Loading...
1Agenda Item No:1. City Commission Agenda Item Report Meeting Date: December 1, 2020 Submitted by: Steven Kulick Submitting Department: Finance Department Item Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to purchase annual maintenance and support renewal agreements for the Check Point firewall software appliances for the City and South Miami Police Department and to execute Amendment No. 4 to the City’s piggyback agreement with Compuquip Technologies, LLC. 3/5 (City Manager-Finance Dept.) Suggested Action: Attachments: CM Memo Maintenance & Support Renewal 11.13.20.docx Res CompuquipAmendNo4CArev.docx Amendment No 4 toCompuquipKCArev.docx Res No 228-16-14783.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor & Members of the City Commission FROM:Shari Kamali, City Manager DATE:December 1, 2020 SUBJECT:A Resolution authorizing the City Manager to purchase annual maintenance and support renewal agreements for the Check Point firewall software appliances for the City and the South Miami Police Department onto a piggyback agreement with Compuquip Technologies, LLC. BACKGROUND:The City and the South Miami Police Department previously installed the Check Point firewall appliances and were placed into service by the City’s IT provider, Miami-Dade County ITD. With respect to the Police Department, ITD determined that City of South Miami Police must be isolated onto a dedicated and separate firewall in order to comply with new U.S. Department of Justice, Federal Bureau of Investigation (FBI) and Criminal Justice Information Services (CJIS) Division security policies. Miami-County ITD has reviewed the maintenance and renewal agreements and approved the City to proceed with the purchase. The purchase will be made through a piggyback agreement from the State of Maryland agreement “Hardware and Associated Equipment & Services Contract No. 060B2490022, under the authority of Resolution 228-16- 147783 whereby Compuquip Technologies, LLC is an authorized reseller for Check Point. ACCOUNT:The expenditure of $54,231.92; ($42,882.84, City and $11,349.08, Police) shall be charged to the Fiscal Year 2020-2021 Internet Maintenance account number 001-1340-513-4634 which has a proposed balance of $138,443.11 before this request was made. ATTACHMENTS:Resolution Amendment No. 4 to Piggyback Agreement Resolution 228-16-147783 Piggyback Contract, Compuquip Technologies 2 Page 1 of 2 RESOLUTION NO: _______________1 A Resolution authorizing the City Manager to purchase annual maintenance and 2 support renewal agreements for the Check Point firewall software appliances 3 for the City and South Miami Police Departmentand to executeAmendment No. 4 4 to the City’s piggyback agreement with Compuquip Technologies, LLC.5 WHEREAS, the City and the South Miami Police Department previously installed 6 the Check Point firewall appliances and were placed into service by the City’s IT provider, 7 Miami-Dade County ITD; and8 WHEREAS, Miami-Dade County ITD determined that the South Miami Police 9 Department must be isolated onto a dedicated and separate firewall in order to comply 10 with new U.S. Department of Justice, Federal Bureau of Investigation (FBI) and Criminal 11 Justice Information Services (CJIS) Division security policies; and12 13 WHEREAS, the purchase will be made through and amendment to the piggyback 14 agreement with Compuquip Technologies, LLC, an authorized reseller for Check Point, 15 through a State of Maryland agreement “Hardware and Associated Equipment & Services 16 Contract No. 060B2490022, under the authority of Resolution 228-16-147783; and17 WHEREAS, the combined cost for the Maintenance and Support Renewal 18 Agreements for the City and South Miami Police Department shall not exceed$54,231.92; 19 ($42,882.84, City and $11,349.08, Police) shall be charged to the Fiscal Year 2020-2021 20 Internet Maintenance account number 001-1340-513-4634 which has a proposed 21 balance of $138,443.11 before this request was made.22 NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY 23 OF SOUTH MIAMI, FLORIDA.24 Section 1.The foregoing recitals are hereby ratified and confirmed as being true 25 and correct and are hereby made a specific part of this resolution upon adoption hereof.26 Section 2. The City Manager is authorized to purchase annual maintenance and 27 support renewal agreements for the Check Point firewall software appliances for the City 28 and South Miami Police Department onto to a piggyback agreement with Compuquip 29 Technologies, LLC through a State of Maryland agreement “Hardware and Associated 30 Equipment & Services Contract No. 060B2490022. A copy of the Amendment to the 31 Piggyback Agreement is attached.32 Section 3.Corrections. Conforming language or technical scrivener-type 33 corrections may be made by the City Attorney for any conforming amendments to be 34 incorporated into the final resolution for signature.35 36 3 Page 2 of 2 Section 4. Severability. If any section, clause, sentence, or phrase of this 1 resolution is for any reason held invalid or unconstitutional by a court of competent 2 jurisdiction, this holding will not affect the validity of the remaining portions of this 3 resolution.4 Section 5. Effective Date: This resolution will take effect immediately upon 5 enactment.6 PASSED AND ADOPTED this ___ day of __________, 20207 8 ATTEST:APPROVED:9 10 11 _____________________________________________________12 CITY CLERK MAYOR13 14 15 COMMISSION VOTE:16 READ AND APPROVED AS TO FORM,17 LANGUAGE, LEGALITY AND EXECUTION Mayor Philips:18 EXECUTION THEREOF Vice Mayor Welsh:19 Commissioner Harris:20 _______________________Commissioner Liebman:21 CITY ATTORNEY Commissioner Gil:22 23 24 25 26 4 PIGGYBACK CONTRACT FOR HARDWARE AND ASSOCIATED EQUIPMENT & SERVICES Amendment No. 4 THIS AMENDMENT made and entered into this 1 day of December, 2020 by and between the City of South Miami, a Florida municipal Corporation by and through its City Manager (hereinafter referred to as “City”) and Compuquip Technologies, LLC, (hereinafter referred to as “Contractor,” an authorized reseller for Check Point, LTD. The purpose of Amendment No. 4 to the piggyback agreement dated November 16, 2016 between Contactor and City is to include a Security Management Platform for the Check Point Firewall Appliance for both the City and South Miami Police Department. The terms, products and services encompassed in this amendment are in accordance with the State of Maryland Contract #060B2490022-2015 between Contractor and the State of Maryland. PRICING: Pricing for the Security Management Platform is referenced as Exhibit 1, “Contractor Check Point Quotations,”and shall be in accordance with the State of Maryland Contract #060B2490022-2015. TERMS: All terms and conditions shall apply in the contract between Contractor and the State of Maryland Contract #060B2490022-2015, expiring November 14, 2028. The City, at its sole discretion, may terminate or cancel all services provided by Contractor without notice or penalty. All other provisions of the November 16, 2016 contract between Contactor and City, as currently amended, that are not in conflict with this amendment will remain in full force and effect. If there is any conflict between the two documents, this Amendment No. 4 will take precedence. IN WITNESS WHEREOF, and as the duly authorized agent or representative of the parties, the undersigned have caused this instrument to be signed on or before the day and year first above written. Compuquip Technologies, LLC: By:________________________ ________________________ (type name and title of signatory above) 5 ATTEST:CITY OF SOUTH MIAMI By: ____________________________ By: _________________________ Nkenga A. Payne, CMC Shari Kamali City Clerk City Manager Read and Approved as to Form, Language, Legality and Execution Thereof. By: _____________________________ Thomas F. Pepe City Attorney 6 EXHIBIT 1 PIGGYBACK CONTRACT FOR HARDWARE AND ASSOCIATED EQUIPMENT & SERVICES AS AMENDED CONTRACTOR CHECK POINT QUOTATIONS State of Maryland Contract #060B2490022-2015 7 RESOLUTION 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 Check Point 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 it will be in 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 City will 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 BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA; Section 1.The City Manager is authorized 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 for an amount not to exceed $109,683. Section 2.Severability.If any section,clause,sentence,or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction,this holding shall not affect the validity of the remaining portions of this resolution. Page 1 of2 8 Res.No.228-16-14783 Section 3. Effective Date:This resolution shall take effect immediately upon 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 9 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: The Honorable Mayor &Members of the 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. The City 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 firewall will be used to replace the current Barracuda appliance and software.The Checkpoint firewall provides additional capacity for future growth and additional features not supported by the Barracuda firewall and will also replace the Barracuda Content filter. A brief summary of the additional security features within Check Point is included below: •Secure connectivity for remote end users (non PD)and business to business connections. •Capability to detect and stop communications of infected City systems withcommand and control malware sites (Bot-Nets). •Distributed Denial of Service 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 externally to the City's network and is not protected by a City administered firewall. • Malware/Anti-virus protections for internet surfing and downloads. •Internet Content Filtering for City employees to prevent them from accessing prohibited sites and sites hosting malware. 