Loading...
HomeMy WebLinkAboutR-99-0328J-99-402 4/28/99 RESOLUTION NO. 9 9 — 328 A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE CITYWIDE PURCHASE OF PERSONAL COMPUTERS, PRINTERS, COMMUNICATIONS EQUIPMENT AND ASSOCIATED SOFTWARE, PERIPHERALS, INSTALLATION SERVICES, AND MAINTENANCE SERVICES FROM VARIOUS VENDORS, UTILIZING STATE OF FLORIDA CONTRACT NOS. 250-040-99-1, 973-561-98-1, 250-050-97-1, 252-001-97-1, SUBJECT TO SUBSEQUENT RENEWALS BY THE STATE OF FLORIDA, CITY OF MIAMI TELECOMMUNICATION WIRING BID NO. 96-97-109 AND FRAME RELAY REQUEST FOR PROPOSALS NO. 97-98-089, FOR THE DEPARMTENT OF INFORMATION TECHNOLOGY, IN AN AMOUNT NOT TO EXCEED $1,500,000; ALLOCATING FUNDS THEREFOR FROM CAPITAL PROJECTS ACCOUNT CODE NO. 311044.469401.6.840 AND VARIOUS DEPARTMENTAL BUDGETS. WHEREAS, a continuing need exists for the acquisition of personal computers, printers, computer software, communications equipment, laptops, palmtops, scanners, and all associated peripherals and computer accessories for City-wide use; and WHEREAS, the Department of Information Technology requires the computer hardware, software, and communications equipment to complete the networking of the Neighborhood Enhancement Team ("NET") offices, Departments of Solid Waste and Conferences and Convention, the Fire Garage, Workforce Development Offices, Public Works Operations, Homeless Programs, and other offices and =. Y CovWSSION MEETING OF MAY 1 1 1999 Resolution No. �q9- 328 ■ Ili departments throughout the City of Miami; and WHEREAS, the completion of the network will allow all offices to communicate with departments throughout the City by e-mail and allow access to the servers, the mainframe computer system, Internet services, and the high speed communications network; and WHEREAS, this acquisition will enable the Department of Information Technology to complete the local area network; and WHEREAS, funds are available from Capital Projects Account Code No. 311044.4694.01.6.840, and various departmental budgets; and WHEREAS, the City Manager and the Director of Information Technology recommend that the purchase of new computer hardware and software from various vendors, utilizing State of Florida Contract, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The Citywide purchase of personal computers, printers, communications equipment, associated software, peripherals, installation services, and maintenance services from various vendors, pursuant to State of Florida Contract Nos. 250-040-99-1, 973-561-98-1, 250-050-97-1, 252-001-97-1, subject to subsequent renewals by the State of Florida, City of - 2 - 9 ` 328 t;. - Miami Telecommunication Wiring Bid No. 96-97-109 and Frame Relay Request For Proposals No. 97-98-089, for the Department of Information Technology, in an amount not to exceed $1,500,000 is hereby approved, with funds therefor hereby allocated from Capital Projects Account Code No. 311044.469401.6.840 and various departmental budgets. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y PASSED AND ADOPTED this 11th day of May 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 no i becomes effective with the elapse of ten (10) days from the date of Com ` sicn actica regarding same, without the Mayor exercisi veto. ATTEST: v,� M �e.• an, City Clerk WALTER J. FOEMAN CITY CLERK AND CORRECTNESS ATTORNEY 437:RCL i� 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- 328 K CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members Of The Ci Commission FROM: D rial ars aw City Manager Recommendation DATE : MAY 3 19N FILE SUBJECT: New Computer Hardware and Software Acquisition REFERENCES: ENCLOSURES: It is respectfully requested that the City Commission approve the attached resolution authorizing the City Manager to purchase personal computers, printers, communications equipment, associated software, peripherals, installation services, and maintenance services for City-wide use from various vendors under State of Florida Contract numbers 250-040-99-1, 973-561-98-1, 250-050-97-1, 252-001-97-1 and City of Miami Wiring Bid #96-97-109 and Frame Relay RFP #97-98-089, in an amount not to exceed $1,500,000. Funds are allocated from Capital Projects Account Code, 311044.469401.6.840 and various departmental budgets. Background The City of Miami is in constant need of purchasing personal computers, printers, computer software, communications equipment, laptops, palmtops, scanners, and all associated peripherals and computer accessories for use throughout all city departments. Furthermore, the Information Technology is in need of acquiring the necessary computer hardware, software, and communications equipment to complete the networking of the NET offices, Solid Waste, Conferences and Conventions, Fire Garage, Workforce Development Offices, Public Works Operations, Homeless Programs, and all other remote offices throughout the City of Miami. The completion of this network will enable all remote offices to communicate with the MRC building, City Hall, and all other City Offices via e-mail. It will enable these offices to have access to the servers located in the MRC building, access to the mainframe computer system, access to Internet Services, and access to the City's high speed communications network. These offices are still operating in a stand-alone fashion, thus creating an impediment to their operations. This resolution will enable the Information Technology Department to complete the Local Area Network for the City of Miami and it will provide the funds necessary to allow departments to purchase the equipment and services necessary to meet their needs. DHW:BWH:AGS:NMG:nmg 99- 328 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Judy Carter DATE : April 6, 1999 FILE: _ Director Procurement Department SUBJECT: Resolution on New " Computer Hardware and FROM: Software Acquisition Aldo Stancatoy REFERENCES Director ENCLOSURES: Information Technology Department This Department has verified funding with the Department of Budget that funds are available to cover the cost of purchasing personal computers, printers, communications equipment, associated software, peripherals, installation services, and maintenance services for City-wide use from various vendors at a cost not to exceed $1,500,000 from CIP account code 311044.469401.6.840, and various departmental budgets. These funds are included in the mid -year Appropriations Ordinance FY 1999 and will be appropriated upon approval of the Ordinance on second reading. BUDGET REVIEWED AND APPROVED BY: Luie Brennan, Interim Director Department of Budget CIP FUNDS REVIEWED AND APPROVED BY: Pilar S enz-Butler CIP Administrator 14' 99-- 328 F. �6- 250-040-99-1 - Computers: Chei.. jemer Systems Page i of 1 Computers: Client Server Systems 250-040-99-1 Rffective; 7/1/99 through 6/30/99 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract State Contracts Main Index Ordering Information 3Com Corporation ABC Computers, Inc. ECWerks, Inc. FORE Systems, Inc. Gateway 2000 Maior Accounts, Inc. GE Capital IT Solutions Hayes Computer Systems Hewlett-Packard Company BM Please send commrnts or questidDiu&ion pfPurchasinx Thursday, March 25, 1999 Contractors: Vendor URL httpJ/www.3com.r,om http•Jlwww.abc2000.com hn://www.a=.com hn://www.apcc.com httpJ/www.apple.com httpl/www.ascend.com httpJ/www.baynetworks.com httpJ/www.ctron.com httpJ/www.cisco.com httpJ/www.comarLcom httpJ/www.compusacom/publictflorida httpJ/www.compucom.com http://www.dell.com httpJ/www.digital.com httpJ/www.cewerks.com httpJ/www.fore.com httpJ/www.gateway.com/stealth/sales/florida/florida.htm http://Www.gecits.ge.com httpJ/www.he.com httpJ/www.ibm.com htw://www.lueenLcoTn/dnst http://www.mtx.com httpJ/www.nec-computers.com http://www.pomeroy.com http://www.unisys.com http://www,vanstargov.com httpJ/www,win-labs.com http://www.xylan.com t,. v— Suite 315 Page 1 of 2 Suite 315 CERTIFICATION OF CONTRACT TITLE: Computers: Client Server Systems CONTRACT NO.: 250-040-99-1 BID NO.: 31.250-040-8 EFFECTIVE: July 1, 1998 through June 30, 1999 CONTRACTOR(S): See Attached SUPERSEDES: 250-040-96-1 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID COMER AT (850) 497-4196 SUNCOM 27741%, E-MAIL ma ilto momerd@dmsitate.Mus A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on June 30, 1998 has been executed between the State of Florida and the designated contractors. B. EFFECT -This contract was entered into to provide economies in the purchase of Client Server Systems by all State of Flori and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall b under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. P shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity, description o unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket punch D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of th on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, t PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restricti accepted from the supplier are noted on the ordering inductions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to th date of this contract Authorized Signature DC/sec Attachments CONTRACTORS: 3Com Corporation (A) (Rev 19 Aug 98) ABC Computers, Inc. (A) (Rev 19 Aug 98) American Power Conversion (A) Acer America (A) (Rev 19 Aug 98) Apple Computer, Inc. (A) Ascend Communications, Inc. (A) (Rev 19 Aug 98) Bay Networks USA, Inc. (A) (Rev 19 Aug 98) Cabletron Systems Sales and Service. Inc. (A) (Rev 19 Aug 98) Cisco Systems, Inc. (A) (Rev 19 Aug 98) Thursday, March 25, 1999 9 9- 328 10:43 AM Suite 315 Comark Government & Education Sales (A) Compaq Computer Corporation (A) CompUSA, Inc. (A) (Rev 23 Dec 98) Compucom Systems, Inc. (A) (Rev 23 Dec 98) Dell Marketing L.P. (A) Digital Equipment Corporation (A) ECWerks, Inc. (A) Fore Systems, Inc. (A) (Rev 19 Aug 99) Gateway 2000 Major Accounts, Inc. (A) GE Capital IT Solutions (A) Hayes Computer Systems (A) (Rev 19 Aug 98) Hewlett Packard Company (A) (Rev 19 Aug 98) International Business Machines (A) Lucent Technologies (A) (Rev 7 Dec 98) MTX, Inc. (A) NEC Computer Systems Division, Packard Bell NEC, Inc. (A) Pomeroy Computer Resources, Inc. (A) Silicon Graphics Computer Systems (A) (Rev 19 Aug 98) Southern Computer Supplies, Inc. (B) Sun Microsystems Federal, Inc. (A) (Rev 19 Aug 98) Unisys Corporation (A) Vanstar Corporation (A) WIN Laboratories, Ltd. (C) Xylan Corporation (A) (Rev 19 Aug 98) Thursday, March 25, 1"9 99- 328 Page 2 of 2 10:43 AM ty r r, ■ SPECIAL CONDITIONS Page 1 of 7 SPECIAL CONDITIONS PURPOSE The purpose of this bid is to establish a 12 month contract for the purchase of client server systems by all State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective from July. I, 1998 through June 30, 1999. ESTIMATED QUANTITIES it is anticipated that the State of Florida agencies, and other eligible users, will expend approximately S250,000,000 under any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and should not beconstrued as representing actual figures under the contract. ADDITIONAL ELIGIBLE USERS In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies and private non-profit educational facilities as defined in Section 240.605, Florida Statutes, which may desire to purchase under the terms and conditions of the contract. 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 governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract SPECIAL ACCOMMODATION Any person requiring a special accommodation at State Purchasing because of a disability should call State Purchasing at (850) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech impaired, please contact State Purchasing by using the Florida Relay Service which can be reached at 1 (800) 955-8771 (TDD). ACCEPTABLE EQUIPMENT Bid shall be for new equipment only. Newly manufactured (containing used or rebuilt parts), remanufactured, rebuilt, reconditioned, newly remanufac tired, used, shopworn, demonstrator or prototype equipment is not acceptable and will be rejected. LIMITATION OF REMEDIES Contractors entire liability and the State's exclusive remedy shall be as follows: In all situations involvin 1. Copyrighted software provisions are contained in the General Condition entitled "Patents and Royalties". 2. Title to the software shall remain with the titleholder. 3. Customer may reproduce one (1) copy of each diskette based software package procured that is not copy protected, for archiva purposes only. Copyright and any proprietary notices shall be included on the backup copies. 4. Software that is provided on diskette for user work stations shall be supplied as one (1) copy per work station ordered, unless s or volume discounts have been offered by the bidder and so ordered by the customer. 5. Software that is provided on the system and is down loaded to workstations, shall include a backup copy with documented pro reloading in event of software becoming unusable by either a system malfunction or operator error. 6. Software updates or enhancements shall be made available to the customer in accordance with the Special Condition entitled "Addition/Deletion/Change". 7. Bidder shall provide for exchange of software provided on copy protected diskettes in event the distribution diskette is rendere through either operator error or system malfunction. Exchange of software shall not include operator attempts to copy protecte S. Bidder shall indicate on the software pricing sheets if there is any cost associated with items 4 through 7 above. 9. The customer shall be responsible for: a) software selection to achieve the customers intended results; b) use thereof; and c) all obtained there from. 10. Software may be used on only the single central processing unit (CPU) or system configuration for which the software was ac software may be used on another single CPU or system configuration on a temporary basis when the primary CPU or system a due to hardware failure. 11. Customer shall not make the software available in any form to third parties. Only the customer's employees directly concerned licensed use of the software, shall have access to the software. 12. Contractor shall retain the option to terminate software licenses granted in accordance with this section, and require return of t and all copies thereof if the customer fails to comply with the license provisions. 13. Customer shall not reverse assemble or reverse compile licensed software in whole or in part 14. Contractor shall warrant the media on which the software is furnished, to be free from defects in materials and workmanship u use for a period of 90 days from date of receipt by the customer. 15. Software that is bid on as "AS IS* basis does not include any warranty of performance or quality, except that the media warmn within this section shall apply. This type of software if bid shall be specifically identified on the price sheen. 16. Software documentation may not be copied without the express prior written approval of the contractor or titleholder as may b Thursday, March 25, 1999 9 9 - 328 10:44 AM a A M SPECIAL CONDITIONS Page 2 of 7 appropriate. CERTIFICATION All certifications required in this bid must be completed and returned with your bid. Failure to comply with this requirement shall result in disqualification of bid. MANUFACTURER'S CERTIFICATION In the event x bid is submitted by other than the equipment manufacturer, a certification executed by the manufacturer shall be required stating the bidder is an authorized representative of the manufacturer. The manufacturer's certification must be executed by the manufacturer's representative authorized to bind all the manufacturer's branches, dealers/resellers, and/or service establishments. Dealers/resellers are not authorized to sign this certification on behalf of the manufacturer. Failure to submit this certification with your bid shall result in disqualification of the bid. CONTRACT DUPLICATION Bidders currently awarded equipment on any other State contract shall identify those products, if duplicated anywhere within this bid. The State reserves the right to delete duplicated equipment from this and/or other contracts. Deletion will occur only if the bidder's equipment is awarded on this contract. LEASE PROVISIONS Each purchaser will be authorized to enter into a contract for equipment by issuance of a purchase order referencing the contract number. The manufacturers; lease agreement form will not be used since a contract resulting from this bid and the purchase order will constitute the complete agreement Since the State Comptroller's prior approval is required for State Agencies to enter into or extend either lease or installment purchase agreements, State agencies are cautioned to review the Comptrollers latest memorandum addressing leases and installment purchase of equipment. A. RISK OF LOSS OR DAMAGE The purchaser shall be relieved from risks of loss or damage to all equipment leased during the period of transportat installation, and during the entire time the equipment is in the possession of the purchaser except when loss or dams fault or negligence of the purchaser. B. TERM Lem period shall be based on the projected needs of the agency and/or the period determined to be the most eco, prudent and cost effective. Lease cost basis shall be equal to or below that for that equipment on State contract Lease agreements shall be effective on the date of acceptance of the equipment The date of acceptance is that date on equipment is installed at the agreed to purchaser location and the equipment is certified ready for use by the contracto accepted by the purchaser as installed and in good working order. IA= agreements shall terminate upon completion of the specified lease agreement period or upon purchase utilizing accruals if applicable. Purchase of leased equipment by state agencies requires prior approval as a contract exception State Purchasing. Upon mutual agreement with the contractor, the purchaser shall have the option to extend the current lease agreement written notice 30 days prior to the end of the initial lease term, without prior approval of State Purchasing, provided t conditions are met: 2. T a c of e in th as in c St c Any exception to the above conditions requires prior approval by State Purchasing. Please note that for the purpose of this bid and resulting contract, extension is the term used for that period that follows the end of the initial lease term. There is no provision for renewal which would follow the extension. C. CANCELLATION 1. The provisions of Cancellation Paragraph, General Conditions, do not apply to equipment leased under thi 2. A lease agreement may be canceled at any time during the lease period by the purchaser. A thirty (30) day Thursday, March 25, 1999 ` 99--2o 10:44 AM Ij' SPECIAL CONDITIONS Page 3 of 7 notice will be required of the purchaser in writing. All money due the contractor for the remainder of the It agreement period will be due and payable upon completion of the equipment removal, except in document nonperformance by the vendor. 3. Upon cancellation of a lease agreement by the purchaser without cause the equipment will be returned to th with transportation at the purchaser's expense as well as removal charges if applicable. TECHNICAL DOCUMENTATION All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation with the bid submittal shall make the bidder nonresponsive, unless State Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the products offered through technical documentation available within State Purchasing as of the date and time of bid opening. Such authority of State Purchasing shall in no way relieve the bidder from the ultimate responsibility tosubmit the required technical documentation, nor shall any bidder assume that such documentation is otherwise available to State Purchasing. The State shall not be responsible for the accuracy of the technical documentation in its possession. DELIVERY REQUIREMENTS All prices bid shall include delivery to purchaser within 30 days or less after receipt of purchase order. DATE OF ACCEPTANCE The date of acceptance is that date on which the equipment is installed at the agreed to purchase location, the equipment is certified ready for use by the contractor and is accepted by the purchaser as installed and in good working order. The purchaser shall certify in writing to the contractor when the equipment is accepted at which time title shall transfer. For equipment designated as customer installed, the date of acceptance shall be the delivery date, provided the purchaser has not specified contractor installation on the purchase order. INSTRUCTION MANUAL Contractor shall be required to furnish an instructional manual for each unit ordered. Bulletins, revisions and corrections shall be supplied to each manual as they are issued by the manufacturer. Each manual shall contain; definition of equipment capabilities, technical description of equipment operation, description of malfunction identification and troubleshooting procedures, detailed schematic, installation and use instructions. SOFTWARE USER MANUALS One (1) copy of the operating system software manual must be provided with software ordered from any contrail resulting from this bid. Additional copies of software manuals must be available from the contractor. OPTIONAL COMPONENT PURCHASES Purchases of optional components totaling less than S1,000 may be made by an agency at its discretion on a local basis rather than under any contract resulting from this bid. This condition shall not be used to circumvent this contract AUTHORIZED TECHNICIANS All work contracted for shall be performed by factory trained technicians. Technicians working under the direct supervision of a factory trained technician are permitted. A copy of the technician's certification shall be made available by the contractor upon request by State Purchasing. BID TABLES The appropriate Bid Table shall be completed for each category of product bid. The information to be completed on the Bid Table includes: Product manufacturer Vendor / bidder Standard Delivery Time in Days Which the Vendor Can Perform (not to exceed 30 days) Manufacturer and Description of Products Bid Bid percentage for Category Products as well as Balance of Line Products Bid; either, Cost Plus/Minus % for State Government and State Education, or Cost Plus/Minus % for GSA Pricing Schedule Optional Support Bid at Discount Manufacturer's price lists or GSA price list/schedule shall be submitted with the bid in accordance with the requirements under PRICE LISTS. Bid Tables, and other pages required for completion of the bid may be copied, as needed. ITEM DESCRIPTIONS Descriptions of systems or individual items on price lists shall be of sufficient detail to easily identify the system or item. Items not described will be rejected as ineligible for the bid/contract. These documents shall be submitted in hardcopy as well as on 3.5 inch diskette media, as outlined in Special Condition, Format for Submission of Bid. Failure to comply with this requirement will result in disqualification of your bid. AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS: On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service Locations, this information shall be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a Word for windows file. Any subsequent revisions shall be submitted in the same form to the 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 Headers or Footers • No Excel Files Thursday, March 25, 1999. 