HomeMy WebLinkAboutR-97-0644J-97-618
8/25/97
RESOLUTION NO. 9 644
A RESOLUTION APPROVING THE ACQUISITION OF AN
AUTOMATIC BACKUP AND RECOVERY SYSTEM,
CONSISTING OF COMPUTER HARDWARE, SOFTWARE,
AND ASSOCIATED SUPPORT EQUIPMENT, IN THE
AMOUNT OF $75,000 AND FIRST YEAR MAINTENANCE
FOR SAID EQUIPMENT, IN THE AMOUNT OF $11,250,
FOR A TOTAL COST OF $86,250, FROM B & L
ASSOCIATES, INC., UNDER EXISTING STATE OF
FLORIDA NEGOTIATED AGREEMENT PRICE SCHEDULE
(SNAPS) NO. 252497, SAID MAINTENANCE TO BE FOR
A PERIOD OF ONE (1) YEAR WITH THE OPTION TO
EXTEND FOR THREE (3) ADDITIONAL ONE (1) YEAR
PERIODS WITH ANNUAL MAINTENANCE INCREASES
NOT TO EXCEED 5% OF FIRST YEAR COST;
ALLOCATING FUNDS THEREFOR FROM ACCOUNT NO.
001000.261301.6.335; AUTHORIZING THE CITY
MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE PURCHASE ORDER(S) FOR SAID
ACQUISITION.
WHEREAS, backup and recovery of software on the PC network is important to ensure
continuity of critical business functions provided by information residing on the PC
workstations and servers; and
WHEREAS, software and hardware are needed that will automatically perform the backup
and recovery function thus ensuring consistency of backups and productivity of staff; and
WHEREAS, the automatic backup and recovery is provided by BBARS which is a full -
featured, enterprise -wide backup system with comprehensive disaster recovery capabilities;
and
WHEREAS, the BBARS software provides the flexibility for scheduling based upon the
organization needs; and
My COMUSSION
MEETING OF
SEP 2 3 T97
Resolution No.
97- 644
WHEREAS, the hardware and software are provided by the vendor B & L Associates, Inc.,
under State Negotiated Agreement Price Schedule #252497; and
WHEREAS, a yearly product support charge is necessary each year to maintain and
upgrade the equipment;
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 the
Section.
Section 2. The acquisition of an automatic backup and recovery system, consisting of
computer hardware, software, and associated support equipment, in the amount of $75,000,
and first year maintenance for said equipment, in the amount of $11,250, for a total cost of
$86,250, from B & L Associates, Inc., under existing State of Florida Negotiated Agreement
Prices Schedule (SNAPS) No. 252497, said maintenance to be for a period of one (1) year
with the option to extend for three (3) additional one (1) year periods with annual
maintenance increases not to exceed 5% of first year cost, is hereby approved, with funds
therefor hereby allocated from Account No. 001000.261301.6.335.
Section '3. The City Manager is hereby authorized to instruct the Chief Procurement
Officer to issue purchase orders for said, acquisitions.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 23rd day of September
, CITY CLERK
1997.
2 97 - 644
BUDGETARY IEW:
!ur
DIPAK PAREK , DI ECTOR
BUDGET & MANAGEMENT ANALYSIS
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY AT RNEY
APPROVED AS TO FORM AND CORRECTNESS:
A QU JO S, II
�'
CITY ATTOR E
W1824:CSK
3
TO
FROM
® CITY OF MIAMI, FLORIDA 40
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members DATE : August 6, 1997
of the City Commission
Edward Marquez
City Manager
RECOMMENDATION:
10
SUBJECT: Acquisition of Automatic
Backup and Recovery
System
REFERENCES:
ENCLOSURES:
FILE:
It is respectfully recommended that the City Commission approve the attached resolution
authorizing the acquisition of an automatic backup and recovery system from B&L
Associates, Inc., a non -local vendor under State of Florida Negotiated Agreement Price
Schedule (SNAPS) No. 252497 for an initial cost of $75,000 with an annual product
support cost of 15% of purchase price ($11,250) for a total cost of $86,250. The option to
extend the product support for three (3) additional one (1) year periods with yearly
maintenance increases limited to no more. than 5% per year is also respectfully
recommended. Funds are hereby allocated from account number 001000.261301.6.335.
