Loading...
HomeMy WebLinkAboutR-99-08230 J-99-876 10/13/99 M, RESOLUTION NO . 8 23 A RESOLUTION, WITH ATTACHMENT(S) O� MIAMI CITY COMMISSION By THE (4/5rxs) AFFIRMATIVE `� OF APPROVING AND CONFIRMING THE ,CITY RATIFYING, FINDING OF AN EMERGENCY, AND AUTHORIZING AN EXTENSION TO THE CONSULTING AGREEMENT WITH MODIS CORPORA T.ZON RVICES SEPTEMBER 30, 1999 TO NOVEMBER FROM UTILIZING EXISTING STATE 5, 1999, NEGOTIATED AGREEMENT PRICE SCHEDULE FLORIDA CONTRACT N0. (SNAPS) 973-584-99-1 PROCUREMENT OF COMPUTER , FOR THE CONSULTING SERVICES FOR THE DEPARTMENT GENERAL SERVICES INCREASING STRATION PAYMENT FOR ASAID ISERVICES, IN THE AMOUNT OF $35,000, FROM $125,000 TO FURTHER AUTHORIZING THE CITY $160,000; EXECUTE AMENDMENT N0. 2 TO SAID AGREEMENT, MANAGER' TO SUBSTANTIALLY THE ATTACHED FORM• IN FUNDS THEREFOR FROM ; ALLOCATING ADMINISTRATION, GENERAL OPERAING GENERAL SERVICES ACCOUNT CODE NO. 503001.420905 6T340. BUDGET, WHEREAS, Resolution No. 98-656, adopted June 23 approved a contract with CCG S1998, ystems, Inc exceed $75,000in an amount not to , for the procurement . training of the Fleet installation and related Management Software System for the Departments of General Services Administration and and Fire -Rescue; WHEREAS, Resolution No. 98-931, adopted September 28, authorized the 1998, City Manager to execute a Consulting Services ATTACH?AF T,1 1 CON TMME) _ _ Off �E �OS1' CC, T 2 6 1999 Resolution No. gq~� Agreement with Modis Solutions, in an. amount not to exceed $50,0001 for the procurement of computer programming services for a period of six months, with the option to renew said agreement for an additional six month period; and WHEREAS, Resolution No. 99-191, adopted March 23, 1999, authorized an Addendum to the Consulting Services Agreement for six months from March 29, 1999 to September. 29, 1999, increasing payment for said services in the amount of $75,000, from $50,000 to $125,000, with Modis Corporation, for the continuation of computer programming services utilizing the existing State of Florida Contract No. 973-584-99-1; and WHEREAS, there is a need to continue consulting services for the completion of this project; and WHEREAS, the City Manager, made a written finding that an emergency existed and authorized an extension to the Consulting Services Agreement with Modis Corporation under existing State of Florida Negotiated Agreement Price Schedule (SNAPS) Contract No. 973-584-99-1, in an amount not to exceed $35,000; and WHEREAS, funding is available from the General Services Administration, General Operating Budget, Account Code No. 503001.420905.6.340; and NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the 2 - �^ 823 Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in the Section. Section 2. By a four -fifth stns (4/ ) affirmative vote of the members of the City Commission, the City Manager's finding of an emergency, are hereby ratified, approved and confirmed, the City Manager is hereby authorized./ to execute Amendment No. 2 to the Consulting Services Agreement, in substantially the attached form, with Modis Cnrnn,-,f r______ November 5, 1999, utilizing existing State of Florida Negotiated Agreement Price Schedule (SNAPS) Contract No. 973-584-99-1, for the procurement of computer programming consulting services for the Department of General Services Administration, and increasing payment for said services in the amount of $35,000, from $125,000 to $160,000; with funds therefor hereby allocated from General Services Administration, General Operating Budget, Account Code No. 503001.420905.6.340. Section 3. This Resolution shall become effective �i The herein authorization is further subject requirements that may be imposed by the Cit to compliance with all limited to those prescribed b Y Attorney, including but not provisions. Y applicable City Charter and Code 3 - 99- 823 immediately upon its adoption and signature of the Mayoral PASSED AND ADOPTED this 26th day of October 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,& becomes effective with the elapse of ten (10) day from the ate of Cam ssicn c'ion regarding same, without the Mayor exe rsi eto. ATTEST: �! aite . F man, City Clerk WALTER J. FOEMAN CITY CLERK �w _ APP IT ATTORNEY 42:RCL CTNESS:t If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 4 - 99-- 823 =w AMENDMENT NO.2 TO CONSULTING SERVICES AGREEMENT This Agreement is entered into this _ day of 199_ (but effective as of September 30, 1999) by and between the City of Miami, a municipal corporation of the State of Florida ("City"), and Modis Solutions, formerly Openware, a Florida corporation ("Modis"), for the purpose of amending that certain Consulting Services Agreement dated November 15, 1998, as amended b Amendment No. 1, dated March 30, 1999, between the City and Modis (the "Agreement"). y RECITALS WHEREAS, the Agreement expires on September 29, 1999; and WHEREAS, pursuant to Resolution No. the City Commission approved the extension of the term of the Agreement and the allocation of the sum of up to $35,000, for the payment of compensation during the extended term. NOW, THEREFORE, in consideration of the foregoing and of the mutual agreements and covenants of the parties as set forth in the Agreement, the City and Modis agree as follows: TERMS I• Extension of Term: The term is hereby extended until November 5, 1999. The City shall have the option to further extend the tern for an additional period not to exceed one (1) year, subject to availability of fimds and extension of the underlying State Contract. 2• Compensation: The amount of compensation to be paid by the City to Modis, hereby shall be based on an hourly rate not to exceed $65.00, provided that the amount of compensation payable through November 5, 1999 and including optional period, shall not exceed the sum of $35,000. 3• Approval by the Oversight Board: The State of Florida has appointed an Emergency Financial Oversight Board (the "Oversight Board") which is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not be binding on the City until such time as they have been approved by the Oversight Board. Attestation of this Agreement by the City Clerk shall constitu evidence of its approval by the Oversight Board. te Except as specifically provided herein, all of the terms and provisions of the Agreement shall remain in effect. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: Waiter Foeman, City Clerk BY; CITY OF MIAMI, a municipal corporation Donald H. Warshaw, City Manager 99- 823 AMENDMENT NO.2 TO CONSULTING SERVICES AGREEMENT This Agreement is entered into this _ dayf o199� (but effective as of September 30, 1999) by and between the City of Miami, a municipal corporation of the State of Florida ("City"), and Modis Solutions, formerly Openware, a Florida corporation ("Modis"), for the purpose of amending that certain Consulting Services Agreement dated November 15, 1998, as amended by Amendment No. 1, dated March 30, 1999, between the City and Modis (the "Agreement"). RECITALS WHEREAS, the Agreement expires on September 29, 1999; and WHEREAS, pursuant to Resolution No. , the City Commission approved the extension of the term of the Agreement and the allocation of the sum of up to $35,000, for the payment of compensation during the extended term. NOW, THEREFORE, in consideration of the foregoing and of the mutual agreements and covenants of the parties as set forth in the Agreement, the City and Modis agree as follows: TERMS I• Extension of Term: The term is hereby extended until November 5, 1999. The City shall have the option to further extend the term for an additional period not to exceed one (1) year, subject to availability of funds and extension of the underlying State Contract. 2• Comp_ensation: The amount of compensation to be paid by the City to Modis, hereby shall be based on an hourly rate not to exceed $65.00, provided that the amount of compensation payable through November 5, 1999 and including optional period, shall not exceed the sum of $35,000. 3, Approval by the Oversight Board: The State of Florida has appointed an Emergency Financial Oversight Board (the "Oversight Board") which is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not be binding on the City until such time as they have been approved by the Oversight Board. Attestation of this Agreement by the City Clerk shall constitute evidence of its approval by the Oversight Board. Except as specifically provided herein, all of the terms and provisions of the Agreement shall remain in effect. