HomeMy WebLinkAboutCity of Tamarac Resolution R-99-266Temp Reso#8770
September 16, 1999
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. 13-99-aI66
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, APPROVING THE
PURCHASE OF NEW PERSONAL COMPUTERS
(PCs) AND SERVERS; AUTHORIZING AN
EXPENDITURE IN AN AMOUNT NOT TO EXCEED
$121,000; UTILIZING STATE OF FLORIDA
CONTRACT #250-040-99-1; APPROVING FUNDING
FROM THE APPROPRIATE ACCOUNTS; PROVIDING
FOR CONFLICTS; PROVIDING FOR SEVERABILITY;
AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the State of Florida awarded Contract #250-040-99-1 (attached hereto
as Exhibit "A") to multiple vendors including Dell Computer, Gateway, Inc. and Compaq,
Inc. with a current expiration date of June 30, 2000; and
WHEREAS, the City Commission approved the replacement of older PCs and
servers and the purchase of new PCs for FY00; and
WHEREAS, the City has been utilizing Dell PCs throughout the City and has been
very satisfied with the service, support and the quality of the systems in addition to their
competitive prices, and
WHEREAS, The State Contract includes other reputable PC manufacturers giving
us the opportunity to pick the most suitable PCs for the need; and
WHEREAS, City Code §6-155 allows the waiver of formal contract procedures for all
supplies, materials and equipment, that are the subject of contracts with the State; and
C
Temp Reso#8770
September 16, 1999
Page 2
WHEREAS, it is the recommendation of the Director of MIS and the Purchasing &
Contracts Manager that the PCs budgeted for FY00 be purchased under State Contract
#250-040-99-1 for an amount not to exceed $121,000 in FY00 for a period to coincide with
the State Contract; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interests of the citizens and residents of the City of Tamarac to purchase PCs from
listed vendors under State Contract #250-040-99-1.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and is hereby made a specific part of this Resolution.
SECTION 2: The appropriate City Officials are hereby authorized to purchase
PCs from vendors listed in the State Contract #250-040-99-1 (attached hereto as Exhibit
SECTION 3:
Funding is available for the purchase of PCs and servers from
the appropriate accounts for a total cost not to exceed $121,000 in FY00.
SECTION 4: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 5: If any clause, section, other part or application of this Resolution
is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
11
Temp Reso#8770
September 16, 1999
Page 3
SECTION 6: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this day of ® , 1999.
JOE SCHREIBER
MAYOR
ATTEST:
CAROL GOLD, C C/AAE
CITY CLERK
I NEARBY CERTIFY that I have
aftoved this resolution as to-fo
MITCHELL S. K
CITY ATTORN
RECORD OF COMaasSwo�t
MAYOR SCHREIBER
DIST 1: COMM. POLTM.
DIST 2: V M SHIGN
DIST 3: Comm. suLTANOR
DIST 4: COMM. ROSERTS
250-040-99-1 = Computers: Client Server Systems
Temp Reso #8770 Pagel of 2
Exhibit "A"
Computers: Client Server Systems
•
is
250-040 -99-1
__ctive: -/:/98 thro,.ah 6/30/00
Certification
Snecial Conditions
Specifications
Price Sheet
Ordering-- Instructions
Revisions
Complete Contract
State Contracts Main Index
Ordering Information
3Com Co oration
-- t -
ABC _Copnuters, Inc..
American Power Conversion
Acer America
Amherst Corporate Computer
Apple Computers, Inc.
Ascend Communications, Inc.
Cabletron Systems and Service, Inc.
Cisco Systems. Inc.
Comark Government & Education Sales
Compaq Computer CorrporationorderI2.htm
C_ompUSA,_Inc.
CompucomSystems,_Inc.
Dell Marketing L.P.
Digital Equipment Corporation
FORE Systems, nc.
Gated Companies. Inc.
GE Capital IT Solutions
[Jay es Computer Systems
1-Iewlett-Packard Company
IBM
Contractors:
VW',Tl'iMIJ. 76
http;//www.3com.com
w_ http://ww.abc2000.com
http://ww_w.apcc.com
http:/%ww_w-.acer.com/aac/Lout/state/oc.htni
litti)-//kN-ww.amherstl.com
http://www apple com_
htto://www.ascend.com
http://www.ctron.com
http://www.cisco.com
littp://www.comark.com
http://ww-w.compusa_com/public/tlorida
http://xvww.compucom.com
litti)://ww,w.dell.com
1-ittp://www.digital.com
litto://ww-vv.fore.com
p - -Y _..- - _.. _ _.�
htt //www Qatewa .com/stealth/sales/florida/tlorida,htn
http://w-ww.gcnts.I;e com
http_//wwwho.com
http:%%www.ibmxom
http://fcn.state.fl.us/st_contracts/250040991 /
9/ 16/99
250-040-99-1 = Computers: Client Server Systems
Page 2 of 2
Temp Reso #8770
Exhibit "A"
Lucent Technologies
MTX, Inc.
NEC _Com Computer Systems Div., Packard Bell
P _
NEC, Inc.
Nortel Networks USA Inc.
Pomeroy Computer Resources, Inc.
Silicon Graphics Computer Systems
Southern Computer Supplies, Inc.
Sun Microsystems_ Federal, Inc.
Unisys Corporation
WIN Laboratories Ltd.
X_ylan Corporation
http://www.lucent.com/dns
http.//www.mtx.com
http://www.nec-computers.com
http://www.norteinetworks.com
http://www.pomeroy.com
http://www.unisys,com
http://www.win-labs.com
http://www.xylan:.com
MAIN )EX; One -Stop Purchasing I Password I Account Sta[US :,"E—L—p
Please send comments or questions to Division of Purchasing
•
http://fcn.state.fl.us/st_contracts/250040991 / 9/ 16/99
Temp Reso #8770
Exhibit "A"
�i
August 23, 1999
MEMORANDUM NO.: (250-040-99-1)-10
TO: Department Addressed
FROM: H.P. Barker, Jr.
Chief, Bureau of Procurement and Contracts Manager
SUBJECT: Contract No. 250-040-99-1
Title: Computers: Client Server Systems
• Please make the following changes in the subject contract:
C:
Delete: Pages: 31-90
Add: Pages: 31-91 *(Rev 25 Aug 99)
Ordering Instructions have been updated and resellers have been added.
Suite 315
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at 487-4196, Suncom 277-4196, comerdadms.state. fl.us
HPB/dc/kla
Temp Reso #8770
Exhibit "A"
Suite 315
July 7, 1999
MEMORANDUM NO.: (250-040-99-1)-9
TO: Department Addressed
FROM: H. P. Barker, Jr., CPPO
Chief, Bureau of Procurement and Contracts Management
SUBJECT: Contract No. 250-040-99-1
Title: Computers: Client Server Systems
Please make the following changes in the subject contract:
Delete: List of Contractors, Pages 28, 29, 35-84
Add: *List of Contractors, Pages 28, 29, 35-89 *(Rev 7 Jul 99)
The contract has been revised to include an updated list of contractors and ordering instruction pages.
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Corner at (850) 487-4196, Suncom 277-4196, Email comerd@dms.state.fl.us
HPB/dc/lmb
•
49
Temp Reso #8770
Exhibit "A"
•
June 30, 1999
MEMORANDUM NO.: (250-040-99-1)-8
TO: Department Addressed
FROM: H. P. Barker, Jr., CPPO
Chief, Bureau of Procurement and Contracts Management
SUBJECT: Contract No. 250-040-99-1
. Title: Computers: Client Server Systems
n
LJ
1W
Suite 315
Subject contract has been renewed through June 30, 2000 at the same prices, terms and conditions.
Delete: Certification of Contract, List of Contractors, Pages 28-30, 35-37, 63, 72, 84
Add: *Certification of Contract, List of Contractors, Pages 28-84 *(Rev 30 Jun 99)
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at (850) 487-4196, Suncom 277-4196, E-Mail mailto:comerd@dms.state.fl.us
HPB/dc/1mb
Temp Reso #8770
Exhibit "A"
00.
June 4, 1999
MEMORANDUM NO.: (250-040-99-1)-7
TO: Department Addressed
FROM: H. P. Barker, Jr., CPPO
Acting Director, State Purchasing
SUBJECT: Contract No. 250-040-99-1
Title: Client Server Systems
Please make the following changes in the subject contract:
Delete: Pages 29, 31-87
Add: *Pages 29, 31-90 *(Rev 4 Jun 99)
Suite 315
The contract has been revised to include updated ordering instructions and authorized reseller lists.
