in tort including negligence,
shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months
maintenance charges for the specific software product under this Agreement that caused the damages or
that are the subject matter of, or are directly related to, the cause of action. Such maintenance charges
will be those in effect for the specific software product when the cause of action arose. The foregoing
limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General
Condition 14 entitled "Patents and Royalties", or to (b) claims for re -procurement costs or the cost of
cover pursuant to State Purchasing Rule 60A-1.006(3) entitled "Default", or to (c) claims by the State
for personal injury or damage to real property or tangible personal property caused by Contractor's
negligence or tortious conduct.
If this contract is for services other than hardware or software maintenance, then the following shall
apply: Contractor's entire liability and the state's exclusive remedy for damages to the state for any
cause whatsoever, and regardless of the form of action, whether in contract or in tort including
negligence, shall be limited to actual damages up to the greater of $100,000 or an amount equal to the
charges invoiced for the services which are the subject matter of, or are directly related to, the cause of
action. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards
referred to in "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant
to State Purchasing Rule 60A-1.006(3) entitled "Default", or to (c) claims by the Department for
personal injury or damage to real property or tangible personal property caused by the Contractor's
negligence or tortious conduct
If this contract is for the acquisition of licensed programs, including personal computer licensed
programs, then the following shall apply: Contractor's entire liability and the State's exclusive remedy
shall be as follows: In all situations involving performance or non-performance of licensed programs
furnished under this Agreement, the State's remedy is (1) the correction by the Contractor of licensed
program defects, or (2) if, after repeated efforts, the Contractor is unable to make the licensed program
operate as warranted, the State shall be entitled to recover actual damages to the limits set forth in this
section. For any other claim concerning performance or non-performance by the Contractor pursuant to,
or in any way related to, the subject matter of this Agreement the State shall be entitled to recover actual
damages to the limits set forth in this section. Contractor's liability for damages to the State for any
cause whatsoever, and regardless of the form of action, whether in contract or in tort including
negligence, shall be limited to the greater of $100,000 or the one time charges paid for, or any monthly
license or initial license charges which would be due for 12 months use of the licensed program that
caused the damages or that is the subject matter of, or is directly related to, the cause of action and shall
include any initial or process charges paid to the Contractor. This limitation of liability will not apply to
(a) the payment of cost and damage awards referred to in General Condition 13 entitled "Patents and
Royalties" or to (b) claims for re -procurement costs or the cost of cover pursuant to State Purchasing
Rule 60A-1.006(3) entitled "Default", or to (c) claims for personal injury or damage to real or tangible
personal property caused by the Contractor's negligence or tortious conduct.
Contractor shall hold and save the State harmless for any and all suits and judgments against the State
for personal injury or damage to real or tangible personal property caused by Contractor's tortious
conduct in the performance of this Agreement provided that, (a) the State promptly notifies Contractor
02-1044
http://www.myflorida.com/st—contracts/25202401 l/conditions.htm 8/22/2002
SPECIAL CONDITIONS Page 9 of 9
in writing of any claim, and (b) Contractor shall be given the opportunity, atjts option, to participate and
associate with the State in the control, defense and trial of any claims -_and any related settlement
negotiations and, provided further, that with respect to any claim, or -portion thereof, for which
Contractor agrees at the initiation of such claim that Contractor shall save and hold the State harmless,
Contractor shall have the sole control of the defense, trial and any related settlement negotiations, and
(c) the State fully cooperates with Contractor in the defense of any claim.
In no event, however, will Contractor be liable for (a) any damages caused by the State's failure to
perform the State's responsibilities, or for (b) any lost profits or other consequential damages, even if
Contractor has been advised of the possibility of such damages, or for (c) any claim against the State by
any other parry, except as provided in the hold harmless provision of the preceding paragraph of this
Special Condition and except as provided in the General Condition entitled "Patents and Royalties", or
for (d) any damages caused by performance or non-performance of machines or programming located
outside the United States or Puerto Rico.
QUALITY ASSURANCE
The contractor, during the contract term, upon mutual agreement, will provide reasonable travel and
lodging accommodations for one (1) to three (3) government employees to perform an on site inspection
of the manufacturing process(es) and review of the manufacturer's product quality control(s) and total
quality management program(s). The contractor will reimburse the State for actual transportation cost,
per diem and incidental expenses as provided in Section 112.061, Florida Statutes. It is the State's desire that
the contractor provides demonstration of quality control for improvement rather than postproduction detection.
VISA ACCEPTANCE
The State of Florida has implemented a purchasing card program, using the Visa platform. Vendors
may receive payment from state agencies by the purchasing card in the same manner as other Visa
purchases. Visa acceptance is mandatory but is not the exclusive method of payment. Please
indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the bid.
RENEWAL
State Purchasing reserves the option to renew the period of this contract, or any portion thereof, for an
additional term not to exceed the original contract period. Renewal of the contract period shall be by
mutual agreement in writing.
RESPONSIBILITIES
Symantec Inc. shall maintain and update the licensing records of each eligible agency that purchases
from the contract. In turn, the agencies shall designate a liaison to maintain pertinent records and inform
Peregrine Systems, Inc. of any changes.
DISTRIBUTION OF CERTIFICATION OF CONTRACT
One (1) copy of the Certification of Contract shall be furnished to each contractor as a result of this bid.
No additions, deletions or changes of any kind shall be made to this certification by the contractor
without prior approval of State Purchasing.
ORDER OF PRECEDENCE
If there is a conflict between the Symantec Agreement and the provisions of the General and Special
Conditions then the General and Special Conditions shall take precedence and govern.
02-1044
http://www.myflorida.com/st—contracts/25202401 1/condifions.hbn 8/22/2002
[Contract Number] -- Vendor Information
Computer Software:
252-024-01
Symantec
Vendor Information
Page 1 of 1
Symantec hnp•//www symantee.com/referne/govt/
02-1044
http://www.myflorida.com/st—contracts/25202401 1/order.htm 8/22/2002
250-000-03-1 = IT Hardware
IT Hardware
250-000-03-1
Effective: 08/01/2002 through 07/31/2005
To purchase under this Contract use a Request for Quotes
(Suggested Form).
How to Use this Contract
Products Available
Contractors
Contract
Page 1 of 1
BIZ=iO'`i
http://www.myflorida.com/st—contracts/25000003 1/ 8/14/2002
[Contract Number] -- Vendor Information Page 1 of 1
IT Hardware Contract
250-000-03-1
How to Use this Contract:
To purchase under this Contract use a Request for Quotes (Suggested Form).
Contract Users may find the following Contract Provisions relevant:
r Eligible Customers
Purchase Orders
Trnncnartatian kDpiivPry
Alk
INVTncnertinn Rt Arrontane.
tr Installation
Tnvoirinor k PnvmPnt
MW .1PrvirP
Warranty
I.PacP &- TnctallmPnt Pnrrhaepe
Refurbished & Remanufactured Products
IT hardware Eton*
02-1.044
http://www.myflorida.com/st_contracts/250000031 /How%20to%20Use%20this%20Contr... 8/14/2002
[Contract Number] -- Vendor Information Page 1 of 2
IT Hardware -_
250-000-03-1
Vendor Information
At,
Ace Computers http•//flashecom com/acecomputers/images/fla/deskti
IV,
Acer America http•//www.acer.com/APP/AKC/INTERNET/AACPubli.nt
IVt Cisco http•//www.cisco-fi.com/
Ark
EMC ftp://ftp.emc.com/pub/fusa
T Executive Source http•//www.execsource.com/sfl2000
104.
Fujitsu PC http://www.fujitsupc.com/www/floridaPricing.shtmi
Fujitsu Technology http•//www ftsi Jujitsu com/services/gov/floridastatecc
:r Gateway http://esource.gateway.com/florida
w Hewlett-Packard www.compaq.com/state/florida
:V Innovative Tech http•//Innovativetechinc.com/state/price.htm
.* IBM
:: NEC Solutions http://www.neccomp-com/govt/state/fl/florida.htmi
Oki Data http•//bpx.okidata.com/fi.nsf
;- Spectra Logic http://www.spectralogic.com/common/collateral/misc,
Ab
Stora aTek http://www.storagetek.com/solutions/public--sector/
Ab
1W Sun
A.
Ab
Unisys http//unisys.com/marketplace/state/fl/
qW Xerox http•//idsdocushare2.xids.com/dscgi/ds.py/View/Colle,
IT hardware How
02-1044
hq://www.myflorida.com/st—contracts/25000003 1/order.htm 8/14/2002
[Contract Number] -- Vendor Information
Page 2 of 2
02.-1044
http://www.myflorida.com/st—contracts/25000003 I/order.htm 8/14/2002
CONTRACT Page 1 of
CONTRACT
This Contract, effective the last date signed below, is by and between the State of Florida,
Department of Management Services ("Department"), an agency of the State of Florida with
offices at 4050 Esplanade Way, Tallahassee, Florida 32399-0950, and ****** .. ("Contractor").
The Contractor responded to the Department's Invitation for Bid No. 52-250-000-B for
Information Technology Hardware. The Department has determined to accept the Contractor's
bid and to enter into this Contract in accordance with the terms and conditions of the solicitation.
Accordingly, and in consideration of the mutual promises contained in the Contract
documents, the Department and the Contractor do hereby enter into this Contract, which is a
state term contract authorized by section 287.042(2)(a) of the Florida Statutes (2001).
Contractor is authorized to offer products in the following (sub)categories: *****.
The term of the Contract is from the effective date to July 31, 2005. The Contract
consists of the following documents, which, in case of conflict, shall have priority in the order
listed, and which are hereby incorporated as if fully set forth:
4 Any written amendments to the Contract
r This document
Technical Specifications
• Instructions to Bidders
General Conditions
do 1V' Any purchase order under the Contract
Contractor's bid
STATE OF FLORIDA,
DEPARTMENT OF MANAGEMENT SERVICES
LIM
Date
Approved as to form and legality by the Department General Counsel's Office:
[CONTRACTOR]
By:
Its:
Date
Date
M44ar+dware *46nw
02-1044
hq://www.myflorida.com/st contracts/250000031/CONTRACT%20GENERIC.htm 8/14/2002
CONTRACT
Page 2 of 2
02-1044
hq://www.myflorida.com/st contracts/250000031/CONTRACT%20GENERIC.htm 8/14/2002
25,5-001-01-1 = Principal Technology: Microsoft License, Maintenance, & Services Page 1 of 1
Principal Technology: Microsoft license,
Maintenance, & Services
255-001-01-1
Effective: 02/01/01 through 01/31/04
Certification
Software Special Conditions
Price Sheet
_Ordering Instructions
Revisions
Complete Contract
Contractors
Microsoft Corporation
Software House International
http://www.myflorida.com/st—contracts/255001011/
ht
1p://www.microsoft.com/
hnp://www.shicom/
02-1044
8/22/2002
Suite 315
Page 1 of 2
_ Suite 315
CERTIFICATION OF CONTRACT
TITLE: Principal Technology: Microsoft Software, Maintenance & Services
CONTRACT NO.: 255-001-01-1
BIDNO.: Negotiate (Consulting Services)
23-255-001-V (Software)
EFFECTIVE: February 8, 2001 through February 7, 2004
SUPERSEDES: New (Consulting Services)
255-001-00-1 (Software)
CONTRACTOR(S): Microsoft Corporation (A) (Consulting Services)
Software House International (P) (Software)
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH
MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF WILLIAM SPENCER A
(850) 921-6027, SUNCOM 291-6027, E-MAIL: spenceb(kdms.state.fl.us
(Rev 30 April 02)
A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of
Management Services on January 12, 2001, 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 Software,
Maintenance, and Consulting Services 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 State 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.
