Res No 228-16-14783RESOLUTION NO:228-16-14783
A Resolution authorizing the City Manager to purchase Check Point
firewall software appliance from Compuquip Technologies,LLC an
authorized reseller of CheckPoint LTD,through a piggyback with the
State of Maryland Contract No.060B2490022-2015.
WHEREAS,the City currently utilizes Barracuda firewall software that has been
analyzed by Miami-Dade County IT who have determined itwillbein the City's interest
to transition to a new firewall protection software;and
WHEREAS,ITis recommending Check Point firewall software for the City which is
the same firewall software deployed throughout Miami-Dade County;and
WHEREAS,the selected firewall will be used to replace the current Barracuda
device and the Check Point firewall provides additional features not supported by the
Barracuda firewall and will also replace the Barracuda Content filter;and
WHEREAS,by installing Check Point the Citywill be on the same firewall
platform as the County and therefore will allow IT to effectively monitor cyber threats to
the City's network and sensitive data;and
WHEREAS,the purchase of Check Point firewall software will be through a
piggyback agreement from the State of Maryland Contract No.060B2490022-2015 for
Hardware and Associated Equipment &Services;and
WHEREAS,the State of Maryland Contract No.060B2490022-2015 was
competitively solicited through a process that meets or exceeds the City's competitive
solicitation process;and
WHEREAS,the cost for the Check Point firewall software will not exceed
$109,683 and will be charged to Account No.301-1340-513-6430.
NOW THEREFORE BEIT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI,FLORIDA;
Section 1.TheCity Manager is authorized to purchase CheckPointfirewall
software appliance from Compuquip Technologies,LLC an authorized reseller ofCheck
Point LTD,through a piggyback with the State of Maryland Contract No.060B2490022-
2015 for an amount not to exceed $109,683.
Section 2.Severability.Ifany section,clause,sentence,or phrase of this
resolution isforany reason heldinvalidor unconstitutional bya court of competent
jurisdiction,this holding shall not affect the validity of the remaining portions of this
resolution.
Page 1 of2
Res.No.228-16-14783
Section3.EffectiveDate:This resolutionshalltakeeffectimmediatelyupon
enactment.
PASSED AND ADOPTED this J_5 day of November ,2016
ATTEST:
READ AN ORM,
CUTION
APPROVED:
MAYOR
COMMISSION VOTE:5-0
Mayor Stoddard:yea
Vice Mayor Welsh:yea
Commissioner Harris:yea
Commissioner Liebman:Yea
Commissioner Edmond:Yea
Page 2 of2
wm;<South'Miami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
To:
From:
Date:
Subject:
Background:
TheHonorableMayor &Membersofthe City Commission
Steven Alexander,City Manager
November 15,2016 Agenda Item No.:
A Resolution authorizing the City Manager to purchase Check Point
firewall software appliance from Compuquip Technologies,LLC an
authorized reseller of Check Point LTD,through a piggyback with the
State of Maryland Contract No.060B2490022-2015.
TheCity currently utilizes Barracuda firewall appliance and software
which has been analyzed by the City's IT provider,Miami-Dade County IT.
IT has determined the current firewall does not provide sufficient
protection against cyber threats to the City's network and sensitive data.
The selected firewallwillbe used to replace the current Barracuda
appliance and software.The Checkpoint firewall provides additional
capacityfor future growthand additional features not supported by the
Barracuda firewallandwillalso replace the Barracuda Content filter.
A brief summary of the additional security features within Check Point is
included below:
•Secure connectivityfor remote endusers(non PD)and business to
business connections.
•Capability to detect andstopcommunicationsofinfected City
systemswithcommandandcontrol malware sites (Bot-Nets).
•Distributed DenialofService protection.Protects the city's
network from excessive external network traffic designed to
disrupt City services.This will not protect the City's website which
is hosted externallyto the City's network andisnot protected bya
City administered firewall.
•Malware/Anti-virus protections for internet surfingand
downloads.
•Internet Content FilteringforCity employees to prevent them
from accessing prohibited sitesand sites hosting malware.
hhTMi:
CITY OF SOUTH MIAMI
C ^i i4-UVlV A\^rv^'i OFFICE OF THE CITY MANAGER
jOUtn iVl IdlTlI INTER-OFFICE MEMORANDUM
THE CITY OF PLEASANT LIVING
By installing Check Point the Citywill be on the same firewall platform as
the County and therefore willallowIT to effectively monitor cyber threats
to the City's network and sensitive data.
The purchase willbe made through a piggyback agreement with
Compuquip Technologies ILC,an authorized reseller of Check Point LTD,
through a State of Maryland agreement "Hardware and Associated
Equipment &Services:Contract No.060B2490022-2015.
Account:The expenditure of$109,683 shall bechargedto the Capital Equipment
account number 301-1340-513-6430,which hasa balance of $110,000
before this request was made.
Attachments:Resolution
Proposal,Check Point
Piggyback Agreement
CONTRACT FOR HARDWARE AND ASSOCIATED EQUIPMENT &SERVICES
TfflS AGREEMENT made and entered into this J£_day 0f November m2Q16 by
and between theCity of South Miami,a Florida municipal Corporation byand through itsCity
Manager (hereinafter referredtoas "City")and Compuquip Technologies.LLC,anauthorized
resellerfor Check Point,LTD anda vendor onthe Hardware and Associated Equipment &
Services Contract through the State of Maryland Contract No,060B2490022-2015.
(hereinafter referred to as "Contractor"^.
WITNESSETH:
WHEREAS,thecontractwas competitively solicitedbythe State of Maryland
pursuant to RFO No,060B2490022-2015.and Contract No.060B2490022-2015 for
Hardware and Associated Equipment &Services,andafter completing a competitive
biddingprocess,awardedacontracttoContractor;and
WHEREAS,the City of SouthMiamidesiresto utilize the State of Maryland
Contract No,060B2490022-2015 for Hardware and Associated Equipment &Services
andpursuanttoauthority of theCity of SouthMiami's Charter.
NOW,THEREFORE,theCityandthe Contractor,eachthroughtheirauthorized
representative/official,agreeasfollows:
1.TheCitydesirestoenterintoa Contract,underthesametermsand
conditionsassetforthinthesolicitationandtheagreementbetweentheContractorandthe
contract for Hardware and Associated Equipment &Services Contract from the State
of Maryland Contract No.060B2490022-2015,
2.TheCityhasreviewedthe contract andagreestothetermsandconditionsto
be applicable toa purchase order tobe issued bytheCity and further agrees tothe fair and
reasonableness ofthe pricing.Contractor hereby agrees toprovidesuchgoods and/or
services,pursuant totheCity's purchase order made during the term ofthis agreement,under
the same price(s),terms and conditions as found inthe solicitation documents and the
response tothe solicitation,pertinent copies of which are attached hereto asAttachmentA
and made a part hereofby reference,and the agreement and/or the award between the,acopy
of which,including any amendments and addendums thereto,is attached hereto and made a
part hereofbyreference.
3.All referencesinthecontractbetweentheContractorandtheState pf Florida
competitively solicited bytheState of Maryland pursuant toRFONo.060B2490022-2015.
and Contract No,060B2490022-201S.for Hardware and Associated Equipment &
Services Contract:and the State of Maryland through RFO No,060B2490022-2015.and
Contract No,060B2490022-2015 andContractor,shallbeassumedtopertainto,andare
binding upon Contractor andtheCityof South Miami.All decisions that are tobe made on
behalf ofthebetween die Contractor andtheState of Florida competitivelysolicitedbythe
State of Maryland pursuant to the Hardware and Associated Equipment &Services
Contract:and the State of Maryland through RFO No.060B2490022-2015.and Contract
No.060B2490022-2015anditsagreementwith Contractor,shallbemadebytheCity
Thomas F.Pcpc -01-11-16
Page1 of6
I
Manager fortheCity of South Miami.Theterm ofthe contract,including allextensions
authorized bythe contract shall not exceed five years.Notwithstanding anything contained
in the ITNand Contract or the Hardware and Associated Equipment &Services
contract andtheState of Maryland through Contract No,060B2490022-2015 tothe
contrary,this agreement shallbe governed bythelaws of theState of Florida andvenuefor
alldispute resolutions or litigation shallbein Miami-Dade County,Florida.
4.Scope of GoodsandServices.The scope of goods and services are set forth
in the attached Attachment A.
5.Contract Price.Thecontractpriceforthegoodandservicesissetforthin
the attached Attachment B.If not otherwise set forth in the Hardware and Associated
Equipment &Services contractandthe State of Maryland through Contract No.
060B2490022-2015 Agreement/Contract the Contractor shallbepaidupondelivery of all
thegoods,thecompletion of alltheservicesandafterfinalinspectionbytheCitythat
approves ofthegoods delivered andthework performed.
6.Grant Funding:ThisprojectisbeingfundedN/Aand Contractor agreesto
complywithallthe requirements ofthat Grant,applicable tothedelivery ofthegoodsand
services that are thesubject ofthisAgreement,andthat are withinitspowertoprovideand
to provide all die documentation withinits control thatis required for theCitytobeableto
recoverthe contract price pursuant totheterms of the grant.Acopy of the grant is attached
heretoandmadeapart hereof byreference.
7)PublicRecords:CONTRACTORandall of its subcontractors are required to
comply withthe public records law (s.l 19.0701)while providing goods and/or services onbehalf
oftheCITY and the CONTRACTOR,under such conditions,shall incorporate this paragraph in
all ofits subcontracts for this Project and shall:(a)Keep and maintain public records required by
the public agency to perform the service;(b)Upon request from the public agency's custodian of
public records,provide die public agency with a copy of the requested records or allow the
records tobe inspected or copied withina reasonable timeatacostthatdoesnotexceedthecost
provided inthis chapter oras otherwise provided by law;(c)Ensure that public records that are
exempt or confidential and exempt from public records disclosure requirements are not disclosed
except as authorized by law for the duration of the Contract term and following completion of the
Contract if CONTRACTOR does not transfer the records to the public agency;and (d)Upon
completion of the Contract,transfer,at no cost,to the public agency all public records in
possession of CONTRACTOR or keep and maintain public records required by the public agency
to perform the service.If CONTRACTOR transfers all public records to the public agency upon
completion of the Contract,CONTRACTOR shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements.If
CONTRACTOR keeps and maintains public records upon completion of the Contract,
CONTRACTOR shall meet all applicable requirements for retaining public records.All records
stored electronically must be provided to the public agency,upon request from the public
agency's custodian of public records,ina format that is compatible with the information
technology systems of the public agency.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119,FLORIDA STATUTES,TO THE CONTRACTORS
ThomasF.Pepe-01-11-16
Page2 of6
2
DUTYTO PROVIDE PUBLIC RECORDS RELATING TO THIS
CONTRACT,CONTACT THE
305-663-6340;E-mail:
South Miami,FL 33143.
8.Waiver Jury TriaH:City and Contractor knowingly,irrevocably voluntarily
and intentionally waiveany right either mayhavetoa trial byjuryin State or Federal
Court proceedings in respect toany action,proceeding,lawsuit or counterclaim arising
out ofthe Contract Documentsorthe performance of theWork thereunder.
9.Validity of Executed Copies:Thisagreementmaybeexecutedinseveral
counterparts,each of whichmaybe construed asan original.
10.Attorneys'Fees and Costs:Intheevent of anylitigationbetweentheparties
arising out of orrelatinginanywaytothisAgreementora breach thereof,eachpartyshall
bearitsowncostsandlegalfees.Nothing contained herein shall preventor prohibit theright
tobeindemnifiedforanyattorneyfees incurred inthedefense of anactionbyapersonor
entitywhoisnotapartytothisAgreement.
11.Severability:Ifanytermorprovision of this Agreement ortheapplication
thereoftoanypersonorcircumstanceshall,toanyextent,beinvalidorunenforceable,the
remainder of thisAgreement,orthe application of suchtermorprovisiontopersonsor
circumstances other than those to which itisheld invalid or unenforceable,shall not be
affectedtherebyandeachtermandprovision ofthis Agreement shallbevalidand
enforceabletothefullest extent permitted bylaw.
IN WITNESS WHEREOF,andastheduly authorized act of the parties,the undersigned
representatives of thepartiesheretohavecausedthisinstrumenttobesignedintheirrespective
namesbytheirproperofficialsonorbeforethedayandyearfirstabovewritten.
Compuquip Technologies,LLC
By:Sa^Iy*],
Ivan Rezvoy Director of Finance
(Typenameandtitle of signatoryabove)
OF PUBLIC RECORDS AT
.gov;6130 Sunset Drive,
Nfiaria M.MefieniezrCMC
City Clerk
CITY OF SOUTETMiAMI
Thomas F.Pepe-01-11-16
Page3 of6
teven Alexander
lty Manager
Read and
Language,
Thei
Thomas F.Pepe^
City Attorney
ThomasF.Pepc-01-11-16
Page4 of6
ATTACHMENT A
CONTRACT FOR HARDWARE AND ASSOCIATED EQUIPMENT&SERVICES
State of Maryland and Compuquip Technologies,LLC
•Contract No.060B2490022-2015,SCOPE OF SERVICES &
•ACTION AGENDA,STATE OF MARYLAND
Thomas F.Pepe-01-11-16
DEPARTMENT OF INFORMATION TECHNOLOGY (DoIT)
Hardware andAssociatedEquipmentandServices
060B2490022-2015
THIS CONTRACT (the "Contract")is made this 2JT day ofZu&bf 20 K%y and between
CompuquipTechnologiesand,on behalf ofthe STATE OF MARYLAND,the MARYLAND
DEPARTMENT OF INFORMATION TECHNOLOGY (DoIT).
IN CONSIDERATION ofthefollowing,the parties agreeasfollows:
1.Definitions
InthisContract,thefollowingwordshavethemeanings indicated.
1.1."COMAR"meanstheCode of Maryland Regulations.
L2.Contract"meansthis contract for Hardware and Associated Equipment andServicesandrelated
installation,training,and maintenance services.Exceptas otherwise provided,any reference to
the Contract shallbedeemedto include reference toa Purchase Order(PO).
