Loading...
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-