HomeMy WebLinkAboutR-99-0191µ ,4 �1
ku� �
J-99-206
3/22/98 (�
RESOLUTION NO. 9 9 6
A RESOLUTION OF THE MIAMI CITY COMMISSION,
AUTHORIZING A SIX MONTH EXTENSION, FROM
MARCH 29 - SEPTEMBER 29, 1999, TO THE
PROFESSIONAL SERVICES AGREEMENT WITH MODIS
CORPORATION UNDER EXISTING STATE OF FLORIDA
CONTRACT NO. 973-584-99-1, FOR THE
PROCUREMENT OF COMPUTER PROGRAMMING SERVICES
FOR THE DEPARTMENT OF INFORMATION TECHNOLOGY,
AND INCREASING PAYMENT FOR SAID SERVICES IN
THE AMOUNT OF $75,000, FROM $50,000 TO
$125,000; AUTHORIZING THE CITY MANAGER TO
EXECUTE AN AMENDMENT TO SAID AGREEMENT, IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY, TO
EVIDENCE SAID EXTENSION; ALLOCATING FUNDS
THEREFOR FROM ACCOUNT CODE
NO. 001000.460101.6.270.
WHEREAS, pursuant to Resolution No. 98-931, adopted
September 28, 1998, the City Commission authorized the execution
of a professional services agreement with Modis Corporation under
State of Florida Negotiated Price Agreement (SNAPS) No. 991855
for a period of six months for the procurement of contract
programming services for the Department of Information
Technology; and
WHEREAS, the SNAPS contract will expire on March 29, 1999,
and Modis Corporation, in anticipation thereof, has entered into
a contract with the State of Florida; and
WHEREAS, the City continues to require uninterrupted
cm cobud gSION
bUMTYNG OF
MAR 2 3 1999
R"ohvfim ram.
99a ���
programming services for YEAR 2000 technical preparations; and
WHEREAS, Modis Corporation agrees to maintain the original
price, terms and conditions for said services under State of
Florida Contract No. 973-584-99-1 for a period of six months; and
WHEREAS, funds are available from Account Code
No. 001000.460101.6.270; and
WHEREAS, the City Manager and the Director of Information
Technology recommend extending the agreement with Modis
Corporation, under existing State of Florida Contract
No. 973-584-99-1, for an additional six month period and
increasing payment for said services in the amount of $75,000;
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. A six month extension, from March 29 -
September 29, 1999, to the professional services agreement with
Mocks Corporation, under existing State of Florida Contract
No. 973-584-99-1, for the procurement of computer programming
services for the Department of Information Technology, is hereby
authorized and the payment for said services is hereby increased
in the amount of $75,000, from $50,000 to $125,000, with funds
2 -
99- 191
0-
therefor hereby allocated from Account
Code
No. 001000,460101.6.270.
Section 3. The City Manager is hereby authorizedl/ to
execute an amendment, in a form acceptable to the City Attorney,
to said agreement to evidence said extension.
Section 4. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor/.
PASSED AND ADOPTED this 23rd day of March
1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation now
becomes effective with the elapse often (101 days om th to of
ATTEST: regarding same, without the Mayor a rci 'F to fission action
to
s
WALTER J. FOEMA Walter J. Foeman, City Clerk
CITY CLERK
I./
2/
AND CORRECTNESS:.
68:CSK:BSS:RCL
The 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 and Code
provisions.
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.
- 3 - 99- 191
CITY OF MIAMI
CITY ATTORNEY's OFFICE
1VMEVIORANDLIM
TUt The Honorable Mayor and
Members of the City Comr
FROM; Alejandro Vilarello, City A
DATE: March 22, 1999
RE: Agenda Item #14 M
Proposed Resolution
Modis Corporation
,' 1999 City Commission Meeting
206) for Professional Services Agreement with
Please substitute the attached proposed Resolution Item #14 on the March 23, 1999 Commission Agenda. Thiswhich iseds as
to
accurately reflect the intentioresolution has been rev n of the request.