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at (850) 487-4196, Suncom 277-4196, Email: comerd a,dms.state.Fl.«s
HPB/dc/lmb
n
LJ
11
Temp Reso #8770
Exhibit W
•
C-7
Suite 315
April 8, 1999
MEMORANDUM NO.: (250-040-99-1)-6
TO: Department Addressed
FROM: George C. Banks, CPPO
Director, State Purchasing
SUBJECT: Contract No. 250-040-99-1
0 Title: Client Server Systems
Please make the following changes in the subject contract:
Delete: List of Contractors, Pages 27, 28, 31-33, 37-50, 55-58, 67-70, 73, 74, 85
Add: *List of Contractors, Pages 27-87 *(Rev 1 Apr 99)
The contract has been revised to include updated ordering instructions, authorized reseller lists and
contractor's name change (Amherst Corporate Computer Sales).
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at 487-4196, Suncom 277-4196, E-Mail comerd@dms.state.fl.us
GCB/dc/lmb
L�
Temp Reso #8770
Exhibit "A"
C1J
Suite 315
December 23, 1998
MEMORANDUM NO.: (250-040-99-1)-5
TO: Department Addressed
FROM: George C. Banks, CPPO
Director, State Purchasing
SUBJECT: Contract No. 250-040-99-1
Title: Client Server Systems
Please make the following changes in the subject contract:
Delete: List of Contractors, 27-80
Add: *List of Contractors, *27-47, **48, *49-51, **52, *53-64, **65, *66-85
*(Rev 23 Dec 98), **(New 23 Dec 98)
This contract has been revised to include updated ordering instruction pages and authorized reseller
lists.
Due to acquisition and merger, products awarded to Computer City, Inc. and Dataflex Corporation are
now available from CompUSA, Inc. and Compucom Systems, Inc., respectfully.
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at (850) 487-4196, Suncom 277-4196, E-Mail comerd@dms.state.fl.us.
GCB/dc/1mb
•
11
•
Temp Reso #8770
Exhibit "A"
•
Suite 315
November 30, 1998
MEMORANDUM NO.: (250-040-99-1)-4
TO: Department Addressed
FROM: George C. Banks, CPPO
Director, State Purchasing
SUBJECT: Contract No. 250-040-99-1
Title: Client Server Systems
Please make the following changes in the subject contract:
Delete: List of Contractors, pages 29, 65-79
Add: List of Contractors, pages 29, 65-80 (Rev 7 Dec 98)
Effective November 30, 1998, Lucent Technologies has been added to this contract.
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at (850) 487-4196, Suncom 277-4196, E-Mail comerd@dms.state.fl.us.
GCS/dc/]ns
0
Temp Reso #8770
Exhibit "A"
Ell
Suite 315
September 23, 1998
MEMORANDUM NO.: (250-040-99-1)-3
TO: Department Addressed
FROM: George C. Banks, CPPO
Director, State Purchasing
SUBJECT: Contract No. 250-040-99-1
Title: Client Server Systems
Please make the following changes in the subject contract:
Delete: Pages 27-30, 35, 36, 47, 48, 71-78
Add: Pages 27, *28, *29, 30, *35, *36, 47, *48, *71, 72-79
*(Rev 24 Oct 98) **(New 24 Sep 98)
Effective September 23, 1998, the following brands of portable microcomputers have been awarded and
are available from their respective manufacturers: Apple, Compaq, Gateway 2000, IBM, NEC, and
Unisys. The authorized resellers of Acer America, Cisco Systems, and Silicon Graphics have been
updated.
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at (850) 487-4196, Suncom 277-4196, E-Mail comerd( dms.state. fl.us
GCB/dc/crw
•
•
C�
Temp Reso #8770
Exhibit "A"
E
Ok
Suite 315
September 9, 1998
MEMORANDUM NO.: (250-040-99-1)-2
TO: Department Addressed
FROM: George C. Banks, CPPO
Director, State Purchasing
. SUBJECT: Contract No. 250-040-99-1
Title: Client Server Systems
Please make the following changes in the subject contract:
Delete: Pages 27, 28, 32, 56, 62-75
Add: Pages 27, *28, *32-78 *(Rev 9 Sept 98)
This contract has been updated to include revised contract awards list and authorized resellers. (3Com,
Fore Systems and IBM)
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at (850) 487-4196, Suncom 277-4196, E-Mail: comerd c dms.state.fl.us
GCB/dc/lmb
0
G'..1
Temp Reso #8770
Exhibit "A"
•
August 19, 1998
MEMORANDUM NO.: (250-040-99-1)-1
TO: Department Addressed
FROM: George C. Banks, CPPO
Director, State Purchasing
• SUBJECT: Contract No. 250-040-99-1
Title: Client Server Systems
Please make the following changes in the subject contract:
Delete: List of Contractors, Pages 27-51
1:73
Suite 315
Add: *List of Contractors, Pages **27, *28-30, **31-35 *36-38, **39-47, *48-54,
**55-56, *57-58, **59-60, *61-66, **67, *68, **69, *70-73, **74-75 *(Rev 19
Aug 98) **(New 19 Aug 98)
Effective August 19, 1998, this contract has been updated to include awards to thirteen (13) new
contractors. IBM's awards now include connectivity devices.
The contract awards page has been updated to include all contract awards.
Any questions or problems in delivery or service that may arise regarding this contract should be
directed to David Comer at (850) 487-4196, Suncom 277-4196, E-Mail: comeradms. state. fl.us
GCB/dc/lmb
Temp Reso #8770
Exhibit "A"
VW
CERTIFICATION OF CONTRACT
TITLE: Computers: Client Server Systems
BID NO.: 31-250-040-B
CONTRACTOR(S): See Attached
CONTRACT NO.: 250-040-99-1
EFFECTIVE: July 1, 1998
through June 30, 2000
(Rev 30 Jun 99)
SUPERSEDES: 250-040-96-1
Suite 315
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS
WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID
COMER AT (850) 4874196 SUNCOM 277-4196, E-MAIL
mailto:comerd@dms.state.l].us
A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of
Management Services on June 30, 1998, a contract has been executed between the State of
Florida and the designated contractors.
B. EFFECT - This contract was entered into to provide economies in the purchase of Client Server
Systems by all State of Florida agencies and institutions. Therefore, in compliance with Section
287.042, Florida Statutes, all purchases of these commodities shall be made under the terms,
prices, and conditions of this contract and with the suppliers specified.
C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the
attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all
Federal, State and local taxes.
All contract purchase orders shall show the Division of Purchasing contract number, product
number, quantity, description of item, with unit prices extended and purchase order totaled.
(This requirement may be waived when purchase is made by a blanket purchase order.)
•
•
0
Temp Reso #8770
Exhibit "A"
D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform
according to the requirements of this contract on Complaint to Vendor, form PUR 7017.
Should the vendor fail to correct the problem within a prescribed period of time, then form PUR
7029, Request for Assistance, is to be filed with this office.
E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for
your information. Any restrictions accepted from the supplier are noted on the ordering
instructions.
F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used
to provide your input and recommendations for improvements in the contract to the Division of
Purchasing for receipt no later than 90 days prior to the expiration date of this contract.
Authorized Signature
DC/lmb
Attachments
11
�J
Temp Reso #8770
Exhibit "A"
��lflektAVXyl to] "RI
3Com Corporation
(A)
(Rev 19 Aug 98)
ABC Computers, Inc.
(A)
(Rev 30 Jun 99)
Acer America
(A)
American Power Conversion
(A)
Amherst Corporate Computer Sales
(A)
(Rev 1 Apr 99)
Apple Computer, Inc.
(A)
Ascend Communications, Inc.
(A)
(Rev 19 Aug 98)
Cabletron Systems Sales
and Service, Inc.
(A)
(Rev 19 Aug 98)
Cisco Systems, Inc.
(A)
(Rev 19 Aug 98)
Comark Government & Education Sales
(A)
Compaq Computer Corporation
(A)
CompUSA, Inc.
(A)
(Rev 23 Dec 98)
Compucom Systems, Inc.
(A)
(Rev 23 Dec 98)
Dell Marketing L.P.
(A)
Digital Equipment Corporation
(A)
Fore Systems, Inc.
(A)
(Rev 30 Jun 99)
Gateway 2000 Major Accounts, Inc.
(A)
GE Capital IT Solutions
(A)
Hayes Computer Systems
(A)
(Rev 19 Aug 98)
Hewlett Packard Company
(A)
(Rev 19 Aug 98)
International Business Machines
(A)
(Rev 30 Jun 99)
Lucent Technologies
(A)
MTX, Inc.
