Loading...
HomeMy WebLinkAboutContract 28043- � i�� ClYY �u��;��T'qR� � PROFESSIONAL SERVICES AGREEMEP����AC7' MO, ����-� This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and beiween the CITY OF FORT WORTH (the "City"), a home rule municipal corpoaration situated in partions of Tarrant and Dentan Counties, Texas, acting by and through Charles Boswell, its duly aut�arized Assistant City M�nager, and Data Applicatians Corporation {"Con�ractor"} a Texas corporation and acting by and thraugh Richard Kaeufer, its duly authorized President and Cbi�f Executive Officer. 1. SCOPE 4F SERVICES. Contractar I�ereby agrees to provide the City with professional computer and consulting services. Such services arre described in th� Scape of Services, attached hereto as APPENDIX A and hereby rnade a part of this agreement for all purposes. The City or Can�ractor may change the Scope af Services by substituting amended attac�ments or additional attachments, signed by both the City and Contractor, which s�all then be attached to this Agreement and made a part of this Agreement for all purposes. 2. TERM. This Agreement shall cammence upon the date that both the City and Contractor have executad this Agreement ("Effective Date"} and shall continue in full force and effect until terminatad in accordance with the provisions of this Agre�ment or when the' City provides Contractoz- with written natice that Contractor has fulfilled its obligations under this Agreement and that Contractor's services are no longer required. 3. COMPENSATION. The City shall pay Con�racior a sum in accordance with the provisions o�'this Agreement as specified in APPENDIX C to this Agreement, attached hereto a�d made a part of this agreement for all purposes. Contractor sh�ll nat perforrn any additional services for the City not specified by this Agreement Unless the City requests and approves in writing the additional casts far such servicas. The City shall not be liable for an.y additional expenses of Contractor not specified by this Agreement unl�ss the City first approves such expenses in writing. � Contractor shall provide invoices as specified in APPENDIX B of this Agreement, attached hereto and made a part of this agreement for all purposes. 4. TERMINATION. �.1. Written Notice. The City or Con�ractor may �erminate this Agreement at any tirne and for any reason by its providing the oiher party with 30 days' written natzce o�termination. ��� ' � ���� �'�',s�� 1 � f� , `� ;�U� E � � ,', �!'=W► � 4.2 Non-annropriation of Funds. In the event no funds or insufficient funds ara appropriated by #he City in any fiscal period for any payments due hereunder, City will notify Contractor of such occurrence and this Agreement shall terminate on the last day of th� fiscal period for wliich apprapriations were received wifihout penalty or expense ta the City of any kind whatsoever, except as ta the portions of the payznents herein agreed upon far which funds shall 6e been appropria�ed. 4,3 Duties and Obli�ations of the Parties. In the event that this Agreernent is terminated prior to the Expiration Date, the City shall pay Coniractor for services actually rendered as of the effective date of terminataon and Contract�or shall continue to provide the City with services requested by ihe City and in accordance with this Agreement up to the effective date of tertnination. S. DISCLOSURE OF CONFLICTS AND CONFYDENTIAL INFORMATION. Cantractor hereby warrants to the City that Contractor has made iu11 disclosure in writin� of any existing or potential conflicts af interest r�lated to Coniractor's serviees and proposed services with resp�et to the Scope of Services. In the event that any conflicts ot� interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to malce full disclosure to the City in writing. Contractor, far itself and its offi�ers, agents and employees, further agre�s that it sha11 treat all infarmation provided to it by the City as confidential and shall not disclose any such information to a third party without the p�ioz' written approval of the City. G, INDEPENDENT CONTR.ACTOR. It is expressly undei•stood and a�-eed that Contractor shall operate as an independent contractor as to all rigl�ts and privileges granted herein, and not as agent, representative or employee of the City. Subject �a and in accordance with the conditions and provisions of this Agreement, Confiractor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servazrts, ernployees, contractors and subcantractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as betweez� flie City, its officers, agents, serv�ants and employees, and Cantractor, its officers, agents, emplayees, servants, contractors and subcontractors. Contractor fut-ther a�rees that nothing herein shall be construed as the creation af a partnership or joint enterprise between City and Contractor. '�. LIABILITY AND INDEMNIFICATION. CONTRAC7'OR SHALL BE LIABLE AND RE�PDNSIBLE FOR ANY AND ALL PRCIPERTY L�SS, PROPERTY DA11rIAGE AND10R PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY K1ND OR CHARACTER, WHETHER REAL QR ASSERTED, TO THE EXTEIVT CAUSED BY THE NEGLI`GENT AC?'!�) OR OMISSION(S), : :�,�.I. � �, ,I�,��.j�!!::'�:,� � , �. , �v�W� � l i� � '�� Z � �'�� �' .'IW� ��� MALFEASANCE OR 1NTENTI'ONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVAIVTS OR EMPLOYEES CONTRACTOR COVENANTS AND AGREES TO, AND �OES HEREBY, INDEi1�1NIFY, HOLD HA_RMLESS AND DEFEND THE CITY, ITS OFF�CERS, AGENTS, SERVANTS AND E1lylPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS FOR EITHER PROPERTY DAMAGE OR LOSS (INCL UDING ALLEGED DAMAGE OR LOSS TD CONTRACTOR'S B USINESS AND ANY RESULTING LOST PROEITS) AAID/QR PERSONAL INTURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING �UT DF OR IN CONNECTION WITH THIS AGR�EMENT, TO THE EXTENT CAUSED B�' THE IV�GLIGENT ACTS OR OMISSIONS OR MA�FEASANCE O�' CON7'RACTOR, ITS OFFICERS, AGENTS, SERVANTS QR EMPLDYEES. 8. ASSIGNMENT AND SUBCONTRACTING. Con#ractar shall not assign or subcontract any ai its duties, obligations or rights under this Agrecment withoui the advance written notification to the City. I�' the City grants such consent, the assignee or subcontractor shall e�ecute a written agreement with the City under which the assignee or subcontractor agrees to be bound by th� duties and obligations of Contractar under this Agreement. 9. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Contractor agrees to camply with all f�deral, state and local laws, ordinances, rules and regulations. If the City notifies Cantractar oi any violation of such 1aws, ordinanc�s, rule� or regulations, Cantractor shall immediaiely desist from and carract the violation. 10. NON-DISCRIMINATION COVENANT. Coniractor, for itself, its personal representatives, assigzis, subcontractors and successors in intezest, as part of the consideration herein, agrees that in the performance af Contractor's du�ies and obligatians her�undcr, it sha11 not discriu�inate in the ireatment or emplayrnent of any individual or group of individuals on the basis of race, color, national origin, religion, handicap, sex, or familial status. If at�}� clairn arisEs from an alleged �iolation af this non-discrimination cavenant by Contractor, its personal represantatives, assigns, subcontzactors or successars in interest, Cantractor agrees to assume such Iiability and io indemnify and defend the City and ho�d the City hatmless from such claim. 