HomeMy WebLinkAboutR-99-0282I
6..
J-99-367
4/19/99 RESOLUTION NO. iJ 9 ~ 282
A RESOLUTION BY FOUR -FIFTHS (4 /5THS�
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. 97-869, adopted December 2, 1997,
authorized the City Manager to acquire computer hardware,
software maintenance and support services from Unisys
Corporation; and
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
CITY COM CSSION
MEETING OF
APR 2 7 1999
Resolutwu No,
99- 282
I
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 ("RFP")to select a vendor that is the most
advantageous and expedient provider; and
WHEREAS, the preparation of an RFP is 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
- 2 -
99- 282
7.
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
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
May 1, 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
it 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 -
99- 282
T
•4F
immediately upon its adoption and signature of the MayorZ/.
PASSED AND ADOPTED this 27th day of April 1999.
E 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 placc provided, said noel
becomes effective with the elapse of ten (10) days fr the a - f Con,ir,lssicr
regarding same, without the Mayor ex ising v
ATTEST: r
Wetter an, Clerk
WALTER J. FOEMAN
CITY CLERK
APPROV AS TO ORRECTNESS'/
A LO
TORNEY
W3 8:RCL
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 -
09-- Z04
s
ti.
CITY OF MIAMI, FLORIDA 32
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members DATE : APR 1 9 1999 FILE
Of The City Commission
SUBJECT: Network Backbone
Maintenance Agreement
FROM: �Waik—aW
REFERENCES:
Do ald H.
City Manager ENCLOSURES:
Recommendation
It is respectfully requested that the City Commission approve the attached resolution
authorizing the City Manager to execute a maintenance services agreement with Unisys
Corporation, the most advantageous firm, for the provision of maintenance services and
parts for the City of Miami's data communications network for an interim period of six
months commencing May 1, 1999, with an option to renew for up to three one -month
extensions, at a total cost not to exceed $85,000. Funds are allocated from General Fund
Account Code, 001000.460101.6.670.
Background
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 RFP
process to select a vendor that could provide these services at the lowest cost.
Unfortunately, there was insufficient time to complete a formal RFP 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 will provide services to the City through
April 30, 1999.
99-- 282
Mayor and Honorable Members of the City Commission
Page 2 of 2
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. During this interim period, the Information Technology
Department will initiate a formal RFP process to select the most advantageous firm to
provide these services to the City for a period of five years.
Proper maintenance of computer hardware and software 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.
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.
For these reasons, the City Manager recommends that the City Commission authorize the
attached resolution.
DHW:BWH:A S:NMG:nmg
99-- 282
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Judy Carter DATE : March 30, 1999 FILE
Director
Purchasing Departme t SUBJECT : Interim Network
Maintenance Service
Agreement
FROM
Aldo Stancato
Director
Information TI
rtment
REFERENCES:
ENCLOSURES:
This Department has verified with the Management and Budget Department that funds
are available to cover the cost of executing a services agreement for maintenance of the
City of Miami's communications network, through an informal, competitive, negotiated
bid process, for the Department of Information Technology, for a period of 6 months with
the option to renew said agreement for up to three one -month extensions, in an amount
not to exceed $175,000. Funds are allocated from General Fund Account Code,
001000.460101.6.670.
BWH:AGS:NG:nmg
BUDGET J$VVIEWED APPROVED BY:
Dipak ekh, Director
Department of Budget
my of OWN
M.mema d a ®fit
AnaIRto1
em"bis in secount nu~.
I
Verified by: SIG��TU F
99— 282
April 11, 1999
To: Aldo Stancato
Front: Ely Greenspan
Marco Sanchez
ANALISYS OF SERVICE CONTRACT PROPOSALS FOR THE NETWORK BACKBONE
A detailed inventory of the network backbone equipment was sent to three vendors in order to obtain the
estimate for the maintenance contract.