10 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 City will 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. The purchase will be 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 be charged to the Capital Equipment account number 301-1340-513-6430,which has a balance of $110,000 before this request was made. Attachments:Resolution Proposal,Check Point Piggyback Agreement 11 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 by and through itsCity Manager (hereinafter referredto as "City")and Compuquip Technologies.LLC,anauthorized reseller for Check Point,LTD and a vendor on the Hardware and Associated Equipment & Services Contract through the State of Maryland Contract No,060B2490022-2015. (hereinafter referred to as "Contractor"^. WITNESSETH: WHEREAS,the contract was competitively solicited by the State of Maryland pursuant to RFO No,060B2490022-2015.and Contract No.060B2490022-2015 for Hardware and Associated Equipment &Services,and after completing a competitive bidding process, awardeda contract to Contractor;and WHEREAS,the City of South Miami desiresto utilize the State of Maryland Contract No,060B2490022-2015 for Hardware and Associated Equipment &Services and pursuantto authority of the City of South Miami's Charter. NOW,THEREFORE,the City andthe Contractor,eachthroughtheir authorized representative/official,agree as follows: 1. The City desires to enter into a Contract,underthe sameterms and conditionsas set forthinthe solicitationandthe agreementbetween the Contractorandthe contract for Hardware and Associated Equipment &Services Contract from the State of Maryland Contract No.060B2490022-2015, 2. The City hasreviewedthe contract andagreesto the terms andconditionsto be applicable to a purchase order tobe issued bytheCity and further agrees tothe fair and reasonableness ofthe pricing.Contractor hereby agrees to providesuchgoods 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 hereofby reference. 3.All references in the contractbetween the Contractorandthe State pf Florida competitively solicited by theState of Maryland pursuant to RFONo.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,shallbe assumed to pertainto, andare binding upon Contractor andtheCityof South Miami.All decisions that are to be made on behalf ofthe between die Contractor andthe State of Florida competitively solicitedby the 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. 060B2490022-2015and its agreementwith Contractor,shallbe made by the City Thomas F. Pcpc -01-11-16 Page 1 of6 I 12 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 andthe State of Maryland through Contract No,060B2490022-2015 to the contrary,this agreement shallbe governed by the laws of the State of Florida andvenue for alldispute resolutions or litigation shallbe in Miami-Dade County,Florida. 4.Scope of Goodsand Services. The scope of goods and services are set forth in the attached Attachment A. 5.Contract Price. The contractpriceforthe goodandservicesis set forthin the attached Attachment B.If not otherwise set forth in the Hardware and Associated Equipment &Services contract andthe State of Maryland through Contract No. 060B2490022-2015 Agreement/Contract the Contractor shallbe paidupon delivery of all the goods,the completion of allthe servicesandafterfinalinspectionby the City that approves ofthe goods delivered andthe work performed. 6.Grant Funding: This projectisbeingfundedN/A and Contractor agreesto complywith allthe requirements ofthat Grant,applicable tothedelivery ofthe goodsand services that are the subject ofthisAgreement,andthat are withinits powerto provideand to provide all die documentation withinits control thatis required for the Citytobeableto recoverthe contract price pursuant tothe terms of the grant.A copy of the grant is attached heretoand made a part hereof by reference. 7) Public Records: CONTRACTOR and all 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 of its 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 to be inspected or copied within a reasonable time atacostthatdoesnotexceedthe cost 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,in a 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 Thomas F.Pepe-01-11-16 Page 2 of6 2 13 DUTY TO 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 byjury in 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: This agreementmaybe executed in several counterparts,each of which may be construed asan original. 10.Attorneys'Fees and Costs:Inthe event of any litigation between the parties arising out of orrelatingin any way to this Agreementora breach thereof, eachpartyshall bearitsown costsandlegalfees. Nothing contained herein shall preventor prohibit the right to beindemnified forany attorneyfees incurred inthe defense of anactionby apersonor entity who is not a partyto this Agreement. 11.Severability:If any term or provision of this Agreement orthe application thereof to any personor circumstance shall,to any extent, be invalid or unenforceable, the remainder of this Agreement, orthe application of suchterm orprovisionto personsor circumstances other than those to which it is held invalid or unenforceable,shall not be affected thereby and each term and provision ofthis Agreement shall be valid and enforceable to the fullest extent permitted by law. IN WITNESS WHEREOF,andasthe duly authorized act of the parties,the undersigned representatives of the partiesheretohave causedthis instrumentto be signed in their respective namesby their properofficials on orbeforethe day and yearfirstabove written. Compuquip Technologies,LLC By:Sa^Iy*], Ivan Rezvoy Director of Finance (Type name and title of signatory above) 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 14 Read and Language, Thei Thomas F.Pepe^ City Attorney Thomas F.Pepc-01-11-16 Page4 of6 15 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 16 DEPARTMENT OF INFORMATION TECHNOLOGY (DoIT) Hardware and AssociatedEquipmentandServices 060B2490022-2015 THIS CONTRACT (the "Contract")is made this 2JT day ofZu&bf 20 K%y and between Compuquip Technologies and, on behalf ofthe STATE OF MARYLAND,the MARYLAND DEPARTMENT OF INFORMATION TECHNOLOGY (DoIT). IN CONSIDERATION ofthe following,the parties agreeasfollows: 1.Definitions In this Contract,the following words havethe meanings indicated. 1.1."COMAR"meansthe Code 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 to a Purchase Order(PO). 1.3."ContractManager"meansthe individual identifiedinSection 1.6 oftheRequest for Proposals (RFP),orasuccessor designated by the 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 describedin Section2 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 the user 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 by theDepartment 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. 17 1.17."Sensitive Data"meansany personally identifiable information (PU),protected health information(PHI) orother private/confidentialdata. 1.18. "Software"meanstheobjectcodeversionofcomputerprogramslicensedpursuantto this Contract Embeddedcode,firmware,internal code,microcode,and anyothertermreferringto softwarethat is necessaryfor proper operationis included In this definition of Software. Software includes all prior, current, and futureversions of the Software and all maintenance updatesanderror corrections."Software"alsoincludesanyupgrades,updates,bugfixesor modifiedversionsor backupcopies of theSoftwarelicensedtothe Stateby Contractoror an authorized distributor. 1.19."State"means the State ofMaryland. 1.20."Technical Proposal" means the Contractor's technical proposal dated . 1.21.Capitalized terms not definedherein shall beascribedthe meaning given to them in the RFP. 2.Scope of Contract 2.1. The Contractorshall provide Hardware andAssociated Equipmentand Services,installation and/or training,and/or manufacturer's extendedwarranty, asdescribed in a PORFPorPO, in the followingfunctionalarea(s): FA 3 -Network Communications Equipment FA 4 -Installation &Training Services 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 thereis anyconflictamongtheExhibits,the following order of precedence shall apply: Exhibit A-The RFP Exhibit B- The Contract Affidavit dated Q6/21/2016 Exhibit C -The Technical Proposal. Exhibit D -The Financial Proposal 2.3 A 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,or conflictwith,this Contractoranyof its Exhibits. 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 shall surviveexpiration or termination oftheContract. 