Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-81-1491 2 3 5 6 7 8 9 10 11 12 13 14 15' 16 j 18 19 20 21 22 23 24 25 26 27 28 1. 31 32 33 34 35 36 Introduced by: Temp. #1900 617 Rev. 5/13/81 CITY OF TAMARAC, FLORIDA RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT FOR A COMPUTER AND OPERATING SOFTWARE; SETTING FORTH CONDITIONS; AND PROVIDING AN EFFECTIVE DATE (RFP 81-001) WHEREAS, the City Council authorized the City Manager to advertise for bids for a Computer and Operating System Software; and WHEREAS, advertisements soliciting proposals were advertised in the Fort Lauderdale News on October 20, 1980 and October 27, 1980; and WHEREAS, bids from vendors were opened on November 3, 1980; and WHEREAS, the City engaged an expert consultant to carefully review and analyze the bids and made recommendations to the City as to which bidder was the lowest fully responsive and responsible bidder; and WHEREAS, the expert consultant's and staff review and analysis took a period of months and culminated with a recommendation that the City purchase a Microdata Reality System R8000 and certain accessory equipment; and WHEREAS, subject to certain conditions, the City Council wishes to accept the recommendation of its expert consultant and staff. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the recitations set forth above are true and correct. SECTION 2: That the bid of Microdata for a Computer and Operating System Software (Reality System R8000) will best serve the needs of the City and accordingly, Microdata is determined to be the lowest fully responsive and responsible bidder. SECTION 3: That the bid of Microdata for the Computer Hardware and Operating System Software and accessories set forth in Exhibit 1 is accepted upon the resolution and satisfaction of the following conditions: 1. Entry into a contract between Tamarac and Microdata 1 3 4 7 8 9 10 11 12 13 14 15 16 )-7 20 21 22 23 24 25 26 27 28 29 32 33 34 35 36 incorporating as a minimum, the terms and conditions of RFP 81-001 and Microdata's Proposal in a form acceptable to the City Attorney. Acceptability of terms and conditions of Microdata's maintenance and sales agreement and non exclusive license agreement shall be determined by the City Attorney, provided further that if an impasse is reached the matter shall be referred to the City Council which reserves the right to rescind the award contained in this Resolution. 2. Entry into a contract between Tamarac and a firm that shall provide applications software for the computer equipment to be purchased by Tamarac. Failure to enter into such a contract within six months of the date of this Resolution shall render this Resolution null and void. SECTION 4: This Resolution shall become effective upon adoption. PASSED, ADOPTED AND APPROVED this ��day of ! 1981. ATTEST: I HEREBY CERTIFY that I have approved the form and correctness of this RESOLUTION CITY ATTORNEY MAYOR.t DISTRICT DISTRICT DISTRICT DISTRICT RECORD OF COUNCIL VOTE r eir illl't� tb�.l R; is odata Corpo •aticn 8355 ^:.;+. 53rd Street, Suite 20E, ::ia-li, FL 3316G �►s Agreement, dated as of the ? -4,-3_day ofjtjj^ ,9_ 32_ ,made between Microdata Corporation e! e,"1, paring its principal place of business at 174E1 Rad Hill Avenue, inrine, California 92714, and IPurc a;er's Ulf Le*.al Nacnel CITY OF _," Purchaser") _Purchasing Dept.. City Hall, 58�L321 — (Purc`.aser's Full Le5s1 Add-ess I The 50ar agrees to sell and the Purchz.ser agrees to purchase the Computer Equipment listed belov; (herein Teferred to individually and collectively as "Equipment") for the prices listed below. ITEM QUANTITY r.SOCEL . ND t�ESCRIPTICN UNIT PURCHASE PTIC� ITE'S F:IR CHASE PRICE Ol 01 R8750 Reality System, model 6750 Performance Enhanced Processor I IMOS Memory Subsysten (256K) 1 1 I Magnetic Tape Subsystem (452PS/1630BPI) Disc Subsystem (128.7.•:B) S IReflex Line Printer Sa system (300LP'i) & Stand � I (2) Prism Terminals with Ports and O::e (1) Open Port I $ 64,975.00 $ E4,975.00 02 ? 01 1933-36 Substitute Line Printer Subsyste:: (600LPM) I for Line Printer Subsystem (300LPM) $ 4,700.00 I$ 4,700.00 i 12 5420 Pris:i II Terminal and Op_r- Port - Includes Cable tj Port I $ 1,9G0.00 $ 22,600.00 0�f O1 5331 Line Printer (300LP', parallel) I $ 11,203.00 $ 11,200.00 05 I 01 5817 Printer Stand for 150, 300, or 600LPM Printer $ 175.00 I $ 175.00 GROSS TOTAL SELLING PRICE $123,850.00 ! Less 10% Discount (except on terminals) 10,105.00 2vET TOTAL SELLIIIG PRICE I $113, i45.00 f $113,745.00 I As Billed 1 $ 113,745.00 I' $11,3704.50 1 $102,370.50 Lc f Ins'allavon Same as above. Deposit Recei,ed on Niicrodata Corporation j BY - THE PARTIES HERETO AGREE TO THE ADDITIONAL f ERFAs AND CONDIT101'JS ON THE RcVERSE SIDE HEREOF WHICH ARE INCORPORATED IN AND MADE A PART OF T'AIS AGREEMENT. �.c:•. teu BE !Alc;odata Corporation t .•„• a Curl J •remias Grou _ Vice President__ _ I t•+arketing and Sales Lua•c `____�711��a 1`..P..]. Accept(d BY. _- --_ _ City of Tamarac (Purcjnl^r's Full Lc9al Na 8Y (C­gna•,.rc"�'''-"�. Typed Name LAURA Z. yIt1URl•9ANS And Title _CIT-Y_ MIANAGER --------- ----- — Date July 23, 1981 L 3. E F ry z"A jn Zo Ic. '-'_'C:- no 01 the 2q;Ir Trit .vi I ne - n'er', 3nd Pt'. cn-'!-or _­"C' E" r J C 4 , se.;.-,, Such aoreement upJr -i Acreernert. ­wis Agrcet-ent mcr .w t-.&�J 27-ce-m-'nt for any 0;:Pi4ta!!C'.S "cl:wnr2 --! the Equipmen-, crd S-?I;er hzvp no sz.;j Opp!lca- 110112 50f1wYt rOl 1W :I-e eft-.- Fju,prr.Err*. G. START -UP OF F.C_,UiP;.'E%T. Se;;er v.;:!. a* no a,_a:tionai exner.se to Pu.cha:v-, P(,,ic;rlr dla7nonlc testln? jr the ZI Pjrchal c-.'s prcmite-. Purchr:cr wi!l -P ;;er ':.1er has Sce's 10 're Erzuinment ic- -z,_-cn !c.-rtimg. Sc!',P- V-`() 1 n-!' urct-me e! C��-np! v -.t a : I S 0. to c test r q -e Equ -,.-n,:nt. 7. UAINME%JXE. Sr-fmCc4rnend: !hat In,- E.,jumr=.,;z t A - mrmined t,., t W"e- 1^nnru, z­­,mcn: of the ar:u;xY.e:n*. Furcr,aiv! :s '.,j 1:'erfCa.."eL; L;C:Ivr. In 11r, event ina:! S­,t-r e iMoyoper --fl - Cf 1h_ E!jWjp, --UurlcLs arisir fiarn rr.:;,n!+.,t,arc!; of %hr Eq., D-ner.! t;v or cl aullorl or Suit blaut.ht 61M, .1"T pu*':'l")'- '7 31K.%!" Mat It- Ecju It, Or 3rjV part intlin! y-L a ljnatCd slatt-i r ate^t Fln.1 wi P11 ail COSTS j.-na dzintaps f.121l'; aVV31ded L - 111W n 'r- 5 3::: $­'. "r, , eeLf' SeAp, i,, nozi1letj !n %.:iting sl ;u--h !Aaim V-1 OnU is 4-Ve:- 'U'l ;1'7•: ! i jr It"t A '-w-n to L., ur ..... . intr_y zj4-.. . f,­.ni rr of X -.I "t -Orr- L,* EqUep•t,­nl, ,. *.h ..,-jw ;ji,:t. :, I'. r L 7 71. C 1) bC, nor iL' 77. Crl. •t J" -7 7 E T T ;4 Z 7%. Z S ��%' S=',__'SR '..:Tr�. . Z F. " :� A PiAn7:__.:-;';; 7r �f eltr. T U^.� �s St. It; !qo e ilr� Ln.. t;z:r 57 r-ue t - Jr., -7�15 4y7l*.n? ry S.- n,,etf. z.-T,, sna!i g.)%?­• C;.E:l P*1�' 3-C! Z�;: PLrC­_' Or=LrS dor-_�rnc!n!,7 iss. ed b, Pj--_ S c- -r- E'.:—Zin:Cn-, ,Z:, C+ Ltii- l11 , * ­­reni, and a:, •",rzr.asp orceri and ' nli,R' to ac__ d !�e:ebv, to navt b-u' •cz­c*.edl b-, 12, INSCILVENC !'�e eve-'. U' 0' Pur.na�er, •v.'lc,'hCr P' - ' - - " r-.?r,'t n 'f _; : any r-r- P­i- r!.:mj oi sur.n Lc- �vnt­ ai;," L610i '1,1! 1-1]"i SUcr, J"rT-n;:ticjn in -(ter upen r.,,*.f­--,' ..: .. ""Ef::. i it OT 1;.' 'ji li MMM� -- 3O Pam 2 of 5 2 to 'ales Agreement (the "Agreement"), dated as Of the . 2 �a day of July $-,er 9 (the "Se'.Iar") and el ,made batween 11ICROnATA CORPORATION CITY OF TX4ARAC (the "1 urchzs- ). The following paragraphs are hereby added as,;a Section 15 to the Sales Agreement: 1. Section l: The first-t:;aA�+��'deleted and substituted by: "Ali Equipment is sold F.O.B. Purchaser's location of installation as defined on the face of this Agreement, and title to the Equipment shall pass to Purchaser upon payment of Seller's invoice by Purchaser. Risk of loss thereof shall pass to Purchaser upon Seller's delivery of equipment to Purchaser." 2. section 1: The following sentence is added at the end of Section 1: It is'underztcod that Seller will mace Equipment available for delivery within that 12 month period." - 3. section 2: Thirty (30) day terms are substituted for ten (10) day terms. 4. Section 3: The entire Section is deleted and substituted by: "Purchhaser is Tax Exempt and will provide Seller with tax number at time of execution of this Agreement." Section 4: ='he entire Section is deleted a.d substituted by: "Purchaser will pay cash for the balance of the selling price within. 30 days of equipment being certified operational by 2•licrodata Customer Service." 6. Section 5: The word "standard" is deleted fron lines 4 and 6. 7: Section 5: The following sentence is added at the end of Section 5: "Except as specifically set forth in Rider #3 to this Agreement". a. Section 7: The word "shall" is substituted for "may" in line 2. 9. Section 9: The following sentence, beginning on line 9, is deleted: "in the event Seller determines that the Equipment was not defective, Purchaser shall reimburse Seller for its custo:aary charges and costs for inspection and testing of the a,--EquiPMent. E'.' �1`'T'Section 13: The word "California" is deleted and the word "Florida" substitited as the -1 applicable State law. Continued - AtteptedLT Microdata Corporation �'{� utl lest N.ay i Carl erenias Gro n Vice President Mar,cc►i�ng and sales Jule 24_, 1981 By: C IPus`:s��'s URA 7 STUUf;hiP-NS yped a= LAi ty 11a naaer ,03:0 July 2-3, 1981 V REMEF -'C SALES Pz3a 3 of Rider (! 2 to Sales Ayseement (the "Agreement"), dated as of the 23rd ds; of 19 81 , tAitLte betvv�cn MICRODATA CORPOP*,TI—i .. CITY T r It- 0 20. Addend=,: The following paragraph is added to the Sales Agreement: ".'I copy of the detailed specifications used as the basis for the Saller's bid are attached hereto and made an integral part of this Sales Agreement. Stiller repreceats that the Equipment provided under the terms and conditions of this sales Agre;-:.ent satisfies all the specifications that were used as the basis of this bid, except as otherwise set forth in the bid itself. In the event of a conflict betxeen any Provisions in those specifications and those in the standard Agreement, the terms of the specifications shall control." Accepted Cy: MICRODATA CORP RATION l '.s��:t t,psl Name) =3y (Sirnsture) � � � TypedNerne Carl�Jeremias Dale Marketing and Sales —_emu?.� 7d 1 nas ;.tu'DFO M473S233e•9 ny: PweRasels Fs4 fvrQW�md) TY;edNama LAURA Z. (STUIN ANS AndTiae City Mana4er July 23, 19a1 Is i RMI SE TZ Pais P.ide: #_.4.__ to Was Agreement (tire "Agreement`), dated as of the 2_ 3rd d,T;+ of July gi MICRODATA CORPORATION(the"a^�9s;f�and jr,, made between CITY OF TA14APAC (;ho"Pummucel. the follc-.ri.