1.3."ContractManager"meansthe individual identifiedinSection 1.6 oftheRequestfor Proposals
(RFP),orasuccessor designated bythe Department.
1.4."Contractor"means compuquip Technologies,llc whose principal business address is:
2894 MW 79th ave«,Doral FL 33122 .
1.5."Department"meansthe Department of Information Technology (DoIT).
1.6."eMM"means eMaryland Marketplace.
1.7."Financial Proposal"means the Contractor's financial proposal dated 02/19/16.
1.8."Hardware andAssociatedEquipmentandServices"meansthose services describedinSection2
ofthe RFP.
1.9."Installation"means transferring manufacturer's electronic media to computer systems so that the
Hardware and Associated Equipment andServices will provide the features and functions
generally described in theuser documentation.
1.10."Minority Business Enterprise"(MBE)means an entity meeting the definition at COMAR 21.0
1.02.01B(54),which is certified bythe Maryland Department of Transportation under COMAR
21.11.03.
1.11."Procurement Officer"meansthe person identifiedinSection 1.5 of theRFPora successor
designated bytheDepartment
1.12."Proposal"means,as appropriate,either or both theContractor's Technical orFinancial Proposal.
1.13."Purchase Order"or"PO"means the authorization for Contractor to proceed with delivery of
products and/or anyservices requested viaa PORFP,
1.14."PORFP"means Purchase OrderRequestfor Quotation.
1.15.<cRequesting Agency"means the unit of the State government issuing the PORFP.j
1.16."RFP"means the Request for Proposals for Hardware and Associated Equipment and Services
No.060B2490022-2015 and any amendments thereto issued in writing bythe State.
1.17."Sensitive Data"meansany personally identifiable information (PU),protected health
information(PHI)orotherprivate/confidentialdata.
1.18."Software"meanstheobjectcodeversionofcomputerprogramslicensedpursuanttothis
ContractEmbeddedcode,firmware,internal code,microcode,andanyothertermreferringto
softwarethatisnecessaryforproperoperationisincluded In thisdefinition of Software.
Softwareincludesallprior,current,andfutureversions of theSoftwareandallmaintenance
updatesanderror corrections."Software"alsoincludesanyupgrades,updates,bugfixesor
modifiedversionsorbackupcopies of theSoftwarelicensedtotheStatebyContractororan
authorized distributor.
1.19."State"means theState ofMaryland.
1.20."TechnicalProposal"meanstheContractor'stechnicalproposaldated .
1.21.CapitalizedtermsnotdefinedhereinshallbeascribedthemeaninggiventothemintheRFP.
2.Scope of Contract
2.1.TheContractorshallprovideHardwareandAssociatedEquipmentandServices,installation
and/or training,and/or manufacturer's extendedwarranty,asdescribedinaPORFPorPO,inthe
followingfunctionalarea(s):
FA3-Network Communications Equipment
FA4 -Installation &TrainingServices
2.2.These products and services shallbe provided in accordance withthe terms and conditions ofthis
Contractandthe following Exhibits,whichareattachedand incorporated hereinby reference.If
thereareany inconsistencies between this Contract andthe accompanying Exhibits,thetermsof
thisContractshallcontrol.If thereisanyconflictamongtheExhibits,the following order of
precedenceshallapply:
Exhibit A-The RFP
Exhibit B-The Contract Affidavit dated Q6/21/2016
Exhibit C -TheTechnical Proposal.
Exhibit D -The Financial Proposal
2.3A PORFP mayspecify terms in addition tothe terms specified herein,including warranties,
deliverables,andacceptance test requirements.PORFPs,POs and Reference BPOs maynot limit
theState'srights as provided by law,in this Contract,orintheRFPandmaynot change the
termsof,orconflictwith,thisContractoranyofitsExhibits.
3.Period of Performance
3.1.The Contract shallbefora period of12 years beginning July 5,2016 and ending onNovember
14,2028.
3.2.Audit,confidentiality,document retention,patents,copyright,intellectual property,warranty,and
indemnification obligations underthis Contract andanyother obligations specifically identified
shallsurviveexpirationorterminationoftheContract.
4.Consideration and Payment
4.L Inconsideration ofthesatisfactoryperformance of theContractandanyPORFP and/or PO,the
Statewillpromptlyprocessaproperinvoiceforpaymentinaccordancewiththeterms of this
Contract.
4.2.ThetotalpaymentforproductsandservicesprovidedunderafixedpricePOorthefixedprice
element ofacombinedfixedprice-timeandmaterialsPO,shallbethefirmfixedprice
submittedbythe Contractor initsquotationorproposal submitted in response toaPORFP,
regardless of theactualcosttotheContractor.
4.3.POsthatincludeatimeandmaterialselementshall include a not-to-exceed (NTE)ceilingfor
payments.FortimeandmaterialsPO,orPOswhichincludebothfixedpriceandtimeand
materialselements,totalpaymentstotheContractorforthetimeandmaterialsportionmaynot
exceed the identified PONTE amount.The Contractor shall notifythe Contract Manager,in
writing,atleast60daysbeforetimeandmaterial obligations areexpectedtoreachthePONTE
Amount.TheContractorshallhaveno obligation to perform thetimeandmaterials requirements
underthisContractafterpaymentsreachthePONTEAmountThecessationoftheContractor's
obligation to perform underthis paragraph 4.3is expressly conditioned onthe following:that
priortothePONTEAmount beingreached,the Contractor shall:(i)givethe notice required
underthis paragraph 4.3;(ii)promptly consult withthe Requesting Agency and cooperate ingood
faithwithfee Requesting Agencyto establish aplanof action toassurethatevery reasonable
efforthasbeen undertaken bythe Contractor to complete critical workin progress priortothe
datethePONTE Amount willbe reached;and(iii)secure databases,systems,platformB and/or
applications on which the Contractor is working sothatno damage or vulnerabilities toanyofthe
samewillexistduetoanysuch unfinished work.Anywork performed bythe Contractor in
excess ofPONTEamount without thepriorwritten approval ofthe Contract Manager isatthe
Contractor'sriskof non-payment.
4.4.Invoices shall be submitted as specified ina PORFP.Invoices that contain both fixed price and
timeand material items must clearly identify the items as either fixedpriceortimeand material
billing.EachinvoicemustincludetheContractor'sFederalTaxIdentificationNumber:59-
2189948.The Contractor's eMM identification number is 00029904.Payments tothe Contractor
pursuant tothisContract shall be made nolaterthan 30 days after the Requesting Agency's
receipt ofa proper invoice from the Contractor.Charges for late payment of invoices other than
as prescribed byTitle15,Subtitle 1,oftheStateFinance and Procurement Article,Annotated
Code of Maryland,as from time-to-time amended,are prohibited.The final payment under a
PORFP will notbemade until after certification is received from the Comptroller ofthe State that
all taxes havebeen paid.
4.5.In addition to any other available remedies,if,in the opinion offee Procurement Officer,the
Contractor fails to perform ina satisfactory and timely manner,then Contractor willbe notified
andprovidedatimespecifiedbytheStatetocurethebreach.Iffeebreachisnotcuredwithinthe
time specified within the notification,the Procurement Officer may refuse or limit approval of
any invoice for payment,andmaycause payments tofee Contractor tobereducedor withheld
until such time as the Contractor meets performance standards as established bythe Procurement
Officer.
4.6.PORFPs may specify periodic payments based on deUverables or stages of completion.A
PORFP may further specify thata portion offee payments due willbe withheld until completion
ofthePO.The amount withheld from each payment shall be paid tothe Contractor within thirty
(30)days ofthe State's acceptance of all deliverables required under thePO and receipt from the
Contractor ofa release ina form prescribed bytheState for any claims arising outofor related to
the PORFP.
4.7.Payment of aninvoicebytheStateisnotevidencethat services were rendered as required under
thisContractoranyapplicable PORFP.
5.Patents,Copyrights,Intellectual Property
5.1.Ifthe Contractor furnishes any design,device,material,process,orotheritem,whichiscovered
byapatentorcopyright,orwhichis proprietary tooratradesecret of another,the Contractor
shallobtainthenecessarypermissionorlicensetopermittheStatetousesuchitemoritems.
5.2.Except asprovidedin Section 5.4 of thisContract,theContractoragreesthatalldocumentsand
materials,includingbutnotlimitedto,reports,drawings,studies,specifications,estimates,tests,
maps,photographs,designs,software,graphics,mechanical,artwork,computationsanddata
prepared byorforthe Contractor for purposes of thisContract("WorkProduct")shallbecome
andremainthesoleandexclusiveproperty of theStateandshallbeavailabletotheStateatany
time.TheStateshallhavefeerighttousethesamewithoutrestrictionandwithoutcompensation
tofeeContractorotherthanthatspecificallyprovidedbythis Contract.
5.3.ExceptasprovidedinSection5.4 of thisContract,theContractoragreesthatatalltimesduring
the term of this Contract and thereafter,Work Product shallbe "works made forhire"asfeat term
isinterpretedunderU.S.copyrightlawandshallbeowned by theState.Ownershipincludesfee
righttocopyright,patent,register,andfeeabilitytotransfertheserightsandallinformationused
toformulatesuch Work Product.Inthe event any Work Productisor may notbeconsidereda
workmadeforhireunder applicable law,Contractor assignsandtransferstotheStatetheentire
right,title,and interest inandtoallrightsinfeeWork Product andany registrations and
copyrightapplications relatingthereto andany renewals andextensions thereof.Contractor shall
executealldocumentsandperformsuchotherproperactsastheStatemaydeemnecessaryto
secureforittherightspursuanttothissection.
5.4.Notwithstandinganythingtofee contrary inthis Contract,tofeeextent(i)feeWorkProduct
incorporates any commercial-off-the shelf software (COTS)and/or any Pre-Existing Intellectual
Property or(ii)anyCOTS and/or Pre-Existing Intellectual Property (other thana computer's
operating system,supported internet browser,browser accessibility software or hardware if
needed by fee user,and software required to access a commonly-available data transmission tool
or export format)is required to access,install,build,compile or otherwise usetheWork Product
(such COTSandPre-Existing Intellectual Property individually and collectively referred to herein
as "Third-party Intellectual Property,"which shall bethesole property of Contractor orits third-
party licensors,as applicable),Contractor hereby grants tothe State,onbehalfof itselfand any
third-party licensors,a royalty-free,paid-up,non-exclusive,unrestricted,unconditional,
irrevocable,worldwiderightand license,withtherighttouse,execute,reproduce,display,
perform,distribute copies of internally,modify and prepare derivative works based upon,such
Third-party Intellectual Property asmaybe necessary for the State tousefeeWork Product for
fee purposes for which such Work Product was designed and intended."Pre-Existing Intellectual
Property5'means anyprogram,utility ortool owned by Contractor orits third-party licensors that
was created by Contractor orits third-party licensors independently from its performance ofthis
Contract andnotsolelyusingfundsfromthis Contract.
5.5.Subject totheterms of Section 6,Contractor shall defend,indemnify,and hold harmless fee
State,including,butnot limited to,the Department or Requesting Agencyandits agents,officers,
and employees,from and against any and all claims,costs,losses,damages,liabilities,judgments
andexpenses (including without limitation reasonable attorneys'fees)arising outoforin
connectionwithanyclaimtheWork Product orany Third-party Intellectual Property infringes,
misappropriates or otherwise violates any Third-party Intellectual Property rights.Contractor
shall notenterintoany settlement involvingthird party claims that contains any admission of or
stipulation toany guilt,fault,liability orwrongdoing bythe State orthat adversely affects the
State's rights or interests,without the State's prior written consent,which consent maybe
withheld in fee State's sole and absolute discretion.
5.6.Except ifContractor haspre-existingknowledge of suchinfringement,Contractor'sobligations
underthissectionwillnotapplytotheextentanyThird-partyIntellectual Propertyinfringes,
misappropriates orotherwiseviolatesanythirdpartyintellectualrightsasaresult of
modifications made byfee State in violation ofthe license granted to fee State pursuant toSection
5.4;providedthatsuchinfringement,misappropriation orviolationwouldnothaveoccurred
absent such modification.
5.7.Without limitingContractor'sobligationsunderSection 5.5,if all oranypart ofthe Work
Product oranyThird Party Intellectual Property isheld,or Contractor ortheState reasonably
determines feat itcouldbeheld,to infringe,misappropriate or otherwise violateanythirdparty
intellectualpropertyright,Contractor (after consultation wifefeeStateandatnocosttothe
State):(a)shall procure fortheStatetherightto continue usingtheitemorservicein accordance
wifeitsrightsunderthis Contract;(b)replace feeitemorservicewifeanitemthatdoesnot
infringe,misappropriate or otherwise violateany third party intellectual property rights and,in
feeState'ssoleandabsolute determination,complieswiththeitem's specifications asdefinedin
this Contract,andallrights of use and/or ownership set forth inthis Contract;or(c)modifythe
itemor service sothatitno longer infringes,misappropriates or otherwise violates anythirdparty
intellectual property right and,inthe State's sole and absolute determination,complies withthe
item's specifications and all rights ofuse and/or ownership set forth inthisContract
5.8.Except for anyPre-Existing Intellectual Property andThird-Party Intellectual Property,
Contractor shall not acquire any right,title,or interest (including any intellectual property rights
subsisting therein)inortoany goods,Software,technical information,specifications,drawings,
records,documentation,data oranyothermaterials (including any derivative works thereof)
provided by fee State tofee Contractor.Notwithstanding anything to the contrary herein,fee State
may,inits sole and absolute discretion,grant the Contractor a license to such materials,subject to
the terms of a PORFP executed bythe Contractor and an authorized representative of the State.