The proposal was divided in two groups:
1. Main network backbone for 6 months and optional extension for up to 3 months.
2. Backup system SILO backbone for only 2 months.
After receiving the proposal the following table shows the different monthly costs:
VENDOR
Group - 1
Group - 2
Comments
UNISYS
8,403.37
3,442.22
Response time 2 hours, for 7 days a week 24
hours
19,250.00
N/A
Response time 2 hours, for 7 days a week 24
ONQUEST
hours, but a charge of $ I72.50/hour if
service provided out of 8 AM to 5 PM
Monday to Friday range on regular days.
MICROAGE
26,500.00
3,500.00
Response time 2 hours, for 7 days a week 24
hours
Notes:
1. The vendors ONQUEST and MICROAGE manifested that the short period of time for which the contract
was defined was a factor that forced them to raise the amount due to the inventory they must have for on
time response.
2. ONQUEST did not quote the SILO backbone due to the short period of duration of the contract.
3. For final contract the items SO4-02/03/04/05/06 must be excluded from group 1. The total service value
quoted by Unisys for these items was $ 162.15.
4. Unisys has been providing this support service for the City of Miami, allowing them to have a lower cost,
because they already have inventory of parts and some years of experience dealing with the installed
backbone equipment.
Recommendations:
According to the exposed values it is recommended that the best route for this project is the vendor UNISYS.
Cordially,,, \
C) �
Ely Greenspan Iv ko'Sanc�tez
99- 282
1�
MR
()IlQtICSL
TECHNOLOGIES
Addendum A
305-591-0900
Configuration Inventory Assessment Service
The configuration, settings, and/or programming of the specified equipment listed in Exhibit A and B is a
critical issue to assure that a faulty device will be up and running with the minimum downtime possible.
The City of Miami does not have this information, OnQuest can provide the necessary personnel to
perform a Configuration Inventory Assessment Service, in order to update all configuration information
per device covered under this agreement.
Scope of Work
OnQuest will perform on -site configuration inventory assessment on the backbone connectivity equipment
listed on Exhibit A.
OnQuest qualified and certified A+ technicians and manufacturer authorized -trained engineers will collect
_ all data related to the configuration of each equipment listed on Exhibit A. Such data will be delivered
electronically in two 3.5" floppy diskettes; one floppy diskette will be attached to the equipment, and the
second will be deliver to the IT Department of The City of Miami.
The City of Miami will provide the necessary login ID and password to allow OnQuest personnel to access
the configuration data of each device. Also, The City of Miami will facilitate the physical access of
OnQuest personnel to where the equipment is located, according to a schedule provided by OnQuest.
Pricing
The total price to cover the specified configuration inventory assessment service for the equipment listed
on Exhibit A and B is $9,137.50.
1
,r Hours of Operation
Regular business hours 8:00 AM to 5:00 PM, Monday to Friday excluding holidays. If work after hours,
weekends or holidays is required, the labor charge will be $172.50/hour.
C
8950 NorthWest 27 Street - Miami - Florida 33172
99- 282
---------------
.Gis,. 7
MicroAge
Infosystems Services
3. C I T Y 0 F M I A M I will provide M I C R 0 A G E a written notification of any hardware add s,
moves or changes, made to covered equipment.
0rA'rirarri-Dri inrr :QPhadlitp ;a.`_._ •
M I C R 0 A G E will provide the roposed maintenance support of the existing infrastructure.
Providing coverage for proposed infrastructure, with two (2) hour response, four (4) hour
site presence, and 24 hour maximum repair time.
Maintenance Support Project Manager
for Existing
Infrastructure Master Integration Engineer
Equipment.