^_g parag-raph L3 baraby added as a Sze-irn 1_7 _ to the F.3z is �3 to .natica prcv+ision of the Agree===. and the Riders rher._o, 3 auj, sLa31 ba Seller's sale w-�-= tY With respect :o the ohliga'cianr ur_der tLe , :3 te-�;-a- t; on of tae pgrac3aciat hereunder sip'_ 1 be the sole a: d e::lssiva ss`N1y % any beach of the 74:eeoent. Seller 3'3aI1 hav3 no other liability { ty to Fri-c`aser or any other p�--ty 371 rea= = of any failure to perfom and such k'rrax+ty is in lieu of all other vm-=anties eithe« e.2cpressed or implied, cpecifscally, Seller disclaim the varraaty of zae-chamt- abil+ty =d the wa-rarity of fitmess for a pa -titular Furposm. Ft X-'ft— ex acfrees that ie no event shall Seller be liable for I1�CCII:�ST�iL, ZPE=:iL, Ii'vDiR:C:, or CrNSZQL=."TML n ,*:i1=.S duo to arty caus3 arising out of a.:y act o_ amiss as in tha pft-fc,-rra=e of the arc=ent, or due to any o`wl' E'r car: o w•hethrr� duo tc L-rarh of wa•-=-saty, neglig=-o, or :ay other taz't. . ATTEST: 62& CityT-',a-ra42 ATTEST: City ClPrK Accepted by MICRODATA C9PfiORATION IslGnaturo! v " •_•,.. �a Jeremias .drNanro Gjoun Vice Presiden Marketing and Sales CITY OF TAMARAC e Vt This day of I'L ,1981 City lanag Thi So?3 day ,1481 �iEv cr. CITY OF TA-MARAC � �s:.r_M�ca•ns;.fic r..� l eYia�CRitJ.�.�`; 2u�_ z��L T� f.����/i'r��j�•�•� r�a3Nar+ro CAiyAf�a`nac)TUUPMANS And rt.e _ a" July 23, 1931 Page 4 or S Rider 111= to Sates Agreemont (tha "Agreernant"), dated as of the 23rd clay oR July 19 81 , made between MICRODATA CORPORATION 0he "%c,C1!c.; i ai)d CITY OF TA-iARAC (the "tPurchas-".1 The following paragraph is hereby added as a Section 16 to the Agreement: Prior to delivery of the Equipment, Purchaser shall arrange with a party other than Seller (the "Vendor") to demonstrate the software applications (the "Software"), using test data supplied by Purchaser, at the local office of Vendor or at the local Office of Seller, said documentation ;,sing known as the "Preliminary Acceptance Test." In the event that the Software fails to operate at the Preliminary Acceptance Test, a reasonable time (not less than ninety (90) days) will be given Vendor to correct such deficiencies. If the deficiencies are still not corrected, and performance is not in accordance with the system design. specifications previously agreed to between Vendor and Purchaser, then Purchaser may, by written and prompt notice to Seller, cancel the Agreement and all obligations of Seller or Purchaser to each other shall thereupon cease, without any liability on the part of either party to the other except for Stiller to refund to Purchaser any depgsit previously paid to Seller. If the Software is acceptable to Purchaser, Purchaser shall promptly acknowledge the same in writing to Seller on Seller's standard form for such purpose, prior to delivery of the Equipment. Seller shall be excused from any requirement to deliver the Equipment until such acceptance is acknowledged. 4 �RCCeAtsd by. l t4ICRCDATA CORPORATION 9 �.(;ryitol ull Les.1 Nsans) 1 Typed Name Cara/ Je--emia s Marketing and Sales By. CITY OF TA%ARAC V,srM"ee iuA L*V4 Nava) Typed Name LAURA Z. • M)URMANS hndTdle �itv Manaaer Date July 23, 1931 COMPUTERS, etc. CITY OF TAMARAC TAMARAC, FLORIDA REQUEST FOR PROPOSALS SPECIFICATIONS COMPUTER HARDWARE, etc. A. Computer Hardware and Operating System Software RFP NO. 81-001 B. Interactive, On-line Governmental Financial Management System C. Police Department Reporting System D. Word Processing Software 11 RFP NO. 81-001 Page 1 of 42 CONTENTS SPECIFICATIONS 1.0 GENERAL CONDITIONS ' 2.0 GENERAL AND SPECIAL INFORMATION 3.0 SCHEDULE OF EVENTS 4.0 SPECIAL GUIDELINES/REQUIREMENTS 5.0 HARDWARD AND OPERATING SYSTEM SOFTWARE 6.0 APPLICATIONS SOFTWARE 7.0 SPECIAL INFORMATION FOR VENDORS 8.0 SPECIAL SERVICES AND SUPPORT 9.0 PROPOSAL PACKAGE EXHIBITS 1. Initial Configuration 2. Expansion #1 3. Police and Fire Clerical/Police Investigative Section 4. Police and Fire Dispatch PROPOSAL PACKAGE PROPOSAL FORM (FRONT PAGE) CHECKLISTS HARDWARE CHECKLIST CHECKLIST FOR OPERATING SYSTEM, etc. APPLICATION PACKAGE NAME/DESCRIPTION (3 included) MISCELLANEOUS ITEMS FORMS H-1 Initial Configuration (as a package offering) H-2 Initial Configuration - Central Processing Unit, etc. H-3 Initial Configuration - Peripherals H-4 Initial Configuration - Workstation/Data Entry Terminal, etc. H-5 Expansion #1 H-6 Police and Fire Clerical/Police Investigation 0 Operating Software A-1 Financial Management Applications Software A-2 Police Department Reporting System A-3 Other Applications Oriented Software 1 It PURCHASING DEPARTMENT CITY HALL RFP No. 81-001 Page 2 of 42 GENERAL PROVISIONS 1.1 WARRANTIES FOR USAGE: Whenever a bid is sought seeking a source of supply for a specified period of time for materials or ' services, the quantities of usage shown are estimated ONLY. No -�` guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contracts. These quantities are for bidders information ONLY and will be used for tabulation and presentation of bid and the City reserves the right to increase or decrease quantities as required. 2.2 PRICES TO BE FIRM: Bidder warrants by virtue of bidding that prices, terms, and conditions quoted in his bid will be firm for - acceptance for a period of days from the date of bid opening unless otherwise stated by the City. j 1.3 DELIVERY POINT: All items shall be delivered F.O.B. destination i.e. at a specific City of Tamarac address), and delivery costs and charges (if any) will be included in the bid price. Failure to do so may be cause for rejection of bid. 1.4 CASH PAYMENT AND CASH DISCOUNT (TERMS): Payment will be made ONLY after receipt and acceptance of materials/services. Cash discounts will be considered in determining the award. 1.5 BRAND NAMES: If and wherever in the specifications a brand name, make, name of any manufacturer, a trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of material only. Since the City does not . wish to rule out other competition and equal brands or makes, the phase OR APPROVED EQUAL is added. However, if a product other than that specified is bid, it is the vendor's responsibility to name such a product within his bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) bid. The City shall be the sole judge concerning the merits of bids submitted. 1.6 SAMPLES AND DEMONSTRATIONS: Evidence in the form of samples may be requested when required if brand is other than specified. Such samples are to be furnished after the date of bid opening only upon request of the City unless otherwise stated in the bid proposal. If samples should be requested, such samples must be received by the City no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of any unit(s) bid prior to the award of any contract. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, will upon request within thirty (30) days of bid award be returned at the bidder's expense. 1.7 QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this -bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship. 1.8 SIGNATURE REQUIRED: All quotations and proposals MUST be signed with the firm name and by an officer or employee having authority to bind the company or firm by his signature. 1.9 ACCEPTANCE OF MATERIAL: The material delivered under this proposal shall remain the property of the seller until a physical inspection and actual usage of this material and/or services is made for a period of thirty (30) consecutive days and has attained an effectiveness level of at least 90% at which point the equipment shall be accepted to the satisfaction of the City and mush comply with the terms herein, and be fully in accord with specifications and of the highest quality. In the event the material and/or services supplied to the City is found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product to seller at the sellers expense. The City reserves the right to see their system pass test prior to the vendor's shipment. PURCHASING DEPARTMENT CITY HALL RFP. No. 81-001 Page 3 of 42 GENERAL PROVISIONS 2.10 VARIATIONS TO SPECIFICATIONS: For purposes of evaluation, bidder MUST indicate any variances from our specifications, terms and/or conditions, no matter how slight. If variations are not stated in the proposal, it will be assumed that the product or service fully complies with our specifications, terms, and conditions. 1.11 DELIVERY: Time will be of the essence for any orders placed as a result of this bid. Purchaser reserves the right to cancel such orders, or any part thereof, without obligations if delivery is not made at the time(s) specified on the proposal form. 1.12 DEFAULT PROVISION: In case of default by the bidder or contractor, the City of Tamarac may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess costs occasioned or incurred thereby. 1.13 PRICING: Prices should be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. 1.14 PRICE CHANGES RE CONTRACTS (when applicable): If at any time during the period of this contract, the City of Tamarac is able to purchase the items and/or services at prices less than our contract price, the successful bidder shall meet these prices and in the event of his failure to do so, the City may seek a new contract on the open market. 1.15 COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result v% of this bid, and seller agrees to hold the purchaser harmless from any and all liability, loss, or expense occasioned by such violation. 1.16 SAFETY STANDARDS: The bidder warrants that the product supplied to the City conforms in all respects to the standards set forth in / the Occupational Safety and Health Act of 1970 and its amendments and the failure to comply with this condition will be considered a breach of contract. 1.17 TARES: The City of Tamarac is exempt from any taxes imposed by State and/or Federal Government. Exemption certificates certified on request. State sales tax exemption Certificate No. 04-00820-0016 V applies, and appears on each Purchase Order. Federal Exemption Tax Number is 59-75-0022K. 1.18 FAILURE TO QUOTE: If you do not quote, please return quotation sheet, state reason thereon, and request that your name be retained on our mailing list, otherwise, your name may be removed from our bid mailing list. 1.19 MANUFACTURER'S CERTIFICATION: The City of Tamarac reserves the right to request from bidders separate manufacturer certification of all statements made in the proposal. 