11. NOTICES. Notices required pursuant to the provisions of this Agreerneni shall be conclusively determined to have been deliv�red when (1} hand-delivered to the ather party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic coniumation of the transmission, or {3) received by the other party by United States Mai1, registered, return reeeipt r�quested, addressed as %llows: � ,��(�i�� � , _ � � � � I r..�5 � Y�� �: 3 � �,. . i To THE CITY: City of Fort Worthl(Dept} ATTN: Director 1000 Thrackmorton Fort Worth T� 76102-639 � Facsjmife: (8�7} 87��8654 I�. GOVERNII�TENTAL POWERS. To C�NTRACTOR: Data Appfications Corporation ATTN: Ricf�ard Kaeufer 44D8 Sunbelt Drive Addison TX 7�001 (972) 250-6978 It is understood and agreed thai by executian of this Agreement, the City does not waive or surrender any of its governrnental powers. 13. NO WAIVER. The failur� of the City or Contractor to insist upon �he performance of any term or provision of this Agreement or to exercise any righi granted herein shall not constiiu�e a waiver of the City's or Contractor's respective right to insist upon appropriate perfartnance or to assert any such right on any futlue occasion. 14. VENUE, ,TURI�DICTIDN AND EXPEN�ES. This Agreement shall be construed in accordance with the laws af the �tate of Texas, If any action, whether zeal or assert�d, at law or in equity, is brought on the basis of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas ar the Uniied States District Court far the Northern District af Texas, Fort Worth Division. In any such action, fhe prevailing parfiy sha�l be eniitled to recover from ihe other part� reasQnable attorneys' fees incurred in the bringing or defending o�the action. 15. SEVERABYLITY. If an� provision af this Agree�nent is held to be ir�valid, illegal or unenforceable, the validity, legality and enforceabilrty of ihe remaining provisions shall not in any way be affected or impaired. 16. FORCE MAJEUAE. The City and Conir�actor sha11 exercise their best effc�rts to rneet their z'espectiv� duties and obligations as set fort1� in this Agreement, but shall not be held Iiable for any delay or omission in perforrnance due fa force majeure ar other causes beyand th�ir r�asonable control, includin�, but not limited to, coznpliance with any governrnent law, ordinance or regulation, acts of God, acts o�` omission, fires, strikes, locl�outs, national disas�ers, wars, riats, �naterial or labar rastrictions by any governmental authority, transportation problems and/or any oiher sitnilar causes. � 4 U��i�VL��� �'��v���� � � � :, � '�;� � "' � a� . , 1 �. HEADINGS NOT CONTROLLING. Headings and titles used in this A�eernent axe for reference purpose� only and shall not �e deemed a part of this Agreement. 19. ENTIRETY OF A�REEMENT. This Agreement, including the schedule of exhibits attached hereto and any dacuments incorporated here.in by reference, contains the enrire understanding and agreement between the City and Contractor, their assigns and successors in interest, as to the maiters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. This Agreemant shall not be amended unless agreed to in writi�g by both parties and, if required, approved by the City's Ci�ty Council. IN WITNESS WHEREOF, fhe parties hereto have executed ti�is Agreement in multipfes this �� day of �C,� �b�� ,, 200�. CfTY OF FORT WORTH: BJ/: �,�,�.� U ` � �� Charles R Boswell Assistant Cify Manager DATA APPLICATIONS CORPORATION k � "�. g�t . ��.�, �.,,, Ric�hard Kaeu�r , President ATTE : By: ��-� City°Secretary APPROVED. AS TO FORM AND LEGALITY: �.���� � � Assist, ' y Attorney nns�c: �,�I����a`� �������- s ATTEST: : � ��%I�II�G�yzl� I` � ' � ' � 1 � � 4 �1���11[�1�C A. �C��� ��' ���'�r��5 �E��IO�V �d� ��si����.��o� s��r/�c�s 1. i �vpe� �� �r�s�alla�i�n S�rvi��� The following types of ins�alla�ion services are required. 1.1,� New �nstallation: Tnstallation of new equipment that does not replace an existing City-awned device. 1.1.� %ns�allatior� wi�h ir�d��in: Installation of equipment where the old devEce wifl be traded-in to DAC. The equipment being replaced has no further use and must be di$posed of by DAC in a way that meets federal, . State of Texas, and City of Fort Wor�h laws and regulations. The City of Fort Worth will receive a credit from DAC for the equipment based on processor speed for desktop and laptop sys�ems. Credits �or printers will be negotiated based on type and model. �.�.� .gnstalla�ion �i�h Re�eploys: Instalfation of equipment where the old device will be redeployed to another City user per TT Solutions ins�ruc�ions. The replaced equipment will be picked up and s�ore� in a secured DAC loca�ion until it is redeployed to another Gity facility. DAC will prepare these devices for re-deployment by testing al1 components and peripherals, completing any necessary repairs, performing pre�entive maintenance and �leaning of �he equipment, remo�ing all old data or saftware and instali9ng the Ci�y`s c�rrent siandard image on the device (ifi applicable). All customer data and non-star�dard software will be removed. External PC TD labels (asset tags) will rema9n or be rep[aced on the device. 9�.1.4 In�tall��ian ►n�i�h �OL Suppor�; delivery and/or installation of equipment where it will replace equipment feased on a residuaf basis. The I�ased equipment must be returned to �he leasing �endor as nated in S�ctio� 1,3. 1 , � 1.�.� �O� �uppor� �nly: DAC performs services necessary for return of leased equipment to the leasing uendor without installing any new equipment to replace i�. The device will be picked up and prepared for EOL and returned �o the leasing �endor as noted in Section �..3. �.�.6 �irt'�t�d In�t�Nl: instaflation of systems not requiring data transfer, proFile setup, sa�ing data or wiping clean of hard drive. 1.� i���� of ��o�urerr�er�� I���f�o�s IT Solutions may utilize any of the following procurem�n� methods to acqu�re equipment to be installed by DAC. �.�.1, ���ndar�: IT Sofutior�s orders equipment on the basis of a specific customer order from a supplier vendor at fihe time the order is made. The equipment is shipped either direc�ly �o a DAC facility ar to a City facifity. Equipment may be purchased or leased. 1.2.� Qui�k��urrnaround: IT Solutions leases or purchases equipment that is hefd in inventory a� a DAC facility for small-�olume customer orders. TT Solutions speci�ies that fulfillment of a specific customer order will be made from the Quick-Turnaround inventory. Equipment may be purchased or leased. �.� �a�l� ���n�i�v o� Ir�s�a[lations Data A�plications Corporation (DAC) shall be capable ofi installing �o the specifications of this Scope of Ser�ices a maximum of fif�een (15) computers, printers, and peripherals, En any combination, per business day. �,.4 ���r�view of �r����ll�$ion Pr��c�ss �.�.