02-1044
http://www.myflorida.com/st—contracts/255001 01 I/certification.htin 8/22/2002
Suite 315 Page 2 of 2
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
VA/kep
Attachments
02--1044
http://www.myflorida.com/st—contracts/25 5 001011 /certification.htin 8/22/2002
SPECIAL CONDITIONS Page 1 of 11
SPECIAL CONDITIONS
PURPOSE
The purpose of this Invitation to Bid is to establish a 24 month contract for the purchase of Microsoft
License and Maintenance by all State of Florida agencies and other eligible users in accordance with
Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective from
April 1, 2000 through March 31, 2002.
OPTIONAL CONTRACT USAGE
In addition to the eligible users referenced above with the consent of the successful Bidder(s) purchases
may be made under the terms and conditions of this Invitation to Bid, by government entities located
outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations
shall apply to purchases made under this contract.
ESTIMATED QUANTITIES
It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately
$8,000,000 per year under any contract resulting from this Bid. These estimated figures are given only
as a guideline for preparing your Bid and should not be construed as representing actual figures under
the contract.
PURCHASES UNDER $2,500
Agencies have the option to purchase from non -contract vendors provided the cost is below $2,500.
State agencies are encouraged to use the State Visa Purchasing card for all purchases under $2,500.
SPECIAL ACCOMMODATIONS
Any person requiring a special accommodation at State Purchasing because of a disability should call
State Purchasing at (850) 488-8440 at least five (5) workdays prior to the Bid opening. If you are
hearing or speech impaired, please contact the Division by using the Florida Relay Service, which can
be reached at 1 (800) 955-8771 (TDD).
TECHNICAL SPECIFICATIONS
1. The software specified in this bid will be installed by the end users.
2. All bids must provide a manufacturer's cost plus percentage based on the Microsoft products to a
qualified Microsoft Large Account Reseller.
3. The bidder must bid the latest version of all software.
4. Options to purchase Microsoft's official documentation and diskettes must be included In bid; 3-
1/2" and CD-ROM disk sets, per product pool (Applications, Systems, Server), as applicable.
5. Products and upgrade advantage to be bid under the MASTER AGREEMENT include all
software offered under MICROSOFT CORPORATE SELECT and MICROSOFT EDUCATION
SELECT.
6. Competitive upgrade products available to the end users are listed on the Microsoft Select Price
List, as referenced on the Manufacturer's Certification.
7. The price list referenced on the Manufacturer's Certification, based on the Microsoft
Government Select MVLP-D 50,000 unit level; and Microsoft Education Select MVLP-A
designation, will be used for the purpose of this bid and resultant contract.
02-1044
hq://www.myflorida.com/st—contracts/25500101 I/conditions.htm 8/22/2002
SPECIAL CONDITIONS
Page 2 of 1 I
02--1044
http://v;ww.myflorida.com/st—contracts/25500101 1/conditions.htm 8/22/2002
SPECIAL CONDITIONS Page 3 of 11
8. Upgrade Advantage — Three (2) year upgrade advantage will be offered for this bid and resultant
contract.
9. Options to purchase all Microsoft products under Microsoft Select License and Upgrade
Advantage; Microsoft Education Select.
10. Option to purchase both 3-1/2" and CD-ROM must be included. Vendors shall bid Microsoft
diskettes.
11. The MASTER AGREEMENT includes all software listed in the referenced Manufacturer's
Certification.
12. Product order confirmation, which includes a hard copy document of the number and type of
license ordered shall be supplied to the ordering agencies with their invoice.
13. Large Account Reseller must have at least 5 members certified through the Microsoft Certified
Professional Program at the level of Certified Systems Engineer + Internet, Certified Systems
Engineer, Certified Database Administrator, Certified Solution Developer, Certified Professional
+ Site Building, Certified Professional + Internet, Certified Professional, or Certified Trainer
currently on their Staff. The Large Account Reseller must also have at least 15 members
certified through the Microsoft Sales Certification Training Program to allow for State of Florida
Account Coverage, and Microsoft Trained Sales force for selling products. Copies of the
Certificates must be included in the bid submittal. Failure to do so will result in bid rejection.
14. Reseller must have at least one Microsoft Sales Certified staff member available Monday
through Friday, 8:00 a.m. to 6:00 p.m. EST on weekly except for State of Florida holidays to
answers phone calls and questions.
15. All certifications required in this bid must be completed and returned with your bid. Failure to
comply with this requirement shall result in disqualification of bid. In the event a bid is
submitted by other than the equipment manufacturer, a certification executed by the
manufacturer shall be required stating the bidder is an authorized representative of the
manufacturer. The manufacturer's certification must be executed by the manufacturer's
representative authorized to bind all the manufacturer's branches, dealers/resellers, and/or service
establishments. Dealers/resellers are not authorized to sign this certification on behalf of the
manufacturer. Failure to submit this certification with your bid shall result in disqualification of
the bid.
16. UPGRADE ADVANTAGE
Upgrade Advantage, under Microsoft's MASTERS' AGREEMENT includes:
Master upgrade to include one master of each version of software for which upgrade advantage
maintenance has been purchased.
Master Interim Releases and software change notices for software for which upgrade advantage
has been purchased.
DELIVERY REQUIREMENTS
All prices bid shall include delivery to purchaser within 30 days.
02-1044
http://www.myflorida.com/st—contracts/25500101 1/conditions.htm 8/22/2002
SPECIAL CONDITIONS
Page 4 of 11
DELIVERABLES _
The vendor shall guarantee that the contracting agency will be granted unlimited rights to reproduce, for
the agency's use, materials and reports specifically developed for the department's requirements. If the
vendor contemplates use of materials that are copyrighted, and charging a licensing fee for the right to
reproduce or use such materials, the proposed cost of such a license shall be clearly presented by the
vendor. Such information shall also be included in any material presented in response to later specific
requests for services.
PRICES
All current and future Microsoft Software Licenses shall be sold under the MICROSOFT SELECT
MASTER AGREEMENT and MICROSOFT EDUCATION SELECT MASTER AGREEMENT, for
the term of the contract.
Response shall be submitted in the form of % off list for software listed on the designated
manufacturer's product/price list. The prices and percentage (%) discount offered with the bid shall be
firm against any increase for the entire term of this contract and any renewals thereof. New products
may be added if approved by State Purchasing, utilizing the same percentage discount originally bid,
based on the manufacturer's price in effect at the time the new product is offered.
CONTRACT PRICING
On any contract where pricing is based on a Manufacturer's or Dealer's published price list (net or
discounted), the price list must be provided by the respondent as part of the package in hard copy, and
on a 3.5 inch diskette as a Word or Excel document. Any subsequent revisions shall be submitted in the
same format to State Purchasing Contract Administrator, for review and approval prior to
implementation. Updates may be submitted by e-mail or diskette.
The Contract resulting from this negotiation will become a public document. The State of Florida, State
Purchasing is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW)
to distribute State Term Contracts and product information.
Each Contract Vendor shall develop and maintain a State Contract Web Page on the Internet WWW to
post the State Contract prices. This site must be dedicated to the State of Florida Contract. Access to
the site and its information cannot be password protected. The Page must be compatible with the most
recent version of browser software being used by State Purchasing. As of the writing of this solicitation,
Netscape Navigator 3.0 is the State Purchasing Browser standard. State Purchasing intends to upgrade
to a new browser version as it becomes available and fully tested, at its discretion.
State Contract Page must be as follows:
➢ Solely for current contract pricing
➢ Additional links or information may be placed on the left edge of the screen to access additional
product literature, the vendor's home page, the history of the company, etc.
➢ The center of the screen contains information and pricing that relates to only the terms on the
contract being served.
➢ The Universal Resource Locator (URL) for the Internet Page must be supplied to Purchasing prior
to the implementation of the contract.
Failure to follow the above specifications as required in this section will be grounds for the link being
broken from the State Contract and may be grounds for removal from the contract.
Due to the short time between award & when the vendor must take ownership of the contract, the State
02-1044
http://www.myflorida.com/st—contracts/255001 01 I/conditions.htin 8/22/2002
SPECIAL CONDITIONS Page 5 of 11
is willing to place the pricing on the State's system until May 1, 2000 provided the vendor supplies the
pricing and product list in Word with preset tabs to indicate part number, description, & Florida State
Price.
Diskette must be formatted as:
•'Word for Windows"
• Font: Times New Roman 12
• Preset tabs o_y
•
Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -no landscape
• No Tables
• No Headers or Footers
• No Excel Files
QUANTITY DISCOUNTS
Bidder is urged to offer additional discounts for one time delivery of large single orders of any
assortment of items in the space provided on the price sheets. Such discounts will not be considered in
evaluation of bid.
SALES PROMOTIONS
A contractor, during the term of the contract, may lower prices of products on the contract, for a
specified period of time. The contractor shall document sales promotions to and receive approval of the
Division of Purchasing, prior to offering sales promotions to contract users. Documentation of sales
promotions shall specify starting and ending dates of the promotion, specify list prices and promotional
prices, and shall contain a statement that the promotional prices are available to all contract users. Sixty
(60) days is established as the minimum period of time for which a sales promotion can be offered. Sale
pricing shall be made available on contract items only and promoted to all users of the contract.
Evidence of offering of a sales promotion to a contract user prior to the submittal to and approval of the
Division of Purchasing shall subject the contractor to
removal from the contract.
NO SUBSTITUTIONS
The types/versions of software specified in the Invitation to Bid are compatible with other
systems/software currently installed. Therefore, NO SUBSTITUTES ALLOWED. Compatibility with
existing software allows for warehousing of supplies as well as technical and upgrade advantage support
peripheral software.
AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS:
On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service
Locations, this information shall be provided by the BIDDER as part of the Bid package in hard copy,
and on a 3.5 inch diskette in a Word for windows or Excel file. Any subsequent revisions shall be
submitted in the same format to the DOP CONTRACT ADMINISTRATOR, for review and approval
prior to implementation.
Failure to submit the information required in this section will be grounds for disqualification of your Bid
and/or removal from any resulting contract.
NOTICE TO CONTRACTOR
The employment of unauthorized aliens by any contractor is considered a violation of section 247A(e)
of the Immigration and Nationalization Act. If the contractor knowingly employs unauthorized aliens,
02-1044
http://v.rww.myflorida.com/st—contracts/25500101 I/conditions.htin 8/22/2002
SPECIAL CONDITIONS
such violation shall be cause for unilateral cancellation of the contract.
Page 6 of 11
0-.1044
hftp://www.myflorida.com/st—contracts/255001 01 I/conditions.htin 8/22/2002
SPECIAL CONDITIONS
Page 7 of 11
PUBLIC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list f6llowing a conviction for a
public entity crime may not submit a Bid on a contract to provide any goods or services to a public
entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit Bids on leases of real property to a public entity, may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with
any public entity, and may not transact business with any public entity in excess of the threshold amount
provided in f.s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed
on the convicted vendor list.
SURCHARGE FEE AND SUMMARY OF TOTAL SALES
Division of Purchasing hereby imposes a vendor surcharge fee of .5% (1/2 of 1%) on contractors' sales
under any contract resulting from this negotiation. The fee will be paid by the contractor and must be
included in submitted prices and cannot be added as a separate item. Use of this contract will be
optional by State Agencies. If a State Agency elects to purchase from a source other than the resulting
State contract, such purchases shall be in accordance with Chapter 287, F.S., and 60A Florida
Administrative Code.
After receipt of payment from the contract purchases, all vendor surcharge fees shall be payable to the
State of Florida no later than 15 days after the end of each quarter.
Vendor surcharge fee and contract number should be noted on the check and remitted to:
State of Florida
Department of Management Services
P.O. Box 5438
Tallahassee, FL 32314-5438
Contract supplier shall furnish Division of Purchasing a detailed summary of sales at the end of each
quarter. By submission of these Sales Summary reports and corresponding vendor surcharge deposits,
the contractor(s) is certifying their correctness. All such reports and fee deposits shall be subject to audit
by the State of Florida. Summary information shall be provided each quarter and shall include the
following:
A. State Contract Number
B. Identity of purchaser
C. Total sales per quarter and year-to-date
Failure to comply with these requirements will result in the contract supplier being found in default, in
which case any and all re -procurement costs and all outstanding vendor surcharge fees may be charged
against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by
Division of Purchasing.
RESPONSIBILITIES
The successful bidder shall act as "Agent of Record" during the term of the contract and shall maintain
and update the licensing records of each eligible agency that purchases from the resultant contract. If an
Enrollment Form is required by Microsoft, the bidder will be responsible to contact each agency, upon
receipt of that agency's initial purchase order to have the agency complete the form. In turn, the
agencies shall designate a liaison to maintain pertinent records and inform the Agent of Record of any
changes.
02-1044
http://www.myflorida.com/st—contracts/25500101 l/conditions.htm 8/22/2002
SPECIAL CONDITIONS
Page 8 of 11
WARRANTY _
Contractor shall warrant software media and documentation against defects in workmanship for one (1)
year.
02-x.044
http://www.myflorida.com/st—contracts/25 5 001011 /conditions.htm 8/22/2002
SPECIAL CONDITIONS
Page 9 of 11
YEAR 2000 COMPLIANCE
For purposes of this Year 2000 warranty, the term "Product" shall include software, firmware,
microcode, hardware and embedded chip technology.
Vendor warrants that the Product is Year 2000 Compliant. All versions of the Product offered by the
vendor and purchased by the State, for which Vendor is obligated to provide maintenance service are,
and in the future, will be, Year 2000 Compliant. Year 2000 Compliant means the Product will include
the ability to: consistently handle date information before, during, and after January 1, 2000, including
accepting date input, providing date output, and processing dates; function before, during and after
January 1, 2000, without the need for program changes caused by the advent of the new century;
properly handle all date related information before and following Jan 1, 2001, including but not limited
to accurate and reliable performance in processing date and date related data, including calculating,
comparing and sequencing; properly process any and all date calculations before, on and after the leap
year date of February 29, 2000 and store and provide output of date information in ways that are
unambiguous as to century.
The duration of this warranty and the remedies available to the State for breach of this warranty shall be
as defined in, and subject to, the terms and limitations of any general warranty provisions of this
contract, provided that notwithstanding any provision to the contrary in such warranty provision(s), or in
the absence of any such warranty provision(s), defects in the Product with regard to Year 2000
Compliance, if any, will be corrected by Vendor at Vendor's cost within a timeframe mutually agreed
upon with the State. Vendor cannot be held responsible for errors resulting from devices or systems
external to this contract which are permitted to directly access any database provided under this
Agreement and overwrite Product date fields or from the users' improper integration of non -Year 2000
Compliant systems. Nothing in this warranty shall be construed to limit any rights or remedies the State
may otherwise have under this contract with respect to defects other than Year 2000 performance.
REMEDY CLAUSE
In the event of any decrease in product functionality related to time and date related codes and internal
subroutines that impede the hardware or software programs from operating beyond the Millennium Date
Change, Licensors and Vendors of Licensors products, agree to immediately make required corrections
to restore hardware and software programs to the same level of functionality as warranted herein at no
charge to the licensee, and without interruption to the ongoing business of licensee, time being of the
essence.
RESELLERS:
All products bid under this bid/contract will be Year 2000 compliant. Year 2000 Compliant means the
Product will include the ability to: consistently handle date information before, during, and after
January 1, 2000, including accepting date input, providing date output, and processing dates; function
before, during and after January 1, 2000, without the need for program changes caused by the advent of
the new century; properly handle all date related information before and following Jan 1, 2001,
including but not limited to accurate and reliable performance in processing date and date related data,
including calculating, comparing and sequencing; properly process any and all date calculations before,
on and after the leap year date of February 29, 2000 and store and provide output of date information in
ways that are unambiguous as to century. Resellers may provide a "pass through warranty" from the
manufacturer/software developer, which meets all the warranty requirements by the State, and which
shall include all other warranties provided by the manufacturer or software developer. Reseller shall be
responsible for warranty assurance, assistance, enforcement and any other actions or remediation,
required to satisfy warranty requirements.
02-1044
http://www.myflorida.com/st—contracts/25500101 I/conditions.ht3n 8/22/2002
SPECIAL CONDITIONS
Page 10 of 11
02-1044
http://www.myflorida.conVst—contracts/25500101 I/conditions.htm 8/22/2002
SPECIAL CONDITIONS
Page 11 of 11
COMPENSATION
The contractor must provide all services required to meet the provisions of the contract. In calculating
cost, services include, but are not limited to, consultative services, copyright fees, materials and
equipment rentals. Travel expense, if authorized under the provisions of this agreement, shall be
submitted in accordance with Section 112.061, Florida Statutes. No reimbursement is available to the
contractor beyond the amount agreed and provided for in Sections 112.061 and 287.058, F.S.
VISA ACCEPTANCE
The State of Florida has implemented a purchasing card program, using the Visa platform. Vendors
may receive payment from state agencies by the purchasing card in the same manner as other Visa
purchases. Visa acceptance is mandatory but is not the exclusive method of payment. Please
indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the Bid.
INSURANCE, WORKERS' COMPENSATION
The contractor shall take out and maintain during the life of this agreement, Workers' Compensation
Insurance for all of his employees connected with the work of this project and, in case any work is
sublet, the contractor shall require the subcontractor similarly to provide Workers' Compensation
Insurance for all of the latter's employees unless such employees are covered by the protection afforded
by the contractor. Such insurance shall comply fully with the Florida Workers' Compensation law. In
case any class of employees engaged in hazardous work under this contract at the site of the project is
not protected under the Workmen's Compensation statute, the Contractor shall _provide, and cause each
sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his
employees not otherwise protected.
AWARD
Award will be made to the responsive responsible bidder offering the highest percentage discount
resulting in the lowest net delivered price statewide, to a single Large Account Reseller (USA). The
Government Select Agreement price is based on MVLP-D 50,000 unit level. The Education Select
Agreement is based on 1000 units.
The award will be based on the lowest net delivered cost offered using the following formula: 85% for
Government Select Agreement discount plus 10% for Education Select Agreement discount plus 3% for
Media discount plus 2% for Documentation discount equals the highest award discount. All other
provisions of Awards paragraph, General Conditions, shall prevail.
02-1044
hq://www.myflorida.com/st—contracts/25500101 I/conditions.htm 8/22/2002
[Contract Number] -- Vendor Information Page 1 of 1
Principal Technology: Microsoft License, -Maintenance &
Services
255-001-01-1
Vendor Information
Microsoft Corporation http://www.microsoft.com/
Software House International http://www.shi.com/
02-1044
http://www.myflorida.com/st—contracts/25500101 1/order.htm 8/22/2002
[Contract Number] -- Vendor Information Page 1 of 1
Principal Technology: Microsoft License,Allaintenance &
Services
255-001-01-1
Price Sheets
Microsoft Master Agreement
Microsoft Master Amendment
Microsoft Enterprise Agreement
Microsoft Enterprise Amendment
Microsoft Enterprise Enrollment
Microsoft Select Education Master Agreement
Microsoft Select School Agreement
Microsoft Select Campus Agreement
Education Select Enrollment
Microsoft Services Agreement
Microsoft Services Amendment
Commodity Codes
Price Sheet URL
02-1044
h4://www.myflorida.com/st_contracts/255001011/price.htm 8/22/2002
U.S. Communities: Computers
Page 1 of 2
Founding co-Spanmors
Office Suppe% lyduss$hol supph es Officeiwni#aoe o+ put is
O"W Pratiucls
Computers
• Key Advantages
• Competitive Selection Process
U.S. Communities has arranged deep discounts on leading
brands of computer hardware, software, peripherals, and
technical support.
• Competitively bid by local government
• Fairfax County, VA
o Contract # RQ00-341360-16A-G
o Contract # RQ00-341360-16A Amendment No.3
o Request For Proposal
• Added discounts for large orders
• Commitment to best government pricing
Price lists and product lines offered are updated from
time to time.
Please contact each vendor directly for general information, pricing,
and participation certificate.
Mention U.S. Communities Government Purchasing Alliance.