5.9.Wifeoutlimiting fee generaHty ofthe foregoing,neifeer Contractornor any of its subcontractors
shall useany Software or technology ina manner that will cause any patents,copyrights,or other
intellectual property which are owned orcontrolled by fee State orany ofits affiliates (or for
which the State orany ofits subcontractors has received license rights)to become subject to any
encumbrance or terms and conditions ofanythird-party or open source license (including,
without limitation,anyopen source license listed on
http://www.opensource.org/licenses/alphabetical)(each an "Open Source License").These
restrictions,limitations,exclusions and conditions shall apply even if fee State orany ofits
subcontractors becomes aware ofor fails to act ina manner to address any violation or failure to
complytherewith.Noactby fee State oranyofits subcontractors that is undertaken under this
Contract as to any Software ortechnology shall be construed as intending to cause any patents,
copyrights orother intellectual property that are owned orcontrolled bythe State (or for which
fee State has received license rights)to become subject toanyencumbrance or terms and
conditions ofanyOpenSourceLicense.
5.10.The Contractor shall report to fee Department or Requesting Agency,promptly and in written
detail,each notice or claim of copyright infringement received by fee Contractor with respect to
all Work Product delivered underthisContract.
5.1L This Section 5shallsurvive expiration or termination ofthis Contract.
6.Indemnification
6.1.In addition to Contractor's indemnification obUgations described in Section 5,Contractor shall
indemnify,defend,and hold fee State,its directors,officers,employees and agents harmless from
liability for fee following conduct arising from or relating to the performance ofthe Contractor or
10
its subcontractors under this Contract:(a)tangible property damage,bodily injury and death,to
theextentcausedbyorcontributedtoby Contractor orits subcontractors and(b)fraudorwillful
misconduct of Contractor or its subcontractors.Such indemnification shah include all related
defensecostsandexpensesattributabletofeeclaims of thirdparties,including,butnotlimitedto,
reasonable attorneys'feesandcostsof investigation,Utigation,settlement,judgments,interest
andpenalties.
6.2UponfeeState'srequestof indemnification underSection5or6,Contractorshallbeentitledto
controlfeedefenseorsettlement of feerelevantclaimwithcounselreasonablysatisfactorytofee
State.TheStatewill:(a)providereasonablecooperationtoContractorinconnectionwifethe
defenseor settlement of theclaim,at Contractor's expense;and(b)be entitled to participate in
feedefense oftheclaim,atitsownexpense.
6.3.TheStatehasnoobligationto provide legalcounselordefensetothe Contractor orits
subcontractorsintheeventthatasuit,claimoractionofanycharacterisbroughtbyanyperson
notpartytothis Contract againsttheContractororitssubcontractorsasaresultoforrelatingto
theContractor's obligations under this Contract
6.4.TheStatehasnoobligationforfeepayment of anyjudgmentsorfee settlement ofanyclaims
againsttheContractororitssubcontractorsasaresult oforrelatingtofeeContractor'sobligations
under this Contract.
6.5.Tofeeextentpermittedbyapplicablelaw,theContractorshallimmediatelynotifythe
ProcurementOfficer of anyclaimorsuitmadeorfiledagainstfee Contractor orits
subcontractors regardinganymatter resulting fromorrelatingtofeeContractor's obligations
underfeeContract,andwillcooperate,assist,andconsultwiththeStateinfeedefenseor
investigation of anythirdpartyclaim,suit,oractionmade orfiledagainstfeeStateasaresultof
orrelatingtotheContractor'sperformanceunderthisContract.
6.6.ThisSection6shallsurviveexpirationorterminationofthis Contract
7-Limitations of Liability
Contractor shallbeliableforanylossor damage totheStateoccasionedbytheactsor omissions
of Contractor,its subcontractors,agents or employees,including butnotlimitedto personal
injury;physical loss;or violations of the Patents,Copyrights,Intellectual Property sections of this
Contract,as follows:
7.1.For infringement of patents,trademarks,trade secrets and copyrights as provided in
Section5 ("Patents,Copyrights,Intellectual Property")ofthis Contract;
7.2.Wifeout limitation,for damages forbodilyinjury(includingdeath)anddamageto
realpropertyandtangible personal property;and
7.3.Forallotherclaims,damages,loss,costs,expenses,suits,oractionsinanyway
relatedtothisContract where liability isnot otherwise setforthasbeing"wifeout
limitation,"and regardless offee basis on which theclaimis made,Contractor's
liability shall not exceed one (1)time the total amount ofthe PORFP outof which the
claimarises;provided however,theStatemay,initssole discretion,decrease fee
ceiling established hereunder in any PORFP issued pursuant tothis RFP.Third-party
claims arising under Section 6 ("Indemnification")ofthis Contract are included in
thislimitationofliabilityonlyiftheStateis immune from UabiUty.Contractor's
liability for third-party claims arising under Section 6ofthis Contract shallbe
unlimitediftheStateisnot immune from UabiUty forclaimsarisingunderSection6.
7.4.Innoeventshallthe existence ofa subcontract operatetoreleaseorreducethe
UabiUty of Contractor hereunder.For purposes ofthis Contract,Contractor agrees
II
thatall Subcontractors shallbeheldtobeagentsofContractor.
8.Prompt Pay Requirements
8.1.IffeeContractorwithholds paymentofan undisputed amounttoits subcontractor,theState,atits
optionandinitssolediscretion,maytakeoneormoreofthefollowingactions:
(a)Notprocessfurther payments to the Contractor until payment tofee subcontractor isverified;
(b)Suspendallorsome of theContractworkwifeoutaffectingfeecompletiondate(s)forfee
Contract work;
(c)Payorcause payment of theundisputedamounttothesubcontractorfrommonies otherwise
dueorfeatmaybecomeduetotheContractor;
(d)Placeapaymentforanundisputed amount inan interest-bearing escrow account;
(e)DefaultContractorforfailingtoperforminaccordancewithfeerequirementtopromptlypay
subcontractors;or
(f)Takeotherorfurtheractionsasappropriatetoresolvethewithheld payment
8.2.An"undisputedamount"meansanamountowedbytheContractortoasubcontractorforwhich
thereisnogoodfaith dispute.Such "undisputed amounts"include(a)retainagewhichhadbeen
withheldandis,bytheterms of the agreement betweenfeeContractorandsubcontractor,dueto
be distributed tothe subcontractor and(b)anamountwithheld because ofissuesarisingoutofan
agreementoroccurrenceunrelatedtofeeagreementunderwhichfeeamountiswithheld.
8.3.Anact,failuretoact,or decision ofa Procurement Officerora representative offeeDepartment
or Requesting Agency concerning a withheld paymentbetween the Contractor and subcontractor
underthisContract,maynot:
(a)Affect therightsofthe contracting parties underanyotherprovision oflaw;
(b)Be used as evidence onthe merits ofa dispute between fee Department or Requesting Agency
andtheContractorinanyother proceeding;or
(c)Result in UabiUty against or prejudice the rights of the Department or Requesting Agency.
8.4The remedies enumerated above arein addition tothose provided under COMAR 21.11.03.13
with respect to subcontractors that have contracted pursuant tothe Minority Business Enterprise
program.
9.Risk of Loss;Transfer of Title
Risk of loss for conforming suppUes,equipment and materials specified as deUverables to fee State
hereunder shallremain withthe Contractor until fee supplies,equipment,materials andother
deliverables are received and accepted by fee State,Title ofall such deUverables passes tothe State
uponacceptancebytheState.
10*Source Code Escrow
SourceCodeEscrowisnotrequiredforthis Contract.
11.Loss of Data
Infee event oflossofany State dataor records where such loss isduetothe intentional act,omission,
or negUgence ofthe Contractor oranyofits subcontractors or agents,the Contractor shallbe
responsible for recreating such lostdata inthemanner and onthe schedule setbythe Contract
Manager.The Contractor shaU ensure thatall data is backed up and is recoverable bythe Contractor.
In accordance with prevailing federal or state law or regulations,the Contractor shaU report the loss
12
ofnon-pubUc dataasdirectedin Section 16.17.
12*Markings
TheContractorshallnotaffix(orpermitanythirdpartytoaffix),withoutfeeDepartmentor
Requesting Agency's consent,any restrictive markings uponanyWorkProductandifsuchmarkings
are affixed,theDepartmentor Requesting Agency shallhavetherightatanytimeto modify,remove,
obUterate,orignoresuchwarnings.
13.Exclusive Use and Ownership
ContractorshaUnotuse,sell,sub-lease,assign,give,orotherwisetransfertoanythirdpartyanyofeer
informationormaterialprovidedtoContractorbyfeeDepartmentor Requesting Agencyor
developedbyContractorrelatingtofee Contract,exceptfeatContractormayprovidesaidinformation
toany of itsofficers,employeesandsubcontractorswhoContractorrequirestohavesaidinformation
forfulfillment of Contractor'sobligations hereunder.Eachofficer,employeeand/orsubcontractorto
whomany of feeDepartmentorRequestingAgency'sconfidentialinformationistobedisclosedshaU
beadvisedbyContractorofandboundbyfee confidentiality and inteUectual propertytermsofthis
Contract.
14.Notification of Legal Requests
TheContractor shall contacttheStateuponreceiptofanyelectronic discovery,litigationholds,
discovery searches andexpert testimonies relatedtothe State's data under thisContract,orwhichin
anywaymightreasonablyrequireaccesstothedataoffeeState,unlessprohibitedbylawfrom
providingsuchnotice.TheContractorshallnotrespondtosubpoenas,service ofprocessandother
legalrequestsrelatedtotheStatewithoutfirstnotifyingtheState,unlessprohibitedbylawfrom
providingsuchnotice.
15.Effect of Contractor Bankruptcy
AU rightsandlicensesgrantedbytheContractorunderthisContractare arid shallbedeemedtobe
rightsandUcensesto"intellectualproperty,"andthesubjectmatter of thisContract,including
services,isandshallbedeemedtobe"embodiments of intellectual property"forpurposes ofandas
suchtermsareusedandinterpretedunder§365(n)oftheUnitedStatesBankruptcyCode("Code")
(11 U.S.C.§365(n)(2010)).TheStatehastherighttoexerciseallrightsandelectionsunderthe
Codeandallofeerapplicablebankruptcy,insolvency andsimilarlawswithrespecttothisContract
(including aU executorystatement of works).Without limitingthe generaUty ofthe foregoing,iffee
Contractororitsestatebecomessubjecttoanybankruptcyorsimilarproceeding:(a)subjecttofee
State'srightsofelection,allrightsand licenses grantedtotheStateunderthisContractshallcontinue
subjecttothe respective termsand conditions ofthis Contract;and(b)theStateshallbeentitledtoa
complete dupUcate of(or complete accessto,as appropriate)allsuchintellectualpropertyand
embodiments of inteUectual property,andthe same,ifnotalreadyintheState'spossession,shaU be
promptly delivered tothe State,unlessthe Contractor elects toanddoesinfact continue to perform
all of itsobUgationsunderthisContract.
16.Confidentiality
SubjecttotheMarylandPublicInformationActandanyotherapplicablelaws,aU confidential or
proprietary information and documentation relating toeitherparty (including without limitation,any
informationordatastoredwithinfeeContractor'scomputersystems)shaUbeheldinabsolute
confidencebyfeeotherparty.Eachparty shaU,however,bepermittedtodiscloserelevant
confidential informationtoitsofficers,agentsand employees totheextentthatsuchdisclosureis
necessaryfortheperformanceoftheirdutiesunderthisContract,providedthedatamaybecollected,
used,disclosed,storedanddisseminatedonlyasprovidedbyandconsistentwithfeelaw.The
13
provisions ofthissectionshallnot apply to information that(a)is lawfuUy inthepublic domain;(b)
has been independently develop
already in the possession ofsuchparty;(d)wassupplied to such party bya third partylawfuUy in
possession thereofand lejgaUy peririitted to further diisclosethe irrformation;or(e)whichsuchpartyis
required to disclose bylaw.This Section shall survive expiration or termination of fee Contract.
17.Parent Company Guarantee K^il^ili^
._...b^r*y guarantees absolutely fee full,prompt an^
0"ofall theterms,conditions and Obligations cpntaiiied in this Contract,performance by
asitmaybe amended from time to,time,including ahy and aU exhibits thatare nowormay become
incorporated hereunto,and other obUgations of every nature and kindfeat now ormayin the future
arise out of or in connectionwith this Contract;including any arid all finanpial cdmrnitm,entSi
nhiioAtions and liflhUities.'-'M^Mfrtii^fe^^mav not transfer this absolobligationsandliabilities.1may not fransfer this absolute
guaranty toanyother person orentity Withouttheprior expresswrittenapproval of fee State,which
approval fee iState rnay fflant^ifehotdj or qualify in its sole and absolute subjective discretion.
wfetfttiffi^^feattfthe State brings any claim,action,suit
or proceeding against 'IJBKil^^may be named as a
party,in its capacityas Absolute(foar^uitor.
18.General Terms and Conditions
Unless ofeerwise noted,fee Generiai TermsandConditions airei mandatoryContractTerms andcannot
and wiU not be revised.
18.1.Pre-Existing Regulations
Inaccordancewith the provisions of Section 11-206 of the StateFinanceandProcurement
Article,Annotated Code ofMaryland,fee regulations setforthinTitle 21 of the Code of
Maryland Regulations (COMAR 21)in effect onfee date of execution ofthis Contract are
applicable tothis Contract.
18.2.Maryland Law Prevails
Thi$Contract shall be construed,interpreted,and enforced according tofeelaws of the State
ofMaryland.The Maryland Uniform Computer Information Transactions Act (Commercial
LawArticle^Title 22of fee Annotated Code of Maryland)does not apply to this Contract,fee
Software,orany Software Ucense acquired hereunder.Anyandall references to the
AnnotatedCode 6f MarylandcontainedinthisContractshallbeconstruedtoreferto such
Code sections as from time to time amended.
18.3.Multi-year Contracts Contingent Upon Appropriations
Ifthe General Assembly fails to appropriate funds or if fundsarenot otherwise made
available for continued performance foranyfiscal period ofthis Contract succeeding fee first
fiscal period,this Contract shall be canceled autbmaticaUy asofthe beg^imihg ofthe fiscal
yearforwhich funds werenot appropriated or otherwise madeavailable;provided,however,
thatthiswillnotaffecteitherthe State'srights or fee Contractor's rights under any
terminationclauseinthisContract.The effect of termination of feeContracthereunderwiU
beto discharge bothfee Contractor and the State of Maryland from future performance ofthe
Contract,butnotfrpin their tightsand obUgations existingatfeetime of termination.The
Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred
butnot amortized in fee price pfthe Contract The State shall notify the Contractor as soon as
ithas knowledge that funds may hotbe available forthe continuation ofthisContact for
each succeeding fiscal periodbeyondthe first.