� IT Solutions shall provide DAC wi�h a customer order that includes customer cor�tac� information, what has been ordered for the c�stomer, and any instructions relat�d �o �he installation of the ordered equipment. The customer order shall be provided to DAC by IT Sofutions within one (1) business day of when �he customer order is reviewed by TT Solutions. Selected information may be provided to DAC in advance of the eustomer order as mutuall�r agreed to by DAC and TT Solutions. z � Y 1.4.� The customer order may �nclude instructions to perform a pre- i�s�allation survey as described in Section 1.6.2 of this Scope o� Services. If so, DAC shall perform the suruey. If the installation ser�ice involves replacing an existing unit of equipment, a pre- ins�allation survey shall always be required. �.4.� DAC receives ordered equipment, verifiies it against �he customer order, and quality checks its opera�ion and functionality as deseribed in Sections 1.6.4 and 1.6.5 of this Scope of Services. 1.4.� DAC shall coordinate the schedule for instafling equipment with IT Solutions and the custom�r as described in Section 1.6.3 of this Scope of Services. �.4.5 DAC shall comple�e installation of ordered equipment to the cus�omer's satisfaction as described in Section 1.7 of this Scope of Services. 1.4.� DAC shall complete any required post-ins�allation procedures required by the customer order as described in Section 1.8 of this Scope of Services. �.4.7 DAC shall update electronically such information systems as required �o accurate[y reflect the actual ins�allatio� services provided and the time in which they were provided. DAC shall also pro�ide any wri��en documentation as required. �..� iir�e t0 Cvrr�r�l�$� D�liv� of �n�tall����n S�,r�vic�s �.�.� S�andard Pro�ur�m�n��: for standard procurements (c.f. 1.2.1), DAC mus� compfete deli�ery of installation ser�ices within seven days of the date the equipment is received at a DAC or a City facili�y. IT Solutions may change this standard at its sole discretion by noti�ying DAC in wri�ing. g.�.� Q�i�k-iurnar�und Pro�ur�men�s. for quick-turnaround procurements (c.fi, 1,2.2}, DAC must complete delivery of installation services within two days of the date customer's order is recei�ed by DAC. IT Solutions may change this standard at its sole discre�ion by notifying DAC in writing. �.�.� �x�ep�i�n: the requirements s�ated ir� 1.5.1 and 1.5.2 do not apply if the customer installation site does not have sufficient etectrical power and live network connections to successfully complete the 3 � ins�allation. Tf�e approp�-iate time requirement to comple�e installation services as described in 1..5.1 and 1.5.2 will be reinstated on the day that the electrica! and network conditions are brought to �he necessary level a� �he customer installation site. �r� ����Y��$��l�tiert P���edur�� �.6.1 CL����n'1ei �ide�: �.6.�.1 IT Solutions sha{I provide DAC with a cus�omer order for each equipment i�em to be installed. �.6.�.� The cus�omer order shall include customer name or contact person, instalfation location, installa�ion type as defined in Section 1.1 of this Scope of Services, equipment to be installed, equipmeni to be replaced, purchase/leas� order number, and comments noting any problems or specia! requests. 1.�.1.3 The customer order shall be pro�ided to DAC by IT Solutions w�thin one (1} business day of when the order is made. �.6.�.4 The customer order may have one or more forma�s as determined by IT Solutions. �.6.� Pre�In���ll��ion Sur�e�: Prior to ins�alling equipment, City stafF wha ha�e been scheduled �o recei�e new computers will be contaeted by DAC deployment staff to obtain personal pre�erence ir�formation and data transfer informa�ion that is critical to a successful instal�atio�. The sur�ey will be conducted via phone or on-site as determined by the installa�ion requirements or as directed by IT Solutions. If DAC cannot complete a survey because of an inability to access customer equipment, after the second a�tempt DAC shall no�ify the IT Solutions Business Systems Coordinator, who wi11 inform DAC as to when the equipment wil! be a�ailable ta proper[y survey. �.C.� S��edul� Co�r�lin��ion: 1.�.�.� For standard procurements, DAC shall coordinate scheduling of installations with IT Solutions and the customer, All equipment wi�l be scheduled with the customer within four (4} business days from receipt af equipment or at th� cusiomer's convenience. � �,6.�.2 For standard procurements, DAC shall su�mit an updated schedule or� a business-daify basEs to the IT Solu�ions Business Systems Coordinator or a shared resource. �.6.3.� For s�andard procurements, DAC shali email, cail or leave a voice mail to the custom�r �hree (3) business days prior �o ins�allation to confirm the a�pointment and respond to any questions or concerns of the customer. Tf DAC does not receive conf9rmation from the custamer at least one business day before the scheduled installation, DAC sho�ld not perform the installation and notify the IT Solutions Business Systems Coordinator. �.6.�.4� DAC will e-mail, call or leave a voice mail �o �he customer one (1) business day prior to installation to confirm �he scheduled installation. 1.�.3.� Customer orders fulfilled by Quick-T�rnaround procurements shall be called and e-mailed as early as possible prior to delivery and installa�ion of e�uipment. �.6.�.6 DAC shall ens�re scheduling for a11 procurement methods is complet�d with adequate time for customer orientation, trainir�g and question and answers if necessary on all equipment, including peripherals. �.6.4 R.�c�i�e ��uipmen�: �.fi.�.i DAC shall receive equipment at their facili�y where the equipment will be checked and verified against the customer order. �.6.�.� If the equipment is recei�ed a� a City facility, IT Solutions shall natify DAC by appropriate means, and DAC shall pick up the equipment and take it to a DAC facility within one {1.) business day of receiving notiFication. �.6.4.� Once v�rified, DAC will no�ify the City of Fort Worth IT Solutions Finance Group of the equipment's arri�al within sixteen (16} business hours of receipt of equipment via fihe In�en�ory Repor�, E- ma9i or shared resource. �.6.4.� DAC shall no�ify the IT Solutions Lease Administrator or designated backup immediately upon discovery of any discrepancy between the eustomer order and �he actua� equipmer�� received. The IT Solutions Lease Administrator or designated backup wifl handle all � � discrepancies with the product vendor(s} in tY�e shipment and the City a� Fort Worth's purchase/lease orde�s and r�otify DAC of the results, including instructions for DAC to return the equipment io �he manufi�cturer. �.�.�.g Z� r�a discrepancies are discovered� t�e sys�ems and peripherals wi�1 be unboxed and inspec�ed for damage that may have occurred during 5hipment. 1.6.4,� All equipment not tagged by the manufacturer shall be labeled by DAC with ar� asset tag with includes device number and a tag describing �he equipment as leased or pUrehased. zT Solutions shall provide DAC with a supply of �ags to �e used ar�d prescribe the specific information to be included on the tag� including the device numb�r. �.6.� �u�n %n An� 7��t: �.6.