9 ^ 328 10:44AM I I M I SPECIAL CONDITIONS Page 4 of 7 Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. 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 fs.287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor IisL SURCHARGE FEE AND SUMMARY OF TOTAL SALES State Purchasing hereby imposes a vendor surcharge fee of .SO% 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 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 vendor surcharge feesshall 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 vendor surcharge deposits, the contractors) is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida. Contractors will be responsible for reporting sales and paying user fees resulting from sales made by authorized resellers. Failure to comply with these requirements will result in the contract supplier being found in default, in which case any and all reprocurement costs and all outstanding vendor surcharge fees may be charged against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by State Purchasing. Bids from contractors that are delinquent in paying user fee's from existing contracts, will not be considered. PRICE LISTS On any contract where pricing is based on a Manufacturer's published price list, the price list must be provided by the BIDDER as part of the bid package in hard copy. Bidders must provide a price list on a 3.5 inch diskette as a Word For Windows file, which includes headings and subheadings of the categories of systems, peripherals, and componentshard copy. Bidders must provide a price list on a 3.5 inch diskette as a Word For Windows file, which includes headings and subheadings of the categories ofsystems, peripherals, and components which the vendor has bid. Each product on the price list shall be identified by part number, brand name, description, manufacturers cost and net price • "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 Headers or Footers • No Excel Files Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract PRICING SCHEDULE TO REMAIN FIRM The pricing schedule, cost plus/minus basis or GSA pricing basis, bid by each awarded vendor shall remain firm for any product placed on the contract resulting from this bid, or for products added to the contract at a later date through revision to the contract. ADDING NEW PRODUCTS The contractor may add new products to the contract at the pricing schedule as originally bid. When a revision to contract pric includes the addition of new products they must remain at the original percentage bid for the contract term. The addition of ne shall be at the discretion of State Purchasing in the best interest of the State. Reductions in price shall be effective upon receipt of written notification to State Purchasing and shall remain in effect for the the contract term, unless further reduced by the contractor. In the event that the contractor announces a price reduction on any Thursday, March 25, 1999 9 — 10:44 AM 1,r ■ SPECIAL CONDITIONS Page S of 7 listed on the contract prior to the purchaser's acceptance of said equipment, such price reduction shall be made available to the This condition shall not apply to temporary sales promotions. PRICE INCREASES Price increases are not acceptable for any product placed on the contract resulting from this bid, or for products added to the contract at a later date through revision to the contract. PRICE REDUCTION Reductions in price shall be effective upon receipt of written notification to the State Purchasing and shall remain in effect for the balance of the contract term, unless further reduced by the contractor. In the event that the contractor announces a price reduction on any equipment listed on the contract prior to the purchaser's acceptance of said equipment, such price reduction shall be made available to the purchaser. This condition shall not apply to temporary sales promotions. SALES PROMOTIONS A contractor, during the term of the contract, may lower prices of products on the contract, for a specified period of time. The contractor shall document sales promotions to and receive approval of State Purchasing, prior to offering sales promotions to contract users. Documentation of sales promotions shall specify starting and ending dates of the promotion, specify list prices and promotional prices, and shall contain a statement that the promotional prices are available to all contract users. Sixty (60) days is established as the minimum period of time for which a sales promotion can be offered. Sale pricing shall be madeavailable on contract items only and promoted to all users of the contnacL.Evidence of offering of a sales promotion to a contract user prior to the submittal to and approval of the State Purchasing shall subjecttne contractor to removal from the contract Sales promotions approved by State Purchasing must be posted on the contractors Internet Home Page with awarded products. PRICE LISTS POSTED ON THE WORLD WIDE WEB (WVM CONTRACT HOLDER shall configure PRICE LIST consisting of awarded product and post the prices on the CONTRACT HOLDERS Internet Home Page. All price lists must be reviewed and _ approved by State Purchasing before they can be posted to the CONTRACT HOLDER Interact Home Page. Contractors mu^t provide State Purchasing with a universal resource locator (URL) where price lists will be posted CONTRA(,`f HOLDERS posted price list shall include the following: • DMS Approval Date • Contract Number • Part Number, Description, Manufacturers Cost and Contract Prices • Authorized Resellers 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 State Purchasing browser standard. State Purchasing intends to upgrade to new browser versions as they become available and fully tested, at its discretion. 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. The Universal ResourceLocator (URL) for the INI'ERNET HOME PAGE must be listed in the space provided on the Ordering Instructions page of the bid. PRICE LIST, CATALOGS, DESCRIPTIVE BROCHURES Contractor agrees to furnish participating agencies price schedules, catalogs and descriptive brochures as requested. QUANTITY DISCOUNTS Bidder/contractors are urged to offer additional discounts for one time delivery of large single orders ofany assortment of items. Such discounts will not be considered in evaluation and award of bid. Contract users should seek to negotiate additional price concessions on quantity purchases of any products offered under this contract State agencies shall document their files accordingly. PURCHASING CARD PROGRAM The State of Florida has implemented a purchasing card program through NationsBank, using the Visa network. Vendors will receive paymentfrom the purchasing card in the same manner as other Visa purchases. Please indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the bid. VENDOR RESPONSE SYSTEM To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) 413-7269 between 7 am. and 6 p.m. Monday thru Friday to check on the status rif payments by State agencies. The system can accommodate English and Spanish speaking callers. INSURANCE, WORKERS' COMPENSATION The contractor shall take out and maintain during the life of this agreement, Workers' 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 Workers' 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 Workers' Compensation law. In case any class of Thursday, March 25, 1999 n 10:44 AM SPECIAL CONDITIONS Page 6 of 7 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. SERVICE Availability of in -state representatives to assist in proper application and to resolve technical problems is a requirement of this bid and the resulting contract. Bidders shall, therefore, include as part of the bid a list of all in -state service representative(s) who will be responsible for providing these services during the term of the contract. If unable to obtain service/warranty within the time period specified or if difficulties are encountered in obtaining service from the service location designated by the contractor, it shall be the complete responsibility of the contractor to strange and coordinate service by an alternate service dealer after notification by the user. The coordination effort will be handled by the specific individual designated on the ordering instruction sheet. WARRANTY A warranty is required on all contract items against defective material, workmanship, and failure to perform in accordance with required performance criteria, for a period of not less than one (1) year from date of receipt or installation of product See SPECIFICATIONS, under each category of product for Standard Support Level and specific warranty requirements. Replacement of all parts found defective including all labor, materials within the warranty period shall be made without cost to the State. This warranty shall not cover adjustment, repair or parts replacement required because of purchaser's negligence, misuse, or machine alteration. Applicable transportation charges for warranty service within the warranty period shall be based on cost determined by the level of support procured as outlined in the specification. Warranty repairs shall be completed within the time period stated in the support level procured whether on -site or upon receipt of equipment by factory authorized service center. Should repairs exceed the predetermined time period, contractor shall provide equivalent loaner equipment upon request by the purchaser. Loaner equipment shall be provided at no cost to the State, including shipment to the purchaser's location and return of loaner equipment to the contractor. SECURITY DEVICES Bidders are to identify and price all available optional or installed security devices, such as key locks, plastic card readers, etc., on price sheets. TRADE IN Contract users may trade-in equipment when making purchases from this conb=L A trade-in must be negotiated between the user and the contractor. Users are obligated to actively seek current fair market value when trading equipment, and to keep accurate records for the process. For State agencies, it may be necessary to provide documentation to the Office of the State Comptroller. YEAR 2000 COMPLIANCE WARRANTY The contractor warrants that each item of hardware, software, and/or firmware delivered, developed or modified under this contnaet 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 durationof 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 anygeneral 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 nay rights or remedies the State may otherwise have under this contract with respect to defects other than Year 2000 performance. YEAR 2000 COMPLIANCE (SOFTWARE) The licensor represents and warrants that the software, which is licensed to licensee hereunder, is designed to be used prior to, during, and after the calendar year 2000 AD, and that the software will operate during each such time period without error relating to date data, specifically including any error relating to, or the product of, date data which represents or references different centuries or more than one century. Without limiting the generality of the foregoing, Licensor further represents and warrants (1) that the software will not abnormally end or provide invalid or incorrect results as a result of date data, specifically including date data which represents of references different centuries or more than one century; (2) that the software has been designed to ensure year 2000 compatibility, including, but not limited to, date data century recognition, calculations which accommodate same century and multi -century formulas and date values, and date data interface values that reflect the century; (3) that the software included "year 2000 capabilities", which means the software (a) will manage and manipulate data involving dates, including single century formulas and multi -century formulas, and will not cause an abnormally ending scenario within the application or generate incorrect values or invalid results involving such dates; and (b) provides that all date -related user interface functionalities and data fields include the indication of century; and (c) provided that all date -related data interface functionalities include the indication of century. YEAR 2000 REN EDY CLAUSE In the event 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 licensee, time being of the essence. YEAR 2000 COMPLIANCE All products bid under this bid/contract will be Year 2000 compliant (that is; able to accurately process date data from, into, and Thursday. March 25, 1999 n 9 -- 328 I0:44 AM M t SPECIAL CONDITIONS Page 7 of 7 between the twentieth and twenty-first centuries, including leap year calculations). Resellers may provide a "pass through warranty" from the manufacturer/software developer, which meets all the warranty requirements specified by the State, and which shall include all other warranties provided by the manufacturer or software developer. Reseller shall be responsible for warranty assurance, assistance, enforcement and any other actions or remediation, required to satisfy warranty requirements. EVALUATION/AWARD Bids will be evaluated and awarded by category on a multiple award basis, in compliance with the requirements and provisions detailed herein. Award shall be made for statewide delivery and service, to the responsive bidders offering the lowest net delivered prices, based on the pricing mechanism designated under product categories 3.0 through S.Q. If the same manufacturer's brand is bid by more than one bidder, only the lowest net delivered prices shall be considered for an award. Bids designated for Government (State) will be evaluated and awarded. Bidder is urged to offer additional discounts to educational institutions in the space provided on price sheets. Such discounts will not be considered in evaluation of bid. Thursday. March 23, 1999 99 3 2 8 10:44 AM State of Florida SPECIFICATIONS Page 1 of 7 CLIENT SERVER SYSTEMS 1.0 SCOPE These specifications are the requirements and provisions for the bidding and awarding of a State term contract for Client Serve include Microcomputers, Network Servers and Workstations, Network Computers and Network PCs, Peripherals, Network Co Devices, and Uninterruptible Power Supplies. 2.0 GENERAL REQUIREMENTS AND PROVISIONS COMPONENTS — Components (such as monitors, keyboards, mouse and trackball, expansion boards, network interface cards, internal modems, and storage devices purchased with and integrated with the systems prior to delivery) will carry the same support level and wa provisions as the system. OPERATING SYSTEM SOFTWARE Operating system software (DOS, OS/2, Windows, Windows NT, UNIX, and Macintosh system) may be offered by microcom - bidders, preloaded by the manufacturer/dealer, as a balance of line under the same pricing schedule (percentage mark-up to ma price list), as the microcomputers systems bid. AMERICANS WITH DISABILITIES ACT The Federal ADA bars employment discrimination and requires all levels of Government to provide necessary and reasonable accommodations to qualified workers with disabilities. Although it is not mandatory that bidders offer these products to receiv bidders are requested to identify any hardware and software products which may be used or adapted for use by visually, hearin physically impaired individuals. ENERGY STAR COMPLIANT The Federal Environmental Protection Agency encourages the manufacture of energy efficient computer hardware, and the Sta supports this initiative. State Purchasing prefers that all microcomputers, monitors, and laser printers offered under this bid/co energy star compliant and bear the EPA Energy Star Logo. Bidders are requested to identify only the hardware which is not E compliant State agencies seek to reduce the total cost of equipment ownership and operation and should consider the purchase Star compliant equipment if it mats the agency's performance needs. COST PLUS/MINUS PRICING BASIS Bidders will bid a single percentage (to the nearest hundreth, e.g. 1.95%) on a cost plus/minus basis, to the manufacturer's pric channel, USA1, Level 4, or other specified manufacturer's price list) to that manufacturer's largest volume dealers/resellers.11 onenintt. GSA pricing may be offered as alternate pricing by the bidder.The GSA price list/schedule will be submitted with th ELIGIBLE MANUFACTURER BRANDS The Gartner Group Vendor Tiering Model was utilized in determining the eligible manufacturer brands which could be bid in categories. Commodity categories which are manufacturer specific, where Gartner Group Vendor Tiering was not available we established on the best available knowledge of manufacturer market share. ITEM DESCRUMONS Contract price lists shall be structured with headings and subheadings of the categories of systems, peripherals, and componen vendor has bid. Each product on the price list shall be identified by part number, brand name, description, manufacturers cost price. Descriptions of systems or individual items on price lists shall be of sufficient detail to easily identify the product Items adequately described will be rejected as ineligible for this bid/contracL CONTRACT CHANGES Awarded contractors may offer new hardware introduced by the manufacturer during the contract period at the same pricing sc bid and awarded. As soon as they are announced by the manufacturer, all product line changes (additions, deletions, price changes) shall be sub e-mail to the State Purchasing contract administrator for review. Price reductions announced by the manufacturer shall take eff immediately and be applied to unshipped and subsequent orders. BALANCE OF LINE The balance of line provisions of this bid/contract are provided for the convenience and benefit of the contract users as well as vendors. The balance of line provisions allow the purchaser a "one -stop" procurement mechanism, as well as facilitating the a contractor to provide a "complete system" for the purchaser. It is incumbent on the purchaser to "shop" the contract and purch which meet their needs at the lowest net delivered costs. Vendors who bid and are awarded systems or other major categories of products may offer a "balance of line" of peripherals; t those which are specified as peripherals in this bid/contract, and monitors, input devices, pen plotters, scanners, printers, story expansion cards, modems, and other standard system components. Such balance of line peripherals and components shall: be the same pricing schedule (mark-up to the manufacturees price list to that manufacturer's largest volume dealers/resellers) or The balance of line peripherals/components price lists shall be submitted with the bid. It is incumbent on the contractors to offer products under the balance of line provisions which are competitively priced. State will review and compare balance of line price lists to determine if prices are competitive. Should it be determined, by the State that the balance of line price lists of a contractor are not competitive, the contractor will be given an opportunity to submit a c price list. If the contractor is unable to or chooses not to reduce prices for balance of line products, the balance of line provisio Thursday, March 25, 1999 9 J - 328 10:44 AM M r M State of Florida Page 2 of 7 contractor will be revoked. MAJOR ACCOUNT SUPPORT LEVEL State of Florida agencies and other eligible contract users purchase a substantial annual volume of systems, servers, periph components from manufacturers (directly from the manufacturer or through resellers) through the State term contract for cl,.__. systems. The State of Florida may accept designation as a "Major Account" (under the particular manufacturer named program manufacturer or vendor/rescller awarded under this bid/contract, attendant with the additional benefits and privileges which co designation. The bidder/contractor will act on the State's behalf to assure that the State is recognized by the manufacturer unde manufacturer's "Major Account" program, and that the State receives the benefits and privileges of such designation. If your fi this type of support, see attached sheet to designate the benefits and privileges which arc available to the State of Florida from manufacturer of products which are awarded under this bid/contract. Awarded vendors/manufacturers who designate the State of Florida as a "Major Account" (under that manufacturer's named pr provide sufficient benefits and privileges thereunder, will be designated. STANDARD DELIVERY TIMES Standard delivery times shall be expressed by the bidder on the bid table, and will represent the number of calendar days norm to make delivery after receipt of a purchase order. Delivery times in excess of thirty (30) days will not be accepted. Failure to products within the delivery time as stated in the contract may subject the contractor to reprocurement costs, penalties and/or c cancellation. A contractor, within five (5) days after receipt of order, shall notify the purchaser of any potential delivery delays. Evidence of deliver or intentional delays in attempt to force the purchase of substitute product, shall be cause for contract cancellation and suspension. 3.0 DESKTOP MICROCOMPUTERS AND PORTABLE MICROCOMPUTERS 3.1 DESKTOP MICROCOMPUTERS ELIGIBLE DESKTOP MICROCOMPUTERS WHICH MAY BE BID Gartner Group Tier I and II vendors, (IBM, Compaq, Apple, AST, Digital, Dell, Hewlett-Packard, NEC, Acer, Gateway, Micr and, Other vendors who offer an extensive manufacturer line of microcomputers and provide documentation with the bid of a mini installed base of 1000 microcomputers with State of Florida agencies and political subdivisions, in the most recent two State fi A maximum of ten (10) vendors will be awarded desktop microcomputers. STANDARD SUPPORT LEVEL FOR DESKTOP MICROCOMPUTERS Requirements and provisions of STANDARD SUPPORT LEVEL for desktop microcomputers include: • Inside delivery, with buyer set-up and installation. • Minimum 1-year on -site warranty labor, in the State of Florida. • Minurnum 3-year warranty parts coverage. • Maximum next business day response for warranty service. • Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). • Toll free telephone support and fax/E-mail/Intemet information (Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time). • 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under the Standard Support Level: • Dealer set-up and installation. • Warranty upgrade, beyond year I (to 5-year maximum). Warranty upgrade may be purchased at time of system purchase or during the warranty period. • Warranty service response upgrade, e.g.; maximum 4-hour response and/or 8-hour response. 