Loading...
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 '