�.1 Equipme�t wi�l be set up and run through a burn-in procedure. All equipment will be tu�ned on, tested fior any failures, checked for correct system image con�'iguration, loaded wi�h current approved service packs, installed with current software if standard sof�ware is not already installed and security setup as directed by IT Solutions. �.6.�.� Any equipment that faifs any part of the burn-in procedure shall be repor�ted to IT Solutions Fjnance Group and Business Sys�ems Coordinator within one (1) business day of the failure's occurrence and nvted on the next receiving report. �.C.�.� DAC shall determine if the �ailure requires replacement of the equipment or if it can be repaired under warraniy. 1.�.�.� If replacement of �he failed system is required, �he new service tag ar serial number on th� new device shall be reported to t�e Finanee Group via email communication and noted on the next recei�ing report. DAC shall aiso note the replacement on the mas�er equipment in�e�tory report. i.f.5,.� If the failed system can be repaired under warranty, the repair shall be made in accordance with Section 3.0 of this Scope of Services. �.6.�.6 DAC shall make approprEate changes to the ins�allation schedule io accommodate failed equipment, includ�ng customer contacts. �:� a ., �.i �nstale��i�� Pr�e���ur�� �.�.i� �pe�ifiea�ions: DAC shall install equipment to cus�omer's and TT Soiutions' specifications as stated in the customer order, the pre- �nstallatian survey, and specif�cations indicated in Table 1 of this Scape of 5ervices for the appropr�ate installation type as stated on the custamer order. 1,�.� �or��igur��i�n �r�� ie��ing. All settings of all installed equipment shafl be configured and tested by DAC for correct operation and complete installation. �,i.� bart� �1rri�e �a��up�: DAC shall create a backup of the customer's o�d hard driWe and store for 30 days at a secured DAC location. 1,�,� �of�rn�ar� Yn��a[la�ien: DAC shall instalj any user-�supplied software approved by IT Solutions for City use. Any additional Microsoft software tha� the user had on the old system shalf be installed wi�h the latest City approved service pacEc release. All installed software sha{I be noted on �he customer order. �,.7.� �o�ur�enta�ion: DAC sha11 note in writing on the customer order any details of installation that in any way devia�e from what is specified by the customer order. Afl customer orders shall be deli�ered to the Finance Gro�p and gusiness Systems Coordinaior within one week a�ter ins�allation of equ�pment. 1.� Post-��ns��ll��i�r� �pac�du�°�s �.�.� Spe�ifi�a�i�ns: DAC shall perform such post installa�ion procedures as specified in Tabfe � of this Scope of Services for �he appropriate �nstalla�ion type as specified on the customer order. 1.�.2 f�n�1 0� ��a�e Pr�oee��rres: 1.�.�.� DAC shall be responsib[e �or returning equipment under "Ins�allat�ion wi�h EOL Support" and "EOL Suppor� Only" installations as specified on the c�s�omer order �o the appropriate lease �endor. g.�.�.� The City's lease �endors spec�fy �he processes and procedures �hat shall be followed to return end-of-lease equipment �o �he lease �endor. IT Solutions shall provide DAC with copies of the end of lease procedures for each lease vendor. r� �.�.2.3 DAC shall camply with the appropriate vendor's end of fease procedures as provided by IT Solutlons when pro�iding end-of-lease services und�r �his Scope of Ser�ices. g.�.�.4 DAC is responsible for ensuring �hat end-of-lease equipment being returned to the lease vendor before the end of the month in which the lease expir�s. Any charges made by fease v�ndor for equipment �ha� is not returned on time shail be reimbursed �o the Ci�y by DAC. 1.�,�.� DAC sfi�all not be responsible for returr�ing end-of-lease equipment to the lease �endor before the end of the mon�h in which �he lease expires if actions by the equipment manufacturer, customer or IT Solutions cause said equipment to remain in serviee past such time as the equipmen� can be reasonably returned �e�ore the end of the month in which the lease expires. �M�y of �'�rt �+V�r��h ��ui���n� �r�stalla�i�n G���elin�� i�bl� 1 Desk��� / E��p�op �vrr�n�u���°� PR��%I�S�ALLAiIOf� PE���L�UR�� . .�nstalla In���[la�i in�tall� N�w tior� on fi�n Yn���ll� r�/ir�dl w/R�de w/��L ���k �es�ription �i�n ��ir� ploy� �uppo�t Pre-installation in�erview of system to be replaced including hardware, software and profiles Coordi�ate scheduling of installation and special customer needs with IT Solutions and customer it Receive, burn in and �est all systems from manufacturer x Install all City of Fort Worth "Asset Tag" labels on new system X Telephone and email customer prior �o install �o confirm appointment and that customer wifl beX X X X X � X X 3� 7� X X X X � 'I7� �O� Sup�o r�� Lirr�i���1 Onl� Yn��all � � ►� � X � � 0 ���� �f �o�t l�ar°�i� ���ipm�nt Yr����Vl����n ��ide�ir��� �'a�l� i available E-mail or Voice maii �. day prior to installation to confiirm delivery X � X X T 1.1 �i��TALL,�T°ION �R�C���RE�. Replacement PCs and laptops should be clones o� the systems they are replacing, inciuding but not limi�ed to the followin� procedures . In�t�ll� %n��alla�i Ins�all� ��� IVer� ti�n on �ian Suppo Ins��ll�►�►�/��ad w/��de w/�81� r� Lirni�ed �ask D���ri�ti�n �ivn eoin ploys s��p�rt Only %r�stalf Unpack system and set at user specified location up � i� X X �n��alla In�ic�ll��i �r�stalla I�O� Re� �ion on �ion Suppo In�tal[aw�/ir�d w/Rede r�+/I��� �� �as� C��s�ripti�n �i�n e�in plod� sup��r� �nl� Connect and test all peripheral devices �hat came wi�h the system (monitor, mouse, keybaard, �tC.) iC Connect and test all ex�ernal peripherals a� tf�e user's locations (printers, scanners, PDAs etc.) X Enter the TCP/IP address � install and test all �eripheral de�ices incfuding printers, scanners, external drives, etc. X Install old k�yboard and mouse if necessary (I.e. natural keyboard, track �alf, ��c. Leave new keyboard and mouse with user. Set up user ISP's {AOL, Flashnet, etc.) and test X � X � � X � � X X � X 7� X X I� � 9 � � � Li rr� i��d gns��ll !:� X X X ►1 0 , �ity of �er� �►�r�i� ��r�ipmer�t �����II��i�n �uid�li��� ���I� 1 3� 3C X � X � � X X � X X � � X 3� X X X � � X X 1� X aC 3� 3S X X �L X X test X X � Set up user Tnternet �xplorer profiles and mave over favorites Set up and test modem (dial in) � Tnstall and test mainframe access and set up LU as needed � Load any user-supplied shri�k wrapped software approved for City use whicf� meets licensing req u i rements 7� Confirm SMS is fulfy installed a�ter first user log in x Transfer personal folders to �utlaok E-maif � 5et user security level X Set up profiles for all users X 5et up multiple E-mail accounts. Include .SCH, .OST, .PABr and .PST � Tes� back up equipment by backing up registry and set up back up scheduie as user per cus�omer request X Re-Map all drives and test X Re-create shor� cuts and T��k 19e���ip�ion Re-create al1 shares Load any addi�ional Microsoft spftware that the user had on the old system with the lat�st Ci�y approved service pack releases. In�talla In���ll��i �r�s�aila �O� Re� �i�rt on �ion S�appo %ns�alla �%Tr��1 w/Rede wi/��L �� �rmi���f �ion e-ir� plo�+� �upp��� Dnl� In�t�ll ?