Loading...
HomeMy WebLinkAboutR-00-0077• J-00-76 1/13/00 00— "7 RESOLUTION NO. • A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF UNISYS CORPORATION, FOR THE PROCUREMENT OF NETWORK BACKBONE MAINTENANCE SERVICES, FOR THE DEPARTMENT OF INFORMATION TECHNOLOGY, PURSUANT TO INVITATIONS FOR BID NO, 99-00-075R, FOR AN INITIAL PERIOD OF TWO (2) YEARS, COMMENCING FEBRUARY 1, 2000, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR -PERIODS, IN AN ANNUAL AMOUNT NOT TO EXCEED $330,073 PER YEAR; 'ALLOCATING FUNDS THEREFOR FROM GENERAL FUND, ACCOUNT CODE NO. 001000.460101.5.670. WHEREAS., the Department of Information Technology requires maintenance for new and existing communication components located at primary sites throughout the City; and WHEREAS, the data communications network is a 24 hour, seven days per week system, that manages all the data transmissions required for police and fire dispatch, electronic financial transactions, electronic mail, internet services and more; and WHEREAS, the network is composed of various principal components (backbone) that must receive regular performance fine- tuning and regular maintenance as well as on-site support in the event of a failure; and CITY COMMISSION MEETING OF JAN 2 7 2000 Resolution No. 00— 8 �] T WHEREAS, currently, maintenance services are provided by Unisys Corporation pursuant to Resolution 99-282, which expires on February 1, 2000; and. WHEREAS, pursuant to public notice, Invitations for Bid No. 99-00-075R were mailed to thirty-four (34) potential bidders; and WHEREAS, one (1). bid was received on January 5, 2000; and WHEREAS, the City Manager and the Director of Information Technology, recommend that Unisys Corporation, the sole bidder, be accepted as the lowest responsive and responsible bid; and WHEREAS, funds are available from General Funds Account Code No. 001000.460101.6.670; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid received on January 5, 2000, from Unisys Corporation, for the procurement of Network Backbone Maintenance Services, pursuant to Invitations for Bid No. 99-00-075R, for the Department of Information Technology, for an initial period of two (2) years, commencing February 1, 2000, with the option to renew for two (2) additional one (1) year Page 2 of 3 �``°' • 0 periods, at an annual amount not to exceed $330,073 per year, is hereby approved, with funds therefor hereby allocated from General Fund Account Code No.001000.460101.6.670; Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 27th day of January 1 2000. ATTEST: k . JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indoC1440, approval Of this legislation by signing it in the designated place provided, said legislation now becomes effective with the elapso Of ter) (1 10) da— 'rorn ilia date of ConVo&,sicri o -,,tion regarding same, without the Mayor exerci eto. ir WALTER J. FOEMAN VUaI rt, City Clea CITY CLERK 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 3 of 3 0 0- 77 CITY OF MIAMI, FLORIDA • 10 .� INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members DATE: LI FILE Of The City Commission JAN20�� SUBJECT: Network Backbone Maintenance Agreement FROM:jc REFERENCES: arshaw ENCLOSURES: City Manager Recommendation It is respectfully requested that the City Commission approve the attached resolution authorizing the City Manager to accept the bid of Unisys Corporation for the procurement- of Network Backbone Maintenance Services for the Department of Information Technology for a period of two years commencing February 1, 2000, in an amount not to exceed $330,073 per year, with the option to renew for up to two additional one-year extensions. Funds are allocated from General Fund Account Code, 001000.460101.6.670. Background Proper maintenance of computer network hardware components is necessary to keep the City of Miami's Public Safety Systems, Financial Information Systems, Permitting Systems etc. in good functioning order. The City's data communications network is a 24 hour 7 day per week system that manages all the data transmissions required for police and fire dispatch, electronic financial transactions, electronic mail, internet services, etc. The network is composed of various principal components (backbone) that must receive regular performance fine-tuning and regular maintenance as well as on-site support when there are failures. Currently, maintenance services are provided by Unisys Corporation through resolution 99-282, however, this contract will expire on February 1, 2000. In order to insure uninterrupted maintenance of the City's network communication backbone components, the