The Resolution should read ... "increasing payment for said services in the amount of
$75,000, from $50,000 to $125,000.11
c. Donald H. Warshaw, City Manager
Walter J. Foeman, City Clerk
99- 191
*iia-.)84-99-I = Consults,: "Vices - IT (Modis)
Page 1 or 1
Consultant Services - IT
Modis
9 73-534-9 9-1-
Effective: 11/06/98 through 11/05/99
Certification
Special. Conditions
Specifications
Price Sheet
Ordering Instructions
Complete Contract
State Contracts Main Index
Contractors:
Ordering Information Modis Vendor URL
http://ww,w,modisit com
Please send comments or questid9Ji�aion of Furl
'Thursday, January 21, 1999
Sq— 194
JL
4:20 PM
Page I of I
CERTIFICATION OF SERVICE CO.NTRAC'I' Suite 315
TITLE: Consultant Services -IT (Modis)
BID NO.: 973-584-B CONTRACT NO.: 973-584-99-1
EFFECTIVE: November 6, 1998
CONTRACTOR(S): through November 5, 1999
Modis (A) SUPERSEDES: New
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEM
MAY ARISE SHALL BE BROUGHT TO THE IS `VHIC
488-8303 SUNCOM 278-8303 E_ ATTENTION OF BOB GLOVER AT (85
A. AUTHORITY -Upon affirmative act taken b� bh �a� a state fl us
of Flo
Services - — October 28, 1998, a contract has been executed between the State of Floridarida Department of Manageme
designated contractors. and the
B. EFFECT - This contract was entered into to provide economies in the purchase
Services -IT by all State of Florida agencies and institutions. Therefore, in Compliance Section 237.057, Florida Statutes, all purchases of these servicesp ase of Consultant
Prices, and conditions of this contract and with the suppliers specified. should be made under the term
C. ORDERING INSTRUCTIONS - All purchases shall be made in accordance
with
ordering instructions. Purchaser shall order at the prices indicated, of all Fe attached
exclusive
and local taxes. ederal, State
All contract purchase orders shall show the State Purchasing con
service with unit prices extended and purchase order totaled. tact number, description v
when purchase is made by a blanket purchase order.) (This requirement may be waived
D• CONTRACTOR PERFOR
MANCE - Agencies shall report any vendor failure to perform
according to the requirements of this contract on Complaint to Vendor, form PUR 701
the vendor fail to correct the problem within a prescribed period of time, then form7 Should
Request for Assistance, is to be filed with this office. PUR 7029,
E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions
Your' information. Any restrictions accepted from the supplier are noted on the rdering for
instructions.
F. CONTRACT APPRAISALg
Provide your input and ecomme lotions foromract Appraisal, form PUR 7073 should be used
for receipt no later than 90 days prior to the expiration n date of this contract rovements in the contract to State Purchasing
Authorized Signature
ML/sec
Attachments
Thursday, January 21, 1999
09— 01
tj
4:20 PM
Page 1 of 9
SPECIAL, CONDITIONS
This Agreement is entered into by and between the certified Contractor and the State of Florida,
State Purchasing, Department of Management Services (State), to serve as a master agreement for
the acquisition of Information Technology Consulting Services, by the State of Florida agencies and
other eligible users in accordance with the Eligible Users paragraph. This agreement shall be
effective when dated and certified by State Purchasing and shall remain in force for one year from
the effective date, unless sooner terminated as provided herein. This agreement may be renewed for
two (2) additional one-year periods upon the mutual written consent of the parties.
Florida Law shall apply to any interpretation or definition of the parties' rights and obligations under
this Agreement.
This agreement, its attached addendum and appendices, statement of work, quotation, service
description, and any purchase orders subsequently issued in connection therewith constitute the full
and complete agreement between the parties.
Any changes, modifications, or deletions to this agreement shall be in writing and contain the
signature of the authorized representative of each of the parties. The Contractor shall have no
authority nor obligation to commence work, or terminate work, in connection with any change to the
contract, until the fee and/or schedule impact of the change is agreed upon by the parties in writing.
Any disputes between the parties, shall be resolved in accordance with the Legal Requirements
provision of the General Conditions contained in the Bidder Acknowledgment (PUR: 7031), and
Florida Law.
ELIGIBLE USERS
Under Florida law use of State contracts shall be available to political subdivisions (county, local
county board ofpublic instruction, municipal, or other local public agency or authority) and State
Universities, which may desire to purchase under the terms and conditions of the contract. Such
purchases shall be exempt from the competitive bid requirements otherwise applying to their
purchases.
t 's State means the State of Florida, its departments and divisions, and Eligible Users placing an order
under this Agreement.
ADDITIONAL ELIGIBLE USERS 5
=X
Use of State contracts shall be available to Federal agencies and private non-profit educational
terms and conditions of the contract.
facilities as defined in Section 240.065, Florida Statutes, which may desire to purchase under the
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 ove
ental
entities' purchasing laws, rules and regulations shall apply to purchases made under cot
PPY P act.