18 4.Consideration and Payment 4.L In consideration ofthe satisfactory performance of the Contractand any PORFP and/or PO, the Statewill promptlyprocessa properinvoicefor paymentinaccordancewiththeterms of this Contract. 4.2. Thetotal payment forproducts and servicesprovided underafixed price PO or the fixed price element ofa combinedfixedprice- timeandmaterialsPO,shallbe the firmfixedprice submittedby the Contractor in itsquotationor proposal submitted in response toa PORFP, regardless of the actual cost to the Contractor. 4.3. POsthatincludeatimeandmaterialselementshall include a not-to-exceed (NTE)ceilingfor payments.For timeand materialsPO, orPOs whichincludebothfixed priceandtime and materialselements,totalpaymentstotheContractorforthetimeand materialsportionmaynot exceed the identified PONTE amount.The Contractor shall notifythe Contract Manager,in writing,at least60daysbeforetimeandmaterial obligations areexpectedtoreachthe PONTE Amount.TheContractorshallhaveno obligation to perform thetime andmaterials requirements underthisContractafterpaymentsreachthePONTEAmountThe cessationofthe Contractor'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.Each invoicemust include the Contractor's FederalTaxIdentification Number: 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 andprovideda timespecifiedby the Stateto cure the breach.Iffee breachis notcured withinthe time specified within the notification,the Procurement Officer may refuse or limit approval of any invoice for payment,andmaycause payments tofee Contractor to bereducedor 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. 19 4.7.Payment of aninvoiceby the Stateisnotevidencethat services were rendered as required under this Contractorany applicable PORFP. 5.Patents,Copyrights,Intellectual Property 5.1.If the Contractor furnishes any design,device,material,process,orotheritem,whichiscovered by apatentorcopyright,orwhichis proprietary tooratradesecret of another,the Contractor shallobtainthe necessarypermissionorlicenseto permitthe Stateto use such item oritems. 5.2.Except as provided in Section 5.4 of this Contract,the Contractor agreesthat all documents and materials,includingbutnot limitedto,reports,drawings,studies,specifications,estimates,tests, maps, photographs, designs, software, graphics,mechanical, artwork, computations anddata prepared by or forthe Contractor for purposes of thisContract("Work Product")shallbecome andremainthe sole and exclusive property of the Stateand shallbe availableto the Stateatany time. The State shall have fee rightto usethe same without restrictionandwithout compensation to fee Contractorotherthan thatspecifically providedby this Contract. 5.3. Except as providedin Section 5.4 of this Contract,theContractoragreesthatatall times during the term of this Contract and thereafter,Work Product shall be "works made for hire" as feat term is interpretedunderU.S. copyrightlaw andshallbe owned by the State.Ownership includes fee rightto copyright, patent,register,andfeeabilityto transfertheserightsandallinformationused to formulate such Work Product. In the event any Work Product is or may not be considered a work made forhireunder applicable law,Contractor assignsandtransfersto the Statetheentire right,title,and interest in andto allrightsin feeWork Product andany registrations and copyrightapplications relatingthereto andany renewals andextensions thereof.Contractor shall execute alldocuments andperformsuchotherproperactsas the Statemay deem necessaryto secure forit the rights pursuantto this section. 5.4. Notwithstandinganything to fee contrary inthis Contract,to feeextent (i) feeWork Product 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 andnot solely using fundsfromthis 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 connectionwith anyclaimtheWork 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 20 withheld in fee State's sole and absolute discretion. 5.6. Except ifContractor has pre-existingknowledge of such infringement,Contractor'sobligations underthis sectionwill not applytothe extent anyThird-partyIntellectual Propertyinfringes, misappropriates orotherwise violatesany thirdpartyintellectualrightsasaresult of modifications made by fee State in violation ofthe license granted to fee State pursuant toSection 5.4;providedthatsuch infringement,misappropriation orviolationwould not have occurred absent such modification. 5.7.Without limitingContractor's obligationsunderSection 5.5,if all orany part ofthe Work Product oranyThird Party Intellectual Property isheld,or Contractor orthe State reasonably determines feat it couldbeheld,to infringe,misappropriate or otherwise violateanythirdparty intellectualpropertyright,Contractor (after consultation wife fee Stateandatno cost tothe State):(a)shall procure forthe Statethe rightto continue usingtheitemorservicein accordance wife itsrightsunderthis Contract;(b)replace feeitemorservicewife anitem thatdoesnot infringe,misappropriate or otherwise violateany third party intellectual property rights and,in fee State's soleandabsolute determination,complieswiththe item's specifications asdefinedin this Contract,andallrights of use and/or ownership set forth in this Contract;or(c)modify the 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 to fee 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 ofany Open Source License. 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 under this Contract. 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 21 its subcontractors under this Contract:(a)tangible property damage,bodily injury and death,to theextentcausedby or contributedto by Contractor or its subcontractors and(b)fraudorwillful misconduct of Contractor or its subcontractors.Such indemnification shah include all related defensecosts and expensesattributabletofeeclaims of thirdparties, including,butnot limited to, reasonable attorneys' feesandcosts of investigation,Utigation,settlement,judgments,interest and penalties. 6.2 UponfeeState's requestof indemnification underSection5 or6,Contractorshallbe entitledto controlfee defense or settlement of feerelevantclaimwithcounselreasonably satisfactorytofee State. The State will: (a) provide reasonable cooperation to Contractor in connection wife the defense or settlement of the claim, at Contractor's expense; and (b) be entitled to participate in fee defense ofthe claim, at itsown expense. 6.3. The State has no obligation to provide legal counsel or defenseto the Contractor or its subcontractorsin the event thata suit, claimoractionof anycharacteris broughtby any person not party to this Contract against the Contractoror its subcontractors as a result of or relating to the Contractor's obligations under this Contract 6.4. The Statehas no obligationfor fee payment of anyjudgments or fee settlement of any claims againstthe Contractor or its subcontractors asa result oforrelating to fee Contractor'sobligations under this Contract. 6.5. To fee extentpermitted by applicable law,theContractorshallimmediately notify the Procurement Officer of any claim or suitmade or filed againstfee Contractor or its subcontractors regardinganymatter resulting fromorrelatingtofeeContractor's obligations underfee Contract, andwill cooperate,assist,andconsultwiththe State infee defenseor investigation of anythirdpartyclaim,suit,oractionmade orfiledagainstfeeStateasa resultof or relating to the Contractor's performance underthis Contract. 6.6. This Section6 shall survive expirationorterminationof this Contract 7-Limitations of Liability Contractor shallbe liableforany lossor damage to theStateoccasionedby the actsor omissions of Contractor,its subcontractors,agents or employees,including but notlimitedto 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. Forall otherclaims,damages,loss,costs,expenses,suits,or actionsinanyway relatedtothisContract where liability isnot otherwise set forthasbeing"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 this limitationofliabilityonlyiftheStateis immune from UabiUty.Contractor's liability for third-party claims arising under Section 6ofthis Contract shallbe unlimitediftheState is not immune from UabiUty forclaims arisingunderSection6. 7.4. Inno eventshallthe existence ofa subcontract operateto releaseorreducethe UabiUty of Contractor hereunder.For purposes ofthis Contract,Contractor agrees II 22 that all Subcontractors shall be held to be agents of Contractor. 8.Prompt Pay Requirements 8.1. If fee Contractorwithholds paymentof an undisputed amountto its subcontractor,the State,at its optionand in itssole discretion,may takeoneormoreof thefollowingactions: (a)Notprocessfurther payments to the Contractor until payment tofee subcontractor isverified; (b) Suspendall or some of the Contractworkwifeoutaffectingfee completiondate(s) for fee Contract work; (c) Pay or cause payment of the undisputed amount to the subcontractor from monies otherwise due or feat may become due to the Contractor; (d) Placea paymentforanundisputed amount inan interest-bearing escrow account; (e) DefaultContractorforfailingto performinaccordancewithfeerequirementto promptly pay subcontractors;or (f) Takeotheror further actionsas appropriateto resolvethe withheld payment 8.2. An "undisputedamount" means an amountowedby the Contractorto a subcontractor for which thereisno goodfaith dispute.Such "undisputed amounts"include(a) retainagewhichhadbeen withheldand is,by theterms of the agreement betweenfeeContractorandsubcontractor,dueto be distributed tothe subcontractor and(b)anamountwithheld because ofissuesarisingoutofan agreement or occurrenceunrelated to fee agreementunderwhich fee amount iswithheld. 