Information Technology Department has engaged in a formal BID process, to select the company that can provide maintenance services to the City's network equipment at the lowest possible cost. Bid number 99-00-075R was issued on December 15, 1999 with a due date of January 5, 2000. Unisys Corporation was the sole respondent. Unisys Corporation in their response to our BID offered the services needed by the City of Miami at a reasonable cost. For these reasons, the City Manager recommends that the City Comm'ssion authorize the attached resolution. DHW:B H:AGNMG:nmg 00— sir CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Donald H. Warshaw DATE: January 6, 2000 FILE: City Manager SUBJECT: Network Backbone Maintenance Agreement FROM: Aldo G. Stancato REFERENCES: Director Information Technology Department ENCLOSURES: Proper maintenance of computer hardware and software is essential to keeping the City of Miami's Public Safety Systems, Financial Information Systems, Permitting Systems etc. in good functioning order. The City's data communications network is a 24 hour 7 day per week system that manages all the data transmissions required for police and fire dispatch, electronic financial transactions, electronic mail, internet services, etc. The network is composed of various principal components (backbone) that must receive regular performance fine-tuning and regular maintenance as well as on-site support when there are failures. On December 2, 1997, the City of Miami Commission adopted resolution 97-869, authorizing the City Manager to acquire computer hardware and software maintenance and support services from Unisys Corporation. The warranty of the City's network backbone was provided for under this agreement, however, this agreement expired in March 30, 1999. It was our understanding that the extension of these services was available under the Client Server State Contract. In early March 1999, it came to the attention of the Information Technology Department that these services were not available under any state contract, thereby, requiring that the City initiate a formal BID process to select a vendor that could provide these services at the lowest cost. Unfortunately, there was insufficient time to complete a formal BID process before the expiration of the existing contract. In order to insure uninterrupted maintenance of the City's network communication backbone components during the time necessary to engage in a formal RFP process, the City Manager and the Financial Oversight Board approved an emergency one (1) month extension of the existing warranty agreement with Unisys Corporation on March 27, 1999. This one-month emergency extension provided services to the City through April 30, 1999. During this one (1) month period the Information Technology Department, with the approval and assistance of the Purchasing Department, engaged in an informal, competitive, negotiated process to select the vendor that could provide the most advantageous proposal to the City of Miami for the provision of maintenance services and parts to the City's data communications network for an interim period of six months, with the option to renew for up to three one-month extensions. The vendors solicited to participate in this process were Unisys Corporation, Microage Corporation, and OnQuest Technology Corporation. Unisys' Corporation in their response to our informal, competitively negotiated process offered the services needed by the City of Miami based on several factors including cost. The City Commission approved the selection of Unisys Corporation through resolution number 99-282. However, this contract now expires on February 1, 2000. During this interim period, the Information Technology Department initiated a formal BID'process to select the most advantageousfirm to provide these services to the City for a period of two years with an option to extend for two additional one-year periods. Bid number 99-00-075R was issued on December 15, 1999, with a due date of January 5,, 2000. Unisys Corporation was the sole respondent. For these reasons, I am seeking your approval to place 'a resolution on the January 27, 2000, City Commission agenda authorizing you to accept the bid of Unisys Corporation for the procurement of Network Backbone Maintenance Services for the Department of Information Technology for a period of two years commencing February 1, 2000, in an amount not 'to exceed $330,073 per year, with the option to renew for up to two additional one-year extensions. Funds are allocated. from General Fund Account Code, 001000.460101.6.670. pprove / approve Date: Donald