The City Manager is authorized to instruct the Chief Procurement Officer to issue the
necessary purchase order for said purpose.
BACKGROUND:
The Information Technology Department has determined that backup and recovery of
software on the PC network is vital for the continuity of critical business functions. To
ensure that the software is consistently backed up, this function needs to be handled
automatically by the software and hardware. This automatic backup and recovery is
provided by BBARS, which also provides comprehensive disaster recovery capabilities.
BBARS software also provides the flexibility for scheduling based upon organization
needs.
4?� 97- 644 1
® CITY OF MIAMI, FLORIDA •
INTER -OFFICE MEMORANDUM
TO: Judy S. Carter DATE: August 6, 1997 FILE:
Director
Department of Purchasing SUBJECT: Resolution on Automatic
Backup and Recovery
System
FROM: Aldo Stancato REFERENCES:
Director
Information Technology Department ENCLOSURES:
This Department has verified funding with the Department of Budget that funds are
available to cover the cost of the automatic backup and recovery system in the amount of
$86,250 from Account Code No. 001000.261301.6.335.
BUDGET REVIEWED AND APPROVED BY:
I i V��
Dipak'M. Par , Director
Department of Budget
97- 644 3
07/14/97 16:56
V617 444 5805
•
B&L ASSOC. Inc.
C]
[a) 002/006
A
6�
State Negotiated Agreement Price Schedule
Division of Purchasing • 40M Esplanade Way • Tallahassee, FlOdda 32399-OS50
To bo complated by the Division of Purchasin0
SNAPS Title ' �� ' SNAPS No. 1
'Effective: q 'Through:s t 0� ` -1
Federal Employer l entification Number 04-2372428 , SPURS or S.S. Number
VendorNarno B&L Aeeoc1atas, Inc- Internet Address
Vendor Mailing Address 56 Kearney Road City Needham - -
State MA Zip 02194-2506
Telephone Number 617-444-1404 Toll -Free Number
Area to be Served Enti.xe State ---
Delivery will be 30-613 days after receiving order. Warranty
Check box(ea) , ri1d It apply. If yes, describe in apace provided.
No Yoz
product oantaina recycled oanleni (� ❑
Product provides energy eultswira;tiolt fatfters ❑ ® Uses 1. s ti , r e t 13 r t-D r ra 1 i z a r i nn
Product has environmentally desirable cnaracteri5.ics rZ ❑ —
Product conservesresourceS ❑ iL. Less computer tape regtir d
Encourages an emerging technology ❑ QJ Provides a way to centralize computer
lowtng of SNAPS Agrwmont
Prepmis wah recommended swarm vAtl be po;ted for mvicw by worft' L" d paiLiB.s at Me to� *w" prWosalS wpm neyodgE and wiU temakt pasha tx a pcioC a' 72 ha+2 Failwe to
rite a prateat %ftNn the time Dteserfbed In SQaim 120S3(5). Per?-- BWL an" Constitute a wafror of Ww&e&0 wtdar Chulet 120. FbrkJa Stamm AA wwosdt* aco*ed by the State
wo evolom to tea ctoto'e tared and w 'W*_ and fry and an 266ranal farms and candleOn- StbminM"v- r oc wa rwfw=!rd and :hall haw no Soma and PosdnC M hI Q on Qr
about
32 l qq� _
I pertly that We agreement is made wrtmut prior wxlot7 cjr a ortrtec on wiUt any eorporaLon find. n Peron st botdt�4 a proposal fu 7te same materisls, suppfios co eG+ipraenl and Is
in ao *speoc;tair"widtout cotlwpn or fraud. I acand dandy rant t;un auetorMad to Or Inis proposal for file prcpcsar turd MW the proposer iv -
in =Tipltanco wah e1 MWlrwnorttr.:xh+dtn9 but na smxad 10 effeftatbn requlrvmo^4_- 'tn *4t"diV a Prdpd'.at t+e proposer offers wad sgr00% ttut If tea PWO! s! to accepted. raw propeur
t•il comay. sell. assion oe martsfar to tree Stator of F lodda all rights. Vc arc interest i1 W ra 971 WAN 019dion k may rlow or horseer acquire under the AnS.tvst Lowe of rtw UrAW States
and the Stale of Panda for price fL*0 ralalk%- to the zdiculu cart+ odes cr serelees purchased or cc�rvd ay fb data of f lwid& fa .*w 3tate's Ion. S asignrnet[ ahau be made
artC CO�latve nt un t1m .e w.�cru to ute peopomr._ .