8.3. Anact,failuretoact,or decision ofa Procurement Officerora representative offee Department or Requesting Agency concerning a withheld paymentbetween the Contractor and subcontractor under thisContract, may not: (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. 8.4 The 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 upon acceptance by the State. 10*Source Code Escrow SourceCodeEscrowis notrequiredfor this 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 23 ofnon-pubUc data as directed in Section 16.17. 12*Markings TheContractorshall notaffix (orpermit anythirdparty to affix),withoutfee Departmentor Requesting Agency's consent,any restrictive markings uponanyWorkProductand ifsuchmarkings are affixed,theDepartmentor Requesting Agency shallhavetherightat anytimeto modify,remove, obUterate,or ignore such warnings. 13.Exclusive Use and Ownership ContractorshaUnot use, sell,sub-lease, assign,give,orotherwisetransfer to any thirdparty anyofeer informationor material providedto Contractorbyfee Departmentor Requesting Agency or developedby Contractorrelatingto fee Contract,exceptfeatContractormay providesaid information to any of its officers, employeesand subcontractorswho Contractorrequires tohave said information forfulfillment of Contractor'sobligations hereunder.Each officer,employee and/orsubcontractorto whom any of fee Departmentor Requesting Agency'sconfidentialinformation is to be disclosedshaU beadvisedbyContractorofandboundbyfee confidentiality and inteUectual propertytermsofthis Contract. 14.Notification of Legal Requests The Contractor shall contact the State upon receipt of any electronic discovery,litigation holds, discovery searches and expert testimonies related to the State's data under this Contract, or which in any waymightreasonablyrequireaccessto thedataoffee State,unless prohibitedby law from providingsuchnotice. TheContractorshallnotrespondtosubpoenas,service ofprocessand other legalrequestsrelated to the Statewithout firstnotifyingthe State,unless prohibited by law from providingsuchnotice. 15.Effect of Contractor Bankruptcy AU rights and licenses granted by the Contractorunderthis Contractare arid shall be deemed to be rights and Ucensesto "intellectual property," andthe subject matter of this Contract, including services, isand shall be deemedto be "embodiments of intellectual property"for purposes ofand as such termsare used and interpretedunder §365(n)of the UnitedStatesBankruptcy Code ("Code") (11 U.S.C.§365(n)(2010)).The Statehastherightto exerciseall rights andelectionsunderthe Codeand all ofeerapplicablebankruptcy,insolvency and similarlaws with respect tothisContract (including aU executorystatement of works).Without limitingthe generaUty of the foregoing,iffee Contractoror its estate becomessubject to anybankruptcyor similarproceeding: (a) subject to fee State's rightsof election,allrightsand licenses grantedtotheStateunder thisContractshallcontinue subjecttothe respective termsand conditions ofthis Contract;and(b)theStateshallbeentitledtoa complete dupUcate of (or complete accessto,as appropriate)all suchintellectualpropertyand embodiments of inteUectual property,andthe same,ifnot alreadyin the State's possession,shaU be promptly delivered tothe State,unlessthe Contractor elects toanddoesinfact continue to perform all of its obUgations under this Contract. 16.Confidentiality SubjecttotheMarylandPublicInformationActandanyotherapplicablelaws,aU confidential or proprietary information and documentation relating toeitherparty (including without limitation,any informationordata storedwithinfee Contractor'scomputersystems)shaUbe held in absolute confidenceby fee other party. Each party shaU,however,bepermitted to disclose relevant confidential informationto itsofficers,agentsand employees to theextent thatsuch disclosureis necessaryfor theperformanceoftheir dutiesunderthisContract,providedthedatamaybe collected, used, disclosed,stored and disseminatedonlyas providedby andconsistent with fee law. The 13 24 provisions ofthis sectionshallnot 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 to anyother 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 Terms andConditions airei mandatory ContractTerms andcannot and wiU not be revised. 18.1.Pre-Existing Regulations In accordance with the provisions of Section 11-206 of the State Financeand Procurement 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.Any andall references to the Annotated Code 6f Marylandcontainedin this Contractshallbe construedto refer to 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 termination clausein this Contract.The effect of termination of fee Contracthereunder wiU beto discharge bothfee Contractor and the State of Maryland from future performance ofthe Contract,but not frpin their tights and obUgations existingat feetime 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 25 18.4.Cost and Price Certification The Contractor,by submittingcostorpriceinformationcertifies feat,to thebest of its knowledge, feeinformationsubmittedis accurate,complete,andcurrentas of amutually determinedspecifieddatepriorto theconclusion of any pricediscussionsor negotiations. The priceunderthis Contract (including anyPO)andanychangeorderormodification hereunder,includingprofitor fee,shallbe adjustedto exclude any significantprice increases occurringbecause the Contractor furnished cost orpriceinformation which, as of fee date agreed uponbetweenthe parties,was inaccurate,incomplete,ornot current. 18.5.Contract Modifications The ProcurementOfficer may, atanytime,by writtenorder,make changesin fee work within the generalscope ofthe Contractora PO.No otherorder, statement orconduct of fee Procurement Officer or any ofeer personshaUbe treatedasa change or entitle fee Contractor to an equitable adjustment under this section. Except as otherwise provided in this Contract, if any changeunderthis section causesanincreaseordecreasein fee Contractor's cost of, or thetime required for,the performance of any part of feework, anequitableadjustmentin fee Contractprice shaU be made andtheContractmodified in writing accordingly.Pursuantto COMAR 21.10.04,fee Contractormust assertinwriting itsright to anadjustment underthis section andshallinclude awritten statementsetting forthfee natureand cost of such claim. No claimby the Contractor shallbeallowedif asserted afterfinalpaymentunderthis Contract.Failure toagreeto anadjustmentunderthis sectionshallbe a disputeunder Section 18.8,Disputes.NothinginthissectionshaU excusethe Contractor from proceeding with the Contract as changed. 18.6.Termination for Default If fee Contractor fails to fulfill its obUgations underthisContractproperlyandontime, or ofeerwiseviolates any provision of fee Contract,feeStatemay terminate fee Contract by writtennoticetothe Contractor.The notice shaU specifythe actsoromissionsrelieduponas causefor termination.All finished orunfinishedworkprovidedby the 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 causedby the Contractor's breach.Ifthe damages are more than fee compensation payable tothe Contractor,the Contractor will remain liable aftertermination andfee Statecan 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,wheneverfee State shall determine feat suchterminationis inthe best interest ofthe State.The Statewill pay aU reasonablecosts associated withthis Contract thatthe Contractor has incurred upto the date oftermination, and all reasonable costs associated with termination of fee Contract.However,the Contractor 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 26 and Procurement Article of feeAnnotatedCode ofMaryland,asfromtime to time amended, and COMAR 21,10 (Administrativeand CivU Remedies).Pendingresolution of aclaim,the Contractor shallproceeddiUgently with fee performance ofthe Contractin accordance with fee Procurement Officers decision.Unless a lesser periodis provided by applicable statute, regulation,orthe Contract,feeContractormust file awritten notice of claim with the Procurement Officer within30daysafterfeebasisfortheclaimisknown orshouldhave been known, whichever is eariier.Contemporaneously with orwithin 30 days of fee filing of anotice ofclaim,but no laterthanfee date of final paymentunderthe Contract,the Contractormust submit to fee ProcurementOfficer its written claim containingthe information specified in COMAR 21.10.04.02. 18.9.Living Wage If a Contractor subjectto the LivingWage law failsto submit allrecordsrequiredunder COMAR 21.11.10.05 to theCommissioner ofLaborandIndustryatthe Department of Labor, LicensingandRegulation,theDepartmentorRequesting Agency may withhold payment of any invoiceor retainage.The Department orRequestingAgencymay require certification fromthe Commissionerona quarterly basisthatsuch records wereproperlysubmitted. 