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: CITY OF MIAMI, a municipal corporation Walter Foeman, City Clerk By. Donald H. Warshaw, City Manager 99-- 823 ATTEST: Print Name: Title: APPROVED AS TO FORM AND CORRECTNESS: ALEJANDRO VILARELLO City Attorney Modis Solutions, formerly Openware, A Florida corporation By: Print Name: Title: APPROVED AS TO INSURANCE REQUIREMENTS: MARIO SOLDEVILLA Administrator Risk Management Division 99- 823 CITY OF MIAMI, FLORIDA @ 22 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM :---,� Do H. Warshaw City Manager RECOMMENDATION DATE: OCT 1 8 1999 FILE : SUBJECT: Resolution Ratifying City Manager's Action REFERENCES: Extension of Computer ENCLOSURES: Programming Services It is respectfully recommended that the City Commission approve, ratify and confirm, by a four - fifths (4/56') affirmative vote, the City Manager's finding that an emergency need existed in approving the continuation of computer programming services with Modis Solutions, until November 5a', 1999, utilizing existing State of Florida Contract No. 973-584-99-1, subject to further extensions by the State, fiirther increasing the contract for said services in an amount not to exceed $35,000, for a total contract amount of $160,000, for the Department of General Services Administration. Funding is available from the General Services Administration, General Operating Budget, Account Code No. 503001.420905.6.340. BACKGROUND With the passage of Resolution No. 98-656, adopted June 23, 1998, the City of Miami began the process of acquiring and installing a computerized Fleet Management Software System for the Department of General Services Administration (GSA). Subsequently, Resolution No. 98-931, adopted September 28, 1998, authorized a professional services agreement with Modis Solutions for the procurement of computer programming services for a six (6) month period. Furthermore, Resolution No. 99-191, adopted March 23, 1999, authorized the continuation of these services under an existing State of Florida Contract No. 973-584-99-1. The existing computer programming services were scheduled to terminate on September 29, 1999. In anticipation thereof, the General Services Administration Department requested and was granted City Manager's finding that an emergency existed for the continuation of computer programming services with Modis Solutions, under existing State of Florida Contract No. 973-584-99-1, until November 5, 1999, in the amount of $35,000, Failure to renew the contract with Modis Solutions would negatively impact the Fleet Management Software System Project in several ways, they include: 1) The FASTER C/S System is not complete. Numerous tasks within the system still need to be completed; 2) Due to the large number of fleet employees using the system and the lack of computer knowledge, an individual is needed on -site to answer questions, ensure adequate instruction, and problem solve real -life situations; 3) An individual is necessary, on a daily basis, to provide support to the 31 computer users currently on the new network; 4) There is a cost savings to the City by implementing this new system as soon as possible. Currently, Information Technology (IT) is paying $3,000/month maintenance on a computer that is only being used to run the old.Work Order System; 5) Modis Solutions has been 0g- 823 Honorable Mayor and Members of the City Commission Page 2 of 2 involved with this system from its inception. The loss of their expertise, at this stage, could jeopardize the successful completion of this project; 6) Y2K commitments will occupy Information Technology staff through the end of this year, malting it impossible for another IT staff member to absorb the responsibilities of this contract programmer; and 7) The old Work Order System currently in use is not year 2000 compliant, so migration must be completed for Property Maintenance and possibly others, before November 30, 1999. Modis Solutions has agreed to the contract renewal and will provide these services under the same terms, conditions, and pricing. DHW c� 7/11 99- 823 TO: Donald H. Warshaw City Manager FROM: D&ean� /l1� Dean De J Acting Director General Services Administration CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: SUBJECT: Resolution Ratifying City Manger's Action REFERENCES: Extension of Computer ENCLOSURES: Programming Services FILE: Please find the attached package for inclusion on the next available Commission Agenda. Should you have any questions or need additional information, please contact me at 575-5130. Your attention to this matter is greatly appreciated. DDJ/1l AttachmeQ ° \ 99 - 823 t '1 Zv CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM f3C , lla Donald H. Warshaw TO: City Manager FROM: ^4' Dean De on Acting Director General Services Administration DATE September 9, 1999 SUBJECT: Emergency Extension of Existing Contract �5 ADM-002 FILE: REFERENCES: Installation of Computerized ENCLOSURES: Fleet Management and Work Order System With the passage of Resolution 98-656 on June 23, 1998, the City of Miami began the process of acquiring and installing a computerized Fleet Management System for General Services Administration. In August of this year we were able to begin some initial training. We anticipate a "go live" start up date of late October or early November. In addition we need to adopt the work order portion of the system to other city entities such as the Parks Department and the Property Maintenance Division. In August of 1998 Information Technology contracted with the modis Solutions for programming services. Mr. Frank Lizardo, from modis Solutions was assigned to the Fleet project. He has become the in-house expert. Unfortunately, the City's contract with modis Solutions expires at the end of this month. The loss of Mr. Lizardo's service will negatively impact on our project in several ways. They include: ♦ The FASTER C/S System is not complete. Numerous task within the system still need to be completed which include building and modifying table files & equipment codes, editing & updating numerous equipment records, building & editing repair codes, among many other tasks. Numerous issues still remain with the mechanics' workstations, which require setup, configuration and system administration. ♦ The first round of training was completed by CCG Systems Inc. Due to the large number of our fleet employees using the system and the lack of computer knowledge, an individual needs to be on -site to answer questions, ensure adequate instruction, and problem solve real -life situations. ♦ There are currently 31 computers on the new network. There are issues that arise on a daily basis that require someone to assist our department in a timely fashion. ♦ There is a cost savings to City by implementing this systems as son as possible. Currently, IT is paying $3,000/month maintenance on a computer that is only being used to run the old Work Order System. ♦ This individual has been involved with this system from its inception. The loss of his expertise at this stage could jeopardize the successful completion of this project. • We are very satisfied with the work this individual has performed for the City of Miami. • Information technology's staff is committed to bringing all legacy applications to Year 2000 compliance, completing the expansion of the City's network, replacing all non-Y2K compliant PCs, and migrating PC operating systems and office automation products to Y2K compliant platforms. through the end of this year, making These commitments will occupy IT staff it impossible for another IT staff member to absorb the responsibilities of this contract programmer. • Old Work Order System currently in use is not year 2000 must be completed for Property Maintenance, compliant, so migration 1999. maybe others?, before November 30, Based on alI these factors I am requesting undinemnrganency three month extension of the existing contract with maths Solutions. F will be from the General Services Administration amount not to exceed $35,000.00 dmmtstrat7o Code 503001.420905.6.340. n Ge r ting Budget Account cro Er We will of course prepare all necessary legislation, contract extension documents, etc. fo City Commission ratification upon your approval. Attached lease find a copy of letter from & Solutions. Thank you for your consideration in this matter. r on . Warshaw top City Manager Date Office of Budget and Management Analysis Approval: Account Code: � 3ti-O Amount: dam, 2�,c 4� `� Lui Le Bre Acting Director DHW/RMMD!/om Attachment 4ft4*who NNRNOUN a a%* map IEN am 5in5 ;b VbrWod b►: �10N117't11R! in -FYd-000 99- 823 _,........ m ._, �.� JWV1 UI •llll Vl 011111111 • J J UJ 0•Y1211tl • t„1l UI PII OWI VU:1 UY:/ VV1V •ff G/ G a;" MC, falve "Opm"re Seplumber 8, 1999 1Vis. Neyda Galvez City of Miami 444 SW 2nd Avenue Sth Floor - IT Miami, FL 33130 Door Me. Galvcz: Per our conversation today T M wtidug to coar2m that we agree to the contract reacwal, for Franklin Liulto. of three months. or loth if necessary. the rate will rMwn at $65.00 per hour. Our suite UM COntract eantMLt expires November S, 1999, but we have every expectation and intention to rwww it. If there are any further questions TvgM44g these isgucs pieaee £eel frlx to cont'et me at (904)360-2148. R4W. Mier bA Rewu= Business Develo modtt Solutions, formerly Openwarc 1 Independent Dave, f Mh Floor . la&lw llle, Florida 32202 • (9D4) 360-2100 • fax (904) 360-2199 • www.openware com 99— 823 CON' h 4CT REVIEW AND AN'SYS FOR1�I Directions: Please Attu pporting documents. All sections must be cote` d, excluding "CRC Comments'•. Date: _20 September 1999 DEPARTMENT/DIVISION: GENERAL SERVICES ADMINISTRATION CONTRACTING PERSON/CONTACT NUMBER: Lourdes Lopez (305) 575-5130 CONTRACTING ENTITY: Modis Solutions, , formerly Openware RESOLUTION NUMBER: Reso. BID : State Florida 973-584-99-1 BUDGETARY INFORMATION: Are funds budgeted? YES ® ( If Applicable) NO ❑ If yes, TOTAL DOLLAR AMOUNT: S35,000 (FY 2000) ® EXPENSE ❑ REVENUE SOURCE OF FUNDS: General Services Adm. ACCOUNT CODE(S) General Operating Budget _5.03001.420905.6.340 If grant funded, is there a City match requirement? YES ❑ NO ❑ AMOUNT: Are matched funds Budgeted? YES ❑ NO ❑ Account Code(s): TERMS OF CONTRACT: Effective Date: Commencing September 30, 1999 to November 5, 1999, subject to State of Florida renewal Escalating Clause, if N/A any: Contract Period (s)� Reso. 98-931-six months w/ OTR for 6 months Reso 99 191 six month extension granted Payment terms: Penalties, (if any), for termination: N/A If grant funded, list restrictionstrequirements, if applicable: N/A SUMMARY/DESCRIPTION OF CONTRACT OR AGREEMENTS Is this an extension? YES ® NO . Reason for Extension: To continue providing programming. services If YES, actual expenditures in previous contract $75,000. Total amount of expenditure of contract is $125,000. Year Summary/Description of Contract or Agreement: To extend the contract until November 5, 1999, subiect to State of Florida contract renewal and increasing contract amount for these services in the amount of $35,000, for a total contract amount of $160.000. JUSTIFICATION FOR CONTRACT OR AGREEMENT (Include why it is needed, consequences ifnot authorized or approved and time constraints, ifany.) Pursuant to Reso. No. 98-656, the City of Miami began the process of acquiring and instaawg a com uterized Fleet Mn Software System. Subsequently, Reso. No. 98-931, authorized the execution of a professional services agreement with Modts Solutions,under SNAPS No 991855 for a six month period with o tion to extend. Extension was award No. 99-191. Due to the urgency to meet Y2K Compliance and time sensitive of the pro �' r Reso. grarrim Mg commitments already underway and the in-house experience offered by Modis it necessitates that the services be extended METHOD OF PURCHASE (If applicable) ❑ Telephone quotes ❑ Single Purchase ❑ Written quotes ❑ Short -Term Contract ❑ Negotiated Purchase ❑ t.eue (Type:_ ) ❑ Sole Source (include documentation) ® Term of Contract ❑ Bid Waiver (include documentation) ❑ Formal Bid/Proposal (include bid tabulatiordproposal ranking) PREVIOUS AWARDS OF BID (IF APPLICABLE) CRC COMMENTS: From most recent: 1) 2) 3) Approval Donald H. Warshaw, City Manager Date: Approval: Financial Oversight Board Date: 823 7 "7""'T1°""•�"R._ ICL JtN .. :1J-_..