H. Warshaw City Manager DHW:B H.AGS:NMG:nmg 00- 77 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Judy Carter DATE: January 6, 2000 FILE: Director Procurement Departme SUBJECT: Network Backbone Maintenance FROM: Aldo Stancato REFERENCES: Director ENCLOSURES: Information Technology Department This Department has verified with the Management and Budget Department that funds are available to cover the cost of providing Network Backbone Maintenance Services by Unisys Corporation, a non-local/non-minority vendor, under bid number 99-00-075R, for the Department of Information Technology, for a period of two years in an amount not to exceed $330,073 per year, with an option to extend for two additional one year periods. Funds are allocated from General Fund Account Code, 001000.460101.6.670. BWH:AGS:NMG:nmg BUDGET REVIEWED AND APPROVED BY: Lt� Luie rennan, Interim Director Department of Budget 044INWM YM�tisM100 00- 7 7h &AWARD RECOMMENDATION 6M Network Backbone Maintenance BID NUMBER: 99-00-075R COMMODITY/SERVICE: services DEPARTMENT / DIVISION: Information Technology TERM OF CONTRACT: Two Years with the option to extend for 2 additional 1 yr. periods. NUMBER OF BIDS DISTRIBUTED: 34 NUMBER OF BIDS RECEIVED: 1 METHOD OF AWARD: To the lowest responsive and responsible bidder meeting specifications. RECOMMENDED VENDOR(Sh STATUS: CONTRACT VALUE: U.v�srs 33v/ 073 TOTAL: THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: o %1/t tcJ rt/>> z/s Ti.v C o men ti .v, c 7 i o.� Co os P s �. t py C �l--T �y Ti`f2o lcaN a e.,." 7-Y rJ`9,¢,.ry ev -'cam' A/Lc /77/2 C s Poawc L�EPNz?m f �-T yr i UFA:jr� s=S� Gr/a.L��v2�r= /i�!/CGddo�ldti� W. ACCOUNT CODLLO(S): O ; M1, DEPARTMENT APPRO ALI. Department Director/ Designee -y6 tv/O /. 6 . ! 7 v BUDGEt'11EV1EW PRVAL: LUie Brennan Interim Director OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 PURCHASING APPROVAL: Y45W aU y Orrector TITLE: TO: Judy S. Carter Director FROM ✓ amela E. Burns, COPB Sr. Procurement Contracts Officer CITY OF MIAMI, FLORIDA INTER-OFFIrE IkAFaAORANOUnA DATE: January 5, 2000 SUs.JECT:Recommendation to Accept Receipt of One Bid REFERENCES: ENCLOSURES: FILE: Pursuant to Bid No. 99-00-0758, Network Backbone Maintenance Services, for the Department of Information Technology, please be advised that only one (1) bid was received for the provision of the above services. This service had been re -bid as we had previously received only one bid pursuant to IFB No. 99-00-001. In accordance with the above-mentioned IFB, thirty-four (34) bids were mailed to potential vendors. At least one (1) vendor other than Unisys advised the City it could provide the required services and asked to receive a bid. That vendor, however, failed to bid. The only bid received was from Unisys, the current provider for the City. The following represents the reasons provided by vendors for this IFB who submitted a "no bid." • Allocated Resources, Inc. • Telecom Engineering • Custom Cable Industries • Ikon Office Solutions Technology • Black Box aka Fla. Intranet Group • Lucent Technologies Svcs. Inc. "Schedule would not allow us to perform." "We are a Cisco partner but have not been certified." "Unable to meet specifications." " Other - has Cisco certified engineers but not Cabletron certified engineers." "We do not offer this service." "Cannot provide Cisco support for software." The following represents the reasons provided by vendors for the previous IFB (No. 99-00-001) who also submitted a "no bid." ,k • The Warfield Group, Inc. • Lucent Technologies Svcs. Inc • Custom Cable Industries • BellSouth Communication Systems • ICS of Coral Gables • NPA Systems Inc. • OnQuest Technologies • Allocated Resources, Inc. • "Ikon Office Solutions Technology "We are unable to meet specifications." "Specifications too "tight," i.e. geared toward one brand or manufacturer only (cisco equipment & certified technicians) "We do not offer this product or service." "We do not offer this product or service (Cabletron)." "We do not offer this product or service." "We are unable to meet specifications." "We are unable to meet specifications" and "Specifications too tight." "Our schedule would not permit us to perform." " Other - has Cisco certified engineers and not Cabletron engineers." 