Service Technician I
04/07/99
Revision A
$30,000 Per Month
to include Exhibit A and
Exhibit B - Month 1 and
2
$26,500 Per Month to
include Exhibit A -
Month 3 - 6
99- 282
�s
z
r
f `
;xhibit A 4/7/99 Page i -
Unisys Proposed Pricing
I
Backbone equipment I
Months
-
Model ]DescriptionI
'Location
Serial Number i
Price Ea Extended Price
! t
I
1
!Cisco 4000
Router Cisco 4000 (Disconnected) IRSS-main
145516652
11 $ 230.00 1 $
230.00
' Cisco 2
1 Router Cisco 2500 (Disconnected) I
RS5-main
125MI 7177 1
1 i $ 40.00 1 $
40.00
i
:Cisco 2500 JlRouter
Cisco 2500 (Disconnected) '
RS5-main
1250428920 1
1
$ 40.00 1 S
40.00
1
! MMAC-PLUS
I Cabletron systems MMAC-Plus 9C300.1
RSS-main
I
US S 54.09 S
54.09
1-01
9E423-24
1108aseT interface 2 connector with 12 port ea
RSS-main
1
11 $ 32.43 i $
32.43
W2
19E423-24 110BaseT
interface 2 connector with 12 port ea
RS5-main
11 S 32.43j $
32.43
1-03
19E423-24 110BaseT
interface 2 connector with 12 port ea I
RS5-main
I
11 $ 32.43 1 $
32.43
1-04
9E423-24
I i OSaseT interface 2 connector with 12 port ea I
RS5-main
I
if $ 32.43 i $
32.43
t-05
'9E423-24 1108aseT
interface 2 connector with 12 port ea I
RS5-main
I
II S 32.43 ! $
32.43
46
-07
19E423-24 1108aseT
19C214-1 ICabletron
interface 2 connector with 12 port ea I
power supply 120vi12A IRS54nain
RS5-main
15500002520HC 1
11 $ 32.43 $
11 $ 34.07 I $
32.43
34.07
-08
9C214-1 ICabletron
power supply 120v/12A I
RS5-main
15500006520HC 1
11 $ 34.07 !$
34.07
-09
19F426-02 I
FDDI interface with four ports 1A,1 S. 2A,28 I
RS5-main
00001 D2274C6 I
1 I $ 34.07 $
34.07
-10
19F426-02 IFDDI
interface with four ports 1A,1B, 2A,2B IRSS-main
JOOOOIDIID6926
11 $ 34.07 ! $
34.07
-11
19F426-02 IFDDI
interface with four ports 1A,18, 2A,28 IRS5.main
IODMIDIDS86C
11 $ 34.07 $
34.07.
-12
19F426-02 IFDDI
interface with four ports 1A,18, 2A.213
RS5-main
IOOOOIDlDSACA
1
$ 34.07 1 $
34.07
-13
9F42"2 1FDDI interface with four ports IA,1B.2A.2B
RS5-main
10000IDlDS956
11 $ 34.07 1 $
34.07
-14
19F426-02 IFDDI
interface with four ports 1A,1B, 2A,28
RS5-main
1000010ID6ASA I
1
S 34.07 !$
34.07
iEMC38-12 ICabletron
ethemet media converter 12 ports
RS5-main
1055210084070CC 1
11 $ 32.45 ! $
32.45
1SHE-24 ICabletron
hub 24 ports (disconnected)
RSS-main
107644382008307OPK 1
1 I $ 17.00 ! $
17.00
ICatalyst 5500 ICisco
switch catalyst 5500
RS5-main 169061870
I
1
$ 254.12 i $
254.12
-1
! 1
Supervisor engine III (console, pcmcia) I
RS5-main
1 (
1 $ 164.65 1 $
164.65
-2
IWS-X5101
13 FDDI interfaces
RS5-main
i I
31 $ 160.00 I $
480.00
-3
1 WS-X5224 14
cards 24 ports 10/100TX
RSS-main
41 S 58.87 1 $
235.48
4
IWS-X5302 I
Route switch module I
RS5-main
I
1
$ 352.77 i $
352.77
-5
1 W SUSS33-FEFX-MMFI 100 base FX fast ethemetchannel ports 1 &2 1
RS5-main
i
1 I $ 35.24 1 $
35.24
-6
'EM-NP16M