1.20 SIGNED BID CONSIDERED AN OFFER: This signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Council of the City of Tamarac and in case of it default on the part of the bidder or contractor after such acceptance, the City of Tamarac may take such action as it deems appropriate including legal action for damages or specific performance. Contract Award form PA-2 must be signed by the bidder, and shall not be deemed a binding contract until properly executed by the City of Tamarac. PURCHASING DEPARTMENT CITY HALL GENERAL PROVISIONS At14 11V. _1 ww1 Page k of 42 1.21 LIABILITY, INSURANCE, LICENSES, AND PERMITS: Where bidders are required to enter or go onto City of Tamarac property to deliver materials or perform work or services as a result of bid aware,A the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance when required. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or his agent) or any person the bidder has designated in the completion of his contract as a result of his bid. 1.22 RESERVATIONS FOR REJECTION AND AWARD: The City of Tamarac reserves the right to accept or reject any bids or parts of bids, to waive irregularities and technicalities and to request rebids on the required materials. The City also reserves the right to award the contract on such material the City deems will best serve its interests. It further reserves the right to award the contract on a split order basis, lump sum, or individual item basis, or such combination as shall best serve the interest of the City unless otherwise stated. The City also reserves the right to waive minor variations to specifications (interpretation of minor variances will be made by applicable City Department personnel). In addition, the City reserves the right to cancel any contract by giving 30 days written notice. 1.23 SPECIFICATIONS: Any omission of detail specifications stated herein that would render the materials/services from use as specified will not relieve the bidder from responsibility. 1.24 BID ATTACHMENTS: A bid response to an invitation -to -bid which has attached a condition of sale or any other attachment which alters the specifications, condition, terms, or makes it subordinate may be cause for rejections. 1.25 REJECTION OF BIDS: The bidder acknowledges the right of the City to reject any or all like bids and to waive any informality or irregularity in any bid received. 1.26 WAGE RATES: Attention of Successful Bidder is directed to the provisions of Section 215. 19, Florida Statutes, with regard to rate of wages for Laborers, Mechanics and Apprentice employed on Public Works. The rate of wages for the construction of the proposed work shall not be less than the prevailing rate of wages furnished by the Division of Labor and Employment Opportunities of the State of Florida. The schedule of prevailing wages shall be posted and permanently maintained throughout the job in a secure, protected, prominent place on the premises where the contract is being performed. The Successful Bidder shall mail to the Division of Labor and Employment Opportunities, Department of Commerce, in Tallahassee an affidavit certifying that such notice has been posted and is being maintained on such job, which affidavit shall be forwarded within ten (10) days of the commencement of work on the job and the posting of such notice. Such affidavit shall contain information identifying the job, the contractor, or sub -contractor, the contracting authority, and the prevailing wage determination number applicable to such job. 1.27 FLORIDA PRODUCTS AND LABOR: The Successful Bidder's attention is called to Section 255.O4, Florida Statutes, which require that on public building contract, Florida products and labor shall be used wherever price and quality are equal. 1.28 RESPONSIBLITY FOR THOSE PERFORMING THE WORK: The Successful Bidder shall be responsible to the City for the acts and omission of all his employees and all sub -contractors performing any of the work under a contract with the Successful Bidder. PURCHASING DEPARTMENT CITY HALL RFP No. 81-001 Page 5 of 42 GENERAL PROVISIONS 1.29 INSURANCE: The Successful Bidder shall purchase and maintain Workmen's Compensation and applicable necessary Liability and Property Insurance. 1.30 EQUAL EMPLOYMENT OPPORTUNITY: The Successful Bidder will not discriminate against employee or applicant for employment because of race, creed, color or national origin. The Successful Bidder will take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to / their race, creed, color or national origin. Such action shall V/ include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training including apprenticeship. The Successful Bidder agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the. provisions of this non-discrimination clause. 1.31 PERFORMANCE BONDS: The City shall prior to the execution of the contract, require the Bidder to furnish bonds covering the faithful performance of the contract and the payment of all obligations arising thereunder in such form and amount as the City may prescribe and with such sureties secured throughthe Bidder's usual sources as may be agreeable to the parties. If such bonds are stipulated, the premiums shall be paid by the Bidder. The Bidder shall deliver the required bonds to the City not later than the date of the execution of the contract. 1.32 BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shall require from all Bidders, a certified check or bid bond in the amount of five (5) per cent of the bid, which shall be forfeited to the City in the event the Bidder, to whom the business is awarded, shall fail or refuse to comply with the specifications of the bid. Checks will be returned promptly to unsuccessful Bidders after award of bid. 1.33 Applicable General Provision Clauses are noted on "The Index of General Provisions," attached hereto and made an integral part of this bid and/or any resulting contract. 1 41 1 dOMFUTER HARDWARE, etc. RFP No. 81-001 CITY OF TAMARAC TAMARAC, FLORIDA Page 6 of k2 2.0 GENERAL INFORMATION The City of Tamarac, Florida, hereafter referred to as the City, will receive sealed proposals as specified on the Invitation to Submit Proposals for: A. Computer Hardware and Operating System Software B. Financial Management Application Software C. Police Department Reporting System Application Software See Section 2.4 for special information about this item. D. Data Base Management System E. Word Processing System Software 2.1 ALTERNATE SOURCES/VENDORS Vendors submitting proposals for Item A, but not satisfying all of the remaining items, are requested to invite separate vendors or sub -vendors to submit proposals on one or more the unsatisfied items. If vendors are aware of Public Domain or possible transferable packages, information about said items may be substituted for a proposal for that item. 2.2 REQUIREMENTS FOR APPLICATIONS SOFTWARE Items B. C, D and E are to be directly related to and compatible with the specific Item A being proposed. It is not the City's intention to solicit proposals for the development of Applications Software, but rather to locate existing packages that fulfill the City's requirements, are readily available for prompt implementation, and can be obtained at reasonable cost. 2.3 RELATIONSHIP OF ITEM A AND APPLICATIONS SOFTWARE The City will include the suitability and costs associated with Items B, C, D and E as part of its evaluation of proposals for Item A. The City also reserves the right to accept and implement proposals that do not include a satisfactory solution for all of the Application Software specified, and to seek other sources for the unsatisfactory items. 2.4 SPECIAL OPTION FOR ITEM C Police Department Reporting Systems are available to the City through LEAA on a transferrable basis in both ANSI COBOL and BASIC. You may omit this item from your proposals unless you have a readily available substitute, already tailored to the proposed Hardware/ Operating System. You may also propose a contract programming rate or proposal for modifying the LEAA System to function on the proposed Hardware/Operating System. 2.5 COMPUTER HARDWARE PRICES/INSTALLATION CHARGES All computer hardware prices are to incbde any applicable installation charges, except that CRT Workstations may be quoted as "base amount" including specified feet of cable. In addition, the price for each additional foot of cable or the price for rolls of CRT cable should be stated. 2.6 THE CITY'S EVALUATION OF PROPOSALS Computer hardware will be evaluated an its technical capabilities, the ability to handle the initial configuration required by the City, and the ability to handle anticipated growth requirements as well as the costs involved. Applications Software will be rated by the using department(s) to see if it is satisfactory; then the cost factors will be considered for those packages that are found satisfactory. Since the City must make value judgements on hardware and Applications Software, the requested Reference Sites list you supply will be important in satisfactorily presenting the values of your proposal. COMPUTER HARDWARE, etc. CITY OF TAMARAC TAMARAC, FLORIDA RFP No. 81-001 Page 7 of 42 3.0 SCHEDULE OF EVENTS September 29, 1980 - Monday Advertisement of Invitation to Submit Proposals Release of Request for Proposals October 13, 1980 - Monday, 10:00 a.m. Conference for additional information or explanations November 10, 1980 - Monday, 2:00 p.m. Deadline for submission of proposal packages followed by public opening. Period through December 16, 1980 - Tuesday (or as required to evaluate proposals) Those vendors whose proposals are considered to be finalists should be prepared to give an oral presentation and engage in a Question/Answer session with the City's Personnel (if requested by the City), and will be required to arrange demonstrations showing the operating of the Computer Hardware/Operating System, Word Processing, Data Base and Financial Management Package as well as Utility Billing. If said vendors also propose a Police Reporting System, a demonstration of that system may be required by the City. The anticipated period'for these meetings and demonstrations is December 1, 1980 through December 10, 1980. The meetings will be scheduled to take place in the Tamarac City Hall. Demonstrations are to take place at a suitable site as near the Fort Lauderdale/Miami area as possible. However, remote site visits will not be ruled out if it is in the City's best interest. January 23, 1981 - Friday Preferred "latest" date for turnover of completely operational Hardware/Operating System, followed by the delivery and installation of appropriate Financial Management Software Modules and any other Applications Software Modules selected by the City according to schedules to be negotiated. NOTE: The City would like to parallel test the Payroll/Personnel Module and the Utility Billing Module during the month of February, 1981, with a cutover to the Production Mode to start with March 1, 1981 Vendors who cannot install the proposed Hardware/Operating System to allow such testing and production should plan and define for an alternate way for the City to accomplish the parallel test during February, 1981 and production as of March 1, 1981 Alternate parallel testing and/or alternate production should be defined as part of Section 8.0 SPECIAL SERVICES AND SUPPORT. k.o SPECIAL GUIDELINES/REQUIREMENTS Because there are many available solutions to Data Processing Tasks, the specifications and descriptions that follow are issued as guidelines. For example, no attempt is made to restrict the use of Firmware in the accomplishment of Operating System Functions (or extensions thereof). The City will evaluate all proposals and rate them in accordance with the overall data processing goals of the City. Extra features supplied as part of the Hardware, Software, or Firmware, even though not specified as requirements by the City, will be evaluated as to their value or potential value to the City and can possibly improve the rating of the entire proposal. 