3.2 PORTABLE MICROCOMPUTERS ELIGIBLE PORTABLE MICROCOMPUTERS WHICH MAY BE BID Gartner Group Tier I and II vendors(Compaq, IBM, Toshiba, AST, Digital, Dell, Hewlett-Packard, NEC, Acer/TI), and; Other vendors who offer an extensive manufacturer line of portable microcomputers and provide documentation with the bid minimum installed base of 1000 of that manufacturees portable microcomputers with State of Florida agencies and political su Thursday. March 25, 1999 (� 99- 32g i0:44AM (1 State of Florida Page 3 of 7 in the most recent two State fiscal years. A maximum of five (3) vendors will be awarded portable microcomputers. STANDARD SUPPORT LEVEL FOR PORTABLE MICROCOMPUTERS Requirements and provisions of STANDARD SUPPORT LEVEL for Portable Microcomputers include: • Inside delivery, with buyer set-up and installation. • Minimum [-year warranty (or manufacturer standard warranty if greater than 1-year), with retum-to-factory or service center. • Maximum two (2) business days repair time, after receipt at repair facility, or replace with comparable equipment (replace with new equipment only during warranty period). • Toll free telephone support and fax/E-mail/Intemet information (Minimum: Business days 8:00 am. to 5:00 p.m., Eastern Time). • 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under Standard Support Level: • Warranty upgrade, beyond year I (to 5-year maximum). Warranty upgrade may be purchased at time of system purchase or during the warranty period. 4.0 NETWORK SERVERS AND WORKSTATIONS NETWORK SERVERS may be bid in two categories: 4.1 WINDOWS NT NETWORK SERVERS ELIGIBLE WINDOWS NT NETWORK SERVERS WHICH MAY BE BID Network servers to be bid shall be those NT Server Platforms running Windows NT on Intel processors. Those Windows NT servers recommended by Gartner Group and approved to be bid are: Compaq, Hewlett-Packard, IBM, Dell, Digital Intergraph, Data General, Stratus, Netframe. 4.2 UNIX NETWORK SERVERS ELIGIBLE UNIX NETWORK SERVERS WHICH MAY BE BID Network servers to be bid shall be those UNIX Server Platform running UNIX Operating Environment. Those UNIX network recommended by Gartner Group and approved to be bid are: Sun, Hewlett-Packard, Compaq -Tandem, Dell, IBM, Digital, Sie Nixdorf; Silicon Graphics. A maximum of five (S) vendors will be awarded Windows NT Network Servers and five (5) vendors will be awarded UNIX N Servers. BALANCE OF LINE - NETWORK SERVERS AND WORKSTATIONS Vendors who bid and are awarded Network Servers may offer technical/scientific workstations of the same manufacturer bran Network Servers bid and awarded, as "balance of line" products, in addition to acceptable peripherals and components and un provisions as stipulated under BALANCE OF LINE. STANDARD SUPPORT LEVEL FOR NETWORK SERVERS and WORKSTATIONS Requirements and provisions of STANDARD Support Level for Network Servers and Workstations include: • Inside delivery, with buyer set-up and installation. • Minimum 1-year on -site warranty labor, in the State of Florida. • Minimum 3-year warranty parts coverage • Maximum next business day response for warranty service. • Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). • Toll free telephone support and fax/E-mail/Intemet information (Minimum: Business days 8:00 am. to 5:00 p.m., Eastern Time). 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under the STANDARD SUPPORT LEVEL: 328 99- Thursday, March 23, 1999 10:44 AM State of Florida Page 4 of 7 • Dealer set-up and installation. • Warranty upgrade, beyond year I (to 5-year maximum). • Warranty service response upgrade; e.g., maximum 4-hour response and/or 8-hour response. 5.0 NETWORK COMPUTERS AND NETWORK PCs Network Computers and Network PCs may be bid in the applicable category: 5.1 NETWORK COMPUTERS (NC) Network Computers (NC) - generally provide access to commonly used PC applications through a network connection. A Net Computer is normally configured with 4-64 MB of RAM, an 8 MB ROM card, a Smart Card slot, infrared and network interfa parallel port, and a pair of PS/2 -compatible UO ports. The basis for the software approach is JAVA. The known vendors for N Computers are IBM, Sun, Hitachi Data Systems, Boundless Technologies, Network Computing Devices, Hewlett-Packard, an Technology. 5.2 NETWORK PCs (NetPC) Network PC (NetPC) - are network -oriented devices but unlike Network Computers, they still offer the user control over story processing. The NctPC nuts Windows like a conventional PC plus Zero Administration Windows (ZAW). The known vendor Network PCs are Compaq, Dell, Hewlett-Packard, Mitsubishi, Unisys, NEC, Acer, Gateway 2000, Pionex Technologies, Nuta Data Systems. A maximum of three (3) vendors will be awarded Network Computers and three (3) vendors will be awarded Network PCs. STANDARD SUPPORT LEVEL FOR NETWORK COMPUTERS AND NETWORK PCs Requirements and provisions of STANDARD SUPPORT LEVEL for Network Computers and Network PCs include: • Inside delivery, with buyer set-up and installation. • Minimum 1-year on -site warranty labor, in the State of Florida • Minumum 3-year warranty parts coverage. • Maximum next business day response for warranty service. • Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). • Toll free telephone support and fax/E-mail/Intemet information (Minimum: Business days 8:00 am. to 5:00 p.m., Eastern Time). • 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under the Standard Support Level: • Dealer set-up and installation. • Warranty upgrade, beyond year l(to 5-year maximum). Warranty upgrade may be purchased at time of system purchase or during the warranty period. • Warranty service response upgrade, e.g.; maximum 4-hour response and/or 8-hour response. 6.0 PERIPHERALS (PRINTERS, STORAGE DEVICES, MEMORY EXPANSION CARDS) BALANCE OF LINE - PERIPHERALS Vendors who bid and are awarded in a category (s) of these peripherals may offer a "balance of line" of support products for t category, which may be needed for connectivity or operation where installed. Such balance of line products shall be offered u pricing schedule (cost plus/minus basis to the manufacturces price list to that manufacturer's largest volume dealers/resellem) pricing, as the peripherals bid. The balance of line products price list shall be submitted with the bid. Thursday, March 25, 1999 9 9 - 3 2 8 10:44 AM f State of Florida Page 5 of 7 based on responsive bidders offering the lowest net delivered prices for the most complete line of printers in each category. V �id and are awarded printers in either category may offer "balance of line" products which may include dot matrix printers wit minimum speed of 75 cps, near letter quality. The balance of line products shall be offered under the same pricing schedule (c plustminus basis to the manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing, as the The balance of line products price list shall be submitted with the bid. equrrements anprovisions o tan ar upport eve or ranters include: Inside delivery, with buyer set-up and installation. • I -year on -site warranty labor, in the State of Florida • Minimum 3-year warranty parts coverage. • Maximum next business day response for warranty service. • Maximum two (2) business days repair time, or replace with comparable equipment (replace with new equipment only during warranty period). • Toll free telephone support and fax/E-mail/Intemet information (Minimum: Business days 8:00 am. to 5:00 p.m., Eastern Time). • 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges. Storage Devices which may be bid are: 6.2.1 STORAGE DEVICES - DISK (Magnetic and Optical) 6.2.2 STORAGE DEVICES - TAPE DEVICES A maximum of three (3) vendors will be awarded Disk Storage Devices and three (3) vendors will be awarded Tape Storage D STANDARD SUPPORT LEVEL FOR STORAGE DEVICES Requirements and provisions of Standard Support Level for Storage Devices include: • Inside delivery with buyer set-up and installation. • Minimum 1-year replacement warranty (or manufacturer standard warranty if greater than 1-year), with retum-to-factory or service center. • Toll free telephone support and information (Minimum: Business days 8:00 am. to 5:00 p.m., Eastern Time). • 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges. 6.3 MEMORY EXPANSION CARDS Memory Expansion Cards which may be bid include: main, expanded, cache, PCMCIA cards A maximum of three (3) vendors will be awarded memory expansion cards. STANDARD SUPPORT LEVEL FOR MEMORY EXPANSION CARDS Requirements and provisions of Standard Support Level for Expansion Cards include: • Inside delivery with buyer set-up and installation. • Minimum 1-year replacement warranty (or manufacturer standard warranty if greater than 1-year), with return -to -factory, service center, or vendor. • Toll free telephone support and information (Minimum: Business days 8:00 am. to 5:00 p.m., Eastern Time). • 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges. 7.0 NETWORK CONNECTIVITY DEVICES Network Connectivity Devices which may be bid include: 99- 328 Thursday, March 25, 1999 10:44 AM I, t,r State of Florida Page 6 of 7 • Intemetworking Devices - to include bridges, routers, repeaters, switches, gateways, multiplexors, hubs and concentrators) • Network Adapter Cards - to include all current network topologies and bus architectures Gartner Group Tier 1 and 2 vendors which may bid in these two categories of network connectivity devices include: Cisco, 3C Cabletron, Bay, IBM, Xylan, Madge, Hewlett-Packard, and Digital, and, Other vendor devices may be bid in a device categor bidder provides with the bid, documentation that the vendor devices bid have captured 5% or more of the U. S. market over th years, and offers 2 or more lines or models of those devices. A maximum of five (5) vendors will be awarded network connectivity devices. BALANCE OF LINE - NETWORK CONNECTIVITY DEVICES Vendors who bid and are awarded network connectivity devices may offer a "balance of line" of support products for the perip category, which may be needed for connectivity or operation where installed. Such balance of line products shall be offered u pricing schedule (cost plus/minus basis to the manufacturer's price list to that manufacturer's largest volume dealers/resellers) pricing, as the network connectivity devices bid. The balance of line products price list shall be submitted with the bid. STANDARD SUPPORT LEVEL for Network Connectivity Devices include: • Inside delivery with buyer set-up and installation. • Minimum 1-year replacement warranty (or manufacturer standard warranty if greater than I -year), with return -to -factory, service center, or vendor. • Toll free telephone support and information (Minimum: Business days 8:00 am. to 5:00 p.m., Eastern Time). • 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges. Optional Support which may be bid under Network Connectivity Devices: • Dealer set-up and installation. • Warranty upgrade, beyond year I (to 5-year maximum). Warranty upgrade may be purchased at the time of device purchase or during the warranty period. • Warranty service response upgrade; e.g., maximum 4-hour response and/or 8-hour response. 8.0 UNINTERRUPTBLE POWER SUPPLIES Bidders may bid uninterruptible power supplies ranging from 250 VA to 5000 VA. Other power protection equipment which include: Surge suppressors and voltage regulators. A maximum of three (3) vendors will be awarded uninterruptible power supplies. Awards will be made to responsive bidders lowest net delivered prices for the most complete line of uninterruptible power supplies. BALANCE OF LINE - UNINTERRUPTIBLE POWER SUPPLIES Vendors who bid and are awarded uninterruptible power supplies may offer a "balance of line" of support products for the peri category, which may be needed for connectivity or operation where installed. Such balance of line products shall be offered u pricing schedule (cost plus/minus basis to the manufacturers price list to that manufacturer's largest volume dealers/resellers) pricing, as the uninterruptible power supplies bid. The balance of line products price list shall be submitted with the bid. STANDARD SUPPORT LEVEL for Uninterruptible Power Supplies include: • Inside delivery, with buyer set-up and installation. • Minimum 2-year replacement or repair warranty (or manufacturer standard warranty if greater than 2-years), with return -to -factory, service center, or vendor. Maximum two (2) business days repair time, after receipt at repair facility, or replace with comparable equipment (replace with new equipment only during warranty period). Toll free telephone support and information (Minimum: Business days 8:00 am. to 5:00 p.m., Eastern Time). • 30-day money back guarantee. return to vendor, with no restocking fee or comparable charge. Optional Support which may be bid under the Standard Support Level includes: Thursday, March 25, 1999 10:44 AM t„• State of Florida Page 7 of 7 • Dealer set-up and installation • Warranty upgrade, beyond year 2 (to 5-year maximum). Warranty upgrade may be purchased at time of UPS purchase or during the warranty period. • Warranty service response upgrade. e.g., on site, 4 hour response, or next business day. 9.0 ACCEPTABLE AND EXCLUDED PRODUCTS Hardware or software not specifically designated as acceptable products for this bid/contract, is excluded. Determination of th acceptability of products for this bid/contract is at the sole discretion of the State Purchasing. Inclusion of unacceptable produ price lists with the bid will result in the bidder being declared nonresponsive and disqualified. Awarded contractors who add products on the price lists will be disqualified and removed from the contract for all products awarded. Specific exclusions include: • Supplies (diskettes, tapes, paper, ribbons, toner, cartridges) • Software (programming languages, application, utility) • Data processing furniture • Dedicated word processors or office automation systems • Any other hardware and software not specifically defined as acceptable products for bid/conbwt. Determination of acceptable products will be at the sole discretion of State Purchasing. 10.0 INSPECTION, TEST, AND DEMONSTRATION PROCEDURES The State reserves the right to require each bidder/contractor to demonstrate to the satisfaction of the State, within ten (10) day that the contractor's equipment is compatible and will operate as required by the State and as represented by the contractor, an equipment will connect to, integrate into, and/or function as required by the State and as represented by the bidder. Demonstra time, and place is subject to agreement between the State and the contractor. 11.0 SHIPMENT PACKING AND MARKING All items shall be packed so as to insure safe transport and delivery to destination. Shipping containers shall be marked to idea contents, name of contractor, and the contract or purchase order number. Thursday, March 25, 1999 9 9 - 328 10:45 AM 973-561-98-1 = Consultant Services- lnisys) Consultant Services -IT (Unisys Corporation) 9 73-561-93-1 Effective: 4/22/98 through 4/21/99 Certification Special Conditions Specifications Price Sheet Ordering Instructions Complete Contract State Contracts Main Index Contractors: Ordering Information Vendor URL Unisys Corporation http://www.unisys.com MAIN rr1DEx One -Step ParcM nn 1 f3=Mrd j ACC286t Sums j BEiP Please send comments or questidDiyirion ofPurchusinA Wednesday, April 14, 1999 Page 1 of 1 99- 328 10:19AM Suite 315 CERTIFICATION OF SERVICE CONTRACT TITLE: Consultant Services -IT (Unisys Corporation) CONTRACT NO.: 973-561-98-1 BID NO.: 973-561-B EFFECTIVE: April 22, 1998 through April 21, 1999 CONTRACTOR(S): Unisys Corporation (A) SUPERSEDES: N/A Page 1 of 1 Suite 315 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF BOB GLOVER AT (850) 488-8303 SUNCOM 278-8303. A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on April 22, 1998, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Consultant Services -IT by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.057, Florida Statutes, all purchases of these services should be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchases shall be made in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, description of service with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature ML/sec Attachments Wednesday, April 14, 1999 99- 328 10:19 AM APPENDIX A APPENDIX A UNISYS CORPORATION Information Services Page 1 of 1 Information Services is the assistance rendered by Unisys personnel in one or more of the following disciplines: Project management, performance measurement and tuning, system analysis and design, consultation, client business studies, problem diagnosis and resolution, software programming and development, conversion, implementation, operations, and training. Consultant Services Unisys provides a broad range of consulting services encompassing the following levels: Business Consultant - Confers with executive management using line of business expertise to define the customer's strategic b and advises in the reengineering of business processes to meet those goals. Also participates in the delivery of client business s Principal Consultant - Confers with senior management to understand the customer's strategic goals and formulates an approp information technology strategy. Also participates in the delivery of client business studies. Senior Consultant 11- Advises customer management in the development of tactical business solutions that impact the directio company. Also participates in the delivery of client business studies. Senior Consultant 1- Works with and may advise customer management in the implementation of technical business solutions influence a segment of the customer's business goals. Also participates in the delivery of client business studies. Consultant - Works with operational management to implement specific technology approaches which may include configurat installation and stabilization of system, environmental or applications software. Also participates in the delivery of client busi Project Management Services Unisys provides a broad range of project management services encompassing the following levels: Program Manager - Directs technology enabled business process programs which cross multiple business functional needs. Certified Project Manager - Manages the design, development, training, implementation, and support of multiple applications, and/or technologies related to customer business functions. Project Manager - Manages the design, development, training, implementation, and support of applications or solutions. Systems Specialist Services Systems Specialist - Provides assistance in the development of design specifications from which information system solutions planned, designed, developed, and implemented. Programmer Services Unisys provided a broad range of programming services encompassing the following levels: Programmer Analyst - Assists customers with design, development or implementation of solutions and software. Programmer - Writes custom applications software from design specifications, performs software conversions, and performs p coding, testing and/or debugging. Year 2000 Services As the new millennium approaches, organizations are becoming increasingly cognizant of the Year 2000 business problem an potential impact on their ongoing mission -critical operations. Information technology staffs in particular are awakening to the effective planning and analysis are key elements for meeting the challenge. A thorough understanding of the interactions of sy applications in a Year 2000 project will be critical to the effective prioritization of applications, proper phasing of developmen and realistic implementation scheduling. Ensuring that each interdependent component is properly sequenced and controlled will be a significant management issue, sin adequate coordination could result in incompatible interfaces, data integrity problems, schedule conflicts, and missed mileston magnitude of the technological and human resources required to test and implement millennium changes may be beyond the c the information technology. staff within an organization. The State of Florida has acknowledged this looming problem and rec need for expert help in selecting the proper approach and tools to address the millennium issue. Unisys Excels in Year 2000 Services Unisys brings solid Year 2000 experience and capabilities and a well -crafted approach for meeting our clients' important Year challenges. We will "hit the ground running" with greater agility and insight than our competitors because of the following fac I. Unisys has performed successful Year 2000 engagements for a number of government organizations. Our methodologies are tested and proven. 2. Unisys is a pioneer in government systems. We have been at it longer than any other co the United States. Unisys understands the business of government and the unique chall managing information systems projects in this environment. 3. Unisys core competencies in systems integration and project management are unparalle enhance the Year 2000 project. Our worldwide strength gives clients access to the talen resources of a Fortune 100 corporation. 4. We bring a sense of urgency to this project. We understand your project is about remed systems that support core functions of government. Failure to meet the deadlines will p to government operations and service to citizens. Wednesday, April 14, 1999 9 9- 2128 10:20 AM 7 K.. t USE COMMODITY NUMBER 973• r0 PROCESS ORDER... Pricing Information USE COMMODITY NUMBER 973-500 TO PROCESS ORDERS UNDER THIS CONTRACT. The charges associated with Information Services described above are as follows: Published List Price Service Per Call Minimum Standard Hourly Charge Business Consultant & 4 Hours $ 260 Program Mgr. = Principal Consultant $ 4 Hours $ 225 Certified Project Mgr. Senior Consultant II 4 Hours $ 205 Senior Consultant 1 4 Hours $ 195 —' Consultant 1 4 Hours $ 160 Consultant 2 4 Hours $ 140 Consultant 3 4 Hours $ 125 Consultant 4 4 Hours $ 100 Consultant 5 4 Hours $ 75 Systems Specialist 4 Hours $ 125 Programmer Analyst 4 Hours $ 100 — Programmer 4 Hours $ 80 — * 4 hour minimum for Premium Hourly Charge. Systems Set Up and Installation Support: List Price SVC-INST Set -Up Support $ 1,060 Daily IS3-ACD Communication Support Daily 1,800 Daily IS3-ACW Communication Support Weekly 9,000 Weekly IS6-SIB Integration Support Daily 1,725 Daily IS6-SIW Integration Support Weekly 8,625 Weekly IS7-IMPD Implementation Support Daily 1725 Daily IS7-IMPW Implementation Support Weekly 8,625 Weekly IS7-IMP On -site Software Maintenance 200 Hourly RSO-300 Client Server Training per Person 300 Daily (Group Discounts Available) Networks Remote Management: 7x24 Per Device Services Category Device Backbone Router $480 Mid -Range Router $273 Access Router $204 ATM Switch $273 Enterprise LAN Switch $273 Workgroup Switch $204 Hub $170 Server ** $264 FRAD $135 CSU/DSU $135 UPS $135 Remote Access Server $273 Network Printer $135 Services Environment: Pagel of 3 i 1. The client has a routed network. 