Thursday, January ry21,1999
4:21 PM '
,77 K�
�
�'f. s''E
¢.0
6
}' Page 2 of 9
ESTE-VIATED QUANTITIES
It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately
$500,000 under any contract resulting from this Agreement. These estimated figures are given only
as a guideline for planning and administration purposes and should not be construed as representing
actual figures under the contract.
SPECIAL ACCOMMODATION
Any person requiring a special accommodation at State Purchasing because of a disability should call
State Purchasing at (904) 488-8440 at least five (5) workdays prior to the negotiations. 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).
DELIVERABLES
Information technology consulting services supplied by the contractor under this agreement are
provided to assist the State. When specific services are required, the contracting agency will be
responsible for preparing a statement of work/requirements for submission to the contractor and
negotiating a contract which should include at a minimum: specific deliverables, personnel assigned,
time period commitments and costs.
The State shall be responsible for the operation and use of any deliverables provided under any
contract resulting from this agreement, and for ensuring that they meet State's requirements. The
State shall retain responsibility for its compliance with all Federal, State, and local laws and
regulations.
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 s. 287.017 for CATEGORY TWO for a period of 36 months from the
date of being placed on the convicted vendor list.
VENDOR SURCHARGE FEE AND SUMMARY OF TOTAL SALES
State Purchasing hereby imposes a vendor surcharge user fee of 1 % 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
Thursday. January 21, 1999
0 ;9 _ 191 4:21 PM
t
Page 3 of 9
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 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. By submission of these Sales Summary reports and corresponding 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. Sales sutnmary, shall include State contract numbers, contractor's namethe
total of each service provided. ,
Failure to comply with these requirements will result in the contract supplier being found in default,
in which case any and all reprocurement costs may be charged against the defaulting contractor and
may result in immediate, unilateral cancellation of your contract by State Purchasing.
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 BIDDER as part of the bid package in hard copy,
and on a 3.5 inch diskette as a Word For Windows file. Any subsequent revisions shall be submitted
in the same format to 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 Pleaders or Footers
No Excel Files
State Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its own
Thursday, January 21, 1999
J�— 4:21 PM
AL CON DITIONci.%0
PRICE L[S'I' ofeligible offerins and tPage 4 of 9
go post the prices on the CONTRACT MOLDERS Internet
I Ionic Page. However, all initial pricing and any subsequent price changes must be reviewed and
approved by State Purchasing Contract Administrator before they can be posted to the CONTRACT
HOLDER Internet Home Page.
failure to submit the information required in this section will be grounds for disqualification of your
bid and/or removal from any resulting contract.
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.
While not required at this time, each CONTRACT VENDOR is encouraged to develop and maintain
a HOME PAGE on the Internet WWW. 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 DOP browser standard. The DOP intends to upgrade to new browser
versions, as they become available and fully tested, at its discretion.
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.
ORDER OF PRECEDENCE
In the event of a conflict between the provisions of the State Term contract General Conditions and
Special Conditions, and any other provisions, which may become a part of this Agreement, the terms
and conditions of the State Term contract and State Purchase Orders shall take precedence and
govern.
CONFIDENTIAL INFORMATION
In connection with any contract, which results from this Agreement, each party may have access to
confidential information made available by the other. Each
party shall protect such confi
information in the same manner as it protects its own confidential information of like kindential
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.
INDEPENDENT CONTRACTOR
In connection with this Agreement each party is considered an independent contractor and as such
will not have any authority to bind or commit the other. Nothing herein shall be deemed or construed
to create a joint venture, partnership or agency relationship between the parties for any purpose.
FORCE MAJEURE
Neither party shall be liable for any delays or failures in performance due to circumstances beyond its
control.
Thursday, January 21, 1999
SN.ClAl. CONDITION
I'age 5 of 9
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
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 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 tortuous 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 tortuous 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 $100,000 or an amount equal to
the charges invoiced for the services which are the subject matter of, or are directly related to, the
Thursday, January 21, 1999
4:21 PM
ze;;¢7`YXt� sra$.:.� n. ,�'.*3.'�"x�.`�' ;.^zg;-�+v > ..erg•.wws.r.rox•:...gr.�.:c+ws,+a=rquw�
a j
Ry1�.
,SPECIAL CDND1TION � � Page 6 of 9
cause of action. The foregoing limitation of liability will not apply to (a) the payment ofcost 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(4) 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 tortuous 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 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 tortuous 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
tortuous 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.