� �c i� 3� X X �o � � City o� �or� �lvr�h ��ui�r�en� In����la�i�n �uicl�len�� i��l� �, Transfer c:�My Documents to �he new system directory at c:�Documents and 5ett�ngs�user name�My Documents Transfer all Files into c:�old daia on the new system Create back up of old hard dri�e(s) to be securely stored by installation �endor for 30 days Have user sign work order that �he installation is complete and satisfac�ory X Provide basic operational instruc�ions to the customer based on ma�erial provided by us � Leave City or manufac�urer supplied handouts and training materials with the customer X Remo�e all installation packaging X Inventory and remorre old system from locatian X X X � X l4 X � 7� � X X � X X X X � 1� � 3� � X X X X X X IX �o�ioi����►������� �Roc��U��s ����alla �n�tallatiL�n��alla��OL New �ion on i�n ��ppo In�t�lla �w/iraci �+/�.e�1e w/�OL rt �irnited Y��k �e��ription �ion ��in �I��s �u�yor�� �nl� In���ll Confirm leasing company return information � � 3� Correct and / or complete Installation Work Order 3C X ?�: X %� RemoWe all password protection from �he old system X � X � I �i � i Ci�� of Fo�t l�or�h ��u�p��r�t �n���INa�ion �ui��lines ���1� 1 Rewrite or overwrite hard drives of old system removing a{I software including the opera�ing system Y�sk Des�ription Format and re-image old sys�em to C�ty standard Format hard drive of old system leaving operatir�g system so that system can reboot to a c: � prompt Surface clean all old system components Remove all exterior labels or asset tags from old syst�m components Warehouse old system for future re-deployment Coordinate pick up of replaced sys�em with �he Ci�y and leasing company including packaging, labeling with proper return au�horization, and deli�ery by pick up or common carrier to financial insti�ution Meet al{ lease �endor requirements for return oi equipmen� X � %r�s�alla lIn�t�lla�i %nstall� I�O� fVew ti�n or� �i�n �up�� Tn�t�ll� w/irad w/R��1� w/EOL r� Limi�eci �ion ��ir� pfeys �uppo�� �Onfy �n��al! X X iC 1� � X X � � X ►.� � k � 3t X X 3� � X �z � P�ir�$�r� / �c�nn��s / �l��t�r� P���%nl�i�►LLAiIOI� PROC���R�S %n��all� In�tallat In���lfa �OL � Nevv tion ion tion �uppn Yr�s�alla rn�/Traci w/���1e w/E�L rt �imi�ed iask De��ripfion �ien e�ir� ple�+� �uppo�t �nl� In��call Pre-installaCior� inter�iew aF equipment to be replaced Coordinate scheduling of installation and special customer needs wi�h IT Solutions � Receiv�, burn in and test all equipment from manufacturer X Install all City of For� Worth "Asse� Tag" labels on new system X Tei�phone and e-mail customer 3 days prior to install to confirm appointment X E-mail nr Voice mail 1 day prior to installation to confirm delivery X �N�iALL�iT�1V �RO����IRI�S X :3C X X X 3� X � � X 3C � X ',,� X 3� X X In��all� �ns��lla�i In��all� I�O� f�e� �[on on �ion Su�apo In�talla�/�r�d w/Rede e�/�O� �� Lieni�ed Ta�k �es�ri�tion �ior� ��in plods �up�oric O�{� In�t�ll Unpack equipm�nt and set up a� user specified location x Set up and connect �he device ta �he system or network jack as designated in the work order 7� Enter �he TCP / TP address supplied for �he installation �C Tnstall drivers and tes� de�ice by sending print jobs or scanning a documen� � i� X � � 13 X � � X � � 3� X , � Set up all users as needed and test �t Provide basic operational instructions �o the customer based on material pro�ided by us 3� Leave City or manufacturer supplied handouts and training materials with the cus�omer 3� Remove ail installation packaging X Inventory and remove old equipment from location Have user sign work order that the installation is complete and satisfactory �3� X X X 3f � � X X iC � X X X 3� X X X X 3� � X ►� I� �OSi-�I��i�LL.�YY�N �RO��DU��� . .In�tall� %n��allati�In�t�lla �OL N�w �ien on �ion �uppo In�t�ll� wr/��ad w/�ede �/�OL r� �ir�i��d i��k �e��rip�ion �ion ��in plo�s �up�ao�� Ot�l� Ins��ll Confirm leasing company �-eturn informa�ion 3� � � Correct and / or compf��e Installation Work Order � 7� X 3� X I� Surface elean o1d equipment J� � � � Remove all ex�erior iabels or assefi tags from old equipment 3Z X 3C In��all� %rt��alla�� Ins��lla �OL� New �i�r� en �i�n Supyo %n�talla�/T���1 r�/Recl� w�/��� �� Lirni�ed ia�l� �e�errip�ion i�ior� e-in pl�a� supper� �n{}� %�s�all Warehouse old equ�pment for future re-deploymen� � k � � �� Coordinaie pick up ofi replaced equipment with feas�ng company including �packaging, fabeling with proper return authorization, and deli�ery by pick up or common carrier to financ�al institution Meet all lease vendor requirements for return of equ�pment X X X � X X ������� ��� ��������������� ����I��� �,� ����i'�i���iol�: Move-add-change (hereinafter referred �o as MAC) services shall include physical moves of existing equipment; installat�on of additional equipment �o an existing system; and changes to the configuration of an existing sys�em. All move-add- change services shall be perFormed on the basis of a specific customer order that includes such information as mutuafly agreed to by TT Solutions and DAC. 2•� �'i�7� �� CO�7�[���:. MACs shall be completed within 5 business days from receipt of th� customer order or a� customer con�enience. �.3 5����►�w� �I��r��1��: DAC shall be responsible for performing software upgrades as specified by cusfivm�r orders, using software provided by the City of �ort Warth or from parts vendars, This includes any software needed for applicabfe hardware MACs. �.4 ��r�� Us�� in I+�I�C�: �.4.�, All parts used in MACs must meet all minimum specifications of the manufae�urer of the system that recei�es the MAC. �.�.2 Qwr�ership o� parts replaced by N[ACs shall immediately become the property of DAC. 15 � �.�.�i DAC shall use only new parts as MAC equipment unless the part is no longer readily availabie and the IT Soiutions Customer Ser�ice Manager's prior writ�en authorization �s obtained to perform a specific MAC with refurbished components. �.4.4 Alf refurbished parts used in MACs must meet all minimum specifications of the manufacturer of �he system that recei�es the MAC. �.�.� On occasion and with no notice, DAC shall be required to present parts �o the IT Solutions Customer Service Manager or his designee for inspection pr[or to installation. �.� ��r�o�r��r��`� �f �c�ui�m��� aft�r i�d�C: Eq�aipment and software must perform at the same or be���r functio�ality after the MAC. �.� �C1ui��71�r�� �bl��e. In cases where i� appears that the equipment has been abused or improperly handled, DAC shall immediately notify the IT Solutions Customer Ser�ice Manager and upda�e IT Solutions' customer re{ationship management sys�em. �,/ i��rd Dr�i�r� ���1°�d��: For computer hard dri�e upgrades, DAC shall re�rie�e all of the data from the o!d hard drive, restore the data on the replacemen� hard drive, and verify that tl�e tr�r�sfer of data is such that the same or be��er functionality of �he system is achieved. �.� �r�l�� in ����s� of �u�t�s Tf the price to per�orm a MAC will exceed quoted price, the cus�omer contact as stated on the work order must be informed and appro�e the higher price in writing before the work is done. ������� �o� ������ �������� �. � �OV�1'�CB �C��#��_lii�17� 3.1.1 Problerr� �all�: DAC shall respond to problem calls sent from the IT Solutions Custamer Support Cen�er that likefy involve hardware malfunc�ion of any computer system or peripheral deuice covered by DAC. Systems and peripherals are coWered by DAC if the Ci�y has a 16 curren� maintenance contract for the speci�ic equipment. Such equipment may or may r�ot be covered by manufacturer's warranty. 