14
18.4.Cost and Price Certification
The Contractor,bysubmittingcostorpriceinformationcertifies feat,tothebest of its
knowledge,feeinformationsubmittedis accurate,complete,andcurrentas of amutually
determinedspecifieddatepriortotheconclusion of anypricediscussionsor negotiations.
Thepriceunderthis Contract (including anyPO)andanychangeorderormodification
hereunder,includingprofitorfee,shallbe adjustedtoexcludeanysignificantprice increases
occurringbecause the Contractor furnished costorpriceinformationwhich,as of feedate
agreed uponbetweenthe parties,was inaccurate,incomplete,ornot current.
18.5.Contract Modifications
TheProcurementOfficermay,atanytime,bywrittenorder,makechangesinfeework
withinthegeneralscope ofthe ContractoraPO.Nootherorder,statementorconduct of fee
Procurement Officer oranyofeerpersonshaUbetreatedasachangeorentitlefeeContractor
toanequitableadjustmentunderthissection.ExceptasotherwiseprovidedinthisContract,
if anychangeunderthissectioncausesanincreaseordecreaseinfeeContractor'scostof,or
thetime required for,the performance of anypart of feework,anequitableadjustmentinfee
Contractprice shaU bemadeandtheContractmodifiedinwritingaccordingly.Pursuantto
COMAR 21.10.04,feeContractormustassertinwritingitsrighttoanadjustmentunderthis
sectionandshallincludeawrittenstatementsettingforthfeenatureandcost of suchclaim.
Noclaimbythe Contractor shallbeallowedif asserted afterfinalpaymentunderthis
Contract.Failure toagreetoanadjustmentunderthissectionshallbeadisputeunderSection
18.8,Disputes.NothinginthissectionshaU excusethe Contractor from proceeding withthe
Contractaschanged.
18.6.Termination for Default
If fee Contractor fails tofulfillits obUgations underthisContractproperlyandontime,or
ofeerwiseviolates any provision of fee Contract,feeStatemay terminate fee Contract by
writtennoticetothe Contractor.Thenotice shaU specifytheactsoromissionsrelieduponas
causefor termination.All finished orunfinishedworkprovidedbythe Contractor shaU,atfee
State's option,become fee State's property.The State of Maryland shaU payfee Contractor
fair andequitable compensation for satisfactory performance prior to receipt of notice of
termination,lessfeeamount of damages causedbythe Contractor's breach.Ifthe damages
are more than fee compensation payable tothe Contractor,the Contractor will remain liable
aftertermination andfeeStatecan affirmatively collectdamages.Termination hereunder,
including thetermination ofthe rights and obligations ofthe parties,shall be governed bythe
provisions ofCOMAR 21.07.01.1 IB.
18.7.Termination for Convenience
The performance of work under this Contract may beterminated by the State in accordance
withthis clause inwhole,orfromtimetotimein part,wheneverfeeState shall determine feat
suchterminationisinthebestinterest oftheState.TheStatewillpay aU reasonablecosts
associated withthis Contract thatthe Contractor has incurred upto the date oftermination,
andallreasonablecostsassociated with termination of feeContract.However,theContractor
shall notbe reimbursed for any anticipatory profits that havenotbeen earned uptothe date of
termination.Termination hereunder,including the determination of fee rights and obUgations
of fee parties,shall be governed by fee provisions of COMAR 21.07.01.12A(2).
18.8.Disputes
This Contract shall be subject tothe provisions ofTitle 15,Subtitle 2,ofthe State Finance
15
and Procurement Article of feeAnnotatedCode ofMaryland,asfromtimetotimeamended,
and COMAR 21,10 (Administrativeand CivU Remedies).Pendingresolution of aclaim,the
Contractor shallproceeddiUgently withfee performance oftheContractin accordance with
fee Procurement Officers decision.Unless a lesser periodis provided by applicable statute,
regulation,ortheContract,feeContractormustfileawrittennotice of claimwiththe
Procurement Officerwithin30daysafterfeebasisfortheclaimisknownorshouldhave
beenknown,whicheveris eariier.Contemporaneously withorwithin30days of feefiling of
anotice ofclaim,butnolaterthanfeedate of final paymentunderthe Contract,the
ContractormustsubmittofeeProcurementOfficeritswrittenclaimcontainingthe
informationspecifiedin COMAR 21.10.04.02.
18.9.Living Wage
If a Contractor subjecttotheLivingWagelawfailstosubmitallrecordsrequiredunder
COMAR 21.11.10.05 totheCommissioner ofLaborandIndustryattheDepartment of Labor,
LicensingandRegulation,theDepartmentorRequesting Agency may withholdpayment of
anyinvoiceor retainage.The Department orRequestingAgencymayrequire certification
fromtheCommissionerona quarterly basisthatsuch records wereproperlysubmitted.
18.10.Non-Hiring of Employees
Noofficialoremployee of feeState ofMaryland,asdefinedunderGeneralProvisions
Article,§5-101,AnnotatedCodeof Maryland,whosedutiesassuchofficialor employee
include matters relating toor affecting thesubjectmatterofthis Contract,shaU during the
pendency and term ofthis Contract andwhile serving asanofficialor employee ofthe State
becomeorbean employee offee Contractor oranyentitythatisa subcontractor onthis
Contract.
18.11.Nondiscriminationin Employment
The Contractor agrees:(a)notto discriminate in any manner against anemployee or
applicant foremployment because ofrace,color,religion,creed,age,sex,marital status,
national origin,sexual orientation,sexual identity,ancestry,ordisabiUty ofa qualified person
wifea disabiUty,sexual orientation,oranyotherwise unlawful useof characteristics;(b)to
include a provision similar to feat contained in subsection (a),above,inanyunderlying
subcontract except a subcontract for standard commercial supplies or raw materials;and (c)
to post and to cause subcontractors to post in conspicuous places available to employees and
applicants for employment,notices setting forth fee substance ofthis clause.
18.12.Commercial Non-Discrimination
18.12.1.Asa condition of entering into this Contract,Contractor represents and warrants that
it wiU comply with the State's Commercial Nondiscrimination PoUcy,as described
underTitle 19 of feeStateFinanceandProcurementArticle of theAnnotatedCode
of Maryland.As part of such compUance,Contractor maynot fescriminate onthe
basis of race,color,reUgion,ancestry,national origin,sex,age,marital status,sexual
orientation,sexual identity,disability,or other unlawful forms ofdiscrimination in
fee solicitation,selection,hiring,orcommercial treatment of subcontractors,vendors,
suppliers,orcommercial customers,nor shall Contractor retaUate against any person
for reporting instances of such discrimination.Contractor shaU provide equal
opportunity for subcontractors,vendors,and suppUers to participate inall of its
public sector and private sector subcontracting and supply opportunities,provided
that this clause does not prohibit orlimitlawful efforts to remedy the effects of
marketplace discrimination that have occurred or are occurring in the marketplace.
16
Contractor understands that a material violation of this clause shall be considered a
materialbreachofthisAgreementandmayresultinterminationofthisContract,
disquaUfication of Contractor from participating inState contracts,orofeer sanctions.
Thisclauseisnot enforceable byorforthebenefitof,andcreatesno obligation to,
anythirdparty.
18.12.2.Asaconditionofenteringintofeis Contract,uponfeerequest of fee Commission on
CivilRights,andonlyafterfeefilingofacomplaintagainstContractorunderTitle19
of feeStateFinanceand Procurement Articleof fee Annotated Codeof Maryland,as
amendedfromtimetotime,Contractoragreestoprovidewithin60daysafterthe
requestacompleteUst ofthenames of aUsubcontractors,vendors,and suppUers that
Contractorhasusedinthepastfour(4)yearsonany of itscontractsfeatwere
undertakenwithinfeeStateof Maryland,includingthetotaldoUaramountpaidby
Contractor oneach subcontract orsupply contract,Contractor furtheragreesto
cooperateinanyinvestigationconductedbytheStatepursuanttofeeState's
Commercial Nonfescrimination Policyassetforth under Title 19 of theState Finance
andProcurementArticle of feeAnnotatedCode ofMaryland,andtoprovideany
documentsrelevanttoanyinvestigationthatarerequestedbyfeeState.Contractor
understandsfeatviolation of thisclauseisa material breach of this Contract and may
resultinContracttermination,disqualificationbytheStatefromparticipatinginState
contracts,and ofeer sanctions.
18.13.Subcontracting and Assignment
TheContractormaynotsubcontractanyportionoffeeproductsorservicesprovidedunder
this Contractwifeout obtainingfeepriorwrittenapproval offee Procurement Officer,nor
mayfeeContractorassignthisContractoranyofitsrightsorobligationshereunder,wifeout
feepriorwrittenapprovaloftheState.Anysuchapprovals shaU beatfeeState'ssoleand
absolutediscretion.Anysuchsubcontractorassignmentshallincludetheterms of this
Contractandanyothertermsand conditions thattheStatedeemsnecessarytoprotectits
interests.TheState shaU notbe responsible forthefulfillmentoftheContractor's obUgations
toanysubcontractors.
18.14.Minority Business Enterprise Participation
18.14.1.Establishment of GoalandSubgoals.
MBE subcontractor participation goaland subgoals havebeen established forthis
procurement as described in section 1.24offee RFP.
18.14.2.LiquidatedDamages
18.14.2.1.This Contract requires fee Contractor tomake good faith efforts to comply with
feeMBEProgramandContractprovisions.TheStateandthe Contractor
acknowledge and agree thatthe State wiU incur damages,including butnot
limited tolossof goodwiU,detrimental impacton economic development,and
diversion of internal staffresources,iftheContractordoesnotmakegoodfaith
effortsto comply withfee requirements of theMBEProgramandMBE
Contract provisions.The parties further acknowledge andagreefeatthe
damages fee State might reasonably be anticipated to accrue asa result ofsuch
lackof comptiance are difficult to ascertain with precision.
18.14.2.2.Therefore,upona determination byfeeStatefeatthe Contractor failedtomake
goodfaitheffortstocomplywithoneormoreofthespecifiedMBE Program
requirements or Contract provisions,the Contractor agrees topay liquidated
17
damagestotheStateatfeeratessetforthbelow.TheContractorexpressly
agreesthattheStatemaywithholdpaymentonanyinvoicesasaset-off against
liquidateddamagesowed.TheContractorfurtheragreesthatforeach specified
violation,feeagreedupon liquidated damagesarereasonablyproximateto the
losstheStateisanticipatedtoincurasaresult of suchviolation.
i.FaUure tosubmiteach monthly paymentreportinfull compliance with
COMAR 2L11.03.13B (3):an amount ner riav established at the
PORFP level perdayuntilthemonthlyreportissubmittedasrequired.
ii.FailuretoincludeinitsagreementswithMBEsubcontractorsaprovision
requiringsubmissionofpaymentreportsinfullcompliancewith
COMAR 21.11.03.13B (4);an amount ner dav established atthe
PORFP level per MBE subcontractor.
iii.Failureto comply wife COMAR 21.11.03.12 in terminating,canceUng,
orchangingthescope ofwork/valueofacontractwithanMBE
subcontractor and/or amendment oftheMBEparticipation schedule:fee
difference betweenfeedollarvalueoffeeMBE participation
commitment ontheMBE participation scheduleforfeatspecificMBE
firmandfee doUar valueofthework performed bythatMBEfirmforfee
contract.
iv.Failuretomeetfee Contractor's totalMBE participation goalandsub
goal commitments:the difference between the dollar value ofthetotal
MBE participation commitment ontheMBE participation scheduleand
theMBE participation actuaUy achieved.
v.Failuretopromptlypay aU undisputed amountstoanMBE subcontractor
in full compliance withfee prompt payment provisions ofthis Contract:
an amount nerday established at the PORFP levelperdayuntilfee
undisputed amount duetofeeMBEsubcontractor is paid.
Notwithstanding feeuseof Uquidated damages,fee State reserves therightto
terminate fee Contract and exercise aU ofeer rights andremedies provided in
theContractorbylaw.
18.14.3.MBEPromptPay Requirements
18.14.3.L To ensure compUance with certifiedMBE subcontract participation goals,the
Department or Agency may,consistent wife COMAR 21.11.03.13,take fee
foUowing measures:
A)Verify feat fee certified MBEs Usted infee MBE participation
schedule actually are performing work andreceiving compensation
asset forth in fee MBE participation schedule.This verification may
include,as appropriate:
(1)Inspecting any relevant records offee Contractor;
(2)Inspecting thejobsite;and
(3)Interviewingsubcontractorsandworkers.
(4)Verification shall include a review of:
(a)The Contractor's monthly report Usting unpaid
invoicesover30daysoldfromcertifiedMBE
subcontractors andthereasonfor nonpayment;and
18
(b)Themonthlyreport of each certified MBE
subcontractor,whichlistspaymentsreceivedfrom
theContractorinfeepreceding30daysandinvoices
forwhichfeesubcontractorhas not beenpaid.
B)IftheDepartmentorAgencydeterminesfeatfeeContractorisnotin
compUancewithcertifiedMBEparticipationgoals,thenfee
DepartmentorAgencywiUnotifytheContractorinwriting of its
findings,andwillrequiretheContractortotakeappropriate
corrective action.Correctiveactionmayinclude,butisnotlimited
to,requiringthe Contractor to compensate fee MBE for work
performedassetforthintheMBEparticipationschedule.
C)If feeDepartmentorAgencydeterminesfeattheContractorisin
materialnoncompliancewithMBEContractprovisionsandrefuses
orfailstotake the correctiveactionfeatfee Department or Agency
requires,thenfeeDepartmentorAgencymay:
(1)Terminate the Contract;
(2)ReferthemattertofeeOfficeoffeeAttorneyGeneral
forappropriateaction;or
(3)Initiate anyofeerspecificremedyidentifiedbythis
Contract.