Home I Contact Us toll free: 800-925-1910
fax: 703-227-2901
uscommunities@comark.com
toll free: 800-278-4685 ext. 3374
fax: 888-726-2406
uscommunities@compusa.com
toll free: 800-211-4952
W://wwwuscommuinties.org/Computerhtml
toll free: 800-426-2255 x
priority code: USCOM
fax: 800-242-6329
uscomm@us.ibm.com
MIC
toll free: 800-952-6198 Op
fax: 888-262-1305
uscommunities@micronpc
toll free: 800-741-439
8/30/2002
of --1044
U.S. Communities: Computers
fax: 605-232-2715
uscommunities@gateway.com
Page 2 of 2
fax: 509-744-8344
uscommunities@softwarespect
U.S. Communities 12175 North California Blvd., Suite 550, Walnut Creek, CA 94696 1 -866 -GPA -SHOP
hnp://www.uscommunifies.org/C.omi)uter.html 8/30/2002
02--1044
rs-`••
DEPARTMENT OF PURCHAMG & SUPPLY MANAGEMENT
. FAIRFA 12000 Gove=ea:CeaterParkway, SUL-, 427
Fairfax, Virginia 22035-0013
COUNTY
RGIN
www.co.fairfax.va.as/dpsm
V I R G I N I A Tek : (703)n4-3201 Fa=: M) n4-nW nYI-ao -M-»4a
MAY 2 2
NOTICE OF AWARD OF CONTRACT
SUBJECT: Computers, Brand Name, Software, Peripherals, Consulting, and Related Services
CONTRACT NUMBER:
COMMODITY CODE:
CONTRACT PERIOD:
RENEWALS:
SUPERSEDES CONTRACT:
CONTRACTOR(S):
SEE ATTACHED
.PRICES: See Attached
DPSM CONTRACTUAL CONTACT:
RQ00-341360-16A-G
3577, 3573, and 7379
April 2000 through April 30, 2003
3-1 year renewals (Ref. Para. 14.2 of the Contracts Special Provisions)
N/A
Lonnette Robinson, CPPB
Telephone Number:, (703) 324-3281
E-mail: lonnette.roUinson@co.fairfax.va.us
SPECIAL INFORMATION AND INSTRUCTIONS FOR FAIRFAX COUNTY AGENCIES ONLY:
A purchase order will be issued by the Department of Purchasing and Supply Management to the
Contractor for each County Agency utilizing this contract. The purchase order will cite the period of
time and will indicate an agency authorization order code to be used when ordering to identify those
County employees who are authorized to place orders/calls.
Those agencies appearing on the Distribution List, who require the items anal/or services covered by
this contract, and who have not already done so, shall prepare and enter into CASPS (County and
Schools Procurement System) a purchase requisition indicating the period.of time to be covered within
the life of the contract; listing the names of the County employees authorized to place orders; and the
purchase requisition shall be annotated with the contract number.
A Purchase Order (PO) Supplement may be prepared after issuance of the purchase order, by an
agency desiring to:
a. Change period of time.
b. Cancel the purchase order.
02-1044
RQ00-341600-16A G
. Page 2
The PO Supplement must be entered into CASPS and reserved into the ONLINE FAMIS System by
the agency prior to the Purchasing Branch taking any action.
The time, place, and other requirements for delivery of supplies and/or performance of services shall
be as agreed between the county employee authorized to place orders, and the Contractor.
Inspection of supplies delivered and services performed and entering receipt activity into CASPS along
with necessary documents are promptly forwarded to the Office of Finance, are the responsibilities of
the ordering agency.
Items NOT covered by this contract MUST be requested on a separate purchase requisition.
Artnand E. Malo, CPPO
Director/County Purchasing Agent
DISTRIBUTION:
Contract Administrator
DPSM - Sandy Jones
Control Copy
Park Authority - Contract Section
DIT - Cathy Cantor
FCPS-GS/Equipment - Hyon Yom
DVS -'Trisha Phillips/Andy Davidson
DPSM - Systems Administration Section
DPSM Mable McCarthy
DANS - Contract Section, Suite 738
DIT - Marion Hom
DIT- Nelson Gutierrez
-"'US Communities - Anne Zieminski
2175 North California Blvd, Suite 550
Walnut Creek, CA 94596
02-1044
CONTRACTOR(S).- --
A- Comark Government & Eduction Sales, Inc.
4433 Brookfield Corp. Drive, Suite A
Chantilly, Virginia 20151
Contractors Information
Attention: Jeff Armstrong, Program Manager
Phone: (703) 227-2916
Fax: (703) 227-2901
E-mail: jarmstrong@comark.com
B- CompUSA
14951 N. Dallas Parkway
Dallas, Texas 75240
Contractors Information
Attention: Chris Mellis
Phone: (703) 227-2916
Fax: (703) 227-2901
E-mail: christopher_mellis@compusa.com
C- Micron Government Computer Systems, Inc.
625 Stratford, Suite 2000
Meridian, ID 83642
Contractors Information
Attention: Charlie DiStefano
Phone: (800) 588-4803
Fax: (888) 262-1305
E-mail: cdistefano@micronpc.com
D- Software Spectrum, Inc Inc.
2140 Merritt Drive
Garland, Texas 75041
Contractors Information
Attention: John Parikh
Phone: (301) 352-9100
Fax: (301) 352-9200
E-mail: john.parikh@softwarespectrum.com
E- Dell Marketing
One Dell Way
Round Rock, Texas 78682
Contractors Information
Attention: Kim Smallwood
Phone: (800) 274-7799 ext 36302
Fax: (512) 728-5893
E-mail: kim_smallwood@dell.com
R000 -341360 -16A -G
Page *3
VENDOR CODE(S):
B363949000 02
National Information
Website: www.comark.com
Phone: (800) 925-1910
Fax: (703) 252-8980
E-mail: uscommunities@comark.com
8752261497 01
National Information
Website: www.compusa.com/gov/uscommunities
Phone: (800) 8DIRECT (834-7328)
Faz: (888) 238-5210
E-mail: uscommunities@compusa.com
B061528016 01
National Information
Website: https://m sites.micronpc.corri/STATE/
GovemmentpurchasingAliiarndex.htm
Phone: (800) 952-6198
Fax: (888) 262-1305
E-mail: uscommunities@micronpc.com
B751878002 04
National Information
Website: www.softwarespectrum.com/
uscommunities
Phone: (800) 741-4394
Fax: (509) 7448344 .
E-mail: uscommunities@softwarespectrum.com
B742616806 02
National Information
Website: www.deil.comYsi uscommunities
Phone: (888) 895-347115
Fax. (800) 433-9527
E-mail: uscommunities@dell.com
02-1044
CONTRACTORM:
F- IBM Corporation .
999'Waterside Drive
Norfolk, Virginia 23510
Contractors Information
Attention: Andy Harmond
Phone: (757) 446-6241
Fax: (757) 464-0397
E-mail: kharmond@us.ibm.com
G- Gateway Companies
610 Gateway Drive, P.O. Box 2000
North Sioux City, South Dakota 57049
Contractors Information
Attention: Kim Hepburn
(a/so, Susan Moore @ (800) 779-2000 ext. 29653)
Phone: (605) 232-1693
'Fax: (605) 232-2701
E-mail: kim.hepburn@gateway.com
RQ00-341360-16A-G
Page 4
VENDOR CODE(S):
13130871985-03
National Information
Website: www.ibm'.com/gold/uscommunities
Phone: (800) 426-2255 priority code: USCOM
Fax: (800) 242-6329 priority code: USCOM
E-mail: uscommunities@us.ibm.com
B460431398 01
National Information
Website: www.esource.gateway.com/uscommunities
Phone: (877) 887-4710
Fax:. (605) 232-2715
E-mail: uscommunities@gateway.com
02-1044
RQ00-349 360 -16A -G
Page 5
Contractor A — Comark Government & Education Sales (CGES) -
Name Brand/Equipment
% Off Index
Manufacturer
3Com
5%
Acer
7%c
Canon
5.5%
Compaq
7%
Epson
6%
Hewlett Packard
5.5%
IBM
6%
Kyocera
7%
Lexmark
5.5%
Okidata
6%
Panasonic
7%
Tektronix
6.7%
Toshiba
5%
Xerox
6.5%
Category
Cables
12%
Carry Case
10%
Computer Software
6.5%
Digital.Cameras
10%
Drives
8%
Graphics and Memory
5.5%
Keyboards
10%
Modems
7.5%
Monitors
8%
Networking
6%
Power Protection
8%
Printers (other than brands referenced)
7%
Projectors (LCD)
10%
Scanners
8%
Speakers and Headsets
10%
Training and Manuals
10%
Video Teleconferencing
10°x6
Comark W11 offer additional discounts, on a transaction -by -transaction. basis, for orders in quantities
greater than a unit of one. ("spot buy discounts")
Contractor B - CornRUSA
Name Brand/Equipment %
GSA Schedule items Cost plus 3%-13%
Non -GSA Schedule items Cost plus 6%-10%
CompUSA wX offer additional discounts, on a transaction -by -transaction basis, for orders in quantities
greater than a unit of one. ("spot buy discounts'
02*- 1044
R000 -341360 -16A -G
Page 6
Contractor C - Micron Government Computer Systems
Name Brand/Equipment % Off Index
Micron Brand 5%
Unit volume (per order basis)
% Off Index (Single PO)
10 Units
5%
50 Units
May be up to 10%
100 Units.
Additional 6% (total 11 %)
500 Units
Additional 7% (total 12%)
1,000 Units
Additional 10% (total 15%)
Micron will offer additional discounts, on a transaction -by -transaction basis, for orders in quantities
greater than a unit of one. ("spot buy discounts')
Contractor D - Software Spectrum
Global Pricing Group (GPG)
GPG 1 %
Top 100 selling products Cost plus 4%
Top 500 selling products Cpstt plus 8% .
Distribution Products Cost plus 12.5%
If a: participating public agency is eligible for either GSA or CMAS pricing,
and it's lower than the above, GSA or CMAS pricing will be extended.
Software Spectrum will offer additional discounts, on a transaction -by -transaction basis, for orders in
quantities greater than a unit of one. ("spot buy discounts'
Contractor E - Dell Marketing
Name Brand/Equipment % Off Index
Dell Brand 7.59%
Dell will offer additional discounts, on a transaction -by -transaction basis, for orders in quantities greater
than a unit of one. ("spot buy discounts")
Contractor F - IBM Corporation
Name Brand/Equipment
% Off Index
Personal Systems Group (PSG)
-9%
RS/6000
26%
Printers
19%
Software
Level H discount
iBM will offer additional discounts, on a transaction -by -transaction basis, for orders in quantities greater
than a unit of one. ("spot buy discounts'
01 -:044
RQ00-341360-16A-G
Page 7
Contractor G — Gateway Companies
Name Brand/Equipment
% Off [index
E -Series Products
8%
Solo Products
god
Server Products
8%
Profile Products
g%
GP Series Products
2%
Gateway will offer additional discounts, on a transaction -by -transaction basis, for orders in quantities
greater than a unit of one. ("spot buy discounts'
02-1044
The signed Acceptance Agreements
And
Memorandum of Negotiations .