(A)
NEC Computer Systems Division, Packard Bell NEC, Inc.
(A)
Nortel Networks USA, Inc.
(A)
Pomeroy Computer Resources, Inc.
(A)
Silicon Graphics Computer Systems
(A)
(Rev 19 Aug 98)
Southern Computer Supplies, Inc.
(B)
Sun Microsystems Federal, Inc.
(A)
(Rev 19 Aug 98)
Unisys Corporation
(A)
(Rev 30 Jun 99)
WIN Laboratories, Ltd.
(C)
Xylan Corporation
(A)
(Rev 19 Aug 98)
M
•
I -]
C7
Temp Reso #8770
Exhibit "A"
SPECIAL CONDITIONS
PURPOSE
The purpose of this bid is to establish a 12 month tontract for the purchase of client server systems by all
State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General
Conditions. It is anticipated that the contract will be effective from July 1. 1998 through June 30 1999 .
ESTIMATED QUANTITIES
It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately
$250,000,000 under any contract resulting from this bid. These estimated figures are given only as a guideline
for preparing your bid and should not be construed as representing actual figures under the contract.
ADDITIONAL ELIGIBLE USERS
In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal
agencies and private non-profit educational facilities as defined in Section 240.605, Florida Statutes, which may
desire to purchase under the terms and conditions of the contract.
OPTIONAL NTRACT USA E
In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be
Wade under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located
tside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to
purchases made under this contract.
SPECIAL ACCOMMODATION
Any person requiring a special accommodation at State Purchasing because of a disability should call State
Purchasing at (850) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech
impaired, please contact State Purchasing by using the Florida Relay Service which can be reached at 1 (800) 955-
8771 (TDD).
ACCEPTABLE EQUIPMENT
Bid shall be for new equipment only. Newly manufactured (containing used or rebuilt parts), remanufactured,
rebuilt, reconditioned, newly remanufactured, used, shopworn, demonstrator or prototype equipment is not
acceptable and will be rejected.
.7
Temp Reso #8770
Exhibit "A"
LIMITATION OF, REMEDIES
Contractor's entire liability and the State's exclusive remedy shall be as follows:
In all situations involving performance or non-performance of machines or programming (other than licensed
programs) fuMished 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 to recover actual damages to the limits set forth in this Special
Condition.
If this contract is for purchase of machines, then the following shall apply. Contractor's entire liability for
damages to the State for any cause whatsoever, and regardless of form of action, whether in contract or in tort
including negligence, shall be limited to the greater of $100,000 or the appropriate price stated herein for the
specific machines that caused the damages or that are the subject matter of or are directly related to the cause
of action. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards
referred to in the General Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement
costs or the cost of cover pursuant to 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 Contractor's negligence or
tortious conduct.
If this contract is for the purchase of hardware maintenance services, then the following shall apply:
Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause whatsoever,
and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to
actual damages up to the greater of $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 tortious conduct.
If this contract is for purchase of software maintenance services, then the following shall apply: Contractor's
entire liability and the State's exclusive remedy for damages to the State for any cause whatsoever, and
regardless of the form of action,whether in contract or in tort including negligence, shall be limited to actual
damages up to the greater of $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 tortious conduct.
4
Temp Reso #8770
Exhibit "A"
Adf this contract is for the acquisition of licensed programs, including personal computer licensed programs, then
e following shall apply: Contractor's entire liability and the State's exclusive remedy shall be as follows: In all
situations involving performance or non-performance of licensed programs furnished under this Agreement, the
State's remedy is (1) the correction by the Contractor of licensed program defects, or (2) if, after repeated
efforts, the Contractor is unable to make the licensed program operate as warranted, the State shall be entitled
to recover actual damages to the limits set forth in this section. For any other claim concerning performance or
non-performance by the Contractor pursuant to, or in any way related to, the subject matter of this Agreement
the State shall be entitled to recover actual damages to the limits set forth in this section. Contractor's liability
for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or
in tort including negligence, shall be limited to the greater of $100,000 or the one time charges paid for, or any
monthly license or initial license charges which would be due for 12 months use of the licensed program that
caused the damages or that is the subject matter of, or is directly related to, the cause of action and shall include
any initial or process charges paid to the Contractor. This limitation of liability will not apply to (a) the
payment of cost and damage awards referred to 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 tortious conduct.
Contractor shall hold and save the State harmless for any and all suits and judgments against the State for
personal injury or damage to real or tangible personal property caused by Contractor's tortious conduct in the
performance of this Agreement provided that, (a) the State promptly notifies Contractor in writing 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
spect to any claim, or portion thereof, for which Contractor agrees at the initiation of such claim that �e
ontractor 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,
SOFTWARE LICENSE
Bidder shall grant to the customer a non-exclusive/non-transferable license to use all software procured from
the contract resulting from this Invitation To Bid. Use of this software is subject to the following provisions:
Copyrighted software provisions are contained in the General Condition entitled "Patents and
Royalties".
2. Title to the software shall remain with the titleholder.
3. Customer may reproduce one (1) copy of each diskette based software package procured that is not
copy protected, for archival and backup purposes only. Copyright and any proprietary notices shall be
included on the backup copies.
Temp Reso #8770
Exhibit "A"
4. Software that is provided on diskette for user work stations shall be supplied as one (1) copy per work
station ordered, unless site licenses or volume discounts have been offered by the bidder and so ordered
by the customer. 0
5. Software that is provided on the system and is down loaded to workstations, shall include a backup
copy with documented procedures for reloading in dent of software becoming unusable by either a
system malfunction or operator error.
6. Software updates or enhancements shall be made available to the customer in accordance with the
Special Condition entitled "Addition/Deletion/Change".
7. Bidder shall provide for exchange of software provided on copy protected diskettes in event the
distribution diskette is rendered unusable through either operator error or system malfunction.
Exchange of software shall not include operator attempts to copy protected software.
Bidder shall indicate on the software pricing sheets if there is any cost associated with items 4 through 7
above.
9. The customer shall be responsible for: a) software selection to achieve the customers intended results;
b) use thereof; and c) all results obtained there from.
10. Software may be used on only the single central processing unit (CPU) or system configuration for
which the software was acquired. The software may be used on another single CPU or system
configuration on a temporary basis when the primary CPU or system are inoperable due to hardware
failure.
11. Customer shall not make the software available in any form to third parties. Only the customer's •
employees directly concerned with the licensed use of the software, shall have access to the software.
12. Contractor shall retain the option to terminate software licenses granted in accordance with this section,
and require return of the software and all copies thereof if the customer fails to comply with the license
provisions.
13. Customer shall not reverse assemble or reverse compile licensed software in whole or in part.
14. Contractor shall warrant the media on which the software is furnished, to be free from defects in
materials and workmanship under normal use for a period of 90 days from date of receipt by the
customer.
15. Software that is bid on as "AS IS" basis does not include any warranty of performance or quality,
except that the media warranty included within this section shall apply. This type of software if bid shall
be specifically identified on the price sheets.
16. Software documentation may not be copied without the express prior written approval of the contractor
or titleholder as may be appropriate.
CERTIFICATION
All certifications required in this bid must be completed and returned with your bid. Failure to comply with this
requirement shall result in disqualification of bid. 9
Temp Reso #8770
Exhibit "A"
NUFACTURER'S CERTIFICATION
In the event a bid is submitted by other than the equipment manufacturer, a certification executed by the
manufacturer shall be required stating the bidder is an authorized representative of the manufacturer.
0^
The manufacturer's certification must be executed by the manufacturer's representative authorized to bind all the
manufacturer's branches, dealers/resellers, and/or service establishments. Dealers/resellers are not authorized to sign
this certification on behalf of the manufacturer. Failure to submit this certification with your bid shall result in
disqualification of the bid.
CONTRACT DUPLICATION
Bidders currently awarded equipment on any other State contract shall identify those products, if duplicated
anywhere within this bid. The State reserves the right to delete duplicated equipment from this and/or other
contracts. Deletion will occur only if the bidder's equipment is awarded on this contract.
LEASE PROVISIONS
Each purchaser will be authorized to enter into a contract for equipment by issuance of a purchase order
referencing the contract number. The manufacturer's lease agreement form will not be used since a contract
resulting from this bid and the purchase order will constitute the complete agreement. Since the State
Comptroller's prior approval is required for State Agencies to enter into or extend either lease or installment
purchase agreements, State agencies are cautioned to review the Comptrollers latest memorandum addressing
eases and installment purchase of equipment.