4.1 EXISTING COMPUTER HARDWARE/SOFTWARE/FILES The City has no existing Computer Hardware or Applications Programs which are to be retained, converted, or to which a program interface is required. .COMPUTER HARDWARE, etc. CITY OF TAMARAC TAMARAC, FLORIDA RFP No. 81-001 Page 8 of 42 A Service Bureau currently does the City's Utility Billings. The financial accounting, payroll, and the billing of a small 1,000 customer utility are billed on a Burroughs L9000. It would be necessary to convert the current Water and Sewer Master File (from magnetic tape) for use as the beginning master file for the Utility Billing Module of the Integrated Governmental Financial ,c Management System. See section 8.1 for additional guidelines on this topic. 4.2 COMPUTER HARDWARE Proposed hardware is to be in current production, and based on manufacturer's past history, is expected to be current for several more years. New (not reconditioned) equipment is to be provided. The hardware must be capable of handling the expansions of the City's Data Processing Activities (described in the following sections), either as installed initially or through standard upgrade techniques and/or additional peripherals and memory. .4.3 FORMAT OF PROPOSALS Forms are supplied with this Request for Proposals Specifications Package for use by vendors in summarizing and listing the hardware, operating system and applications systems being proposed. The appropriate complete forms must accompany each proposal. Additional descriptive materials or narratives are also expected to - accompany proposals. These include any brochures or descriptions that will assit the City in evaluating the proposal and its suitability to the City's goals. See Section 9 for instructions/discussions on completing the forms and supplying additional materials. 5.0 HARDWARE AND OPERATING SYSTEM SOFTWARE 5.1 ENVIRONMENT All hardware components are expected to operate as delivered without ►' requiring any modifications to the installation site. The site is supplied with normal A.C. line voltage and current as produced by the Public Utility, and may be described as a typical office environment without raised flooring. When required, connecting cabling may be strung overhead through an existing false ceiling. There are no plans to install specialized antistatic carpeting or floor mats, etc. If any component requires such installation, this must be specifically stated as part of any proposal. If modifications to the installation site, such as special power or grounding requirements are necessary, the requirements for modifications must be specifically stated. The City would like information relating to possible problems with electrical power. Any feature that is built into the hardware system related to power failure or problems should be plainly and fully described. Also state the hardware power requirements and allowable variations. Discussions on the following would be :helpful: - rower surges and spikes - Power dips - Brownout conditions - Blackouts and hardware shutdown features 5.2 COMPONENTS - INITIAL CONFIGURATION (see Exhibit 1) The hardware and operating software for the initial configuration is expected to include, but not necessarily be limited to: COMPUTER HARDWARE, etc. ICITY OF TAMARAC TAMARAC, FLORIDA RFP No. 81-001 Page 9 of 42 A. Central Processing Unit (CPU) B. Operating System Software C. Utilities Software D. 9 CRT Local Workstations (Including computer operator's console) E. System Printer F. Document Validator/Receiptor G. Letter Quality Auxiliary or Slave Printer H. Disc Storage I. Magnetic Tape Unit - Optional J. Programming Language Compilers K. Maintenance L. All necessary communication controllers, connectors, cables, etc., that will insure the system's operation as an integrated whole. See also Exhibits for expected expansion phases. 5.3 CENTRAL PROCESSING UNIT (CPU) For purposes of clarification within this Request for Proposals, the component identified as the Central Processing Unit is defined as that component which is: An electronic device that performs complex arithmetic and logic instructions, contains user programmable memory, and includes a vendor defined operating system which controls the various input/output devices (peripherals), error detection and correction, special registers for program and operating system use, and provides special routines to obtain various data elements (i.e. Date, Time, etc.), for job scheduling and accounting data. In the event a proposed system contains more than one component meeting the definition - such as microprocessor based terminals - the CPU will be the main processor for the entire system. The CPU and its main memory size should support: A. Expansion to a minimum of 1000K of main memory. B. The operating system software (state memory required) C. Up to 40 CRT Local Workstations (state recommended or required memory needed for each additional workstation) D. Interactive Batch -type operations initiated via a Workstation or a Computer Operator's Console. E. Multi -programming and multi -tasking. 5.4 OPERATING SYSTEM SOFTWARE The Operating System Software will be considered as integral to the Hardware Proposal. The operating system and it's features are to be fully described in every proposal. Firmware features that handle any of the operating system software functions should be stated and fully described, including the benefits resulting from the use of firmware. The operating system will allow concurrent use of all attached peripherals and will supervise the running of multiple, separate, and different programs executing simultaneously. The system must have the ability to handle the anticipated expansion configurations (see Exhibits 2 through 5) with no more than the addition of currently available operating system modules. The Operating System must provide for both protection of data and automatic recovery and restart in the event of electrical power interruption. It must provide some sort of system use accounting capability, such as terminal usage history, logon history, etc. The City will be using this data for internal audits, and may wish to allocate computer usage charges. The operating system must be able to allow spooling. COMPUTER HARDWARE, etc. `CITY OF TAMARAC TAMARAC, FLORIDA RFP No. 81-001 Page 10 of 42 The Operating System should have the capability of using at least one CRT as an overall System Control or Monitoring Terminal, to allow auditing of every terminal's activities and provide supervisory control to override and supercede other terminal's activities. The hardware proposed should have a special operator's terminal to handle this function. It is preferred that this terminal also function as a work station. Characteristics of the Operating System which have a direct bearing on the analysis and selection of software proposals will be explicitly documented. Examples would include restrictive file/ program naming conventions, fixed/variable field length requirements of items written to files, inclusion of Data Base Management Software, etc. The City must be given the option of subscribing to future releases of any Operating Software/Firmware that may be offered as upgrades by the original manufacturer. It is requested that a history of such upgrades over the past three years (or as appropriate), including a description of features added or upgraded and the cost to the users to upgrade be supplied. Future operating system releases will be offered to the City at no cost, excluding handling charges. 5.5 UTILITIES SOFTWARE To facilitate file maintenance needs, the system must offer file/ text editing software having the ability to: - Add/delete files/items, etc. - Copy/merge/sort files/items/item lines, etc. - Insert/replace/delete/locate item lines, groups of lines, character strings, etc. Descriptions of these capabilities are to be supplied with the proposal. 5.6 CRT WORKSTATIONS The CRT Workstations will consist of CRT Video Display Terminals and Keyboards capable of sending/receiving/displaying/entering at least the standard ASCil 64 character set plus the ASC11 lower case alphabetic characters. The CRT Terminal will be able to send/ receive data at various transmission rates, to include, but not be limited to 9600 Baud. As a minimum capacity, the screen will be able to display 1920 characters in a standard 80 column by 24 line display. The CRT Terminal will include an output jack to permit operation of an Auxiliary or Slave Printer via an interface such as RS-232-C. CRT Terminals will be interchangeable by function, so that any terminal out of service can be removed and be replaced by any other. If the hardware proposed requires a special terminal or terminals for remote site processing, e.g. Utility, this fact should be plainly stated, with the interchangeability of terminals described. For comparative analysis, the special features of each proposal's CRT Terminals should be explained in detail, such as: - Programmable - Buffered - Reverse Video; - Selected Field Reverse Video - Dual Intensity - Special Function Keys - Numeric Key Pads - etc. COMPUTER HARDWARE, etc. RFP No. 81-001 CITY OF TAMARAC TAMARAC, FLORIDA Page 11 of 42 Alternate CRT Terminal Proposals may be included for the City's consideration. Each alternate proposal for CRTs must be fully described, including advantages to the City. The CRT Terminals will be used for On-line, Interactive Tasks, including Direct Data Entry, File Updates, On -Line Reporting, Source Program Development, Program Testing, and Word Processing. 