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