-.._ 1 V c V.M I,U. VV4 I .V4 fJ AMEND) ENT TO - COMULTIN SERVICES AGRE)EMF.NT This Agreement is entered into this 30th day of March, 1999, by and between the City of Miami, a municipal corporation of the State of Florida (the "City'), and Openware, A modis Solutions Company, a Florida corporation ("modis), for the purpose of amending that certain Consulting Services Agreement dated November 15,1998 between the City and modis (the "Agreement"). RECITALS: Whereas, the Agreement expires on March 29'b, 1999; and e Why, pursuant to Resolution No. 99-191, the City Commission approved the extension of the term of the Agreement and the allocation of the sum of up to $75,000, for the payment of compensation during the extended term. NOW. THEREFORE, in consideration of the foregoing and of the mutual agreements and covenants of the parties as set forth in the Agreement, the City and modis agree as follows: L Extenalon of Term: The term is hereby extended for a period of six (6) months from March 30,1999 to September 30, 1999 (the "Extended Term"). 2. Compensation: The amount of compensation to be paid by the City to modis shall be based on an hourly rate not to exceed $65.00. During the Extended Term, the amount of compensation payable to modis shall not exceed the sum of $75,000. 3. Apnrovai by the ve sagBoard: The State of Florida has appointed an Emergency Financial Oversight Board (the "Oversight Board") which is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not be binding on the city until such time as they have been approved by the Oversight Board. Attestation of this Agreement by the City Clerk shall constitute evidence of its approval by the Oversight Board. Except as specifically provided herein, all of the terms and provisions of the Agreement shall remain in effect. N WnNESS 'WHEREOF, the parties hereto have executed this Addendum as of the day and year *ve vvi°dtten. ATTEST' _ _ •_ - CitAIH4, a municipal corporation , By 4 City Clerk" Dos aw, City Manager 99-- 823 J-99-206 3/22/98 r-L - 0c 1 77 1,) • )4 IVU VVO r VG r S^ a rr's: 4'. RESOLUTION N0. 9 9- 19 1 A RESOLUTION OF THE MIAMI CITY COMMISSION, AUTHORIZING A SIX MONTH EXTENSION, FROM MARCO 29 - SEPTEMBER 29, 1999, TO THE PROFESSIONAL SERVICES AGREEMENT WITH KODZS CORPORATION UNDER EXISTING STATE OF FLORIDA CONTRACT N0. 973-584-99-1, FOR THE PROCUREMENT OF COMPUTER PROGRAMMING SERVICES FOR THE DEPARTMENT OF INFORMATION TECHNOLOGY, AND INCREASING PAYMENT FOR SAID SERVICES IN THE AMOUNT OF $75,000, FROM $50,000 TO $125,000; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO SAID AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO EVIDENCE SAID EXTENSION; ALLOCATING FUNDS TREREFOR FROM ACCOUNT CODE NO. 001000.460101.6.270. WHEREAS, pursuant to Resolution No. 98-931, adopted September 28, 1998, the City Commission authorized the execution of a professional services agreement with Modis. Corporation under State of Florida Negotiated Price Agreement (SNAPS) No. 991855 for a period of Sias months for the procurement of contract Programming services for the Department of Information - Technology; and WHEREAS, the SNAPS contract will expire on March 29, 1999, and Nadia Corporation, in anticipation thereof, has entered into a contract with the State of Florida; and WHEREAS, the City continues to require uninterrupted CZTt em 861=M CAP MAR 231999 99- 823 L• Otp J•JJ NU.VVb r.VJ PI'og'rau ing services for YEAR 2000 technical preparations; and M8RRAS, Modis Corporation agrees to maintain the original Price, terms and conditions for said services under State of Florida Contract No. 973-584--99-1 for a period of six months, and MMRRA.S, funds are available from Account Code No. 001000.460101.6.270; and WHBRRAS, the City Manager and the Director of Information Technology recommend extending the agreement with Modis Corporation, under existing State of Florida Contract No. 973-584-99-1, for an additional six month period and incr®asing payment for said services in the amount of $75,000; NOW, THBRSFORR, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. - Section 2. A six month extension, from March 29 - September 29, 1999, to the professional services agreement with No is Corporatism, under existing State of Florida Contract No. 973-584-99-1, for the procurement of computer programming services for the Department of Information Technology, is hereby authorized and the payment for said services is hereby increased in the amount of $75, 000, from $50, 000 to $125, 000, with funds 2 - i7e7— � � 823 I L L +Ei 7 therefor hereby allocated No. 001000.460101.6.270. JCr 11 Vz' 1V JJ 14U VVV I .V". from Account Cade section 3. The City Manager is hereby authorizedl/ to execute an amendment, in a form acceptable to the City Attorney, to said agreement to evidence said extension. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayoral. PASSED AND ADOPTED this 23rd day of March 1999. JOB CAROLLO, MAYOR In accordance with Miami Code Sec. 2-38, since the Mayor did not Indicate approve{ of this legislation by signing It In the designated place provided, said legislation now Becomes effeeft with the elapse of ten (10) days m th a of ion action ATTEST: regarding Sams, without the Mayor a rd iQALT131� J . - Watter J. Footman, City Cleric CITY CLERK AND CORRECTNESS-& 68:CSK:ESS:RCL i/ The herein authorization is further subject to Compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code 21 previsions. If the mayor does not sign this Resolution, it shall became effective at the and 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 Comission, .gyp - 3 99- 823 wia,; . ccrc.;ter iD 30�10-2150 OCT 1�9 9 38 No 005 P.05 ADUF .r; sy 4w a ,NDLIM TO � )NSIIi.T! C S RVI �S AG THIS ADDFNUIJM is made this lj- `"day of 1998, and is incorporated into and made a part of that certain Consulting Services Agreement (the "Agreement") dated of even date herewith between Openware, A modis Solutions Company ("modlV') and the City of Miami ("Client") `I.l TERM: The terns of this Agreement shall be six (0) months commencing on 1998. Client shall have the right to extend the term for an additional six (6) months period under the same terms. 2. COMPENSATION: (a) The amount of compensation payable by the City to modis shall be based on the hourly rates described in Attachment "A" hereto, which by this reference is incorporated into this Agreement; provided, however, that i» no event shall the amount of compensation payable hereunder exceed $50,000 during the term hereof. (b) Payment shall be made within forty five (45) days after receipt of mod v's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. if mudi.v is entitled to reimbursement of travel expenses, then all bills for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. (c) Modis represents to the Client that the hourly rate charged to the Client hereunder shall not be less favorable than those applicable under existing State of Florida Negotiated Agreement Price Schedule (SNAPS) No. 991855. 3. AUDiT AND INSPECTION RIGHT'S: The Client may, at reasonable times, and for a period of up to three (3) years following the date of final payment hereunder, audit, or cause to be audited, those books and records of modiv which are related to modis's performance under this Agreement. molds agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. 4. AWARD OF AGREEMENT; modis represents and warrants to the Client that it has not employed or retained any person or company employed by the Client to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any persoai any fee, commission, percentage, br'okcrage fee, or gill of any kind contingent upon or in connection with, the award of this Agreement. S. PUBLIC: RECORDS: . modis understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the Client and the public to all documents suhiect to disclosure under applicable law. modk's failure or refusal to comply with the provisions of this section shall constitute an event of default under this Agreement. 