Authorized Pjcposees Signature CERSIM
Leonard J. DiCarlo
Prnrv.t=ec NnmP (Plmute Print)
Treasurer
Title
w
an
6 4 4W'°�
07/14/97 16:57 '$617 144 5505 B&L Assoc. Inc. Q 003/006
Purpose: Under authority of Sector, 287.042(t)(a) and (2)ta), the purpose of this proposal Is to establish a negotiated asreemerr+. ter the purchase of cormnodities
orsefvices by an State or Florida agencies and otter e6gtble users, on an expecir,eo bass., I ne agreement w[u pro'Aoe anopportuntyto evaluate, assess and determine
the need, benefit and value of commodfies or services that conserve rescur_es, are energy efficient. environmentally friendly, contain recycled cement or encourages
an emerOngtechnology, and the feasrillity of establishing future state tern contracts. throuchinecomoetitive erocess. Tridagreementwill aLcn free the eligibleusers
trom the necessity of obtairing competitive quotations for the purchase of 4hese commodfaestse:vkces, UP to the limit of Category V.
stdtd ayanuy use u[ ttris ayrccn,er+t wig nut Le e++dozdaux y.
Ordoring Limits: TOMI agency wide aax[Isitions during the tom of the agreement shall not exceed the threshold amount for category V, except Lhat aCQUIS •«ens by
agencies with decentralized purchasing functiws shall Le consi�ered on the basis of each purchasing office that maintains full-time purchasing Sulft.
NoticeofaldlpropeaalpmtoetaondfngnoquiromwbAmypa,rA, wnordocan-action protestingaderiakonorintendoddooictonperm"ngtoeontroctoadminlatcrce
by the Divisicn or a smote agency pursuant to Section 12C 53(5}(b), Florida Statutes, shalt post with the Division orthe state agency at the time of filing the formal vmtten
protest, a bond payable to the Division or state agency in an amount equal to one percent (1%) cf the Ohrislon's or state agency's astirnate of the total volume of the
contra& or 25.000, whichever is less, which bond shall be condrtioned upon the payment of all costs which may be adudged against him In the administrative tearing
i t which the anion is brought and In any subsequent appellate court ping- For protest of decisions or intender+ decisions of the Division pertaining to agencies'
requests for approval of exceptional purchases. the bond shall be in the amount equal to one percent (t %) of the requesting agenciee osnmata of the. tsfMr'AM Amman,
forthe exceptional purchase requawad orS5,M0, whicheveris less. In Neu of a bond, the Division orstate agencyrnay, in eithercase, accept a cashier's checkormoney
order in me amount of the bond. Fatltre to file the proper bond at the time of fling the formal protest, Will rostra in a denial of the protest
Prices, Terms and PaymerL- Firm prices shall be proposed and includeall packing. handling, stripping charges and deflvery unless otherwise indicated. The contra. -tor
name and address shown on invoices must be identical to the contractor rams and address on the purchase order.
(a) Taxes: The State Of Florida does not pay Federal Excise and Sales taxes on tared purhases of tangible personal property. see tax exernptton number on
face of purchaca order or agmernent form. Ttwe exentpton does not apply to purchase of tsngbte personal prcperty in the pcdomwncc of oonu=tr for
the improvement of state-owned real property as defined in Chapter 192. Flood& Starnes.