ICisco 5500 add 12 Mbytes RAM
RS5-main
I
1 { $ 7.06 1 $
7.06
7
i M-NPBF-M
Cisco 5500 add 4 Mbytes flash EPROM
RS5-main
I
1
S 6.48 1 $
6.48
1%;SU/DSU
Motorola CSU/DSU FT100S DTE&RJ45 I
RS5-main
1 I $ 20.00 1 $
20.00
ICssco 2501
Cisco router 2501 to conned Cityhall
RS5-main
1250428920
11 $ 40.00 1 $
40.00
1 Cisco 2501
Cisco router 2501 to conned JOBS I
RS-S-main
1250SI7177 I
11 $ 40.00 1 $
40.00
1 USR V32
US Robotic modem V32bis
IRS-5-main
I U457009901288 I
11 s 3.00 (
$
3.00
Cisco Pix Frewall
I Cisco Pix Firewall
RS-S-main
16007484 l
11 $ 157.50 1
S
157.50
ADTRAN
lAdtTan TSU 600 converter T1 to 24 lines I
IRS-5-main
1
1 I $ 31.00 1
$
31.00
CSUIDSU
IAdtran CSUIDSU TSU I
RS-S-main
I
I $ 31.00
$
31.00
ICSU/DSU
IAdtranCSU/DSUTSU IRS-5-main
11 $ 31.00 1
$
31.00
ICSU/DSU
IAdtran CSWDSU TSU 100IRS-5-main
i
11 $ 31.00 1
$
31.00
CSU/DSU
IAdtran CSUIDSU TSU
RS-S-main
11 $ 31.00 1
$
31.00
1 Motorola SAPS/RAS
I Set V3400 - modems 8-SAPS & 6 RAS
IRS-5-main,
1
141 $ 20.00
IS
2150.00
i
I I
I I
IWS-C2924XL
ICiscoswichecatalyst2900
IJobs
00908DE041CO I
11 $ 64.00
$
64.00
IWS-C2924XL
I Cisco swiche catalyst 2900
IJobs
100908DE12EOC i
1 I $ 64.00
j $
64.00
WS-C2924XL
Cisco swiche catalyst 2900
IJobs
10090ADEI36CO I
1 I $ 64.00 1 $
64.00
Cisco 2501
Cisco router 2501 (aux,console,sl)
IJobs
250428919 I
11 $ 40.00 1 $
40.00
ISHE-24
ICabletron HUbStack SHE-24 ports tOBaseT
Jobs
1
$ 17.00 I S
17.00
SHE-24
I Cabletron HUbStack SHE-24 ports 10BaseT
Jobs
I
1; $ 17.00 1 $
• 17.00
SHE-24
I Cabletron HUbStack SHE-24 ports 10BaseT
IJobs
I
1 I S 17.00 S
17.00
1 Courier V34
I Modem courrier V34 28.a kbps
Jobs
135696a47
1 I $ 20.00 1 $
20.00
ICSU/DSU
IMotorola CSU/DSU FT100S DTE&RJ45
IJobs
1
$ 20.00 1 $
20.00
Patch panel
ITwo patch panel 24 port e.a.
I Jobs
1 21 $ I $
I
1 I
Catalyst 5500
Cisco switch catatpt 5500
1 Police
9062750
1 1
$ 284.12 1 $
284.12
1
I
Supervisor engine III (console, pcmcia)
1 Police
1 1
$ 164.65
i $
164.65
IWS-X5101
3 FDDI interfacesi
Police
3
$ 160.00
S
480.00
WS-X5224
12 cards 24 ports 10/100TX
Police
2
$ 58.87
$
117.74
1
IWS-xSX2
Route switch module
Police
1
$ 352.77
$
352.77
i
I WSU5533-FEFX-MMFI
100 base fx fast ethemetchannel ports 1&2
Police
1
I $ 35.24
$
35.24
I r -U/DSU
IAdtran CSU IDSU TSU
Police
543A7379
1
S 31.00
S
31.00
_
yDSU
IAdtran CSU/DSU TSU
Police
543A7221
I 1
I $ 31.00
1 $
31.00
_
_, D 4000
1 Cisco router 4000
Police
145516644
{ 1
$ 230.00
1 $
230.00
Confidential. Property of City of Miami
417M
Page 1
99- 282
Exhibit A
4/7/99
Page 2
Cp _1 i
(Ports 3b4 to CSUIOSU ! Police
11 a lcu.w a cu
1
`
I
CIO 1Cisao 2501
1Cisco router 2601
CityHall
1250428921
! 11 S 40.00
$ 40.
C 10.1
Port AUl transceiver TPT with lanview
CityHall
1 1 i S
$
C10-2
I Ports serial 0 and serial 1
(CityHall
I
I 1 $
$
C10-3
Console port, Aux port.