A. RISK OF LOSS OR DAMAGE
The purchaser shall be relieved from risks of loss or damage to all equipment leased during the
period of transportation, installation, and during the entire time the equipment is in the
possession of the purchaser except when loss or damage is due to fault or negligence of the
purchaser.
B. TERM
Lease period shall be based on the projected needs of the agency and/or the period determined
to be the most economically prudent and cost effective. Lease cost basis shall be equal to or
below that for that equipment on State contract.
Lease agreements shall be effective on the date of acceptance of the equipment. The date of
acceptance is that date on which the equipment is installed at the agreed to purchaser location
and the equipment is certified ready for use by the contractor and accepted by the purchaser as
installed and in good working order.
Lease agreements shall terminate upon completion of the specified lease agreement period or
upon purchase utilizing equity accruals if applicable. Purchase of leased equipment by state
agencies requires prior approval as a contract exception through State Purchasing.
Upon mutual agreement with the contractor, the purchaser shall have the option to extend the
current lease agreement by giving written notice 30 days prior to the end of the initial lease term,
without prior approval of State Purchasing, provided the following conditions are met:
Temp Reso #8770
Exhibit "A"
Prices are equal to or below that specified for that equipment available on State contract
or not in excess of the vendor's established governmental pricing at the time of extension. Ob
(Pricing to include in & out charges, rigging, accrued equity and any other cost
associated with the acquisition.)
2. Terms and conditions of extension must be the same as those in the current State
contract.
Any exception to the above conditions requires prior approval by State Purchasing.
Please note that for the purpose of this bid and resulting contract, extension is the term used for that period that
follows the end of the initial lease term. There is no provision for renewal which would follow the extension.
C. CANCELLATION
1. The provisions of Cancellation Paragraph, General Conditions, do not apply to
equipment leased under this contract.
2. A lease agreement may be canceled at any time during the lease period by the purchaser.
A thirty (30) day cancellation notice will be required of the purchaser in writing. All
money due the contractor for the remainder of the lease agreement period will be due
and payable upon completion of the equipment removal, except in documented cases of
nonperformance by the vendor.
3. Upon cancellation of a lease agreement by the purchaser without cause the equipment
will be returned to the contractor with transportation at the purchaser's expense as well
as removal charges if applicable. 0
TECHNICAL DOCUMENTATION
All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When
technical documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid
with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to
provide the required technical documentation with the bid submittal shall make the bidder nonresponsive, unless
State Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the
products offered through technical documentation available within State Purchasing as of the date and time of
bid opening. Such authority of State Purchasing shall in no way relieve the bidder from the ultimate
responsibility to submit the required technical documentation, nor shall any bidder assume that such
documentation is otherwise available to State Purchasing. The State shall not be responsible for the accuracy
of the technical documentation in its possession.
DELIVERY REQUIREMENTS
All prices bid shall include delivery to purchaser within 30 days or less after receipt of purchase order.
DATE OF ACCEPTANCE
The date of acceptance is that date on which the equipment is installed at the agreed to purchase location, the
equipment is certified ready for use by the contractor and is accepted by the purchaser as installed and in good
Temp Reso #8770
Exhibit "A"
working order. The purchaser shall certify in writing to the contractor when the equipment is accepted at
hich time title shall transfer.
For equipment designated as customer installed, the date of acceptance shall be the delivery date, provided the
purchaser has not specified contractor installation on the purchase order.
INSTRUCTION MANUAL
Contractor shall be required to furnish an instructional manual for each unit ordered. Bulletins, revisions and
corrections shall be supplied to each manual as they are issued by the manufacturer. Each manual shall contain;
definition of equipment capabilities, technical description of equipment operation, description of malfunction
identification and troubleshooting procedures, detailed schematic, installation and use instructions.
SOFTWARE USER MANUALS
One (1) copy of the operating system software manual must be provided with software ordered from any
contract resulting from this bid. Additional copies of software manuals must be available from the contractor.
PTIONAL COMPONENT PURCHASES
Purchases of optional components totaling less than $1,000 may be made by an agency at its discretion on a
local basis rather than under any contract resulting from this bid. This condition shall not be used to circumvent
this contract.
AUTHORIZED TECHNICIANS
49
All work contracted for shall be performed by factory trained technicians. Technicians working under the
direct supervision of a factory trained technician are permitted. A copy of the technician's certification shall be
made available by the contractor upon request by State Purchasing.
BID TABLES
The appropriate Bid Table shall be completed for each category of product bid. The information to be
completed on the Bid Table includes:
Product manufacturer
Vendor / bidder
Standard Delivery Time in Days Which the Vendor Can Perform (not to exceed 30 days)
Manufacturer and Description of Products Bid
Bid percentage for Category Products as well as Balance of Line Products Bid; either,
Cost Plus/Minus % for State Government and State Education, or
Cost Plus/Minus % for GSA Pricing Schedule
Optional Support Bid at Discount
Manufacturer's price lists or GSA price list/schedule shall be submitted with the bid in accordance with the
requirements under PRICE LISTS.
Bid Tables, and other pages required for completion of the bid may be copied, as needed.
•
Z
Temp Reso #8770
Exhibit "A"
ITEM DESCRIPTIONS
Descriptions of systems or individual items on price lists shall be of sufficient detail to easily identify the system is
or item. Items not described will be rejected as ineligible for the bid/contract.
These documents shall be sAnitted in hardcopy as well as on 3.5 inch diskette media, as outlined in Special
Condition, Format for Submission of Bid. Failure to comply with this requirement will result in disqualification
of your bid.
AUTHORIZED DEALS /DI TRIBUT RS AND/OR SERVICE LOCATIONS:
On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service Locations,
this information shall be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch
diskette in a Word for windows file. Any subsequent revisions shall be submitted in the same format to the
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 2rdy
• Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -no landscape
• No Tables
• No Headers or Footers
• No Excel Files
Failure to submit the information required in this section will be grounds for disqualification of your bid and/or •
removal from any resulting contract.
NOTICE TO CONTRACTOR
The employment of unauthorized aliens by any contractor is considered a violation of section 247A(e) of the
Immigration and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall
be cause for unilateral cancellation of the contract.
PUBLIC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity
crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a
bid on a contract with a public entity for the construction or repair of a public building or public work, may not
submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business
with any public entity in excess of the threshold amount provided in f.s. 287.017 for CATEGORY TWO for a
period of 36 months from the date of being placed on the convicted vendor list.
SURCHARGE FEE AND SUMMARY OF TOTAL SALES
State Purchasing hereby imposes a vendor surcharge fee of .50% 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. •
IR
Temp Reso #8770
Exhibit "A"
If a State Agency elects to purchase from a source other than the resulting State contract, such purchases shall
46 in accordance with Chapter 287, F.S., and 60A Florida Administrative Code.
After receipt of payment from the contract purchases, all vendor surcharge fees shall be payable to the State of
Florida no later than 15 days after the end of each quarter. 01
Vendor surcharge fee and contract number should be noted on the check and remitted to:
State of Florida
Department of Management Services
P.O. Box 5438
Tallahassee, FL 32314-5438
Contract supplier shall furnish State Purchasing a detailed summary of sales at the end of each quarter. By
submission of these Sales Summary reports and corresponding vendor surcharge deposits, the contractor(s) is
certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida.
Contractors will be responsible for reporting sales and paying user fees resulting from sales made by authorized
resellers.
Failure to comply with these requirements will result in the contract supplier being found in default, in which
case any and all reprocurement costs and all outstanding vendor surcharge fees may be charged against the
defaulting contractor and may result in immediate, unilateral cancellation of your contract by State Purchasing.
Bids from contractors that are delinquent in paying user fee's from existing contracts, will not be
considered.
E LISTS
On any contract where pricing is based on a Manufacturer's published price list, the price list must be provided
by the BIDDER as part of the bid package in hard copy. Bidders must provide a price list on a 3.5 inch
diskette as a Word For Windows file, which includes headings and subheadings of the categories of systems,
peripherals, and components which the vendor has bid. Each product on the price list shall be identified by part
number, brand name, description, manufacturers cost and net price.
Any subsequent revisions shall be submitted in the same format to the State Purchasing CONTRACT
ADMINISTRATOR, for review and approval prior to implementation.
Diskette must be formatted as:
• "Word for Windows"
• Font: Times New Roman 12
• Preset tabs only
• Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -no landscape
• No Tables
• No Headers or Footers
• No Excel Files
Failure to submit the information required in this section will be grounds for disqualification of your bid and/or
removal
moval from any resulting contract.
Temp Reso #8770
Exhibit "A"
PRICING SCHEDULE TO REMAIN FIRM
The pricing schedule, cost plus/minus basis or GSA pricing basis, bid by each awarded vendor shall remain firm
for any product placed on the contract resulting from this bid, or For products added to the contract at a later
date through revision to the contract.