(o) InvacingandPayrnent;The Contractorshaltbepaid; L-ponsuontisslonotpropetVoergtledmvocestothe purchaser atthe pdcesstipulated anthe agreement
at t'ie time the order is placed, after delivery and acceptance of goods, tens deductions I' any, as provided. Involces shall contain the agreement number,
ourchase order number and the Contractor's Federal Emalayer Identification Number. An crigirA and three f3) cmip_a of tho tnvnino Ahall ha athrrittorf
Failure to follow these instructions may result in delay to processing knro(ces for payment
InteroetPonet1je3: paymentsharlttcmade Inacco(ddo:ewith Section 213.4=Florida 3tatutes,Muir:hslatefiU-VW4teryur'%o(VItsatviui Statuagencys
responsibilities concerning Interest penalties and time fimas fat payment of invoices
Vendor Ombudsman: Vendors provldlhg goods and serviees b an agency should be aware of the following time frames. Upon reo ipt an agency has
five (5) wottdrrg days to inspect and approve the goods and services, unless the bid speOMMOons, purchase order or contract rpeaes otherwise. An
agency has 20 days to deliver a request for payment MUene4 to the Deoartmerit of Banking and Finance. The 20 days are memaurnel firm ttta latMe
of the date the invoice is received or the goods or services are received, Inspected and approved. H a payment is no: avatfabke within 40 days, a
separate interest penalty set by the Comptroller pumiant to tseclicn 55.03. FS, wilt be due and payable, In addition to the Invoice amotmt, to the
vencer. To obtain the appncablo Interact rate, contact t`W agency purchasing offica. The isttgrgC penaKy provision amlios actor n $b day pme period
to health rare providers. as defined by rule. interest penal if—z of less than one (1) dollar will not be enforced unfese the vendor requests payment
Irvoiceswhlcn have to be returned to a vendor because of vendor preperation errors wtf result Ina delay In the payment The invotoe payment
requiremeritz do not alart until a properly completed :tvuice is provtoed to the agency. A Yeralu,' OrrAxuria tint r t toe tram estaWlshat! wtenn the
Department of Banldng and Finance_ The dales of tots Individual indude acting as in adv=te for vendors who may be experiencing problems In
obtaining timely paymerd(s) from a State agency. The vendot0mbudsman may be cont=ed at (904) 423-2$24 or by calling the Stata Comptrouars
ttoalne, i-tsutrs4ts-siaz I ne ve scat 01 eurcnasing snau rem9w the condRtons gild circumstances sumourxbng non-payment, and unless there I$ a
bona fide d"rspute,1he Division. may, In writing, authorize the contract suppaerto reject and return purchase orders from said agency until such time as
the agency complies with the provisions of Section 21SA22, FS.
(c) Annual Appropriations The State of Florida's performance and obiiratlon to pay under this agreement Is contingant upon an annual appropriation by the
Logkslawra_
concoct of tnterest The awaitd hereunder is sutiect to the provisions of Chapter 112, Florida Statutes. Proposers :rust disdase the name of any otFcar, diraCtar, or
agent wra is also an employee of the state or rtonaa, or any cl its agencies. further, all proposers must casuose ere name a' any Stale employee who owns, directly
or Indirectly, an interest of five percent (5%) or mare ire axe proposers Emu Or any of its branches
Qoverrmental Restrictions: to the event any governmental restrictions may be imposed which would necessitate alteration of the material, quality, wormi:rnaMhip or
performance of the gems offered in this agreement prior to their delivery. It shalt be the responslblUry of the successful proposer to notify the buyer at once, Indicating
fn hba lettarthe opecific rcguladorr which required an areradon. The stags i(xiuding any price adjustments occasioned
thena5y, or to cancel the contract at no funher expense to the Stara
inspection, Acceptance and Trite: irspection and acceptance will be at Cestina;ion unless etherwiss provided_ TiJe and rick of loss or damage to all hems shall be
Vie responslbility of the supplier until accepted by the ordering agency, tmiass loss or damage results from rtecigence by the ordering agency. The contract supplier
%.hall fw rogv)nslbte fortkfrng, processing and coilaa6ng 0 danvsgo claim:;. However, to assist him in tttg expeditbouc handry+g of damage otaimc, tho ordering agorcry
W.11-, record any evidence of visible damage on all copies of :he de'rverkng canter's 13:11 of Lad'ng report damago (visible and Concealed) to the carer and supplier,
confirming such reports, inwfning, within 15 days cl delivery, requesting that the canterinspectthe damaged merchandise: and retain the hem and Its shipping container,
inciuding tuner pacidrig material, untl Mpecaon a periormec by trio tamer, ano drspcstwn given by tree supplier, provide the supplier with a copy of she carriers Bill
of Lading and damage inspection report.