5.7 SYSTEM PRINTER At the very minimum, the printer designated as the system printer (shown in the Initial Implementation Diagram in the Computer Roomy will be capable of producing an original and four W copies of standard pin -fed 8 1/2 x 11 and 11 x lh 7/8 fan -fold forms. Print character size will allow the printing of a 132 character print line, and the selectable ability to print at 6 or 8 lines to the vertical inch. Optional print line compression features are desirable. The printer is to have Upper and Lower Case Alphabetic printing capabilities, and should have a rated speed of at least 600 lines per minute when printing upper case. If a dot matrix printer is proposed, the matrix size should be specified. In addition, graphics plotting capabilities are desirable. Original sample printouts showing the capabilities of the printer being proposed are requested. Xerox or other reproduced samples should not be substituted. If the printer has graphic plotting capabilities, include samples of representative patterns. It is also desirable that a second system remote printer will be added at some later date. State whether this capability is supported or planned for future support for the hardware and operating system being proposed. Whether an integral function of the printer, or part of an operating system, the protection against loss of output data is essential. Spooling and later printing of spooled files is to be accomodated. If the printer is unable to produce output for any reason (paper out, power down, paper jam, ribbon jam, mechanical, etc.), the data being output must not be lost. Restart of a spooled printer file should be available. Provision should be made for an operator to be notified of the malfunction, while further data is temporarily held pending the restoration of print capability. 5.8 DOCUMENT VALIDATOR/RECEIPTOR The City would like to have two Document Receiptor/Validators either attached to the Cashier's Terminal as an Auxiliary or Slave Printer, or to have a stand -a -lone receive only device to handle the same function. Examples of the initial uses of this device include the receipting of Utility Bills, or the receipting of Building Permit Applications. This device would have the need to accept various size documents into a slot, and have the ability to print as required by a specific application. The ability to control the print position by a computer program is desirable. Should it be necessary, maintenance for this device may be supplied by other than the maintenance company supplying maintenance for ti.e main computer and peripherals. 5.9 LETTER QUALITY AUXILIARY OR SLAVE PRINTER The initial configuration proposes a single Letter Quality Printer. Its main use will be for Word Processing Applications. It is expected that future expansions will add more such printers to the system where usage warrants. It would be preferred that this printer could adequately function as a Slave Printer to numerous terminals. I COMPUTER HARDWARE, etc. CIV OF TAMARAC TAMARAC, FLORIDA RFP No. 81-001 Page 12 of 42 Should it be necessary, maintenance for this device may be supplied by other than the maintenance company supplying the maintenance for the main computer and peripherals. However, if the Document Validator/Receiptor is maintained by a supplementary maintenance company, and a supplementary maintenance company is proposed for the Letter Quality Printer, the same maintenance company must be provided for both devices. 5.10 DISC STORAGE Initial implementation is expected to be 50 Megabytes or more of on-line disc storage, with expansion capabilities to at least 1 billion bytes. Fixed, removable, or combination disc units are acceptable for consideration. Alternate configurations may be proposed. Average access time and date transfer rates are to be stated for comparison. purposes. If removable or combination disc drives are proposed, vendor will include prices for additional disc packs or modules. If removable or combination disc drives are proposed, the disc drives will have interlocks preventing read/write of the media. Such interlocks are to be switch -enabled on a manual basis by the user. Explain the Disc Drive sub -system requirements to expand to 1 billion bytes, for example, can various storage disc drives be controlled by the same controller? State the number of disc controllers that can be installed on the system, and the various combinations of disc drives that may be.installed. The City would prefer unlimited on-line disc expansion capabilities; if this is not possible the City would like to know the maximum available. 5.11 MAGNETIC TAPE UNIT (This may be implemented as part of the initial configuration or added during system expansion) The tape unit and its operating system control will be capable of: - using standard 10 1/2 inch tape reels of 1/2 inch tape - operating in the 9 track phase encoded recording mode - operating at a density of 1600 BPI - error-checking/correcting after a write - automatic interruption of data transmission if any malfunction occurs, with retry and override capabilities being remotely commanded from a terminal - recording/reading ASC11 and EBCDIC characters, either under operator, programmer, operating system or JCL Control. - at a minimum, a 40 KB/Second data transfer rate should be proposed (faster transfer rates may be proposed, either instead of or as an alternate selection/ upgrade) - state the maximum number of tape drives that may be used with the tape controller, the cost of adding tape drives to the same controller and the number of tape drive controllers that could be added to the system. 5.12 PROGRAMMING LANGUAGES At least ANSI COBOL, RPG II, Business Basic compilers must be available. State all languages supported by the operating system, describing each as specifically as possible. It would be preferred COMPUTER HARDWARE, etc. RFP No. 81-oo1 CITY OF TAMARAC TAMARAC, FLORIDA page 13 of 42 if the Programming Language Specifications Manual and the Programmer's Guide (if any) be supplied for the City's evaluation. Proposer must state whether or not each language is a universal standard (for multi -computer) language, and should also state the level of implementation of the language standard. The price for each available language compiler should be listed separately, unless the full complement of languages are supplied as a standard part of the operating system. 5.13 MAINTENANCE The Initial Implementation will need maintenance available on a Monday through Friday normal business hour basis. When the Police Department Functions are added to the Computer Installation, additional on -call, as required, supplementary maintenance will be required if a malfunction cannot be bypassed by one of our backup units (interchangeable CRTs, etc.). For comparative purposes, the costs of service calls over and above the normal workday maintenance contract should be specified. Additionally, rates for a full 24 hour day, 7 day per week maintenance contract are requested. Specifications of your service policies regarding down time and priority given to exceptional maintenance requirements should be plainly detailed. If you are proposing maintenance by other than the hardware manufacturer's own representative, such maintenance will equal that normally provided by factory service, including field upgrades of components as directed by the original manufacturer. For some of the special peripherals that are being requested, it is understood that an additional maintenance contract to cover these items might be necessary. Such maintenance must be available from a reputable, well-known Computer/Computer Peripheral Service Organization capable of supplying satisfactory service in the Coral Springs area. Include complete descriptions of normal service contracts and service policies so that a comparison to other vendor's offerings may be made. 5.14 ALL NECESSARY COMMUNICATIONS CABLES, etc. All necessary communications links, interfaces, controllers, connectors, cables, etc., that will insure the system's operation as an integrated whole should be listed or included in your proposal. In the case of cables for hooking up CRT Terminals, the price may be stated as a price for a standard cable, plus the additional charge for extra foot (or other increment). Vendors are invited to observe or measure the installation site prior to submitting their proposal, if they so choose. 5.15 IDENTITY The actual manufacturer of every major hardware component and peripheral as proposed for implementation will be identified. The technical specifications/descriptions for all components will be included along with your proposal. In cases such as the Document Validator/Receiptor and Letter Quality Auxiliary Printer, proposers may submit several alternatives, particularly if these items are not of your own manufacture. Your recommendations about each alternative proposed will be helpful. 5.16 CAPACITY Main memory must provide enough capacity for the initial implementation and enough extra capacity for developing, testing and running of the applications specified in our planned Phase I applications (see I COMPUTER HARDWARE, etc. CITY OF TAMARAC TAMARAC, FLORIDA RFP No. 81-001 Page lk of 42 Section 6.1). Proposer will accurately disclose how much overhead is used in memory and disc storage by all operating system software when the system has all peripherals on-line and running jobs. The City needs to know the the available capacity, not just the total capacity. The modular availability of main memory and disc storage must be given with incremental pricing so that the City can properly size the system. 5.17 FLEXIBILITY The Computer Peripherals shown on Exhibit I are for example purposes only. The proposers are free to reconfigure the system components in any manner that can economically satisfy our initial and growth requirements, except that a Magnetic Tape Unit capable of reading/ writing 1600 BPI Phase Encoded data must be included. As an example, the input terminal CRTs could be capable of off-line text editing and buffer a screen at a time in one.proposal, or could be floppy disc based and transmit screens from the floppy discs as the CPU is available in another proposal. If a vendor is capable of multiple configurations, the vendor will be permitted to include additional configurations as options. 