ADDING NEW PRODUCTS
The contractor may add new products to the contract at the pricing schedule as originally bid.
When a revision to contract price lists includes the addition of new products they must remain at
the original percentage bid for the contract term. The addition of new products shall be at the
discretion of State Purchasing in the best interest of the State.
Reductions in price shall be effective upon receipt of written notification to State Purchasing and
shall remain in effect for the balance of the contract term, unless further reduced by the
contractor. In the event that the contractor announces a price reduction on any equipment listed
on the contract prior to the purchaser's acceptance of said equipment, such price reduction shall
be made available to the purchaser. This condition shall not apply to temporary sales
promotions.
PRICE INCREASES
Price increases are not acceptable for gni product placed on the contract resulting from this bid, or for products
added to the contract at a later date through revision to the contract.
PRICE REDUCTION •
Reductions in price shall be effective upon receipt of written notification to the State Purchasing and shall remain in
effect for the balance of the contract term, unless further reduced by the contractor.
In the event that the contractor announces a price reduction on any equipment listed on the contract prior to the
purchaser's acceptance of said equipment, such price reduction shall be made available to the purchaser.
This condition shall not apply to temporary sales promotions.
SALES PROMOTIONS
A contractor, during the term of the contract, may lower prices of products on the contract, for a specified
period of time. The contractor shall document sales promotions to and receive approval of State Purchasing,
prior to offering sales promotions to contract users. Documentation of sales promotions shall specify starting
and ending dates of the promotion, specify list prices and promotional prices, and shall contain a statement that
the promotional prices are available to all contract users. Sixty (60) days is established as the minimum period
of time for which a sales promotion can be offered. Sale pricing shall be made available on contract items only
and promoted to all users of the contract. Evidence of offering of a sales promotion to a contract user prior to
the submittal to and approval of the State Purchasing shall subject the contractor to removal from the contract.
Sales promotions approved by State Purchasing must be posted on the contractors Internet Home Page with
awarded products.
12
Temp Reso #8770
Exhibit "A"
CONTRACT HOLDER shall configure PRICE LIST consisting of awarded product and post the prices on the
CONTRACT HOLDERS Internet Home Page. All price lists must be reviewed and approved by State
Purchasing before they can be posted It the CONTRACT HOLDER Internet Home Page.
Contractors must provide State Purchasing with a universal resource locator (URL) where price lists will be
posted.
CONTRACT HOLDERS posted price list shall include the following:
• DMS Approval Date
• Contract Number
• Part Number, Description, Manufacturers Cost and Contract Prices
• Authorized Resellers
The Home Page must be compatible with the most recent version of browser software being used by State
Purchasing. As of the writing of this solicitation, Netscape Navigator 3.0 is the State Purchasing browser
standard. State Purchasing intends to upgrade to new browser versions as they become available and fully
tested, at its discretion.
INTERNET HOME PAGE
The Contract resulting from this bid will become a public document. The State of Florida, State Purchasing is
sing the Florida Communities Network (FCN) on the Internet World Wide Web (WWV) to distribute State
erm Contracts and product information to eligible users and other interested entities who may subscribe to this
service and pay the appropriate access fee.
The Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the space
provided on the Ordering Instructions page of the bid.
PRICE LIST CATALOGS DESCRIPTIVE BROCHURES
Contractor agrees to furnish participating agencies price schedules, catalogs and descriptive brochures as
requested.
QUANTITY DISCOUNTS
Bidder/contractors are urged to offer additional discounts for one time delivery of large single orders of any
assortment of items. Such discounts will not be considered in evaluation and award of bid. Contract users
should seek to negotiate additional price concessions on quantity purchases of any products offered under this
contract. State agencies shall document their files accordingly.
PURCHASING CARD PROGRAM
The State of Florida has implemented a purchasing card program through NationsBank, using the Visa
network. Vendors will receive payment from the purchasing card in the same manner as other Visa purchases.
Please indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the bid.
0
13
Temp Reso #8770
Exhibit "A"
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 p.m. Monday thru Friday to check on the status of payments by State agencies. The
stem can accommodate English and Spanish speaking callers.
INSURANCE. WORKERS' COMPENSATION
The contractor shall take out and maintain during the life of this agreement, Workers' Compensation Insurance for all
of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require
the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such
employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the
Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this contract
at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide,
and cause each sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his
employees not otherwise protected.
SERVICE
Availability of in -state representatives to assist in proper application and to resolve technical problems is a
requirement of this bid and the resulting contract. Bidders shall, therefore, include as part of the bid a list of all
in -state service representative(s) who will be responsible for providing these services during the term of the
contract.
If unable to obtain service/warranty within the time period specified or if difficulties are encountered in
obtaining service from the service location designated by the contractor, it shall be the complete responsibility
of the contractor to arrange and coordinate service by an alternate service dealer after notification by the user.
The coordination effort will be handled by the specific individual designated on the ordering instruction sheet.
+ME .0i
A warranty is required on all contract items against defective material, workmanship, and failure to perform in
accordance with required performance criteria, for a period of not less than one (1) year from date of receipt or
installation of product. See SPECIFICATIONS, under each category of product for Standard Support Level
and specific warranty requirements. Replacement of all parts found defective including all labor, materials
within the warranty period shall be made without cost to the State. This warranty shall not cover adjustment,
repair or parts replacement required because of purchaser's negligence, misuse, or machine alteration.
Applicable transportation charges for warranty service within the warranty period shall be based on cost
determined by the level of support procured as outlined in the specification.
Warranty repairs shall be completed within the time period stated in the support level procured whether on -site
or upon receipt of equipment by factory authorized service center. Should repairs exceed the predetermined
time period, contractor shall provide equivalent loaner equipment upon request by the purchaser. Loaner
equipment shall be provided at no cost to the State, including shipment to the purchaser's location and return of
loaner equipment to the contractor.
•
14
Temp Reso #8770
Exhibit "A"
CURITY DEVICES
idders are to identify and price all available optional or installed security devices , such as key locks, plastic
card readers, etc., on price sheets.
TRADE IN
Contract users may trade-in equipment when making purchases from this contract. A trade-in must be negotiated
between the user and the contractor. Users are obligated to actively seek current fair market value when trading
equipment, and to keep accurate records for the process. For State agencies, it may be necessary to provide
documentation to the Office of the State Comptroller.
YEAR 2000 COMPLIANCE WARRANTY
The contractor warrants that each item of hardware, software, and/or firmware delivered, developed or
modified under this contract shall be able to accurately process date data (including, but not limited to,
calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries,
including leap year calculations, when used in accordance with the item documentation provided by the
contractor, provided that all items (e.g. hardware, software, firmware) used in combination with other
designated items properly exchange date data with it. The duration of this warranty and the remedies available
to the State for breach of this warranty shall be as defined in, and subject to, the terms and limitations of any
general warranty provisions of this contract, provided that notwithstanding any provision to the contrary in
such warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to the
fate under this warranty shall include repair or replacement of any item whose non-compliance is discovered
d made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty
shall be construed to limit nay rights or remedies the State may otherwise have under this contract with respect
to defects other than Year 2000 performance.
YEAR 2000 COMPLIANCE (SOFTWARE)
The licensor represents and warrants that the software, which is licensed to licensee hereunder, is designed to
be used prior to, during, and after the calendar year 2000 AD, and that the software will operate during each
such time period without error relating to date data, specifically including any error relating to, or the product
of, date data which represents or references different centuries or more than one century. Without limiting the
generality of the foregoing, Licensor further represents and warrants (1) that the software will not abnormally
end or provide invalid or incorrect results as a result of date data, specifically including date data which
represents of references different centuries or more than one century; (2) that the software has been designed to
ensure year 2000 compatibility, including, but not limited to, date data century recognition, calculations which
accommodate same century and multi -century formulas and date values, and date data interface values that
reflect the century; (3) that the software included "year 2000 capabilities", which means the software (a) will
manage and manipulate data involving dates, including single century formulas and multi -century formulas, and
will not cause an abnormally ending scenario within the application or generate incorrect values or invalid
results involving such dates; and (b) provides that all date -related user interface functionalities and data fields
include the indication of century; and (c) provided that all date -related data interface functionalities include the
indication of century.