CityHall
(
( 1 I $
$
1311 ITSU100
ICSUIOSU Antram
CityHall
802A3740
1 S 31.00
' S 31.00
D01-1 I
I Port V35 to serial 0 in router 2501
ICKyHall
1 $
S
C11 Icatalyst5000
Cisco switch rate 5000
CityHall
ISW73929 I 1 I S 41.12
1 $ 41.12
C11-1
1 power supply
C' Hatl
11 $ 47.00
1 $ 47.00
C11.2 I
1 supervisor engine with console, mdix,mi5
jCityHall
I 11 $ 164.65
1 $ 164.65
C71-3 IWS-X5224
4 switching modules 24 ports e.a.
icityHall
41 $ 58.87
' $ 235.48
CI 1-4
1Patch panel 48 ports Netconnect CATS
C all
it $
$
I I
C12 1 WS-C2908-XL
jCisco switch catalyst 2900 8 ports
I Alfie-Jobs
0090819BI SCO I 11 $ 64.00
$ 64.00
C13 I WS-C2924 1-
Cisco switch catalyst 2900 24 ports
Alt-LitileH
009OB1AC5780 { 1 I S 64.00
S 64.00
C19 1 Cisco 1600
Cisco router 1600
1Alf-LittleH
IJAB024251PH i 1 1 $ 27.00
$ 27.00
S18 I SHE-24
Cabletron hub 24 ports
Alf-L ge-H
7544 11 $ 17.00
$ 17.00
I 1
S07 ;MMAC-M8FNB
ICabletron multimedia access center
I RS-2 floor
1066654900310705JH 11 $ 20.04
1 $ 20.04
S07-01 MBPSM-E
Power supply 1
I RS-2 floor
IK0095250259 1 1 S 14.30
1 $ 14.30
S07-02 M8PSM-E
Power supply 2 (redundant)
I RS-2 floor
IL0095471016 I 1 $ 14.30
$ 14.30
S07-03 TPRMIM-36
Cabletron interface 26 ports
I RS-2 floor
10213549008904OMP 1 1 $ 18.771
$ 18.77
S07-04 TPRMIM-36
Cabletron interface 26 ports
I RS-2 floor
10213546013904OMP 1 11 $ 18.77
1 $ 18.77
S07-05 TPRMIM-36
Cabletron interface 26 ports
IRS-2 floor
0213546014SO40MP I 1 I S 18.77 1 $ 18.77
S07-06 TPRMIM-36
Cabletron interface 26 ports I RS-2 floor
10213549008604OMP 11 $ 18.77 I $ 18.77
S07-07 IEMM-E6
Interface:FPIM-AlB,EPIMI,COM12 IRS-2floor
08185520064071H8 11 S 96.561 $ 96.56
1
1
1 1 S
S08 IMMAC-M8FNB
ICabletron multimedia access center
IRS-3 floor
IDS66547004970JH I I; $ 20.04 1 $ 20.04
S08-01 IM8PSM-E
I Power supply 1
1RS-3floor
IN0095480212 11 $ 14.30 $ 14.30
SOS-02 M8PSM-E
I Power supply 2 (redundant)
IRS-3 floor
L0095471348 11
S 14.30 $ 14.30
SOB-03 I TPRMIM-36
I Cabletron interface 26 ports
RS-3 floor
0213549009804OMP 11
$ 18.77 $ 18.-
S08-04 TPRMIM-36
I Cabletron interface 26 ports
RS-3 floor
0213545013404OMP I 1
$ 18.77 1 $ 18.1
S08-05 TTPRMIM-36 I
Cabletron interface 26 ports
RS-3 floor
0213547001204OMP I 1
S 18.77 S 18.77
SOB-06 1 TPRMIM-36
Cabletron interface 26 ports
RS-3 floor 10213545017WQMP
1 1
$ 18.771 $ 18.77
S08-07 IEMM-E6
Interface'.FPIM-A/B,EPIM1,COM112
RS-3floor
jO81M200SW71HB 1 1
$ 96.56 1 $ 96.56
S
S09 !MMAC-M8FNB
Cabletron multimedia access center
1RS-4 floor
06665460158/070JH 1 S 20.04 I S 20.04