00— 7 (cont. page 2) According to the Department of Information Technology, Unisys has been satisfactory. in the provision of these services. This bid was highly technical nature and required bidders to have expertise on the equipment maintained by the City. After two (2) attempts to obtain more than one (1) bidder for the provision of this service, it became clear that no firms could be found who have certified technicians for both Cisco and Cabletron products. It was the requirement of Information Technology that a bidder have certified technicians for both, as the City requires maintenance for each product throughout the City. Itis not surprising that only one bid was received, due to the complex nature of the work to be performed and the required commitment of equipment and personnel. Therefore, it is respectfully requested this one (1) bid, from Unisys, be accepted. lop APPROVED: DATE:"" Judy S. C ector c: Bertha W. Henry, Assistant City Manager Aldo Stancato, Director, Information Technology A N- 2-440a MON 1 7 0 9 .P•w..�./'�, 1212!97 ItE50LUTION NO. 8 6.9 :::. •:. A' RES' LOTION ' BY A FOUR-F1,FTI AFFtR1 ATNF VOTE OF M MEMBERS. CITY. ;". ONvI US$10N, AFTER ADVEIiTisEt) miBLIC. ItA.RING, .:RA'I YPY1N0, AFPItOVINC`r AND CONFIRk NG'-:- THE : MANACrIER'S DE'I ERMFNA'TION THAT '. T4 ATNytA�IN�tTHT�E : ''A THE �S�METHbb A -I'1 MAINFitAME . IS , TO : t81CQ0� rt r t �T%�+ti+. • r . • .. ; i . ` ' , . SERVICE; FROM UNI SfS ': CObORATlON, WAIVING : 'THE REQUIREMENT F6R ' , CON P-TITIVE SEALED: IDDD ?• :. AND _ APPROVING 11M ACQUiSITION OF .C4�PI.J'F'ER SOFTWARE MA%1TENANCE=: AND St1PP0RT . SERVICES : FROM.'•- UNISYS . . . CORPORATION; FOR A PERIOD OF TWO,YEARS CONEN'CING WITH FISCAL YEAR 1996r AT A TOTAL '- COST : NOT TO' EXCEED• • $180,000; ALLOCA'T'ING - FUNDS THEREFOR FROM TI-lIr FY : 97-98 r PtjkAt NG BUDGET °OF';: :-THE Y Dli~PAR�'MENT OF' INFORIVIATTON TECHNOIKOGY, . IN THE 'AMOUNT • ' $350,040 FROM ACC4LINT;CODE NO, 001000.464101.6.670 ' AND 5430,040. FROM CW1PROJECT'.I - 111015, AS APPROPRIATED BY THE PASCAL �199S-CE '. :. •YEAR 96 CAPITA IMPROVEMENT OItDII�iAN: NO. l 337, AS AAMNDED; AUTHORIZING THE CITY " MANAGER TO INSfFtVCT. TimCHIEF PROCUREMENT OFFICER i`O ISSUE -PURCHASE ' ORDERS OR 'CHIS PURPOSE. - W#FEREAS, proper mintenaace of computer hardware and sQfiware is requYred tdCeep ::. •' + : ; ., tfietA-17 Mainframe computer operating with the latest level of releases; and ' NQ OF I" DEQ 0 9 ...: JAN- 1 ::?-98 MON 17 - 09 _ i1.RP-AS, tnai6tenance is critical to maintaining adequate bptinie' artd responso time for aI ttie ! s ems'th' t publie safety sy t a are on .the• A-17, which includeS`thc rkre• and Police Dispatch;' . :size , • .• .. .., '.: �. . • W t>r`REAS,, `aithovgh the purchase' of mainttnaoce for the- yeaf:. 1996 was not of ciatly •" • 0 'i<u h rued, the services wer�,'ri$vertlieless,. received from Unisys Corpo� -tion;'and : W�'•iIEtREAS,'the purchase 6f software rnaintertanee "includes the support for the 'opergtion :Syste.M NCO), network transactign proctissittg system (CAMS), compilers (COBOL! ALGOL); And WHEREAS, the purchase' of hardware ' maintenance includes the support fo'r the A- 17 %hardware 'and related periphe els on a. twenty-four hour-a-day, seven-days a. we* basis, with a :gvAranteeii• four-hour maximum response time; and 'WHEREAS, Unisys is the only vendor that can piovide design level engineering suppgrt .to Anal a stem yz sy failures or provide performance tuning; art'd • tF"AS, Unisys has provided captives on-site p.. orin during natural disasteis to 'prgvide,isiifnediate support shoold' the need arise; and WHEREAS, Unisys4i i3 'the' only vendor that is currontlyl contracted to supportlarge A, Series.sites in the southeastern United States, therefor, in order to maintain the A-17 mainframe .with '61-W-date releases, it Is most advantageous to receiveproduct support front Unisys corporation; .and WHEREAS, 'the City Manager and. the Chief Procurement Officer recormrhend that 'the - 4i equiremeht for competitive foimal sealed bidding procedures be waived and .tie purchase of tequired maintenance fromUrtisys Corporation be approved; 2 :� ,SAfy- 1,2-90 MON 1 ? 1 0 V. NOW; • T%lER] PQ • BE FT RESOLVED • 13Y THE CO1 M1S 10N nI CITY QF �VIIAMI, L()RIDA;: ' Ssction F, Ther itals slid findingg:contioned, in the Preambleto phis Resolution are hereby -adopted I referende'thereto•grid utcorpor�tcd herein as if.f4ily`set forth in this i Secton. :., Sei io2. By a four Afthi (4/.5ths) 'affirmativ6 yofe of the members of the :.City Eoititriissia t' after a M advertised public hearing, ratifyi' g, Y n approving, and confirmir $ ,the pity Mange's deteri inetigrt.