new york department of administration, finance


new york department of administration, finance...

0 downloads 196 Views 1MB Size

CITY OF BUFFALO NEW YORK DEPARTMENT OF ADMINISTRATION, FINANCE, POLICY & URBAN AFFAIRS DIVISION OF PURCHASE 65 NIAGARA SQUARE, ROOM 1901 CITY HALL BUFFALO, NEW YORK 14202 PHONE (716) 851-5222 FAX (716) 851-5231

REQUEST FOR PROPOSALS: NETWORK SERVICES AND HARDWARE SUPPORT FOR THE BUFFALO POLICE ISSUE DATE: OCTOBER 4, 2013 ANTICIPATED SCHEDULE: Listed below are important target dates and relevant times by which actions related to this RFP must be completed. The City reserves the right to change this schedule. EVENT Issuance of RFP Written Questions from Respondents due by 4:00PM Responses to Questions posted on City website by 4:00PM Pre-Proposal Conference, 11:00AM (at the Division of Purchase, 65 Niagara Square, Room 1901) Proposal Due by 11:00AM

DATE October 4, 2013 October 15, 2013 October 21, 2013 October 28, 2013 November 12, 2013

RESPOND TO: WILLIAM SUNDERLIN, DIRECTOR OF PURCHASING CITY OF BUFFALO DEPARTMENT OF ADMINISTRATION, FINANCE, POLICY & URBAN AFFAIRS 65 NIAGARA SQUARE, ROOM 1901 CITY HALL BUFFALO, NY 14202

TABLE OF CONTENTS 1. Introduction………………………………………………………………………….………2 2. General Requirements for Tendering Proposals…………….……………………………...4 3. Specifications………………………………………………………………………………17 4. Minimum Performance Standards…………………………………………………………23 5. Current Environment………………………………………………………………………25 6. Scope of Work……………………………………………………………………………..34 7. Proposal Format………………………………………………………………………...…38 Attachments: A: B: C: D: E: F: G:

Price and Requirement Checklist ……………………………………………….............40 Network OS and Software to be Supported………………………………………..……42 Ready Spares ……………………………………………….……………………….…..43 Non-Critical Components - Hardware Maintenance…………………………….……..48 Application Software ………………………………………………………………....…71 Cisco Smartnets ………………………………………………………………............…72 Other Items to be Stocked and Funded…………………………………………….……73

Appendices: Appendix 1: Non-Collusion Certification (To be returned with proposal) Appendix 2: Living Wage Commissioner Application for Contract with the City of Buffalo (To be returned with proposal) Appendix 3: Form 2A- Bidders Affirmative Action Statement (To be returned with proposal) Appendix 4: Confidentiality Agreement (To be returned with proposal) Appendix 5: Conflict of Interest Statement (To be returned with proposal)

2

INTRODUCTION 1.1 Goals and Objectives of the Engagement The City of Buffalo Department of Police is seeking assistance in maintaining their Information Technology services. In an effort to meet the services required by the departments for computer technology, the department is seeking assistance from outside vendors. Buffalo Police Department seeks proposals that will return value while assisting the BPD in achieving its information technology goals by providing enhanced systems, administrative services, enhanced systems supportability, enhanced systems availability, and an enhanced enduser experience. The contract will be awarded for an initial one (1) year term and will be renewable for four (4) additional terms of one (1) year each, for a potential of five (5) terms.

1.2

Specific Objectives during Engagement: A. To maintain consistent alignment with the BPD business strategies B. To provide Service Level Management (SLM) concepts which measure impact, customer satisfaction, and service performance C. To provide ongoing, continuous improvement methodologies D. To clearly have a WIN-WIN relationship during our engagement E. To provide business and technical assistance to the Buffalo Police Department Information Technology Team through industry knowledge and experience. F. It is essential to delivering highest quality Network Support Services that the right skill sets be employed. The vendor will provide experienced professional people who can interface with the BPD and who understand our environment and systems.

1.3

Pricing Should Include the Following:

5x8 services for the following Administrative Support Services listed in Scope of Work: A. B. C. D. E. F. G. H. I. J.