5.18 EXPANSION The system is expected to be expanded in the future as shown in Exhibits 1, etc. Vendors will detail fully the upper limits of expansion and the modular incremental increases and prices of all components required to satisfy the necessary expansions, particularly the main memory, disc storage and be stated as though they were to be implemented along with the initial installation. The City realizes that prices are apt to change in the future, and that new prices may be necessary if these expansions are not implemented along with the initial installation. An expiration date for the prices of the expansion items should be stated, so that the City can determine whether score or all of the expansions should accompany the initial installation, or on an expedited basis, in order to take advantage of a price break. In addition, installation costs to separately implement these expansions should be stated. If components needed for future expansion are available only from the manufacturer of equipment proposed, this fact must be disclosed. This condition would effectively prevent the expansions through future Requests for Proposal, requiring the City to obtain these components from the original supplier. It is mandatory that the City be made aware of any restrictions affecting the acquisition of future peripherals, etc. 6.0 APPLICATIONS SOFTWARE 6.1 GENERAL All proposals for Applications Software are to be oriented to the specific Hardware/Operating System Proposal being submitted in response to Section 5 of this Request for Proposals. It should be noted that ANSI COBOL, RPG II, or a Business BASIC has been specified as a required language supported by the operating system. This does not mean that applications software written in other languages will not be considered, but the additional expenses of a compiler and staff training to support an alternate language will have an effect upon the evaluation of the application system. When a vendor usually prices applications software proposals as a total package and also by individual modules, prices should be supplied both ways. If the quoted prices include any custom modifications and/or installation assistance, details should be plainly specified. If custom modification services is available on a contract basis, current rates and conditions should be supplied. Details of Warranties and Maintenance Agreements are to be supplied. The City would like the capability of maintaining and/or upgrading COMPUTER HARDWARE, etc. RFP No. 81-001 CI7Y OF TAMARAC TAMA.RAC, FLORIDA Page _15_ of 42 any Applications Software Packages with its own staff if local or in-house requirements so warrant. Source programs for all proposed Applications Software Packages are expected to be available. If non -disclosure agreements are required, include samples for review by the City Attorney. The delivered software and its use is expected to be fully documented. It is preferred that the documentation is such that the system can be implemented by the City's in-house staff if the City decides to do so; however, costs of implementation assistance should be stated in your proposal. Of particular importance in your proposal for packages or for modules will be acquisition costs, terms, and conditions plus service and support. - Purchase cost - Lease cost and duration - License cost and duration - Manual type and cost - Availability of Source Code - Availability of package modifications and cost - Installation support (type, duration, and cost) - Additional consultation services and cost - Free trial periods and duration - Software improvements, maintenance and updated (and costs) - User training (cost, duration and location) - Additional training (cost, duration and location) - Warranty cost and duration The City is particularly interested in software that can be obtained through public domain, and request that vendors who can provide assistance in this regard elaborate on same. All vendors should provide listings of municipalities or other government agencies which are current users of proposed application software. Demonstrations at local governmental sites would also be of benefit to the City's personnel in evaluating the proposed application software. 6.2 INTEGRATED GOVERNMENTAL FINANCIAL MANAGEMENT SYSTEM This system should be a Hilly integrated, interactive, on-line, CRT Terminal System, with data entry, updating, and much of the day-to-day inquiry type reporting accessible via a CRT Terminal request/display. Standard requests and activities should be MENU driven, with additional special requests for information obtainable through a User oriented "English Language" type of retrieval 'Language (possibly part of the operating system software or the Data Base Management System). Portions of the overall Financial System may be batch -processing where appropriate; however, if any, these should be specified and described. Section 1 - Utility Billing - Payroll/Personnel COMPUTER HARDWARE, etc. CITY OF TAMARAC TAMARAC, FLORIDA RFP No. 8l-0ol Page .16 of 42 Section 2 (all modules must be fully integrated) - General Ledger (Encumbrance Accounting) - Cash Receipts - Accounts Payable - Budgets - Purchasing Section 3 - Fixed Assets & Depreciation (including Replacement Value Routines) - Occupational License - Inventory and Property Control Section k - Financial Forecasting - Investments The City would prefer to obtain a single integrated system satisfying the items shown in Sections 1, 2, 3 and 4. However, the immediate needs of the City can be met by the implementation of Sections 1, 2 and 3. Section 2 must be proposed as an integrated package; however, each of the items in Section 1 and 3 may be proposed as separate proposals. Vendors may bypass Section k if necessary; however, the City will also accept separate proposals for items in Section 4. All vendors proposing to satisfy parts of the overall system should understand that if a fully integrated system satisfying all of Sections 1, 2, 3 and b is available, the full system would receive a higher rating if the modules are basically equal to the piece -meal proposals. Correspondingly, the City may prefer to accept a Payroll/Personnel System from another source if it better serves the needs of the City. Preference will be given to systems already tailored to the Florida Uniform Accounting System. 6.3 POLICE DEPARTMENT REPORTING SYSTEM This system should include Police Case Reports and Uniform Crime Reports. Be sure to refer to Item 2.4 for an alternative for this system. 6.4 DATA BASE - MANAGEMENT SYSTEM The City intends to implement its own data base system. For such development, a Data Base Management System, including on-line Inquiry/Reporting capabilities in a User Oriented Query Language using English like commands or statements is required. The City requests proposals that meet CODASYL standards. 6.5 WORD PROCESSING SOFTWARE The City would like to integrate Word Processing capabilities into its Data Processing Computer. It is expected that one or more letter quality auxiliary (or slave) printers could be attached to the CRT Terminals for the Word Processing Outputs. Terminal sharing of one printer is desired. 6.6 ON LINE PROGRAM DEVELOPMENT SOFTWARE The City would like an effective Data Base Management and retrieval medium for developing new applications software via English language directives the system user can generate data, make inquiries, produce COMPUTER HARDWARE, etc. RFP No. 81-001 CITY OF TAMARAC TAMARAC, FLORIDA Page 17 of 42 Vendors should state whether or not Data Processing Files are accessible to Word Processing Users and vice -versa; or whether separate files must be maintained. 7.0 VENDORS 7.1 COMBINED/SEPARATE PROPOSALS Combined proposals from different vendors are acceptable. However, in the case of Hardware/Operating System Software, vendors must identify a single source that is taking legal responsibility for the entire packaged system with the exception of the two peripherals specified below: - Document Validator/Receiptor - Letter Quality Auxiliary or Slave Printer For these two items, the City will be willing to work with the main vendor for the selection of these items, and to enter into a separate maintenance contract for these items if necessary. For any applications software, the City is willing to evaluate proposals from separate vendors or sub vendors, and to work with the hardware vendor to be certain that such software is compatible with the proposed hardware/operating system and the goals of the City. Proposals of the hardware/operating system may invite more than one vendor to submit separate proposals for Applications Software. The City would prefer that these separate proposals accompany the Hardware/Operating System Proposal, but will accept such separate proposals by themselves subject to the same closing date. This is not intended to preclude a complete Hardware/Operating System/Applications System offering, but to give Hardware/Operating System vendors flexibility and the City the opportunity to select proposals that best meet the City's needs. The City reserves the right to accept any separate proposals so submitted, even if the Hardware/Operating System Proposal is not accepted. 7.2 DISCLOSURES The source language of any Application Software must be specifically identified. If the language is not truly portable among various manufacturer's offerings of the same language, the uniqueness of the language must be fully explained. If dependent on and compatible with only the particular hardware components, this unique relationship should be explained in full detail, and all such hardware components should be specifically identified, so that a proper analysis of the proposal can be done. As accurately as possible, the software proposal must include an estimate of disc storage requirements, main memory requirements, particular descriptions of any uniquely configured peripherals such as input terminals, and any file/item naming conventions/ restrictions that are not user alterable. 7.3 ASSISTANCE TO VENDORS If clarification of these specifications or physical inspection of the installation site is necessary, assistance to vendors will be available Monday through Friday by appointment: Mr. Stephen A. Wood Finance Director City of Tamarac 5811 NW 88th Avenue Tamarac, Florida 33321 (305) 722-5900 COMPUTER HARDWARE, etc. RFP No. 81-001 CITY OF TAMARAC TAMARAC, FLORIDA Page 18 of 42 Substantive questions relating to Applications will be discussed with the appropriate Department's Staff prior to being answered. 