PAYMENT
Charges for Information Technology Consulting Services will be invoiced as the services are
Thursday, January 21. 1999 a9 191 4:21 PM
SPECI;IL CONUI-I 101 Page 7 of
performed, or in accordance with a performance schedule established and agreed to between the
contracting parties.
Payments will be made in accordance with Section 215.422, Florida Statutes, which delineates
Contractor's rights and State's responsibilities concerning time allowances for payment of invoices
and applicable interest penalties. Invoices for travel and living expenses, if authorized under
provisions of this agreement, shall be submitted in accordance with Section 112.061, Florida Statutes.
PRICE PROTECTION
The contractor's current Iist prices for Information Technology Consulting services are attached to
this Agreement as Appendix A, Information Technology Consulting Services. Charges for
Information Technology Consulting Services may be discounted off the contractor's then current list
prices for such services, for project or volume hours, provided however, that the contractor's list
prices for services under this Agreement will not increase above those prices in Appendix A for one
year after the effective date of this Agreement.
CHANGES IN PERSONNEL
The contractor may assign, reassign and substitute personnel at any time. In the event it becomes
necessary for the contractor to substitute key personnel, such substitution will take place in
consultation with the State and will be made upon the State's prior approval, which will not be
unreasonably withheld.
DEFAULT
The following paragraph is added to Paragraph 10 Default of the General Conditions:
The State, or the contractor, upon giving thirty (30) days written notice identifying specifically the
basis for such notice, may terminate this Agreement or any Eligible User contract, for breach of a
material term or condition of this Agreement or the applicable Eligible User contract, as the case may
be, provided the breaching party shall not have cured such breach within the thirty (30) day period. In
the event of such termination by the contractor or termination by the State, the contractor shall be
paid for all satisfactorily delivered services and allowable related expenses incurred prior to the date
of termination.
ASSIGNMENT
Paragraph 13 of the General Conditions is amended to add the following:
Notwithstanding the foregoing, the contractor may assign the right to receive payments under this
Agreement with the State's prior written consent, which shall not be unreasonably withleld. Any
such assignment however will not change the obligations of the contractor to the State.
If third party products are to be procured on behalf of the State, the procurement will be
accomplished by the State in accordance with the Eligible User's purchasing rules and methods.
WARRANTIES
Information Technology Consulting Services will be performed by the contractor in a professional
Thursday, January 21, 1999
ZO) J,_ ID 1 4:21PIVI
:•a ,�+"'vu':,»a,+,sr:�^!"gp.+=m�,,.:ai:zira�s,R�-4:s -' _M,ra�zux ,....�:V4,..�"`�., ...... ..��rk;.,��l�ix���� i -
SPEGIA1, CO)NDf -10N; Page 8 of
and workmanlike manner. Except as expressly stated in this Agreement, there are no warranties,
expressed or implied. TI IE CONTRACTOR DISCLAIMS ANY I��IPLIED WARRANTIES OF
NiERCHANTAMLITY AND FITNESS FOR A PARTICULAR PURPOSE. CONTRACTOR
WARRANTIES EXTEND SOLELY TO THE STATE.
INTELLECTUAL PROPERTY
Any ideas, concepts, know-how, data processing techniques, software, documentation, diagrams,
schematics or blueprints developed exclusively by contractor personnel in connection with
Information Technology Consulting Services provided to State will be the exclusive property of the
contractor. Any joint or future software development effortwill be subject to a separate agreement
signed by State 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 State
or the contractor, respectively. Nothing in this Agreement shall affect in any way the 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 the contractor in performing services for State, or any modifications,
enhancements or derivative works thereof, which shall remain solely the property of the contractor.
STATE RESPONSIBILITIES
The State understands that the contractor's performance may be dependent on the State's timely and
effective satisfaction of the State's responsibilities under the agreement and timely decisions and
approvals by the State. The Contractor shall be entitled to rely on all decisions and approvals of the
State in connection with its services under the Agreement.
YEAR 2000 COMPLIANCE WARRANTY
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 (including, 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 any rights or remedies the State may otherwise have under this
contract with respect to defects other than Year 2000 performance.
YEAR 2000 REMEDY CLAUSE
Thursday, January 21, 1999
4:21 PM
�,r��,�iu•„k�'a''�,r�v'�s�'�"`�`%?�"i�3.a:vx—v..wwm«,-,..�.�r...a:..�wssrF�:,^�r`�r ¢�,'C�
r
SPI?C[:�[ C(7i�1D111(�i107. Page 9 of 9
In the went 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 the licensee, time being of the essence.