99- 823 of Mcomputer 13: 305-416-2150 OCT 13'9 9:39 No.005 P.06 6, NONDTSClt1Ni1N_ AT10 Mrxiis represents and warran °,o the Client that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with it's performance under this Agreement on account of race, color, sex, religion, age. handicap, marital status or national origin. modis further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded !'rom participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 7. INDEPENDENT ONTRACTSH. moths has been procured and is being engaged to provide Consultants to the Client as an independent contractor, and not as an agent or employee of the Client. Accordingly. no Consultant rendering services to the City under this Agreement shall attain, or be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City of Miami, nor any rights generally afforded classified or unclassified employees. mmihr understands and agrees that Florida Workers' Compensation benefits available to employees of the City arc not available to the Consultants, and agrees to provide workers' compensation insurance for the Consultants rendering services to the Client under this Agreement. 8. CONTINGENCY CLAUSE: , funding for this Agreement is contingent on the availability of funds and is subject to amendment or termination due to lack or reduction of funds upon thirty (30) days notice. 9. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. 10. APPROVAL BY THY, OVERST U*I" HOARD: The State of Florida has appointed an Emergency Financial Oversight Board (the "Oversight Board') which is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not be binding on the city until such time as they have been approved by the Oversight Board. Execution of this Agreement by the City Manager shall constitute evidence of its approval by the Oversight Board. In the event of A conflict between the provisions of the Agreement and this Addendum, the provisions of this Addendum shall control. - IN WITNESS WHEREOF, the parties licreto have executed this Addendum as of the day and year above written. "Client" CITY OF MiAMI, a municipal ATTEST: corporation Bykald---- - Wa �rFan, City C crk Do Ii. Warshaw, City Manager 99- 84.0 :y of Miami computer ID 05-416-2150 GCT 98 9:39 No.005 P.07 0, x ' "motlis" QMPAW Upcnware, A modis Solution QW011, a bA corporation ATTEST: Print Name: Print Name: Rwrfrt b, W Title: Corporate Secretary Title: president APPROVE 0 FORM AND APPROVED AS TO INSURANCH COR N .. S: RE -Quilt NTS: Vilarello Mario Soldcvilla, Administrator ity Attorney �}/ Risk Management Division 99- 823 11/03/98 08:16 Openware A modis Solutions Company Consulting Services Agreement This agreement is entered into on November 15, 1998 by Openware, A modis Solutions Company, (hereinafter referred to as modis) and the City of Miami (hereinafter referred to as Client), whose address is 444 SW 2nd Avenue, Miami, Florida 33130 1. modis is in the business of providing consulting services. 2. Client has requested that modis provide consulting services to Client through Consultants (hereafter "Consultants' who are approved by Client. This Agreement sets forth the terms on which modis has agreed to provide such services to Client and the compensation which Client has agreed to pay to modis. 3. modis shall provide to Client the names, resumes, and hourly rates of Consultants whom modis believes may be acceptable to Client. Client shall have sole responsibility and discretion to determine whether any Consultant is suitable and whether to contract with modis for the services of any Consultant referred by modis. If Client determines that any Consultant is suitable, Client shall so notify modis and modis shall direct the Consultant to render services for Client and Client shall pay modis the specified hourly rate for time spent by the Consultant rendering services to Client: Payment shall be made every.30 days and within 45 days of modis's invoice to Client. 4. Upon Client's decision to contract a modis Consultant, modis will provide an Engagement Letter for each Consultant which will reference the specific Consultant assigned to the engagement, the expected duration, rate, and anticipated duties. 5. modis's standard fee for permanent placement of candidates presented to Client is 25% of candidate's annualized remuneration. As the Client is a government agency this fee will be waived after the candidate has worked as a consultant at the Client site for no less than 12 contiguous months. Initial Initial 6. modis agrees not to hire or solicit employment of any employees of Client with whom modis comes into contact as a result of work under this agreement during the term of this agreement and for 6 months after termination of last engagement. Client agrees not to hire or solicit the employment of any Consultant assigned to Client during the term of such Consultant's engagement and for six months after the termination of the engagement. modis reserves the right to waive this provision in the event that modis and Consultant mutually agree that Consultant should join Client staff. 7. Any fees due from Client to modis which are not paid when due shall bear interest until paid in full at the rate of one and one-half percent (1 %) per month and Client shall pay all modis's costs of collection, including reasonable attorney's fees. 8. Client shall not refer any Consultants presented by modis during the selection process for any Client contracting engagements or permanent placement positions to any company or individual outside of Client employ without written authorization from modis. I1002 1 Independent Drive . 10th Floor . Jacksonville, Fl. 32202 . 9041360-2100 . 904/360-2199 fax • www openwere.00m S9- 823 f r 9. Client acknowledges and agrees that any Consultant may discontinue rendering services for modis and Client at any time. modis does not guarantee to Client that any Consultant will render services for any specified period of time. However, as a standard practice, and whenever possible, modis agrees to provide a two (2) week written notice of any Consultant's departure from the engagement if it takes place before its scheduled completion. In addition, modis agrees to make a best effort to replace that Consultant in such a way as to minimize the impact of Consultant's departure to Client. Should the Client find the candidate unsatisfactory to perform the duties required by client within the first two weeks of service under this contract the client may request that modis replace this candidate with there being no charge for the first two weeks of the initial candidate. Should the client find the candidate unsatisfactory to perform the duties required by client after the initial two weeks and modis replaces this candidate the client will not be billed for the initial two weeks of the new candidate. The client will be billed for all hours worked by the initial candidate if he/she has worked in excess of the original two week period. Initial Initial 10. modis acknowledges and agrees that Client may discontinue use of Consultant's services with three (3) days written notice to modis. In the case of dissatisfactory services by the Consultant, this three (3) days notice period may be waived. 11. All secrets or confidential or proprietary information of Client disclosed to modis's Consultants or other representatives shall be regarded as having been disclosed in confidence and shall not be passed on to any third party or in any way utilized by modis during or following the termination of this agreement, unless by prior written agreement of Client. All secrets or confidential or proprietary information of modis disclosed to Client shall be regarded as having been disclosed in confidence and shall not be passed on to a third party or in any way utilized by Client during or following the termination of this agreement, unless by prior written agreement of modis. 12. Client agrees that modis's liability for acts and omissions allegedly causing property damage to Client's property shall be limited to the amount of modis's applicable liability insurance and shall not exceed the cost to repair or replace damaged property. (if necessary) the 13. Neither Client nor modis shall have any liability to the other for lost profits or other consequential damages. 14. Any suit on any claim of either Client or modis against the other for property damage or bodily or other injury shall be brought within one (1) year of the date of the act causing the damage of injury. 15. modis subscribes to Equal Opportunity practices of the Federal and State governments, We will refer all qualified candidates without regard to race, color, national origin, sex, age, physical handicap or medical condition. 16. This agreement shall be governed by Florida law. 17. The addendum attached hereto is incorporated into and made part of this agreement. 