18.14.3.2.Uponcompletionofthe contract,butbeforefinalpaymentorreleaseof
retainageor both,feeContractorshallsubmitafinalreport,inaffidavitform
underfeepenaltyofperjury,ofallpaymentsmadeto,orwithheldfromMBE
subcontractors.
18.15.Insurance Requirements
TheContractorshallmaintain workers'compensation coverage,propertyandcasualtyand
anyofeer insurance as required infeeRFP.The minimum limits ofsuch poUcies mustmeet
any minimum requirements established by law andthe limits of insurance required bythe
RFP,and shall cover losses resulting from or arising outof Contractor action or inaction in
the performance of services underfee Contract byfee Contractor,its agents,servants,
employees or subcontractors.Effective no later than the date of execution ofthe Contract,
andcontinuing forthe duration ofthe Contract term,and any applicable renewal periods,the
Contractor shall maintain such insurance coverage andshallreportsuch insurance annually or
upon Contract renewal,whichever is earlier,to theProcurement Officer.The Contractor is
required tonotify the Procurement Officer in writing,if policies are cancelled ornotrenewed
5 days of learning of such cancellation and/or nonrenewal.Certificates of insurance
evidencing this coverage shall be provided within five (5)days of notice of recommended
award.AU insurance poUcies shaU be issued bya company properly authorized todo business
infee State of Maryland.The State shall be named asan additional named insured onthe
property and casualty policy andas required inthe RFP.
18.16.Veteran Owned Small Business Enterprise Participation
ThereisnoVSBE subcontractor participation goalforfeis procurement.
18.17.Security Requirements and Incident Response
The Contractor agrees to abide by aU applicable federal,State and local laws concerning
19
informationsecurityandcomplywithcurrentStateand Department of Information
Technologyinformationsecuritypolicy,currentlyfoundat
http://doit.marvland.gov/Publications/DolTSecuritvPolicv.pdf.Contractor shaU limitaccess
toandpossession ofSensitiveDatatoonly employees whose responsibilities reasonably
requiresuchaccessorpossessionandshalltrainsuchemployeesonthe ConfidentiaUty
obligationssetforthherein.ThisSection18shallsurviveexpirationortenninationofthis
Contract.
18.18.Suspension of Work
The Procurement OfficerunilaterallymayordertheContractorinwritingtosuspend,delay,
orinterruptaUoranypart of itsperformanceforsuchperiodoftimeastheProcurement
Officermaydeterminetobeappropriateforthe convenience oftheState.
18.19.Nonvisual Accessibility Warranty
18.19.1.TheContractorwarrantsthatfeeinformationtechnologytobeprovidedunderthe
Contract.
(a)providesequivalentaccessfor effective usebybothvisualandnon-visual
means;
(b)wiU present information,including promptsusedforinteractive
communications,in formats intendedfor both visualand non-visual use;
(c)ifintendedforuseina network,canbe integrated intonetworksfor obtaining,
retrieving,anddisseminatinginformationusedbyindividualswhoarenot
blindor visuaUy impaired;and
(d)is available,whenever possible,without modification for corapatibiUty with
Software and hardware for non-visual access.
18.19.2.The Contractor further warrants featthe cost,if any,of modifying fee information
technologyfor compatibiUty with Software andhardwareusedfornon-visualaccess
does not increase thecostoffee information technology bymorethan five percent.
For purposes ofthis Contract,the phrase "equivalent access"means the abflity to
receive,useand manipulate information and operate controls necessary to access and
use information technology by non-visual means.Examples ofequivalentaccess
include keyboard controls usedfor input andsynthesized speech,Braille,or other
audible ortactilemeansusedfor output.
18.20.Compliance with Laws/Arrearages
The Contractor hereby represents andwarrants feat:
18.20.1 Itis qualified todo business inthe State of Maryland andthatitwilltakesuch action
as,from time to time hereafter,may be necessary to remain so quaUfied;
18.20.2.Itisnotin arrears with respect tothepayment of any monies due and owing the State
of Maryland,orany department orunitthereof,including butnot limited tofee
payment oftaxesandemployeebenefits,andfeatit shaU notbecomesoinarrears
duringtheterra of feisContract;
18.20.3.It shaU comply wife aU federal,State andlocal laws,regulations,and ordinances
applicable toits activities and obUgations underthis Contract;and,
18.20.4.It shall obtain,atits expense,aU Ucenses,permits,insurance,and governmental
approvals,ifany,necessary tothe performance ofits obligations underthis Contract.
20
18.21.Contingent Fee Prohibition
The Contractor warrants thatithasnot employed or retained anyperson,partnership,
corporation,orotherentity,otherthanabonafide employee orbona B6&agent working for
the Contractor tosolicitor secure this Contract,andthatithasnotpaidor agreed topayany
person,partnership,corporation orofeerentity,otherthanabonafideemployeeorbonafide
agent,anyfeeorofeer consideration contingent onthe making ofthis Contract.
18.22.Delays and Extensions of Time
TheContractoragreestoperformthisContractcontinuouslyanddiligently.Nochargesor
claimsfordamagesshallbemadebyfeeContractorforanydelaysorhindrancesfromany
causewhatsoeverduringfeeprogress of anyportion oftheworkspecifiedinthis Contact.
TimeextensionswiUbegrantedonlyforexcusabledelaysthatarisefrom unforeseeable
causesbeyondfeecontrolandwithoutfeefaultornegligenceoftheContractor,including but
notrestrictedtoacts of God,acts of thepublicenemy,acts of theStateineitheritssovereign
orcontractualcapacity,acts of anothercontractorintheperformance of acontractwifefee
State,fires,floods,epidemics,quarantinerestrictions,strikes,freightembargoes,ordelays of
subcontractorsorsuppliersarisingfromunforeseeablecausesbeyondfeecontrolandwifeout
feefaultornegligenceofeithertheContractororthesubcontractorsorsuppliers.
18.23.Financial Disclosure
TheContractorshallcomplywiththeprovisionsof §13-221 oftheStateFinanceand
ProcurementArticleoftheAnnotatedCode of Maryland,whichrequiresfeateverybusiness
thatentersintocontracts,leases,orotheragreementswifetheStateofMarylandorits
agenciesduringacalendaryearunderwhichthebusinessisto receive infee aggregate
$100,000 ormore,shall,within30daysoffeetimewhentheaggregatevalue of these
contracts,leasesorofeer agreements reaches $100,000,filewifethe Secretary ofState of
Maryland certain specified information to include disclosure of beneficial ownership offee
business.
18.24.Political Contribution Disclosure
The Contractor shall comply wifefee provisions of Md.Code Ann.,Election Law Article,
Title14,which requires that every person feat enters intoa contract for procurement withfee
State,a county ora municipal corporation or other poUtical subdivision ofthe State,during a
calendar yearin which the person receives a contract with a governmental entity infee
aggregate $200,000 or more,shaU file with the State Board of Elections statements
disclosing:(a)any contributions made during the reporting period toa candidate for elective
office in any primary or general election and (b)thename of each candidate to whom oneor
morecontributionsinacumulativeamount of$500ormoreweremadeduringthereporting
period..The statement shaU be filed with fee State Board of Elections:(1)before execution of
a contract byfee State,a county,municipal corporation,or ofeer political subdivision offee
State,andshaU cover the24 months prior to when a contract was awarded;and (2)ifthe
contribution ismadeafterfee execution ofa contract,thentwiceayear,throughout the
contract term,on:(i)February 5,to cover fee six-month period ending January 31;and (ii)
August 5,to cover the six-month period ending July 31.Additional information is available
on fee State Board of Elections website:
http://www.elections.state.md.us/campaign_finance/index.html.
18.25.Retention of Records and Audit
18.25.1.The Contractor andSubcontractorsshallretainandmaintain aU recordsand
21
documents inanywayrelatingtothisContractforthree(3)yearsafterfinalpayment
bytheStateunderthis Contract,orany applicable statuteof limitations,prevailing
federal orStatelawor regulation,or condition of award,whichever islonger,and
shaUmakethemavailableforinspectionandauditbyauthorizedrepresentatives of
theState,includingfee Procurement Officer ortheProcurement Officer's designee,at
aUreasonabletimes.TheContractor shaU,uponrequestbyfeeDepartment,surrender
allandeverycopy of documentsneededbytheState,including,butnotlimitedto
itemized bilUng documentationcontainingthedates,hoursspentandwork performed
by the Contractor and its subcontractors under fee Contract.The Contractor agrees to
cooperatefullyinanyauditconductedbyoronbehalf offeeState,including,byway
ofexampleonly,makingrecordsandemployeesavailableas,where,andtofee
extentrequestedbyfeeStateandbyassistingfeeauditorsin reconciling anyaudit
variances.Contractorshallnotbe compensated forprovidinganysuchcooperation
andassistance.AllrecordsrelatedinanywaytotheContractaretoberetainedfor
theentiretime provided underthissection.
18.25.2 TheState reserves theright,atitssole discretion andatanytime,toperformanaudit
oftheContractor's and/or Subcontractors'performance underthisContract.Inthis
Contract,anauditisdefinedasaplannedanddocumentedindependentactivity
performedbyqualified personnel,includingbutnotlimitedtoStateandfederal
auditors,todetermineby investigation,examination,orevaluationofobjective
evidencefromdata,statements,records,operations and performance practices
(financial or ofeerwise)fee Contractor's and/or Subcontractor's compliance wifethe
Contract,including butnot limited tothe adequacy and compliance with estabUshed
proceduresandinternal controls overtheservicesbeingperformedfortheState.
18.25.3 Uponthree(3)business days*notice,Contractor and/or Subcontractors shaU provide
theState reasonable access during normal business hourstotheir records toverify
conformance tofeetermsofthis Contract.TheStateshallbepermittedtoconduct
these audits wife anyor aU ofits own internal resources orby securing the services of
athirdparty accounting/audit firm,solelyattheState'selection.TheStateshallhave
fee right to copy,atitsownexpense,any record related tofee services performed
pursuant tofeis Contract.
18.25.4 Contractor and/or Subcontractors shaU cooperate wife fee State or fee designated
auditor and shaU provide thenecessary assistance forfee State or fee designated
auditor to conduct the audit.
18.25.5 Therightto audit shaU include subcontracts in which goods or services are
subcontracted by Contractor and/or Subcontractors and thatprovide essential support
totheservicesprovidedtofeeStateunderthis Contract.Contractor and/or
Subcontractors shall ensure the State has the right to audit with any lower tier
Subcontractor.
18.25.6.This Section 18.25 shallsurvive expiration or termination ofthis Contract.
18.26 Compliance with federal Health Insurance Portability and Accountability Act
(HIPAA)andState Confidentiality Law
HIPAA clausesdonotapplytothis Contract.
19.Administrative Information
19.1.Procurement Officerand Contract Manager
The day-to-day work tobe accomplished under this Contract shall be performed under the
22
19.2.
direction ofthe Contract Manager and,as appropriate,fee Procurement Officer.AU matters
relatingtotheinterpretation of thisContractshallbereferredtotheProcurementOfficerfor
determination.
Notices
AU noticeshereunder shall bein writing andeither delivered personaUy orsentby certified or
registeredmail,postageprepaidas foUows:
If to fee State:
State ofMaryland
Department ofInformationTechnology
45 Calvert Street
Annapolis,MD2140 M 907
Withacopyto:
Gayle Mealy
Department of InformationTechnology(DoIT)
45 Calvert Street,Rm 424A
AnnapoUs,MD 21401-1907
Gayle.Mealy@maryland.gov
If to fee Contractor:
Attn:
EN WITNESS THEREOF,thepartieshaveexecutedthisContractas of thedate hereinabove set
forth.
CONTRACTOR
JjWA.I^yrov
J3y»Compuquip Technologies,LLC
06/21/16 I
vitness ^-^j
"T
DEPARTMENT OF INFORMATION
TECHNOLOGY
By:^Albert G.Bullock,Chief ofStaff
7-1 ?f f/f
Date
Witness
23
£-.Approved for form and legal sufficiency this //day of si^S 20/j£?.
Assistant Attorney General
APPROVED BY BPW:
(Date)(BPW Item#)
24
ATTACHMENTS -Contract Affidavit „**"*-
A.AUTHORITY
I HEREBY AFFIRM THAT:
I,ivan Reavoy (nameofaffiant),am the Director of finance (title)andduly
authorizedrepresentative of Compuquip Technologies.LLC (name of businessentity)andI
possess the legal authority tomakethis affidavit on behalf of the business forwhichIamacting.
B,CERTIFICATION OF REGISTRATION OR QUALIFICATION WITH THE STATE
DEPARTMENT OF ASSESSMENTS AND TAXATION
I FURTHER AFFIRM THAT:
Thebusinessnamedaboveisa(checkapplicablebox):
(1)Corporation—O domesticorDforeign;
(2)Limited Liability Company •*-H domestic or•foreign;
(3)Partnership—D domesticor•foreign;
(4)StatutoryTrust—D domesticor•foreign;
(5)•Sole Proprietorship.
andis registered or qualified as required under Maryland Law.1 fiirther affirmthatthe above
businessisingoodstandingbothin Maryland and (IF APPLICABLE)inthejurisdictionwhere
itis presently organized,andhas filed allofits annual reports,together with filing fees,with the
Maryland State Department of Assessments and Taxation.Thenameand address ofits resident
agent (IF APPLICABLE)filed withthe State Department of Assessments and Taxation is:
NameandDepartmentID
Number:Address:
andthat if itdoesbusinessunderatradename,ithasfiledacertificatewiththeStateDepartment
of Assessments andTaxationthat correctly identifies thattruenameand address ofthe principal
or owner as:
Nameand Department ID Number:.
Address:
C.FINANCIAL DISCLOSURE AFFIRMATION
I FURTHER AFFIRM THAT:
Iamawareof,andtheabovebusinesswillcomplywith,theprovisions of StateFinanceand
Procurement Article,§13-221,Annotated Code of Maryland,whichrequirethatevery business
thatentersintocontracts,leases,orother agreements withtheStateofMarylandorits agencies
25
during a calendar yearunderwhich the businessistoreceiveinthe aggregate $100,000ormore
shall,within 30 days ofthe time whenthe aggregate value ofthe contracts,leases,or other
agreementsreaches $100,000,filewiththeSecretary ofState ofMaryland certain specified
Mormation toinclude disclosure ofbeneficial ownership ofthebusiness.