TRAVEL EXPENSES AND WORK TIME
Travel expenses will be paid pursuant to the provisions of Section 112.061, Florida Statutes.
Services will be provided Monday through Friday, excluding holidays, during the normal work hours
of the client's office at the Florida Hourly Rate per person.
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, WORKER'S COMPENSATION
The contractor shall take out and maintain during the life of this agreement, Worker's 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 Worker's 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 Worker's
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.
APPENDICES TO AGREEMENT
The following is a listed appendix to this agreement, which is attached hereto and incorporated by
reference into this agreement.
Appendix A - Information Technology Consulting Services
Thursday, January 21, 1999
S F
~ 09 9- 4:21PM
l
Appendix A -
Company Profile
ram,.
Appendix A
Information Technology Consulting Services
Openware, A Niodis Solutions Company
Page I of
modis is the information technology services division of Accustaff Incorporated, a $2.5 billion dollar
services firm headquartered in Jacksonville, Florida. modis has over 10,000 information technology
consultants on billing and will generate over $1 billion in revenues in 1998. From our network of
over 100 branch offices in the United States, Canada and the United Kingdom, we provide services
to over 5,000 corporate and government clients.
Our staff is comprised of 90% employees and 10% subcontractors from third party corporations. We
provide our consultants with a full benefit package including medical, dental, insurance and a 401K
pension plan. Additionally, all of our consultants have access to our corporate Internet training
system which offers over 100 technical courses. Our staff has an average five years experience in
data processing experience. Their skills breakdown as follows:
Client/Server Development
30%
Mainframe Development
25%
ERP Implementation
20%
Database Engineering
5%
Management/Process Consulting
5%
Intemet/Intranet Development
5%
Year 2000 Renovation
5%
Technical Support/Network/Helpdesk
2.5%
Business Subject Matter Consulting
2 5%
modis provides application development ,project management, systems analysis, database
management and systems integration services on an individual engagement or project team basis.
modis is an SAP Logo Partner and we have active R/3 implementation projects underway in the
U.S., U.K., Western Europe and the Middle East. modis is also a Peoplesoft implementation partner.
YEAR 2000 SERVICES:
MOWS, is uniquely qualified to partner with our clients on Year 2000 projects.
In addition to developing, enhancing and supporting robust platform/database independent 4GL
tools, modis has acquired extensive renovation experience and is well positioned in the marketplace
to successfully complete Year 2000 conversions for companies of all sizes. We are also leaders in the
mainframe market in performing "legacy systems" migrations. This means migrating COBOL and
other mainframe based applications to open systems, primarily the UNIX and NT platforms, utilizing
relational database technology. Typically these projects involve converting the entire suite of a
company's legacy systems to a new platform and concurrently migrating andre-engineering the
database accesses to support the new relational database. These types of projects are technically far
Thursday, January 21, 1999
99- 101 4:21 PM
}
Appendix A.
more complex than a Year 2000 renovation.
Page 2 OF
Overall, inodis combines many strengths to be a premier Year 2000 solutions provider:
great depth of legacy systems conversion and development experience
high quality technical staffing capabilities
extensive project management experience on complex projects using modis's proven
project methodology
partnerships with many of the most strategic IT vendors, including our Micro Focus
Year 2000 Partnership
referenceable history finishing projects on -time and on -budget
years of experience developing and using automated parsing tools on COBOL and other
mainframe legacy code
proven testing methodology for testing system -wide changes
experience integrating automated tools for large conversion efforts
All of these strengths have helped us to become an excellent choice for doing Year 2000
renovation projects.