3.�.� S�o�e c�� Re�air S�rrviees: DAC will be invalved in ensuring the correct opera�ions of �he applications software, operating system and hardware, upgrading/ repairing hardware where required and installation of new hardware. �.� f��nu��c��re� ���tifi���i�ns �.�.� bAC �er�i�i�ation�: DAC shall maintain bo�h as an organization and for its indi�idual technicians current manufac�urer certifications on all computer systems and peripherals �he City o�F Fort Worth has deployed such that DAC fiechnicians are able to perform any warranty repairs on covered computer sys�ems and peripherals. Curren� manufiacturer certifications shall include but not be limited to valid and current Dell Premier Access and A+ certi�ications for all technicians who respond to hardware prob�em calls. �.�.� ��ty ��,�aoy�e employee shakl perform equipment unless the manufacturer certification such equipment. �e��ifi�ati�n�: No City of Fort Worth any modifications or repairs on co�ered City employee has valid and current to p�rform said modifications or repairs an �r� ���V�b4a ��C���V1i� ��tlE+��� Each covered computer system or peripheral device shall be designaied as having one of the following service le�els. Level A: Monday - Friday, 8am -5pm, excluding city holidays: Level B: 7 days a week, 8am - Spm, including city holida�s Level C: 24 hours a day, 7 days a week, 365 days a year �.� P�Nor��iz��i�n �� �all� �ncl E���pons� �im�� �.4.1 IT �olu�ion� Prioriti�a�ior� �ys��rt�: IT Solutions Customer Ser�ice Group shall provide DAC with the most current �ersior� of the priorit�za�ion system us�d by the Customer Service Group to prioritize its problem calls. �� �.4,� �A�'� �Ise of Prriori�igat"ren ��+�t�rn: DAC shall respand to problem calls according to �he most current priori�ization system established and utilized by the IT Solutions Customer Service Group. 3.4.� Response Tim��: DAC shall make the initia! c�stomer con�act and pro�ide a technician on-site if necessary within the maximum respvnse �imes corresponding �o the priorifiy level of a specifiic problem call, as defined by the most current prioritizat�on system estab�ished and utilized by the IT Solutions Customer Service Group. �.� R�ar�uf�c�,ur��r llllarr�n��/�ut of �Y��ufa�tur°�r lAlarr� n��( �.�.1 Co�era�e. Co�ered equipment may be within or out of the manufacturer's warranty period. DAC shall follow a{I procedures necessary to maintain existing manufacturer warranties for covered equipment. �.�.� S�rwiee �ar�s: DAC shall maintain adequa�e parts, sub- assemblies, and unit inventories to meet demands for both warranty and out-af-warranty service. 3.�.� Par�s Un�1e� !�V'a�rantb. DAC shall provide parts for Dell warranty machines from their inv�ntory and then exchange with Dell after the repair is made. �.�.� �onditi�n e� �ar��: Parts used in the course af providing maint�nance services described herein may be new or refurbished. In no case will the replacement part compromise the func�ionality of the equipment. Replacem�n� parts rr�ust meet the warranty requirements. Parts are provided on an exchange basis and replaced parts become �fi�e property of DAC. �.� �e��lu�ion T'ir�e and L����Y I��ui�rrv��n�, �.6.g �e�oluti�r� Tirn�c if DAC cannot repair equipmer�t within �he maximum resolutian time specified by the priority level of ihe problem call, as establis�ed by Section 3.4 of this Scope of Ser�ices, DAC shall pravid� loaner equipment under the provisions established by �his Section of this Scope of Services. � �.6.� 6o�ne� �nven�or�: DAC shall main�ain an 'rnventory of loaner equipment �o be pro�ided to customers whose hardware pro�lems will take fonger to repair �han the maximum resolu�ion time specified by the priority level of the problem call, as established by Section 3.4 0� this Scope of Services. Said inven�ory shall be sufficient to provide loaners for any number of problem calls tha� meet the re�uirement �o provide loaner equipmer�t. �.6,� �oane�s �ro�id�d fAr Sof�wa�� ��obler�r�: at IT Solutions' request, DAC shall provide a loaner unit to assis� TT Solutions personnef in cases oiher than hardware repairs; DAC may provide this ser�ice on a fiee basis. 3.�.4 Genera�ion of Lo�n�r Ec�uipr�ent: Loaner equipment shall be of the same product generation as the equipment being repaired or no mare than one generation older and must provide �he same functionality of the device beirtg remo�ed for repair. �.�.� ���up o� �oaner �quipmen�: DAC shall �oad City-standard or approved software from the City`s network or origi�al media as required by �he customer and set up the equipment as needed by t�e user. �.6.6 �u�tom�r b�r�1 ��i��: DAC shall transfer the customer's hard disk drive, if operable to the loaner system. if the system is no� operable then trans�er all user files to the loaner IaPtop or desktop. �.% ��'aC����IOi'1 �!°0���l.Ii�S �.�.� �se ef Pro��dur��: If DAC cannot repair equipment wi�hin the maximum resolution time spec9fied by the priority level of the problem call, as established by Section 3.4 of this Scope ofi Services, DAC shall follow escalatian procedures as provided in this section. �.7�.� Re�air� N�� f��d�'VVithin PrEority fM��in�urr�: DAC shall notify the IT Solu�ions Customer Support Center immediately by telephone when DAC cannot repair equipment within the maximum resalution time specified by the priority le�el of the problem call. 3,7.3 Deplo�rroen� of Loaner� �quipm�n�: DAC shall notifiy the IT Solutions Customer Serv[ce Manager immedi�tely by �elephone when DAC deploys loaner equipment to a customer si�e. 19 S��T���f ��� ��i��C� 1�1�� ��P�R.1���G DAC shall provide reports to IT Solutions in an elec�ronic form�t specified by IT Solutions. IT Solu�ions reserves the righfi to change the format, content, and adding/deleting of the reports as well as add new report� or dele�e existing reports at its discretion. 4.1 �ail� l�e�or°t� �.�,1 �quipr�en� Inst�lla�ion Sch���l� Rep�r��; Department, address, new device number� old device number� name, phane, new equipmen� description, sorted by installation da�e. �.� S�r�i�li�Veekid f��part�. �,�.� I�ast�r �quipmen� In��ntorr�r Report (curr�ula�iV�): All PCs ordered, scheduled, received and delivered with PO number, case r�umber, equipment description, de�ice number, device number of unit replaced, serial number, date equipment received firom r�endor, seheduled date� ac�ual install date, and departmen�. �.Z.� D�C 1�1ar�ag�m+�nt �e���t; Vendor cas�s transferred �o the IT Solutions Customer Ser�ice Group, including Case number, departmen�, reason fior transfer, date transfer�-ed and problem resolution �.�.� Un���olr�ed �ns�all I��ue�: Case num�er, deparkment, customer name and phone number, install date, problem descripiion, and sch�duled return date to resolve the issues. �.�.� Yn���[1��1 ��uipr��nt ��porr� and �ort�pleted l�lorl� �r�de��: completed cus�omer orders. �.