S09-01 IM8PSM-E IPower
suppyI
IRS-4floor
L0095470445 1 S 14.30 S 14.30
S09-02 IM8PSM-E
Power supply 2 (redundant)
IRS-4 floor IL0095470634
11 $ 14.30 S 14.30
S09-03 TPRMIM-36
Cabletron interface 26 ports I
RS-4 floor 10213548001504OMP
11 $ 18.77 1 $ 18.77
S09-04 ITPRMIM-36
Cabletron interface 26 ports I
RS4 floor 10213536017904OMP
11 $ 18.77 I S 18.77
S094)5
TPRMIM-36
Cabletron interface 26 ports I
RS-4 floor 10213549010104OMP
! 11 $ 18.77 IS 18.77
S09-06
TPRMIM-36
Cabletron interface 26 ports I
RS-4 floor. 102135450133044OMP
1 11 $ 18.77 I $ 18.77
S09-07
EMM-E6
Interface: FP1M-A1B,EPIMI,COM7/2
RS4 floor 108185520061071
HB 1 I $ 96.56 1 $ 96.56
S10
IMMAC-M8FNB
Cabletron multimedia access center
RS-5 floor 106665470054070JH
1 11 $ 20.04 1 $ 20.04
S10-01
MBPSM-E
Power supply 1 I
RS-5 floor I
K0095440561 i1 ; $ 14.30 1 $ 14.30
S10-02
M8P5M-E
Power supply 2 (redundant) 1
RS-5 floor
1-0095470538 11 $ 14.30 1 $ 14.30
S10-03
TPRMIM-36
Cabletron interface 26 ports I
RS-5 floor 10213549008704OMP
11 $ 18.77 i $ 18.77
S 10-04
TPRMIM-36
Cabletron interface 26 ports I
RS-5 floor 10213549008804OMP
i
I! $ 18.77 I
$ 18.77
S10-05
TPRMIM-36
Cabletron interface 26 ports I
RS-5 floor 1021354SO1670QMP
1
11 $ 18.77 1
$ 18.77
S1D-06
TPRMIM-36
Cabletron interface 26 ports I
RS-5 floor 10213549010304OMP
11 $ 18.771
$ 18.77
S10-07
TPRMIM-36
Cabletron interface 26 ports I
RS-5 floor 10213549010404OMP
it
$ 18.771
$ 18.77
S10408
TPRMIM-36 jCabletron
interface 26 ports I
RS-5 floor
02134440072050JJ
it
$ 18.77
S 18.77
SID-09
EMM-E6
Interface: FPIM-A/B,EPIMI,COM1/2
RS-5 floor 108185520052071HB
1
S 95.56
S 96.56
I
S11
MMAC-M8FNB
Cabletron multimedia access canter
RS-6 floor 106665460160070JH
I
its
20.04
S 20.04
$11-01
1MSPSM-E
Power supply l I
RS-6 floor IKOD95470525
1
$ 14.30
S 14.30
S11-02
M8PSM-E
Power supply 2(redundant) IRS
-&floor IL0095480081
1
1
$ 14.30 1
$ 14.30
Sl l-03
TPRMIM-36
Cabletron interface 26 ports I
RS-6 floor 10213545016204OMN
1
$ 18.77 Is
18.77
S11-04
TPRMIM-36
Cabletron interface 26 ports I
RS-6 floor
02135480005040MP I
1
$ 18.77
S 18.77
S11-05
TPRMIM-36
Cabletron interface 26 ports
RS-6 floor
021354070022040HH 1
1
$ 18.77
S 18.7"
511.06
TPRMIM-36
Cabletron interface 28 ports
RS-6 floor
0213548001404OMP 1
1
$ 18.77
S 18.
S11-07
TPRMIM-36
Cabletron interface 26 ports
RS-6 floor
0213447016704OMN 1
1
$ 18.771
$ 18.71
S11.08
EMM-ES
interface:FPIM-AIB,EPIMI,COM1/2
RS-6 floor
08185520051071HB
1
$ 96.56
S 96.56
i
I
Confidential. Property of City of Miami
y,.
