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