•that the' most 'advantagebus' method s which to maintain tile. < ..' : 17.mY�inl'r$me is to acquire'said service from Unisys Corporation; waiving tiie requiremgitt' '. for' competitive sealed bidding, and, approving 'the acquisition. of computer hardware ar?d sottwaie `maintenance and support services front .Unisys Coirpo>~tion, Ora period of fvro y r9 risrt me,ncing with fis4f year.1996, at a total cost not 'to e?ccred $780,000; with funds is theTefoc Hereby allocated frdni they '9'1-98 operating budget of the Departindnt • or. ;hftor[hafigti ,Technology, in theamount , : of $350,000. from . account ;code, tio.' bol' 000.460161.6.670 and $430,000 ffom CFP Pxojeet No'.--31,10:15.,as'appropriated bj `the fiscal year 19�S-9¢ Capital Improvement Ordinance No. 11337, as'amended. : : SeciE06 3:. The City Manager.: is hereby authorized to.. instruct the Chief procurement �0'T et to issye purchase atdeis for this purpose.. Section 4. This Resolution shall become effective immediately upon its adoption. • , ` 00 • f. r 3 ;: . J-99-367 4/19/99 ^ RESOLUTION NO. 9 9 — 2S2 A RESOLUTION BY FOUR-FIFTHS (4/5� AFFIRMATIVE VOTE OF THE MIAMI CITY COMMISSION WAIVING THE REQUIREMENT FOR COMPETITIVE SEALED BIDDING PROCEDURES AND AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH UNISYS CORPORATION, AS THE MOST ADVANTAGEOUS FIRM, FOR THE PROVISION OF MAINTENANCE SERVICES AND PARTS FOR THE CITY DATA COMMUNICATIONS NETWORK FOR AN INTERIM PERIOD OF SIX MONTHS COMMENCING MAY 1, 1999, WITH THE OPTION TO RENEW FOR THREE ONE-MONTH EXTENSIONS, IN AN AMOUNT NOT TO EXCEED $85,000; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.460101.6.670. WHEREAS, Resolution No. authorized the City Manager software maintenance and Corporation; and 97-869, adopted December 2, 1997, to acquire computer hardware, support services from Unisys WHEREAS, the warranty of the City's communication network backbone was provided pursuant to this agreement which term expired on March 30, 1999; and WHEREAS, the City Manager approved an emergency one month extension of the existing warranty agreement with Unisys co- 77 CITY CCRODGMI01i MEET= CW APP 2 7 1999 nn c�c7c� v'v 4o"OQ Corporation until April' 30, 1999; and WHEREAS, the City was later notified by the State of Florida that service was no,, longer available utilizing any State contract; and WHEREAS, it is required that the City initiate a formal Request For Proposals P!RFP")to select a vendor that is the most advantageous and expedient provider; -and WHEREAS, the preparation of an RFP As, a, lengthy process;. therefor the department had insufficient time to complete the process before the expiration of the existing contract; and WHEREAS, three vendors were solicited to participate in an informal bid process, Unisys Corporation, Microage Corporation, and OnQuest Technology Corporation; and WHEREAS, Unisys Corporation submitted the most advantageous proposal; and WHEREAS, fund are available from Account Code No. 001000.460101.6.670; and` WHEREAS, the City Manager and the, Director of Information Technology have determined that emergency action is required to provide uninterrupted maintenance service and parts for the City's communication network and recommend the execution of an 00- 7.7 -z- 9rk agreement with Unisys Corporation for the said purpose; and NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1'. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. By a four-fifths vote the members of the City f Commission, waive competitive bidding procedures and hereby authorized" the City Manager to execute a maintenance services agreement with Unisys Corporation, in a form acceptable to the City Attorney, for an interim period of six months commencing Mayl, 1999, in an amount not to exceed $85,000, with an option to renew for three one-month extensions; with funds therefor hereby allocated from Account Code No. 001000.460101.6.670. Section 3. This Resolution shall become effective There herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter an d Code provisions. - 3 0- 7 7 immediately upon its adoption and signature of the Mayor=. PASSED AND ADOPTED this 27th day of April 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2.33, since the Mover dict riot h6cato aeT7rofn1 of this legislation by signing it in the desirrated, it=o' .. becomes effective with the elapse often (10) days f; regarding same, without the Mayor ex ising v ATTEST: � tMatier an. Ciark WALTER J. FOEMAN CITY CLERK,. , NESS 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. - 4 - BID ITEM: BID NO: DATE BID(S) OPENED: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST NETWORK BACKBONE MAINTENANCE SERVICES Al A / 1( 99-00-075R JANUARY 5, 2000 TIME 11:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK UNISYS 1 See attached bid NO BID ALLOCATED RESOURCES, INC. TELECOM ENGINEERING CUSTOM CABLE INDUSTRIES IKON OFFICE SOLUTIONS BLACK BOX LUCENT TECHNOLOGIES o -07 Person receiving bid(s) ( ) envelops