Thursday, January 21, 1999
0._ $ 9 1 4:21PM
USE CUti1MUU[TY NC
ER 973-500 TO PROCESS ORDEK'�7-"`�
Pagc 1 of i
]PRICE SHEET
MODIS
USE COMMODITY NUMBER 9-----------------
73-500 TO PROCESS ORDERS UNDER THIS
Project Director
CONTRACT
Senior Project Manager
$110/hr - $175/hr
Project Manager
$100/hr - $1.50/hr
Technical Architect
$90/hr - $140/hr
Year 2000 Support Specialist
$80/hr - $130/hr
Year 2000 Programmer
$80/hr - $120/hr
ERP Consultant
$75/hr - $110/hr
Senior Systems Analyst
$100/hr - $225/hr
Programmer/Analyst
$80/hr - $120/hr
Mainframe DBA
$60/hr - $100/hr
Technical Writer
$80/hr - $125/hr
$60/hr - $80/hr
Thursday, January 21, 1999
99-- 191 4:22PM
oRnER1Nc 1NSTR1_rc-7N'NS
Page I of 1
ORDERING INSTRUCTIONS
--------------
MODIS
NOTE: ALL ORDERS SHOULD 13E D1REC -1-ED I'O:
SPURS VENDOR NUMBER: F-610100600-001
VENDOR: Modis A
STREET ADDRESS OR P. O, BOX: 1 Independent Drive, I0h Floor
CITY, STATE, ZIP: Jacksonville, FL 32202
TELEPHONE: (904) 360-2112
FACIMILE NO.: (904) 360-2110
SERVICES INFORMATION:
DIRECT INQUIRY TO:
NAME AND TITLE: Matthew G. AIford, Co orate Staffin Mana er ADDRESS: 1 Independent Drive 1 Oth Floor
CITY, STATE, ZIP: Jacksonville FL 32202
TELEPHONE: (904) 360-2148
FACIMILE NO.: (9O4) 360-2199
URL HOME PAGE ADDRESS:
ELECTRONIC �'� ww-modisit.com
MAIL ADDRESS: malford jax openware com
Thursday, January 21, 1999
99— 191 4:22PM
r7)
Openware
A►nv4sSolutions Co
mpany
Consulting Services Agreement
This agreement is entered into on November 15, i
1998 b
Company, (hereinafter referred to as modis) and the Ci of Miam�ane' '� moths Solutions
Client), whose address is 444 SW 20d AVenue, Miami
Florida 33130 eremafter referred to as
1. modis is in the business of providing consulting services.
2. Client has requested that modis provide consulting services to Client
Consultants (hereafter "Consultants,)w through
sets forth the terms on which mode hs a o are approved by Client. This Agreement
the compensation which Client has a Breed to provide such services to
3. modis shall greed to pay to modis. Client and
Provide to Client the names, resumes, and hourly rates of Consul
whom modis believes maybe acceptable to Client.
responsibility and discretion to de Client shall have sole ��
whether to contract with modis for the
whether any CosW�t a suitaerredble and
If Client determines that an services bl any Consultant ref
modis shall direct the Consultant to mendeant r suitable,
er viiccs�fo lient halls noti y by moans.
modis the �' modis and
Clienta specified hourly rate for time spent by the or Client a rend t shall pay
Payment shall be made every 30 days and within 45 days of odrgs sinvoiceo
to Client.
4. Upon Client's decision to contract a modis Consultant,
Engagement Letter for each modis will provide an
Consultant which
assigned to the engagement, the expected duration. rate and anlaci anticipated duties.
5• ►srodis's standard fee forspecific Consultant
25% of candidate's permanent placement of candidates presented to Client is
annualized remuneration As the Client is a ov
this fee will be waived after the candidate has worked as a consultant at the Clientcy
site for no less than 12 contiguous months.
i--
1 Initialal
b• modis agrees not to hire or solicit employment of any employees of Client with
whom modis comes into contact as a result of work under this
term of this agreement and for 6 months after agreement during the
agrees not to hire or solicit the employment termination of last engagement, Client
during the term of such C t, yment m any Consultant assigned to Client
termination of the engagement. mtodas reserves
and for six months
the event ewes the right to waive this after the
that mode and Consultant mutually agree that Consultant should join
m Client staff.
Any fees due from Client to modis which are not paid when due shall bear
until paid in full at the rate of one and one-half percent 1 %,
shall a interest
p y all modis's costs of collection, including ( ) pm' month and Client
8. Client shall not refer any Consultants presented b reasonable attorn
Process for an ey's fees.
y Client contracting en y ►►'odis during the selection
any company or individual outside ofgC'gemenern or'Permanent placement positions to
from modis. ploy without written authorization
1 Independent Drive • 10th Floor. Jacksonville, FL 32202 • 2 90`y360-100 •
�. 904f360-2199 fax • vyyyyvpP�jw.�p6re.com
4002
9. Client acknowledges and agrees that any Consultant may discontinue rendering
services for modis and Client at any time. modis does not guarantee to Client that
any Consultant will render services for any specified period of time. However, as a
standard practice, and whenever possible, modis agrees to provide a two (2) week
written notice of any Consultant's departure from the engagement if it takes place
before its scheduled completion. In addition, modis agrees to make a best effort to
replace that Consultant in such a way as to minimize the impact of Consultant's
departure to Client. Should the Client find the candidate unsatisfactory to perform
the duties required by client within the first two weeks of service under this contract
the client may request that modis replace this candidate with there being no charge
for the first two weeks of the initial candidate. Should the client find the candidate
unsatisfactory to perform the duties required by client after the initial two weeks and
modis replaces this candidate the client will not be billed for the initial two weeks of
the new candidate. The client will be billed for all hours worked by the initial
candidate if he/she has worked in excess of the original two week period.