18.10.Non-Hiring of Employees No official oremployee of fee State ofMaryland,asdefined underGeneralProvisions 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 of fee 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 under Title 19 of fee State Financeand ProcurementArticle of the Annotated Code 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 in all 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 27 Contractor understands that a material violation of this clause shall be considered a materialbreach of this Agreementandmayresult interminationof thisContract, disquaUfication of Contractor from participating inState contracts,or ofeer sanctions. Thisclauseis not enforceable by orforthebenefitof, andcreatesno obligation to, any third party. 18.12.2.Asa conditionofenteringinto feis Contract,uponfeerequest of fee Commission on CivilRights,andonlyafterfeefilingofacomplaintagainstContractorunderTitle 19 of feeStateFinanceand Procurement Articleof fee Annotated Codeof Maryland,as amendedfrom timeto time, Contractoragreesto providewithin60 days afterthe request a complete Ust ofthe names of aUsubcontractors, vendors, and suppUers that Contractor hasused in thepast four (4) yearson any of its contracts feat were undertakenwithinfeeStateof Maryland,includingthe totaldoUaramountpaidby Contractor on each subcontract or supply contract,Contractor further agrees to cooperateinany investigationconductedbythe Statepursuantto fee State's Commercial Nonfescrimination Policy as set forth under Title 19 of the State Finance and Procurement Article of fee Annotated Code ofMaryland, and to provide any documents relevant to any investigation that are requested by fee State. Contractor understands feat violation of this clause isa material breach of this Contract and may result in Contract termination,disqualificationby the State fromparticipating inState contracts,and ofeer sanctions. 18.13.Subcontracting and Assignment The Contractormay not subcontractanyportionoffee productsor services providedunder this Contractwifeout obtaining fee prior written approval offee Procurement Officer, nor may fee ContractorassignthisContractor anyofits rightsor obligationshereunder,wifeout feeprior writtenapprovalof the State.Anysuchapprovals shaU be at fee State's soleand absolute discretion.Any such subcontract or assignmentshall includethe terms of this Contractandanyothertermsand conditions thattheStatedeemsnecessaryto protectits interests.TheState shaU notbe responsible forthefulfillmentoftheContractor's obUgations to any subcontractors. 18.14.Minority Business Enterprise Participation 18.14.1.Establishment of Goal and Subgoals. MBE subcontractor participation goaland subgoals havebeen established forthis procurement as described in section 1.24offee RFP. 18.14.2.Liquidated Damages 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 to lossof goodwiU,detrimental impacton economic development,and diversion of internal staffresources, if the Contractor does not make goodfaith 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 28 damagesto the Stateat fee ratessetforthbelow. TheContractorexpressly agreesthatthe Statemay withholdpaymenton any invoicesas a set-off against liquidateddamages owed. The Contractorfurther agrees that for each specified violation,feeagreedupon liquidated damagesarereasonablyproximateto the loss the State is anticipated to incuras a result of such violation. i.FaUure tosubmiteach monthly paymentreportin full compliance with COMAR 2L11.03.13B (3):an amount ner riav established at the PORFP level per dayuntilthe monthly reportis submittedas required. ii. Failureto includein its agreementswith MBE subcontractorsa provision requiringsubmissionofpaymentreports infullcompliancewith COMAR 21.11.03.13B (4); an amount ner dav established at the PORFP level per MBE subcontractor. iii.Failureto comply wife COMAR 21.11.03.12 in terminating,canceUng, or changingthescope ofwork/valueofa contractwith an MBE subcontractor and/or amendment oftheMBEparticipation schedule:fee difference betweenfeedollarvalueoffeeMBE participation commitment ontheMBE participation scheduleforfeatspecificMBE firmandfee doUar valueofthework performed bythatMBEfirmforfee contract. iv. Failureto meetfee Contractor's totalMBE participation goalandsub goal commitments:the difference between the dollar value ofthe total MBE participation commitment ontheMBE participation scheduleand theMBE participation actuaUy achieved. v. Failuretopromptlypay aU undisputed amountsto an MBE subcontractor in full compliance withfee prompt payment provisions ofthis Contract: an amount ner day established at the PORFP level per day untilfee undisputed amount duetofeeMBEsubcontractor is paid. Notwithstanding feeuseof Uquidated damages,fee State reserves therightto terminate fee Contract and exercise aU ofeer rights andremedies provided in the Contractor bylaw. 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 invoicesover 30 days oldfrom certifiedMBE subcontractors andthe reasonfor nonpayment;and 18 29 (b) The monthly report of each certified MBE subcontractor,which listspaymentsreceived from the Contractorin fee preceding 30 days andinvoices forwhichfeesubcontractorhas not been paid. B) Ifthe Department or Agencydetermines feat fee Contractor is not in compUancewith certifiedMBE participation goals, then fee Department or Agency wiUnotify the Contractor in writing of its findings,and will requirethe Contractor to take appropriate corrective action.Corrective action may include, but is not limited to, requiring the Contractor to compensate fee MBE for work performedas set forth in the MBE participation schedule. C)If fee Department or Agency determines feat the Contractor is in materialnoncompliancewith MBE Contractprovisionsand refuses or fails to take the corrective action feat fee Department or Agency requires, then fee Department or Agency may: (1)Terminate the Contract; (2) Refer the matter to fee Office of fee Attorney General for appropriate action; or (3)Initiate anyofeer specificremedyidentifiedby this Contract. 18.14.3.2. Uponcompletionofthe contract,butbefore final paymentor release of retainageor both,fee Contractorshallsubmit a finalreport,in affidavitform underfeepenaltyof perjury,of allpaymentsmade to, or withheldfromMBE subcontractors. 18.15.Insurance Requirements The Contractorshallmaintain 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 Thereisno VSBE subcontractor participation goalfor feis procurement. 18.17.Security Requirements and Incident Response The Contractor agrees to abide by aU applicable federal,State and local laws concerning 19 30 informationsecurityand complywithcurrentStateand Department of Information Technologyinformationsecurity policy, currentlyfound at http://doit.marvland.gov/Publications/DolTSecuritvPolicv.pdf.Contractor shaU limitaccess to andpossession ofSensitiveDatato only employees whose responsibilities reasonably requiresuchaccessor possessionandshall trainsuchemployeesonthe ConfidentiaUty obligationssetforth herein.This Section 18shallsurviveexpirationor tennination of this Contract. 18.18.Suspension of Work The Procurement Officerunilaterallymay ordertheContractorin writingto suspend,delay, or interruptaUor any part of its performancefor suchperiod of timeas the Procurement Officermaydeterminetobe appropriateforthe convenience oftheState. 18.19.Nonvisual Accessibility Warranty 18.19.1.TheContractor warrants that fee informationtechnology tobe provided under the Contract. (a) providesequivalentaccess for effective use by both visual and non-visual means; (b)wiU present information,including promptsusedforinteractive communications,in formats intended for both visual and non-visual use; (c) ifintendedforuseina network,canbe integrated intonetworksfor obtaining, retrieving, and disseminatinginformationused by individuals who arenot 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 andhardwareusedfor non-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 to fee payment oftaxes and employeebenefits,andfeat it shaU notbecome so in arrears duringthe terra of feis Contract; 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 31 18.21.Contingent Fee Prohibition The Contractor warrants thatithasnot employed or retained anyperson,partnership, corporation,or otherentity,otherthana bonafide employee orbona B6&agent working for the Contractor tosolicitor secure this Contract,andthatithasnotpaidor agreed topayany person,partnership,corporation or ofeerentity,otherthanabonafideemployeeorbonafide agent,anyfeeor ofeer consideration contingent onthe making of this Contract. 18.22. Delays and Extensions of Time The Contractoragreestoperformthis Contractcontinuouslyanddiligently.No chargesor claims for damages shall be made by fee Contractor for anydelays or hindrances from any cause whatsoever during fee progress of any portion ofthework specified in this Contact. Time extensions wiUbe granted only for excusable delays that arise from unforeseeable causes beyond fee control andwithoutfee fault or negligence of the Contractor, including but not restricted to acts of God, acts of the public enemy, acts of the State in either its sovereign or contractualcapacity, acts of another contractor in the performance of a contract wife fee State,fires, floods, epidemics, quarantinerestrictions, strikes, freight embargoes, or delays of subcontractorsor suppliersarisingfromunforeseeablecausesbeyondfee control andwifeout fee fault ornegligenceof eitherthe Contractoror the subcontractorsor suppliers. 