2. The client procures the line/connection from the client network to the Unisys NCC. 3. The client provides ongoing dedicated connectivity of necessary bandwidth, as requested by Unisys, to the Unisys NCC. 4. The client provides backup dial -up ISDN link from the client network to the Unisys NCC. 5. The client is responsible for acquisition of SNMP capabilities for network devices. Unisys will provide installation and config Wednesday, April 14, 1999 Q (Z _ 10:20 AM 9 9 USE COMMODITY NUMBER 973-5( ) PROCESS ORDER... Page 2 of 3 an additional fee. 6. Server pricing is based on systems running approved levels of Novell Netware, Windows NT or targeted Unix operating syste 7. Pricing is based on a minimum order of 50 managed network and/or server devices. Assessment and Transition Services (Networks)The following hourly labor rates apply to Assessment & Transition Services: (Does not include travel) Project Manager (NDCP M5) $143 WAN Engineer (NDCP M4) $177 On -Site Engineer (NDCP M6) $133 Field Operations (NISE/CNE) $ I40 Network and Desktop Support Help Desk: Low Volume Service:Unisys OneCALL help desk services provide end -user level one "how to" support for industry leading "shrink-wrapped" software applications. The "shrink-wrapped" applications are listed below. Unisys will provide support for current versions plus two previous releases. This support is available 7:OOAM to 7:00 PM Monday through Friday, excluding Unisys recognized holidays. Unisyswill provide dedicated phone line access to our help desk facilities. Unisys will provide electronically call summary reports monthly for this service, The pricefor this service is $25.00 per call. The minimum number of calls is 500 per month. All agreements are for a 12 month period. Select Plus Service: Unisys OneCALL help desk Select Plus service includes the services identified above plus the following: • Dedicated phone line with customized greeting • Additional reporting options - i.e. weekly/daily electronic reports • Single Point of contact with referral and escalation support The price for this service is $22.00 per call. The minimum number of calls is 1,000 per month. All agreements are for a 12 month period. Network Design Consultant The network design consultant would provide the skill set necessary to: • Provide network planning and design • Network performance reviews • Integrate network solutions • Complete a network assessment • Analyze existing networks • Determine network bottlenecks • Provide plan for network optimization Price per hour - $205 (8) hour minimum DCSS Project Management Project management services to provide for the coordination and management of network and desktop implementation efforts on a statewide or regional basis. Price per hour - $175 (4) hour minimum Network/server installation services Provide installation and configuration support for networking components, both LAN and WAN environments. Provide server configuration and installation support. Price per hour $125 (4) hour minimum Desktop installation services Provide installation support for desktop workstations and printers. Price per hour $70 (4) hour minimum Wednesday, April 14, 1499 (� (1 _ g 10:20 AM 9 J M 10 tu_ a i USE COMMODITY NUMBER 973-. 70 PROCESS ORDER... Page 3 of 3 Architecture and Connectivity Services Architecture and Connectivity services develop a technology plan supportive of the business needs; the plan identifies how information technology can be applied to help the enterprise meet its strategic goals and objectives. Architecture and Connectivity services include the following: Application Solutions Planning List Price S 240 / hour This is a high-level consulting service in which UNISYS partners with a customer to assess their existing application portfolio and develop an application development strategy that supports their business goals. Network Solutions Planning $ 240 / hour This is a high-level consulting service in which UNISYS teams with the customer to develop a strategic plan that defines the networking technologies, communication services, protocols, and standards most appropriate to meet the customer's business goals. Operations Solutions Planning $ 240 / hour UNISYS partners with customer to identify and correct operational problems or issues. Capacity Planning S 240 / hour Reviews a customer's existing information system, evaluates the systems performance, and determines future system requirements. The study provides customers with information to control their computer resources and to effectively manage their information system. Contingency Management Services $ 205/ hour This service provides the assistance required to develop a sound strategy and plan to protect vital information assets and resources. CMS consists of three programs, contingency planning, information security, and disaster recovery. Contingency Planning $ 240 / hour Develops effective corporate -wide contingency plans and capabilities that will ensure continued and timely business operation in the face of emergencies or other disruptive events. Disaster Recovery Planning $ 240 / hour Disaster Planning Services provide an objective overview of a customer's response capability, assist with recovery after an inadvertent shutdown, and assist in preparing a rapid and efficient recovery plan. The following conditions apply to all services incorporated in this offer: 1. Services will be provided Monday through Friday, excluding holidays, during the normal work hours of the responsible distric the Standard hourly Charge per person. 2. All travel time, to and from the Customer's location will be included in the calculation of hours worked and resultant total char Services. 3. Travel and living expenses, other than local travel expenses, will be charged at actual cost. The charges will be calculated in a with standard Unisys travel expense reimbursement policy, except for the exclusion of travel expenses for "local" trips of 60 each way. Wednesday, April 14, 1999 99- 328 1o:zo AM t— 0 ORDERING INSTRUCTIONS Page 1 of 1 Unisys Corporation ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F-380387840-002 VENDOR: Unisys Corporation (A) STREET ADDRESS OR P.O. BOX: 1545 Raymond Diehl Road CITY, STATE, ZIP: Tallahassee, Florida 32308 TELEPHONE: (850) 298-5613 ORDERING FAX NO.: (850) 298-5696 SERVICE INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: Bob Abernathy -Client Account Manager ADDRESS: 1545 Raymond Diehl Road CITY, STATE, ZIP: Tallahassee, Florida 32308 TELEPHONE: (850) 298-5613 URL HOME PAGE ADDRESS: http://,Aww.unis_ys.com ELECTRONIC MAIL ADDRESS: robert.a.abemathy anunn.uni s.com ) Wednesday, April 14, 1999 (� (� ! Q 10:20 AM 9 J v �1M 250-050-97-1 = Computers: Midranb,. and Mainframe Computers: Midrange and Mainframe 250-050-9 7-1 Zffectiw: Jun* 1, 1997 through May 31, 1999 Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract State Contracts Main Index Ordering Information Amdahl Corporation Bull Worldwide Information Systems Cambex Corporation - Digital Equipment Corporation EMC Corporation Hitachi Data Systems Corporation International Business Machines MTI Technology Corporation — MTX Incorporated Macro Computer Products Incorporated Network Systems Sales OCE Printing Systems USA Incorporated I Contractors: Vendor LJPL http://www.matco-corp.com Storage Technology Corporation httpJ/www.stortek.com Sun Microsystems Federal Incorporated httpJ/www.sun.com Unisys Corporation http://www.unisys.com Xerox Corporation http://www.usco.xerox.com/stflorida MAIN nvDEx I ���o®Pncdtrsi!oo I latuwerd I iice�m�t I ilElP Please send comments or questia0iuirion oiPurchasin¢ Wednesday, April 14, 1999 Page 1 of 1 99— 328 10:27AM ry-.- 1 Suite 315 Page 1 of 2 CERTIFICATION OF CONTRACT TITLE: Computers: Midrange and Mainframe CONTRACT NO.: 250-050-97-1 BID NO.: 31-250-050-B EFFECTIVE: June 1, 1997 through May 31, 1999 (Rev 22 May 98) CONTRACTOR(S): See Attached SUPERSEDES: 250-050-94-1 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID COMER AT (850) 4874196 SUNCOM 277-4196 E-MAIL mailto:cornerd@dms.stste.fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on May 22, 1997, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Computers: Midrange and Mainframe by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Suite 315 = Authorized Signature DC/Imb Attachments _ Contractors - (Rev 5 Oct 98) _- Amdahl Corporation (A) Bull Worldwide Information Systems (A) - Cambex Corporation (A) —_ Digital Equipment Corporation (A) -. 4 EMC Corporation (A) Hitachi Data Systems Corporation (A) International Business Machines (A) MTI Technology Corporation (A) Wednesday, April 14, 1999 9 9 -- 3 2 8 10:27 AM a Suite 315 MTX Incorporated (A) Macro Computer Products Incorporated (A) Network Systems Sales (A) OCE Printing Systems USA Incorporated (A Storage Technology Corporation Sun Microsystems Federal Incorporated (A) Unisys Corporation (A) (A) Xerox Corporation Wednesday, April 1. 4, 1999 99- 328 Page 2 of 2 10:27 AM e SPECIAL CONDITIONS Page 1 of 8 SPECIAL CONDITIONS PURPOSE The purpose of this bid is to establish a 12 month contract for the purchase of midrange computers, mainframe computers, midrange and mainframe subsystems, peripherals and optional components, by State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective from June 1, 1997 through May 31, 1998. FEDERAL GOVERNMENT AGENCIES In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies which may desire to purchase under the terms and conditions of the contract. 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 governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately S25,000,000 per year under any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and should not be construed as representing actual figures under the contract. SPECIAL ACCOMMODATION Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the Division of Purchasing at (904) 488-8440 at least five (5) workdays prior to the bid opening. 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). TECHNICAL DOCUMENTATION All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). Technical documentation may be required and requested when evaluating the bids submitted under this ITB. The purpose of the technical documentation is to validate compliance of the product(s) bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation when requested shall make the bidder nonresponsive, unless the Division of Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the products offered through technical documentation available within the Division as of the date and time of bid opening. Such authority ofthe Division shalt in no way relieve the bidder from the ultimate responsibility to submit the required technical documentation, nor shall any bidder assume that such documentation is otherwise available to the Division. The State shall not be responsible for the accuracy of the technical documentation in its possession. SITE PREPARATION, DELIVERY, AND INSTALLATION OF EQUIPMENT A. SITE PREPARATION: (1) Written installation specifications shall be furnished by the contractor to the purchaser in accordance with specified contained in the purchase order. (2) The State shall, at its expense, prepare the site in accordance with the contractor's written installation specifications than fifteen (15) days prior to the delivery date of the equipment. (3) Any alterations or modifications in site preparation which are directly attributable to incomplete or erroneous install specifications provided to the purchaser by the contractor and which involve additional expense to the purchaser sha at the expense of the contractor. (4) The purchaser shall be responsible for procurement, installation and maintenance of non-contractoes communicatio (telephone lines, etc.), that is necessary for remote transmission of data B. DELIVERY A delivery schedule shall be established as a part of the purchase agreement between the contractor and the purchaser. Deliver not normally exceed 90 days. C. INSTALLATION Wednesday, April 14, 1999 10:28 AM 9 9 - t 71. SPECIAL CONDITIONS Page 2 of 8 (1) The purchaser shall provide access to the site for the purpose of installing the equipment prior to the specified deliv (2) The contractor shall be responsible for supervising the unpacking, uncmting and installation of the equipment, inch installation of all necessary cabling, connection with power, utility and communications services, and in all other re making the equipment ready for operational use. Upon completion, the contractor shall provide written certification purchaser that each unit of equipment incorporates all current engineering changes, and that the equipment is ready purchaser's use. AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS: On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service Locations, this information shall be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a Word for windows file. Any subsequent revisions shall be submitted in the same format to the DOP 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 Headers or Footers • No Excel Files Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. NOTICE TO CONTRACTOR The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality 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. SURCHARGE USER FEE AND SUMMARY OF TOTAL SALES The Division of Purchasing hereby imposes a surcharge user fee of 1% on contractors' sales under any contract resulting from this bid. 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 user fee 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 the Division of 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. Failure to deposit fees in a timely manner and provide sales summary, even if there are no sales, within thirty (30) calendar days following the end of each quarter may result in the contract supplier being found in default, in which case any and all reprocurement costs may be charged against the defaulting contractor. PRICE LISTS On any contract where pricing is based on a Manufacturer's or Dcalees 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 the Division of Purchasing CONTRACT ADMINISTRATOR, for Wednesday, April 14, I999 QQ `QQ 10:28 AM 19 i 3 V It` SPECIAL CONDITIONS Page 3 of 8 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 Headers or Footers • No Excel Files The Division of Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its own PRICE LIST of eligible offerings and to post the prices on the CONTRACT HOLDERS Internet Home Page. However, all initial pricing and any subsequent price changes must be reviewed and approved by the Division of 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. MAINTENANCE Fair and open competition is a basic tenet of public procurement in the State of Florida. It is therefore vital that commodities and contractual services be competitively purchased. This is to notify bidders/potential contractors on this bid, that the State agency selection and purchase of hardware/software from this contract may be affected by whether the equipment can be maintained by other service providers. Bidders shall submit with their bid, certification that the equipment bid, can be maintained and serviced by other than the original equipment manufacturer (OEM). Equipment bid, which cannot be maintained by other than the OEM, shall be identified and certified, with reason(s) documented as to why the equipment cannot be maintained by alternative service providers. Failure to submit this certification with the bid, shall result in disqualification of the bid and no award for this contract. Maintenance service, after the warranty period, shall be contracted in accordance with State purchasing rules and regulations. Engineering changes, determined to be applicable by the contractor, will be controlled and installed by the contractor. The purchaser may, by providing written notice, elect to have only mandatory engineering changes installed. INTERNET HOME PAGE The Contract resulting from this bid will become a public document. The State of Florida, Division of Purchasing (DOP) is using the Florida Communities Network (FCN) on the Intemet 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 Intemet WWW. The Home Page must be compatible with the most recent version of browser software being used by the Division of 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. 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 subcontractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. INSTALLMENT PURCHASES The State Comptroller's Consolidated Equipment Financing Program is to be used by State agencies for procurement made on an installment purchase basis. Subject to the Comptrollers approval, other finance arrangements may be made, utilizing the State of a Florida Contract for Installment Sale and Purchase Form Pur 7057. The rate of interest used by State agencies shall be approved by the State Comptroller prior to State agencies executing a Contract for Installment Sales and Purchase. LEASE PROVISIONS Wednesday, April 14, 1999 9 I n, r 10:28 AM c C L SPECIAL CONDITIONS Page 4 of 8 Each purchaser will be authorized to enter into a contract for equipment by issuance of a purchase order referencing the contract number. The manufacturer's lease agreement forth will not be used since a contract resulting from this bid and the purchase order will constitute the complete agreement. Since the State Comptroller's prior approval is required for State Agencies to enter into or extend either lease or installment purchase agreements, State agencies are cautioned to review the Comptrollers latest memorandum addressing leases and installment purchase of equipment. A. RISK OF LOSS OR DAMAGE The purchaser shall be relieved from risks of loss or damage to all equipment leased during the period of transportati installation, and during the entire time the equipment is in the possession of the purchaser except when loss or damag fault or negligence of the purchaser. B. TERM Lease period shall be based on the projected needs of the agency and/or the period determined to be the most econom prudent and cost effective. Lease cost basis shall be equal to or below that for that equipment on State contract. Lease agreements shall be effective on the date of acceptance of the equipment. The date of acceptance is that date on equipment is installed at the agreed to purchaser location and the equipment is certified ready for use by the contracto accepted by the purchaser as installed and in good working order. Lease agreements shall terminate upon completion of the specified lease agreement period or upon purchase utilizing accmals if applicable. Purchase of leased equipment by state agencies requires prior approval as a contract exception Division of Purchasing. Upon mutual agreement with the contractor, the purchaser shall have the option to extend the current lease agreement written notice 30 days prior to the end of the initial lease term, without prior approval of the Division of Purchasing, following conditions are met: 1. Prices are equal to or below that specified for that equipment available on State contract or not in excess of the vendor's governmental pricing at the time of extension. (Pricing to include in & out charges, rigging, accrued equity and any othe associated with the acquisition.) 2. Terms and conditions of extension must be the same as those in the current State contract. Any exception to the above conditions requires prior approval by the Division of Purchasing. Please note that for the purpose of this bid and resulting contract, extension is the term used for that period that follows the end of the initial lease term. There is no provision for renewal which would follow the extension. C. CANCELLATION 1. The provisions of Cancellation Paragraph, General Conditions, do not apply to equipment leased under this contract. 2. A lease agreement may be canceled at any time during the lease period by the purchaser. A thirty (30) day cancellation be required of the purchaser in writing. All money due the contractor for the remainder of the lease agreement period and payable upon completion of the equipment removal, except in documented cases of nonperformance by the vendor 3. Upon cancellation of a lease agreement by the purchaser without cause the equipment will be returned to the contractor transportation at the purchaser's expense as well as removal charges if applicable. 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 recoveractual damages to the limits set forth in this Special Condition. For any other claim conceming 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 purchase of machines, then the following shall apply. Contractor's entire liability for damages to the State for any cause whatsoever, and regardless of form of action, whether in contract or in tort including negligence, shall be limited to the greater of $100,000 or the appropriate price stated herein for the specific machines that caused the damages or that are the subject matter of or are directly related to the cause of action. The foregoing limitation of liability will not apply to (a) the payment of cost and damage s Wednesday, April 14, 1999 #3 10:28 AM a M SPECIAL CONDITIONS Page S of 8 awards referred to in the General Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims for personal injury ordamage to real or tangible personal property caused by Contractor's negligence or tortious conduct. 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 S 100,000 or an amount equal to 12 months maintenance charges for the specific machines under this Agreementthat 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 toin General Condition 14 entitled "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant to Division of 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 tortious 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 S100,000 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 awardsreferred to in General Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of 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 tortious 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 inGeneral Condition 14 entitled "Patents and Royalties" or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of Purchasing Rule60A-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 tortious 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 tortious conduct in the performance of this Agreement provided that, (a) the State promptly notifies Contractor in writing ofany 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 outsidethe United States or Puerto Rico. SOFTWARE LICENSE Bidder shall grant to the customer a non-exclusive/non-transferable license to use all software procured from the contract resulting from this Invitation To Bid. Use of this software is subject to the following provisions: 1. Copyrighted software provisions are contained in the General Condition entitled "Patents and Royalties". 2. Title to the software shall remain with the titleholder. 3. Customer may reproduce one (1) copy of each diskette based software package procured that is not copy protected, for archi backup purposes only. Copyright and any proprietary notices shall be included on the backup copies. 4. Software that is provided on diskette for user work stations shall be supplied as one (1) copy per work station ordered, unless Wednesday, April 14, 1999 —• 1.- 5q- 300 10:28 AM ,t., SPECIAL CONDITIONS Page 6 of 8 or volume discounts have been offered by the bidder and so ordered by the customer. 5. Software that is provided on the system and is down loaded to workstations, shall include a backup copy with documented pr reloading in event of software becoming unusable by either a system malfunction or operator error. 