on behalf of on / 2 o e (City Department) , (Date) Deputy City CITY OF MIAMI /� L ADVERTISEMENT FOR BID �L Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO. 99-00-075R NETWORK BACKBONE MAINTENANCE SERVICES OPENING DATE: 11:00 A.M. Wednesday, January 5, 2000 (Deadline for Request of additional information/clarification: December 22, 1999) Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Florida 33130, Telephone No. 416-1906. THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD PRINT). AD NO. 5951 { Donald H. Warshaw CITY OF MIAMI City Manager LOGO 00 -.Z:s :—.7( r'I -n -.' a; . R P I C I(a5/PC 503 Rev. 12/89 I Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department O( Ob J City of Miami c�,,r��� REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please -type and attach a copy of the advertisement with thij reguisition. 1. Department: 2. Division: 3. Account Code number: 4.- Is this a confirmation: 5. Prepared by: ❑ Yes ❑ No 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be 10. Type of advertisement: published: ❑ Legal ❑ Classified ❑ Display 11. Remarks: 7 12. N� • , Publication Date(s) of ' Advertisement Invoice No. Amount 13. ' ❑ Approved F ❑ Disapproved Department Director/ Designee Date Approved for .Payment Date I C I(a5/PC 503 Rev. 12/89 I Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: NEWORK BACKBONE MAINTENANCE SERVICES BID NO: 99-00-001 DATE BID(S) OPENED: NnITF rN eR24� 1999 TIME 11 - n n _ m _ _ 7 BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK UNISYS NO BID THE WARFIELD GROUP, INC. ABBY KENNEDY NPA SYSTEM, INC. DAVID MANDELBAUM WAYNE ANDERSON / BELLSOUTH COM11UNICATION SYST ALLOCATED RESOURCES CUSTOM CABLE INDUSTRIES ' ON QUEST TECHNOLOGIES LUCENT TECHNOLOGIES, SERVICES, :INC. (� •- •,Offers from the versolors B !:Aied herein dre the only offers received fimely an of t!"'.9 cbr ire o -,onx nq other offers subrYzt}'.cd r, �. , to t' -. elute and t r.. solxltaftn. if , are hereby resected as Faso." d& Al,, �J✓�D/� received ( �U ) envelops on behalf of Person receiving bids) PURCHASING DEPARTMENT on (City Department) Deputy City er c (Date' CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO. 99-00-001 NETWORK BACKBONE MAINTENANCE SERVICES OPENING DATE: 11:00 A.M. WEDNESDAY, November 24, 1999 SITE VISITS: November 4 and 5,;1999, 8:30 a.m. - 4:30 p.m. (Deadline for Request of additional information/clarification: November 9, 1999) Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1906. AD NO. 7151 Donald H. Warshaw CITY OF MIAMI City Manager LOGO �. 0 ) t�1 sified n El Display B 1b Invoice No. 1 � Amount r 7p s xz 1 - .. 71 . r > W - city, of. Miami �\l REQUISITION FOR ADVERTISEnET - ..This ;number must appear in the s .advertisement. V 'INSTRUCTIONS type -and attach a copy of the advertisement with thi 'i§`wirjtion. 1 D,eparfinent N Folz A o Q�6 2. Division: i !n �ti/Sr 'AYE . n3 Account_; Code 'numb 4. Is this'a confirmation: 5. Prepared by n Oot 000 .1 ElYes ❑ No ' 6 Sie ofi advertisement; :. `' ,7. "Starting date: 8. Telephone number: s 10/25/99, " b�s O Nim 1•)cr. of fimce' }hic �rlvcrficom6nl in '+ri ,ho' i!1 T..no �f orl..oriioo...o..F - � ' sified n El Display B 1b Invoice No. 1 � Amount I VC GS/PC` 503 Rev.'.: 12/89 Routing.' Forward White ,and Canary. to G.S.A. (Procurement Manage DISTRIBUTION White.Canary Department, Date: and retain Pink copy 71 . r > W I VC GS/PC` 503 Rev.'.: 12/89 Routing.' Forward White ,and Canary. to G.S.A. (Procurement Manage DISTRIBUTION White.Canary Department, Date: and retain Pink copy JUDY S. CARTER Director f (.m . 4 `IVY of LI 7 �Fcb„ Fvv� ADDENDUM NO. 1 DONALD H. WARSHAW City Manager VIA REGULAR MAIL BID NO. 99-00-001 NOVEMBER 10, 1999 BACKBONE NETWORK MAINTENANCE SERVICES Please refer to the following Questions from prospective bidders and the Answers to those Questions by the City. See Attachment for Revised Exhibit 15. Q On page 23, number 9, it states: "Must agree to assign a Project Manager or Account Representative to City's Account." Can you please clarify this. Do you mean on-site, phone number, etc.? A The Account Representative must be available to the City of Miami via telephone and pager. On occasion, the City may want to schedule meetings with the Account Representative, and these meetings will be scheduled at mutually agreed upon times. Q: On Exhibit 15. Estimated Backbone equipment for projects in progress. There seems to be inconsistencies between the model numbers and descriptions. Can you please clarify which takes precedence, the Cabletron model numbers or the Cisco products to ensure that we price this correctly. A: See attached Revised Exhibit 15, pages 59, 60, 61 and 62. Changes are in bold print, marked as * 1, and are as follows. Page 59:C01-01 (Model) COI -02 (Model) COI -03 (Model) CO3 (Description) Page 60: C 11 (Model) Page 61: C11-01 (Model) C 11-02 (Model) Please incorporate the above changes for Exhibit 15 into your response to the IFB in hardcopy and on disk. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. SINCERELY, 'U Z JU S. CART R CHIEF PROCUREMENT FICER THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDDERS. ol SIGNATURE; DATE: NAME OF FIRM: DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 416-1900/Fax: (305)416-1925 E -Mail Address: purchase@ci.miami.fl.us/ Website Address: http://ci.iniami.fl.us/ Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 0 REVISED Instructions : Bidder must bid on all items Exhibit 15 - Estimated Backbone equipment for projects in progress ID Model Description Critical Location Unit Per Unit Total Total QTY monthly cost Monthly cost Annual cost C01 C01-01 Cisco 6509 Power Supply *1 Cisco Catalyst 6509 Switch Catalyst 6000 130OW AC power supply * * Police Police 1 1 601-02 Power Supply *1 Catalyst 6000 130OW AC power supply Police 1 C01-03 001-04 101-05 I C01-06 C01-07 601-08 C01-09 C01-10 001-11 Cord *1- 9E423-24 9C214-1 9C214-1 9F426-02 9F426-02 9F426-02 9F426-02 9F426-02 7513 AC Power Cord - Twist -Lock US Catalyst 6000 Supervisor Flash Image, 5.2 X Catalyst 6000 Supervisor Engine 1, 2GE Catalyst Supervisor PCMCIA Flash 20M Catalyst 6000 8 -port GB Ethernet Mod 10006ase -SX GBIC Short Wave -Length MM Catalyst 6000 48 Port 10/1000 RJ -45 Mod 100TX to 100FX SC transceiver Catalyst 6500 Multilayer Switch Module * * * * * * * * Police Police Police Police Police Police Police Police Police 2 2 2 -2 2 18 2 2 1 GO 1 - 12 9F4262C2 Catalyst 6000 Supervisor PCMCIA Flash 24M * Police 1 C01-13 EMC38-12 Catalyst 6000 MSM IP/IP-Multicast Routing * Police 1 CO2 Cisco 5500 Cisco Catalyst switch 5500 * Police 7 002-01 Catalyst 5500 _AC Catalyst 5500 Redundant Power * Police 7 002-02 CO2 -03 CAB-7513= SFC5K-Sup3 4.3.1 AC Power Cord Catalyst 5000 Supervisor 1&2 Flash Image, R4.2.1 * * Police Police 14 14 002-04 WS -X5530 -E3 Catalyst 5500/5000 Supervisor Eng.11l Mod * Police 7 CO2 -05 SWCSK-REFS-4x Catalyst 5K Rel 4.X SW Lic. Enhanced Feature Set * Police 7 CO2 -06 WS-X5225R 24-P 10/100 BaseTX Backbone Switching (FEC802.1) * Police 25 1502-07 WS-U5534-GESX Dual Port 10006aseSX Uplink Module for Supervisor Engine I I * Police 10 CO2 -08 WS-U5531-FETX Dual Port 100BaseTX Upline Module for Supervisor Engine III Police 4 CO2 -09 AT-MC102-10A 100TX to 100FX SC transceiver * Police 2 003 Cisco router 7507 Cisco router 7507 *1 * Police 1 CO3-1 603-2 PWR/7/2 Pwr/7 7507 Dual AC Power Supply Option 7507 Power Supply * * Police Police 1 1 603-3 CAB-7KAC= Cisco 7000 Series AC Power Cord * Police 2 CO3-4 S75AL-12.0.XT Cisco RSPx Series IOS Ent. IPSEC 56 * Police 1 603-5 FR-NF75 RSP1, RSP2, RSP7000 Netflow Switch Police 1 CO3-6 RSP4= 7500 Route Switch Processor 4 * Police 1 11/9/99 59 Confidential. Property of City of Miami J REVISED Instructions : Bidder must bid on all items Exhibit 15 - Estimated Backbone equipment for projects in progress ID CO3-7 Model MEM-RSP4-64M Description RSP4 64MB DRAM Option Critical Location Police Unit Per Unit Total Total QTY monthly cost Monthly.cost Annual cost 1 CO3-8 MEM-RSP4-FLC201V RSP4 Flash Card: 20 MB Option * Police 1 CO3-9 CX-EIP6 6 Port Ethernet Int Processor * Police 1 CO3-10 FEIP2-DSW-2TX 2 Port Fast Ethernet IP with Dist Switching (100TX) * Police 3 CO3-11 CX-FSIP4 4 -Port Serial Interface Processor * Police 1 CO3-12 PA-7KF-SPA Port Adaptor: Dual Serial Police 2 CO3-13 CAB-V35MT V.35 Cable, DTE, Male, 1Oft * Police 4 604 WS -C412 DMZ Hub 12Pt Auto Sensing, 10/100 Manageable Hub Police 1 C05 Cisco Router 2611 Dual Ethernet Router w/2 WIC Slots & 1 Network Module NETs 13 C05-1 1 CAB -AC Power Cord - 110V NETs 13 605-2 S26CP-12.0.XT Cisco 2600 Series IOS IP Plus NETs 13 605-3 MEM2600-24U32 24 to 32MB DRAM Factory Upgrade for Cisco 2600 Series NETs 13 605-4 MEM2600-8U16FS 8 to 16M6 Flash Factory Upgrade for Cisco 2600 Series NETs 13 C05-5 WIC -I -DSU -T1 1 -Port T1/Fractional T1 DSU/CSU WAN Interface Card NETs 13 C06 Cisco Router 2610 Dual Ethernet Router w/1 WIC Slots & 1 Network Module NETs 3 C06-1 CAB -AC Power Cord - 110V NETs 3 C06-2 S26CP-12.0.XT Cisco 2600 Series IOS IP Plus NETs 3 606-3 MEM2600-24032 24 to 32MB DRAM Factory Upgrade for Cisco 2600 Series NETS 3 C06-4 MEM2600-8U16FS 8 to 16MB Flash Factory Upgrade for Cisco 2600 Series NETs 3 C06-5 WIC -1 -DSU -T1 1 -Port T1/Fractional T1 DSU/CSU