Initial Initial
10. modis acknowledges and agrees that Client may discontinue use of Consultant's
services with three (3) days written notice to modis. In the case of dissatisfactory
services by the Consultant, this three (3) days notice period may be waived.
11. All secrets or confidential or proprietary information of Client disclosed to modis's
Consultants or other representatives shall be regarded as having been disclosed in
confidence and shall not be passed on to any third party or in any way utilized by
modis during or following the termination of this agreement, unless by prior written
agreement of Client. All secrets or confidential or proprietary information of modis
disclosed to Client shall be regarded as having been disclosed in confidence and
shall not be passed on to a third party or in any way utilized by Client during or
following the termination of this agreement, unless by prior written agreement of
modis.
12. Client agrees that modis's liability for acts and omissions allegedly causing property
damage to Client's property shall be limited to the amount of modis's applicable
liability insurance and shall not exceed the cost to repair or replace (if necessary) the
damaged property.
13. Neither Client nor modis shall have any liability to the other for lost profits or other
consequential damages.
14. Any suit on any claim of either Client or modis against the other for property
damage or bodily or other injury shall be brought within one (1) year of the date of
the act causing the damage of injury.
15. modis subscribes to Equal Opportunity practices of the Federal and State
governments. We will refer all qualified candidates without regard to race, color,
national origin, sex, age, physical handicap or medical condition.
16. This agreement shall be governed by Florida law.
17. The addendum attached hereto is incorporated into and made part of this agreement.
99- 101
Open are, odis S utions Group - modis
By:
Its:
City of Miami - nald H. Warshaw, City Manager
Its: MSr,
w
CfiY ArrORNEV
ECTNESS;
S9- 191
Miami computer ID 30)q-410-2150 OCT 13'
9:38 No.005 p.05
ADDFNDUM T( tiQNSULTINC SERVICES AQgF,F ENT
THiS ADDENDUM is made this l�y—day of 1 > �, ,,� 1998, and is
incorporated into and made a part of that certain Consulting Services Agreement (the
"Agreement") dated of even date herewith between Openware, A modis Solutions Company
("modie') and the City of Miami ("Client")
I • TERM: The terns of* this Agreement shall be six (6) months commencing on
1998. Client shall have the right to extend the terns for an additional
six (6) months period under the same terms.
2. COMPENSATION:
(a) The amount of* compensation payable by the City to modi.• shall be based on the
hourly rates described in Attachment "A" hereto, which by this reference is incorporated into this
Agreement, provided, however, that ut no event shall the amount of compensation payable
hereunder exceed 550,000 during the term hereof.
(b) Payment shall be made within forty five (45) days after receipt of m(NII. 's invoice,
which shall be accompanied by sufficient supporting documentation and contain sufficient detail,
to allow a proper audit of expenditures, should City require one to be performed. If mudls is
entitled to reimbursement of travel expenses, then all bills for travel expenses shall be submitted in
accordance with Section 1 ] 2.061. Florida Statutcs.
(c) Modis represents to the Client that the hourly rate charged to the Client hereunder
shall not be less favorable than those applicable under existing State of Florida Negotiated
Agreement Price Schedule (SNAPS) No. 991855.
3• AUDIT ANi) INSPECTION RIGHT'S:The Client may, at reasonable times, and for
a period of up to three (3) years following the date of final payment hereunder, audit, or cause, to
be audited, those books and records of mod& which are related to modis's performance under this
Agreement. modis agrees to maintain all such books and records at its principal place of
business for a period of three (3) years alter final payment is made under this Agreement.
4• AWARD OF AGREEMENT:' modl.s represents and warrants to the Client that it
has not employed or retained any person or company employed by the Client to solicit or secure
this Agreement and that it has not offered to pay, paid, or agreed to pay any perswt any fee,
commission, percentage, brokerage fee, or gilt of any kind contingent upon or in connection with,
the award of this Agreement.