6. Software updates or enhancements shall be made available to the customer in accordance with the Special Condition entitled "Add ition/Deletion/Change". 7. Bidder shall provide for exchange of software provided on copy protected diskettes in event the distribution diskette is rende unuseable through either operator error or system malfunction. Exchange of software shall not include operator attempts to c protected software. 8. Bidder shall indicate on the software pricing sheets if there is any cost associated with items 4 through 7 above. 9. The customer shall be responsible for: a) software selection to achieve the customers intended results; b) use thereof; and c) a obtained there from. 10. Software may be used on only the single central processing unit (CPU) or system configuration for which the software was a software may be used on another single CPU or system configuration on a temporary basis when the primary CPU or system inoperable due to hardware failure. 11. Customer shall not make the software available in any form to third parties. Only the customer's employees directly concerne licensed use of the software, shall have access to the software. 12. Contractor shall retain the option to terminate software licenses granted in accordance with this section, and require return of and all copies thereof if the customer fails to comply with the license provisions. 13. Customer shall not reverse assemble or reverse compile licensed software in whole or in part. 14. Bidder shall warrant the media on which the software is furnished, to be free from defects in materials and workmanship and use for a period of 90 days from date of receipt by the customer. 15. Software that is bid on as "AS IS" basis does not include any warranty of performance or quality, except that the media warr within this section shall apply. This type of software if bid shall be specifically identified on the price sheets. 16. Software documentation may not be copied without the express prior written approval of the bidder or titleholder as may be REMOVAL FROM CONTRACT A contractor's line of products which fail to produce a minimum of $100,000 in sales volume during the one year term of the contract, may be subject to removal from the contract. At the discretion of the Division of Purchasing, the manufacturer's line of products and the awarded vendor will not be eligible for renewal of contract or bidding on future contracts for the specified line of products. Contractors shall adhere to the general and special conditions of this ITB/contract. Evidence of attempts to circumvent the contract through unapproved product offerings, misrepresenting the product price list, or quoting or invoicing prices not in compliance with the contract, may result in the contractor being removed from the contract. CONTRACT DUPLICATION Bidders currently awarded equipment on any other State contract shall identify, those products, if duplicated anywhere within this bid. The State reserves the right to delete duplicated equipment from this and/or other contracts. Deletion will occur only if the bidder's equipment is awarded on this contract. PURCHASE PROVISIONS Each purchaser is authorized to enter into a contract for equipment, software, and/or services, by issuance of a purchase order referencing the contract number. The manufacturer's purchase agreement form will not be used since a contract resulting from this bid and purchase order will constitute the complete agreement A. RISK OF LOSS The contractor shall be responsible for all risk of loss or damage to the equipment up to the date the purchaser certifies in writing to the contractor that the purchaser has accepted the equipment. See paragraph entitled "DATE OF ACCEPTANCE" for specific requirements. the purchaser has accepted the equipment, all risk of loss or damage shall pass to the purchaser. B. WARRANTY The contractor shall fully warrant all items furnished under Tables A and B against defects in materials and workmanship for a minimum period of one (1) year from date of acceptance. The contractor shall fully warrant the media on which software is furnished against defects in materials and workmanship, and shall warrant software furnished under Table C to be fully and correctly operational and compatible with the system on which it is installed, for a minimum period of ninety (90) days from date of installation. The contractor shall fully wan -ant all items furnished under Tables D through H, against defects in materials and workmanship and to be fully compatible and operational with the system to which connected or installed therein, for a minimum period of ninety (90) days from date of acceptance. Should any defects and/or operational problems occur during the warranty period, the contractor shall repair, correct, or replace the defective component immediately upon identification of the deficiency and notice to the contractor. The warranty shall cover material, Wednesday, April 14, 1999 99- 328 10:28AM t;,r SPECIAL CONDITIONS Page 7 of 8 labor and transportation charges, if any. Warranties which extend beyond the minimum warranty period of this contract will be acceptable, and be considered by the purchaser as a quantitative/economic factor in the determination and evaluation of procurement choices. DATE OF ACCEPTANCE The date of acceptance is that date on which the equipment is installed at the agreed to purchase location, the equipment is certified ready for use by the contractor and is accepted by the purchaser as installed and in good working order. The purchaser shall certify in writing to the contractor when the equipment is accepted at which time title shall transfer. For equipment designated as customer installed, the date of acceptance shall be the delivery date, provided the purchaser has not specified contractor installation on the purchase order. EQUIPMENT ALTERATIONS AND ATTACHMENTS A. Following acceptance by the purchaser of equipment, the purchaser may make alterations or attachments to the equipment. Whe —_ alterations or attachments are made by the purchaser or its authorized agents: (1) the purchaser shall be responsible for damage t — equipment caused by or resulting directly or indirectly from such alterations or attachments; (2) the contractor shall not be held for defects in software or documentation provided such defects are caused by or result from such alterations or attachments; (3) contractor shall not be liable for any performance degradation of the equipment caused by or resulting from such alterations or a (4) the contractor will not be responsible for the proper or efficient operation of, or the cost or effort to modify, any software or documentation affected by such alterations or attachments; (5) the contractor shall not be responsible for maintenance of the alte attachments, except by contract agreement; (6) the contractor shall not be responsible for any injury to persons or damage to pro or personal, caused by or resulting from such alterations or attachments by other than the contractor. B. The purchaser shall be responsible for making such alterations or attachments, their use, and the results obtained therefrom. The shall be responsible for paying all charges incurred and related to any such alterations or attachments. ADDITIONS/DELETIONS/CHANGES Additions, deletions, or changes to the products available on this contract may be made during the term of the contract, by submitting requested changes to the Division of Purchasing for approval. Products must be approved for inclusion on the contract prior to any proposed procurement of subject products. Deletion of products from the contract must be noted, with a date certain, prior to the time the products become unavailable. Evidence of failure by the contractor to submit changes to the Division for approval/disapproval shall subject the contractor to removal from the contract The Division of Purchasing reserves the right to add to or delete any item from this bid or resulting contract when deemed to be in the State's best interest. DOCUMENTATION AND OPERATING/INSTRUCTION MANUALS The contractor shall provide, without cost, a minimum of one (1) copy of operating/instruction manuals for each machine type/model or software which describe the equipment/software, technical description of operation, malfunction identification and other use instructions. Manual updates or revisions published by the manufacturer shall be provided without cost to the purchaser. SALES PROMOTIONS A contractor, during the term of the contract, may lower prices of products on the contract, for a specified period of time. The contractor shall document sales promotions to and receive approval of the Division of Purchasing, prior to offering sales promotions to contract users. Documentation of sales promotions shall specify starting and ending dates of the promotion, specify list prices and promotional prices, and shall contain a statement that the promotional prices are available to all contract users. Sixty (60) days is established as the minimum period of time for which a sales promotion can be offered. Sale pricing shall bemade available on contract items only and promoted to all users of the contract Evidence of offering of a sales promotion to a contract user prior to the items being submitted to and approved by the Division of Purchasing shall subject the contractor to removal from the contract MANUFACTURER CERTIFICATION OF DF.ALER/RESELLER Bids submitted by other than the equipment manufacturer, shall include a certification executed by the manufacturer, stating that the bidder is an authorized dealer/representative of the manufacturer. Dealer agreements shall not be accepted in lieu of manufacturer certification. Bids requiring manufacturer certification will not be considered if certification is not submitted with the bid. EQUIPMENT CERTIFICATION Bidden shall submit with the bid, certification that the equipment bid and any equipment provided under a contract resulting from this bid, is new. Refurbished, remanufactured, rebuilt, demonstrator, prototype, or "like new" equipment is not eligible for this bid. Failure to submit this certification, with the bid, shall result in disqualification of the bid and no award for this contract Other -than -new equipment may be considered for purchase by State agencies through the contract exception process in accordance with Rule 60A-1.008 (4) F.A.C., or through a State term contract established for other -than -new equipment. Wednesday, April 14, 1999 9 9 _ 3 2 8 10:28 AM ■ SPECIAL CONDITIONS "TOTAL SOLUTION" PACKAGES Page 8of8 During the term of this contract, contractors may propose, at the request of the potential purchaser, "total solution" configurations or packages, to meet the needs of a potential purchaser. Such "total solution" packages shall be requested of all contractors who may be able to supply, shall consist of products which are on the contract, and should include additional discounts, above the contract discounts, for purchase of the total solution package. Such packages shall, at aminimum, include more than one contract component, _ shall be priced by contract component, with current contract prices shown (e.g. processor, software, memory, disk storage, etc.), so that competitive compatible subsystems or components may be price evaluated against the package system and/orsubsystem(s). At the _ request of the potential purchaser, certain subsystems or peripherals may be priced separately from the proposed "total solution" package, to enable a competitive evaluation of alternative subsystems, and evaluation in conjunction with the "total solution" package Any additional discounts, above the contract discounts, or reductions in prices (such as trade-in allowances, or discounts for purchase of the total solution) provided by the vendor for the total solution package shall be shown and deducted at the "total solution" subtotal level only, to produce the "total solution" package price. Maintenance services are not included in this contract, but may be offered as a component of the "total solution" package, if it can be documented that the cost of services is highly competitive. Other services are excluded from the "total solution" package proposals. EXCLUSIONS Items not specifically designated as acceptable products for this bid/contract are excluded. Bidders who bid items which are — specifically excluded or are determined unacceptable for this bid/contract, may have their bid rejected as being non -responsive. At a minimum, bidders will be required to delete excluded and unacceptable items from the price list submitted with their bid. Items included on the submitted price list which are duplicative of those on other State contracts shall be deleted, prior to submission of the bid. Should there be a question, the Division of Purchasing will determine whether the equipment bid is acceptable for this bid/contract. 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 anygeneral 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. Nothuig in this warranty shall be construed to limit nay rights or remedies the State may otherwise have under this contract with respect to defects other than Year 2000 performance. YEAR 2000 REMEDY CLAUSE In the event 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 licensee, time being of the essence. EVALUATION/AWARD Contract award for midrange computers, mainframe computers, upgrades, and operating system software, shall be for the discount(s) which yields the lowest net prices, for the manufacturer/series/models designated under "acceptable products" and the bidder specified upgrades and software for the systems specified. All bidders shall use the manufacturer's identification nurntytrs and descriptions for hardware and software bid. Subsystems, peripherals, and optional components shall be awarded on a multiple award basis by option category (price table), for the discount(s) which yields the lowest net prices, for acceptable products, as bid on Tables D through H. Except, for manufacturer's brand subsystems, peripherals or optional components bid by more than one bidder, will be awarded to a single bidder on the basis of the discount(s) which yields the lowest net prices, by option category (price table). All other provisions of the Awards paragraph, General Conditions, shall prevail. sJ- 328 Wednesday, April 14, 1999 10.28 AM 011 Subsystems, peripherals, and option— ampone... Page I of 3 Specifications Subsystems, peripherals, and optional components shall be awarded on a multiple award basis by option category (price table), for the discount(s) which yields the lowest net prices, for acceptable products, as bid on Tables D through H. Except, for manufacturer's brand subsystems, peripherals or optional components bid by more than one bidder, will be awarded to a single bidder on the basis of the i' discount(s) which yields the lowest net prices, by option category (price table). All other provisions of the Awards paragraph, General Conditions, shall prevail. ACCEPTABLE PRODUCTS Midrange computers, Mainframe Computers, Upgrades, and Operating System Software TABLE A: MIDRANGE COMPUTER AND MAINFRAME COMPUTER SYSTEMS Midrange computers and mainframe computer processors, required components, optional central processing unit components, from the listed manufacturers are eligible to be bid on TABLE A. These manufacturers' systems are recommended by The Gartner Group as industry leaders or challengers, and each has displayed a presence in the State of Florida. 4 Amdahl Corporation Bull Hn Information Systems, Inc. Compaq Computer Corporation Data General Corporation Digital Equipment Corporation Hewlett Packard Corporation Hitachi Data Systems IBM Corporation NCR Cotporadon Sequent Computer Systems, Inc. Siemens Nixdorf Information Systems, Inc. Silicon Graphics, Inc. Stratus Computer Systems Sun Microsystems Computer Corporation Tandem Computers, Inc. Unisys Corporation However, a manufacturer's line of products which was bid and awarded on State's Client/Server Systems contract shall not be bid or awarded on this bid/contract. Bidders may bid a single discount for the complete line of products, or bid a discount for a series, a group of products, or other bid discounts applicable to a product group, which provides the lowest net prices to the State and other eligible users of the contram However, line item discounts for each product offered is not acceptable. Discounts will be provided in whole numbers only. Bidders shall provide a manufacturer's price list of hardware and software (with manufacturer's list prices current as of the date of the bid submittal) which is offered under this bid/contract, categorized per Tables A through C, and discount price sheets or schedule. Contractors shall provide an current approved price list to any contract user as requested during the term of the contract.TABLE B: SYSTEM UPGRADES Bidders shall include on this table, a percentage whole number discount from the manufacturer's price list, for upgrades to the systems bid on Table A. TABLE C: OPERATING SYSTEM SOFTWARE Bidden shall include on this Table a percentage whole number discount from manufacturer's price list for operating system software, available for the processor systems bid on Table A. Operating system software is that which controls the execution of programs, some of which may include bundled services such as resource allocation, scheduling, input/output control, and data management. However, software which provides the additional services as a stand-alone service (resource allocation, data management, etc.) is not eligible for this bid/contract. Software shall not be "bundled" in order to be included on this contract, and any evidence to that effect will subject the bidder/contractor to non -award or removal from the contract. SUBSYSTEMS, PERIPHERALS AND OPTIONAI, COMPONENTS Associated subsystems, peripherals and optional components, as specified in Tables D through H, which are manufactured to connect to and operate with the midrange and mainframe processors bid on TABLE A, may be bid on the appropriate Table. The subsystems, Wednesday, April 14, 1999 9 9 - 328 10:28 AM Subsystems, peripherals, and optional .umpone... Page 2 of 3 peripherals and optional components bid shall be fully plug compatible, easily connected and operational (without extensive interface or adapters) with specific systems bid on Table A. Required components and options which are required for the subsystem or peripheral to connect to, operate with, or enhance the operation of. may be included, by product group or the complete line of products, with the applicable bid discount. Bidders may bid a single discount for the complete line of products, or bid a discount for a series, a group of products, or other bid discounts applicable to a product group, which provides the lowest net prices to the State and other eligible users of the contract. However, line item discounts for each product offered is not acceptable. Discounts will be provided in whole numbers only. Bidders shall provide a manufacturer's price list of hardware or services offered under this bid/contract, categorized per Tables D through H, discount price sheets, and which shall be the manufacturer's list prices as of the date of the bid submittal. Dealers and Resellers may bid, with the required certification by the manufacturer, and be awarded if the low bid, a manufacturers line of products under this contract. To sell products under this contract a vendor must be awarded the contract for that line of product (s), or be a designated reseller by the contractor of those products under this contract, and sell products at or less than contract prices. TABLE D: STORAGE (MEMORY) - CENTRAL AND EXPANDED Bidders shall include on this Table a percentage whole number discount from manufacturer's price list for storage (memory) which shall be 100 percent plug compatible with specified hardware bid on Table A and operating system software in Table C, plugs into the slot designated in the host system, runs all standard CPU and storage diagnostics, supports all standard peripherals and application software, and uses the same error checking method as the host computer system's original storage. Bidders shall identify the manufacturer and brand name under which sold, as well as the processors on Table A, with which the storage bid, is plug compatible. TABLE E: MASS STORAGE Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for mass storage subsystems which connect to and operate with specified processor systems bid on Table A. Bidders shall identify the manufacturer and brand name under which sold, as well as the processors, with which the mass storage subsystem(s) bid will connect and operate. Disk and Disk Array Subsystemswhich provide direct access to data with a mechanism for moving a disk pack or a magnetic disk and controlling its movements. Optical Disk Subsystems which use lasers to record a permanent image on an optical disk platter, a high energy laser "bums" the image and a low -energy laser reads the image, displaying the image on a high -resolution video terminal or printing on a laser printer. Tape Subsystems which read data from and write data to a high -quality magnetic storage tape. TABLE F: COMMUNICATIONS PROCESSORS Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for front-end processors, local/remote concentrators, and gateway switches, that manage communications and connections for host processors. NOTE: Multiplexers, packet assemblerldissenrblers (PADs), terminal servers, protocol converters or other "communications processors" are not eligible for inclusion on this bid/contract Bidders shall identify the manufacturer and the brand name under which sold, as well as the processors, with which the communications processor(s) will connect and operate. TABLE G: HIGH VOLUME PRINTERS Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for high volume printers which will connect to and operate with specified processor systems on Table A. Bidders shall identify the manufacturer and the brand name under which sold, as well as the processors, with which the printers will connect and operate. Printers which were bid and awarded on the Client Server Systems Contract, are not eligible to be bid on this contract. Impact Printers - Band and Line Matrix Minimum 800 Lines Per Minute (Draft Quality) Non -Impact Printers - Laser and Ion Deposition Minimum 20 Pages Per Minute TABLE H: INSTALLATION SERVICES Bidders shall include on this Table, a percentage whole number discount from rnanufacturerlvendor price list for services which are Wednesday; April 14, 1999 S 9 _ 10:28 AM ILI Subsystems, peripherals, and option.. :mpone... Page 3 of 3 not included or provided with the purchase of equipment or software from this contract. Services which may be bid include: equipment configuration, setup and installation, initialization, and performance tuning; and software (including version and release updates) loading and installation, testing, and tuning. These services must be purchased in conjunction with the purchase of hardware or software from this contract, and be performed within six (6) weeks of the installation of the hardware or software. Wednesday, April 14, 1999 99` 328 10:28AM 252-001-97-1 -Computer Softw& _. Microsoft Microsoft Licenses & Maintenance `- 252-001-97-1 Zffectiw : 4/1/97 through 3/31/00 Certification Special Conditions Price Sheet Ordering Instructions Revisions Complete Contract State Contracts Main Index Contractors: Ordering Information Vendor URL Wareforce, Inc. httpJ/www.wareforce.com M�►IIv INDEx Oa® -Step Pu[a" I fASSWIN I AMM St$tnS I BED! Phase rend commenu or quati&&uton o Nrdmsinr Page I of I Friday, April 02, 1999 [� _32 Q 9:46 AM _ ty.. ■ <4. Suite 315 Page I of 1 CERTIFICATION OF CONTRACT TITLE: Microsoft Licenses & Maintenance CONTRACT NO.: 252-001-97-1 BID NO.: 48-252-001-K EFFECTIVE: April 1, 1997 through March 31, 2000 (Rev 31 Mar 99) CONTRACTOR(S): Wareforce, Inc. (A) SUPERSEDES: 250-801-95-1 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF KAREN ESSER AT (850) 488-7804 SUNCOM 278-7804 E-Mail: esserk@dms.state.fl.us A AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on March 31, 1997, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Microsoft Licenses & Maintenance by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the teams, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature KAE/Imb Attachments Friday, April 02, 1999 Suite 315 9 J r 328 9:46 AM i SPECIAL CONDITIONS Page I of 5 SPECIAL CONDITIONS PURPOSE The purpose of this bid is to establish a twenty-four (24) month contract for the purchase of all Microsoft Software Licenses and Upgrade Advantage offered under Microsoft Select by all State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective from April 1, 1997 through March 31, 1999 FEDERAL GOVERNMENT AGENCIES In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies which may desire to purchase under the terms and conditions of the contract. 