LI
15
Temp Reso #8770
Exhibit "A"
YEAR 2000 REMEDY CLAUSE
In the event of any decrease in hardware or software program functionality related to time and date related codes and
internal subroutines that impede the hardware or software programs from operating beyond the Millennium Date
Change, Licensors and Vendors of Licensors pl06ducts, agree to immediately make required convections to restore
hardware and software programs to the same level of functionality as warranted herein at no charge to the licensee,
and without interruption to the ongoing business of licensee, time being of the essence.
YEAR 2000 COMPLIANCE
All products bid under this bid/contract will be Year 2000 compliant (that is; able to accurately process date data
from, into, and between the twentieth and twenty -fast centuries, including leap year calculations). Resellers may
provide a "pass through warranty" from the manufacturer/software developer, which meets all the warranty
requirements specified by the State, and which shall include all other warranties provided by the manufacturer or
software developer. Reseller shall be responsible for warranty assurance, assistance, enforcement and any other
actions or remediation, required to satisfy warranty requirements.
EVALUATION/AWARD
Bids will be evaluated and awarded by category on a multiple award basis, in compliance with the requirements and
provisions detailed herein. Award shall be made for statewide delivery and service, to the responsive bidders offering
the lowest net delivered prices, based on the pricing mechanism designated under product categories 3.0 through 8.0.
If the same manufacturer's brand is bid by more than one bidder, only the lowest net delivered prices shall be
considered for an award.
Bids designated for Government (State) will be evaluated and awarded. Bidder is urged to offer additional •
discounts to educational institutions in the space provided on price sheets. Such discounts will not be
considered in evaluation of bid.
11
[L
Temp Reso #8770
Exhibit "A"
. State of Florida
Department of Management Services
STATE PURCHASING
A SPECIFICATIONS
CLIENT SERVER SYSTEMS
1.0 SCOPE
These specifications are the requirements and provisions for the bidding and awarding of a State term
contract for Client Server Systems to include Microcomputers, Network Servers and Workstations, Network
Computers and Network PCs, Peripherals, Network Connectivity Devices, and Uninterruptible Power
Supplies.
2.0 GENERAL REQLUREMENTS AND PROVISIONS
COMPONENTS
Components (such as monitors, keyboards, mouse and trackball, expansion boards, network interface cards,
internal modems, multimedia, and storage devices purchased with and integrated with the systems prior to
delivery) will carry the same support level and warranty provisions as the system.
OPERATING SYSTEM SOFTWARE
. Operating system software (DOS, OS/2, Windows, Windows NT, UNIX, and Macintosh system) may be
offered by microcomputer system bidders, preloaded by the manufacturer/dealer, as a balance of line under
the same pricing schedule (percentage mark-up to manufacturer's price list), as the microcomputers systems
bid.
AMERICANS WITH DISABILITIES ACT
The Federal ADA bars employment discrimination and requires all levels of Government to provide necessary
and reasonable accommodations to qualified workers with disabilities. Although it is not mandatory that
bidders offer these products to receive an award, bidders are requested to identify any hardware and software
products which may be used or adapted for use by visually, hearing or other physically impaired individuals.
ENERGY STAR COMPLIANT
The Federal Environmental Protection Agency encourages the manufacture of energy efficient computer
hardware, and the State of Florida supports this initiative. State Purchasing prefers that all microcomputers,
monitors, and laser printers offered under this bid/contract is energy star compliant and bear the EPA Energy
Star Logo. Bidders are requested to identify only the hardware which is not Energy Star compliant. State
agencies seek to reduce the total cost of equipment ownership and operation and should consider the
purchase of Energy Star compliant equipment if it meets the agency's performance needs.
17
Temp Reso #8770
Fxhibit "A"
COST PLUS/MINUS PRICING BASIS
Bidders will bid a single percentage (to the nearest hundreth, e.g. 1.95%) on a cost plus/minus basis, to the
manufacturer's price list (C channel, USA1, Level 4, or other specified manufacturer's price list) to that
manufacturer's largest volume dealers/resellers. The manufacturer's Urice lit will be ftbmitted with the
bid and shall -represent the most current price list available at the date of the id opening. GSA pricing may
be offered as alternate pricing by the bidder. The GSA price list/schedule will be submitted with the bid.
ELIGIBLE_ MANUFACTURER BRANDS
The Gartner Group Vendor Tiering Model was utilized in determining the eligible manufacturer brands which
could be bid in specific categories. Commodity categories which are manufacturer specific, where Gartner
Group Vendor Tiering was not available were established on the best available knowledge of manufacturer
market share.
ITEM DES RIPTI NS
Contract price lists shall be structured with headings and subheadings of the categories of systems,
peripherals, and components which the vendor has bid. Each product on the price list shall be identified
by part number, brand name, description, manufacturers cost and net price. Descriptions of systems or
individual items on price lists shall be of sufficient detail to easily identify the product. Items not
adequately described will be rejected as ineligible for this bid/contract.
CONTRACT CHANGES
Awarded contractors may offer new hardware introduced by the manufacturer during the contract period at
the same pricing schedule as bid and awarded.
As soon as they are announced by the manufacturer, all product line changes (additions, deletions, price
changes) shall be submitted by e-mail to the State Purchasing contract administrator for review. Price
reductions announced by the manufacturer shall take effect immediately and be applied to unshipped and
subsequent orders.
BALANCE OF LINE
The balance of line provisions of this bid/contract are provided for the convenience and benefit of the contract
users as well as the awarded vendors. The balance of line provisions allow the purchaser a "one -stop"
procurement mechanism, as well as facilitating the ability of a contractor to provide a "complete system" for
the purchaser. It is incumbent on the purchaser to "shop" the contract and purchase products which meet
their needs at the lowest net delivered costs.
Vendors who bid and are awarded systems or other major categories of products may offer a "balance of
line" of peripherals; to include those which are specified as peripherals in this bid/contract, and monitors,
input devices, pen plotters, scanners, printers, storage devices, expansion cards, modems, and other standard
system components. Such balance of line peripherals and components shall: be offered under the same
pricing schedule (mark-up to the manufacturer's price list to that manufacturer's largest volume
dealers/resellers) or GSA pricing. The balance of line peripherals/components price lists shall be submitted
with the bid.
is
1E:3
Temp Reso #8770
Exhibit "A"
It is incumbent on the contractors to offer products under the balance of line provisions which are
competitively priced. State Purchasing will review and compare balance of line price lists to determine if
prices are competitive. Should it be determined, by the State Purchasing, that the balance of line price lists of
a contractor are not competitive, the contractor will be given an opportunity to submit a competitive price
list. If the contractor is unable to or chooses notAb reduce prices for balance of line products, the balance of
line provision for that contractor will be revoked.
MAJOR ACCOUNT SUPPORT LEVEL
State of Florida agencies and other eligible contract users purchase a substantial annual volume of systems,
servers, peripherals, and components from manufacturers (directly from the manufacturer or through
resellers) through the State term contract for client server systems. The State of Florida may accept
designation as a "Major Account" (under the particular manufacturer named program), with any
manufacturer or vendor/reseller awarded under this bid/contract, attendant with the additional benefits and
privileges which come with that designation. The bidder/contractor will act on the State's behalf to assure
that the State is recognized by the manufacturer under that manufacturer's "Major Account" program, and
that the State receives the benefits and privileges of such designation. If your firm offers this type of support,
see attached sheet to designate the benefits and privileges which are available to the State of Florida from the
manufacturer of products which are awarded under this bid/contract.
Awarded vendors/manufacturers who designate the State of Florida as a "Major Account" (under that
manufacturer's named program) and provide sufficient benefits and privileges thereunder, will be designated.
STANDARD DELIVERY TIMES
• Standard delivery times shall be expressed by the bidder on the bid table, and will represent the number of
calendar days normally required to make delivery after receipt of a purchase order. Delivery times in excess
of thirty (30) days will not be accepted. Failure to deliver products within the delivery time as stated in the
contract may subject the contractor to reprocurement costs, penalties and/or contract cancellation.
A contractor, within five (5) days after receipt of order, shall notify the purchaser of any potential delivery
delays. Evidence of inability to deliver or intentional delays in attempt to force the purchase of substitute
product, shall be cause for contract cancellation and vendor suspension.
3.0 DESKTOP MICROCOMPUTERS AND PORTABLE MICROCOMPUTERS
3.1 DESKTOP MICROCOMPUTERS
•
ELIGIBLE DESKTOP MICROCOMPUTERS WHICH MAY BE BID
Gartner Group Tier I and II vendors, (IBM, Compaq, Apple, AST, Digital, Dell, Hewlett-Packard, NEC,
Acer, Gateway, Micron, Unisys); and,
Other vendors who offer an extensive manufacturer line of microcomputers and provide documentation with
the bid of a minimum installed base of 1000 microcomputers with State of Florida agencies and political
subdivisions, in the most recent two State fiscal years.