S. PUBLIC: RECORDS: . tnodi.s understands that the public shall have access, at all
reasonable times, to all documents and information pertaining to City contracts, subject to the
provisions of Chapter 119, Florida Statutes, and agrees to allow access by the Client and the
public to all documents subject to disclosure under applicable law. mvdi.s's failure or refusal to
comply with the provisions of this section shall constitute an event of default under this
Agreement. ,
101
e rqw n r{ s;w* �aiid*.'- .t,��siv zc�..,crtrrS
„� t
U L-' l � s 9 : 59 No , 005 P . 06
6. PIONUt5C:1t1Ni [NAT, ; mrxh.v represents and wart'a to the Client that it
does not and will not engage in discriminatory practices and that there shall be no discrimination
in connection with it's performance under this Agreement on account of race, color, sex, religion,
age, handicap, marital status or national origin. mmli.v further covenants that no otherwise
qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap,
marital status or national origin, be excluded from participation in, be denied services, or be
subject to discrimination under any provision of this Agreement.
7. I] IDF-PENDENT CONTRA,C,TUR: moklhr has been procured and is being
engaged to provide Consultants to the Client as an independent contractor, and not as an agent or
employee of the C:lient.. Accordingly, no Consultant rendering services to the City under this
Agreement shall attain, or be entitled to, any rights or bcne^fits under the Cavil Service or Pension
Ordinances of the City of Miami, nor any rights generally of%rded classified or unclassified
employees. mmlis understands and agrees that Florida Workers' Compensation benefits available
to employees of the City arc not available to the Consultants, and agrees to provide workers'
compensation insurance for the Consultants rendering services to the Client tinder this Agreement.
S. CONTINGENC:Y QAU Funding for this Agreement is contingent on the
availability of funds and is subject to amendment or termination due to lack or reduction of funds
upon thirty (30) days notice.
9. COUNTERPARTS: This Agreement may be executed in two or more countcrparts, each
of which shall constitute an original but all of which, when taken together, shall constitute one and
the same agreement.
10. APPROVAL BY TIIF. OYERSiG1IT BOA The State of Florida has appointed an
Emergency Financial Oversight Board (the "Oversight Board") which is empowered to review
and approve all pending City of Miami contracts. As a result, contracts shall not be binding on
the city until such time as they have been approved by the Oversight Board. Execution of this
Agreement by the City Manager shall constitute evidence ofits approval by the Oversight Board.
In the event of a conflict between the provisions of the Agreement and this Addendum, the
provisions of this Addendum slisil control.
IN WITNESS WHEREOF, the parties hereto have executed this Addendum as of the
day and year above written.
ATTEST:
.� FoPan,
"Client"
CITY OF MIAMI, a municipal
corporation
By.
Do ald 11. Warshaw, City Manager
09- 191
f ty .of Miami computer 1305-416-2150
ATTEST:
�..K______.1J-A-
Yrint Pdarnc:
Title: Corporate Secretary
APPROV5po O FORM AND
COR IV S;
za
Vilarello
.ity Attorney
OCT egg 9:39 No.005 P.07
"me(lisGOMPAW
"
Opcnware, A modis Solution
corporation
By: -
Print Name: (- p, �' —
Title: President
APPROVED AS TO 1NSURAN(:H
RLQUIlt NTS:
Mario Soldcvilla, Administrator
Risk Management I)ivision
99_ 101
AWARDED UNDER
STATE OF FLORIDA CONTRACT NO.973-584-99-1
ITEM: Computer Programming Services
DEPARTMENT: Information Technology
TYPE OF PURCHASE: Six-month period
REASON: The current contract with the State of Florida
SNAPS expires on March 29, 1999, and Modis
Corporation, in anticipation thereof , entered into
a contract with the State of Florida.
RECOMMENDATION: IT IS RECOMMENDED THAT THE
Award UnderStateContracts
ATTACHED PROFESSIONAL SERVICE
AGREEMENT WITH MODIS
CORPORATION., A NON-MINORITY/NON-
LOCAL VENDOR, BE EXTENDED UNDER
THE EXISTING STATE OF FLORIDA
CONTRACT NO. 973-584-99-1, AND
FURTHER INCREASING SAID AGREEMENT
FROM $50,000.00 TO $75,000.00, FUNDS ARE
HEREBY ALLOCATED FROM ACCOUNT
CODE NO. 00 1000.460101.6.270.
1f9_ 1.91
f
z.