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/Requen for Proposal, by governmental entities located outside the State of Florida Appropriate govertuttcntal entities' purchasing laws, rules and regulations shall apply to purchases made under this contract ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately 2.5 million annually under any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and should not be construed as representing actual figures under the contract SPECIAL ACCOMMODATION Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the Division of Purchasing at (904) 488-8440 at least five (5) workdays prior to the bid opening. 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). TECHNICAL SPECIFICATIONS 1. The software and accessories/peripherals specified in this bid will be installed by the end users. All bids must provide a manufacturer's cost plus percentage based on the Microsoft products listed on the retail price llst(s) 2. included with this bid. The winning bidder will be verified by the Division of Purchasing to be a qualified Microsoft Large Account Reseller. 3. The bidder must bid the latest version of all software. 4 Options to purchase Microsoft's official documentation and diskettes must be included In bid; 3-1/2", 5-114", and CD-ROM disk sets, per product pool (Applications, Systems, Server), if applicable. 5 Products and upgrade advantage to be bid under the MASTER AGREEMENT include all software offered under MICROSOFT CORPORATE SELECT and MICROSOFT EDUCATION SELECT. ui Competitive upgrade products available to the end users are listed on the Microsoft Select Price List, dated January 1, 1997 and the Microsoft Education Price List, dated January 1, 1997. MICROSOFT SELECT PRICE LIST, dated January 1, 1997, based on the MVLP-D 50,000 unit level; and MICROSOFT 7. EDUCATION SELECT US PRICE LIST, dated January 1, 1997 based on the MVLP designation, will be used for the purpose of this bid and resultant contract 8. Upgrade Advantage - Two (2) year upgrade advantage will be offered for this bid and resultant contract Options to purchase all Microsoft products under Microsoft Select License and Upgrade Advantage; Microsoft Education 9. Select; and third -party documentation (when available). Vendor must indicate the publisher of all third -party documentation in their bid. Option to purchase both 3-12" and 5-114 diskettes and CD-ROM must be included. Vendors may bid either Microsoft or 10. third -parry diskettes. A vendor bidding third -party diskettes must guarantee that all disks will be virus free and agree to reimburse the State for any costs necessary to eliminate the virus up to S500,000. The MASTER AGREEMENT includes all software listed in the MICROSOFT SELECT PRICE LIST, dated January 1, 11. 1997, based on the MVLP-D 50,000 unit level; and the MICROSOFT EDUCATION SELECT US PRICE LIST, dated January 1, 1997, MVLP designation. DELIVERY REQUIREMENTS All prices bid shall include delivery to purchaser within 14 days. NOTICE TO CONTRACTOR Thursday, March 25, 1999 9:29 AM ■ SPECIAL CONDITIONS Page 2 of 5 ■ The Department shall consider the employment by any contractor of unauthorized aliens a violation of section 247A(e) of the Immigration and Nationalization Act. Such violation shall be cause for unilateral cancellation of this 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. SUMMARY OF TOTAL SALES Summary information shall be provided each contract quarter to the Division of Purchasing and shall include as a minimum the following information for each sale made under this contract. A. Identity of purchaser B. State contract number C. Type of software sold D. Total sales of software/new licenses sales per quarter and year-to-date E. Total sales of upgrade advantage/interim releases and upgrades purchased per quarter and year-to-date F. Total sales per quarter and year-to-date 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 the Division of 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 Headers or Footers • No Excel Files The Division of Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its own PRICE LIST of eligible offerings and to post the prices on the CONTRACT HOLDERS Internet Home Page. However, all initial pricing and any subsequent price changes must be reviewed and approved by the Division of 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. PRICES Bidders will bid a percentage mark-up (cost-plus) to the manufacturer's price at the MLVP-D 50,000 unit level to qualified Microsoft large account re -sellers. The pricing should be based on the products listed on the retail pries list dated January I, 1997, for government and education included with this bid. Award will be made to the responsive responsible bidder offering the lowest percentage resulting in the lowest net delivered price. Prices shall be submitted in the form of a manufacturer's cost plus % for software listed on the designated manufacturees product/price list included with this bid. Prices shall be firm net delivered price to the ordering agency. The percentage (%) offered with the bid shall be firm against any increase for the entire term of this contract and any renewals thereof. The pricing schedule originally bid shall be firm against any increase for 180 days from effective date of contract. After this period, if there has been, or is, a documented increase in cost to re -seller by Microsoft, a request for price adjustment may be submitted to the Division of Purchasing with the State reserving the right to accept or reject within 30 days, or cancel the contract. New products may be added, utilizing thesame percentage Thursday, March 25, 1999 Ir. 9:29 AM L E SPECIAL CONDITIONS Page 3 of 5 originally bid, based on the manufacturer's price in effect at the time the new product is offered. Any increases accepted shall not become affective prior to 30 days after the date of request. All requests for price adjustments must be substantiated by manufacturer's certification of cost or other documentation. QUANTITY DISCOUNTS Bidder is urged to offer additional discounts for one time delivery of large single orders of any assortment of items in the space provided on the price sheets. Such discounts will not be considered in evaluation of bid. SALES PROMOTIONS A contractor, during the term of the contract, may lower prices of products on the contract, for a specified period of time. The contractor shall document sales promotions to and receive approval of the Division of Purchasing, prior to offering sales promotions to contract users. Documentation of sales promotions shall specify starting and ending dates of the promotion, specify list prices and promotional prices, and shall contain a statement that the promotional prices are available to all contract users. Sixty (60) days is established as the minimum period of time for which a sales promotion can be offered. Sale pricing shall be made available on contract items only and promoted to all users of the contract. Evidence of offering of a sales promotion to a contract user prior to thesubmittal to and approval of the Division of Purchasing shall subject the contractor to removal from the contract. NO SUBSTITUTIONS The types/versions of software specified in the Invitation to Bid are compatible with other systems/software currently installed. Therefore, NO SUBSTITUTES ALLOWED. Compatibility with existing software allows for warehousing of supplies as well as technical and upgrade advantage support peripheral software. RESPONSIBILITIES The successfitl bidder shall act as "Agent of Record" during the term of the contract and shall maintain and update the licensing records of each eligible agency that purchases from the resultant contract. If an Enrollment Form is required by Microsoft, the bidder will be responsible to contact each agency, upon receipt of that agency's initial purchase order to have the agency complete the form. = In turn, the agencies shall designate a liaison to maintain pertinent records and inform the Agent of Record of any changes. SOFTWARE All current and future Microsoft Software Licenses shall be bid under the MICROSOFT SELECT MASTER AGREEMENT and MICROSOFT EDUCATION SELECT MASTER AGREEMENT, for the term of the contract YEAR 2000 REMEDY CLAUSE In the event of any decrease in software program functionality related to time -and -date related codes and internal subroutines that impede the programs from operating beyond the Millennium Date Change, Vendors agree to immediately assign Senior engineering staff to work continuously until software program attains the same level of functionality as warranted herein at no charge to the licensee, and without interruption to the ongoing business of licensee, time being of the essence. MICROSOFT VARIABLE LICENSE PAK (MVLP) The upgrade advantage portion of MVLP entitles the eligible users to upgrades, interim releases, Multi -Platform License, Multi -Lingual License, and software change notices. The agencies' obligations for purchase and payment shall be through a purchase order to its contracted vendor, determined by award of this invitation to bid. INTERNET HOME PAGE The Contract resulting from this bid will become a public document. The State of Florida, Division of Purchasing (DOP) 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 W W W. The Home Page must be compatible with the most recent version of browser software being used by the Division of 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. Thursday, March 25, 1999 s-- 9:29 AM 09- 328 4 SPECIAL CONDITIONS UPGRADE ADVANTAGE Upgrade Advantage, under Microsoft's MASTERS' AGREEMENT includes: Page 4 of 5 Master upgrade to include one master of each version of software for which upgrade advantage maintenance has been purchased. Master Interim Releases and software change notices for software for which upgrade advantage has been purchased. wm-am7-`►`a Contractor shall warrant software media and documentation against defects in workmanship for one (1) year. INSURANCE, WORKERS' 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 worst 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 subcontractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. EVALUATION 8i: AWARD Bids will be evaluated and awarded statewide, to a single Large Account Reseller (USA), qualified to sell products and upgrade advantage listed on the price lists included with this bid, offering the lowest responsive and responsible cost plus (%) percentage based on the manufacturer's price at MVLP-D 50,000 unit level. The award will be based on the lowest net delivered cost offered on a predetermined category or categories. The category or categories will be announced at the time of the bid opening. All other provisions of Awards paragraph, General Conditions, shall prevail. MICROSOFT CORPORATE SELECT PRICE LIST GROUP -A Manufacturers cost plus percentage based on products listed Microsoft Select Price List, dated January 1, 1997, based on the MVLP-D, 50,000 unit level. Category 1. Microsoft Applications Category 2. Microsoft Systems Category 3. Microsoft Servers Category 4. Microsoft Upgrade Advantage 0% 0% 0% 0% Microsoft Large Account Reseller must be authorized by Microsoft to sell Corporate Select (Group A) on the opening date of this bid. MICROSOFT EDUCATION SELECT US PRICE LIST GROUP B Manufacnuer's cost plus percentage based on products listed Microsoft Education Select US Price List, dated January 1, 1997, based on the MVLP designation. Category 5. Microsoft Applications Category 6. Microsoft Systems Category 7. Microsoft Servers Category 8. Microsoft Upgrade Advantage 0% 0% 0% 0% Microsoft Large Account Reseller must be authorized by Microsoft to sell Education Select (Group B) on the opening date of this bid. QUANTITY DISCOUNT: All discounts applicable to any single order to be delivered (any assortment) at one time to one destination. S250 - $500 0% SI,001-S1,500 0% S2,001 - S2,500 0 S501 - 1,000 0% 1,501 - 2,000 0 % 2,501 plus 0 Discount from MICROSOFT SELECT US DISK AND DOCK PRICE LIST, dated January 1. 1997 Thursday, March 25, 1999 99 - 328 9:29AM I SPECIAL CONDITIONS Page 5 of 5 During the term of the contract additional materials may be required. The price of these materials will be the "retail price" (as provided by Microsoft) less the discount calculated by multiplying these "retail prices" by the percentage discounts shown on this schedule. Prices on this page shall be awarded only to those vendors who receive award(s) of Group A or B . If prices are not competitive we intend to negotiate for greater discounts. MICROSOFT SELECT US DISK AND DOCK PRICE LIST Standard Education Discount to be Discount to be Subtracted from Subtracted from Description Retail Price Retail Price 1. Optional Microsoft Documentation: 11 % 11 % 2. Optional Third -party Documentation 35 % 35 % 3. Optional media 3-12" or 5-114" diskettes or CD-ROM 11 % 11 4. Optional Third -party media - 3-12" or 5-114" diskettes or CD ROM N/A % N/A % Availability and pricing may be obtained directly from Wareforce. The prices should be based on a discount from retail. QUANTITY DISCOUNT: All discounts applicable to any single order to be delivered (any assortment) at one time to one destination. S250 - $500 0 % S501 - S 1000 P1. S1,001 - S1,500 0 % $1,501- $2,000 0 S2,001- S2,500 0 S2,501- plus 0 Thursday, March 25, 1999 99- 328 9:29AM 1:-- [Contract Number[ .. Vendor Inft,...,ation Microsoft Licenses & (Maintenance 252-001-97-1 Price Sheets State Contracts Main Index Plesu rend comrnentt or gweuiDixs.n' ' ofPurcixri-g Thursday, March 25, 1999 99- 328 Page 1 of 1 9:29 AM GOVERNMENT PRICE LIST GOVERNMENT PRICE LIST MICROSOFT (Rev 9 Mar 99) Page I of 14 Code Part 0 Product Legal Name Dac Pric 252-030-540 077-050V20VI. Access 2.0 f/ Win Lic $148 252-030-540 077-150-20VL Access 2.0 f/ Win Cmp. Upg. Lie $90. 715-100-880 077-050-203 Access 2.0 f/ Win Doc Does S22. 252-030-540 077-051-480 Access 2.0 f/ Win Media Disk Disk S17. 252-030-540 077-050-20VL Access 2.0 V Win Upg. I to 2.0 Lie S90. 715-100-880 077-055-001 Access 7.0 (95) Cross Platf/m Does $13. 252-030-540 077-35OV70VL Access 7.0 (95) f/ Win DvpTK Lie $298 252-030-540 077-054-005 Access 7.0 (95) Win Media Disk $17. 252-030-540 077-150-70VL Access 7.0 (95)Win Cmp. Upg. Lie $68. 715-100-880 077-00414 Access 97 32-Bit Win Doc Does S13. 252-030-540 077-00401 Access 97 32-Bit Win Media Disk S26. 252-030-540 077-00929 Access 97 9 Win 95 Lie $148 252-030-540 077-00928 Access 97 f/ Win 95 Cmp. Upg. Lie S68. 252-030-540 077-00930 Access 97 f/ Win 95 Vets Upg. Lie $68. 252-250-540 077-01273 Access 97SR2 Win32 Disk Kit CD Com CD $13. 252.260-540 077-754-010 Access DTK 7.0 (95) 32-Bit Disk S13. 715-100-880 ' 077-750-026 Access DTK 7.0 (95) 32-Bit Does S22. 252-030-540 077-35OV70VL Access DTK 7.0 V 32-Bit Win Lie $298 252.260-540 369-00093 Access DTK 7.0 Win32 Disk Kit CD CD S13. 252-030-540 077-00561 Access f/ Win Upg. Adv. Lie S80. 252-260-540 723-00226 BackOffice SBS 4.0 Disk Kit CD 5 Cit CD S13. 252-260-540 723-00308 BackOffice SBS 4.0 Patch CD SP1 CD S15. 252-260-540 321-00298 BackOffice SST 2.5 Disk Kit CD CD S15. 252-260-540 321-00631 BackOffice Svr 4.0 Disk Kit CD Com CD S22. 252-590-540 377-00734 BkOff Clnt 4.0 V Win NT Lie S116 252-590-540 377-00733 BkOff Cint 4.0 f/ Win NT Prd Up&SQL Svr Lie $80. 252-590-540 377-00732 BkOff Clnt 4.0 Win NT Prd Up Lie S101 252-590-540 377-00735 BkOff Cint 4.0Win NT VerUpg Lie $41. 252-590-540 377-00315 BkOff Cint Access Upg. Adv. Lie S65. 715-100-880 321-00294 BkOff Svr 2.5 Doc Does $13. 252-590-540 321-00533 BkOff Svr 4.0 Lie $1,1 715-100-880 321-W476 BkOff Svr 4.0 Manuals All Install Gdes Does S26. 252-590-540 321-00531 BkOff Svr 4.0 CmpUpg Lie $911 252-590-540 321-00534 BkOff Svr 4.0 VerUpg Lie S388 252-590-540 321-00224 BkOff Svr Upg. Adv. Lie S543 252-260-540 086-00023 Bookshelf 1996 Mac Disk Kit CD CD $13. 252-260-540 086-00020 Bookshelf 1996 Win Disk Kit CD CD S13. 252-260-540 086-00060 Bookshelf 98 Mac Disk Kit CD CD S13. 252-260.540 086-M I Bookshelf 98 Win32 Disk Kit CD CD $13. 252-260-540 623-00027 ' Com Intemt Sys 2.0 Disk Kit CD CD $22. 252-030.540 623-00063 Com intemt Sys 2.5 English Ver/prod upg Lie $1,7 252-260-540 532-00004 Commerce Svr 1.0 Win NT Disk Kit CD CD $13. 252-260-540 532-00138 Commerce Svr 3.0 Win NT Disk Kit CD CD $13. 252-260-540 265-056-100 Creative Writer 1.1 Win Disk Kit CD CD $13. 252-260-540 265-MIS Creative Writer 2.0 Win9x Disk Kit CD CD S13. 252-260-540 574-00003 Dev Bndl 5.0 Win32 Patch CD RISC SP3 CD S13. 252-590.540 147-095-561 Dos 6.22 Media 3.5 Disk $10. 715-100.880 147-099466 Dos 6.22 Doc Does $13. 252-260-540 B02-00007 Encarta Africans 1.0 Win32 Disk Kit CD CD $13. 715-100-880 450-00014 Encarta Deluxe 98 f/ Mac Manuals Does $9.8 Thursday. March 25, 1999 99- 328 9:31AM 1, Ew a y' GOVERNMENT PRICE LIST Page 2 of 14 252-260-540 196-00044 Encarta Dix 1997 Mac Disk Kit CD Dix CD 252-260-540 196-00033 Encarta Dix 1997 Win Disk Kit CD Dix CD 252-260-540 450-00045 Encarta Dix 98 Mac Disk Kit CD All Sets CD 252-260-540 450-00046 Encarta Dix 98 Win32 Disk Kit CD All Sets CD SIS. 252-260-540 450.00049 Encarta Dix 99 Win32 Disk Kit CD CD S15. 252-260-540 844-00027 Encarta Ref Ste 98 Win32 CD All Sets CD $17. 252-260-540 844-00020 Encarta Ref Ste 99 Win32 CD All Sets CD $22. 252-260-540 196-00057 Encarta Std 1997 Win Disk Kit CD CD 513. 252-260-540 196-00200 Encarta Std 98 Win32 Disk Kit CD CD $13. 252.260-540 196-00241 Encarta Std 99 Win32 Disk Kit CD CD S13. 252-260-540 897-00001 Encarta Virtual Globe 98 Win32 Disk Kit CD CD S13. 252-030-540 065-096-771 Excel 4.0 f/ Mac Media 3.5 Disk Disk 517. 252-260-540 065-074-050 Excel 5.0 Win NT Disk Kit CD/3.513D CD $22. 252-260-540 065-075-012 Excel 5.0 Win NT Sup CD CD $13. 715-100-880 065-096.770 Excel 5.0 f/ Mac Doc Does S22, 252-030-540 065-096-772 Excel 5.0 V Mac Media 3.5 Disk Disk 522. 252-030-540 065-096VSOVL Excel 5.0 V The Mac Lie S148 252-030-540 065-096-50VL Excel 5.0 V The Mac Vers Upg. Lie 581. 252-030-540 065-050VSOVL Excel 5.0 f/ Win Lie S148 252-030-540 065-050-50VL Excel 5.0 V Win Vets Upg. Lie S%. 252-030-540 065-150-50VL Excel 5.0 V Win Cmp. Upg. Lie 590. 252-030-540 065-151-456 Excel 5.017 Win Media 3.5 Disk S17. 252-030-540 065-07SV50VL Excel 5.0 f/ Win NT Lie S148 252-030-540 065-175-50VL Excel 5.0 V Win NT Cmp. Upg. Lie $90. 715-100-880 065-054-100 Excel 7.0 (95) 32-Bit Win Doc Does $13. 252-030-540 065-054-050 Excel 7.0 (95) 32-Bit Win Media 3.5 Disk $17. 715-100-880 065-00471 Excel 97 32-Bit Win Doc Does Sl' 252-030-540 065-00464 Excel 97 32-Bit Win Media 3.5 Com Disk $: 252-030-540 065-01152 Excel 97 9 Win 95 Lie $148 252-030-540 065-01151 Excel 97 f/ Win 95 Cmp. Upg. Lie $68. 252-030-540 065-01153 Excel 9717 Win 95 Vets Upg. Lie $68. 252-260-540 065-01729 Excel 97SR2 Win32 Disk Kit CD Com CD 513. 252-030-540 065-01657 Excel 98 Mac Lie $148 252-260-540 065-00627 Excel 98 Mac Disk Kit CD PwrMac CD $13. 715-100-880 065-00573 Excel 98 Mac DocKit Doc 525. 252-030-540 065-01659 Excel 98 Mac Vers Upg. Lie 581. 252-030-540 065-00647 Excel V The Mac Upg. Adv. Lie 580. 252-030-540 065-00644 Excel 17 Win NT Upg. Adv. Lie 580. 252-030-540 065-00645 Excel f/ Win Upg. Adv. Lie 580. 715-100-880 065-150-153 Excel f/ Win, Mac, and Win NT 5.00 Doc Set Does 522. 252-030-540 381-00935 Exchange Clnt 5.5 f/ Win NT Lie $32. 252-030-540 381-00934 Exchange Clnt 5.5 9 Win NT C/P Upg. Lie 522. 252-030-540 381-00234 Exchange Clnt Upg. Adv. Lie S18. 252-030-540 397-ON13 Exchange Connector 4.0 Media 3.5 Disk $13. 252-030-540 395-373-40VL Exchange Ent Vers Upg. Exch. Svr Lie 5627 252-030-540 394-OW13 Exchange Internet Mail 4.0 Media 3.5 Disk S13. 252-030-540 395-01085 Exchange Svr - Ent. 5.5 Lie $926 252-030-540 395-01094 Exchange Svc - Ent. 5.5 Prod Upfrm Ex.Svr. Lie S520 252-030-540 395-01088 Exchange Svr - Ent. 5.5 VerUpg Lie $413 252-260-540 312-00392 Exchange Svr 5.0 Disk Kit CD Com CD S13. 715-100-880 312-00261 Exchange Svr 5.0 Doc Does 526. 252-030-540 312-00806 Exchange Svr 5.5 Lie $288 252-030-540 312-00805 Exchange Svr 5.5 GP Upg. from Mail Svr Lie S2' 252-260-540 312-00715 Exchange Svr 5.5 Disk Kit CD Com CD W. 715-100.880 312-00699 Exchange Svr 5.5 Manuals Does $89. 252-030.540 312-00807 Exchange Svr 5.5 VerUpg Lie 5162 252-260.540 395-00625 Exchange Svr Ent 5.0 CD Com CD $13. Thursday, March 25, 1999 S-9- t-128 9:31AM 1.- GOVERNMENT PRICE LIST Page 3 of 14 252-260-540 395-00967 Exchange Svr Ent 5.5 Disk Kit Com CD W. 252-030-540 395-00371 Exchange Svr Ent Upg- Adv. Lic S172 252-030-540 312-00191 Exchange Svr Upg. Adv. Lic 5172 252-030-540 396-00157 Exchange X400 Conn 5.5 Disk Kit 3.5" Disk Disk S11. 252-030-540 396-00013 Exchange X400 Conn. 4.0 Media 3.5 Disk $13. 252-030-540 396-00153 Exchange X400 Conn. 5.5 Lic S446 252-260-540 499-00030 Expedia Streets 98 Win32 Disk Kit CD CD S13. 252-260-540 4964M 14 Expedia Trip Plnr 98 Win32 Disk Kit CD CD $13. 252-260-540 224-396-021 FoxBase 2.01 f/ Mac Media 3.5 Disk $10. 715-100-880 392-00146 FrontPage 1.0 f/ Mac Doc PowerPC Docs S13. 252-260-540 392-00475 FrontPage 1.0 Mac Disk Kit PwrPC Pkg Rev CD $13. 252-260-540 392-00110 FrontPage 97 Lic S48. = 715-100-880 392-ON36 FrontPage 97 f/ 32-Bit Win Manuals Does $11. = 252-260-540 392-00111 FrontPage 97 Vers Upg. Lic S24. 252-260-540 392-ON31 FrontPage 97 Win32 Disk Kit CD Com CD $13. 252-260.540 392-00361 FrontPage 98 f/ 32-Bit Win Lic $48. - 715-100-880 392-00295 FrontPage 98 U 32-Bit Win Manuals Does $24. 