A maximum of ten (10) vendors will be awarded desktop microcomputers.
I
Temp Reso #8770
exhibit "A"
STANDARD SUPPORT LEVEL FOR DESKTOP MICROCOMPUTERS
Requirements and provisions of STANDARD SUPPORT LEVEL for desktop microcomputers include:
- Inside delivery, with buyer set-up and installation.
- NlYiimum 1-year on -site warranty labor, in the State of Florida.
- Minumum 3-year warranty parts coverage.
- Maximum next business day response for warranty service.
- Maximum two (2) business days repair time, or replace with comparable equipment (replace with
new equipment only during warranty period).
- Toll free telephone support and fax/E-mail/Internet information
(Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time).
- 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges.
Optional Support which may be bid under the Standard Support Level:
- Dealer set-up and installation.
- Warranty upgrade, beyond year 1(to 5-year maximum). Warranty upgrade may be purchased at time
of system purchase or during the warranty period.
- Warranty service response upgrade, e.g.; maximum 4-hour response and/or 8-hour response.
3.2 PORTABLE MICROCOMPUTERS
ELIGIBLE PORTABLE MICROCOMPUTERS WHICH MAY BE BID
Gartner Group Tier I and I1 vendors(Compaq, IBM, Toshiba, AST, Digital, Dell, Hewlett-Packard, NEC,
Acer[M, and;
Other vendors who offer an extensive manufacturer line of portable microcomputers and provide
documentation with the bid of a minimum installed base of 1000 of that manufacturer's portable
microcomputers with State of Florida agencies and political subdivisions, in the most recent two State fiscal
years.
A maximum of five (5) vendors will be awarded portable microcomputers.
STANDARD SUPPORT LEVEL FOR PORTABLE MICROCOMPUTERS
Requirements and provisions of STANDARD SUPPORT LEVEL for Portable Microcomputers include:
- Inside delivery, with buyer set-up and installation.
- Minimum 1-year warranty (or manufacturer standard warranty if greater than 1-year), with return -to -
factory or service center.
- Maximum two (2) business days repair time, after receipt at repair facility, or replace with
comparable equipment (replace with new equipment only during warranty period).
- Toll free telephone support and fax/E-mail/Intemet information
(Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastem Time).
- 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges.
Optional Support which may be bid under Standard Support Level:
- Warranty upgrade, beyond year 1 (to 5-year maximum). Warranty upgrade may be purchased at time
of system purchase or during the warranty period.
4.0 NETWORK SERVERS AND WORKSTATIONS
NETWORK SERVERS may be bid in two categories: .
20
Temp Reso #8770
5xhibit "A"
&I WINDOWS NT NETWORK SERVERS
ELIGIBLE WINDOWS NT NETWORK SERVERS WHICH MAY BE BID
Network servers to be bid shall be those NT Server Platforms running Windows NT on Intel processors.
Those Windows NT network servers recommended by Gartner Group and approved to be bide: Compaq,
Hewlett-Packard, IBM, Dell, Digital Intergraph, Tandem, Data General, Stratus, Netframe.
4.2 UNIX NETWORK SERVERS
ELIGIBLE UNIX NETWORK SERVERS WHICH MAY BE BID
Network servers to be bid shall be those UNIX Server Platform running UNIX Operating Environment.
Those UNIX network servers recommended by Gartner Group and approved to be bid are: Sun, Hewlett-
Packard, Compaq -Tandem, Dell, IBM, Digital, Siemens Nixdorf, Silicon Graphics.
A maximum of five (5) vendors will be awarded Windows NT Network Servers and five (5) vendors will be
awarded UNIX Network Servers.
BALANCE OF LINE — NETWORK SERVERS AND WORKSTATIONS
Vendors who bid and are awarded Network Servers may offer technical/scientific workstations of the same
manufacturer brand as the Network Servers bid and awarded, as "balance of line" products, in addition to
acceptable peripherals and components and under the same provisions as stipulated under BALANCE OF
LINE.
STANDARD SUPPORT LEVEL FOR NETWORK SERVERS and WORKSTATIONS
IS Requirements and provisions of STANDARD Support Level for Network Servers and Workstations include:
Inside delivery, with buyer set-up and installation.
- Minimum 1-year on -site warranty labor, in the State of Florida.
Minimum 3-year warranty parts coverage
Maximum next business day response for warranty service.
- Maximum two (2) business days repair time, or replace with comparable equipment (replace with
new equipment only during warranty period).
- Toll free telephone support and fax/E-mail/Intemet information
(Minimum: Business days 8:00 a.m. to 5.00 p.m., Eastern Time).
- 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges.
Optional Support which may be bid under the STANDARD SUPPORT LEVEL:
- Dealer set-up and installation.
- Warranty upgrade, beyond year 1 (to 5-year maximum).
- Warranty service response upgrade; e.g., maximum 4-hour response and/or 8-hour response.
5.0 NETWORK COMPUTERS AND NETWORK PCs
Network Computers and Network PCs may be bid in the applicable category:
21
Temp Reso #8770
exhibit "A"
5.1 NETWORK COMPUTERS C
Network Computers (NC) — generally provide access to commonly used PC applications through a network
connection. A Network Computer is normally configured with 4-64 MB of RAM, an 8 MB ROM card, a
Smart Card slot, infrared and network interfaces, a parAel port, and a pair of PS/2 -compatible I/O ports.
The basis for the software approach is JAVA. The known vendors for Network Computers are IBM, Sun,
Hitachi Data Systems, Boundless Technologies, Network Computing Devices, Hewlett-Packard, and Wyse
Technology.
5.2 NETWORK PCs (NetPC)
Network PC (NetPC) — are network -oriented devices but unlike Network Computers, they still offer the user
control over storage and local processing. The NetPC runs Windows like a conventional PC plus Zero
Administration Windows (ZAW). The known vendors for Network PCs are Compaq, Dell, Hewlett-
Packard, Mitsubishi, Unisys, NEC, Acer, Gateway 2000, Pionex Technologies, Mitac, and Zenith Data
Systems.
A maximum of three (3) vendors will be awarded Network Computers and three (3) vendors will be awarded
Network PCs.
STANDARD SUPPORT LEVEL FOR NETWORK COMPUTERS AND NETWORK PCs
Requirements and provisions of STANDARD SUPPORT LEVEL for Network Computers and Network
PCs include:
Inside delivery, with buyer set-up and installation.
• Minimum 1-year on -site warranty labor, in the State of Florida. •
Minumum 3-year warranty parts coverage.
- Maximum next business day response for warranty service.
- Maximum two (2) business days repair time, or replace with comparable equipment (replace with
new equipment only during warranty period).
Toll free telephone support and fax/E-mail/Internet information
(Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time).
- 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges.
Optional Support which may be bid under the Standard Support Level:
- Dealer set-up and installation.
- Warranty upgrade, beyond year 1(to 5-year maximum). Warranty upgrade may be purchased at time
of system purchase or during the warranty period.
- Warranty service response upgrade, e.g.; maximum 4-hour response and/or 8-hour response.
6.0 PERIPHERALS (PRINTERS, STORAGE DEVICES, MEMORY EXPANSION CARDS)
BALANCE OF LINE — PERIPHERALS
Vendors who bid and are awarded in a category (s) of these peripherals may offer a "balance of line" of
support products for the peripheral category, which may be needed for connectivity or operation where
installed. Such balance of line products shall be offered under the same pricing schedule (cost plus/minus
basis to the manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing,
as the peripherals bid. The balance of line products price list shall be submitted with the bid.
•
22
Temp Reso #8770
Exhibit "A"
Printers which may be bid are:
4P1.1 PRINTERS -Laser (Monochrome 6-24 Rpm, Color 3-8 ppmtand,
6.1.2 PRINTERS - InkKet Monochrome and Color .75 — m
Each printer bid, purchased and delivered, shall include a cable, parallel or serial connection as required, a
minimum of six (6) feet in length.
A maximum of three (3) vendors will be awarded Laser Printers and three (3) vendors will be awarded Ink
Jet Printers. Award will be based on responsive bidders offering the lowest net delivered prices for the most
complete line of printers in each category. Vendors who bid and are awarded printers in either category may
offer "balance of line" products which may include dot matrix printers with a minimum speed of 75 cps, near
letter quality. The balance of line products shall be offered under the same pricing schedule (cost plus/minus
basis to the manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing,
as the printers bid. The balance of line 11roducts price list shall be submitted with the bid.