02-1044
FAER.FAX
COUNTY
DEPARTMENT OF PURCHASING & SUPPLY MANAGZWMKr
1200 Cy0VE1WA2Ni`4;arer Parkway, Soft 421
www.m.favfhx.vaus/dysm
V I R G I N' I A Tde bmc (703)324 3201 Pax. (703)324 3223 717Y 1400.62=-1140
SUPPLY/SERVICE CONTRACT: DEFINITE QUANTITY ESTIINATED COMBINATION
ISSUE DATE REQUEST FOR PROPOSAL.• FOR: BmadName Coaputas, Peripherals
NOVEM13ER 5,1999 FP00.341360-16 Software, Consulting, and Related Services
AGENCY: DATFifIME OF CLOSING: CONIRACT ADMINISTRATOR:
VARIOUS DECEMBER 3 17,1999/4-00 PM TONNE M'ROBRWN, CPPB (703) 3243281
Proposals -In accordance with she following and in compliance with all to.. and conditions, unless odterwise noted, the undersigned offers and agrees, iftbe proposal is
accepted to furnish items or services for which prices are quoted, at the price set opposite each item delivacd or itanWied to designated points withm the time specifmd.
It is understood and agreed that with respect.w all tents and conditions accepted by Faafmc Cosmty under acceptance below, irons or services offered and mompotyiog
•attedtmcras shall constitute a cattCcar t
NAME AND ADDRESS OF FIRM:
Conork Governneent & Education Sates, Inc.
444 Scort Drive
Bloomtaadale. IL 60108
CHECK ONE: INDIVIDUAL
Vendor Legally Authorized Signature
Alan Sechara
'ice President of Government & Education -Sales
.Tint Name and Title
Telephone No.:1.400-32124,37, ext 6816
E -Mail Address: tree4a2cres:conr
Ver. State Registration No.: 0016675407
Federal Social Security No.: 36:394,900.0
Prompt Payment Discount: 00A for payment within days/aet days.
Fairfax License Tax No.: 9932346
PARTNERS1iIP .*'CORPORATION
State in which Incorporated: Illitmer
12116199
'For csdons contact Date
Todd Reed
Contracts Manger
(Ira1ress Corpoaft
Seal Here)
If t.T T, Secretary
By signing this•bid. Bidder certifies, acknowledgm understands, and agrees to be bound by the conditions set•fotth.in Psragmph 64
of the General Conditions and Iudmcdons to Bidders, regarding financial disclosure requirements.
ACCEPTANCE AGREEMENT -COUNTY OF FAIRFAX (ibis is not an order—Purchase Order will follow.
CONTRACT NUMBER: R000 -341360-16A DATE: APR 0 7 ZOW
tract Administrator
NN£Tl'E ROBRM?-L CPPB ARMAND E MALO, CPPD
V Sealed proposals subject to berms and eon 1 as of this RFP will be received at 12000 Government Center Parkway, Suih.4 7,
Fairfax. Virginia 22035 until time/date specified above for iurnisbing items or services delivered or furnished to specified
destination within the time specified or stipulated by the Offeror,
-DPSM32) Cover Sheet AN EQUAL OPPORTUNITY PURCHASING ORGANIZATION
02-1044
�1 V
DEVASET1VUNT OF >PCA, C1L4% t1G* ScMPLr MIl, AGE1►1 M
12000 Gawawwa CaagTniway, Slits 427
Furisz. V'u�ais=2203S-0013
wwo .falrfsx_vjLusfdpsm
V I R G I N I A T&ph— rXJJ nf-J= Far rnv) J24 -J= 7W r-X*A2ari.o
MEMORANDUM OVNEGOTIATION
RQ00-34136&16
The County of Fairfax (hereinafter called the County) and Comark Fc&Tal Systems, (hereinafter called the
CONTRACTOR) hereby agree to the following; in the execution of RQOO-341360.16. The final coearaet contain- figs
following items_
(a) Fairfax County's RFPCO-341360.16 and All Addenda
(b) Comark's Technical and Business Proposals dated December') 7, 1949
(c) Suppletnenctl Information dated February 24, 2000, including signed Governmental. Purchasing Alliance
Administrative Agrreanent
.(d) Comark's letter dated March 3, 2000'
(d) Fairfax County Purchase Order
(c) . Any subsequent amendments to this .con act
The following provisions are to be included in the Contract:
! _ Automatic MCC Reduction. If avany time, the prices drop for the items listcd' under this contract, the prices shall
immediately apply to this contract. (Rer Paragraph 43 of the General Conditions and Instructions to Bidders)
2. Spot Pricing. Additional discounts may be giver, on a transaction by tiansaction basis; for orders in quantities.
greater than a unit of one. The discounts may vary by siv,c of the order.
3. Contractor agrees to work collective with Tairrax County, U.S. Communities and outer contractors to negotiate
the most favorable pricing from software manufacturers.
Acce ed by:
Alan l3ecisara, ce• resident DaGts
Comark Federal Systems
Armand E. Malo, CPPO. Director
Department of Purchasing & Supply Managearent
O► "1044
D�P1(� LLAG�TFAIRFAX'=0G���.
. Fairfax. virgiais 2.'r03S-001s
COUNTY
w.+w.zo.tairfate.va.ttaldpata
V I R G I N I A 7-W... mi) ru,im! -,w ow) ""W- rffI- m11.0
SUPPLYISERVICE CONTRACT. DEF'IIYTI'E QUANTITY ESTIMATED • COMBINATION
ISSUE DATE:
REQUEST FOR PROPOSAL-
FOR: &and Name Comp ncn;, Pwphetak
Novels R 5, 1999
RFP00-34136046
Sdhmr, Camilla g, and Related Saviors
AGENCY:
DAT UME OF CLOSING:
CONi'RACT ADMINISTRATOR:
VARIOUS
DECEMBER 3,1999/4:00 P.M.
LONNEM ROBINSON, CPPB ('03) 324.3281
Proposals -In accordance with the following and in.complianoo with all cams and conditions, unless otherwise noted, the undusigned offas and ifthe is
accepted, to furnish awe or services for which prices we quoted at the set ProPmd
is understood and that with respect to all tents and conditions P each �• delevaied or furnished n deli r save points widtin the nae spetdAg It
agreed aocepced by Fairfxc County hattfer aexeputhce below, iteias or services offtred and atayigg
aaadements stall amstiaue a eataam
NAME AND ADDRESS OF FIRM: Telephone No-.- 9720982-4000
CompUSA E -Mail Address:
1499;1 N _ na t l ass Parkway Va. State Registration No.:
Dallas, TX 75240 Federal Social Security No.: 4 7-5-7763427
Prompt Payment Discount -Q% for payment within^daysfuel days.
Fairfax License lar Na.: .9938808-
C
9938808-
CHE1 1NDIV AL PARTNERSHIP X CORPORATION
State in which Incorporated:
Delaware 1 9R
Vendor uthor tgnawrc Date
(Imams Corpexan
Seal Here)
Tony Weiss xec .i'ye Vice - Pres.ident
Print Name mW Tide Business Solutibrto
By signing this bid. Bidder certifies, acknowledges, understands. anbe bound by the conditions setfa is Paragraph 64
of the General Conditions and Instructions to Bidders, regarding financial disclosure requiremeaM
ACCEPTANCEAGREEAIZN' COUNTY OF FAiRFAX (This is not an older—Purcttaw Otder.will follow.)
CONTRACT 1VUNIB1rR: R000-331360-16 B DATE: APR 0 x ZW
Ag=
iONNETTB ROBiNSIN. CPPB I` I �)r' ARMAN& D.E. MALO. CPPO
led proposals subject to terms and cooklidions of this RFP will be received at 12000 Government Center Parkway. Salt+
Fairfax. Virginia 22035 until time/date specified above for furnishing items or services delivired or furnished to specified
destination within the time specified or stipulated by the Offeror.
AN EQUAL OPPORTuwy PURCHASING ORGANIZATION
(DPSM32) Cdver Shed
02-1044-
FAIRE D>�AR 12m i6 crag tewww Parkway, MANAGEb>�N 1'
Fairfax. Virguvke 427
a 2Z{135-OQ13 -
COUNTY
w.ww.co.fiirfax.vansrapsm
V I R G I N I A T-foh . m) jw-3201 F.. m) 34.32 rrzj v .a&,j4o
MEMORANDUM OFNEGOTIATION
RQOO-341360-16 ."
The County of Fairfax (hereinafter called the County) and CompUSA, (hereinafter called the CONTRACTOR) hereby.
agree to the following in the execution of RQ00-34.1360-16. The final contract. contains the following items:
(a) Fairfax County'g RFP00-34 1360-16 and all Addenda.
(b) ConipUSA's Technical and Business. Proposals dated December 15. 1999
(c) Supplemental Information dated Februnry _25.3006; including signed Government Purchasing Alliance
Administration Agreement
-(d) CompUSA's e-mail dated March 3.3000.and h4arch 6 -?000 (from Steve Strann) _
(d) Fairfax County Purchase Order
(e) Anv subsequent -amendments to this contizct
The -following provisions are to be-includcd in.the Contract:
1. - Automatic Price Reduction. l f at any time. the prices drop for the items listed under this contract, the prices shall
immediately apply to this contract. ( Ref. Paragraph X33 of the General Conditions and Instructions..to.Bidders)
3. Spot Pricing. Additional discounts may be given; on a transaction by transaction basis: for orders in. quantities
greater than a unit of one. - The discounts may vary by size afthe order.