Notes Administration Citrix Administration Domain Administration Proxy Administration Enterprise Antivirus Functionality Administration Disaster Recovery Process/Procedure Documentation Proactive Alerting for Core Services VPN Access for Support Consulting Management Reporting

3

1.4.

Minimum Standards of Service

As set forth in further detail within this RFP, the Respondent must guarantee onsite response with standard, certified, Network Support resources familiar with the BPD environment, including the delivery of necessary replacement components or entire configuration equipment, as set forth in this document. The Respondent shall provide for 7x24 Network Support Services and provide for a fully staffed Help Desk at the BPD’s disposal, call back telephone support within 30 minutes, onsite response within 2 hours of the reported issue, and problem resolution within 8 consecutive hours of arrival onsite.

1.5.

City of Buffalo’s Good Faith Effort

All information provided in this RFP is provided in good faith, and represents the City’s best efforts to convey with accuracy and full disclosure of all information that may be directly relevant to this RFP. The City bears no responsibility for any costs, current or future, in relation to this RFP.

4

2.

GENERAL REQUIREMENTS FOR TENDERING PROPOSALS: FOR ENTERING FORMAL PROPOSALS FOR MATERIALS, SUPPLIES, EQUIPMENT, AND SERVICES

2.1

Method of Tendering Proposals. RESPONDENT MUST TENDER THEIR PROPOSAL ON THE FORM FURNISHED WITH THESE SPECIFICATIONS and shall execute the form in electronic format, ink or typewriter as specified within this document and without alteration or additions of any kind. Except for catalogs or other descriptive literature specified or requested, ANY LETTERS OR OTHER PAPERS ATTACHED TO PROPOSALS OR SUBMITTED UNDER SEPARATE COVER CONTAINING CONTINGENT CLAUSES OR MODIFICATIONS TO THESE SPECIFICATIONS WILL NOT BE ACCEPTED. Any deviation or minor points of variance shall be specifically shown and stated in the space provided on the bid sheet or on a separate sheet of paper, and only those deviations or minor variations contemplated or permitted thereby will be considered. Respondents are advised to adhere to the submittal requirements of the RFP. Failure to comply with the instructions of this RFP may be cause for rejection of the proposal. Respondent must provide ALL information in response to all the appropriate areas throughout the RFP. Submission of a Proposal in response to this RFP constitutes acceptance of all requirements outlined in the RFP. Eight (8) copies of the proposals, including one (1) original and seven (7) copies, must be prepared on 8” X 11” letter size paper, printed double-sided, and bound on the long side. One (1) CDROM containing an Adobe Portable Document Format (PDF) version of all proposal materials must also be provided. All proposals must be electronically generated or typewritten and the printed original signed in ink. Each page of the Proposal must be numbered in a manner so it can be uniquely identified. Legibility, clarity and completeness are required. The proposal must be signed by individual(s) legally authorized to bind the Respondent(s) and must contain a statement that the proposal and the prices contained therein will remain firm for a period of one hundred eighty (180) days after receipt by the City.

2.3

Signatures

No person, co-partnership, or corporation, shall submit more than one proposal, either directly or by agent. Each Respondent shall sign said proposal with his/her full name, in his/her own handwriting, and, if a partnership, each partner must sign; if a corporation, the corporate name shall be signed, and signed and acknowledged by a duly authorized officer thereof.