252-260-540 392-00362 FrontPage 98 f/ 32-Bit Win VerUpg Lic S24. = 252-260-540 392-00294 FrontPage 98 Win32 Disk Kit CD Com CD S13. - 252-260-540 392-00234 FrontPage 17 Mac Upg. Adv. Lic S52. 252-260-540 392-00163 FrontPage Upg. Adv. Lic $52. 252-260-540 392-00227 FrontPagel.0 f/ Mac Lic $48. 252-030-540 774-ON33 Liquid Motion 1.0 Win32 Lic $66. - 252-260-540. 774-00018 Liquid Motion 1.0 Win32 Disk Kit CD CD S13. - 252-030-540 774-ON31 Liquid Motion 1.0 Win32 Upg Lic S34. 715-100-880 068-050-030 Mail Clnt 3.0 f/ Win Doc Docs SIO. _ - 252-030-540 ` 068-096-045 Mail Clnt 3.5 f/ Mac Media 3.5 Disk S8.8 _ } 715-100-880 241-099-007 Mail Gtway 3.0 f/ Dos Doc. Fax Gtway Docs $13. J 715-100-880 241-099-008 Mail Gtway 3.0 V Dos Doc. MHS Access Docs S13. 715-100-880 241-099-009 Mail Gtway 3.0 f/ Dos Doc. SMTP Gtway ' Does S13. 715-100-880 241-M-010 Mail Gtway 3.2 f/ Dos Doc. X400 G'Way Docs S13. -_ 252-030-540 068-095-450 Mail Gtway 3.2 f/ Dos Media X400 Access Disk S8.8 -_ 715-100-880 068-099-459 Mail Rmt 3.0 f/ Dos Doc Does S13. 252-030-540 068-295-015 Mail Rmt 3.0 f/ Dos Media 3.5 Disk $8.8 715-100-880 068-099-458 Mail Rmt 3.2 V Dos Doc Docs S8.8 - 252-030-540 068-002-020 Mail Rmt 3.2 f/ OS/2 Media 3.5 Disk S22. 252-030-540 068-051-105 Mail Rmt 3.2 f/ Win Media 3.5 Clnt Disk S10. = 252-030-540 068-299V30VL Mail Rmt Clnt 3.0 f/ Dos Lic S59. 252-030-540 068-25OV32VL Mail Rmt Cint 3.2 f/ Win Lic S59. 252-030-540 068-399V35VL Mail Single User Add Pack 3.5 f/ Win Lic S23. 715-100-880 068-001-211 Mail Svr 3.2 f/ OS/2 Doc Does S44. 715-100-880 068-099-445 Mail Svr 3.5 f/ Dos Doc Does S40. 252-030-540 068-095-470 Mail Svr 3.5 f/ Win Media 3.5 Disk $31. - 252-030-540 B21-00007 MapPoint 2000 Win32 English NA SEL Lic S56. 252-260-540 A46-00001 MPI Win NT Wrkstn 4.0 CD Elec Bks Running CD S13. 252-260-540 733-000S8 MPI Win NT Wrkstn 4.0 Disk Kit CD Starts Here CD S13. 252-260-540 A43-00001 MPI Access 97 Win32 CD Elec Bks Running CD S13. -_ 252-260-540 A42-00001 MPI Excel 97 Win32 Disk Kit CD Elec Bks Running CD S13. - 252-260-540 A44-00001 MPI Graphics 97 Win32 CD Elec Bks Running CD S13. - 252-030-540 885-00008 MPI Intemt Explorer 4.0 Win32 Lic S9.8 - 252-260-540 885-ON14 MPI Intemt Explorer 4.0 Win32 CD Starts Here CD S13. 252-260.540 834-00009 MPI Office 97 Win32 Disk Kit CD Elec Bks Running CD S13. 252-260-540 732-00010 MPI Office 97 Win32 Disk Kit CD Starts Here CD S13. 252-260-540 A48-00001 MPI Outlook 97 Win32 Disk Kit CD Elec Bks Running CD S13. -- 252-260-540 A48-00021 MPI Outlook 98 Win32 Disk Kit CD Elec Bks CD S13. - 252-260-540 835-00035 MPI Win 95 Disk Kit CD Elec Bks Running CD S13. - 252-260-540 733-00059 MPI Win 95 Disk Kit CD Starts Here CD S13. Thursday, March 25, 1999 9:31 AM h GOVERNMENT PRICE LIST Page 4 of 14 252-030-540 835-00055 MPI Win 98 Starts Here Lie $9.9 252-260-540 835-00133 MPI Win 98 CD Ntwrk Edtn St Here Trn/Rer CD S13. 252-260-540 835-00118 MPI Win 98 CD Elec Bks Running CD ' 252-260-540 835-00047 MPI Win 98 CD Starts Here Training/Ref CD 252-030-540 835-00119 MPI Win 98 Running Lie $9.9 252-260-540 A45-00001 MPI Word 97 Win32 CD Elec Bks Running CD $13. 252-260-540 732-00012 MPI Word/Excel Bndl 97 Win32 In Training CD $13. 252-260-540 320-052-010 MS Plus! 1.0 Win32 Disk Kit CD CD $13. 252-030-540 320-00108 MS Plus! 98 Win98 Lie $24. 252-260-540 320-00132 MS Plus! 98 Win98 Disk Kit CD CD $13. 252-260-540 318-00119 MSDN Library Win32 Disk Kit CD VStudio CD $13. 252-260-540 A19-00003 Mstrng Ent 6.0 Win32 CD Dvlpmnt wNB CD $13. 252-260-540 553-00044 Mstrng MFC 6.0 Win32 CD Dvlpmnt wNC++ CD $13. 252-260-540 555-00053 Mstrng VB 6.0 Win32 Disk Kit CD Dvlpmnt CD S13. 252-260-540 870-OW17 Mstrng VStudio Ent 6.0 Distrbtd App Lie $61. 252-260-540 870-00007 Mstrng VStudio Ent 6.0 Win32 App Dsgn CD S13. 252-260-540 890-00009 Mstrng Web Dev 6.0 Win32 CD wNlnterdev CD $13. 252-260-540 766-00002 My PersTutor Pre-K 1.0 Win32 Disk Kit CD CD $13. 252-260-540 A72-00003 NetShow Tbeater Svr 3.0 Win NT CD CD $13. 252.260.540 375-Ml NT Syr File & Print Srvcs 3.51 Intl CD CD $13. 252-260.540 021-075-013 Office 4.2 Win NT Sup CD CD $13. 715-100-880 021-050-238 Office 4.2 Cross Platf/m Doc Does S44. 252-030-540 021-074-1 l 1 Office 4.217 Win NT Media 3.5 Disk $40. 252-030.540 021-050V42VL Office 4.2 f/ Win Lie S223 715-100.880 021-050-773 Office 4.2 V Win Doc Does S44. 252-030.540 021-151-179 Office 4.2 V Win Media 3.5 Disk S31. 252-030-540 021-251-42VL Office 4.2 f/ Win Cmp. Upg. Pry Cmp.l App Lie S184 252-030.540 021-151-177 Office 4.2 V Win Media 3.5 Enabled Disk $?, 252-030-540 021-075V42VL Office 4.2 V Win NT Lie S 252-030-540 021-276-42VL Office 4.217 Win NT Cmp. Upg.Pry Cmp. Lie Sltta 252-030-540 021-076.42VL Office 4.2 V Win NT Vers Upg.Pry Vets Lie $194 252-030-540 021-051-42VL Office 4.2 it Win Vers Upg. from Prev Vers Lie $194 252-260-540 021-052-031 Office 4.2 Win Sup CD CD $13. 252-030-540 021-096-925 Office 4.21 V Mac Media 3.5 W/Foxpro Disk $53. 715-100-880 021-096-924 Office 4.21 f/ Mac Doc Does $53. 252-030-540 021-097-4AVL Office 4.21 f/ Mac Vers Upg. from Prev Vers Lie $194 252-030-540 021-096V4AVL Office 4.21 f/ The Mac Lie 5223 252-030-540 021-196-4AVL Office 4.21 V The Mac Cmp. Upg. f/ Claris Lie $194 252-260-540 021-089-421 Office 4.21 Mac Sup CD CD $17. 252-030-540 021-054-050 Office 7.0 (95) 32-Bit Win 3.5 Disk $35. 715-100-880 021-054-100 Office 7.0 (95) 32-Bit Win Doc Does $17. 252-260-540 021-056-050 Office 7.0 Win32 Disk Kit CD CD S13. 252-030-540 021-01608 Office 97'95 & NT Upg. from Pry Vrs Lie S132 252-030-540 021-00677 Office 97 32-Bit Win Media 3.5 Cam Disk S53. 252.260-540 549-00075 Office 97 Dev. Ed Upg frm OffPro 97 Lie S 199 252-030-540 021-01607 Office 97 V Win 95 and Win NT Lie $223 252-030-540 021-01606 Office 97 Win95 & Win NT Cmp Upg Pry C Lie S166 252.260-540 021-02625, Office 97SR2 Win32 Disk Kit CD Cam CD $13. 252-260-540 021-03301 Office 97SR2a Win32 Patch CD CD $13. 252-030-540 021-02366 Office 98 Mac Lie S223 252-260-540 021-02204 Office 98 Mac Disk Kit CD PwrMac CD $13. 252-030-540 021-02367 Office 98 Mac VUP /Prev Ver/1 MSApp Lie $184 252-260.540 549-00199 Office Dev Edtn 97 Win32 Disk Kit CD Cam CD S13. 715-100-880 549-00005 Office Dvlp Ed 1997 32-Bit Win Manuals Does S9 252-260.540 549-00162 Office Dvlp Ed 32-Bit Win Upg. Adv. Lie $3:. 252-260-540 549-OW76 Office Dvlp Ed 97 32-Bit Win Lie $356 i 252-260-540 549-00074 Office Dvlp Ed 97 32-Bit Win Cmp. Upg. Lie S361 +.' Thursday, March 25, 1999 9:31 AM 99- 328 11 7. GOVERNMENT PRICE LIST Page 5 of 14 252-260-540 549-00077 Office Dvlp Ed 97 32-Bit Win Vers Upg. Lie S327 252-030-540 021-00993 Offict f/ The Mac Upg. Adv. Lie $184 252-030-540 021-01028 Office f/ Win NT Upg. Adv. Lie S184 252-030-540 021-00995 Office 0 Win Upg. Adv. Lie $184 252-030-540 269-096V40VL Office Pro 4.0 f/ The Mac Lie $268 252-030-540 269-097-40VL Office Pro 4.0 f/ The Mac Vers Upg. Pre Lie S242 252-030-540 269-19740VL Office Pro 4.0 Mac Upg. frm most curr. Vers Lie S53. 252-030-540 269-05OV43VL Office Pro 4.3 f/ Win w/ Access Lie $268 _ 252-030-540 269-253-43VL Office Pro 4.3 f/ Win w/ Access Cmp. Upg. Lie S242 252-030-540 269-053-43 VL Office Pro 4.3 f/ Win w/Access Upg. Pry Ver Lie $242 252-030-540 269-150-43VL Office Pro 4.3 Win w/Access Upg.curr. Vers Lie S53. 252-030-540 269-257-43VL Office Pro 4.3 Win wBkshif & Vis. FoxPro Lie 5242 _ 252-030-540 269-252-70VL Office Pro 7.0 (95) w/ FoxPro Cmp. Upg. Lie $225 - 252-030-540 269-051 V70VL Office Pro 7.0 (95) f/ Win 95 w/ FoxPro 3.0 Lie S268 - 252-030-540 269-052-70VL Office Pro 7.0 (95) Win95 w/FoxPro Upg pry Lie $192 252-030-540 269-151-70VL Office Pro 7.0 (95) Win95 w/VisFoxPro Upg. Lie $53. - 252-030-540 269-01138 Office Pro 9717 Win & Win NT w/Acc CmUp Lie $225 252-030-540 269-01139 Office Pro 97 f/ Win 95 Win NT w/ Access Lie S268 - 252-030-540 390-00689 Office Pro 97 9 Win 95 w/ FoxPro Cmp.Upg. Lie S225 252-030-540 390-00690 Office Pro 9717 Win 95 w/ VFoxPro 3.0 Lie $268 - 252-030-540 390-00692 Office Pro 97 w/ VFoxPro Upg. Pre Vers o Lie S192 252-030-540 269-01140 Office Pro 97 Win95 Win NT w/Access Upg Lie $192 252-030-540 269-01141 Office Pro 97 Win95 w/Access Upg. curr Ve Lie $53. 252-030-540 390-00691 Office Pro 97 Win95 w/VisFoxPro Up Lie $53. 252-030-540 269-00756 Office Pro U The Mac Upg. Adv. Lie $220 = 252-030-540 353-00058 Office Pro f/ w/ Bkshlf & Foxpro Upg. Adv. Lie $220 252-030-540 269-00751 Office Pro V Win w/ Access Upg. Adv. Lie S220 { 252-030-540 390-00491 Office Pro f/ Win w/ FoxPro Upg. Adv. Lie $220 - 252-030-540 353-00105 Office Pro V Win wBkshlf Access Upg. Adv. Lie =0 252-030-540 390-01067 Office Pro w/VisFoxPro 98 Mac Lie 5268 252-030.540 390-01065 Office Pro w/VisFoxPro 98 Mac Prod Upg Lie $53. 252-030-540 390-01068 Office Pro wNisFoxPro 98 Mac Vers Upg Lie $242 = 252-030-540 390-01102 Office Pro w/VisFoxPro Mac UpgAdv Lie S220 252-260-540 269-752-001 Office ProBkshlf 4.3 Win Disk Kit CD CD S13. 252-260-540 269-056-050 Office Pro/Bkshlf 7.0 Win32 Disk Kit CD CD $13. - 252-260-540 353-00608 Office ProBkshlf 97SR2 Win32 CD Com CD S13. - 252-260-540 588-00007 Office SBE 97 Win32 Disk Kit CD Com CD S17. 715-100-880 588-00617 Office SBE 97.2 Win32 DocKit Doc S16. 252-260.540 588400664 Office SBE 97.2SR2 Win32 Disk Kit CD Com CD S15. = 715-100-880 269-051-385 OfficePro 4.317 Win Doc Does $48. 252-030.540 269-151-178 OfficePro 4.3 f/ Win Media 3.5 Disk $48. 252-030-540 269-054-050 OfficePro 7.0 (95) 32-Bit Win Media 3.5 Disk $48. 715400-880 269-054-395 OfficePro 7.0 (95) 32-Bit Win Doc DocS S22. 715.100-880 269-00600 OfficePro 97 32-Bit Win Doc Does S13. 252-030-540 269-00553 OfficePro 97 32-Bit Win Media 3.5 Com Disk S62. _= 252-030-540 269-151-181 OfficePro w/FoxPro 4.3 f/ Win Media 3.5 Disk $44. - 715-100-880 269-051-388 OfficePro w/FoxPro 4.3 f/ Win Doc Does S48. 715-100.880 543-00026 Outlook 97 32-Bit Win Doc Does $10. 252-030-540 543-00034 Outlook 97 32-Bit Win Media 3.5 Disk S40. 252-030-540 543-00136 Outlook 97 Upg. Adv. Lie $25. 252-260-540 543-00078 Outlook 97 Win32 Disk Kit CD Com CD S13. 252-260-540 543-00257 Outlook 97 Win32 Disk Kit CD Exch Com CD S13. 252-260-540 543-00635 Outlook 97SR2 Win32 Disk Kit CD Com CD S13. 715-100-881 543-00498 Outlook 98 DocKit Doc $8.3 _ 252-260-540 543.00600 Outlook 98 W32 EN CD Dplymnt Kit Com CD $13. 252-030-540 543-00542 Outlook 98 Win32 Lie $46. - 252-260-540 543-00532 Outlook 98 Win32 Disk Kit CD Com CD S13. - Thursday, March 25, 1999 9:31 AM 99- 328 = IY i q,. GOVERNMENT PRICE LIST Page 6 of 14 252.260-540 543-00767 Outlook 98 Win32 Patch CD Security Fix CD 513. 252-030-540 543-00136 Outlook Win32 UpgAdv Lic 252-030-540 068-099V35VL PC Mail Svr 3.5 Lie 252-030-540 068-199-35VL PC Mail Svr 3.5 Cmp, Upg. Lie 5223 252.030-540 068-099-35VL PC Mail Svr 3.5 Vers Upg. Lie S223 715-100-881 766-00016 Personal Tutor 1.0 DocKit Doc 58.3 252-030-540 A31-00092 PhotoDraw 2000 Win32 Lie 566. 252-260-540 A31-00041 PhotoDraw 2000 Win32 Disk Kit CD CD S15. 715-100-880 A31-00053 PhotoDraw 2000 Win32 DocKit Does $10. 715-100-880 320-050-010 Plus! 1.0 32-Bit Win Doc Does $8.8 252-920-540 320-051-110 Plus! 1.0 f/ Win 95 Media 3.5 Disk S15. 252-260-540 079-056-050 Powerpoint 7.0 Win32 Disk Kit CD CD 513. 252-260-540 079-00978 Powerpoint 97SR2 Win32 Disk Kit CD Com CD S13. 252-260-540 079-00176 Powerpoint 98 Mac Disk Kit CD PwrMac CD S13. 252-030-540 076-096-332 Project 3.0 f/ Mac Media 3.5 Disk S13. 715-100-880 07&096-700 Project 3.0 V Mac Doc Does S17. 715-100-880 076-096-039 Project 4.0 V Mac Doc Does 513. 252-030-540 076.096V40VL Project 4.017 The Mac Lie 5207 252-030-540 076-096-40VL Project 4.0 f/ The Mac Vets Upg. Lie 5106 252-030-540 076-051-501 Project 4.0 9 Win Media 3.5 Disk $13. 715-100-880 07"50-111 Project 4.0 f/ Win Doc Does $13. 252-030-540 076-054-702 Project 4.1 32-Bit Win Media 3.5 Disk $17. 715-100-880 076-055-403 Project 4.1 Cross Platf/m Doc Does 513. 252-260-540 076-056-050 Project 4.1 Win32 Disk Kit CD CD 513. 252-030-540 076-00440 Project 98 f/ 32-Bit Win Lie 5221 715-100-880 076-00223 Project 98 V 32-Bit Win Manuals Does 59.8 252-030-540 076.00441 Project 98 f/ 32-Bit Win VerUpg Lie SI'^ 252-030-540 076-00216 Project 98 Win32 Disk Kit 3.5 DMF Com Disk S 252-260-540 076.00750 Project 98SR1 Win32 Disk Kit CD Com CD S1J. 252-030-540 076-00307 Project f/ 32-Bit Win UpgAdv Lie 5171 252-030-540 076-00305 Project f/ The Mac Upg. Adv. Lie $113 252-030-540 053-00144 Proofing Tools 97 f/ 32-Bit Win Lie 534. 252-030-540 053-00145 Proofing Tools 97 V 32-Bit Win VerUpg Lie S22. 252-030-540 621-00098 Proxy Svr 1.0 Lie 5446 252-260-540 621-00019 Proxy Svr 1.0 Disk Kit CD CD $13. 252-030-540 621-00183 Proxy Syr 2.0 Lie $449 252-030-540 621-00182 Proxy Svr 2.0 CfV Upg. Lie S290 252-260-540 621-00140 Proxy Svr 2.0 Disk Kit CD CD 513. 252-030-540 621-00104 Proxy Svr Upgrade Adv. Lie 5434 715-100-880 164-00198 Publisher 97 32-Bit Win Doc Does 510. 252-030-540 164-00197 Publisher 97 32-Bit Win Media 3.5 Disk S17, 252-260-540 164-00406 Publisher 97 Win32 Disk Kit CD CD $13, 252-030-540 164-00622 Publisher 98 Win32 Lie $44. 715-100-880 164-00451 Publisher 98 Win32 Manuals Does S8.8 252-260-540 164-00450 Publisher 98 Win32 Disk Kit CD Com CD S13. 252-030-540 164-00623 Publisher 98 Win32 Vers Upgrade Lie S34. 252-030-540 164-00243 Publisher f/ Win Upg. Adv. Lie S18. 715-100-880 079-096-303 Pwrpnt 3,0 f/ Mac Doc Does 526. 252-030-540 079-096-413 Pwrpnt 3.0 f/ Mac Media 3.5 Disk 517. 715-100-880 079-050-401 Pwrpnt 4.0 Cross Platf/m Doc Does 513. 252-030-540 079-096-414 Pwrpnt 4.0 f/ Mac Media 3.5 PwrMac Disk S22. 252-030-540 079-096V40VL Pwrpnt 4.0 f/ The Mac Lie 5149 252-030-540 079-196-40VL Pwrpnt 4.0 f/ The Mac Cmp. Upg. Lie $9 252-030-540 079-096-40VL Pwrpnt 4.0 f/ The Mac Vers Upg, Lie $8. 252-030-540 079-150-40VL Pwrpnt 4.0 f/ Win Cmp. Upg. Lie 590. 252-030-540 079-051-695 Pwrpnt 4.0 f/ Win Media 3.5 Disk $22, 715.100-880 079-054-100 Pwrpnt 7.0 (95) 32-Bit Win Doc Does $13. Thursday, March 25. 1999 99- 328 9,31AM tu, GOVERNMENT PRICE LIST Page 7 of 14 252-030-540 079-054-050 Pwrpnt 7.0 (95) 32-13it Win Media 3,5 Disk $22. 252-030-540 079-150-70VL Pwrpnt 7.0 (95) 0 Win 95 Cmp. Upg. Lie $68. 715-100-880 079-00084 Pwrpnt 97 32-Bit Win Doc Does $17. 252-030-540 079-00070 Pwrpnt 97 32-Bit Win Media 3.5 Com Disk 535. 252-030.540 079-00586 Pwrpnt 97 f/ Win 95 Lie $148 252-030-540 079-00585 Pwrpnt 97 f/ Win 95 Cmp. Upg. Lie 568. 252-030-540 079-00587 Pwrpnt 97 f/ Win 95 Vem Upg. Lie $68. 252-030-540 079-00909 Pwrpnt98Mae Lie $148 715-100-881 079-00220 Pwrpnt 98 Mac DocKit Doc 510. 252-030-540 079-00912 Pwrpnt 98 Mac Vers Upg. Lie $81. 252-030-540 079-00402 Pwrpnt f/ The Mac Upg. Adv, Lie S80. 252-030-540 079-00394 PmTpnt f/ Win Upg. Adv. Disk 580. 715-100-880 211-074-120 SCAL 2.11 Win NT Manuals Does 569. 715-100-880 061-096-010 Schedule+ 1.0 f/ Mac Doc Does 513. 252-030-540 061-096-030 Schedule + 1.0 i7 Mac Media 3.5 Disk S8.8 715-100-880 061-050-006 Schedule+ 1.0 f/ Win Doc Does 513. 252-030-540 061-051-025 Schedule+ 1.0 U Win Media 3.5 LD Disk $13. 715-100-880 061-055-005 Schedule + 7.0 (95) 32-Bit Win Doc Does S10. 252-030-540 061-054-010 Schedule +7.0 (95) 32-Bit Win Media 3.5 Disk 513. 252-030-540 061-OMI Schedule + 7.0 Win32 Disk Kit File Conv Disk 514. 252-030-540 061-05OV70VL Schedule+ 7.0 (95) V Win 95 Lie 550. 252-030-540 061-050.70VL Schedule+ 7.0 (95) V Win 95 Vem Upg. Lie $44. 715.100-880 6944)0009 Select User Guide 1997 Manual NOV Does S9.8 715-100-880 694-WO 12 Select User Guide 1998 Manual FEB Does 58.9 715-100-880 694-OWI I Select User Guide 1998 Manual JAN Does S8.9 252-030-540 519-00079 Services f/ NetWare Lie S106 715-100-880 519-WIOO Services 9 Netwam 4.0 Doc Does 513. 252-030-540 S 19-00080 Services V NetWare Upg. Adv. Lie $38. 252.260-540 519-ON31 Services for Netware 4.0 Disk Kit CD CD $13. 252-260-540 322-00008 SGML 1.1 Win32 Disk Kit CD CD $13. 252-030-540 322-00046 SGML 1.2 Win32 Lie 5269 252-260-540 771-00020 Site Svr 2.0 Disk Kit CD CD $13. 252-260-540 771-00178 Site Svr 2.0 Patch CD SPI CD $13. 252-030-540 771-00094 Site Svr 3.0 Lie $449 252-030.540 771-00094 Site Syr 3.0 Lie $449 252-260.540 771.ON87 Site Svr 3.0 Disk Kit CD CD $15. 715-100-881 771-00088 Site Svr 3.0 DocKit Doc $8.3 252-030-540 771-00095 Site Svr 3.0 Vers Upg. Lie S289 252-030.540 771-00095 Site Svr 3.0 Vers Upg. Lie 5289 252-030-540 A18-00080 Site Svr CAL English NA UpgAdv SEL Lie $18. 252-030-540 770-00219 Site Svr Comm 3.0 Lie S1,5 715-100-881 770-00108 Site Svr Comm 3.0 DocKit Doc S10. 252-030-540 770-W223 Site Svr Comm 3.0 Prod Upg Lie 51,4 252-030-540 770-00221 Site Svr Comm 3.0 Vers Uprg Lie $1,0 252-030-540 A 15-00067 Site Svr Comm CAL 3.0 Lie 520. 252-260-540 770-00027 Site Svr Commence 2.0 Disk Kit CD CD $13. 252-260-540 770-d0279 Site Svr Commerce 3.0 Disk Kit CD CD S22. 252-030-540 A27-00008 Site Svr Intemt Conn 3.0 Lie S1,5 252-030-540 211-00171 SNA Svr 1.0 English NA SEL HDR Lie S1,0 252-030-540 211-00171 Sna Svr 1.0 HDR Lie 51,1 715-100-880 211-00046 SNA Svr 3.0 Doc Admin Does $62. 252-260-540 211-00141 SNA Svr 3.0 Patch CD SP2 CD $13. 252-260-540 211-00286 SNA Svr 3.0 Patch CD SP3 CD $13. 252-030-540 211-00201 Sna Svr 4.0 Lie $457 252-030-540 211-00200 Sna Svr 4.0 CmpUpg Lie 5290 252-260-540 211-00315 SNA Svr 4.0 Disk Kit CD SP2 CD 513. 715-100-880 211-00144 Sna Svr 4.0 Manuals Admin Does 529. Thursday, March 25, 1999 99- 328 9:31AM 1, GOVERNMENT PRICE LIST 252-030-540 211-00202 252-260-540 356-00116 252-260-540 356-00115 252-030-540 356-00036 252-030-540 211-W073 252-260-540 357-WO29 252-260-540 357-ON27 252-030-540 357-00089 252-260-540 357-WO82 252-030-540 357-00043 252-260-540 359-00271 252-260-540 359-00270 715-100-880 228-874-125 252-260-540 810-00044 252-260-540 810-00045 715-100-980 228-074-115 252-260-540 228.00046 715-100-880 228400040 252-260-540 228-073V65VL 252-260-540 228-00348 252-260-540 228-00353 252-260-540 2284)0406 715-100-880 228-00340 252-260-540. 359-00132 252-260-540 228-00214 252-260.540 810-00126 252-260-540 810-00154 252-260-540 810-00219 252-260-540 810-00159 252-260-540 810-00295 252-260-540 810-00273 252-260-540 810-00052 252-260-540 810-00052 252-260-540 530-00064 252-260-540 530-00111 252-260-540 360-00004 715-100-880 360-00011 252-260-540 B51-00053 252-260-540 B51-ON53 252-260-540 B51-OW27 252-260-540 271-174V 12VL 252-260-540 355-00265 252-260-540 355-00395 252-260-540 271-00132 715-1 W-880 271-001 W 252-260-540 271-075V12VL 252-260-540 271-075-12VL 252-260-540 271-00378 252-260-540 271-W418 252-260-540 2714)0645 252-260.540 271-00430 252-260-540 271.OM 16 252-260.540 271-00616 715-100-880 271-00617 252-260-540 271-00431 252-030-540 355-00169 252-030-540 271-00261 Thursday, -March 25, 1999 Sna Svr 4.0 VerUpg Sna Svr Clnt 4.0 f/ Win NT Sna Svr Clnt 4.0 f/ Win NT C/V Upg. SNA Svr Clnt Access Lic Upg. Adv. SNA Svr f/ Win NT Upg. Adv. SNA Wrkstn 3.0 Disk Kit CD SNA Wrkstn 3.0 Intl Disk Kit CD Sna WrkStn 4.0 SNA Wrkstn 4.0 Disk Kit CD SNA WrkStn Upg. Adv. SQL CAL 7.0 Win NT SQL CAL 7.0 Win NT CVUP SQL Programmers Toolkit 6.0 Doc SQL Svr - Ent 6.5 UpgAdvUpg Annual Pay SQL Svr - Ent 6.5 UpgAdvUpg Prepaid SQL Svr 6.0 Doc SQL Svr 6.5 Disk Kit CD SQL Svr 6.5 Doc SQL Svr 6.5 Unlimited SQL Svr 7.0 SQL Svr 7.0 CVUP SQL Svr 7.0 Disk Kit CD SQL Svr 7.0 DocKit SQL Svr Clnt Access Lic Upg. Adv. SQL Svr Database Mgmt Svr Upg. Adv. SQL Svr Ent 6.5 Disk Kit CD SQL Svr Ent 7.0 SQL Svr Ent 7.0 Disk Kit CD SQL Svr Ent 7.0 PUP /SQL Svr SQL Svr Ent 7.0 Unlim Clt SQL Svr Ent 7.0 VUP SQL Svr Ent UpgAdv SQL Svr Ent UpgAdv SQL Svr Internt Conn 7.0 Per Processor SQL Svr Internt Conn 7.0 VUP Per Pro SQL Wrkstn 6.5 Disk Kit CD SQL WrkStn 6.5 Doc Svcs for Unix 1.0a Disk Kit CD Svcs for Unix 1.Oa Disk Kit CD Svcs for Unix UpgAdv Sys Mgmt CAL 1.2 Win NT English NA SEL Sys Mgmt CAL 2.0 Win NT Sys Mgmt CAL 2.0 Win NT VUP Sys Mgmt Svr 1.2 Disk Kit CD Sys Mgmt Svr 1.2 Doc Sys Mgmt Svr 1.2 English NA SEL Sys Mgmt Svr 1.2 English NA VUP SEL Sys Mgmt Svr 1.2 Patch CD SP2 Sys Mgmt Svr 1.2 Patch CD SP3 Sys Mgmt Svr 1.2 Patch CD SP4 Sys Mgmt Svr 2.0 Sys Mgmt Svr 2.0 Disk Kit CD Sys Mgmt Svr 2.0 Disk Kit CD Sys Mgmt Svr 2.0 DocKit Sys Mgmt Svr 2.0 VUP SysteMgmt Clnt Access Lic Upg. Adv. SysteMgmt Svr Upg. Adv. 9 9 - 328 Page 8 of 14 Lic $228 Lic 9" Lic Lic Lic CD CD Lic CD Lic Lic Lic Docs Lic Lic Docs CD Docs Lic Lic Lic CD Doc Lic Lic CD Lic CD Lic Lic Lic Lic Lic Lic Lic CD Docs CD CD Lic Lic Lic Lic CD Docs Lic Lic CD CD CD Lic CD CD N/S Lic Lic Lic $23. 5403 $13. $13. S115 513. S102 S74. S38. S31. S2,0 51,9 $40. $13. $44. 520, $442 5222 513. 590. 537. S245 513. S2 S Sl,o 523, 51,1 S 1,0 52,1 S 1,5 S797 513. 531. 513. S13. 562. $25. 525. 512. 513. 571. $290 S73. $13. 513. $13. S290 $13. $1- $1. S148 $13. $160 9:32 AM -"qw GOVERNMENT PRICE LIST Page 9 of 14 252.260-540 531-00026 Team Mgr 32 Bit Win Upg. Adv. Lic $25. _.� 252-260-540 531-00025 Team Mgr 32-Bit Win Upg. Adv. Plus Lic 525. 252-260-540 531-00030 Team Mgr 97 32 Bit Win Lic $46. 715-100-880 531-00010 Team Mgr 9732-Bit Win Doc Docs 510. 252-260-540 531-00014 Team Mgr 97 32-Bit Win Media 3.5 Disk S17. 252-260-540 658-00002 Transaction Svr 1.0 Disk Kit CD CD S 13. 252-260-540 2031056-045 VB Ent 4.0 Win Disk Kit CD CD 513. 252-260-540 361-00406 VB Ent 5.0 Win32 Disk Kit CD • Com CD $17. 252-260-540 361-00211 VB Ent 5.0 Win32 Disk Kit CD RISC CD 513. 252-260-540 361-00291 VB Ent 5.0 Win32 Disk Kit CD Trans Svr CD $13. 252-260-540 361-00587 VB Ent 6.0 Win32 Lic 5796 252-260-540 361-00588 VB Ent 6.0 Win32 VersUpg Lic S505 252-260-540 361-00447 VB Ent 6.0 Win32 Disk Kit CD All Sets CD $17. 252-260-540 203-056-045 VB Pro 4.0 Win Disk Kit CD CD 513. 252-260-540 203-00492 VB Pro 5.0 Win32 Disk Kit CD • Com CD 513. 252-260-540 203-00655 VB Pro 6.0 Win32 Lic $327 252-260-540 203-00656 VB Pro 6.0 Win32 CmpUpg Lic 5180 252-260-540 203-00712 VB Pro 6.0 Win32 VersUpg Lic $138 252-260-540 203-00512 VB Pro 6.0 Win32 Disk Kit CD All Sets CD 515. 252-260-540 046-052-045 VB Std 4.0 Win32 Disk Kit CD CD 513. 252-260-540 046.00063 VB Std 5.0 Win32 Disk Kit CD Lmg Com CD 513. 252-260-540 046-00542 VB Std 6.0 Win32 Lmg Lic $61. 252-260-540 046-00541 VB SW 6.0 Win32 VersUpg Lmg Lic 534. 252-260-540 . 046-00395 VB Std 6.0 Win32 Disk Kit CD Lmg All Sets CD $17. 715-100-880 046-00573 VB Std 6.0 Win32 DocKit Lmg Docs 510. 715-100-880 2031055-005 VBasic Ent 4.0 V Win Doc Docs 540. 715-100-880 361-00094 VBasic Ent 5.0 32-Bit Win Doc Full Docs 526. `l 252-260.540 361-00160 VBasic V Win Ent Ed Upg. Adv. Lic $246 252-260-540 203-W249 VBasic f/ Win Pro Ed Upg. Adv. Lic 5122 252-260-540 046-00258 VBasic Lmg Ed f/ 32-Bit Win Upg. Adv. Lic $41. 715-100-880 203-055-045 VBasic Pro 4.0 f/ Win Doc Docs $31. 252-260-540 203-054-045 VBasic Pro 4.0 f/ Win Media 3.5 Disk S26. 715-100-880 203-00096 VBasic Pro 5.0 32-Bit Win Doc Full Docs 522. 715-100-880 203-00096 VBasic Std 4.0 32-Bit Win Doc Docs $40. 252-260-540 046-051-225 VBasic Std 4.0 32-Bit Win Media 3.5 Disk 517. 715-100-880 046-00147 VBasic Std 5.0 32-Bit Win Doc Lmg Docs 513. 252-260-540 562-00160 VC++ Ent 5.0 Win32 Disk Kit CD • CD 513. 252-260-540 562-00176 VC++ Ent 6.0 Win32 Lic S796 252-260-540 562-00177 VC++ Ent 6.0 Win32 VersUpg Lic 5505 252-260-540 562-00147 VC++ Ent 6.0 Win32 Disk Kit CD All Sets CD 517. 252-260-540 562-00097 VC++ Ent f/ 32-Bit Win Upg. Adv. Lic 5600 252-260-540 254-00033 VC++ Lmg Edtn 5.0 Win32 Disk Kit CD CD 513. 715-I00-880 048-00115 VC++ Pro 5.0 32-Bit Win Doc Docs 531. 