Contractor a --, s to work- coIlectively %%ith Fairfax. County.'. U.S. Communities and other contractors to negotiate .
the most favorable pricing from sof fare manufacturers.*
Accepted bv-
nQ ' 50 to
Tony gSutions ice ent Date
BusinCompUpomte
Armand E. Malo. CPPD. Director
Department of Purchasing & Supply Management
e Ir
00-_1044
FAIRFAX
.a•
COUNTYr
r o r r v. ..ir :•. o
SUPPLY/SMME CONS' M, r DF.fiIlVm QuAmm r ES] mnm r comBmT1oN
P.2QlJMsr 5DR PV.0P FOR. Mind NMOCONW0006 ftwhetzb, soltwace
NOVE�SBFR i.199y RFPOb-34I3b0-26 compli , tad Rd a d S. vim
AwNcyi DA .OF CLOS) N (h CO Oitr
VARR= DEC ML 3,1999114;00 PJd, LONNh'M ROBMSON, CPPB ex MM 324 -MI
Rev wed
MmLest
rnwUmm r in r &K4%&M G rw• Y1c .NIlY�wr3 wMao r.r.�nsrr r•... wy rra.,v rw �v.wwar,w. ra..� err.-�,-.+mow. w w�.�-..p..-� --�-+r
w
ISMS...if ft prq)Wd iS aMPICd. to AMMk 1 hS Or$aVfM t SDI �b � *M 4uow& 3t the Prim ZK OPpositC CWh item. dsgvwW Or gybed W
de %pwd p9ir& s±r&h tb* lose *edfW& It is midamod and agrad dw vft rap=?* all teams and CoadiSM accepted by Adrft Comuy order
socepf me below, in= or ser tm off@!d and sommpany=& anwbnCOK Isiah comm a cmus L .
MMM OF FIRM elaphOne o.:. em 5%4M
GoVEZmwt Cmpaw Systm, Inc. E MggAft= •�
625 Strwd d, Stye 2= Va. Ststo Ragas n ion No,: F MW
Mm*b t ID 862 Federal Social Security No;
Prompt Payment Discauat �% for payment vv►thin �dayaJner d days. .
Fairfax Liccuse Tax No.: Nave
r PARTNp3sw A CORPORA'IIm
Stm in whichitrcacParm& WaamHu 1%5
,
Dace '
Revimed.
Prbt Name and TWe
By si:ubg this bad, Bidder cerei8*s, a cka -wleagt-,•sndaraeurda; and agrees to be bound by the condMoos set f0 tit in .
Paragraph 84 of the Gastral CondWoaa and %strnCdW to Bidder; regardfog Sostteial disslmr+e requite
AC;CWrAN"XGMM3EM*r--CUU,N-LYIUY,DALI"A-A (IM is not an 4n ow.
CONTRACT NU14 BM- DATE.'APR ? 20M
as to
' CorwaetAd ainiatm* `` ` Purdwdq Agent
OL ROMM. CPP ARMAND E_MALO. C
S o�rp opocala su61 t to terms sad cind15aat of this RFY will h reedvod at 12 M�Gcwer
427_, Fab tc, Vir&is 2203S =tubi tboe/date specified above for fternishag iuema or aervises
specified destlaatfoa widhla the tithe spscM*4 or atipalated by the Oftoror.
(DPSM32) Coves Sheet
AN EQUAL OPPORTLMY PURCHASING ORGANIZATION
or fitrsisbed to
02-1044
M + VIORANDUM-OF NEGOTIATION
RQ00-341360-16
The County of Fairfax (hereinafter called the County) and Micron, (hereinafter called the CONTRACTOR) hereby agree
to the following in -the execution of RQ00-341360-16: The final contract contains the following item
(a) Fairfax County's RFP00-341360-16 and all Addenda
(b) Micron's Technical and Business Proposals dated December 15, 1999
(c) Supplemental Information dated February 22, 2000, including signed Government Parchasing Allianeq:..:.
Administrative Agreement _
(d) Micron's letter dated March 31-12000 _
(d) Fairfax County Purchase Ordar
(e) Any subsequent amendments to this conitact..-
The following provisions are to be included in the Contract:
1. Automatic Price Reduction. If at any time, the prices drop for the items listed under this contrug -ths prices shall :.. .
immediately apply to this contract. (Ref. Paragraph 43 of the General Conditions and. Instractions•to•B:
.• .. ::;;�yy'.����� "•jai"`i+.,.
2. Spot Pricirmg. Additional discounts may be given, on a transaction by transaction basis; forordeEs�a"n
greater than a unit of•one. The discounts may vary.by size of the order: v? - =:
3. Contractor agrees to work collective with Fairfax County, U.S. Communities and other eta
the most favorable pricing from softwaremanufactu ers.
Accept by: '
B.' Heisl Vice President &General Mgr. Date CwLt*
Micron Government Computer Systems, Inc..
• APR' 0 7.200Ei
Armand E. Malo, CPPD; Director Date
Department of Purchasing & Supply Management
02-.1044
r y DEPARTMENT OF PURCHAMG & SUPPLY MANAGMaN''T
�r•
FAIRFAX 12000 o==Mt Cent isrf txSinis 22035-M13Parkway,Suite 427
COUNTY
t�"� tvwar.t:o.fairfax..•a.ta/dpsm
V I R G I N I. A Zdephou: rW) n*J= Fm:: OW) 33U= r77/-sa0•aza/I, 0
SUPPLY/SERVICE CONTRACT: 0 DEFINITE QUANTITY 0 ES MIATED 0 COMBINATION
ISSUE DATE:
REQUEST FOR PROPOSAL-
FOR Brand Frame Computers, Peripbasls.
NOVEMBER 5. 1999
RFP00-341360-16
Software. Consulting, and Related Services
AGENCY:
DATEJM.IIE OF CLOSING:
CONTRACT AD& i1STRATO
VARIOUS
DECEMBER 3', I999/4:00 PAL
LONNEITE ROBINSON. CPPB (70 )� 1
Proposals - Ip accardancrwith the following and in complunee•wruN angerms; and conauons. ntacss omcrwise noted. the undersigned circa and agrees, if tlNe
proposal is accepted. to 6 mash iteral or services for which prices are quoted, at the price scropposite each item. dciivamd or famished to designated points within
the time specified. It is Understood and agreed that with respect to all terms and conditions accepted by Fairfax County under acceptance below, items of services
offered and accompanying itnchments shall constitute a convacL
NAME -AND ADDRESS OF FIRM; Telephone No.:
Software Spectrum. Inc.
9140 K rrirt Drive
Garland: Tx 75041
CHECK.YNE DU
E-MailAddre= www.softvarespectrum.ec m
Va. State Registration No-:
Federa1fWviWd 8c=doc r.: 75-1878002
Tax.-I.D. Number
Prompt Payment Discount: °/, for payment within_, dayslnet days. N/A
Fairfax License Tax No.:
0 PARTNERSHIP 0. CORPORATION
State in which Incorpommd: Texas
V Ai& i=d :::gnaturo Date
(Impress Corporate
Seal Here)
r.i'Sa SrPirart — V.P. Oyeratiotts
Print Na is aro! T?t!e ta7+
By signing this bid, Bidder certifies. acknowledges, understands, and agrees to be bound by the.conditions set forth in Paragraph 64 of
time General Conditions and Instructions to Bidders, regarding financial disclosure requirements.
KC--CEPTANCE AGREE&LENNT-COUNTY OF FAIRFAX (This is not an order—Purchase Orda wild follow.)
CONTRACT NUMBER: ROOO-341360-16 / 3
APR 0'7 2000
Fairfax, VirginiaZ'035 until tiuieidate specified above for furnishing items or services delivered or furnished to specified
destination within the time specified or stipulated by the Offeror:
AN EQUAL OPPORTLNITY PURCHASLN0 ORGANIZATION
(DPSM32) Cover Shea
a2-1044
FAIRFA � � . D�� � "�`
Fairfax, Virgmir 22035-0013
COUNIT
a+ww.=.faW&%-va_uVdpom
V I R G I N I A 'r-deohow: (703)324.3201 Far: (703)324.3221 rlyl-100-121-1140 .
MEMORANDUM OF NEGOTIATION
RQ00-341360=16
The County of Fairfax (hereinafter called the County) and Software Spectrum, Inc. (hereinafter called the Contractor)
hereby agree to the following in execution -of RQ00-341360-16. This memorandum, together with the -documents
referenced below and incorporated by such reference in their entirety as if set forth -fully herein, sets forth,the entire
agreement between County and Contractor (the "Master Agreement'. This Master Agreement consists of the following
items:
_ (a) Fairfax County's RFP00-341360-16 and' all Addenda .
(b) Software Spectrum's Proposal for Personal Computer Software .and Services dated December 16, 1999 and all
attachments.thereto
(c) Software.Specttum's Shortlist Vendor Response dated February 23, 20M and all attachments thereto
(d) Software Spectrum's Best and Final Response dated March 3, 2000
(e) Fairfax County Purchase Order
M Any subsequent amendments to this contract ,
The following provisions are to be included in this Master Agreement"
Automatic Price Reduction. If at any time; the prices drop for -the items tilted under this Master Agreement, the
prices shall immediately apply to this Master Agreement: (Ref.. Paragraph 43 of the General Conditions and
Instructions to Bidders)
2. Spot Pricing. Additional discounts may be given. on a transaction by transaction basis, for orders in quantities
greater than a unit of one. The discounts may vary by size of the order,
3. Contractor' agrees to take the lead and work collectively with Fairfax County, U.S. Communities and other
contractors to negotiate the most favorable pricing from software manufacturers.
4. Contractor agrees to the -terms and conditions of the Government Purchasing Alliance Administration Agreement
in the form that is attached *to -this Memorandum of Negotiation asApendix A.
S. The parties agree that Attachment A to Item (a) above is modified as follows:
Page 24, Item 15.5 is revised to read:
"Tice County of. Fairfax and its employees and officers shall be maned as an additional mmurd in the
Automobile, General Liability and Professional, Liability policies and it shall be stated on the Insurance
Certificate."
0.0
.- " 0 `
IN WUNESS WIM- F, the parties ..sreto have executed this Master Agreen.. _-t as of the dates indicated
below:
SOFTWARE SPECTRUM, INC.
f
Armand E. Malo, CPPD, Director
Department of Purchasing & Supply
Management
3 -2/ -db.
Date
02-1044
A R A
COUNTY
www.*mfi1irdmvLm/dpim
V I R G I N I A► r.�r : am) A= 0WJX W. rrfl,W�M
SUPPLY/SLRVICF CONTRACT! nrinv r nilANrnv OMMA71M r`nMRiNA77nM
ISSUE DATE:
REQUEST FOR PROPOSAL:
FOR: Brood Name CompWCM Pesipbasls,
NOVEMBER 5, I999
RFP00-341360-16
Soflwace, C mindtim and R,& -A $civics
AGENCY:
DAT KF ME OF CLOSING:
CONTRACT AI)MRGSiRATOR.