99- 823 Open a dis pelre, OIS utions Group - modis By: Its: L. . ......................................................................... City of Miami ml -.Qbnald H. Warshaw) City Manager By: Its: APPR D %0NORR ECTN C" ATTORNLV 99- 823 J-98-970 9/17/98 RESOLUTION NO. 9 9 31 A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH AGGREEREEMODIS, UNDER STATE OF FLORIDA NEGOTIATED FOR THE AGREEMENT PRICE SCHEDULE (SNAPS) NO. 991855, PROCUREMENT OF COMPUTER PROGRAMMING SERVICES, FOR A PERIOD OF SIX (6) MONTHS, FOR THE DEPARTMENT OF INFORMATION TECHNOLOGY, IN AN AMOUNT NOT TO EXCEED $50,000, WITH THE OPTION TO EXTEND SAID AGREEMENT FOR AN ADDITIONAL SIX-MONTH PERIOD, SUBJECT TO THE RENEWAL OF THE STATE OF FLORIDA SNAPS CONTRACT; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.460101.6.270. ------------ WHEREAS, August 26, 1998, the programmer for the Cityis Payroll/Personnel system resigned from the Department of Information Technology; and WHEREAS, the urgency and time sensitivity of the programming involved require that programming services be obtained immediately; and WHEREAS, Nodis has contract programmers available that are fully trained in XGEN, the fourth generation language used in'all our new development, and in ANSI COBOL; and WHEREAS, funds are Information Technology, available from the Department of General Fund Account Code C ftr QN G SEP 28 �98 823 r v� No. 001000.460101.6.270.; and WHEREAS, the City Manager and the Director of Information Technology recommend the procurement of computer programming service from Modis, under existing State of Florida SNAPS No. 991855, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISION 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 City Manager is hereby authorizedl/ to execute an agreement, in a form acceptable to the City Attorney, with Modis, under existing State of Florida Negotiated Agreement Price Schedule (SNAPS) No. 991855, for the procurement of computer programming service, for a period of six (6) months, for the Department of Information Technology, at an amount not to exceed $50,000.00, with the option to extend said Agreement for an additional six-month period, subject to the renewal of the State of Florida SNAPS contract, with funds therefor hereby 1 The herein authorization is further subject to ' be i � compliance with all requirements that may imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. 09 - 823 - 2 - allocated from Account Code No. 001000.460101.6.270. Section 3. - This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2/ PASSED AND ADOPTED this 28th day of September 1998. JOE CAROLLO, MAYOR ba=vft=with Miami Code Sec. R-N, since the Mayor did not indicate a t4islation by signing It in the designated place provided, said leplsi for at of Gffscdve With the elapse of ten 10 da s JMayor� � Y m the date of Co . ,lss;cn ac; cr OD �. Without the ATTEST: to, W her man, City Clerk WALTER I.T. FOEMAN CITY CLERK TO YORM ANj)7 CORRECTNESS :n ATTORNEY W2917:CSK:kc 2/ 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 immediately upon override of the veto by the City Commission. effective 823 3 - J-98-654 6/12/96 , Cg_ v -Al JJ i f_ L J l.v. . vv l 1 . vL SL' h RESOLUTION NO. 9S - Ab h' A RESOLUTION, BY A 4/5THS AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION, AFTER A DULY ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING THAT COMPETITIVE SEALED BIDDING PROCEDURES ARE NOT PRACTICAL AND ADVANTAGEOUS FOR THE PROCUREMENT, INSTALLATION, AND RELATED TRAINING OF A FLEET MANAGEMENT SOFTWARE SYSTEM FOR THE DEPARTMENTS OF GENERAL SERVICES ADMINISTRATION (GSA), FLEET MANAGEMENT DIVISION AND FIRE -RESCUE, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES AND APPROVING A CONTRACT AWARD TO CCO SYSTEMS, INC., AT A TOTAL AMOUNT NOT TO EXCEED $75,000.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, "WORK ORDER AND PROJECT MANAGEMENT SYSTEM", PROJECT NO. 311604. WHEREAS, a Fleet Management Software System is critical to the ability of the Department of General Services Administration's Fleet Management Division and the Fire -Rescue Maintenance Garage to provide records management, improve efficiency, and realize operational savings; and WHEREAS, for the peat eight months the Departments of General Services Administration, Fire -Rescue, Information Technology and Purchasing have been identifying, evaluating and developing the best available system to meet the city's needs; and WHEREAS, due to the amount of time already invested In the process of acquiring JUN 2 3 1998 aa.QaU*M Ito. 99- 8203 fLL JCS if 77 14-Ju iVu.uuf r vo (D5 07) said system; it is not practical or advantageous for the competitive sealed bidding process; and WHEREAS, the City Manager has determined that it is practical and advantageous to waive competitive sealed bids and proceed with the award of this contract to CCG Systems, Inc,; and WHEREAS, funds for this service are available from the Capital Improvement Program, "Work Order and Project Management System", Project No. 311604; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommend that the requirements for competitive formal sealed bids be waived and the procurement, installation and related training for 'a Fleet Management Software System from CG Systems, Inc., 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. By a four -fifths (4151") affirmative vote of the members of the City Commission, after a duly advertised public hearing, the City Commission hereby ratifies, approves, and confirms the City Manager's finding that competitive bidding procedures are not practical or advantageous for the procurement, installation, and related training of a Fleet Management Software System, for the Departments of General Services Administration, Fleet Management Division and Fire -Rescue, waiving the requirements for competitive sealed bidding procedures and approving a contract award to CCG Systems, Inc., at a total amount not to exceed $75,000.00, with funds therefor hereby allocated 0 99- 823 I C.L • JGN 11 7J 1 "JV IYV VV I 1 V�1 eh~ F* Z �ird3• from the Capital Improvement Program, "Work Order and Project Management System Project NO, 311604, Section 3, This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED thIS23rd day of June _ _ , 1998. JOE CAROLLO, MAYOR r In awwftncs with MIS" Code Sec. 2.38, since the Mayor did not Indicate approval of th;s !.,yislation by signing it In the designated place provided, said legis!atian rot./ bees effective with the elapse of ton (I.o) ys from the date of ' ss!cn acticn ATTEST: n�rodmg same' wrthoul the Mayor ¢ a veto. i a oeman, City Clark W/ALTER J. FOEMAN, CITY CLERK CORRECTNESS ATT6NEY W/2662:csk:ORS O " W's- .. • - 'f1 # 99 - 823 SNAPS AGREEMENT TITLE: CONSUL lik- TS, COMPUTER AGREEMENT NUMBER :991855 # TERM OF AGREEMENT: Begin date: 03-30-1998 End date, 03-29-1999 VENDOR: MODIS I INDEPENDENT DR JACKSONVILLE, FL 32202- SPURS NO: P650000600-001 bIBE CODE: NON -MINORITY (A) CONTACT: TIMOTHY MCLEAN FX 904-360-2515 PHONE: 800-666-0730 COMMODITY CLASS: 991 COMMODITY GROUP: 155 DELIVERY: 14 Days ARO WARRANTY :1 week APPROVED PRICE SCHEDULE & DATE: 1.) Price list of ecitve 03/30/1998 until 03/29!1999 Expire date: 03-29-1999 CONTACT VENDOR FOR COPY OF PRICE SCHEDULE & CONTRACT INFORMATION. modis specializing in placing IT professionals, is a one billion dollar computer consulting company. modis' core business is to provide contract personnel who posses the highest levels of technical expertise, integrity and professionalis. The Services provided by modis include: Year 2000 Conversions, Systems Analysis & design Programming, Software Engineering, Maintenance, Modifications and Enhancement Technical Writing and Training, Systems Planning, Database, Analysis & Administration, Data Anayysis, Management Consulting, LAN Administration, and Client Server applications. 99, 824 Agreement Price Schedule(s) MODIS Vendor numbeff 650000600 001 SequenceDescription Expire Date 1 Price list effecitve 03/30/1998 until 03/29/1999 MAR 29, 1999 Description: modis specializing in placing IT professionals,is a one billion dollar computer consulting company. modis' core business is to provide contract personnel who posses the highest levels of technical expertise, integrity and professionalis. The Services provided by modis include: Year 2000 Conversions, Systems Analysis & design Programming, Software Engineering, Maintenance, Modifications and Enhancement Technical Writing and Training, Systems Planning, Database, Analysis & Administration, Data Anaylsis, Management Consulting, LAN Administration, and Client Server applications. Ordering Limits: Total agency wide acquisitions during the term of the agreement shall not exceed the threshold amount for Category V, except that acquisitions by agencies with decentralized purchasing functions shall be considered on the basis of each purchasing office that maintains full-time purchasing staff. SPURS Users Note: *Use Commodity Class: 991 and Commodity Group:155 for this SNAPS agreement. If you . require three digit Item and/or Detail levels for the Commodity Code please call (850)-488-8694. -Enter the SNAPS agreement number in the "Quote/Bid No./Contract No." field as fallows: SNAPS No. 991855 -Enter "N" in the "Purchase Code" field. Brought to you by: (rW-Mfl18111 Sej74v 99- 823 SNAPS Vendor Record NameMODIS Address 1 INDEPENDENT DR City, State ZiPJACKSONVILLE, FL 32202- StatusDMS REGISTERED Minority CodeNON-MINORITY Contact NameTIMOTHY MCLEAN FX 904-360-2515 Phone Number800-666-0730 Fax Number E-mail address Web Page Brought to you by: 99 -- 823 SNAPS Vendor Record NameMODIS Address 1 INDEPENDENT DR City, State ZipJACKSONVILLE, FL 32202- StatusDMS REGISTERED Minority CodeNON-MINORITY Contact NameTIMOTHY MCLEAN FX 904-360-2515 Phone Number800-666-0730 Fax Number E-mail address Web Page Brought to you by. GU1,W1'ltMejjl Selld&*S <` ' �q - 823 CERTIFICATION OF SERVICE CONTRAL T TITLE: Consultant Services -IT (Modis) 131D NO.: 973-584-13 CONTRACT NO.: 973-584-99-1 EFFECTIVE: November 6. 