5

2.4

Surety and Bond

FOR THE PURPOSE OF THIS PROPOSAL, IF TOTAL AMOUNT IS UNDER $250,000 A PERFORMANCE BOND WILL NOT BE REQUIRED WHEN ENTERING INTO A CONTRACT, HOWEVER, BID SURETY (BID BOND, CERTIFIED CHECK, BANK DRAFT OR IRREVOCABLE LETTER OF CREDIT) FOR 10% OF TOTAL AMOUNT IS REQUIRED WHEN SUBMITTING A PROPOSAL. IF TOTAL PROPOSAL AMOUNT IS $250,000 OR ABOVE, BOTH PERFORMANCE BOND AND BID BOND WILL BE REQUIRED. A bid bond, certified check, bank draft or letter of credit must accompany any proposal under $250,000.00. If the total dollar amount of the proposal exceeds $250,000.00, then only a bid bond is acceptable as surety, otherwise, a certified check, bank draft or irrevocable letter of credit is acceptable and shall be for ten percent (10%) of the amount proposal. Bid bond running to the City of Buffalo to be executed by Respondent as principal and by duly incorporated company authorized to guarantee performance of the contract, and to do business in the State of New York, as surety, in the penal amount of not less than ten percent (10%) of the proposal, conditioned that if the proposal accompanying the bond shall be accepted, the principal named in such bond will, whenever required, enter into a written contract for the performance of the contract in accordance with conditions as provided in the plans and specifications and will furnish the required security for the faithful performance of the contract as specified, and the penal sum of such bid bond, in the amount of one hundred percent (100%) shall be and become the minimum amount of the damages suffered by the City as liquidated damages, if the Respondent whose proposal is accepted shall fail to enter into a contract with the City and give security for the performance of the contract as required, upon notice to him as in said plans and specifications prescribed. The amount of the aforementioned bid bond, certified check, bank draft or irrevocable letter of credit, shall be based on the total amount of the proposal arrived at by the addition of the totals for all groups or units proposal upon. Whenever respondents submit proposals for items aggregating less than $10,000.00, no security need accompany the proposal. 2.5

“Energy Star”

For all applicable products Respondents must submit with their proposal a statement indicating that all products purchased will bear the “Energy Star” label as awarded by the U. S. Environmental Protection Agency and U. S. Department of Energy. If Respondent finds it necessary to purchase a product that does not bear the “Energy Star” label the Respondent or the respective Department or Agency must include a written statement indicating the reason “Energy Star” products can not be used, and a comparison of the initial and operating cost differential during the useful life of the “Energy Star” rated product and the nonrated product. 2.6

MBE/WBE Plan

The City’s policy regarding MBE/WBE goals is: The advertisement inviting RFP’s for the doing of a work or improvement or for the furnishings of materials, supplies, or equipment shall among other things state that the Respondent must submit prior to the awarding of a 6

contract, a statement indicating that the Respondent will work toward a minority workforce goal of 25%, and women workforce goal of 5%. All Respondents must submit with their proposal Forms EEO-2A and EEO-2B (enclosed) , indicating that they will work toward a minority workforce goal of 25%, and woman workforce goal of 5%. In addition, prior to the award of a contract, a statement must be submitted indicating that the successful Respondent will work toward a business utilization goal for minority business enterprise of 25% and woman business enterprise of 5%. These goals shall be utilized for all purchasing, professional services and construction.

2.7

Living Wage Policy

The Buffalo Living Wage ordinance applies to City contracts for services of more than $50,000 value when the City contracts with a contractor employing more than ten people. The attached City of Buffalo Living Wage Commission Application For Contract with the City of Buffalo, must be completed and accompany your response to request for proposal. 2.8.

Qualifications for Respondent

Ordinarily, proposals are not considered from Respondents on supplies, material or equipment, if the Respondent or manufacturer of same is in bankruptcy, or in the hands of a receiver at the time of tendering a proposal or at the time of entering into a contract, but the Director of Purchase reserves the right to accept or reject such proposals in the best interest of the City. No proposal shall be accepted from any person or corporation that is in arrears to the City upon any debt or contract. 2.9

Contract and Bond

A. The successful Respondent will be required to enter into a contract and furnish a bond guaranteeing the faithful performance of the contract in the penal amount of the contract price, such bond to be executed by the Respondent as principal, and by a duly incorporated company authorized to guarantee the performance of the contract and to do business in the State of New York as surety. Said bond shall be approved by the Corporation Counsel as to form and by the Comptroller of the City of Buffalo as to sufficiency of the bond. The amount of the performance bond shall be based on the total amount of the contract, arrived at by the additions of the totals for all groups or units listed thereon. In addition to the bond requirement, any Respondent awarded a contract shall be required to provide and maintain at no cost to the City, policies of insurance, including but not limited to General Liability, Automobile Liability, Professional Liability or Errors and Omissions, Worker’s Compensation. Said policies shall be approved by the Corporation Counsel as to form and by the Comptroller of the City of Buffalo as to sufficiency. B. ALTERNATIVES TO PERFORMANCE BONDS. Where the cost for the purchase of materials, supplies or equipment does not exceed two hundred fifty thousand dollars ($250,000.00), the head of the City agency charged with the execution of the contract may, in his/her discretion, waive the requirement of a performance bond and authorize instead the 7