D.POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION
I FURTHER AFFIRM THAT:
Iam aware of,and the above business will comply with,Election Law Article,Title 14>
Armored Code OfMaryland!,which requires thateverypersonthat enters intoacontractfora
procurement withthe State,acounty,ora municipal corporation,or Other political subdivision of
the Stated during a calendar yearinwhichthe person receives a contract with a governmental
entityinthe amount of $200,000 of more,shall file withthe State Board ofElections statements
disclosing:(a)anycontributions made during thereporting period toa candidate for4 elective
officeinany prhnary or general Section;and(b)thename of eadh candidate towhomoneor
more contributions ina cumulative amount of $500 ormore were made during fhe.r^ortihg
period.ThestatementshallbefiledwiththeStateBoard ofElections:(a)beforeexecution of a
contract bythe State,acounty,amumcipal corporation,or other political subdivision ofthe
State,and shall coverthe 24 months prior towhena contract was awarded;and (b)ifthe
contributioh ismadeafterthe execution of a contract;thentwice a year,thrOughotlt the contract
term,on:(i)February 5,to cover the six (6)month period ending January 31;and (ii)August5,
to cover the six (6)month period ending July 31.Additional information is available onthe
State Board ofElections
website:http://www.elections.state.md.us/campaign fmance/iudcx.html
E.DRUG AND ALCOHOL FREE WORKPLACE
(Applicable to all contracts unless the contract is for alaw enforcement agency and the agency
head orthe agency head's designee has determined that application of COMAR 21.1LQ8 and
this certification would beinappropriate in connection with the law enforcement agency's
undercoveroperations.)
I CERTIFY THAT:
(1)Terms defined in COMAR21.11.08 shall have the same meanings when used in this
certification.
(2)By submission ofits Bid/Proposal,the business,if other than an individual,certifies and
agrees that,with respect toits employees tobe employed under a contract resulting from this
solicitation,the business shall:
(a)Maintain a workplace free of drug and alcohol abuse during theterm ofthe contract;
(b)Publish a statement notifying its employees that the unlawful manufacture,distribution,
dispensing,possession,or useof drugs,and the abuse Of drugs or alcohol is prohibited in the
26
business*workplaceand specifying theactionsthatwillbetakenagainst employees for
violation oftheseprohibitions;
(c)Prohibitits employees from working undertheinfluence of drugsoralcohol;
(d)Nothireorassigntoworkonthecontractanyonewhothe business knows,orinthe
exercise of duediligenceshould know,currently abuses drugsoralcoholandisnotactively
engagedinabonafidedrugoralcoholabuseassistanceorrehabilitationprogram;
(e)Promptly inform theappropriatelawenforcementagency of every drug-relatedcrime that
occursinits workplace if the business hasobservedthe violation or otherwise hasreliable
information that a violation hasoccurred;
(f)Establishdrugandalcoholabuse awareness programs to inform its employees about:
(i)The dangers of drugandalcoholabuseintheworkplace;
(ii)Thebusiness'spolicy of maintainingadrugandalcoholfreeworkplace;
(iii)Any availabledrugandalcoholcounseling,rehabilitation,and employee assistance
programs;and
(iv)Thepenaltiesthatmaybeimposeduponemployeeswhoabusedrugsandalcoholin
theworkplace;
(g)Provide allemployeesengagedinthe performance of thecontractwithacopy of the
statementrequired by §E(2)(b),above;
(h)Notifyitsemployeesinthestatement required by §E(2)(b),above,thatasacondition of
continued employment onthe contract,theemployee shall:
(i)Abide by theterms of thestatement;and
(ii)Notify theemployer of anycriminaldrugoralcoholabuseconvictionforan offense
occurring in theworkplacenotlaterthan5daysafteraconviction;
(i)Notify theprocurement officer within 10 daysafterreceivingnoticeunder§E(2)(h)(ii),
above,or otherwise receiving actualnotice of aconviction;
(j)Within30daysafterreceivingnoticeunder §E(2)(h)(ii),above,orotherwisereceiving
actualnotice of a conviction,impose either ofthefollowingsanctionsorremedialmeasures
onanyemployeewhois convicted of adrugoralcoholabuse offense occurringinthe
workplace:
(i)Takeappropriatepersonnelactionagainstan employee,uptoandincluding
termination;or
(ii)Requireanemployeeto satisfactorily participate inabonafidedrugoralcoholabuse
assistanceorrehabilitation program;and
27
(k)Makeagoodfaithefforttomaintainadrugand alcohol freeworkplacethrough
implementation of §E(2)(a)—(j),above.
(3)If thebusinessisanindividual,the individual shallcertifyandagreeasset forth in§E(4),
below,thattheindividualshallnotengageintheunlawful manufacture,distribution,dispensing,
possession,oruse of drugsortheabuse ofdrugs oralcoholintheperformance ofthe contract.
(4)Iacknowledgeandagree that:
(a)Theaward of thecontractis conditional upon compliance with COMAR 21.11.08 and
this certification;
(b)The violation oftheprovisions ofCOMAR 21.11.08 orthiscertificationshallbecauseto
suspendpaymentsunder,orterminatethecontractfordefaultunder COMAR 21.07.01.11 or
2L07.03.15,asapplicable;and
(c)Theviolation oftheprovisions of COMAR 21.11.08 orthiscertificationinconnection
with thecontractmay,inthe exercise ofthediscretion of theBoard ofPublic Works,result
in suspension and debarment of the business under COMAR 21.08.03.
F.CERTAIN AFFIRMATIONS VALID
I FURTHER AFFIRM THAT:
Tothebest ofmy knowledge,information,andbelief,each oftheaffirmations,certifications,or
acknowledgements contained inthat certain Bid/Proposal Affidavit dated ,20,
andexecuted by me forthepurpose ofobtaining thecontracttowhichthisExhibitis attached
remainstrueandcorrectinallrespectsas if madeas ofthedate ofthisContract Affidavit andas
if fullysetforthherein.
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY
THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST
OF MY KNOWLEDGE,INFORMATION,AND BELIEF.
Date:06/21/2016
By:tvan Rezvoy ,(printed name of Authorized Representative andAffiant)
**%(signature of Authorized Representative and Affiant)
28
AgencyContact:Al Bullock (410)260-6256
Al.Bullock@maryland.gov
Carla Thompson(410)260-6155
Carla.Thompson@maryland.gov
3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY
Contract ID:HardwareandAssociated Equipment &Services(Hardware2012)
eMM Solicitation No.:MDF5031024526
ADPICSBPONo.:060B2490022,COG75325
Contract Description:Multiple award,indefinitequantity,purchase orderrequestfor proposals-
based Master Contract to provide hardware,installation,training services and manufacturer's
extended warranty,excludeslaptopsanddesktops.
Award:See Page 9D-10D
Term:7/1/2016-11/24/2027 (11 years)
Amount:$100,000,000
Procurement Method:Competitive SealedProposals
Proposals:66 proposals received
MBE Participation:1%(Functional AreaIVonly)
Incumbent:73 Master Contractors
Remarks:Reference ismadetoDoITItem4-lT (11/14/12)inwhichtheBoard of Public Works
approved the award of Master Contracts for hardware,installation,training services and
manufacturer'sextendedwarranty.Laptopsanddesktopsareexcluded.
Throughout the Master Contract 15-year term,DoIT issues an expansion window announcement
every three years at which time:(1)new offerors may propose for inclusion on the Master
Contract;and(2)existing Master Contractors may add functional areasand manufacturers.
This isthe first expansion window since the Master Contract was originally approved in 2012.A
notice ofthe availability ofthe Request for Proposals was advertised on
eMarylandMarketplace.com and on DoIT's website.An e-mail notice was delivered toall
prospective offerors identified as capable of delivering the services in the State Minority
Business Enterprise Directory.
29
3 IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd)
Remarks:(cont'd)Forthisexpansionwindow,DoITreceived66proposals.DoIT is
recommendingaward of MasterContractsto35qualifiedofferors.Of the35,16areMaryland
resident businesses,7 small businesses,and6are MBEs.
(Thereare potentially an additional 25 offerors thatmaybeaddedtoforthisexpansionwindow
onceDoIThas received notification thattheyare either in good standing with SDAT orhave
registered todo business withthe State.DoITwillreturntotheBoard seeking approval forany
additional awards.)
Through the expansion window,DoIT added Functional AreaVI-Security,Cameras and
AssociatedPeripherals,bringingthetotalnumber of functional areastosix:
Functional Area I-Servers and Associated Peripherals
Functional AreaII-Printers and Associated Peripherals
Functional Area EI -Network Communications Equipment
Functional AreaIV-Installation and Training Services
Functional AreaV-Manufacturer's Extended Warranty
Functional Area VI-Security,Cameras and Associated Peripherals (NEW)
A using agency that seeks to procure hardware,installation,training services,or manufacturer's
extended warranty will issue a competitive Purchase Order Request for Proposal to all Master
Contractors within the appropriate functional area who are authorized to provide the hardware
and or services for the product line.For Small Business Reserve PORFPs,only Master
Contractors that are DGS-certified small businesses will be able to complete within its approved
functional area.Master Contractors affirmed that their prices for the PORFPs will not exceed the
manufacturer's suggested retail price.Because the PORFP process is competitive,prices should
be lower than those allowed under the Master Contracts.
Functional Area IV provides the only potential for subcontracting opportunities;therefore an
overall MBE subcontractor participation goal of 1%has been established for these Master
Contracts by DoIT in conjunction with the Governor's office of Minority Affairs.
This procurement vehicle was designed to provide State agencies with a wide selection of Master
Contractors who offer an extensive variety of hardware and associated services.State agencies
will obtain hardware,installation,training and maintenance services quickly and efficiently by
issuing PORRPs specific to each agency's needs.This contracting vehicle is also available to
Maryland counties and municipalities.
30
3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd)
Remarks:(cont 'd)Because the remaining term of this Hardware Master Contract is
approximately 11+years,theStatewillreceivethefullbenefit of any maintenance agreement
associated with PORFPs from the Hardware Master Contract.
Hardware Master Contracts Amount:
Boardapproved$57millionceilingfor.DoITItem 4-IT (11/14/2012)
Boardapproved$35millionincreaseinceiling.DoIT Item 2-TT-MOD (10/15/2014)
Boardapproved$12millionincreaseinceilingbringingtotalauthorizedHardwareMaster
Contracts to$104 million.DoIT Item 4-TT-MOD [3/23/2016]
DoITrecommendsincreasingtheceilingamountby $100 million.Thisamountwasdetermined
byusingspendstatisticsoverthepastthreeyears of thecontract.
DoITwillprovide additional expansion windows forthisMasterContracteverythree years.
DoITwillreturntotheBoardtoseekapprovalofadditionalofferorsorifanincreaseinthenot-
to-exceed amount is necessary.
Fund Source:
Approp.Code:
Resident Business:
MD Tax Clearance:
Various
Various
See Page 9D-10D
See Page 9D-10D
BOARD OF PUBLIC WORKS
APPROVED DISAPPROVED
WITH DISCUSSION
THIS ITEM WAS:
DEFERRED WITHDRAWN
WITHOUT DISCUSSION
31
3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd)
Companies recommended for Hardware 2012 Award
Company Name Corp.City State
Resident
Business
MDTax
Clearance
1 A&T Marketing,Inc.,/A&T Networks
Columbia MD y 16-2158-
0111
2 Advanced Computer Concepts
McLean VA N 16-2159-
1110
3 AlphaSix Corporation Sterling VA N 16-2160-
1110
4
AppliedNetworkConsultingGroup,Inc.
(ANC)
Greenville SC N 16-2161-
1001
5 Barcoding,Inc.
Baltimore MD Y 16-2162-
1111
6 Bogdan Computer Services,Inc.
Abingdon MD Y 16-2163-
1111
7 Carahsoft Technology Corporation
Reston VA N 16-2164-
1010
8 CareTech,LLC Hagerstown MD Y
16-2165-
1000
9 Ciber,Inc.Greenwood Village CO N
16-2166-
1011
10 Communications Electronics,Inc.Timonium MD Y
16-2167-
1110
11 Compuquip Technologies Doral FL N
16-2168-
0000
12 Computer Systems Support,Inc.Miami FL N
16-2169-
0000
13 ContinentalTechnologies,Inc.(CTI)Hunt Valley MD Y
16-2170-
1111
14 Datalink Corporation Eden Prairie MN N
16-2171-
1111
15 Electronic Data Solutions,Inc.Baltimore MD Y
16-2172-
1111
16 EnNet Services,LLC Frederick MD Y
16-2173-
1111
17 Enterprise Consulting,Inc.Eldersburg MD Y
16-2174-
1111
18 Insight Public Sector Inc.Tempe AZ N
16-2175-
1111
19 Interclypse,Inc.Hanover MD Y
16-2176-
1111
20 Kratos-PSS San Diego CA N
16-2177-
1111
21 Kustom Signals,Inc.Lenexa KS N
16-2178-
0111
32
Company Name Corp.City State
Resident
Business
MDTax
Clearance
22 Lexmark International,Inc.Lexington KY N
16-2179-
1111
23 Magothy Technology Pasadena MD Y
16-2180-
1111
24 MS Technologies Corporation Rockville MD Y
16-2181-
1111
25 NEC Corporation of America Irving TX N
16-2182-
1111
26 Networking for Future,Inc.Washington DC N
16-2183-
1111
27 Networking Technologies &Support,Inc.Midlothian VA N
16-2184-
1111
28 Phillips Office Solutions Middletown PA N
16-2185-
1111
29 Ronco Communications Tonawanda NY N
16-2186-
0110
30 S3 Integration Baltimore MD Y
16-2187-
1111
31 SCD Information Technology Columbia MD Y
16-2188-
1011
32 SNAP,Inc.Chantilly VA N
16-2189-
1111
33 Soft-Con Enterprises,Inc.Hyattsville MD Y
16-2190-
0111
34 Visionary Technology Consultants (VTC)Maple Lawn MD Y
16-2191-
0111
35 Visual Sound/Kunz AV Broomall PA N
16-2192-
1111
33
DoIT 6D
Supplement D
Department of Information Technology
ACTION AGENDA
June 22,2016
AgencyContact:Al Bullock(410)260-6256
\Al.Bullock@marylandgov
Carta Thompson(410)260-6155
Carta.Thompson@maryland.gov
3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY
ContractID:HardwareandAssociatedEquipment&Services(Hardware 2012)
eMM Solicitation No.:MDF5031024526
ADPICS BPO No.:060B2490022,COG75325
ContractDescription:Multipleaward,indefinite quantity,purchaseorderrequestforproposals-
basedMasterContracttoprovidehardware,installation,trainingservicesandmanufacturer's
extended warranty,excludeslaptopsand desktops.