199g CONTRACTOR(S): through November 5, 1999 Modis (A) SUPERSEDES: New 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 E-MAIL:lover�d Mstate.fl.us ( ) A AUTHORITY- contract has bee execute betw•eenrmative ction taken by the the State of Floridatate of Florida and the designted contractors. Department of Management Services on October 28,1998, a B. EFFECT -This contract was entered into to provide economies in the purchase of Consultant Services -IT by all State agencies and institutions. Therefore, in compliance with Section 287.057, Florida Statutes, all purchases of these be made under the terms, prices, and conditions of this contract and with the suppliers specified. of Florida C. ORDERING INSTRUCTIONS - services should All purchases shall a 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 State 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 - g contract on Complaint to Vendor, form PUR 7017• Should the vendor fail to correct the problem within a Prescribed Agencies shall report any vendor failure to perform according to the requirements ofthis time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL, AND GENE P nbed period of 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 our ' recommendations for improvements in the contract to State Purchasing for receipt no later than 90 da date of this contract. Y input and Authorized Signature ML/sec Attachments ys pnor to the expiration 99- 823 Suite 315 SrECIAL CONDITIONS This Agreement is entered into by and between t e�certified Contractor and the State of Florida. StatPurchasing. De artment of ,1P Management Services (State), to serve as a master agreement for the acquisition of Information Technology Consulting Services. by the State of Florida agencies and other eligible users in accordance with the Eligible Users paragraph. This agreement shall be effective when dated and certified by State Purchasing and shall remain in force for one year from the effective date. unless sooner terminated as provided herein. This agreement may be renewed for two (2) additional one-year periods upon the mutual written consent of the parties. Florida Law shall apply to any interpretation or definition of the partie,, rights and obligations under this Agreement. This agreement, its attached addendum and appendices, statement of'work, quotation, service description, and any purchase orders subsequently issued in connection therewith constitute the full and complete agreement between the parties. Any changes, modifications, or deletions to this agreement shall be in writing and contain the signature of the authorized representative of each of the parties. The Contractor shall have no authority nor obligation to commence work, or terminate work, in connection with any change to the contract, until the fee and/or schedule impact of the change is agreed upon by the parties in writing. Any disputes between the parties, shall be resolved in accordance with the Legal Requirements provision of the General Conditions contained in the Bidder Acknowledgment (PUR: 7031), and Florida Law. ELIGIBLE USERS Under Florida law use of State contracts shall be available to political subdivisions (county, local county board of public instruction, municipal, or other local public agency or authority) and State Universities, which may desire to purchase under the terms and conditions of the contract. Such purchases shall be exempt from the competitive bid requirements otherwise applying to their purchases. State means the State of Florida, its departments and divisions, and Eligible Users placing an order under this Agreement. ADDITIONAL ELIGIBLE USERS Use of State contracts shall be available to Federal agencies and private non-profit educational facilities as defined in Section 240.065, 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 bidders) 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 $500,000 under any contract resulting from this Agreement. These estimated figures are given only as a guideline for planning and administration purposes and should not be construed as representing actual figures under the contract. SPECIAL ACCOMMODATION Any person requiring a special accommodation at State Purchasing because of a disability should call State Purchasing at (904) 488-8440 at least five (5) Workdays prior to the negotiations. If you are hearing or speech impaired, please contact the Division by using the Florida Relay Service, which can be reached at 1 (800) 955-8771 (TDD). DELIVERABLES Information technology consulting services supplied by the contractor under this agreement are provided to assist the State. When specific services are required, the contracting agency will be responsible for preparing a statement of work/requirements for submission to the contractor and negotiating a contract which should include at a minimum: specific deliverables, personnel assigned, time period commitments and costs. The State shall be responsible for the operation and use of any deliverables provided under any contract resulting from this agreement, and for ensuring that they meet State's requirements. The State shall retain responsibility for its compliance with all Federal, State, and local laws and regulations. NOTICE TO CONTRACTOR The employment of unauthorized aliens by any contractor is considered a violation of section 247A(e) of the Immigration and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract -- .823 _.... .. _._._._ _......__ _. .,.;,,:,., ..,...--. :east � m;'�:,`ti�t•;aU'��} o 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 leases of real property to a public entity, may not b warded or perform work as a contractor. supplier. subcontractor, or consultant under a contract .y public entity. and may not transact business v public entity in excess of the threshold amount .provided in s. 287.017 for CATEGORY TW i r a period of 36 months from the date of being plactGn the convicted vendor list. VENDOR SURCHARGE FEE AND SUMMARY OF TOTAL SALES State Purchasing hereby imposes a vendor surcharge user fee of 1 % on contractors' sales under any contract resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and cannot be added as a separate item. Use of this contract will be optional by State Agencies. If a State Agency elects to purchase from a source other than the resulting State contract, such purchases shall be in accordance with Chapter 287. F.S., and 60A Florida Administrative Code. After receipt of payment from the contract purchases, all surcharge fees shall be payable to the State of Florida no later than 15 days after the end of each quarter. Vendor surcharge fee and contract number should be noted on the check and remitted to: State of Florida Department of Management Services P.O. Box 5438 Tallahassee, FL 32314-5438 Contract supplier shall furnish State Purchasing a detailed summary of sales at the end of each quarter. By submission of these Sales Summary reports and corresponding surcharge deposits, the contractor(s) is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida. Sales summary shall include State contract numbers, contractor's name, the total of each service provided. Failure to comply with these requirements will result in the contract supplier being found in default, in which case any and all reprocurement costs may be charged against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by State Purchasing. PRICE LISTS On any contract where pricing is based on a Manufacturer's or Dealer's published price list (net or discounted), the price list must be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette as a Word For Windows file. Any subsequent revisions shall be submitted in the same format to State Purchasing CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as: "Word for Windows" Font: Times New Roman 12 Preset tabs only Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom Portrait only -no landscape No Tables No Headers or Footers No Excel Files State 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 State Purchasing Contract Administrator before they can be posted to the CONTRACT HOLDER Internet Home Page. Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. INTERNET HOME PAGE The Contract resulting from this bid will become a public document. The State of Florida, State Purchasing is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute State Term Contracts and product information to eligible users and other interested entities who may subscribe to this service and pay the appropriate access fee. While not required at this time, each CONTRACT VENDOR is encouraged to develop and maintain a HOME PAGE on the Internet WWW. The Home Page must be compatible with the most recent version of browser software being used by State Purchasing. As of the writing of this solicitation, Netscape Navigator 3.0 is the DOP browser standard. The DOP intends to upgrade to new browser versions, as they become ava discretion. ilable and fully tested. at its The Universal Resource Locator (UP for th8Y —ERNET HOME PAGE must be listed in the space `uvided on the Ordering Instructions page of the bid, p g ORDER OF PRECEDENCE In the event of a conflict between the provisions of the State Term contract General Conditions and Special Conditions, and any other provisions, which may become a part of this Agreement, the terms and conditions of the State Term contract and State Purchase Orders shall take precedence and govern. CONFIDENTIAL INFORIIIATION In connection with any contract, which results from this Agreement, each party may have access to confidential information made available by the other. Each party shall protect such confidential information in the same manner as it protects its own confidential information of like kind. Disclosure of any confidential information received by the State of Florida will be governed by the provisions of the Florida Public Records Act, Chapter 119. Florida Statutes. INDEPENDENT CONTRACTOR In connection with this Agreement each party is considered an independent contractor and as such will not have any authority to bind or commit the other. Nothing herein shall be deemed or construed to create a joint venture, partnership or agency relationshi bit FORCE MAJEURE p ween the parties for any purpose. Neither party shall be liable for any delays or failures in performance due to circumstances beyond its control. LIMTTATION OF REMEDIES Contractor's entire liability and the State's exclusive remedy shall be as follows: In all situations involving performance or non-performance of machines or programming (other than licensed programs) furnished under this Agreement, the State's remedy is (a) the adjustment or repair of the machine or replacement of its parts by Contractor, or at Contractor's option, replacement of the machine or correction of programming errors, or (b) if, after repeated efforts. Contractor is unable to install the machine or a replacement machine, model upgrade or feature in good working order, or to restore it to good working order, or to make programming operate, all as warranted, the State shall be entitled to recover actual damages to the limits set forth in this Special Condition. For any other claim concerning performance or non-performance by Contractor pursuant to, or in any other way related to the subject matter of, this Agreement or any order under this Agreement, the State shall be entitled t, recover actual damages to the limits set forth in this Special Condition. If this contract is for the purchase of hardware maintenance services, then the following shall apply: Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months maintenance charges for the specific machines under this Agreement that caused the damages or that are the subject matter of, or are directly related to, the cause of action. Such maintenance charges will be those in effect for the specific machines when the cause of action arose. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant to State Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the State for personal injury or damage to real property or tangible personal property caused by the Contractor's negligence or tortuous conduct. If this contract is for purchase of software maintenance services, then the following shall apply: Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in ton including negligence, shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months maintenance charges for the specific software product under this Agreement that caused the damages or that are the subject matter of, or are directly related to, the cause of action. Such maintenance charges will be those in effect for the specific software product when the cause of action arose. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement costs or the cost of cover pursuant to State Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the State for personal injury or damage to real property or tangible personal property caused by Contractor's negligence or tortuous conduct. If this contract is for services other than hardware or software maintenance, then the following shall apply: Contractors entire liability and the scare's exclusive remedy for damages to the state for any cause whatsoever, and regardless of the form of action, whether in contract or in ton including negligence, shall be limited to actual damages up to the greater of$100,000 or an amount equal to the charges invoiced for the services which are the subject matter of, or are directly related to, the cause of action. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant to State Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the Department for personal injury or damage to real property or tangible personal property caused by the Contractor's negligence or tortuous conduct If this contract is for the acquisition of licensed programs, including personal computer licensed programs, then the following shall apply: Contractor's _____ 9 9- 823 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 States re v is (1) the correction by the Contractor of licensed ogram defects. or (2) if, after repeated efforts, the Contractor is unable to make the licensed pr f ( operate as warranted, the State shall be entitled t ;, ver actual damages to the limits set forth in this section. For another claim concerning erfo Vince or non-performance by the Contractor pursuan,; or in any way related to, the subject matter of this Y gp �`��� � , Agreement the State shall be entitled to recover actual damages to the limits set forth in this section. Contractor's liability for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to the greater of $100.000 or the one time charges paid for, or any monthly license or initial license charges which would be due for 12 months use of the licensed program that caused the damages or that is the subject matter of., or is directly related to, the cause of action and shall include any initial or process charges paid to the Contractor. This limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties" or to (b) claims for reprocurement costs or the cost of cover pursuant to State Purchasing Rule 60A-1.006(4) entitled "Default". or to (c) claims for personal injury or damage to real or tangible personal property caused by the Contractor's negligence or tortuous conduct. Contractor shall hold and save the State harmless for any and all suits and judgments against the State for personal injury or damage to real or tangible personal property caused by Contractor's tortuous conduct in the performance of this Agreement provided that, (a) the State promptly notifies Contractor in writing of any claim, and (b) Contractor shall be given the opportunity, at its option, to participate and associate with the State in the control, defense and trial of any claims and any related settlement negotiations and, provided further, that with respect to any claim, or portion thereof, for which Contractor agrees at the initiation of such claim that Contractor shall save and hold the State harmless, Contractor shall have the sole control of the defense, trial and any related settlement negotiations, and (c) the State fully cooperates with Contractor in the defense of any claim. In no event, however, will Contractor be liable for (a) any damages caused by the State's failure to perform the State's responsibilities, or for (b) any lost profits or other consequential damages, even if Contractor has been advised of the possibility of such damages, or for (c) any claim against the State by any other party, except as provided in the hold harmless provision of the preceding paragraph of this Special Condition and except as provided in the General Condition entitled "Patents and Royalties", or for (d) any damages caused by performance or non-performance of machines or programming located outside the United States or Puerto .Rico. PAYMENT Charges for Information Technology Consulting Services will be invoiced as the services are performed, or in accordance with a performance schedule established and agreed to between the contracting parties. Payments will be made in accordance with Section 215.422, Florida Statutes, which delineates Contractor's rights and State's responsibilities concerning time allowances for payment of invoices and applicable interest penalties. Invoices for travel and living expenses, if authorized under provisions of this agreement, shall be submitted in accordance with Section 112.061, Florida Statutes. PRICE PROTECTION The contractor's current list prices for Information Technology Consulting services are attached to this Agreement as Appendix A, Information Technology Consulting Services. Charges for Information Technology Consulting Services may be discounted off the contractor's then current list prices for such services, for project or volume hours, provided however, that the contractor's list prices for services under this Agreement will not increase above those prices in Appendix A for one year after the effective date of this Agreement. CHANGES IN PERSONNEL The contractor may assign, reassign and substitute personnel at any time. In the event it becomes necessary for the contractor to substitute key personnel, such substitution will take place in consultation with the State and will be made upon the State's prior approval, which will not be unreasonably withheld. DEFAULT The following paragraph is added to Paragraph 10 Default of the General Conditions: The State, or the contractor, upon giving thirty (30) days written notice identifying specifically the basis for such notice, may terminate this Agreement or any Eligible User contract, for breach of a material term or condition of this Agreement or the applicable Eligible User contract, as the case may be, provided the breaching party shall not have cured such breach within the thirty (30) day period. In the event of such termination by the contractor or termination by the State, the contractor shall be paid for all satisfactorily delivered services and allowable related expenses incurred prior to the date of termination. ASSIGNMENT Paragraph 13 of the General Conditions is amended to add the following: Notwithstanding the foregoing, the contractor may assign the right to receive payments under this Agreement with the States prior written consent, which shall not be unreasonably withheld. Any such assignment however will not change the obligations of the contractor to the State. If third party products are to be procured on behalf of the State, the procurement will be accomplished by the State in accordance with the Eligible User's purchasing rules and methods. WARRANTIES Information Technology Consulting Services will be performed by the contractor in a professional and workmanlike manner. Except as expressly stated in this Agreement, there are no warranties, expressed or implied. THE CONTRACTOR DISCLAIMS ANY IMPLIED WARRANTIES OF 89— (� , AJ 4ERCHANTA)3ILIT1' AND FITNESS FOR A PARTICULAR PURPOSE. CONTRACTOR WARRANTIES EXTEND SOLELY TO THE STATE. tN4k��i,'�,v,.