WAN Interface Card NETs 311 C07 WS -412-M HUB 12 -Port autosensing 10/100 managed, Repeater P01ice- 16 C08 AS5248-DM-CH AS 5200 48 MICA Modems, 1 Dual T1: 2 MICA CC Police 1 M02 DSU/CSU Motorola FT100 DSC/CSU Police 1 1509 Cisco PIX 520 PIX 520 Police C10 Pix -520 -UR -CH Unrestricted 233 Mhz PIX Firewall 520; 2 10/100 Police 6 C10-01 CAB -AC Power Cord Police 6 610-02 SF -PIX -4.2 PIX Firewall V4.2 software image for MMAC Police 6 C10-03 PIXA FE One 10/100 bmps ethernet interface RJ45 Police 2 C11 Cisco 6509 *1 Cisco Catalyst 6509 SwitchMRC-5 1 11/9/99 132 Confidential. Property of City of Miami C] REVISED Instructions ` Bidder must bid on all items Exhibit 15 - Estimated Backbone equipment for projects in progress ID Model. Description Critical Location Unit Per Unit Total Total QTY monthly cost Monthly cost Annual cost C11-01 Power Supply *1 Catalyst 6000 130OW AC power supply * MRC -5 1 C11-02 Power Supply *1 Catalyst 6000 130OW AC power supply * MRC -5 1 C11-03 Cord 7513 AC Power Cord - Twist -Lock US * MRC -5 2 C11-04 9E423-24 Catalyst 6000 Supervisor Flash Image, 5.2 X * MRC -5 2 C11-05 9C214-1 Catalyst 6000 Supervisor Engine 1, 2GE * MRC -5 2 C11-06 9C214-1 Catalyst Supervisor PCMCIA Flash 20M * MRC -5 2 C11-07 9F426-02 Catalyst 6000 8 -port GB Ethernet Mod * MRC -5 2 C11-08 9F426-02 10006ase -SX GBIC Short Wave -Length MM * MRC -5 18 C11-09 9F426-02 Catalyst 6000 48 Port 10/1000 RJ -45 Mod MRC -5 2 C 11- 10-1 9F426-02 100TX to 1OOFX SC transceiver MRC -5 2 C11-11 9F426-02 Catalyst 6500 Multilayer Switch Module * MRC -5 1 C11-12 9F426-02 Catalyst 6000 Supervisor PCMCIA Flash _24M_* MRC -5 1 C11-13 EMC38-12 Catalyst 6000 MSM IP/IP-Multicast Routing * MRC -5 1 C12 Cisco 5500 Cisco Catalyst switch 5500 * MRC -5 3 C12-01 -2-02 Catalyst 5500 Catalyst 5500 Redundant Power * MRC -5 3- &1 C12-02 CAB-7513AC= AC Power Cord * MRC -5 6 C12-03 SFC5K-Sup3-4.3.1 Catalyst 5000 Supervisor 1&2 Flash Image, R4.2.1 MRC -5 6 C12-04 WS -X5530 -E3 Catalyst 5500/5000 Supervisor Eng.Ill Mod * MRC -5 3 C12-05 SWC5K-BEFS-4x Catalyst 5K Rel 4.X SW Lic. Enhanced Feature Set * MRC -5 3 C12-06 WS-X5225R 24-P 10/100 BaseTX Backbone Switching (FEC802.1) MRC -5 10 C12-07 WS-U5534-GESX Dual Port 1000BaseSX Uplink Module for Supervisor Engine I i C1.2-08 WS-U5531-FETX Dual Port 100BaseTX Upline Module for Supervisor Engine III MRC -5 1 C12-09 AT-MC102-10A 100TX to 100FX SC transceiver * MRC -5 2 C13 Cisco Router 2610 Dual Ethernet Router w/1WIC Slots & 1 Network Module See list (*) 11 C13-1 CAB -AC Power Cord - 11 OV See list (*) 11 C13-2 S26CP-12.0.XT Cisco 2600 Series IOS IP Plus See list (*) 11 C13-3 MEM2600-24U32 24 to 32MB DRAM Factory Upgrade for Cisco 2600 Series See list (*) 11 C13-4 MEM2600-8U16FS 8 to 16MB Flash Factory Upgrade for Cisco 2600 Series See list (*) 11 C13-5 WIC -1 -DSU -T1 1-PortT1/Fractional T1 DSU/CSU WAN Interface Card See list (*) 11 614 WS -412-M HUB 12 -Port autosensing 10/100 managed, Repeater �..:. max. TOT15-1 Total annual cost (For projects in progress) See list (*) : 11 11/9/99 61 Confidential. Property of City of Miami 0 REVISED Instructions : Bidder must bid on all items Exhibit 15 - Estimated Backbone equipment for projects in progress Unit Per Unit Total Total ID Model Description Critical Location QTY monthly cost Monthly cost Annual cost NNW , . w Projects in planning phase.$90,000 is the estimated total cost for backbone equipment for these projects for each year of the contract. The bidder must provide a percentage to be applied to the $90,000 in I order to calculate the monthly maintenance cost charged to the city by the bidder. This cost will be calculated using the formula monthly maintenance charge = (90,000) x (percentage provided by bidder) TOT15-2 TOT15-2 Total Annual cost (For future projects) xx.xx % $90,000 WE Grand Total for First Year j (TOT 14, TOT 15-1, TOT 15-2) This is the annual total that will be used in the bid evaluation. 3�...r Y'�i' " <''� -F � € x ?;r '^�r�,_:3 � i a Z a➢. � '� =.�., :G, Es ..-^�2s^^-,�. ,w � � � s � r 1t �<.:: �' r a. `r" � ,y v r, _ .g, �,�r.�. +S�.e. ,.az "'•a�C.a_.:. Notes: 41.(*) - See exhibit 12 2. * - Critical Equipment 3. The list of backbone equipment, TOT15-2, is only an estimate. The quantities can be changed substantially according to budget, future technology, and changing requirements. 4. The monthly charge of equipment must be independent of the date of purchase and remaining time in the contract. 5. A typical installation for new projects is shown in exhibit 12. FAILURE TO FULLY COMPLETE AND RETURN THIS FORM SHALL DISQUALIFY BIDDER 11/9/99 62 Confidential. Property of City of Miami