417/99
9" 2,82 Page 2
Exhibit A
4J7/99
Page 3
512
St
51.
S 12-03
512-04
S12-05
512-06
S12-07
MMAC MBFNB Cabletron multimedia access center
�_ M8PSM E !Power supply I
MBPSM-E I Power supply 2 (redundant)
TPRMIM-36 ! Cabletron interface 26 ports
ITPRMIM-36 (Cabletron interface 26ports
TPRMIM-36 ICabletron interface 26 ports
' TPRMIM-36 lCabletrom interface 26 ports
-EMM-E6 Interface:FPIM-AIB,EPIMI,COM7/2
; RS-7 floor j 06665460157070JH
IRS-7floor IL0095471278 1
I RS-7 floor IL0095440563
RS-7 floor 021354910204pMP
RS-]floor i02135360180040MP I
RS-] Boor 02135480013040MP
I RS-7 floor 102135480018040MP i
AS-7floor 'p81855200622071H8
11 $
11 S
1 I $
11 $
11 S
1! $
11 $
11 S
20.04 S
14.30 $
14.30 . $
18.77 S
18.77 ! S
18.77 $
18.77 $
96.56 S
20.D4
14.30
14.30
18.77
18.77
18.77
18.77
96.56
I
S13
513-01
S13-02
513-03
S13-04
MMAC-MBFNB I Cabletron multimedia access center
I MBPSM-E tPower supply 1
!M8PSM-E I Power supply 2 (redundant)
ITPRMIM-36 ICabletron interface 26 ports
ITPRMIM-36 I Cabletron interface 26 ports
I RS-8 floor 106665510177070JH I
RS-8 floor J1.0095460477 I
RS-8 floor IND097190165
RS-8 floor 10213560269040MN
IRS-8 Boor 02135602360400MN 1
11 $
1 S
11 $
11 $
t I S
20.04 $
14.30 1 5
14.30 1 $
18.77 S
18.77 $
20.04
14.30
14.30
18.77
18.77
S13-05
ITPRMIM-36 I
Cabletron interface 26 ports
RS-8 floor 10213560237040MN 1
11 $
18.77 $
18.77
513-M
TPRMIM-36 I Cabletron interface 26 ports
I RS-8 floor 10213560140040MN
11 $
18.77 1 $
18.77
513-07
EMM-E6
Interface: FPIM-A/B,EPIMI,COM1/2
I RS-8 floor
108185520068071HB
t i S
96.56 1 $
96.56
I
t
I
S14
MMAC-MBFNB I Cabletron multimedia access center
I RS-9 floor
10666549003007JH
11 $
20.04 $
20.04
S14-01
(M8PSM-E
Powersupplyl
IRS-9floor
L0095470978
11 S
14.30 $
14.30
S14-02
(MBPSM-E (Power supply 2 (redundant)
I RS-9 floor
LOMU70M
I
11 S
14.30 I $
14.30
514-03
TPRMIM36 ICabletron interface 26 ports
I RS-9 floor
102135600780QMN
I
11 $
18.77 ! $
18.77
S14-04
ITPRMIM-36
Cabletron interface 26 ports
IRS-9floor
0213570181040MN
I
1 ! $
18.77 IS
18.77
514-05
ITPRMIM-36 !Cabletron interface 26 ports
7RS-9 floor
!0213570190040MN
1
11 $
18.77 1 $
18.77
S14-06
!TPRMIM-36 ICabletron interface 26 ports
RS-9 floor
102135701910401VIN
1
11 $
18.77 1 S
18.77
514-07
!EMM-E6 linterface: FPIM-A/B,EPIMI,COM112
RS-9floor i081855200560711-18
i
Vs
96.56 1 $
96.56
I
I
I
I
S15
,MMAC-MBFNB
Cabletron multimedia access center
RS-10 floor106665480207070JH
11 $
20.04 I $
20.04
S I S-01
! MBPSM-E I Power supply 1
RS-10 floorl L0095470982
i
1 S
14.30 ! $
14.30
515-02
i M8PSM-E I Power supply 2 (redundant)
RS-10 floor 1-0095470986
I
11 $
14.30 $
14.30
515-03
ITPRMIM-36
Cabletron interface 26 ports
IRS-10 floor 02135470180040MN
11 $
18.77 I $
18.77
S1F
;TPRMIM-36 ICabletron interface 26 ports