8.0 SPECIAL SERVICES AND SUPPORT Identify all services available to the City for the period between contract signing and hardware installation, such as: - Formal or classroom education - Informal education/training assistance - Technical support, such as consultation with vendor personnel (hot-line or ?) - Computer time or time-sharing hookups for: o hands-on education training o development of Applications Software o modification of Applications Software o trial implementation of an Applications Software Package o file building activities o data gathering activities o etc. ' - any other factor that can allow the City to better prepare for the speedy utilization of the hardware and applications systems. Schedules, cost, and additional requirements should be stated. If hands-on computer time is available at a site supplied by the hardware vendor, the location and requirements to use same should be stated. Any additional support, including educational and technical, available after the installation of the hardware should also be identified and detailed, including costs and availability. 8.1 WATER AND SEWER FILE CONVERSION Using the "Special Services and Support" (8.0 above), the City would anticipate using an operating system utility program or having developed a file conversion program to convert the data on the Water and Sewer File to "New Account" input or otherwise generate a starting Utility Billing Master File. Vendors proposing the Utility Billing Module are to identify any capabilities of the proposed module to accept "batch type" input for new accounts and any utility features that would be suitable for preparing the required records for the module. If vendor does not provide this conversion service, this should be stated. r,2 COMPUTER BACKUP FACILITIES In the event of a hardware "down" situation in which repairs are not completed within 2h hours, what provisions are available for an alternate site for urgent processing (e.g. Payroll)? a. Hardware Site(s) operated by the Hardware Manufacturer/ Vendor b. Other installed sites in the area available as back up c. Other alternatives COMPUTER HARDWARE, etc. CITY. OF TAMARAC TAMARAC, FLORIDA 9.0 PROPOSAL PACKAGE RFP No. 81-001 Page 12_ of 42 To aid the City in efficiently and effectively evaluating all proposals received (and to aid the proposer in supplying all required materials and information), proposals must follow the requirements and formats stated in this section. A PROPOSAL page is supplied. This page includes a table for Cost and other information for your proposal. Four CHECKLISTS are supplied: Hardware Checklist Checklist for Operating System, Firmware, Utilities Software and Programming Language Application Package Name/Description Miscellaneous Items Seven forms for the summarization of proposed hardware are included (Form H-1 through Form H-7). One form is included for the identification of Operating Software Modules. Three forms are included for the summarization of the three Applications Oriented Software Package (or groups), Form A-1, Form A-2 and Form A-3. All Proposals must include the PROPOSAL page, and then the checklists and forms that apply to that specific proposal. For example, vendors that are proposing an Application Package only, can ignore the Hardware and Operating Software checklists and forms. Vendors may make duplicates of the blank form for their convenience as worksheets, or to describe alternate offerings, or if not enough room is available on the form. Vendors inviting sub vendors or separate vendors to submit proposals to complete their own proposal may make copies of the Request for Proposals, including forms and checklist for the sub -vendor or separate vendors, or the sub -vendors or separate vendors may. request a copy of the Request for Proposal Specification from the City of Tamarac, Office of the Purchasing Officer. 9.1 HARDWARE CHECKLIST Forms Section Indicate O which hardware forms have been included in your proposal. Specifications/Description Section Indicate © the hardware items for which you are supplying a specif- ications or description brochure or other document. Each such brochure or document is to be labeled to correspond to the guidelines for that item in the Request for Proposals. e.g. Central Processing Unit is described in section 5.3 of the Request for Proposals; your brochure should be labeled 5.3. Sample Printout Section Indicate 0 the sample printer outputs supplied in your proposal package. Notice the label specifications. COMPUTER HARDWARE, etc. RFP No. 81-001 CITY- OF TAMARAC TAMARAC, FLORIDA Page 20 of 42 9.2 HARDWARE FORMS (H-1 through H-6) Select and complete only those hardware forms that apply to your proposal. Vendors that offer a standard hardware package that includes peripherals would use Form H-1 and would skip some of the other forms if Form H-1 fully described their proposal. Form H-1 If your proposal starts with a base standard configuration, list all of the components on this form, along with the additional information specified by the column headings. Substitutes to the stated standard package to upgrade to the City's requirements may then be shown following the description of the standard package. For example, if your standard offering includes a 300 LPM Printer, you would list "Substitute 600 LPM Printer," and the additional costs and information. If you customize the hardware configuration from scratch, this form is not used. Form H-2 Central Processing Unit, etc. This form would not be used if you use Form H-1. List and supply the appropriate information for each of the products proposed to make up the Central Processing Unit. This should include the CPU itself, upgraded to the minimum memory needed to satisfy the City's Initial Configuration, and Power Supplies, Operator 1/0 Device and any other items to make this a functioning Central Processing Unit. Form H-3 Peripherals and Optional Memory List and supply the appropriate information for each of the products proposed to satisfy the peripheral requirements. If better response time would be obtained for the CRT Terminal Workstations by the addition of main memory, show the information for additional memory increments. If you are supplying alternates for the City's consideration, be sure to plainly identify that part that is an alternative. Form H-4 CRTs and Auxiliary Printers List and supply the appropriate information for CRT Terminal Workstations and Auxiliary Printers. If you are supplying alternatives for the City's consideration, be sure to plainly identify that part that is an alternative. Form H-5 Expansion #1 List and supply the appropriate information for any items necessary to accomplish the Expansion #1. Include any additional main memory (if any) requirements, CRTs, etc. Form H-6 Police and Fire Clerical & Police Investigative List as two separate sections on the same form (or make a copy of the form if more convenient for you). The first section should list and supply the appropriate information for any items needed to 04 implement the Police and Fire Clerical installation. The second section should list and show the appropriate information for each terminal installed in the Police Investigative Section. Initial implementation in the Police Investigative Section is expected to be two terminals, however, the City might find it advantageous to implement additional terminal service. Police Investigative Section installation is expected to be implemented about 1 year after Police and Fire Clerical begin operation. COMPUTER HARDWARE, etc. RFP No. 81-001 CITY. OF TAMARAC TAMARAC, FLORIDA Page 21 of 42 9.3 CHECKLIST FOR OPERATING SYSTEM, etc. Indicate wl ich of the three items shown on the checklist have been supplied. The City expects that all three will be included. Operating Software (Form 0) List and supply the appropriate information about Operating System Software, Compilers, Interpreters, Assemblers, Utilities, etc. Each available compiler or assembler or interpreter that the City could elect to obtain should be listed. The price and pricing structure should be summarized (by item) on this form. Your standard brochure or letter form explanations should be included in the DESCRIPTIVE MATERIALS etc. Section. History of Upgrades (No form supplied) See Section 5.4 OPERATING SYSTEM SOFTWARE (last paragraph). Supply this description in whatever format is most appropriate. Descriptive Materials, etc. List the titles/names of all brochures and manuals (etc.) that have been included for the City's evaluation. The City expects that the materials will be sufficient to describe the features and method of controlling the system. You may include the System Manuals if you wish. If the System Manuals are not included, and your proposal appears to satisfy the City's requirements (including cost and capabilities), the Systems Manuals will be needed on an expedited basis to complete the evaluation of the proposed system. Include a current price list for all manuals relating to the Operating System, Firmware, Utilities, and Programming Languages. 9.4 APPLICATION PACKAGE NAME/DESCRIPTION If you are going to do piece meal proposals on the Applications Software, particularly the Financial Management Package(s), you should make extra copies of this checklist. Three copies were supplied in your RFP Specifications Package, one each for: A-1 Financial Management Applications Software A-2 Police Department Reporting System A-3 Other Applications Oriented Software, Data Base Management System, Word Processing Software At the top center, enter the Application Package Name. If you are proposing a fully integrated Financial Management Package fulfilling all of the City's needs, you would enter FINANCIAL MANAGEMENT. If you are proposing separate modules, you would enter the appropriate module name, e.g. Payroll/Personnel. For #1, circle FORM A-1 or FORM A-2 or FORM A-3, depending on which one of the Applications Areas this is for; this corresponds to the FORM you are supplying with the details of the Application Package. Then check the circle to indicate that you have supplied the form. For #2 through A, supply the required information and check the circle for all items you are supplying. 13 COMPUTER HARDWARE, etc. CITY OF TAMARAC TAMARAC, FLORIDA RFP No. 81-001 Page P _ of lam_ For #5 and #6, list as appropriate, and then check the appropriate circles. It is the City's intention, that between the materials supplied in #5 and #6, the City's staff can do a complete evaluation of the Application System you are proposing. You should be prepared to supply the Data Processing Technical documentation, such as flowcharts, logic block diagrams, record layouts or descriptions, systems manual, etc. 9.5 PROPOSAL CHECKLIST MISCELLANEOUS ITEMS Supply the items as appropriate to your proposal. Vendors proposing only an Applications Software Package, would only supply the Vendor Reference Site Information. Check the appropriate circles to indicate which items you have supplied. 