252-260-540 048-00228 VC++ Pro 5.0 Win32 Disk Kit CD CD 513. 252-260-540 048-00077 VC++ Pro 5.0 Win32 Disk Kit CD RISC CD 513. 252-260-540 048-00246 VC++ Pro 6.0 Win32 Lic $327 252-260-540 048-00245 VC++ Pro 6.0 Win32 CmpUpg Lic 5180 252-260-540 048-00288 VC++ Pro 6.0 Win32 VersUpg Lic S139 252-260-540 048-00213 VC++ Pro 6.0 Win32 Disk Kit CD All Sets CD S 15. 252-260-540 048-00041 VC++ Pro Ed f/ Win Upg. Adv. Lic $189 715-100-880 254-055-010 VC++ Std 1.52 Cross Platf/m Doc Does 531. 252-260-540 254-00014 VC++ Std 1.52 Win Disk Kit CD CD 513. 252-260-540 048-175-020 VC++ Std 2.0 Win NT Sup CD MIP CD 513. 715-100-880 048-175-015 VC++ Std 2.0 f/ Win NT Doc MIP Docs 517. 715-100-880 254-00006 VC++ Std 4.0 Doc Docs 513. 252-260-540 254-00007 VC++ Std 4.0 Win Disk Kit CD CD 513. 252-260-540 254-00067 VC++ Std 6.0 Win32 Lic $61. Thursday, March 25, 1999 r 9:32 AM GOVERNMENT PRICE LIST Page 10 of 14 252-260-540 254-00069 VC++ Std 6.0 Win32 VersUpg Lie $34. 252-260-540 254-00044 VC++ Std 6.0 Win32 Disk Kit CD All Sets CD 715-100-880 254-00064 VC++ Std 6.0 Win32 DoeKit Does 252-260-540 215-00284 VFoxPro f/ The Mac Upg. Adv. Lie $80. 715-100-880 215-099.160 VFoxPro Pro 2.6 f/ Dos Doc Does S57. 252-260-540 215-095.263 VFoxPro Pro 2.6 f/ Dos Media 3.5 Disk S22. 715-100-880 2151096-035 VFoxPro Pro 2.6 f/ Mac Doc Does $49. 252-260-540 215-096.266 VFoxPro Pro 2.6 fJ Mac Media 3.5 Disk $31. 252-260-540 215-051.262 VFoxPro Pro 2.6 f/ Win Media 3.5 Disk 526. 715-100-980 340-00096 VFoxPro Pro 3.0 f/ Mac Doc Does $31. 252-260-540 2151052-423 VFoxPro Pro 3.0 Win Disk Kit CD CD 513. 715-100-880 340-00203 VFoxPro Pro 5.0 32-Bit Win Doc Does S8.8 252-260-540 340-00201 VFoxPro Pro 5.0 32-Bit Win Media 3.5 Disk 522. 252-260-540 340-00596 VFoxPro Pro 5.0 Win32 Disk Kit CD • CD S13. 252-260-540 340-00621 VFoxPro Pro 6.0 Win32 Lie $327 252-260-540 340-00623 VFoxPro Pro 6.0 Win32 CmpUpg Lie 5180 252-260-540 340-00697 VFoxPro Pro 6.0 Win32 VemUpg Lie S138 252-260.540 340-WS86 VFoxPro Pro 6.0 Win32 Disk Kit CD All Sets CD S15. 252-260-540 340-00438 VFoxPro Pro V Win Upg. Adv. Lie $172 252-260-540 215-095-262 VFoxPro Std 2.6 V Dos Media 3.5 Disk S13. 715-100-880 215-0%-205 VFoxPro Std 2.6 V Mac Doc Does S40• 252-260-540 215-0%-169 VFoxPro Std 2.6 V Mac Media 3.5 Disk 517. 715-100-880 215-050-160 VFoxPro Std 2.6 V Win Doc Does S57• 252-260-540 215-051-261 VFoxPro Std 2.617 Win Media 3.5 Disk S17. 252-260-540 340-00142 VFoxPro Std 3.0 f/ Mac Media 3.5 Disk $40• 715-100-880 215-050-125 VFoxPro Std 3.0 V Win Doc Does 517. 252-260-540 215-051-423 VFoxPro Std 3.0 V Win Media 3.5 Disk S21; 252-260-540 340-00094 VFoxPro Std 3.0 Mac Disk Kit CD CD 5 252-260-540 215-052-423 VFoxPro Std 3.0 Win Disk Kit CD CD S1,. 252-260-540 215-00286 VFoxPro Std. Ed f/ Win Upg. Adv. Lie 548. 252-260-540 547-00153 VInterDev 1.0 Win32 Disk Kit CD • CD $13. 252-260-540 547-00169 VlnterDev 6.0 Win32 Pro Lie $327 252-260-540 547-00170 VlnterDev 6.0 Win32 CmpUpg Pro Lie $180 252-260-540 547-00246 VlnterDev 6.0 Win32 VersUpg Pro Lie $138 252-260-540 547-00147 VlnterDev 6.0 Win32 Disk Kit CD Pro CD $15. 252-260-540 547-00094 VInterDev U 32-Bit Win Upg. Adv. Lie S161 715-100-880 561-00007 VJ++ Pro 1.1 32-Bit Win Doc Does 513. 252-260-540 561-00193 VJ++ Pro 1.1 Win32 Disk Kit CD All Sets CD 513. 252-260-540 561-00186 VJ++ Pro 6.0 Win32 Disk Kit CD All Sets CD S15. 252-260-540 560-M32 VJ++ SW 6.0 Win32 Disk Kit CD All Sets CD $22. 252-260-540 561-00071 VJ++Upg. Adv. Lie $45. 252-260-540 324-00065 VSourceSafe 4.0 CrossPlat Disk Kit CD CD S13. 252-260-540 324-00098 VSourceSafe 5.0 CrossPlat Disk Kit CD CD $13. 252-260-540 324-00314 VSourceSafe 6.0 Win32 Lie $327 252-260-540 324-00350 VSourceSafe 6.0 Win32 CmpUpg Lie $180 252-260-540 324-00306 VSourceSafe 6.0 Win32 VersUpg Lie 5138 252-260-540 324-00283 VSourceSafe 6.0 Win32 Disk Kit CD All Sets CD 515. 715-100-880 324-055-025 VSrceSafe 4.0 Cross Platf/m Doc Does S17. 252-260-540 324-054-M VSrceSafe 4.0 Cross Platf/m Media 3.5 Disk S13. 715-100-880 324-00149 VSr=Safe 5.0 Cross PlwVm Doc Does 517. 252-260-540 324-00147 VSrceSafe 5.0 Cross Platf/m Media 3.5 Disk $17. 252-260.540 628-00246 VStudio Ent Edtn 6.0 Win32 Lie 5983 252-260-540 628-00229 VStudio Ent Edtn 6.0 Win32 VersUpg Lie S7' 252-260-540 628-00148 VStudio Ent Edtn 6.0 Win32 CD All Sets CD S2, 252-260.540 628-00366 VStudio Ent Edtn 6.0 Win32 CD MSDN LBR CD $13. 252-260-540 628-00336 VStudio Ent Edtn 6.0 Win32 CD RISC CD S17. 252-260-540 628-00339 VStudio Ent Edtn 6.0 Win32 CD VJ++ Pro CD S22. J Thursday, March 25, 1999 9:32 AM I.- n- GOVERNMENT PRICE LIST Page 1 I of 14 715.100-880 628-00327 VStudio Ent Edtn 6.0 Win32 DocKit Docs $13. 252-260-540 628-00129 VStudio Ent Edtn 97 Win32 CD All Sets CD $17. 715-100-980 628-00019 VStudio Ent. Ed. 97 32-Bit Win Doc Docs S13. 252-260-540 628-00047 VStudio Ent. Ed. f/ 32-Bit Win Upg. Adv. Lic $868 252-260-540 659-00252 VStudio Pro 6.0 Win32 Lic 5655 252-260-540 659-00235 VStudio Pro 6.0 Win32 CmpUpg Lic S361 252-260-540 659-00337 VStudio Pro 6.0 Win32 VersUpg Lic S278 252-260-540 659-00152 VStudio Pro 6.0 Win32 Disk Kit CD All Sets CD 522. 715-100-880 659-00195 VStudio Pro 6.0 Win32 DocKit Docs 59.8 252-260-540 659-00135 VStudio Pro 97 Win32 Disk Kit CD • CD 517. - 252-260-540 659-00048 VStudio Pro Ed f/ 32-Bit Win Upg. Adv. Lic $427 252-590-540 050-050V3I VL Win 3.11 Lic 545. 252-590-540 050-031-792 Win 3.11 Media 3.5 Disk 513. 715-I00-880 050-030-400 Win 3.11 Doc Docs 513. 252-590-540 050-050-31 VL Win 3.11 Vers Upg. Lic S35, 252-590-540 533-00041 Win 32-Bit Family Upg. Adv. Lic S129 _ 715-100-980 050-030-900 Win 95 Doc Docs 510. 252-590-540 050-050-95VL Win 95 Vets Upg. Lic 578. - 252.590.540 362-00368 Win and Win 95 Upg. Adv. Lic $106 252-590-540 207-050V31VL Win 17 Wrkgrps 3.11 Lic $65. 252-590-540 207-051-466 Win f/ Wrkgrps 3.11 Media 3.5 Disk 517. 252-590-540 207-651-345 Win V Wrkgrps 3.11 Media 3.5 Add -on Disk $17. 252-590-540 207-851 V3 l VL Win 17 Wrkgrps 3.11 Add -on 17 Dos Lic S 16. 252-590-540 . 207-651V3IVL Win f/ Wrkgrps 3.11 Add -on f/ Win 3.1 Users Lic 521. 715-100-880 207-050-238 Win V Wrkgrps 3.11 Doc Docs 517. - 715-100-980 207-050-163 Win f/ Wrkgrps 3.11 Doc Add -on Docs S13. - 252-590-540 207.650V3I VL Win f/ Wrkgrps 3.11 Vers Upg. Lic 521. 252-590-540 207-00259 Win 17 Wrkgrps Upg. Adv. Lic 5106 252-590-540 2272075V40VL Win NT Clnt Access 4.0 Lic S19. 252-590-540 227427-40VL Win NT Clnt Access 4.0 Crap. Upg. Lic $9.8 252-590-540 227327-40VL Win NT Cint Access Lic Vers Upg. Lic 59.8 252-590-540 351-00336 Win NT Clnt Access Upg. Adv. Lic S10. _ 252-590-540 779-00128 Win NT Svr - Ent 4.0 Lic $1,4 252-260-540 779-00154 Win NT Svr - Ent 4.0 Prod Upgd Lic Sl, I = 252-590-540 779-00142 Win NT Svr - Ent Upg. Adv. Lic $1.4 252-260-540 227-075-115 Win NT Svr 3.51 Sup CD w/Boot Disks CD $13. 252-590-540 2273275V40VL Win NT Svr 4.0 Lic $382 252-260-540 227-01315 Win NT Svr 4.0 Disk Kit CD SP4 CD $22. 715-100-880 227-00316 Win NT Svr 4.0 Doc Docs $22. 252-590-540 2273575-40VL Win NT Svr Cmp. Upg. Lic $191 252-260-540 779-00412 Win NT Svr Ent 4.0 CD w/Boot Disks SP4 CD $22. _= 252-030-540 063-00077 Win NT Svr Terminal 4.0 Lic $191 = 715-100-880 063-00008 Win NT Svr Trmnl 4.0 DocKit Doc S13. 252-260-540 A02-00027 Win NT Svr Trmnl CAL 4.0 NA SEL Lic $65. 252-260-540 A02-00028 Win NT Svr Trmnl CAL 4.0 NA WAH SEL Lic S26. 252-260-540 A02-00042 Win NT Svr Trmnl CAL NA UpgAdv SEL Lic $44. 252-260-540 B96-00004 Win NT Svr Trmnl InterConn 4.0 NA SEL Lic 57,8 = 252-590-540 227-00499 Win NT Svr Upg. Adv. Lic S212 252-590-540 2273475-40VL Win NT Svr Vers Upg. Lic 5191 252-590-540 236-074V40VL Win NT Wkstn 4.0 Cmp Upg Lic 5148 -_ 252-590-540 236-00558 Win NT WrkStn ITimeUp Lic S81. - 715-100-880 236-074-610 Win NT WrkStn 3.51 Doc Docs 517. 252-590-540 236-074-605 Win NT WrkSm 3.51 Media 3.5 Disk S35. 252.260-540 236-00493 Win NT Wrkstn 3.51 Patch CD SP5 CD $13. 252-260.540 236-075-130 Win NT Wrksm 3.51 Sup CD CD $13. 715-100.880 236-00037 Win NT WrkStn 4.0 Doc Direct Docs $13. 252-260-540 236-00036 Win NT Wrksm 4.0 Disk Kit CD Boot Dsks CD 513. �9- 328 - Thursday, March 25, 1999 9:32 AM L GOVERNMENT PRICE LIST Page 12 of 14 252-260-540 236-00860 Win NT Wrkstn 4.0 Sup CD ZAK CD $13. - 252-590-540 236-274-40VL Win NT WrkStn 4.0 Upg. from Win NT 3.X Lie SO' 252-260-540 236-01724 Win NT Wrkstn 4.Oa Patch CD SP4 CD 1 - 252-260-540 236-01724 Win NT Wrkstn 4.Oa Patch CD SP4 CD S13. 252-260-540 236-01723 Win NT Wrkstn 4.Oa Patch CD SP4 CD 513. ►4 252-260-540 236-01723 Win NT Wrkstn 4.Oa Patch CD SP4 CD 513. 252-590-540 236-00516 Win NT WrkStn Upg. Adv. Lie 5129 252-590-540 799-00019 WinCE Tool Kit f/ VB 5.0 f/32-Bit Win Lie 5120 252-590-540 799-00027 WinCE Tool Kit f/ VB f/ 32-Bit Win UpgAdv Lie 585. _ 252-590-540 695-00038 WinCE Tool Kit f/ VC++ 5.0 f/ 32-Bit Win Lie 5120 252-590-540 695-00039 WinCE Tool Kit f/ VC++ 5.0 f/ Win VerUpg Lie 566. 252-590-540 695-00048 WinCE Tool Kit f/ VC++ f/ Win UpgAdv Lie S85. 252-590-540 800-00025 WinCE Tool Kit f/ VJ++ f/ Win UpgAdv Lie $42. 252-260-540 799-00034 WinCE ToolKit for VB 5.0 Disk Kit CD CD 513. - 252-260-540 695-00055 WinCE ToolKit for VC++ 5.0 Disk Kit CD CD 513. 252.260-540 050-052-920 Windows 95 Disk Kit CD Upg Boot Disks CD $13. s 252-260-540 362-00042 Windows 95 Patch CD SP CD 513. 252-260-540 362-00502 Windows 95 Sup CD ZAK CD $13. 252-590.540 730-00019 Windows 98 Disk Kit 3.5 HD /Upg CCP Disk $44. 715-100-880 730-00012 Windows 98 DocKit Doc $10. 252-030-540 730.00370 Windows 98 Vets Upg Lie $78. 252-260-540 730-00018 Windows 98 Disk Kit CD /Upg CCP CD $13. -- 252-260-540 730-01075 Windows 98 Patch CD CD $13. =_ 252.260-540 . 730-00672 Windows 98 Sup CD ZAK CD $13. 252-260-540 852-00206 Windows NT Option Pack 4.0 Lie 559. 252-260-540 059-075-011 Word 6.0 Win NT Sup CD CD $13. 252-030-540 034-095V60VL Word 6.0 f/ Dos Lie $148 - 252-030-540 034-095-U l Word 6.017 Dos Media 3.5 Disk $l 715-100-880 034-199-845 Word 6.0 f/ Dos Doc Does $31. 252-030-540 034-095-60VL Word 6.0 f/ Dos Vets Upg. Lie 581. 252-030-540 059-050V60VL Word 6.0 0 Win Lie $148 252-030-540 059-150-60VL Word 6.0 fl Win Cmp. Upg. Lie S81. 715-100-880 059-150-736 Word 6.0 f/ Win Doc Does S26• 252-030-540 059-151-855 Word 6.0 f/ Win Media 3.5 Disk $17. 252-030-540 059-075V60VL Word 6.0 V Win NT Lie $148 252-030-540 059-175.60VL Word 6.0 f/ Win NT Cmp. Upg. Lie 581. 252-030-540 059-050-60VL Word 6.0 V Win Vets Upg. Lie S81. _- _ 252.030-540 034-196V60VL Word 6.0 ODA Converter Kit f/ The Mac Lie $51. 252-030-540 059-151 V60VL Word 6.0 ODA Converter Kit f/ Win Lie $51. _ 252-030-540 059-176V60VL Word 6.0 ODA Converter Kit V Win NT Lie $51. - 252-920-540 053-096V60VL Word 6.0 Proofing Tools f/ The Mac Lie S37. - 252-030-540 034-196-147 Word 6.01 U Mac Media 3.5 Disk S17. _ 252-030-540 034-096V6AVL Word 6.01 V The Mac Lie $148 = 252-03N540 034-096-6AVL Word 6.01 f/ The Mac Vets Upg. Lie $81. - 252-030-540 059-054-050 Word 7.0 (95) 32-Bit Win Media 3.5 Disk S17. - 715-100-880 059-054-100 Word 7.0 (95) 32-Bit Win Doc Does 513. - 252-920-540 053-050V70VL Word 7.0 (95) Proofing Tools f/ Win Lie $40. 715-100-880 059-00503 Word 97 32-Bit Win Doc Does $26. = 252-030-540 059-00502 Word 97 32-Bit Win Media 3.5 Com Disk S31. = 252-030-540 059-01163 Word 97 f/ Win 95 Lie $148 252-030.540 059-01162 Word 97 f/ Win 95 Cmp. Upg. Lie S54. -_ _= 252-030.540 059-0I 164 Word 97 f/ Win 95 Vers Upg. Lie $54. _ -_ 252-260.540 059-01812 Word 97SR2 Win32 Disk Kit CD Com CD S1? 252-260.540 059-00542 Word 98 Mac Disk Kit CD PwrMac CD $13 252-030.540 059-01698 Word 98 Mac Version Upg. Lie $91, _ -_ 252-030-540 268-096-010 Word Assistant 1.0 f/ Mac Sup 3.5" Disk $19. 252-030.540 268-051-059 Word Assistant 1.0 Win Disk Kit 3.5" Disk $19. _ gg-2 Thursday, March 25, 1999 9:32 AM 'A.,, GOVERNMENT PRICE LIST Page 13 of 14 252-030-540 059.00764 Word f/ Dos Upg. Adv. Lic $80. 252-030-540 059.00743 Word f/ The Mac Upg. Adv. Lic S80. 252-030-540 059-00747 Word f/ Win NT Upg. Adv. Lic S80. 252-030-540 059-00741 Word f/ Win Upg. Adv. Lic $80. 715-100-880 059-150-245 Word f/ Win, Mac/ Win NT 6.00 Doc Set Docs S26. 252-030-540 059-01696 Word Mac 98 Lic S148 252-260-540 112-00014 WordfExcel Bundle 97 Win NT CD Com CD $13. 715-100-880 070-099-582 Works 3.0 f/ Dos Doc • Docs S13. 252-030-540 070-295-397 Works 3.0 U Dos Media 3.5 Disk S13. 715-100-880 070-096-290 Works 3.0 f/ Mac Doc** Docs $13. 252-030-540 070-096-540 Works 3.0 f/ Mac Media 3.5 Disk $13. 715-100-880 070-050-303 Works 3.0 f/ Win Doc Docs S13. 252-030-540 070-051-472 Works 3.0 f/ Win Media 3.5 Disk $13. 252-030-540 070-054-088 Works 4.0 32-Bit Win Media 3.5 Non Disk S17. 252-030-540 070-196-40VL Works 4.0 V Mac Cmp. Upg. Lic S27. 252-030-540 070-096V40VL Works 4.0 f/ Mac Lic S32. 715-100-880 070-096-402 Works 4.0 V Mac Doc Docs S13. 252-030-540 070-096-541 Works 4.0 f/ Mac Media 3.5 Disk S13. 252-030.540 070-096-406 Works 4.0 f/ Mac Media 3.5 PwrMac Disk S13. 252-030-540 070-096-40VL Works 4.0 f/ Mac Vers Upg. Lic S27. 715-100-880 070-055-001 Works 4.0 f/ Win 95 Doc Docs $13. 252-030-540 070-054-001 Works 4.017 Win 95 Media 3.5 Disk S17. 252-260-540 070-088-014 Works 4.0 Mac Sup CD CD S13. 252-030-540 070-00858 Works 4.5 f/ 32-Bit Win Lic S32. 252-030-540 • 070-00860 Works 4.5 f/ 32-Bit Win CmpUpg Lic S27. 252-030-540 070-00859 Works 4.5 f/ 32-Bit Win VerUpg Lic $27. 252-260-540 070-00971 Works 4.5 Win32 Disk Kit CD Refresh Com CD $13. 715-100-880 070-00695 Works 4.5 Win32 Manuals Docs S9.8 252-260-540 070-01141 Worsts 4.5 Win32 Patch CD Com CD $13. 252-030-540 0704M51 Works f/ Dos Upg. Adv. Lic 523. 252-030-540 070-00444 Works f/ The Mac Upg. Adv. Lic $23. 252-030-540 070-00442 Works f/ Win Upg. Adv. Lic $23. 252-260-540 368-00001 WorksBkshlf 4.0 Win32 Disk Kit CD CD $13. Comprehensive Disk(Cd)Set **one time** 252-260-540 691-00007 Select Application pool set (Group l)Cmprehens Cd S120 252-260-540 69340007 Select Svr pool set (Group I)Cmpnehensive Cd $100 252-260-540 692-00007 Select System pool set (Group I)Cmprehensive Cd S100 Subscription Disk (Cd) Set every 45 days f/ I year 252-260-540 691-00008 Select Application pool set (Group 1) Subscription Cd $320 252-260-540 693-00008 Select Svr pool set (Group 1) Subscription Cd S320 252-260-540 692-00008 Select System pool set (Group 1) Subscription Cd $320 Delete 723-00224 BackOffice SBS 4.0 Disk Kit CD 2 Clt CD Delete 723-00225 BackOffice SBS 4.0 Disk Kit CD 25 Clt CRYPTO CD Delete 509-00463 Intemt Explorer 4.01 Win32 Disk Kit CD Admin Kit CD Delete 068-00100 Mail Syr Disk Kit OPEN 3.5 HD Mail Serializer 3.5 Delete 068-00099 Mail Svr Disk Kit SEL 3.5 HD Mail Serializer 3.5 Delete 02I-02082 Office 97SRI Win32 Patch CD CD Delete 21 I-00143 SNA Syr 4.0 Disk Kit CD CD Delete 211-00257 SNA Svr 4.0 Patch CD SPI CD Delete 852-00219 WinNT Option Pak 4.0 Disk Kit CD CD Delete 779-00346 WinNT Svr Ent 4.0 Disk Kit CD w/Boot Disks CD Delete 779-00359 WinNT Svr Ent 4.0 Disk Kit CD w/Boot Disks CRYPTO CD Delete 063-00146 WinNT Svr Trmnl 4.0 Disk Kit CD CRYPTO CD Delete 236-00789 WinNT Wrkstn 4.0 Patch CD SP3 CRYPTO CD Delete 236-01176 WinNT Wrkstn 4.0 Patch CD SP4 CRYPTO CD Delete 236-00711 WinNT Wrkstn 4.0 Patch Only CD SP2 CRYPTO CD Delete 236-00791 WinNT Wrksm 4.0 Patch CD SP3 CD Thursday, March 25, 1999 9J - 9:32 AM GOVERNMENT PRICE LIST Delete 236-01177 New B5I-00053 New 271-00617 New 271-00616 New 236-01723 New 236-01724 Adds 623-00063 Adds 271-174V12VL Adds 271-075-12VL Adds 271-075VI2VL Adds B96-00004 Adds A02-OW28 Adds A02-00027 Adds A 18-00080 Adds A02-00042 Thursday, March 25, 1999 WinNT Wrkstn 4.0 Patch CD SP4 Svcs for Unix I.Oa Disk Kit CD Sys Mgmt Svr 2.0 DocKit Sys Mgmt Svr 2.0 Disk Kit CD WinNT Wrkstn 4.Oa Patch CD SP4 CRYPTO WinNT Wrkstn 4.Oa Patch CD SP4 Com Internt Sys 2.5 English VPUP SEL Sys Mgmt CAL 1.2 WinNT English NA SEL Sys Mgmt Svr 1.2 English NA VUP SEL Sys Mgmt Svr 1.2 English NA SEL WinNT Svr Ttmnl InterConn 4.0 English NA SEL WinNT Svr Trmnl CAL 4.0 English NA WAH SEL WinNT Svr Tnnnl CAL 4.0 English NA SEL Site Svr CAL English NA UpgAdv SEL WinNT Svr Tnnnl CAL English NA UpgAdv SEL Page 14 of 14 CD CD N/S CD CD CD Lic Lic Lic Lic Lic Lic Lic Lic Lic 99- '28 9:32AM s ORDERING INSTRUCTIONS Page I of I Wareforce, Inc, ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F95-3987659-001 VENDOR: Wareforce, Inc. (A) STREET ADDRESS OR P.O. BOX: 2361 Rosecrans, Ste. 155 CITY, STATE, ZIP: El Segundo, CA 90245 TELEPHONE: (310) 725-5555 TOLL FREE NO.: (800) 777-9309 ORDERING FAX NO.: (310)725-5589 or (800) 392-5727 REMIT ADDRESS: P.O. Box 100092 CITY, STATE, ZIP: Pasadena, CA 91189-0092 PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: Dennis Hardison, GovL Acct. Mgr. Or Govt. Team Danny Roach, Education Acct. Mgr. Or Education Team *See Attached Contact Sheet ADDRESS: 2361 Rosecrans, Ste. 155 CITY, STATE, ZIP: El Segundo, CA 90245 TELEPHONE: GovL (310) 725.5580 Ed. (310) 725-5501 TOLL FREE NO.: (800) 777-9309) (15580 Govt./x5501 Ed.) URL HOME PAGE ADDRESS: httpJ/www.wamforce.com ELECTRONIC MAIL ADDRESS: flgov(a)wareforce.com fled(a?,wareforce.com WAREFORCE CONTACT SHEET The numbers below provide direct access to the primary point of contact within the appropriate State of Florida support team. These teams can also be reached using the call routing menu of Wareforce accessible at 1-800-777-9309. In order to minimize the points of contact for all State of Florida employees, Wareforce has designated one person on each team as a primary point of contact. When that line is busy, or there is no answer your call will automatically be routed to the next support team member. If busy or no answer, your call is then routed back to the voice mail of the primary support contact. Voice mail will be returned within 2 hours. By utilizing this dedicated team approach in comparison to a non -dedicated customer service division, Wareforce is able to provide a higher level of customer service to all State of Florida employees with greater familiarity of specific needs and contract requirements. Government Agency Pricing and Availability (800) 777-9309 ext. 5580 flgov@wamforce.com Government Agency Order Status (800) 777-9309 ext. 2484 flgov@wareforce.com Goverment Agency Ordering Facsimile (800) 392-5727 Educational Institution Pricing Availability (800) 777-9309 ext. 5520 fled@warefome.com (Rev 1 Sep 97) Educational Institution Order Status (Rev 1 Sep 97) Educational Institution Ordering Facsimile (800) 777-9309 ext. 5520 fled@warefome.com (800)392-5727 • Pricing and availability may be obtained from 10:00 am - 8:00 pm EST Monday - Friday. • Orders may be faxed 24 hours a day seven days a week. • Orders requiring immediate/ovemight shipping will have freight added to invoice as a separate item. Thursday, March 25, 1999 99- 328 10:38AM h ■ I BID NO. 96-97-109/2001 AMENDED OTR YEARS: FIRST RENEWAL NAME OF BID: TELECOMMUNICATIONS WIRING SERVICES CONTRACT PERIOD: FEBRUARY 13, 1999 THROUGH FEBRUARY 12, 2000 ORIG CONTRACT PERIOD: FEBRUARY 13, 1998 THROUGH FEBRUARY 12, 1999 COMMODITY CODE: 939-72 TERM OF CONTRACT: ONE YEAR OTR FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS METHOD OF AWARD: LOWEST FIXED PRICE SECTION #1 VENDORS AWARDED VENDOR NAME MIAMI BUSINESS TELEPHONE QUALITY WIRING INC FL INTRANET GROUP STREET: 7178-B SW 47 ST. 10300 SUNSET DR, STE 414 12350 SW 132 CT, #1 14 CITY/STATE/ZIP: MIAMI, FL 33155 MIAMI, FL 33173 MIAMI, FL 33186 CONTACT: MARILYN FERRERA DENNIS G. DANDRINOS ROGER DOMINGUEZ PHONE #: (305) 669-6164 (305) 595-5691 (305) 235-9548 FAX #: (305) 669-5422 (305) 595-0558 (305) 253-7076 TERMS: NET 30 N/A NET 30 DELIVERY: 3 CALENDAR DAYS NIA 5 CALENDAR DAYS ITEMS AWARDED: PRIMARY VENDOR SECONDARY VENDOR SECONDARY VENDOR SECTION #2 AWARD INFORMATION C.C. AWARD DATE: )ANUARY 13, 1998 AMENDED AMOUNT: NO AGENDA ITEM #: CA-16 SPECIAL CONDITIONS: YES RESOLUTION NO: 98-14 INSURANCE REQUIREMENT: YES TOTAL AWARD AMOUNT: 200,000.00 SECTION #3 AFFIRMATIVE ACTION POLICY YES SECTION #4 REQUESTING DEPARTMENT INFORMATION USER DEPARTMENT/DIVISION: INFORMATION TECHNOLOGY CONTRACT ADMINISTRATOR: ELAINE BUZA TELEPHONE NO.: (305) 416-1509 FAX NO. (305) 416-2150 SECTION #5 PROCURING AGENCY SENIOR BUYER: PAMELA BURNS DATE PREPARED: FEBRUARY 13, 1997 TELEPHONE NO: (305) 416-1905 FAX: (305) 416-1925 99- 328 Directions: Please Attach supporting documents. All sections must be comp, excluding "CRC Comments." •- DATE.7/24/98 DEPARTMENT/DIVISION: INFORMATION TECHNOLOGY CITY MANAGERS OFFICE CONTACT PERSON/CONTACT NUMBER Aldo Stancato 416-1505 CONTRACTING RESOLUTION NUMBN, ER: 98-620 u BID/PROJECT NUMBER: 97-98489 98 JUL 27 PM 13 (IF APPLICABLE) BUDGETARY INFORMATION: Are funds budgeted? YES: ® NO: ❑ if Yes, TOTAL DOLLAR AMOUNT: $300,000.00 Z EXPENSE ❑ REVENUE SOURCE OF FUNDS: ACCOUNT CODES) Various Departinents If grant funded, is there a City match requirement? YES: ❑ NO: ❑ AMOUNT: Are matching funds Budgeted? YES: ❑ NO: ❑ Account Code(s): TERMS OF CONTRACT: Effective Date: As soon as possible I Escalating Clause, if any: Contract Period (s): 3 years Penalties, (if any), for termination: Payment terms: If grant fimded, list restrictions/requirements, if applicable: SUMMARY/DESCRIPTION OF CONTRACT OR AGREEMENT Is this an extension? YES: ❑ NO: ® Reason for Extension: If YES, actual expenditures in previous contract Year Summary/Description of Contract or Agreement: Frame Relay is a telecommunications network service that will connect City sites for the purpose of computer communications. JUSTIFICATION FOR CONTRACT OR AGREEMENT (Include why it is needed, consequences if not authorized or approved and time constraints, if any.) Frame relay services will be used to establish enterprise wide computer connectivity and will replace the current INET bsed infrastructu= which was originally placed into service in 1988. The current infrastructure is outdated and does not provide adequate reliability and communications speeds to support today's applications; (e.g. electronic mail and client server applications) and future applications (e.g., Imaging, video conferencing) METHOD OF PURCHASE (If applicable) ❑ Telephone quotes ® Formal Bid/Proposal (include bid tabulation/proposal ranking) ❑ Written quotes ❑ Single Purchase - ❑ Negotiated purchase ❑ Short -Term contract ❑ Sole Source (include documentation) ❑ Tenn of Contract ❑ Bid Waiver (include documentation) ❑ Lease (Type: ) PREVIOUS AWARDS OF BIDS (IF APPLICABLE) From most recent: 1. - 2. - CRC CO Approval: Date• .7 Donald H. Warshaw,, City Manager Approval: ) Gam G , L' Date: �a Financial Oversight Board�� .,.f"<•c/ate ���...kac�t �.�.�:�/• �.-o 09- 320 t.- AWARDED UNDER. STATE OF FLORIDA CONTRACT NOS. 250-040-99-1, 973-561-98-1, 250-050-97-1, AND 252-001-97-1 CITY OF MIAMI BID NO. 96-97-109 & RFP NO.97-98-089 ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: RECOMMENDATION: 9 AwardUnderStateContracts fy- New Computer Hardware and Software ITD Short Term This acquisition will enable ITD to complete the Local Area Network for the City. It is recommended that award be made to various vendors, awarded under State of Florida Contract Nos. 250-040-991-, 973-561-98-1, 250-050-97-1, 252-001-97-1, subject to subsequent renewals by the State of Florida, City of Miami Telecommunication Wiring Bid No. 96-97-109 and Frame Relay RFP No. 97-98-089, in an amount not to exceed $1,500,000. Directo ch ing _4, 15 �� ate