Service and Warranty: Unless otherwise specified, me proposer shall detine any warranty service and r:ptacements vtat win be provided during and subsequent to
this agreement Proposers must explain on an attached sheet to what extern warranty and sanrice facirrdes are provide —
Samples: Samples of Itoms. when requested by the otvisicn of Purchasing, mus; be furnished free of expense, vinhin ten (110) working days of request, and It not
destroyed may, upon request, be returned at the proposers expense. Each Individual sample must be labeled with proposer's name, manufacturers brand name and
nurroer, agreement number and Him rolorence. Request for return of samples SW De accompanied by instructions which Incwee shipping atinv orixation and name
of carrier. If Iristntcdom aro not received, the comrnodr;es shall be disposed Of W the State of Fodda.
9'7- 644
07/14/97 16:58 V617 444 5805 B&L Assoc'. Inc.
Z 004/006
Nonconformance to Agreement Conditions: Items may be tested ancror inspected for cwivpIIancc with cpoc[lfcetinrx by tnP Florida Dapartmerr of Agriculture arm
consumer Services, or W other appropriate testing facilities. Should me hems tail testing. the State may require ire vendor to retmaurse the state for costs inclined
by the slate Ili Wnnczfion Kith tho oxamir A&N- r or testing rrf the commodity iris 6- rfa oasts relafirig to transporting the commodity =Ttples to the tesdn9 site. actual
test costs, personnel costs and other applicable costs. The data derived from ary to m forcompliance with specifications are putili; swixii db and open to crramination
thereto in accordance with Chapter t IS, F OdW Stattes. items dellvered that are unsa9stactory may be rejected and relamed at vendors expense. Theso items and
items riot delivered as perdefivery =ctn proposal ar clarpuraiase order may roach In propecar being fntind in default In which eventany and all teprrcurement frosts
may be charged against the defaulting connclor. Arty viotaton of these stiputationr may also result in:
(a) Suppliers name being removed from the Division of Purchasing vendor matting itst
(b) AllStatscepanrrtentsLai,yaovisodnoftodottwktcsowlththesuppti-e-itwutwrlitenaodrovalOfthe0ivisiortofPurchasingunitsumlimeasthesupplier
reimburses the State for al ceprocurement and cover costs.
Legal Requirements: Applicable pmvlslorts of all Federal, State,couriiy arW total lu—, and of all ordlnIInose, rules, and reor ,!Minn clad govern develoomenL submlC3l
and evaluatton of all proPMIS and snail govern arty and all cialms and disputes %filch may arise between person(s) submitting a proposal response hereto and fhe
5lato of Flui kia, toy end through:te officers, employees anti arehorized representatives, or any odnerpf=s, natural oroftewise: and lack of knowledge by any proposer
strait not corstinfte a cognizable defense against the legal effect thereof.
Advertising: In submis(ng a proposal, PrOPMr agrees not to wzv the rosutta thcrnhom as a partnt any commercial advedising.
Aaaignmor= AYy Agreernnnr or Purchase Order is8>cd pUrSUant to these negowons and the mon es which may become due hereunder are not asSltgtade except
Win the prior written approiral of the purchaser.
Liability 7neprcposersrralltwW,uvisavothe �nmefFlorida,ivaifcers,agents,andertQloye6shanrilessagainst claims by third pardesresutLngfromthecamractors
tread of this agreement or negligence.
Facilities_ The State reserves the right to Inspect the proposers taciuees at ary Urm slur prier neticc.
Renewd. The Qiviaion of Purchsainc reserves trie einfi A to renew the Defied of this agreerrmL oreny portion,hemof. Renewal of the'agreemrnt period shat(t3e by
mtrluai agreement In wiliing.
tanceltation:ThisagreementmaybecanceHedinwool:aµartbyeltherperrybywrittennovicetothonrherparty.'fieetectivedateofthemrlceltationwillbeassued
in the nonce or on the dare of receipt, H the notice does rrol specify a date certain.