1 '9 Page 23 of 42 m W c+ cD cQ� tJ K � C •d O O • Tn [+ 0 C m N Qp A tD i I }t i 1 1-3 1-3 f 34 c+ I «7 c+ W ;3 e+ W I� c+ IO N O Occ+ 0 I a o C 1 IK I 1 Page 24 of 42 n e C+ e R e pr �\\ @ � 11 �2 • e 7 . w o 0 / @ \ § \ p A § H. m o m / . | C*3 (� 0 | |C+ |0 � | | ( | | ) a |§ — — — — — | K �ID 7 (D / |/ | � � | ° / \ ( : 0 p | (C o ° | I Page 25 of 42 z s N Do rt H 0 0 0 to aoa tr �• rat mM0 ct ° 0 �• 0 rt M b• rtrt mm w Q �• w rt W rt rt r• aaa 0-9 rat � 10-1-00 m0� M MO b rt n = rat rtma r• rt O W N- 0vrto 00 wt0 x0� to AO � rt 64 H 00� K m w � rar Z rr mm "11C rt ] w CL on O Hmrt 0Mw to Art rt r rat rt `O m rt HK O «ms �a a r a al rt 10 rM co to 0 Qrt m a� m to to .Ir A 8 a M Qrt a 00 M N• 0 rt 0w m �m A rt �a cort wm O K 5 � W N 5r pr 0 �m m<a O �O � m m rtM <m� lD00 rt m M+• OD • na g0 Q0 rtV M m C 0 m� rtrt I.- K a - rr r• 0 as NG a crttt MK M 0 rt °m m- m M O 0 rt 1 0 #_ Am �m HO m� aro w >E O G *t as m� a w W O rtw a O rt a b� a tr H'13 H . Irt "90Cm K rtWft w amaKcM•• rt roomrt 0 a >� p'F• MN= t 15 t�rt� maa tL m N 5 wwA ° rt KtKDBcrar �C A IV it W 000aH0 K a� rt m M rt Q, m a°% �w top 0 a K �v4aOa K w.'3 MM �• 0 00 r N K K m K 1 to rt K 01 0 7• m m rm a�ocAb rtmr•00 rt0K r ammar• 0 d•am a a0a Omr•� rtO WK G� O�oo0 rt ' M-1 W o am a* sLv r- AK O G1W H om11 o rt Q b HaartM m trrt Zr :3 n rt 1a rtc oo0aW0 rtm0c OKtr00L im "rtQaA amaa0 rt 0 tr m 1-0 mN•OOw 0rt0w A a m rt m A Q 0 rt � C Ie•• rt >� 0wao° °'tr��� mmm„H 10 AMH Wing K O M 0 ►t a d a it 0 tr M-1 0 M a a M-1 r t� z M•1 A 101 COMPUTER HARDWARE, etc. CITY OF TAMARAC RFP NO. 81-001 TAMARAC, FLORIDA RFP NO. Page _26 of 42 PROPOSAL SO: City of Tamarac Office of Purchasing Agent City ball Tamarac, Florida 33321 date - have received and reviewed a complete set of the REQUEST FOR PR SALS fpECIlICATIONS titled COMPUTER HARDWARE, etc., (RFP in'_ danq Addenda through _—., and in submitting this proposal agree to the following: 1. To Rol'd this proposal open for 90 days after the closing date for submission of proposals. 2. To enter into and execute a contract with the City of Tamarac, Florida, if awarded on the basis of this Proposal, and to furnish performance and payment Donds as specified in the GENERAL CONDITIONS Section of the Request for Proposals Package at a cost of Percent (1) to be added to selected totals. The following summary of costs, Oct., is being submitted as our Tecom- "e.d solution to the RTP based on the City's specification. Where :.tonal proposals are included (signified by a YES in the appropriate column), the optional proposals may be more or less expensive, or cost approximately the same but giving the City a different choice. When a Separate Vendor is supplying a proposal for one or more items in support of this proposal, a YES has been entered in the appropriate column. TSA• is a primary Proposal i• is a sub -proposal DWWttsd L+ support Of$ • to a separate proposal submitted in support ofo WEEK t1RC.6—ptr OR INITIAL =C1 cosT AtCUNRING COSTS s.I. License. maintenance SARLIEST ULLTVENY ORTL I ? L M OPTIONl11. paotOSAL INCLUDED iLFARA-= I VENDOR(s) tROPOS.NG l�Mardware - Initial Con aquratson I 19ardware ns on XKrawars - Me ana Fare clerical—� 3. ism• •rs ware —� jr apemen aanela ea Ions 5' a. section I (sea 6.3 of an) 1. Utility billing _ �—I PayroUlPersonnal i to t on see of Iff) 6. Pence Department ftportial Systan 7,19ta rage wns rstsn 8. W3 Processing Soltvare eaee66e00e629Ty„g OF AMM0e66e006e6 p osal submitted by: ]iwax, (printed) (title) COMPANY TELEPHONE (area code) ADDRESS (city, state and sipcode) SIGNATURE DATE INDICATE WHICH: CORPORATION PARTNERSHIP INDIVIDUAL OTHER COMPUTERS, etc. CITY OF TAMARAC TAMARAC, FLORIDA FORMS: 0 H-1 8 H-2 H-3 8 H-4 H-5 0 H-6 HARDWARE CHECKLIST SPECIFICATIONS/DESCRIPTIONS: OCentral Processing Unit (label as 5.3) OCRT workstations (label as 5.6) 0 Systems Printer (label as 5.7) ODocument Validator/Receiptor (label as 5.8) (D Letter Quality Printer (label as 5.9) 0 Disc Storage Unit (label as 5.10) OMagnetic Tape Unit (label as 5.11) OHardware Maintenance (label as 5.13) Communications Cables, etc. (label as 5.14) Capacity (label as 5.16) Expansion (label as 5.18) SAMPLE PRINTOUTS: System Printer (label as 5.7 samples) RFP NO. 81-001 page 27 of 42 Document Validator/Receiptor (label as 5.6 samples) Letter Quality Printer (label as 5.9 samples) VENDOR'S SIGNATURE i TITLE Company Name COMPUTERS, etc- aCITY OF TAMARAC TAMARAC, FLORIDA CHECKLIST for OPERATING SYSTEM, FIRMW$RE, UTILITIES SOFTWARE, and PROGRAMMING LANGUAGES RFP NO. 81-001 page 28 of u_ 2___ FORM O nISTORY OF UPGRADES ODESCRIPTIVE MATERIALS OR MANUALS SUPPLIED WITH THIS PROPOSAL: I VENDOR'S SIGNATURE i TITLE Company Name COMPUTERS, etc. APPLICATION PACKAGE RFP NO. 81-001 CITY OF TAMARAC NAME/DESCRIPTION : TAMARAC, FLORIDA page 29 of 42 enter Application iackage Name 0 1. FORM A-1 or FORM A-2 or FORM A-3 (circle one) 2. Descriptions of items listed in 6.1 (as appropriate) 3. Details of Warranties and Maintenance Agreements 4. Non -disclosure Agreement samples 5. List other materials and manuals supplied to enable the City to evaluate this package: D6. List additional materials and manuals available for inspection/review/evaluation by the City (upon request): VENDOR'S SIGNATURE i TITLE Company blame `. RFP N0. 81-001 APPLICATION PACKAGE -UTERS, etc. NAME/DESCRIPTION: page 30 of k OF TAMARAC RAC, FLORIDA enter Applic111 a11 tion ackage Name 1. FORM A-1 or FORM A-2 or FORM A-3 (circle one) 2. Descriptions of items listed in 6.1 (as appropriate) 3 Details of Warranties and Maintenance Agreements Non -disclosure Agreement samples , 1 3. List other materials and manuals supplied to enable the City to evaluate this package. i dditional materials and manuals availabonereouest): List a the City (upon q inspection/review/evaluation by i VENDOR'S SIGNATURE i TITLE Company Name COMPUTERS, etc. CITY OF TAMARAC TAMARAC, FLORIDA APPLICATION PACKAGE NAME/DESCRIPTION: RFP NO. 81-001 page 31 of 42 enter Application Package Name 0 1. FORM A-1 or FORM A-2 or FORM A-3 (circle one) O2. Descriptions of items listed in 6.1 (as appropriate) O3. Details of Warranties and Maintenance Agreements 0 4. Non -disclosure Agreement samples 0 5. List other materials and manuals supplied to enable the City to evaluate this package: O6. List additional materials and manuals available for inspection/review/evaluation by the City (upon request): a VENDOR'S SIGNATURE i TITLE Company Name ti I � COMJ iVTERS, etc. PROPOSAL CHECKLIST RFP NO. 81-001 CITY OF TAMARAC MISCELLANEOUS ITEMS TAMARAC, FLORIDA page 32 of 42 V } VENDOR REFERENCE SITES Attach a list of reference sites. This list should include sites where you have installed similar hardware and/or similar Applications Software. INCLUDE: Company Name Company Address Phone Number Person to contact for references Equipment installed (include number of CRT Terminals) Applications Software installed Data Base or Word Processing User (if applicable) O HARDWARE POWER REQUIREMENTS, etc. (see 5.1 of RFP) Attach descriptions as called for in section 5.2. 0 SPECIAL SERVICES AND SUPPORT (see 8.0 of RFP) Attach description as called for in section 8.0. Include alternate parallel testing and alternate production plans/arrangements if applicable (see NOTE on SCHEDULE OF EVENTS Page, 3.0). O WATER AND SEWERS FILE CONVERSION (see 8.1 of RFP) Attach description as called for in section 8.1. COMPUTER BACKUP FACILITIES (see 8.2 of RFP) Attach description as called for in section 8.2. VENDOR'S SIGNATURE i TITLE Company Dame CUMPUTERS, etc. CITY OF TAMARAC TAMARAC, FLORIDA PROPOSAL FORM RFP NO. 81-001 page 33 of 42 C O C �p0 • vO A A 2 H �C VIC An �Z H b zz 4 �y V3 4 A tic bK �A AyH tic C y do F-NDOR'S SIGNATURE A TITLE COMPANY NAME 9 H C� r) h' � H 2 f7 y y �0 ob � O fiyZ M " t" C N C f� zip 7-0 � Hri:� y O C N V = OHO 00 +-i Z to t7 � �C � y «C � fD � K b :$o n 7C O COMPUTERS, etc. CITY OF TAMARAC TAMAR.W, FLORIDA PROPOSAL FORM RFP NO. 81-001 page 34 of 42 ,,Css O M C �0 Z H K 'D "0 n n HO � O 7 G «+ 2 Hy� z .p �A DO ttn gn H > V3 '0 K H A tic yto= -K AinH tvm_ �r PC 7 C • a� H = 03 00 VENDOR'S SIGNATURE i TITLE COMPANY NAME f� tr. Z y r 0 r� E Ln O H Z b � H C n � (tj 2 y Cr C ?+ 3rrq y i3s7 A Z x f7 '•: for C `3 CCS T � 0 rr a '^ C � r v fi a � ,c O tD 'v a � K «3 O fr v r� 0 c2j r� H 0 v on O N COMPUTERS, etc. CITY OF TAMARAC TAMARAC, FLORIDA PROPOSAL FORM RFP NO. 81-001 page 3 of 42 Z R7 O g O H w ' O C 2 Z H K �v �v A A � N GZy �ZyK Z � K � H A t� � T !U K AtJ'H 00 03 t=' 5 CK a �o oilH !b VENDOR'S SIGNATURE i TITLE COMPANY NAME 3 tr O K t*, M y Zr4 y H OZ R. -3 An> �Nr .0 < 0 tr n v cn 4w «� zn •3 C y b� OIV r C 00Z Z O �zi 'U O K M y c� a x K N Col4PUTERS, etc. CITY OF' TAMARAC TAMA .AC, FLORIDA PROPOSAL FORM RFP NO. 61-001 page �6 of 42 co .o p - AAC H 2 H K so C M '^7 %7 Z N !+7 o a�z HHS bz 4 �n H A K z �yplo� to '0 K A . L�0 Rf R1 Z • �r C 5 a� • H S M y N t+0 VENDOR'S SIGNATURE i TITLE COMPANY NAM 0 1 a COMPUTERS, etc. CITY OF TAMARAC TAMAi2A,C, FLORIDA PROPOSAL FORM RFP NO. 81-001 page --j7 of 4 z 'o O g G 3vH AEI A�A N z D H «C 30 C AA ra tt � � O a H z HHz b zy K QO Z wtv r t" G K'z �DbK ao Lnrz 0 K� y t4 K �0 30 HAA QO A H V� z C K gig H 3M !�0 to 'ENDOR' S SIGNATURE i TITLE COMPANY NAME 4 �y COMPUTERS, etc. CITY OF. TAMARAC TAMARAC, FLORIDA PROPOSAL FORM RFP NO. 81- 001 page .18 of 42 ro O 0 � y g z a H K A N R1 Z ;P O a�z Z H R7W «C Z s�A oc z �L+OV ao A t+� w r tb K z L+0 �0 �C 90 1A� A y H tr C `4 N Avg VENDORS SIGNATURE i TITLE COMPANY NANE M 0 S x rn COMPUTERS, etc. CITY OF TAMARAC TAMARXC, FLORIDA PROPOSAL FORM RFP NO. 81-001 page 39 of 42 • Z 'D � O 3v �O�pp '��ti777 NO AO �7 C FF�rr Mpp Z '• O K n� N H tyA F� H 7DI Z n y N N K R7 N 'ENDOR'S SIGNATURE i TITLE COMPANY NAME oc O O -OMPUTERS, etc. -ITY OF'TAMARAC AMARAC,'FLORIDA PROPOSAL FORM RFP NO. 81-001 page 4o Of 42 VENDOR'S SIGNATURE AND TITLE COMPANY NAME C0Pl?u..,:,Ab, e.:c. CITY -.OF TAMARAC TAMARAC, ;LORIDA YKUYu:+iiL r ur.;: _ RFP 81-Onl page 41 Of 42 • cO L+7 (c: CPO to O A 0 w C goH zQ O _ t1 tth O� an HC N N Z C)l 01 �I c Z�0 y y « «t A C S� ��C 0 O t+7 Zy n C n . !0 �c < (mD:op to n r z rio 0 O v -- m 2 �Y, M CCCriPUTER; , etc. CITY RF' 'TAMARAC TAMARA-. FLORIDA PROPOSAL FORM RFP NO. 81-001 page 4_2 of 42 Z 'D O p 'U N - O f� G • H A �v H NZ - O r't OZ y"3 CA ' N n N " Z n t Hj b 1 tb � g� - N C C� o v to l< 01 m �c � «+ 70 0 tv �r0 :1 o �' °v v 03, O y ra VENDOR'S SIGNATURE AND TITLE COMPANY NAME