� 1A/e�l�lv ������� �•�.1 Rep�r�s �ue: Weekly reports shall be pro�ided to the iT Solu�ions Business Systems Coordina�or no later than noon each Monday. 20 �.�.� D�C �quipr�en� In�t�ll��ion Reper� an�1 �opi�� o# Cor�ple�ed �urve�+s �.�.3 D�►C �q�iprnent R��urn gn�en�ery and D�m�ge Repor� 4.�.4 l��as� R�turn: De�ice num�er, any missing parts, department, vendor, date re�urned or date scheduled for return, and lease �endor name for scheduled returns only. 4.4 Nl�n�h�V �e���°t� 4.4.� Repor�� Due: Monthly reports shall be pravided to the IT Solutions Business Systems Coordinator no later than end of business on the second day oF the month for the previous month's acfii�ity. 4.4.� C��e� [��n�gemen� Rep�r�: 4.4.�.� P�rforr��n�e hNetri�s: res�onse �ime, rework, established delivery schedule and customer satisfaction sur�ey res�lts. DAC shall also attend a monthly meeting to re�iew �his report and discuss ways to improve DAC's performance. Re�iew of �his i�formation may occur as often as weekly. 4�.4.�.2 Fcqui�rnen� Equipmenfi description, and downtime. �ailure �nd �eplac�rn�n�, 'rr�cluding: parts descrip�Eon, new instafl or maintenance� �.�.�.� �.e�deploy: all equipment that has been redeployed and is a�ailable for re-deploy with device description, d�vice number, re- deploy address, re-deploy departmen�, and date redeployed. �.�.�.� �quiprt�en� �ra�e — in: all equipmen� traded into DAC, irtcluding device description, device number, trade-in value �.4.� h+la�n�enan�e R�por�: IT Solutions shall provide all �quipment added or deleted �o Repair Service co�erage as defined under Section 3 af this Scope of Servjces, This report shall be provided to DAC no later than the 15Yh of each monih. 21 �o� �4�r���l ���or�� �.�•g �epvrt� pu�: Annual reports shall be provided to �he IT Solutions Business Systems Coordinator na later than end af bus�ness on the 15th of January for the prrevrous y�ar's acti�ity. �.6 ���E�l�� ��p�r��s �,�.� 1te�orts Du�: Ad-Hoc reports shall be pro�ided �o the IT Solutions Business 5ystems Coordinator as required by IT Solutions. �.�.� �quiprt��n� Fli��oryr all known events on a par�icular piece of equipment including initial installation date, MACs, failures, de- insta{latEon/removal and costs associated with each event. �-�.� b�C �c�uipr�en� in�en�o�� Re�o��: all �quipment under main�enance, including: department, address, employee name, device ID, and equipment description. ����I�� ��� �������� I�������� �.1 Seo�e of ��r�ri��:. Upon request by IT Solutions Customer Service Director, DAC shall perform a cpmplete physical inventary of all covered equipment as descri�ed in Section 3 of �his Scope ofi Services. This phys�cal inventory shall include al! City facilities and �ocations where covered equipment is used, housed or contained. a.� �Om�l��l�n_�� ��1I�r1'���°1�. DAC shaC! complete such physical inventory within 90 (ninety) days of receiving the request. �•� �r�Al���C� �f ��1v��1�0��., DAC shall not be required to canduct more than one physical in�entory during one calendar year unless it is determined by the IT Solutions Custnmer Ser�ice Director that a completed physical inventory con�ains errors that substantially compromise tl�e accuracy of the inventory. 2Z � � ' , I! I - - � - ! i l�' �- � �' � ■ __ 1 1` � `` � � � , � � • - - - - ' - �1 - � •`. � - � � � I I � DAC shall provide IT Solu�ions wi�h the most curren� copy of its standard operating procedures documentation, and shall cantinually provide updates to same. z� I4�pe�dix � �nr����i�� S�C��o�v �.� ���� � ����5 A�v¢� C�����'�'��� �•1��'����n�v �nd I��►o�cinq �'�rm�: DAC shall invoice IT Salu��ons manthly for ser�ices rendered by DAC with payment terms o� Net-3� from date of invoice. 1.� S�_ ��t� Y�1v�l��s., DAC shall submit separa�e invoices for equipment Repair Services and for Moves-Adds-Changes performed during a calendar month. �•3 �?gS!► ��rti�i���i�r�: DAC shall remain as an aciive participant of the Qualified Informa�ion Systems Vendor (QISV) program the duration of this cantract. �•� 5���� ��t����9�� U���te5;, Services or Per Incident pricing not included in current State Catalogue will be updated by DAC as needed and submitted �y DAC ta �h� 5tate ofi Texas for inclusion in �he approved pricing �or the State of Texas. Updated Schedules of same shall be forwarded to IT Solutions Finance Group. ������� �d� I�V11��C��V� ���UIR��I���S �•� Q�u��aC�t� �r�vvi���:, DAC shall submit invoices in duplicate, detailing each completed installation and upgrade to City ofi Fort Worth equipment. �.� Ir�f�t°r���l�r� �o A��pe�f���i� I�v�����: Invoices shall indicate the purchase/lease arder, customer order number or problem number. A copy of the compl�ted customer order, bill of lading and �he freight waybill, when appiicable, shall be attached to the invoice. 24 ��� a��m������rt o� Ch�r���s: Charges shalC be itemized and �rans�ortatian charges shall be listed separatefy. �.� _ �c�ui�rrt�rt� �oVer�cl ��► R��air S�r�[c�s� The IT Solutions Fi�ance Group shafl su�bmit �o DAC on a manthly basis, �he report of equipment covered by Repair Ser�ices. This report sha11 be sent electron�cally to DAC on �he first Monday of each month. The report shall include �he City of Fort Worth Equipment Tnventory, the Inventory of Equipmen� by Device Types, and the Invenfory of E�uipment by Contract �•5 �e���r° ��1°�I��s �t�V�iC�:, A separate invoice, in duplicate, shall be submitted for City of Fort Wortih Repair Services based on tf�e City of Fort Worth Inventory by Device Type report. 2.6 �►�d�e�s tv ��ncl �� �elir��r �nv��c�s� deli�er invoices to the following address: City of Fort Worth IT Solutions Department Attn: Finance Group i000 Throckmorton Fort Worth TX 76102 DAC shalf mail ar �-� ��l��7�nt 'T���7�: IT Solutions shall not pay in�oic�s tha� do not meet the �erms of this Section and after defivery and accep�ance of the goods and services. �.� �n���ll��ion ��rvic�� �o� I�e���c1 �����rr��r�� �.�.� Invoice� Dir�ct �� �easing Comp�ny: DAC shall provide installation invoices directly to the appropriate leasing company for payment far Tns�allation Services on a!I leased equipment. �.�.� i'�p� �f In���lla�i�r� �ervice on �nvei�e: DAC shall include the type of instal(ation service performed as described in Appendix A Scope of Ser�ices, Section � af �his Agreement on in�oices sent d�rectly to the appropriate leasing company. �.�,� �e�on�iliation a� �l�ar�es; Any charges that ha�e been overstated by �he Finance Group to the Leasing Company based on type o� installation will be reconciled by at the end of each month. 25 „ 2.9 �ns�allatlern DAC shall submi� a� in�aices directly to IT purchased equipment. S�r�ie�s for �ur°cha��� �c�u��r��n�: Installation Services and Move�Add-Change Solu�ions as pravided in �his Append�x B on all 26 ! � '� �� ' �' � �1 � , �i l �` �' I � � � _ � ������� �o� ������������ �������� IT 5olutions shall pay DAC according to the following sehedule for Installa�ion Ser�ices as defined in Section 1 of Appendix A, Scope of Services. installation Type New Trade�In Re-deploy Installation with �nd of Lease Support End of I�ease Support Only Limited �nstall Pr9nters, Scanners and Plot�ers Price per Unit �i5o.