I RS-1 0 floor i 0213546008WQMN
11 $
18.77 1 $
18.77
S1
TPRMIM-36 ICabletron interface 26 ports
IRS-10 floorl02135460087040MN
11 S
18.77 1 $
18.77
S15-w
ITPRMIM-36
Cabletron interface 26 ports
I RS-10 floorl02135470192040MN
11 $
18.77 1 $
18.77
S15-07
ITPRMIM-36 ICabletron interface 26 ports
IRS-10floor 0213S460143040MN
1
11 S
18.77 1 $
IB.77
S15-OS
(EMM-E6
interface:FPIM-A/B,EPIMI,COM1/2
IRS-10floorl08185520063071HB
1 S
96.56 S
96.56
I
1
1
1
S16
!MMAC-MBFNB
Cabletron multimedia access center
Disconnect 106665470051070JH
I $
20.04 I S
20.04
S 16-01
I M8PSM-E
Power supply 1
1 Disconnect 110095470656
!
11 $
14.30 1 $
14.30
S16-02
iMBPSM-E I Power supply 2 (redundant)
Disconnedl L00954705M
11 $
14.30 1 $
14.30
S16-03
!TPRMIM-36 lCabletron interface 26 ports
lDisconnect I02134440032050JJ
I
11 $
18.77 {S
18.77
S16-04
'TPRMIM-36 I
Cabletron interface 26 porgy
1 Disconnect 1021349009704OMP
I
11 $
18.77 15
18.77
S16-05
!EMM-E6 IInterface: FPIM-AlB,EPIMI,COM1/2
I Disconnect 1081855100160011 GB
!
11 $
96.56 I S
96.56
S17
MMAC-MBFNB
Cabletron multimedia access center
' Disconnect 10666540014470HD
11 $
20.04 1 S
20.04
;517-01
M8PSM-E
iPower supply 1
IDlsconnectlN/A
1 $
14.30 1 S
14.30
1517-02
IMBPSM-E I
Power supply 2 (redundant)
IDisconnect 1N/A
1 i S
14.30 � $
14.30
;517-03
ITPRMIM-36
!Cabletron interface 26 ports
IDisconnect 102135120061040LM
1! $
18.77 1 $
18.77
517-04
'TPRMIM-36
ICabletron interface 26 ports
I Disconnect ; 02135010124040JJ
11 $
18.77 1 $
18.77
517-05
!TPRMIM-36
ICabletron interface 26 ports
iDisconnect102135010126040JJ
1 i S
18.77 f $
18.77
517-06
!TPRMIM-36
ICabletron interface 26 ports
Disconnect 102135010125040JJQ '
11 $
18.77 1 $
18.77
517-07
IEMM-E
linterface
I Disconnect 128744801090 i
11 $
96.56 1 $
96.56
IProposal Total (Excluding Silo Equipment)
$
8.403.37
Confidential. Property of City of Miarni
417M
9 9 - 2`80 b
1,
AGREEMENT WITH
UNISYS CORPORATION
ITEM: Network Backbone Maintenance Agreement
DEPARTMENT Information Technology
TYPE OF PURCHASE Competitive Negotiated Agreement for 6 months
commencing May 1, 1999, with the option to
renew for three one -month extensions
REASON In order to insure uninterrupted maintenance of the
City's network communication backbone
components the department is requesting an interim
agreement to allow for the completion of the RFP
process.
RECOMMENDATION It is recommended that the City Manager execute a
maintenance service agreement with Unisys
Corporation for the provision of maintenance
services and parts for the City of Miami's data
communications network, at a total amount not to
exceed $85,000.00. Allocating funds therefor
from Account Code No. 001000.430101.6.670.
C"**'�� ��, � -
Dire r Purbasing
ql[) 0)�
Date
99- 282
%I-