18.23.Financial Disclosure TheContractorshall complywiththe provisionsof §13-221 ofthe StateFinanceand ProcurementArticle of the AnnotatedCode of Maryland,which requires feat every business that enters into contracts,leases,or otheragreementswifethe Stateof Maryland or its agenciesduringa calendaryearunderwhichthe businessisto receive infee aggregate $100,000 ormore, shall,within30daysof fee timewhen the aggregatevalue of these contracts,leasesor ofeer agreements reaches $100,000,filewifethe Secretary of State 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 more contributionsin a cumulativeamount of$500 or morewere made during the reporting 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,thentwicea year,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 and Subcontractors shall retain and maintain aU records and 21 32 documents inanyway relatingtothisContractforthree(3)yearsafterfinal payment bytheStateunderthis Contract,orany applicable statuteof limitations,prevailing federal or Statelawor regulation,or condition of award,whichever islonger,and shaUmakethemavailable forinspectionandauditby authorizedrepresentatives of the State,includingfee Procurement Officer or theProcurement Officer's designee, at aUreasonabletimes.The Contractor shaU,uponrequestby feeDepartment,surrender all and everycopy of documentsneededby theState,including,butnotlimited to itemized bilUng documentationcontainingthedates,hours spent andwork performed by the Contractor and its subcontractors under fee Contract.The Contractor agrees to cooperate fullyin any audit conductedby or onbehalf offee State, including,byway ofexampleonly,makingrecordsandemployeesavailableas,where,andto fee extentrequestedby fee Stateandbyassistingfeeauditorsin reconciling any audit variances.Contractorshallnotbe compensated forprovidinganysuchcooperation and assistance.All records relatedin any wayto theContract areto beretained for the entire time provided under thissection. 18.25.2 The State reserves theright,atitssole discretion andat anytime,toperformanaudit ofthe Contractor's and/or Subcontractors'performance under thisContract. Inthis Contract, anauditis definedas a plannedanddocumentedindependentactivity performed byqualified personnel,includingbutnotlimitedto Stateandfederal auditors,to determineby investigation,examination,or evaluationofobjective 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 overtheservicesbeingperformedforthe State. 18.25.3 Uponthree(3)business days*notice,Contractor and/or Subcontractors shaU provide theState reasonable access during normal business hourstotheir records to verify conformance tofeetermsofthis Contract.TheStateshall bepermittedto conduct these audits wife anyor aU ofits own internal resources orby securing the services of a thirdparty accounting/audit firm,solelyat theState'selection. TheStateshallhave fee right to copy,atitsownexpense,any record related tofee services performed pursuant to feis 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 to the servicesprovided to feeStateunder this 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)and State 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 33 19.2. direction of the Contract Manager and,as appropriate,fee Procurement Officer.AU matters relatingto the interpretation of thisContractshall bereferredto the ProcurementOfficerfor determination. Notices AU noticeshereunder shall bein writing andeither delivered personaUy orsentby certified or registeredmail, postageprepaidas foUows: If to fee State: State ofMaryland Department ofInformation Technology 45 Calvert Street Annapolis, MD 2140 M 907 With a copy to: Gayle Mealy Department of Information Technology (DoIT) 45 Calvert Street,Rm 424A AnnapoUs,MD 21401-1907 Gayle.Mealy@maryland.gov If to fee Contractor: Attn: EN WITNESS THEREOF,thepartieshaveexecutedthisContractas of the date 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 34 £-.Approved for form and legal sufficiency this / /day of si^S 20/j£?. Assistant Attorney General APPROVED BY BPW: (Date)(BPW Item #) 24 35 ATTACHMENTS -Contract Affidavit „**"*- A.AUTHORITY I HEREBY AFFIRM THAT: I,ivan Reavoy (name of affiant), am the Director of finance (title) and duly authorizedrepresentative of Compuquip Technologies.LLC (name of businessentity)and I possess the legal authority to make this affidavit on behalf of the business for which I am acting. B,CERTIFICATION OF REGISTRATION OR QUALIFICATION WITH THE STATE DEPARTMENT OF ASSESSMENTS AND TAXATION I FURTHER AFFIRM THAT: The businessnamed above is a (check applicablebox): (1) Corporation—O domesticor D foreign; (2)Limited Liability Company •*-H domestic or•foreign; (3) Partnership—D domestic or • foreign; (4) StatutoryTrust—D domesticor •foreign; (5)• Sole Proprietorship. andis registered or qualified as required under Maryland Law.1 fiirther affirmthatthe above businessis ingoodstandingbothin 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: Name and Department ID Number:Address: and that if it does business under a trade name,it has filed a certificate with the State Department of Assessments andTaxationthat correctly identifies thattruenameand address ofthe principal or owner as: Name and Department ID Number:. Address: C.FINANCIAL DISCLOSURE AFFIRMATION I FURTHER AFFIRM THAT: I am awareof,and the abovebusinesswill complywith,theprovisions of StateFinanceand Procurement Article,§13-221,Annotated Code of Maryland,whichrequirethatevery business thatentersintocontracts,leases,orother agreements withtheStateof Marylandorits agencies 25 36 during a calendar yearunderwhich the businessis to receivein the aggregate $100,000ormore shall,within 30 days ofthe time whenthe aggregate value ofthe contracts,leases,or other agreementsreaches $100,000,file with theSecretary 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 yearin whichthe person receives a contract with a governmental entityin the amount of $200,000 of more,shall file withthe State Board ofElections statements disclosing:(a)anycontributions made during thereporting period toa candidate for4 elective officein any prhnary or general Section;and(b)thename of eadh candidate towhom oneor more contributions ina cumulative amount of $500 ormore were made during fhe.r^ortihg period.The statementshallbe filedwiththeStateBoard ofElections:(a)beforeexecution of a contract by the 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 37 business*workplace and specifying the actionsthatwill be taken against employees for violation ofthese prohibitions; (c) Prohibitits employees from working underthe influence of drugs or alcohol; (d) Not hireor assign to work on the contractanyone who the business knows, or in the exercise of due diligence should know,currently abuses drugsor alcohol andis not actively engaged in abona fide drug or alcohol abuseassistanceorrehabilitation program; (e) Promptly inform the appropriatelaw enforcement agency of every drug-related crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred; (f) Establishdrug andalcoholabuse awareness programs to inform its employees about: (i)The dangers of drug and alcohol abusein the workplace; (ii) The business'spolicy of maintainingadrugandalcoholfree workplace; (iii)Any available drugand alcohol counseling,rehabilitation,and employee assistance programs;and (iv) The penaltiesthat may be imposedupon employees who abusedrugsandalcoholin the workplace; (g)Provide allemployees engagedin the performance of thecontractwith acopy of the statement required by §E(2)(b), above; (h) Notify its employees inthe statement required by §E(2)(b),above, thatasacondition of continued employment on the contract,theemployee shall: (i) Abide by the terms of the statement;and (ii)Notify the employer of any criminaldrugoralcoholabuse conviction for an offense occurring in the workplace not laterthan5days after aconviction; (i)Notify the procurement officer within 10 daysafterreceiving notice under §E(2)(h)(ii), above, or otherwise receiving actualnotice of aconviction; (j)Within 30 days afterreceiving noticeunder §E(2)(h)(ii),above, or otherwise receiving actual notice of a conviction,impose either ofthe following sanctions orremedial measures on any employee who is convicted of adrugoralcoholabuse offense occurringin the workplace: (i) Take appropriatepersonnel actionagainstan employee,up to and including termination;or (ii) Requirean employee to satisfactorily participate in abona fide drugoralcoholabuse assistanceorrehabilitation program;and 27 38 (k) Makeagood faitheffort to maintainadrugand alcohol freeworkplacethrough implementation of §E(2)(a)—(j), above. (3)If thebusinessis anindividual,the individual shallcertifyandagreeasset forth in §E(4), below, thattheindividualshallnot engageintheunlawful manufacture,distribution,dispensing, possession,oruse of drugsorthe abuse ofdrugs oralcoholinthe performance ofthe contract. (4) I acknowledge and agree that: (a) The award of the contractis conditional upon compliance with COMAR 21.11.08 and this certification; (b)The violation ofthe provisions ofCOMAR 21.11.08 orthis certification shallbe causeto suspendpayments under, orterminatethecontractfordefaultunder COMAR 21.07.01.11 or 2L07.03.15,as applicable;and (c) The violation ofthe provisions of COMAR 21.11.08 orthis certificationin connection with the contractmay, in the exercise ofthe discretion of the Board ofPublic Works,result in suspension and debarment of the business under COMAR 21.08.03. F.CERTAIN AFFIRMATIONS VALID I FURTHER AFFIRM THAT: To the best ofmy knowledge,information, andbelief, each ofthe affirmations, certifications,or acknowledgements contained inthat certain Bid/Proposal Affidavit dated , 20 , andexecuted by me forthe purpose ofobtaining the contractto which this Exhibit is attached remainstrueandcorrectin allrespectsas if madeas ofthedate ofthis Contract Affidavit andas if fully set forthherein. 