Award:See Page 9D-10D
Term:7/1/2016-11/24/2027 (11 years)
Amount:$100,000,000
ProcurementMethod:Competitive Sealed Proposals
Proposals:66proposals received
MBE Participation:1%(Functional Area IV only)
Incumbent:73 Master Contractors
Remarks:Reference ismadetoDoIT Item 4-IT (11/14/12)in which the Board of Public Works
approved the award of Master Contracts for hardware,installation,training services and
manufacturer's extended warranty.Laptops and desktops are excluded.
Throughout the Master Contract 15-year term,DoIT issues an expansion window announcement
every three years at which time:(1)new offerors may propose for inclusion onthe Master
Contract;and(2)existing Master Contractors mayadd functional areasand manufacturers.
Thisisthe first expansion window since the Master Contract was originally approved in 2012.A
notice ofthe availability ofthe Request for Proposals was advertised on
eMarylandMarketplace.com andon DoIT's website.Ane-mailnoticewas delivered toall
prospective offerors identified as capable of delivering the services inthe State Minority
BusinessEnterpriseDirectory.
DoIT 7D
Supplement D
Department of Information Technology
ACTION AGENDA
June 22,2016
3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd)
Remarks:(cont'd)Forthisexpansionwindow,DoITreceived66proposals.DoITis
recommendingaward of MasterContractsto35qualifiedofferors.Of the35,16areMaryland
resident businesses,7 small businesses,and6are MBEs.
(Thereare potentially anadditional25offerorsthatmaybeaddedtoforthis expansion window
once DoIT has received notification thattheyareeitheringood standing withSDATorhave
registered todo business withtheState.DoITwillreturntothe Board seekingapprovalforany
additional awards.)
Through the expansion window,DoITaddedFunctionalAreaVI-Security,Cameras and
Associated Peripherals,bringing thetotalnumber of functionalareastosix:
Functional AreaI-Servers and Associated Peripherals
Functional AreaII-Printers and Associated Peripherals
Functional AreaIII-Network Communications Equipment
Functional Area TV -Installation andTrainingServices
Functional Area V -Manufacturer's Extended Warranty
FunctionalAreaVI-Security,CamerasandAssociatedPeripherals(NEW)
Ausing agency thatseeksto procure hardware,installation,training services,or manufacturer's
extended warranty willissuea competitive Purchase Order Request for Proposal toall Master
Contractors withinthe appropriate functional areawhoare authorized toprovidethe hardware
andor services forthe product line.For Small Business Reserve PORFPs,onlyMaster
ContractorsthatareDGS-certifiedsmallbusinesseswillbeabletocompletewithinitsapproved
functionalarea.MasterContractorsaffirmedthattheirpricesforthePORFPswillnotexceedthe
manufacturer's suggested retail price.Because the PORFP process is competitive,prices should
be lower than those allowed under the Master Contracts.
Functional Area IV provides the only potential for subcontracting opportunities;therefore an
overall MBE subcontractor participation goal of1%hasbeen established forthese Master
Contracts by DoIT in conjunction withthe Governor's office of Minority Affairs.
This procurement vehicle was designed to provide State agencies with a wide selection of Master
Contractors whoofferanextensivevarietyof hardware andassociated services.State agencies
willobtainhardware,installation,trainingand maintenance servicesquicklyandefficientlyby
issuing PORRPs specific to each agency's needs.This contracting vehicle is also available to
Maryland countiesand municipalities.
DoIT 8D
Supplement D
Department of Information Technology
ACTION AGENDA
June 22,2016
3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd)
Remarks:(cont'd)Becausethe remaining term of thisHardwareMaster Contract is
approximately 11+years,theStatewillreceivethefullbenefit of any maintenance agreement
associated with PORFPs from the Hardware Master Contract.
Hardware Master Contracts Amount:
Boardapproved$57millionceilingfor.DoTTItem 4-IT (11/14/2012)
Board approved $35million increase in ceiling.DoITItem 2-TT-MOD (10/15/2014)
Boardapproved $12 millionincreaseinceilingbringingtotalauthorizedHardwareMaster
Contractsto$104million.DoTTItem 4-TT-MOD [3/23/2016]
DoITrecommendsincreasingtheceilingamountby$100million.Thisamountwasdetermined
byusingspendstatisticsoverthepastthreeyearsofthe contract.
DoITwill provide additional expansion windows forthis Master Contract every three years.
DoITwillreturntotheBoardtoseek approval of additional offerorsorifanincreaseinthenot-
to-exceed amountis necessary.
Fund Source:
Approp.Code:
Resident Business:
MD Tax Clearance:
Various
Various
See Page 9D-10D
See Page 9D-10D
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
Supplement D
Department of Information Technology
ACTION AGENDA
June 22,2016
3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd)
Companies recommended for Hardware 2012 Award
DoIT 9D
Company Name Corp.City State
Resident
Business
MDTax
Clearance
1 A&T Marketing,Inc.,/A&T Networks
Columbia MD Y 16-2158-
0111
2 Advanced Computer Concepts
McLean VA N 16-2159-
1110
3 AlphaSix Corporation Sterling VA N 16-2160-
1110
4
Applied NetworkConsultingGroup,Inc.
(ANC)
Greenville SC N 16-2161-
1001
5 Barcoding,Inc.
Baltimore MD Y 16-2162-
1111
6 Bogdan Computer Services,Inc.
Abingdon MD Y 16-2163-
1111
7 Carahsoft Technology Corporation
Reston VA N 16-2164-
1010
8 CareTech,LLC Hagerstown MD Y
16-2165-
1000
9 Ciber,Inc.Greenwood Village CO N
16-2166-
1011
10 Communications Electronics,Inc.Timonium MD Y
16-2167-
1110
11 Compuquip Technologies Doral FL N
16-2168-
0000
12 Computer Systems Support,Inc.Miami FL N
16-2169-
0000
13 Continental Technologies,Inc.(CTI)Hunt Valley MD Y
16-2170-
1111
14 Datalink Corporation Eden Prairie MN N
16-2171-
1111
15 Electronic Data Solutions,Inc.Baltimore MD Y
16-2172-
1111
16 EnNet Services,LLC Frederick MD Y
16-2173-
1111
17 Enterprise Consulting,Inc.Eldersburg MD Y
16-2174-
1111
18 Insight Public Sector Inc.Tempe AZ N
16-2175-
1111
19 Interclypse,Inc.Hanover MD Y
16-2176-
1111
20 Kratos-PSS San Diego CA N
16-2177-
1111
21 Kustom Signals,Inc.Lenexa KS N
16-2178-
0111
Supplement D
Department of Information Technology
ACTION AGENDA
June 22,2016
DoIT 10D
Company Name Corp.City State
Resident
Business
MDTax
Clearance
22 Lexmark International,Inc.Lexington KY N
16-2179-
1111
23 Magothy Technology Pasadena MD Y
16-2180-
1111
24 MS Technologies Corporation Rockville MD Y
16-2181-
1111
25 NEC Corporation of America Irving TX N
16-2182-
1111
26 Networking for Future,Inc.Washington DC N
16-2183-
1111
27 Networking Technologies &Support,Inc.Midlothian VA N
16-2184-
1111
28 Phillips Office Solutions Middletown PA N
16-2185-
1111
29 Ronco Communications Tonawanda NY N
16-2186-
0110
30 S3 Integration Baltimore MD Y
16-2187-
1111
31 SCD Information Technology Columbia MD Y
16-2188-
1011
32 SNAP,Inc.Chantilly VA N
16-2189-
1111
33 Soft-Con Enterprises,Inc.Hyattsville MD Y
16-2190-
0111
34 VisionaryTechnologyConsultants(VTC)Maple Lawn MD Y
16-2191-
0111
35 Visual Sound/Kunz AV Broomall PA N
16-2192-
1111
ATTACHMENT B
CONTRACT PRICE &Quotation
STATE OF MARYLAND CONTRCT No.060B2490022-2015
Thomas F.Pepe-01-11-16
Page6 of6
Compuquip
TECHNOLOGIES
11/2/16
Quotation:24386-01
CompuquipTechnologiesLLC
2894NW79thAvenue,Doral,FL,33122
Phone:727-423-1001-Fax#413-280-6742
BradReed(breed@corapuquip.com)
Agreementwith/Billto;
CityofSouthMiami
Attn:StevenKulick,C.P.M.
6130SunsetDrive
SouthMiami,Fl33143
Equipmentlocation/Shipto:
"CityofSouthMiami
Attn:StevenKulick,C.P.M.
6130SunsetDrive
SouthMiami,Fl33143
Note;Priceincludesenterprisecustomerdiscount
Section1-CheckPointManager,5600HAGatewaysandEndPofntwith3yearsofsupport
1CPAP-SM20SCneckPo,nt"Smart"1205AppliancewithPolicy,LogandEventSecurityManagement$370500t for5SecurityGateways*J,/9o.oo$3,795.00
CBS-ENT-SS-CheckPoint-EnterprisePremiumSupport-IncludesSoftwareupdatesanddirect7x
PREMIUM24Phonesupportwitha(30)minuteresponsetimefor3years
CheckPoint-5600NextGenerationThreatPrevention&SandBlast™(NGTX)
Appliance-IncludesFirewall,VPN,AdvancedNetworkingandClustering,identity
CPAP-SG5600-Awareness»MobileAccess,(IPS,ApplicationControl,URLFiltering,Anti-Spam,Anti-
NGTXV,rusandAnt,"Bot'ThreatPreventionandThreatExtractionbladesforYear1only),
NetworkPolicyManagement,LoggingandStatus.-Test(LAB)Performance:25Gbps
Firewallthroughput(1518byteUDP)-BaseConfiguration:10onboard1GbEcopper
interface.8GBMemory.
CBS-ENT-SS-CheckPoint-EnterprisePremiumSupport-IncludesSoftwareupdatesanddirect7x
PREMIUM24Phonesupportwitha(30)minuteresponsetimefor3years
1CPAP-SG5600-CheckPoint-5600NextGenerationThreatPrevention&SandBlast™(NGTX)
NGTX-HAApplianceforHighAvailability
CBS-ENT-SS-CheckPoint-EnterprisePremiumSupport-IncludesSoftwareupdatesanddirect7x
PREMIUM24Phonesupportwitha(30)minuteresponsetimefor3years
NGTPSubscriptionsforyears2&3
CPSB-NGTP-CneckPomt"NextGenerationThreatPreventionPackagefor2yearsfor5600
5600-2YAppliance-Includes:IPS,ApplicationControl,URLFiltering,Anti-Spam,Anti-Virus
andAnti-Botblades
CPSB-NGTP-CneckPo,nt"NextGenerationThreatPreventionPackagefor2yearsfor5600
5600-2Y-HAAPP,Iance-HA•Includes:IPS,ApplicationControl,URLFiltering,Anti-Spam,Anti-
VirusandAnti-Botblades
MobileAccessBladeswith3yearsofsupport
1CPSB-MOB-50CheckPoint-MobileAccessBladefor50concurrentconnections
$2,639.25$2,639.25
$20,640.00$20,640.00
$13,158.00$13,158.00
$15,136.00$15,136.00
$10,526.40$10,526.40
$14,107.50$14,107.50
$11,286.00$11,286.00
$1,232.00$1,232.00
CBS-ENT-SS-CheckPoint-EnterprisePremiumSupport-IncludesSoftwareupdatesanddirect7x
PREMIUM24Phonesupportwitha(30)minuteresponsetimefor3years*1,386.00$1,386.00
1 """Check Point -Mobile Access Blade for50 concurrent connections HA $861.00 $861.00
CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7x
PREMIUM 24 Phone support with a(30)minute response time for 3 years *1,180.80 $1,180.80
Endpoint Management and Total Security Bundle for 100 devices for 1 year
.CPSB-EP-TS-CheckPoint-Endpoint Management andTotal Security Bundle for 100 devices fori $3 87585 $3 875 85
SMB-Stan-100 year
Services
Compuquip -Senior Security Engineer -Dally Rate (based on8 hour day)On-site
7 SEC-INSTALL services for implementation and basic knowledge transfer -projectis estimated to$1,300.00$9,100.00
take 7 days
Notes:
AuthorizedSignature:
Name:
Title:
Date:
1.)Price does not Include local taxes
2.)Our terms are Net30
3.)Quotation valid until December 30,2016
Accepted by:_
Name:
Title:
Date:
Quotation Sub-Total $108,923.80
Freight $292.12
Quotation Totalj $109,215.92
ATTACHMENT B
CONTRACT PRICE &Quotation
STATE OF MARYLAND CONTRCT No.060B2490022-2015
Thomas F.Pepe-01-11-16
34
Compuquip
TECHNOLOGIES
11/2/16
Quotation:24386-01
Compuquip Technologies LLC
2894 NW 79th Avenue,Doral,FL,33122
Phone:727-423-1001 -Fax #413-280-6742
BradReed (breed@compuquip.com)
Agreement with/Bill to:
City of SouthMiami
Attn:Steven Kulick,C.P.M.
6130 Sunset Drive
South Miami,Fl 33143
Equipment location/Ship to:
"City of South Miami
Attn:Steven Kulick,C.P.M.