Patents and Aoyat9es: The proposer, without exception, shall inaemntiy. hold arrd ssv6 Mrmless the (Stale and it3 crr;ktviceo from UabMxy of any rat, era or land.
including cost and expenses for Or on account of any copyrighted patented. -Or un-patented invention, process, or ankle manufactured or supplied by the pmpaser.
Tne proposer nas no vaWllty .often svGh train 4 aolofyand exduavely, dug fn the combination. operation or use of any article stlpplled hereunder with equipment or
data nor supplied by contractor or is based solely and exclusively upon the Slate's alteration of the article.11% State wig priuvide prompt warren nottflcaUorr ur a ctsim
ofcaoyrinhtdroatentarrtingernentandAafford thepreposerfuNopp=rlt fodefendrfwactionand==Ithedefense. further.ifsuchadaimIsmade orlspendng
the contractor may, at its option; and expeme pr=m for fire state Pe right w wrninue.uae of, rophee or modtty the arttrde to render it non4nttinaing, fi none of Me
afterriafives are reasonably available, the State agrees to learnt the article on request to the contactor and receive feltttbumarnetit, 4 any. as may be determined by
a court of Gontpstcrrt Jurledlcaon. if the Prinveew uses any desan, device, er materials covered by letters, patent or eopytigM it Is mutually agreed and understood
without exception Met the proposed prices shall indude all royalties orc= arising from the use or such design, device ornitucticin in any way invotwod with the work
Public Records: Any material suernMed wGi ut Grrrrra tput>tiG d«mmcnt per2u�nt to Section 11 A 47. Florida Statutes. This includes materiaf which the proposerMght
considerto be confidential or a tradaseereL Anydalm of conitdentiaWy is waived upon Submisslon, affective agar opening pursuant to Section 119_07, Mori= Staures.
Price Schedsme', The integrity at the3pprtnrad price schedule must be mahmmned at aft times. The par Wty for violaffog tho approved price schedule "It rnsutt in defruh
as deSCribed in Nonconformance to Agreement Condltxis, above. Contractors shall distribute dupiication of the price schedute stamped `Approved by
the UMsion of PurclL►sfn9.•
Orderinalrtslructirms. Proposers nustindudeCompleteand detailed Ordering instructicMktcludingIneirStateW41ePurrhaskigSUbsystem(SPiJAS) vendornumbe,
farirtvoiaing dealers, en the form provided.
Public Cnt;ty Brim= A person or Qtfifaro who has been placed on the convicted vendor list to4owing a corviction for a public entity crime may not sutxnft a bid on
a contract to provida any goods or services to a public artifty, may not submit a bid on a contract with a publc enilty tar tttc "maitr urXon or repeir at a Pjt>ilc build'uV
or public work my riot submh blos on leases of real property to a putt[^- entity, may not be awarded orperlorrt woncas a contractor, supplier, subcorthaetttr, or donsutu"
under a contact wdtti any public eniky, anc rimy r,ut transact busku= vAth any public entity in nlnw-ss of the threshold ama not provided in s. ZV.017 for CATEGORY
TWO for a period of 36 months from the date of being placed on me conwicted vendor list
Responsibilities;
(a) P.lorto award, the oontm=r(s) mast provide proof of commerciality of the commodity orsenrice being offered: Le., copies of invoices, purchase ordem.
refciw K:=. etc,. (midenee that product or ceewica has Man markaU4,
(bl The conft'a=gs) will be responSble for dupL'cation and distribution of approved artd signed agrearnent and price schedule.
(c) The contractor shaj furnish the Division of Purchasing a detailed Summary of Sales Of Services, for eadi pufihasing entity, at the end of eacf, cnrtL*sa
gtrt+rrvr. The summary shall a,clude: SNAPS number, con u=es narne: total of saies for each commodity soK during the month; total dollar sfrtount of
purcnasas, and the total ofall credits pm%4dedtoeach agency. Failure to provide vitsintaim.Wonwithin thirty (2a)oalendardaysfntlowinQthe
end of each quarter shall result in automatic, urtilataral cancehlatien of the contract by the Division of Purchasing.