VARIOUS
DECEMBER 3,1999/4:00 PAL
LONNEM ROBINSON. CPPB C703)324-3281
YroPO=b - to accordaocc wAh the toUowmg and m compli=m with aU * , i and ccnditiorts, rmIess otherwise noted. tde undersigned offers and agrees, iftbe prapoaai is
accepted. to furnish Irma or services for which prices are quoted, at the price set apposite each ittr, delivered or f nnisbed to daigoated points wkbin thebme opacified, It
is understood and ag eW that with se speet to al"crus; and conditiaa wccpted by Fsafau County wader mune beiow, items or services offered and a ying:
auachmmts shah coratiftsw a canhxi
NAME AND ADDRESS OF FIRM: Telepbone No.: 1
rlpl 1 aricpf-i ng p
One Dell Way
CHECK I iAiD UAL
endor Legally Authorized Signamm
E -Mail Address: sue beckeae jftj1. cora
Vicke schneider@dell.com
Va. -State Registration No.: „W/A•
Federal Social Security No.: 74-2616805
Prompt Payment Discount 1`% for payment wit1nnNAdays/ wW&dayL
Fairfax License Tax No.:
PARTNERSHIP CORPORATION
(Limited) State in which Incorporated
Date
(Impress Cbrporate
yicke A. Schneider Np . Seal Herts)
Print Name and Title Secretary
By signing this'bid, Bidder certifies, acknowledges, understands, and agrees to be bound by the conditions set -forth in Paragraph 64
of the General Conditions and Instructions to Bidders, regarding financial disclosure requirements.
ACCEPTANCE AGREEMENT -COUNTY OF FAIRFAX ('T'his is not an order—Ptrrbase Order will follow.)
CONTRACT NUMBER: R000.341360-16 DATE: APR 0 7 2000
Sealed proposals subject to terms andlKondittons of this RFP will be received at.12000 Government Center Parkway Suite.427,
Fairfax, Virginia 22835 until time/date specified above for furnishing items or services delivered or furnished to specMed
destination within the time specified or stipulated by the Offeror.
AN EQUAL OPPORTUNT1Y PURCHASING ORGANI7AMON .
(DPSM32) Cover Shat
02-10.44
FAIRFAX '°'' W
Faistaa, Vk966 72035-0013
rat CO T T V NT1�T
•vva.eofaiet'a�c.�+a.nsMpe�m
V' I R G I N I A r rM) 3z10 -Mr T: OUR} n44W rrrr-aaa-M41 a
MEMORANDUM OF NEGOTIATION
RQ00-341360.16
The County of Fairfax (11mvinafi r called the County) and Dell, (hereinafter called the CONTRACTOR) hereby agree to
the following in the execution of RQOO-341360-16. 'Me final contract contains the following items.
(a) Fairfax County's RFPOO-341360-16 and all Addenda
(b) Dell's Technical and Business Proposal and Additional Information dated December 17, 1999
(c) Supplemental Information dated Febnwy 22, .2000, inchzdmg the signed Govemment Purrbasing Alliance
Administrative Agreement
(d) Fairfax County Pmvbase Order
(e) Any subsequent amendments to this contract
The following provisions are to be included in the Contract
Automatic Price Reduction. If at auy time, thepritces drop for the items listed under this contract, the prices shall
immediately apply to this contract. (Ref Paragraph 43 of the Cwneral Conditions and instructions to Bidders)
2. Spot Pricing: Additional discounts may be given, on a transaction by h%usaction basis, for orders in quaatitie4
greater than a unit of one. The discounts may vary by size of the order.
Contractor agrues to, work collectively with Fairfax County, U.S. Communities and other contractors to negotiate
the most favorable pricing from software manufacturers.
The following amends Dell's proposal response to the County's Toms & Conditions Out tab in technical response).
• Item 25. Notice of Acceptance - The RFP terms & conditions wilt take precedence over Dell's Bid Response with the
exception of those terms m Dell's response that differ from the RFP terms & conditions.
• Item 32. Termination for Convenience - Acceptable.
• Item 33. TermUm ion for Cause - Acceptable.
• Item 37. Delivery Fatima - Not acceptable.
• Item 3& Non-I.AabfQly-Nonissve.
• Item 41. MBFIWBE - Delete,
• Item 43. Price Reduction - Acceptable.
• Item 47. ResponslbBity for Supplies Tendered -A ; The Coat:actor shall be regmnsEble for the materisis or supplies
covered by the contract until they are delivered at the designated point, however ifflans are rejected by the Commonwealth,
then the Commonwealth will be responsible for returning all products in accordance with Dell's Total Satisfaction
annteep unless public health and safety require immediate destruction or other disposal of rejected delivery.
• Item 48. Inspections - Delete.
• Item 53. We%bt Checking - Aceeptablr-
• Item 54. Demurrage - Non -issue.
• Item 55: Repkaeement - We cannot replace but paragraph can be added as an addbia ul paragraph to item 55.
• Item 56. Paelong Ups - Acceptable -
02 -1044
• Item 57. BMiag-- Acceptable.
• item 58. Payi nent - Acceptable. -
• Item 59. Partial payments - A.ccelrtable.
• Item 60. Payment for Equipment, InstaUatim and Testing - Acceptable
• Item 65. Iudemuifieation Dell's comvnenis not acceptable.
ATTACwIEN'f A - SPEG7AL PRO- ISi<OM
• Item 15.1. The County cannot modify our boiiaplate, but the file oTill be noted wft DeU's comments.
• Item 15.2a. The County cannot modify our. boilm?LOL
• Item 15.2b. The County cannot modify our boilerplate.
• Item 15.2c. Dell's request is acceptable.
• Item 15.2d. Dell's request is acceptable.
Item 153L The County cannot modify our boilerplate.
• Item 153 (r paragrapb). The County cannot modify aur boilerplate
• Item 15.3 (2•¢ paragraph). Tbr. County request that Dell send a left wi& suggested wording such as:
(Iflsur m Carrier Name) is unwill'ingto agree to a 45 day Notice of Ca=llaiica to anyone atter than the insured. WS
• Item 15.5. Dell's request is acceptable.
• Item 15.6. Dell'Q request is acceptable.
• Item 22.2. Dell's request is acceptable.
• Item 22.3. DeUs. request is acceptable.
• Item 25.. Dell's request is acceptable,
•
In Attachment D, GPA - in paragraph 13, the County will allow for the increase the 30 days to 60 days to allow a longer
paymentperiod before interest begins. ,
• OnsE purchase orders sent to Dell, contract number *90079 wM be reference.
A,cceptQd
y
Vicke A. Schneider, Senior Proposal Manager Dabs
Dell Markefog L.P.
Armand E. Malo, CPPD, Doctor D
Department of Pu=bwtag & Supply Maaageraeat
02-1044
T
•FAXIrl cvovernsnent Center'
www.co.iirirfixva.nnaldpm
V - I R G I N I A. r� 3z¢ol Pas: rte) 3s�3ns T7Y1�00 821�11�0
SUPPLY/SERVICE CONTRACT: r DEFnmz QUAN'rm r ESTIMATED r commINAnoN
DATE: - - -
REQUEST FOR 2%0POSAL:
FOR: Brand Name Computers. Pedphmals. SoRwa r,
NOVEMBERS, I999
RF'P00-341360-16
Consulung, and Rdated 5avices
AGENCY:
DAIDTI S OF CEASING.
CONTRACT ADMINISTRATOR: ,
VARIOUS
DECE MBBR'3,1999/4:00 P.M.
LONNETTE ROBINSON, CPPB at (703) 324-3281
Proposals - In accordance with tine fnIlowine
and in comaliance with all terms and conditions. uniess otherwise
noted. the undersigned offers and
agrees, if the proposal is accepted, to ft rnr items or services for which prices are quoted, at the price set opposite each item, delivered or furnished to
designated points within the time specified. It is understood and agreed that with respect to all terou and conditions aooepced by Fairfax Ctxioty under
acceptance below, itmac or services offered and accompanying mochments shall cmdum a caanacx.
NAME AND ADDRESS OF FIRM: Telephone No.: —(757)446-6241
IBM Corporation
999 Waterside Dries
E -Mail Address:
—bumnd@uLibm.com
ibm com
Va. State Registration No.
-Federal Social Security No.: 13-087-1985
Prompt Payment Discounr__jj/A96 for—payment within days/net days.
Fairfax license Tax No.:
r PARTNERSHIP X CORPORATION
State in which Incorporated:
_-Few York
(IMP= Corporate
seal.Hete)
Print Name and Title Secretary
By signing this bid, Bidder certifies, acknowledges, understands, and agrees to be bound by the conditions tet forth to
Paragr aph.64 of the General Conditions and Instructions to -Bidders, regarding financial disclosure•requirements.
ACCEPTANCE AGREEMENT -COUNTY OF FAIRFAX ('ribs is not an order—Purchase Order will follow.)
CONTRACT NUMBER: ROM34136o-16F,
Purchasing Agertt
Sealed proposals subject to .terms and edhditions of this RFP wig brrecelved at 121
427, Fafrtmt, Virginia 22035 until duiddate specified above for furnishing items or
specified destination within the time specified or stipulated by the Offaor.
(DPSM32) Cover Shat
DATE:_'APR $ 5 =0
AN EQUAL OPPORTUMN PURCHASING ORGANM71ON
or furnished to
02-1044
P.irllct, vn�, �tmsool3
FAIPP AX 1= omen=" C"Wpokwav, Wum
COUNTY
nr.�►.oeffaitlttva.uddpr,m
V I R G I N' I A ts►rk..: iIMr""Xr AW M140-U&rrM
MEMORANDUM OF NEGOTIATION
RQDQ-1413WIG
The County of Fairfax (hereinafter called the County) and IBM, (hereinafter called the CONTRACTOR) hereby agree to the
following in the execution of Ra00.3413e0-ts. The final contract contains the following Mme;
(a) Fairfax County's RFP00-341360-i a and all Addenda
(b) Gmmmmentad Purchasing Alliance Administredon Agreement.
(c) IBM's Technical and Business -Proposal and Addtdonal information dated December 17, 1s" -
(d) Supplemental Information dated February 24,20W
(a) #BM's letter dated March 3, 2000 (Answers from the Orals 3 Modified GPA)
(f) Fairfax County Purduum Osier
(g) Any subsequent amertdinents. to this contrail
The following provisions are to be included In the Contract:
1. The IBM Customer Agreement (ICA), which. was signed In November 1995, will be fnoorponded as part of the -contract.
RFP00--341360-16 as amended by I SM's Technical, Business Proposal dated December 17, 1889, SWIPlemer"
Information dated February 24, 2000 and Additional Information dated March 3, 2000 w(II take precedence.