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 39 Agency Contact: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:Hardware and Associated Equipment & Services (Hardware 2012) eMM Solicitation No.:MDF5031024526 ADPICSBPONo.:060B2490022,COG75325 Contract Description:Multiple award, indefinite quantity,purchase order request for proposals- based Master Contract to provide hardware,installation,training services and manufacturer's extended warranty,excludes laptops and desktops. Award:See Page 9D-10D Term:7/1/2016-11/24/2027 (11 years) Amount:$100,000,000 Procurement Method:Competitive Sealed Proposals Proposals:66 proposals received MBE Participation:1%(Functional Area IV only) Incumbent:73 Master Contractors Remarks:Reference is madeto DoIT Item4-lT (11/14/12)inwhichthe Board of Public Works approved the award of Master Contracts for hardware,installation,training services and manufacturer's extendedwarranty.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 of the availability of the Request for Proposals was advertised on eMarylandMarketplace.com and on DoIT's website.An e-mail notice was delivered to all prospective offerors identified as capable of delivering the services in the State Minority Business Enterprise Directory. 29 40 3 IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd) Remarks:(cont'd)For this expansion window, DoIT received 66 proposals. DoIT is recommending award of Master Contracts to 35 qualified offerors.Of the 35, 16 are Maryland resident businesses,7 small businesses,and 6 are MBEs. (Thereare potentially an additional 25 offerors that maybe addedto for this expansionwindow once DoIT has received notification that they are either in good standing with SDAT or have registered to do business withthe State.DoITwillreturntotheBoard seeking approval for any additional awards.) Through the expansion window,DoIT added Functional Area VI -Security,Cameras and AssociatedPeripherals,bringingthe total number of functional areas to six: 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 41 3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd) Remarks:(cont 'd)Because the remaining term of this Hardware Master Contract is approximately 11+years, the State will receive the full benefit of any maintenance agreement associated with PORFPs from the Hardware Master Contract. Hardware Master Contracts Amount: Board approved $57 million ceiling for.DoITItem 4-IT (11/14/2012) Board approved$35 million increasein ceiling.DoIT Item 2-TT-MOD (10/15/2014) Board approved $12 million increase in ceilingbringing total authorized Hardware Master Contracts to $104 million.DoIT Item 4-TT-MOD [3/23/2016] DoIT recommendsincreasingthe ceiling amountby $100 million.This amountwas determined by using spend statistics over the past three years of the contract. DoIT will provide additional expansion windows for this Master Contract every three years. DoIT will returnto the Board to seek approvalof additionalofferors or if an increase in the not- 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 42 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 Applied NetworkConsulting Group, 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 43 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 44 DoIT 6D Supplement D Department of Information Technology ACTION AGENDA June 22,2016 Agency Contact:Al Bullock (410)260-6256 \Al.Bullock@marylandgov Carta Thompson(410)260-6155 Carta.Thompson@maryland.gov 3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY Contract ID:Hardware and Associated Equipment & Services (Hardware 2012) eMM Solicitation No.:MDF5031024526 ADPICS BPO No.:060B2490022,COG75325 Contract Description:Multipleaward, indefinite quantity,purchase order request for proposals- based Master Contract to provide hardware, installation, training services and manufacturer'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 is madeto DoIT 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 on the 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 of the availability of the Request for Proposals was advertised on eMarylandMarketplace.com and on DoIT's website. An e-mail notice was delivered to all prospective offerors identified as capable of delivering the services in the State Minority Business EnterpriseDirectory. 45 DoIT 7D Supplement D Department of Information Technology ACTION AGENDA June 22,2016 3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd) Remarks:(cont'd)For this expansion window, DoIT received 66 proposals. DoIT is recommending award of Master Contracts to 35 qualified offerors.Of the 35, 16 are Maryland resident businesses,7 small businesses,and 6 are MBEs. (There are potentially an additional 25 offerors that may be added to for this expansion window once DoIT has received notification that they are either in good standing with SDAT or have registered to do business with the State. DoIT will return to the Board seeking approval for any additional awards.) Through the expansion window, DoIT added Functional Area VI - Security,Cameras and Associated Peripherals,bringing the total number of functional areas to six: Functional Area I -Servers and Associated Peripherals Functional Area II -Printers and Associated Peripherals Functional Area III -Network Communications Equipment Functional Area TV -Installation and Training Services Functional Area V -Manufacturer's Extended Warranty Functional Area VI - Security, Cameras and Associated Peripherals (NEW) A using agency that seeksto procure hardware,installation,training services,or manufacturer's extended warranty will issuea competitive Purchase Order Request for Proposal to all Master Contractors within the appropriate functional area who are authorized to providethe 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 functionalarea.Master Contractorsaffirmedthattheir pricesforthe PORFPswill not exceedthe 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 withthe 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 extensivevarietyof hardware and associated services.State agencies will obtain hardware, installation, training and maintenance services quickly and efficientlyby issuing PORRPs specific to each agency's needs.This contracting vehicle is also available to Maryland counties and municipalities. 46 DoIT 8D Supplement D Department of Information Technology ACTION AGENDA June 22,2016 3-IT.DEPARTMENT OF INFORMATION TECHNOLOGY (cont'd) Remarks:(cont'd)Because the remaining term of this Hardware Master Contract is approximately 11+years, the State will receive the full benefit of any maintenance agreement associated with PORFPs from the Hardware Master Contract. Hardware Master Contracts Amount: Board approved$57 million ceilingfor.DoTTItem 4-IT (11/14/2012) Board approved $35million increase in ceiling.DoITItem 2-TT-MOD (10/15/2014) Board approved $12 million increasein ceilingbringingtotalauthorizedHardwareMaster Contractsto $104million.DoTTItem 4-TT-MOD [3/23/2016] DoIT recommends increasing the ceiling amountby $100 million. This amount was determined by using spendstatisticsoverthepast threeyearsof the contract. DoIT will provide additional expansion windows for this Master Contract every three years. DoIT will returnto the Boardto seek approval of additional offerorsor if an increase inthe not- 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 THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION 47 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 Network Consulting Group, 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 48 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 VisionaryTechnology Consultants(VTC)Maple Lawn MD Y 16-2191- 0111 35 Visual Sound/Kunz AV Broomall PA N 16-2192- 1111 49 ATTACHMENT B CONTRACT PRICE &Quotation STATE OF MARYLAND CONTRCT No.060B2490022-2015 Thomas F. Pepe -01-11-16 Page 6 of6 50 CompuquipTECHNOLOGIES11/2/16Quotation:24386-01CompuquipTechnologiesLLC2894NW79thAvenue,Doral,FL,33122Phone:727-423-1001-Fax#413-280-6742BradReed(breed@corapuquip.com)Agreementwith/Billto;CityofSouthMiamiAttn:StevenKulick,C.P.M.6130SunsetDriveSouthMiami,Fl33143Equipmentlocation/Shipto:"CityofSouth MiamiAttn:StevenKulick,C.P.M.6130SunsetDriveSouthMiami,Fl33143Note;PriceincludesenterprisecustomerdiscountSection 1-CheckPointManager,5600HAGatewaysandEndPofntwith3 years ofsupport1CPAP-SM20SCneckPo,nt"Smart"1205AppliancewithPolicy,LogandEventSecurityManagement$370500tfor5SecurityGateways*J,/9o.oo$3,795.00CBS-ENT-SS- Check Point- EnterprisePremiumSupport -IncludesSoftwareupdates and direct7 xPREMIUM24 Phonesupportwith a (30)minuteresponse time for3 yearsCheckPoint-5600NextGenerationThreatPrevention&SandBlast™(NGTX)Appliance-IncludesFirewall,VPN,AdvancedNetworkingandClustering,identityCPAP-SG5600-Awareness»MobileAccess,(IPS,ApplicationControl,URLFiltering,Anti-Spam,Anti-NGTXV,rusandAnt,"Bot'ThreatPreventionandThreatExtractionbladesforYear1only),NetworkPolicyManagement,LoggingandStatus.