(d) The Divtslon of Pun:nasing will provide, at no cost to the contmaor, one (1) diskette (Wordperfect S_t) or one (t) set of matting tapes for u ro r,u,uaalny
offices throughout the State that may be Interested hi purchasing the commodity or service being offered. Please indicate hew you require your tahets.
Diskette Hartz Copy
97- 644
07/14/97 16:59 $'617 444 5805 B&L Assoc. Inc.
00rdering Instructions
Z 005/006
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
SPURS VENDOR NUMBER: o4-2572428-QO1
VENDOR- B&L Associates, Inc.
STREET ADDRESS OR P.O. BOX: 515 Kearney Road
CITY, STATE, ZIP: Needham, MA 02194-2506
ORDERING FAX No.: 617-444-5805
REMIT ADDRESS: 56 Kearney Road _
CITY, STATE, ZIP: Nccdham, MA 02194-2506
DELIVERY: DELIVERY WILL BE MADE WITHIN
PURCHASE ORDER.
30
DAYS AFTER RECEIPT OF
TERMS: 0 % 30 DAYS
PRODUCT INFORMATION: DIRECT INQUIRY TO;
=0E AND TITLE: Bryce A. Kramer
ADDRESS: 56 Xearney 'Road
CITY, STATE, ZIP: Needham, MA 02194-2506
TELEPHONE: 61 7-444-14Q4
TOLL FREE No:
INTEFINCTADDRESS: info@Landi_cou.
DESCRIPTION OF PRODUCT/ SERVICE OFFERED: Computer software that backs up
multiple computers (clients and servers) to a centralized computer for safe keeping
and recovery. The system (BEARS) backs up computers with different operating
systems. For more detailed information, please call us.
PUR 7061 (Rev.6w [L0100
8 97- 644
CD
l
BMW 11:44 Afb1
B&L Associates, Inc.
_
State of :71orida SNAPS Price List
June 5, 1991
1'�r Deskto ieA�h
Psr Server(Bich)
-
Model
S:},1e
A:tema�e
Model
TPM-C
Face
Class
BBARS
Engine
: - 25
26 -50
51- 75
a•;er 75
1 - 15
16 -29
1 30 - 40
over 40
A17
F
1050
D
44,910
S224._
203
$179
$158
$628
$539
$449
$382
A17
1950
E
4$,510
S224
$203
$179
$158
$628
$539
$449
$382
A17
_HIJ
1.
—
2900
F
53,910
S224
$203
$179
$158
$r28
$539
$449
$382
A17
2�-
3675
G
59,3101
8224
1 $203
1 $179
$158
1 $$28
$539
$449
$382
0
.-1
oil
ce
0
Ir
w
SP
r
0
n
G
n
SLAPS �.
AP?raved by DMS • DIvisicn of Purc11as l V
Lv
•
p
. ".111 *I I DI DVA
STATE OF FLORIDA NEGOTIATED AGREEMENT
PRICE SCHEDULE 252497
ITEM: Automatic backup and recovery system
DEPARTMENT: Information Technology Department
TYPE OF PURCHASE: Contract Basis
REASON: The Information Technology Department has
determined that backup and recovery of software
on the PC network is vital for the continuity of
critical business functions. 'To ensure that the
software is consistently. backed up, this function
needs to be handled automatically by the software
and hardware. This automatic backup and
recovery is provided by BBARS, which also
provides comprehensive disaster recovery
capabilities. BBARS software. also provides the
flexibility for scheduling based upon organization
needs.
FUNDING: Account No. 001000.261301.6.335
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD
BE MADE TO B&L ASSOCIATES, INC., A
NON -LOCAL VENDOR UNDER STATE OF
FLORIDA NEGOTIATED AGREEMENT
PRICE SCHEDULE (SNAPS) NO. 252497 FOR
AN INITIAL COST OF $75,000 WITH A 15%
COST FOR ANNUAL PRODUCT SUPPORT
(TOTAL COST $86,250). THE OPTION TO
EXTEND THE PRODUCT SUPPORT FOR
THREE (3) ADDITIONAL ONE (1) YEAR
PERIODS NOT TO EXCEED 5% IN ANY ONE
YEAR IS AL RECOM D.
C
-Y Director of Pur asing
Date
97� 644
11