STANDARD SUPPORT LEVEL FOR PRINTERS
Requirements and provisions of Standard Support Level for Printers include:
- Inside delivery, with buyer set-up and installation.
- 1-year on -site warranty labor, in the State of Florida.
- Minimum 3-year warranty parts coverage.
- Maximum next business day response for warranty service.
- Maximum two (2) business days repair time, or replace with comparable equipment (replace with
new equipment only during warranty period).
- Toll free telephone support and fax/E-mail/Internet information
(Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time).
- 30-day money back guarantee, return to vendor, with no restocking fee or comparable charges.
Storage Devices which may be bid are:
6.2.1 STORAGE DEVICES - DISK (Magnetic and Optical
6.2.2 STORAGE DEVICES - TAPE DEVICES
A maximum of three (3) vendors will be awarded Disk Storage Devices and three (3) vendors will be
awarded Tape Storage Devices.
STANDARD SUPPORT LEVEL FOR STORAGE DEVICES
Requirements and provisions of Standard Support Level for Storage Devices include:
- Inside delivery with buyer set-up and installation.
- Minimum l-year replacement warranty (or manufacturer standard warranty if greater than 1-year),
with return -to -factory or service center.
- Toll free telephone support and information
(Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time).
30-day money back guarantee, return to vendor, with no restocking fee or comparable charges.
6.3 MEMORY EXPANSION CARDS
0 Memory Expansion Cards which may be bid include: main, expanded, cache, PCMCIA cards
23
Temp Reso #8770
Exhibit "A"
A maximum of three (3) vendors will be awarded memory expansion cards.
STANDARD SUPPORT LEVEL FOR MEMORY EXPANSION CARDS
Requirements and provisions of Standard Support Level for Expansion Cards include:
Inside delivery with buyer set-upand installation.
Minimum 1-year replacement warranty (or manufacturer standard warranty if greater than 1-year),
with return -to -factory, service center, or vendor.
- Toll free telephone support and information
(Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time).
30-day money back guarantee, return to vendor, with no restocking fee or comparable charges.
7.0 NZ0TWORK CONNECTIVITY DEVICES
Network Connectivity Devices which may be bid include:
Internetworking Devices - to include bridges, routers, repeaters, switches, gateways, multiplexors,
hubs and concentrators)
Network Adapter Cards - to include all current network topologies and bus architectures
Gartner Group Tier 1 and 2 vendors which may bid in these two categories of network connectivity devices
include: Cisco, 3Com, Fore, Cabletron, Bay, IBM, Xylan, Madge, Hewlett-Packard, and Digital; and, Other
vendor devices may be bid in a device category if the bidder provides with the bid, documentation that the
vendor devices bid have captured 5% or more of the U. S. market over the past two years, and offers 2 or
more lines or models of those devices.
A maximum of five (5) vendors will be awarded network connectivity devices. 0
BALANCE OF LINE — NETWORK CONNECTIVITY DEVICES
Vendors who bid and are awarded network connectivity devices may offer a "balance of line" of support
products for the peripheral category, which may be needed for connectivity or operation where installed.
Such balance of line products shall be offered under the same pricing schedule (cost plus/minus basis to the
manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing, as the
network connectivity devices bid. The balance of line -products .price list shall be submitted with the bid.
STANDARD SUPPORT LEVEL for Network Connectivity Devices include:
Inside delivery with buyer set-up and installation.
Minimum 1-year replacement warranty (or manufacturer standard warranty if greater than 1-year),
with return -to -factory, service center, or vendor.
Toll free telephone support and information
(Minimum: Business days 8:00 a.m. to 5:00 p.m., Eastern Time).
30-day money back guarantee, return to vendor, with no restocking fee or comparable charges.
Optional Support which may be bid under Network Connectivity Devices:
Dealer set-up and installation.
Warranty upgrade, beyond year 1 (to 5-year maximum). Warranty upgrade may be purchased at the
time of device purchase or during the warranty period.
Warranty service response upgrade; e.g., maximum 4-hour response and/or 8-hour response.
24
Temp Reso #8770
Exhibit "A"
8.0 UNINTERRUPTIBLE POWER SUPPLIES
Bidders may bid uninterruptible power supplies ranging from 250 VA to 5000 VA. Other power protection
equipment which may be bid include: Surge suppressors and voltage regulators.
to.
A maximum of three (3) vendors will be awarded uninterruptible power supplies. Awards will be made to
responsive bidders offering the lowest net delivered prices for the most complete line of uninterruptible power
supplies.
BALANCE OF LINE — UNINTERRUPTIBLE POWER SUPPLIES
Vendors who bid and are awarded uninterruptible power supplies may offer a "balance of line" of support
products for the peripheral category, which may be needed for connectivity or operation where installed.
Such balance of line products shall be offered under the same pricing schedule (cost plus/minus basis to the
manufacturer's price list to that manufacturer's largest volume dealers/resellers) or GSA pricing, as the
uninterruptible power supplies bid. The balance of line products price list shall be submitted with the bid.
STANDARD SUPPORT LEVEL for Uninterruptible Power Supplies include:
Inside delivery, with buyer set-up and installation.
- Minimum 2-year replacement or repair warranty (or manufacturer standard warranty if greater than
2-years), with return -to -factory, service center, or vendor.
- Maximum two (2) business days repair time, after receipt at repair facility, or replace with
- comparable equipment (replace with new equipment only during warranty period).
- Toll free telephone support and information
(Minimum: Business days 8:00 a.m. to 5:00 p.m., Easter Time).
- 30-day money back guarantee, return to vendor, with no restocking fee or comparable charge.
Optional Support which may be bid under the Standard Support Level includes:
Dealer set-up and installation
- Warranty upgrade, beyond year 2 (to 5-year maximum). Warranty upgrade may be purchased at time
of UPS purchase or during the warranty period.
Warranty service response upgrade; e.g., on site, 4 hour response, or next business day.
9.0 ACCEPTABLE AND EXCLUDED PRODUCTS
Hardware or software not specifically designated as acceptable products for this bid/contract, is. excluded.
Determination of the acceptability of products for this bid/contract is at the sole discretion of the State
Purchasing. Inclusion of unacceptable products on the price lists with the bid will result in the bidder being
declared non -responsive and disqualified. Awarded contractors who add unacceptable products on the price
lists will be disqualified and removed from the contract for all products awarded.
Specific exclusions include:
- Supplies (diskettes, tapes, paper, ribbons, toner, cartridges)
- Software (programming languages, application, utility)
- Data processing furniture
- Dedicated word processors or office automation systems
- Any other hardware and software not specifically defined as acceptable products for bid/contract.
Determination of acceptable products will be at the sole discretion of State Purchasing.
P&
Temp Reso #8770
Exhibit "A"
10.0 INSPECTION TEST AND DEMONSTRATION PROCEDURES
The State reserves the right to require each bidder/contractor to demonstrate to the satisfaction of the State, is
within ten (10) days of request, that the contractor's equipment is compatible and will operate as required by
the State and as represented by the contractor, and that the equipment will connect to,Irintegrate into, and/or
function as required by the State and as represented by the bidder. Demonstration content, time, and place is
subject to agreement between the State and the contractor.
11.0 SHIPMENT PACKM AND MARKING
All items shall be packed so as to insure safe transport and delivery to destination. Shipping containers shall
be marked to identify the contents, name of contractor, and the contract or purchase order number.
is
•
26
CITY OF TAMARAC
INTEROFFICE MEMORANDUM
MIS DEPARTMENT
TO: CITY MANAGER DATE: September 22, 1999
FROM: DIRECTOR OF MIS RE: Microcomputers Approved in
FY2000 Budget
Recommendation:
I recommend the purchase of PCs and servers from vendors listed in the State of Florida
Contract Number 250-040-99-1 and allowing for future renewals of this contract assuming all
terms and conditions of this contract remain equal.
Issue:
The City of Tamarac needs to purchase PCs, laptops and servers as approved in the FY00
budget for new and replacement PCs, laptops and servers.
Background:
The City has been purchasing new PCs from Dell, utilizing the State Contract Number 250-
040-99-1.
In FY00 the City needs to purchase 5 budgeted PCs for various departments and replacement
of approximately 43 PCs. Funding was also approved in FY00 for replacement of the City's file
server as part of the Replacement of Obsolete Computer Equipment Capital Improvement
Project Program.
Approval of this resolution provides us with the flexibility to purchase PCs from a variety of
vendors including Gateway, Dell and Compaq under the State Contract at very competitive
prices.
We plan to purchase these PCs in small quantities to take advantage of periodic price
reductions and improvements in the performance during FY00['
event Sucuoglu
0
t