-`4:rY�'9iSkt INTELLECTUAL PROPERTY Any ideas, concepts, know. -how, data processing techniques, softvare, documentation, diagrams, schematics or blueprints developed exclusively b contractor personnel in connection with Information Technology Consulting Services provided to State will be the exclusive ro Any joint or future software development effort will be subject to a separate agreement signed by State and the contractor, wherein all ownershipand license rights to such developed product shall be specified in detail. In the absence of such agreement. each Pam' shall maintain sole ownership of its own property of the contractor. protectable proprietary materials, which are developed or owned solely by State or the contractor, respectively. Nothing in this Agreement shall affect in any way the contractor, or third party, ownership of all right, title and interest in and to any existing contractor, or third software, routines, techniques, ideas or formulae which may be utilized in whole or in part by the contractor in performing services for State, or an modifications, enhancements or derivative works thereof, which shall remain solely the property of the contractor. Pam, system software, application Y STATE RESPONSIBILITIES The State understands that the contractor's performance may be dependent on the State's timely and effective satisfaction of the State's responsibilities wider the agreement and timely decisions and approvals by the State. The Contractor shall be entitled to rely on all decisions and approvals of the State connection with its services under the Agreement. in 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. hardware, software, firmware) used in combination with other designated items properly exchange date data with it. The duration of this warrantyty remedies available to the State for breach of this warranty shall be as defined in, and subject to, the terms and limitations of an ( g Provisions of this contract, provided that notwithstanding any provision to the con and the warranty provision(s), the remedies available to the State under this warranty shall include repair or replacement of any item whose n nl- ompliance is Crary in such warranty provision(s), or in the absence of any such discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the State may otherwise have under this contract with respect to defects other than Year 2000 performance. YEAR 2000 REMEDY CLAUSE In the event of any decrease in hardware or software ro hardware or software programs from operating beyond the Millennium Date Change, Licensors and Vendors of Licensors products, a ree to im P gram functionality related to time and date related codes and internal subroutines that impede the make required corrections to restore hardware and software programs to the same level of functionality as warranted herein at no charge to the licensee, and without interruption to the ongoing business of the licensee, time being of the essence. g mediately TRAVEL EXPENSES AND WORK TIME Travel expenses will be paid pursuant to the provisions of Section 112.061, Florida Statutes. Services will be provided Monday through Friday, excluding holidays, during the normal work hours of the client's office at the Florida Hour person. ]y Rate per VENDOR RESPONSE SYSTEM To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) 413-7269 between 7 a.m. and 6 . Friday to check on the status ofpayments by State agencies. The system can accommodate English and Spanish speaking callers. p m. Monday thru 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 work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide Worker's Compensation for all of the latter's employees unless such employees are covered b connected 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 pton Insurance protected under the Workmen's Compensation statute, the contractor shall engaged rode, and caafforsed by the contractor. Such insurance shall comply fully with the satisfactory to the Purchaser, for the protection of his employees not otherwise protected. project is not use each sub -contractor to provide, adequate insurance, APPENDICES TO AGREEMENT The following is a listed appendix to this agreement, which is attached hereto and incorporated by reference into this agreement. Appendix A - Information Technology Consulting Services 99— 823 PRICE SHEET MOBIS USE COMMODITY NUMBER 973-500 TO PROCESS ORDERS UNDER THIS CONTRACT Project Director Senior Project Manager $110/hr - $175/hr Project Manager $100/hr - $150/hr Technical Architect $90/hr - $140/hr Year 2000 Support Specialist $80/hr - $130/hr Year 2000 Programmer $80/hr - $120/hr ERP Consultant $75/hr - $110/hr Senior Systems Analyst 1(10/hr - $225/hr $10/hr Programmer/Analyst $- $120/hr Mainframe D$A $60/hr - $100/hr Technical Writer $80/hr - $125/hr $60/hr - $80/hr 99- 823 Appendix A Information Technology Consulting Services Openware, A Modis Solutions Company ComPany Profile modis is the information technology services division of Accustaff Incorporated, a $2.5 billion dollar services firm headquartered in Jacksonville, Florida. nwdis has over 10,000 information technology consultants on billing and will generate over $1 billion in revenues in 1998. From our network of over 100 branch offices in the United States, Canada and the United Kingdom, we provide services to over 5,000 corporate and government clients. Our staff is comprised of 90% employees and 10% subcontractors from third party corporations. We provide our consultants with a full benefit package including medical, dental, insurance and a 401K pension plan. Additionally, all of our consultants have access to our corporate Internet training system which offers over 100 technical courses. Our staff has an average five years experience in data processing experience. Their skills breakdown as follows: Client/Server Development 30% Mainframe Development 25% ERP Implementation 20% Database Engineering 5% Management/Process Consulting 5% Intemet/Intranet Development 5% Year 2000 Renovation 5% Technical Support/Network/Helpdesk 2.5% Business Subject Matter Consulting 2.5% modis provides application development ,project management, systems analysis, database management and systems integration services on an individual engagement or project team basis. moths is an SAP Logo Partner and we have active R/3 implementation projects underway in the U.S., U.K., Western Europe and the Middle East. modis is also a Peoplesoft implementation partner. YEAR 2000 SERVICES: modis, is uniquely qualified to partner with our clients on Year 2000 projects. In addition to developing, enhancing and supporting robust platform/database independent 4GL tools, modis has acquired extensive renovation experience and is well positioned in the marketplace to successfully complete Year 2000 conversions for companies of all sizes. We are also leaders in the mainframe market in performing "legacy systems" migrations. This means migrating COBOL and other mainframe based applications to open systems, primarily the UNIX and NT platforms, utilizing relational database technology. Typically these projects involve converting the entire suite of a company's legacy systems to a new platform and concurrently migrating and re -engineering the database accesses to support the new relational database. These types of projects are technically far more complex than a Year 2000 renovation. Overall, moths combines many strengths to be a premier Year 2000 solutions provider: great depth of legacy systems conversion and development experience high quality technical staffing capabilities extensive project management experience on complex projects usingmodis's proven project methodology partnerships with many of the most strategic IT vendors, including our Micro Focus Year 2000 Partnership referenceable history finishing projects on -time and on -budget years of experience developing and using automated parsing tools on COBOL and other mainframe legacy code proven testing methodology for testing system -wide changes experience integrating automated tools for large conversion efforts All of these strengths have helped us to become an excellent choice for doing Year 2000 "renovation" projects. 99-- 823 ORDERING INSTRUCTIONS ',''` ) MODIS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F-650000600-001 VENDOR: Modis A STREET ADDRESS OR P. 0. BOX: 1 Independent Drive 10!h Floor CITY, STATE, ZIP: Jacksonville. FL 32202 TELEPHONE:_ nD 360-2112 FACIMILE NO..-_220 360.2110 SERVICES INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: k4atthew G. Alford. Co —orate Stating Manager ADDRESS: 1_Independent Drive 10!h Floor CITY, STATE, ZIP: Jacksonville, FL 32202 TELEPHONE'�904) 360-2148 FACIMILE NO.: (904 360-2199 URL HOME PAGE ADDRESS: www.modisit.com ELECTRONIC MAIL ADDRESS: malford�lax.opnware c eom 99- 823 zk:M. RATIFICATION ®F EMERGENCY ITEM: Extension of Computer Programming Services DEPARTMENT: General Services Administration TYPE: Emergency Purchase REASON: The Department • of General Services Administration is requesting the continuation of computer programming services with Modis Solutions by amending existing Professional Services Agreement under existing State of Florida Contract No. 973-584-99-1, effective until November 5, 1999 and subject to further extensions. RECOMMENDATION: It is respectfully recommended that the City Commission, ratify, approve and confirm by a four/fifths (4/5th) affirmative vote, the City Manager's finding of an emergency action authorizing the continuation of computer programming services with Modis Solutions, under existing State of Florida Contract No. 973-584-99-1, until November 5, 1999, subject to further extensions by the State, further increasing the contract for said services in an amount not to exceed $35,000, for a total contract amount not to exceed $160,000. Funds are allocated from the General Services Administration, General Operating Budget, Account Code No. 50300 . 0905.6.34 i ector of Purch*in AwardltatifyEmr 99- 823