2. Automatic Price Reduction. if at any time attef the date of contract execution, the. Contractor makes a general ptioo
reduction in the price of a hardware or software catalogue product offering to its.00mmercial ctommers generally which
results In a unit price for that item that 19 lower then the price for the item listed under this contract, then that new price
will apply to this contract and wilt be subject to the same.effective date as the general price reductica
3. Spot Pricing. Addldonal discounts may be given, for non Personal System Group (PSO) products, on a transaction
basis, for orders In quantities greater than a unit of one. The discount may vary by site of the order. PSG win otter
general transaction spot pricing on a quantity of one unit for selected PC promotional products. , '
4. IBM agrees to work with Fairfax County, U.S. Communities and IBM Business Partners to negotiate the most favorable
discount pricing from sahware manufacturers where IBM has a contractual relationship.
S. Secddn`.119. Termination for Contract for Cause. Ciarifieaticn —The County will seek to resolve any matter by mutud
Mreemer\be" tt kcIause ls• used. Reference paragraph 73, Contraatuai Dfspures.
Date
IBM
APR 2 5 2000
Armand E. Malo, CPPD, Director Date
Depart hent of'Purchasing A Supply Management
DA�� 'FAIRFAXCem
Faitfa; Vrrgiaia 22835-0013
rrd7F42COUNTY
� warsv.eo.fairfax.,►a.usdp.at
V • I R G I N I .. A T& lower cm) 32*-nw- Few r1w) 82 -mr Tff T -d1 M&,r.14P
SUPPLWSERVICE CONTRACT: i- DEFINTtE OIJANTITY r• ESTIMATED F COMBINATION
ISSUE DATE:
REQUEST FOR PROPOSAL:
FOR: Brand Nam; Cmipnias, Peripherals. Software,
NOVEMBER 5. 1999
RFP00-341360-16
Consdtine, and Related Services
AGENCY:
DATEMME OF CLOSING:
CONTRACTADMUOSTRATOR:
VARIOUS
DECEMBER 3. 1999!4:00 P.M.
LONNETTE ROBIIWK CPPB at (703) 324-3281
Proposals - In accordance with the following end in compliance with all terms and conditions, unless otherwise notal„ the undersigned offers and
agrees if the proposal is ac c ted. to furnish items or services for which prices are quoted. at the price set opposite each item." delivered or Stmisbed to
designated points -within the time specified; It js understood and agreed that with respect to all terms and'oonditions accepted by Fairfrat County undo
A=ptance below, nems or services offered and accompanying attachom is shall eoruti aw a contract
NAME AND ADDRESS OF FIRM: Telephone No.:
[_ATt?t,TAT [`[n4PARTES, rtQr�� E -Mail Address:
' g��ttawa': cart -
610 GATEVAT DE33M- P_A. WX 2000 . Va. State Registration No.:
NORTH . SIOUX CITY, SD 57069 Federal Social Security No.: 46-0431398
r Prompt Payment Discount: % for payment within days/nei30 days.
Fairfax Liomse Tax No.:
CHECK O 1N IDUAL 1- PARTNERSHIP K •CORPORATION.
State in which 1
IDEE"AIFtE r�Y COMPANIES, INC. Is A aaAwApE
Vendor Legally Authorized Signature Date ORATION SEAL NOT REOVIRED
(Impress Corporift
Seal Here)
JAY V LA1�E VICE PSiDg.�
Print Name and Title GOVERMENT SALES, BUSnMSS 3==C9YCL331T llAPlg,KAMCU Y$OPOSA'r„
By signing this bid, Bidder certifie% aclwowledges, understands, and agues to be bound by tate conditions act forth is .
Paragraph 61 of the General Conditions and Instructions to.Bidders, regarding financial disclosure requirememil .
ACCEPTANCE AGREEMENT -COUNTY OF FAIRFAX (This is not an order—Purchase Order will follow.)
CONTRACT NUMBER: R000-341360.16 Cr
DATE: -APR 2 T •2000
46wiv
Contract Administrator
Sealed proposals subject to tertand condibroos of this RFP will be received at 12000 ja
Government Center r—kway.
427. Fairfax, Virginia 22035 unus til tiaheldate specified above for furabliing items or services delivered or furnished to
specified destination within the time specified or stipulated by the Offeror:
AN EQUAL OPPORTUNITY PURCHASING ORGANIZATION
(DPSM32) Cover Shea
02-1044
I
r AIRFAXDF. ?"Irflmm OB PI cnLft G a AWLY M"Assur er
j'+ I20W Govelvaen[ Ceeoter Ply, - &ii& 07
FWAX, Vim• 22035 -MU
COUNTY
mwar.ca.t�vr.uddpa�a
V I R' G I N I A sa¢.aw F. pw) :
MEMORANDUM OF NUGOTIATI[OW
RQ00-341360-16
The County of Faieak (hereinafter eared zbe'County) and C�rateway Business, (hereinafter called the CON77,ACT0R)
hereby agme to the following in Me executicia of XQ00-341360-16. The final contract contains the following items:
(a) Psirfae County's 1tFP00-341360-1d and all Addenda:
(b) Gateway's Technical and Business Proposals dated -December 16;.1999 -
(c) Supplemental ictforrcalion dated February 24, 2000, inchding signed Government Purchasing Alliaaea
AdrrtinistratiweAgr�eee�ment
(d) Gatti+ Ws letter• dated Mamb 3, 2000
(d) Fairfax County Purchase Order
(e) Any subse went ameadrnenrs to .this cozivW
aka�oae L — p1 Y'I D — t,'14 ja4cd
The foilowizsg provisions are to be included in the Comtraet;
(. Automatic Price Reduction. If at any tithe, the prices drop for the items listed under this contract the prises shall.
immediately apply to this contract 1 Ce dit �j
2. Spot Pricing. Addltiaaal discounts may be given, ort a transavdoa by transaction basis; for orders in quantities
cmater than a unit of one. The discounts may vary by site of the orders.
3. Contractor agrees to work collective whh Tairfak County; U.S. Communities and other contractors to negotiate
the most favorable pricing from softwam manufaotavm
Accepted br.
.%S
Itimbarfy . lrepbu Contracts Manager Date.
Gstcway Usiness
�?
Aratand E. lulalo, CPPo, Director nate
Department of Purchasing & Supply Managament
0-1044
.ter
• - ' - ' 'gid �:
fled:
Susam, M*afaj+
7..
CC: Jeff Chebegia, Gateway
7)0; Rgqo ,I?40=er
Auik-agtb imty Attorney .r ,
DATE: April 25, 2000
0
5io �teway:ti�ve
�lagtit 5icwc:�tty`�C.57o49
.- t 1t.fiee.8p¢s46,2coo
;tax -60.23x.2023
n
SUBJECT: .. Final negotiated revisions -to the gateway B-asiness Products Limited
Warranty and Terms and Conditions Agreement between-tlie County of Fairfax and
-:Z a.3r C':R�Wits.
1. Delete the second sentence in Section IB and repla--:e with, "The Fairfixoriginal
RFP#00=341360-16, General Conditions and Instructions 0 Bidders, #47,.shall apps"
2. In Section IC,delete last sentmce and replaoc with following language to tread,
"This clause may not apply to certain participating public :;geneies that-eiv exempt &ora
taxation." - r
4.
3. Dcictathe:in esti
the. -second en1 o;-:,'
4. Add the following language to the- last sentence of Section- 2D to read, " nIm the
opened software is -defective ad returned within ninety (90) days." .
5.) In Sectiou 2F, delete the ` ro Intetnaticrtxl Clients'' paragraph. .
6.) Replace Section 3B, (2), to road as follows, " Oaw'My' of en its clients undetr the
warranty to replace equipment that is of equal or greater.f metionRlity than those
contained on the mighm].Order."
7.) In Section A line 8, delete IMS DF.PRECIAT)ON".
8.) tri Section 3C, line 2, after 'Indicated on your invc icc", add ". but for not it= than
6 months."
9.) 3n Section X, lint 4, after `Indicated on yow,inv-Miec",•add 1111,6ut for not less
than 6 monfiss."
10.) Replace Section 11, 4th ie wnce to read "YOU•A:'tfi BINANCI,ALLY
RESPONSIBLE FOR TM 15EFBCTNE PART.OR PRODUCT BENG RBFLACE
THAT NEEDS 70 BB RETURNED TO OATBWAY."
11.). In SectlonI, del�tc the"?b �nfariutiorisl�tii�mta" psrtgrap�. ..
02-1044
1,,SpfiAU.4A8a, line 3,..replace
13.) In Section 4D, delete the second
senteno^T•
"if`m essary" to the
ft
of Section
14.E �,dd• ""'�`t+=''
$ lace`• State of South DakR?a''
with `co1=cM rc' t1s fl " ixRrma.
In S�Ct3qn, , rcP .,...
15.) Delete Section 9 and the last sentence uadcr Section 12.
17.)
a to read as follows: `,be Fairfax 014 � w pj"00-341360, G�meW
Add longua 8
conditions wd inst =tiou to Bidden 06; Shall aFPW
GATEWAY COMPANIES, INC.
COUNTY OF FAMFA X
.Signed on behalf of
Kimberly A. Hepburn, Contracts Manager:
Susan M. Moore. Senior Contract Administrator
Name & Tide
,April 25,20M
Date
ARMRND E. MATO, CPPO, DIRECTOR
NBF9FfAtRF�-
DEP~t CHASING b SUPPLY MANAGEMENT
APR 2 7 Z�fO
Date
"J.
02-1044
AWARD UNDER STATE OF FLORIDA CONTRACT NOS.
250-040-99-1, 973-561-03-1, 252-024-01-1, 250-000-03-1 255-001-01-1
and Fairfax County, Virtdnia Contract No R000 -341360 -16A -G
ITEM:
Computer Hardware and Software
DEPARTMENT: ITD, Police and Fire Rescue
TYPE OF PURCHASE: Short-term
REASON: The Department of Information Technology, Police
and Fire Rescue has a need to procure personal
computers, monitors, terminals, associated hardware
and software, installation services, and maintenance
services.
RECOMMENDATION: It is recommended that the personal computers,
monitors, terminals, associated hardware and
software, installation services, and maintenance
services from Various Vendors, under existing
State of Florida Contract Nos. 250-040-99-1,
effective until September 30, 2002; 973-561-03-1,
effective until July 17, 2003; 252-024-01-1,
effective until March 22, 2004; 250-000-03-1,
effective until July 31, 2005; 255-001-01-1 effective
until January 31, 2004, subject to any extensions
thereto by the State of Florida and Fairfax County,
Virginia Contract No. RQ00-341360-16A-G,
effective through April 30, 2003, subject to any
extensions thereto by Fairfax County, Virginia, for
the Departments of Information Technology, Police,
and Fire Rescue, at an award amount not to exceed
$75,000; allocating funds therefore from E-911
Account Code No. 196002.290461.6.850.
rQzo� 40,4
ector of Purchasin!K G1
l/ 4--- 3o —OZ
Date
AwwdStawContmcts 02-1044