-Test(LAB)Performance:25GbpsFirewallthroughput(1518byteUDP)-BaseConfiguration:10on board1GbEcopperinterface.8GBMemory.CBS-ENT-SS-CheckPoint-EnterprisePremiumSupport-IncludesSoftwareupdatesanddirect7 xPREMIUM24Phonesupportwitha(30)minute responsetime for3 years1CPAP-SG5600-CheckPoint-5600NextGenerationThreatPrevention&SandBlast™(NGTX)NGTX-HAAppliancefor HighAvailabilityCBS-ENT-SS-CheckPoint-EnterprisePremiumSupport-IncludesSoftwareupdatesanddirect7xPREMIUM24Phonesupport witha(30)minute responsetimefor3 yearsNGTPSubscriptionsforyears2&3CPSB-NGTP-CneckPomt"NextGenerationThreatPreventionPackagefor2yearsfor56005600-2YAppliance-Includes:IPS,ApplicationControl,URLFiltering,Anti-Spam,Anti-VirusandAnti-BotbladesCPSB-NGTP-CneckPo,nt"NextGenerationThreatPreventionPackagefor2yearsfor56005600-2Y-HAAPP,Iance-HA•Includes:IPS,ApplicationControl,URLFiltering,Anti-Spam,Anti-VirusandAnti-BotbladesMobileAccessBladeswith3yearsofsupport1CPSB-MOB-50CheckPoint- MobileAccessBladefor 50concurrentconnections$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$1,232.00CBS-ENT-SS-CheckPoint-EnterprisePremiumSupport-IncludesSoftwareupdates anddirect7 xPREMIUM24Phonesupportwitha(30)minuteresponsetimefor3years*1,386.00$1,386.0051 1 """Check Point -Mobile Access Blade for 50 concurrent connections HA $861.00 $861.00 CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7 x 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 on 8 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: Title: Date: Quotation Sub-Total $108,923.80 Freight $292.12 Quotation Totalj $109,215.92 52 ATTACHMENT B CONTRACT PRICE &Quotation STATE OF MARYLAND CONTRCT No.060B2490022-2015 Thomas F.Pepe-01-11-16 34 53 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 Brad Reed (breed@compuquip.com) Agreement with/Bill to: City of South Miami 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 for 5 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 with a (30)minute response time for 3 years '' 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, URL Filtering,Anti-Spam,Anti- Virus and Anti-Bot,Threat Prevention and Threat Extraction blades for Year 1 only), Network Policy Management,Logging and Status.-Test (LAB)Performance:25 Gbps Firewall throughput (1518 byte UDP)-Base Configuration:10 on board 1 GbE 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 24 Phone support with a (30)minute response time for3 years ' CPAP-SG5600-Check Point -5600 Next Generation Threat Prevention &SandBlast™(NGTX) NGTX-HA Appliance for High Availability CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7 x PREMIUM 24 Phone support with a (30)minute response time for 3 years NGTP Subscriptions for years 2 & 3 Check Point -Next Generation Threat Prevention Package for 2 years for 5600 $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 for 2 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 24 Phone support with a (30)minute response time for 3 years '' 35 54 1 "Check Point -Mobile Access Blade for 50 concurrent connections HA $861.00 $861.00 CBS-ENT-SS-Check Point -Enterprise Premium Support -Includes Software updates and direct 7x 118O8O *iiftftan PREMIUM 24 Phone support with a (30)minute response time for 3 years '' Endpoint Management and Total Security Bundle for 100 devices for 1 year 1 CPSB-EP-TS-Check Point-Endpoint ManagementandTotalSecurityBundlefor100devices fori $-..-..$1*1715 «s SMB-Stan-100 year *W3J»*w*mo Services Compuquip -Senior Security Engineer - Daily Rate (based on 8 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 55 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 of SouthMiami. 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 A Resolution aothoruing tin*City M;in3geito procure,i-nlinc reparation module oi RcCPro with R C Systems,lnc A Resolution authorizing jJk City Manager lo purchase Microsoft 365 software anil cnicr intoa licensing agreement tvidi SiJl Imcniaiional Corp.an auihon/cd contractor for 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:the LandDevelopmentCode. Article VI.Section"20-f>1.nnd otherapplicableprovisions,lo itclinc ihe tarn "les».resinriivr'"as il applies lo the wiine requirements of the City Commission. An Ordinancevacating and abandoning a porimn of SW X2Sired more fully describedin a legal rievriiptior.lierem. subject m certain condition*,including die preset vairmi of an ewccmeni. An OrdinanceamendingSection 20-6 J of ihc City.il Snuh MiamiLand Development Cttdc.tomakecorrections ami i»amend the iuc!i>bcr«hipand ipiomm requirements for die Planning Board. An Oidinanee amrndmp the. Chapter 2. Article 1.Section 3-7.1 (B>;(C)and (C) 3 and?to nu'dily thecapitalisation of key wordsand to add 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 of the Planning Board when die Biiuid h deadlocked. AU.intejcsicd parties arc invited ic nttend and *ill be heard 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 with you some great tools offered by Miami- Dade Police,which can help you not only be safe but also better informed. These tools can help pre vent crime,help solve crimes and help you know what is going on in your immediate area: NEW MIAMI-DADE POLICE CELLPHONE APP Many crime watchers are using the new COP (Com munity on Patrol)app, a great tool for reporting every tiling from crimes to suspicious incidents.Just go to Apple or Android app store and search for Com munity on Patrol. MIAMI-DADE COUNTY SEXUAL OFFENDER & PREDATOR SEARCH Any Florida resident who has been convicted of a sexual offense (including anyone convicted in another state) must register as a sexual offender with the office of the local sheriff.In the case of Miami-Dade County, that is the Miami- Dade Police Department. Sexual offenders must dis close where they live,and must notify the police when they relocate. This informa- Miami-Dade Police's new Community on Patrol cellphone app. tion is entered into the Sexual Predator/Offender database of the Florida Department Law Enforce ment.Members of the pub lic can search this database at hrtp://gisweb.miami dade.gov/sexoffenders/and determine whether they or their children,in their rou tine activities (walkingfrom the bus stop, bikingto a friend's house, or going to the mall)are likely to en 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 can use to keep themselves informed about crime in the areas of interest to them,such as near their home,business or other places they frequent. Users can sign up to re ceive automated email alerts about recent criminal events in specific areas. While this online tool works in all areas of unincorporat ed Miami-Dade,it doesn't work in some of the munici palities.Residents should check with their local gov ernment to see if a similar service is offered by that municipality. HOMICIDE BUREAU — COLD CASE SQUAD Advances in technology and forensics have given a 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. Maybe you know something that can help solveone of these crimes.To learn about these cases, go online to http://www.miami dade.gov/police/cold- cascs.asp. Perhaps you can help bring justice to the families of these victims. MIAMI-DADE POLICE ON SOCIAL MEDIA Follow MDPD on Twit ter at https://twitter.com/ MiamiDadePD and visit the department on YouTnbe at www.youtube.com/user/ mdpdmedia. Carmen Caldwell is executive director of Citizens'Crime Watch of Miami-Dade.Sendfeedback and news for this column to carmen @citizenscrime watch.org, or call licr at 305-470-1670. 56 SWSAWil DAILY BUS8NESS REVIEW Published Daily except Saturday. Sundayand Legal Holidays Miami.Miami-Dade County.Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared OCTELMA V.FERBEYRE,who on oath says that he or she is the VICE PRESIDENT.Legal Notices of the Miami Daily Business Review f/k/a Miami Review,a daily (except Saturday,Sunday and Legal Holidays)newspaper. published at Miami in Miami-Dade County.Florida;that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI - NOV.15,2016 in the XXXX Court, was published in said newspaper in the issues of 11/04/2016 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami,in said Miami-Dade County,Florida and that the said newspaper has heretofore been continuously published in said Miami-Dade County,Florida each day {except Saturday,Sunday and Legal Holidays)and has been entered as second class mail matter at the post office in Miami in said Miami-Dade County. Florida,for a period of one year next preceding the first publication of the attached copy of advertisement;and affiant further says that he or she has neither paid nor promised any person,firm or corporation any discount.,rebate,commission or refund for the purpose of securing this advertisement for publication in th Sworn to and subscribed before me this 4 day of NOVEMBER,A.D.2016 (SEAL) OCTELMA V. FERBEYREpersonally known to me 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. Maria M.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 ' 57