+ao $175.00 $195.0� $225,OD $95.00 $1.95.00 $125.00 S��T�'�� ��� ��1l��14DD�C��1��� S�F�1l�C�S IT Solutions shall pay DAC according ta the following schedule for Move-Add-Change Services as defined in Section 2 af Apper�dix A, Scope of Services. Specificatinn 8AM to 5PM, Monday �hroug� Friday Not 8AM to 5PM, Monday through Friday par�s Discaunt Cost Estimates Price $50.00 per hour $75.00 p�r hour 10% discount offi QISV Catalogue, which is 15% ofif Manufacturer's Sugges�ed List Price No Charge z� ��� I �IL�� ��� ���/"��l6� �������� IT Solutions shall pay DAC aceording to the following schedule for Repair Services as defined in Section 3 of Appendix ,A, Scope of Ser�ices. Type of Service Level A Le�el B Leorel C La�or Only 8AM to �PM Monday through Friday La bo r Only not $AM to 5PM Monday through Friday Ser�ers Systems Peripherals Printers $S.OQ per unit per month $8.�D per uni� per month $7,pQ per �nit per mon�h $6.00 per unit per month $fi.60 per unit per month $60.�4 per hour $75.00 per hour $9.50 per $8.Z5 per unit per unit per month month $1p.5p per $9.50 per unit per unit per month mon�h $6�.00 per $60.00 hour perhour $40.00 per uni� per month $45.0� per unit per month �so.00 per unit per month $60.00 per hour Plotters $15.Da per unit per month $18.0� per unit per month $20.00 per uni� per month $60.00 per hour $75.00 per $75.00 $75.00 $75.00 hour perhour perhour perhour zs C'iiy of'.�'ori �o�th, Texas M���r ��d Cou�c�I Cor�n�unic���o� bA7E 9 011102 Si1BJECT RE�ERENC� NUMBER LOC NAME �`*C�'� �267 04SUPPORT PAG� 1 af 3 CONTRACT FOR COMPLfTER SUPPORT SERVICES FR4M �ATA A��LJ���'l�fV� ��RP�R1�'�ID�I F'4R THE [NFORMATIQN TECHN�L�GY 50LUTIONS DEPARTMENT RECOMMENDATION: !t is recommended that the City Council: Authorize the City Manager to execute a contract for computer support servic�s with Data Applications Corporation using State of Taxas catalog�ae purchasing procedures for the In�ormation Technology Solutions Department; and 2. Autharize #his agreement to begin Octo6er '1, 20�2, and ex�ire Septemb�r 30, 2004, with an. option to renew for one two-year period. DISCUSSION: Since � 995, the City has �urct�ased or leased computers, parts, peripheral equipment and software using the 5tate of Texas Qualified Infiormation Services Vendor (QlSV) proc�ss. The City has utilized con#racted sourees to perform computer services such as installs, u�grades, moves, and maint�nance. In ord�r to cantinua the computer replacement program, the Informafion Techr�alogy Salutions Department {IT Solutians) requires a contractor who can pertorm the services associated with instalEatian and de-instal[ation of computers. The QISV program requires that evaluation of three p�op�sals from qualified �endors wh�n passible. The QISV program al[ows for agencies to use both "best practice" artd "best val�e" factors to be used in procurement decisians. The Request for Praposals was advertised an February 6 and 13, 2002. On F�bruary 28, 2002, the City received seven responses for computer ma�ntenance, install and upgrade ser�ices. Ve�do� responses firom BMC So[utions, Computer 5pecialist, ]nc., PI System, LLC, and Teague Nali and Perkins were determined #a be unresponsive because the proposals did not meet m�nimum specifications. City staff evaluated the other propasals frorim Data Applications Corporation, Cyberdyne Systems, Inc, and Xerox Carporation. In addi#ian to pricing, the ability ta pra�ide good �ustamer senrice was a must for both the ma9ntenance and installlupgrade proc�sses. The criteria for evaluation was: o Experience of ti�e firm o Proposed contrac# p�ice � Compatibility with current installation and maintenance processes o Technical Suppor� Capability � Customer 5ervicelTraininglQualifications 10% 20°/n 20% 25% 25% C`ity of �o�t T�o�th, �'exas ��yor �r�d �ou�cil Communic��io�n DAT� REFERENCE NUMBER LOG NAME PAGE 1011102 *���� g�67 04SUPPORT � 2 of 3 suB�ECT CONTRACT FOR COMPU ER SUPPORT SERVICES FROM DATA APPLICATIONS CORPORATION FOR THE INFORMATION TECHNOLOGY SOLUTiONS DEPARTMENT Data Appiications Corporation was the most responsive and had #he lowest pricing in fiheir proposal for services. The number of monthiy installations and upgrades of equipment is variable based on customer department requests. Using th� City-provided num�er of devices information, the estimated monthly maint�nance costs by fF�e three vendors is as fallows: Vendor Estimated Monthlv Mai�tenan�e Data Applications Corporation $28,'[ Op Xerox Corporation $45,900 Cyberdyne Systems, Inc. $5a,Q28 The contract agreement will be used to purchase Data Applications Corporation services to ins#all, upgrade, move and mainfain th� City's computers, parts, �eripheral �quipment and software. Data A�plicatians Carporatior� has performed services fo� th� City the past fi�e �years under th� QlSV process. Data Applications Carparation has existing knowledge of the Cify's network intrastructure and compufer replacement program. The City is in the process of replacing leased compuiers and the tasks required to successfully complete an installation of new equipment and tne de-instal[ation of old equipment are complex. The IT 5olutians Department has worked with Data Applications Corporation ta �nsure if�af #he City's requirements for the repl�cement pracess are understood. Data Applications Corporation is designated as QISV vendor by the State of Tex�s. Under Section 271.a83 of the Texas Local Government Cade, a local government satisfies oth�rwise cornpetiti�e bidding requirements when it makes a purchase through the Sfate of Texas General 5ervice Commissian catalogue purchasing procedure established by Sectian 2157.061 of the T�xas Government Cade. The City will comply with that procedure far the cantract agreement a�athorized under t�is Mayor and Council Communication, No guarantee was ma�e tF�at a specific amount of service will b� purchased. TFie ongoing costs assaciated with the lease replacement �rogram wilf be charged to the participating City departments as computers are repfaced. MIW�E - A waiver af the gflal �or MIWBE subcontracting � requirements was requested by the IT Solutions ❑e�artmertt and appraved by the MIWBE Offce because tt�e purci�ase of services is firom sources whe�e subcontracting or suppli�r apportunities a�e negligi�le. RENEWAL OPTIONS - This agreemer�t may be re�ew�d for one two-year term at the City's option. This action does not require specific City Cauncil approval pro�ided that thE City Cauncil has appropriated sufficient funds to satisfy the City's obligaiions during the renewal term. City of �'o�t T�T�orth, T'exas ��yor ��d Cou�c�l �on�rr�unic�t�ar� DATE RE�ERENCE NUMBER LOG NAME PAGE 1011102 **��� gZs'� 04SUPPORT � 3 ofi 3 SUSJECT CDNTRACT FOR COMPU ER SUPPORT SERVICES FRQM DATA APP�ICATf�NS CORPaRATION FOR THE INFORMATiON TECHNOLOGY SOLUT�ONS DEPARTMENT FISCAL INFORMATIONICERTIFICATION: The Finance Directar certifies that funds are a�ai[abie in fhe FY20p2-2003 operating budget, as appropriated, ot the Information 5ystems Fund. CB:lc 5ubmitted far City Manager's Office by; Cnarles Boswell Originating Department Head: David Miller Additian�l Infvrmation Contact: David Bragg FiJND I ACCOUNT I CENTER � AMOUNT (�d) - 8511 $78 ] (frorn) � Si88 f CITY SECRETARY APPROVED 10/41/02