6130 Sunset Drive
South Miami,Fl 33143
Note:Price includes enterprise customer discount
Section 1-Check Point Manager,5600 HAGateways and EndPoint with 3 years of support
CPAP-SM205 Cneck Polnt"Smart"1 205 Appliance with Policy,Log and Event Security Management -3 795 00 $3 795 00
for5 Security Gateways
CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7x .2 639 25 $2 639 25
PREMIUM 24 Phone support witha(30)minute response time for3years ''
CPAP-SG5600-
NGTX
Check Point -5600 Next Generation Threat Prevention &SandBlast™(NGTX)
Appliance -Includes Firewall,VPN,Advanced Networking and Clustering,Identity
Awareness,Mobile Access,(IPS,Application Control,URLFiltering,Anti-Spam,Anti-
Virus and Anti-Bot,Threat Prevention and Threat Extraction blades for Year 1 only),
NetworkPolicy Management,Logging and Status.-Test (LAB)Performance:25Gbps
Firewall throughput (1518 byte UDP)-Base Configuration:10onboard1GbE copper
interface.8GB Memory.
$20,640.00 $20,640.00
CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7x $13 158 00 $13158 00
PREMIUM 24Phone support witha(30)minuteresponsetimefor3years '
CPAP-SG5600-Check Point -5600 Next Generation Threat Prevention &SandBlast™(NGTX)
NGTX-HA Appliance forHigh Availability
CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7x
PREMIUM24 Phone support witha(30)minute response time for3years
NGTP Subscriptions for years 2&3
Check Point -Next Generation Threat Prevention Package for2 years for5600
$15,136.00 $15,136.00
$10,526.40 $10,526.40
CPSB-NGTP-
5600-2Y
Appliance-Includes:IPS,Application Control,URL Filtering,Anti-Spam,Anti-Virus$14,107.50 $14,107.50
and Anti-Bot blades
Check Point -Next Generation Threat Prevention Package for2 years for 5600
5600-2Y-"Appliance -HA -Includes:IPS,Application Control,URL Filtering,Anti-Spam,Anti-
Virus and Anti-Bot blades
Mobile Access Blades with 3 years of support
1 CPSB-MOB-50 Check Point -Mobile Access Blade for 50 concurrent connections
$11,286.00 $11,286.00
$1,232.00 $1,232.00
CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7x $^
PREMIUM 24Phone support witha(30)minute response time for3years ''
35
1 "Check Point -Mobile Access Blade for50 concurrent connections HA $861.00 $861.00
CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7x 118O8O *iiftftan
PREMIUM24 Phone support witha(30)minute response time for3years ''
Endpoint Management and Total Security Bundle for 100 devices for 1 year
1 CPSB-EP-TS-CheckPoint-EndpointManagementandTotalSecurityBundlefor100devices fori $-..-..$1*1715 «s
SMB-Stan-100 year *W3J»*w*mo
Services
Compuquip -Senior Security Engineer -Daily Rate (based on8 hour day)On-site
7 SEC-INSTALL services for implementation and basic knowledge transfer -project is estimated to$1,300.00$9,100.00
take 7 days
Notes:
Authorized Signature:
Name:
Title:
Date:
1.)Price does not include local taxes
2.)Our terms are Net 30
3.)Quotation valid until December 30,2016
Accepted by:_
Name:
Tide:
Date:
36
Quotation Sub-Total $108,923.80
Freight $292.12
Quotation Total|$109,215.92
8SE NEIGHBORS SUNDAY NOVEMBER 6 2016
MIAMIHERALD.COM
Sales &Service
Open 7 Days
CITY OF SOUTH MIAMI
COURTESY NOTICE
NOTICE IS HEKEltY given thai the Qly C'.tnimjs.*ion of the Csly ofSouthMiami.Florida v*ili conduoi Public Hearing*.0
ai iw rcculai City CumnuViun roc-cling sclicdulcd At Tuesd«iv.November l.V 2t»l6.beginning at 7.[in p.m..in ihc City
Commission Chambers.f*i?0 Sunset Drive.io consider Iho folh.wmf.'iietnfO
AResolution aothoruing tin*City M;in3geito procure,i-nlinc reparation module oi RcCPro with RC Systems,lnc
AResolution authorizing jJk City Manager lo purchaseMicrosoft365 software anil cnicr intoa licensing agreement tvidi
SiJl Imcniaiional Corp.an auihon/cd contractorfor Mic-insofi.througha piiyjyhaulc wiih \hz Siaie i>rFlf*rirta C'nnimci
No ii3?00l)0-15-02.
/a Resolution authorizing Ihc City Manner to punhiix.'Check Point firewall software applbnrc from Compuqi>ip\
/Technologic b.LLC.an autliuri/xJ tcscIIci ofCheck 1'nini LTD.ihruugh a piggyback with the Stale \»r Maryland j
\Conlraci No.060B24yfl022.
AmOrditmiicc Hiocuitlmj:theLandDevelopmentCode.Article VI.Section"20-f>1.nnd otherapplicableprovisions,lo
itclinc ihe tarn "les».resinriivr'"as il applies lothe wiine requirements of the CityCommission.
AnOrdinancevacatingandabandoning a porimn ofSWX2Siredmore fully describedin a legal rievriiptior.lierem.
subject m certaincondition*,including die preset vairmi ofan ewccmeni.
AnOrdinanceamendingSection 20-6 Jof ihc City.il Snuh MiamiLandDevelopment Cttdc.tomakecorrectionsami
i»amend the iuc!i>bcr«hipand ipiomm requirementsfor die Planning Board.
An Oidinanee amrndmp the.Chapter2.Article1.Section3-7.1 (B>;(C)and(C)3 and?to nu'dily thecapitalisationof
keywordsandtoadd retirements l"r Sunshine Meetings.
AnOrdinanceamending the City of S««wli Miami LaiiriDevelopmentArticle Vi.Seclion20-6.1iB;(4)fa)iii in provide
lor .i jcconimcndnijon ofthePlanningBoardwhen die Biiuid h deadlocked.
AU.intejcsicd partiesarcinvited ic nttend and *ill beheard
Por 1miner information,pleasecontact the City Clerk's Oftiee at 3(i5-6fiJ-MW.
Maori M.Mrnendc*.CMC
Chy Clerk
Pwwanii<*Ffrml*Su:iih-t1t(<OlfS.it*Cnyr*rct»y a.hmiihc publicihaiira j-tm*Antei in qif.-al.inyt'loti.m mad.-M ih:shrjrti AjXkcy <f(.'ommiMi?^
»yhSr^sjvxl'n*»>•Biaii.fct>ti9nk-ivJsi i«.nctliiip «i ht,-»iin£.be»n >hriviDn.t'l iibuvJ»-l ibvpuvtxtkaes.n*'-uV-ii fri ticjh pii/wc.Jll»-cieilperson iw>Ijc*h
lit i&sutcinal3 vcihMr,;»uvt>»ft »1rtiJ}«*'».-Milinj»tt tissOc ii-huhrecordlfc.-hklcr theictiinvmy iati <\iitftti e i»mh whichOiC an«s'i""•I*lojeil
CRIMEWATCH
Miami-Dade Police
offer tools to cut crime
BY CAltMEN GONZALEZ
CALDWELL
Specialto The Miumi Herald
This week I want to
share withyou some great
tools offered byMiami-
Dade Police,whichcan
helpyounotonlybesafe
but also better informed.
Thesetools can helppre
vent crime,help solve
crimesandhelpyouknow
what is going onin your
immediate area:
NEW MIAMI-DADE
POLICE CELLPHONE
APP
Many crime watchers are
usingthenewCOP(Com
munity on Patrol)app,a
greattoolforreporting
every tiling from crimes to
suspicious incidents.Just
gotoAppleorAndroidapp
store and search for Com
munity onPatrol.
MIAMI-DADE COUNTY
SEXUAL OFFENDER &
PREDATOR SEARCH
Any Florida residentwho
has been convicted of a
sexualoffense(including
anyone convicted in another
state)must register asa
sexual offender with the
office of the local sheriff.In
the case of Miami-Dade
County,thatistheMiami-
DadePolice Department.
Sexual offenders must dis
close where they live,and
mustnotifythepolicewhen
theyrelocate.This informa-
Miami-Dade Police's new
Community onPatrol
cellphone app.
tion is entered into the
Sexual Predator/Offender
database of the Florida
Department LawEnforce
ment.Members ofthepub
lic can search this database
at hrtp://gisweb.miami
dade.gov/sexoffenders/and
determine whether they or
their children,in their rou
tineactivities(walkingfrom
thebusstop,bikingtoa
friend'shouse,orgoingto
the mall)arelikelytoen
counter these offenders.
MIAMI-DADE COUNTY'S
CRIME VIEW
COMMUNITY
Miami-Dade County's
Crime View Community is
an online tool at
http://www.cnme
mapping.com/map/fl/
miami-dadecounty,which
residents canusetokeep
themselves informed about
crime in the areas of interest
to them,such as near their
home,business or other
places they frequent.
Users can signuptore
ceive automated email
alerts about recent criminal
events inspecific areas.
While this online tool works
inallareasof unincorporat
ed Miami-Dade,it doesn't
work in some of the munici
palities.Residents should
checkwiththeirlocalgov
ernment to see ifa similar
service isofferedby that
municipality.
HOMICIDE BUREAU —
COLD CASE SQUAD
Advancesintechnology
and forensics havegivena
boost to the work of Miami-
Dade Police's Cold Case
Squad.However,despite
scientific advances and the
work of these detectives,
there are about 2,000 cold
cases that remain unsolved.
Maybeyouknow something
thatcanhelpsolveoneof
these crimes.To learn about
thesecases,goonlineto
http://www.miami
dade.gov/police/cold-
cascs.asp.Perhapsyoucan
helpbringjusticetothe
families of these victims.
MIAMI-DADE POLICE
ON SOCIAL MEDIA
Follow MDPD on Twit
terat https://twitter.com/
MiamiDadePD and visit
the department on
YouTnbe at
www.youtube.com/user/
mdpdmedia.
Carmen Caldwell is
executivedirectorof
Citizens'CrimeWatchof
Miami-Dade.Sendfeedback
and newsforthis column to
carmen @citizenscrime
watch.org,orcall licr at
305-470-1670.
SWSAWil DAILY BUS8NESS REVIEW
Published Daily exceptSaturday.Sundayand
Legal Holidays
Miami.Miami-Dade County.Florida
STATE OF FLORIDA
COUNTY OF MIAMI-DADE:
Before theundersignedauthority personally appeared
OCTELMA V.FERBEYRE,whoonoathsaysthatheorsheis
the VICE PRESIDENT.Legal Notices ofthe Miami Daily
BusinessReviewf/k/a Miami Review,a daily (except
Saturday,SundayandLegal Holidays)newspaper.
publishedat Miami inMiami-DadeCounty.Florida;thatthe
attachedcopyofadvertisement,beingaLegalAdvertisement
of Notice in the matter of
NOTICE OF PUBLIC HEARING
CITYOF SOUTH MIAMI -NOV.15,2016
in the XXXX Court,
was published insaid newspaper inthe issues of
11/04/2016
Affiant furthersaysthatthesaid Miami Daily Business
Reviewisa newspaper published at Miami,insaid
Miami-Dade County,Florida andthatthesaidnewspaperhas
heretofore been continuously published insaid Miami-Dade
County,Florida eachday{except Saturday,Sundayand
Legal Holidays)and has been entered as second class mail
matteratthepost office in Miami insaid Miami-Dade County.
Florida,fora period ofoneyearnext preceding the first
publicationofthe attached copyof advertisement;andaffiant
further saysthatheorshehasneitherpaidnor promised any
person,firm or corporation anydiscount.,rebate,commission
orrefundforthepurposeofsecuringthisadvertisementfor
publication inth
Sworn to and subscribed before me this
4 day of NOVEMBER,A.D.2016
(SEAL)
OCTELMA V.FERBEYREpersonallyknowntome
NOTICE IS HEREBY given that the City Commission of the City of South
Miami Florida will conduct Public Hearing®atits regular City Commission
meeting scheduled for Tuesday,.November 15,2016,beginning at 7:00 p.m.,
in the City Commission Chambers,6130 Sunset Drive,to consider the
following item(s):
A Resolution authorizing the City Manager to procure online
registration module of ReCPro with R.C.Systems,Inc.
AResolution authorizing the City Manager to purchase Microsoft
365 software and enter into a licensing agreement with SHI
International Corp.,an authorized contractor for Microsoft,
through a piggyback with the State of Florida Contract No.
4320000-15-02.
/a Resolution authorizing the City Manager to purchase Check Point \
/firewall software appliance from Compuquip Technologies,LLC,j
I an authorized reseller of Check Point LTD,through a piggyback^/
V Wlth the State of Maryland Contract No.060B2490022.^
An Ordinance amending the Land Development Code,Article VI,
Section 20-6.1,and other applicable provisions,to define the term
"less restrictive"asitapplies to the voting requirements of the City
Commission.
An Ordinance vacating and abandoning a portion of SW 82 Street
more fully described in a legal description herein,subject to certain
conditions,including the preservation ofan easement.
An Ordinance amending Section 20-6.1 of the City of South Miami
•Land Development Code,to make corrections and to amend the
membership and quorum requirements for the Planning Board.
An Ordinance amending the,Chapter 2,Article I,Section 2-2.1 (B),
(C)and (C)1 and£to modify the capitalization of key words and
toadd requirements for Sunshine Meetings.
An Ordinance amending the City of South Miami Land Development
Article VI,Section 20-6.1 (B)(4).(a)iii to provide for a recommendation
of the Planning Board when the Board is deadlocked.
ALL interested parties are invited to attend and will be heard.
For further information,please contact the City Clerk's Office
at:305-663-6340.
MariaM.Menendez,CMC
CityClerk
Pursuant to Florida Statutes 286.0105,the City hereby advises the public
that if a person decides to appeal any decision made by this Board,Agency
or Commission with respect to any matter considered at itsi meeting or
hearing he or she will need a record of the proceedings,and that for such
purpose,affected person may need to ensure that averbatim record of the
proceedings is made which record includes the testimony and evidence
upon which the appeal is to be based.16.133/0000168486M '