submission of a certified check, bank draft or letter of credit in the amount of fifty percent (50%) of said cost. Where the cost of such purchase exceeds two hundred fifty thousand dollars ($250,000.00), the Common Council may, upon the recommendation of the head of the city agency charged with the execution of the contract, waive the requirement of a performance bond and authorize instead the submission of a bank draft, certified check or letter of credit in the amount of fifty percent (50%) of said cost. C. EXCEPTIONS. Wherever the total of items awarded to any Respondent is less than $10,000.00, purchase orders will be issued and no performance bond will be required. This exception does not apply where a trade-in is involved. In such cases the gross total quoted amount shall be the determining figure. A bond, or other security, shall be required when the amount is $10,000.00 and over. 2.10. City’s Rights

Upon submission of a proposal in response to this RFP, the Respondent acknowledges and consents to the following conditions relative to the submission and review and consideration of its Qualification Statement: A. All costs incurred by the Respondent in connection with responding to this RFP and for participating in this procurement process shall be borne solely by the Respondent. B. The City reserves the right, in its sole discretion, to reject for any reason any and all responses and components thereof and to eliminate any and all Respondents responding to this RFP from further consideration for this procurement. C. The City reserves the right, in its sole discretion, to reject any Respondent that submits incomplete responses to this RFP, or a Conflict of Interest Statement that is not responsive to the requirements of this RFP. D. The City reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFP, or otherwise request additional information. E. All proposals in response to this RFP shall become the property of the City and will not be returned. F. All proposals in response to this RFP constitute public records and may be made available to the public, at the appropriate time, as determined by the City, in its sole discretion, in accordance with applicable law. G. The City may request Respondents to send representatives to the City for interviews and a demonstration of Respondent’s proffered services.

8

H. Any and all proposals in response to this RFP that are not received by the Division of Purchase by 11:00 a.m. on NOVEMBER 12, 2013 as set forth in the schedule will be rejected. I. Neither the City, nor its officers, officials nor employees shall be liable for any claims or damages resulting from the solicitation or preparation of the proposal in response to this RFP.

The City reserves and may exercise, in its sole discretion, the following rights and options with regard to this RFP and the procurement process in accordance with the provisions of applicable law: J. To determine that any proposal received in response to this RFP complies or fails to comply with the terms set forth herein. K. To determine that any Conflict of Interest Statement received in response to this RFP complies or fails to comply with the terms set forth herein. L. To determine whether any perceived or actual conflict of interests exists that would impair a Respondent to perform the duties and functions of any contract arising from this RFP. M. To waive any technical non-conformance with the terms of this RFP. N. To change or alter the schedule for any events called for in this RFP upon the issuance of notice to all prospective Respondents who have received a copy of this RFP. O. To conduct investigations of any or all of the Respondents, as the City deems necessary or convenient, to clarify the information provided as part of the proposal and to request additional information to support the information included in any proposal. P. To suspend or terminate the procurement process described in this RFP at any time. If terminated, the City may determine to commence a new procurement process or exercise any other rights provided under applicable law without any obligation to the Respondents. Q. The City shall be under no obligation to complete all or any portion of the procurement process described in this RFP. 2.11. Interest of Members Of City The successful Respondent agrees that no member of the governing body, officer, employee or agent of the City shall have any interest, financial or otherwise, direct or indirect, in any Contract issued as a result of this RFP.

9

2.12. Affirmative Action Statement The successful Respondent agrees to comply with the provisions of all applicable federal, state and City of Buffalo statutes, ordinances and regulations pertaining to civil rights and nondiscrimination including, without limitation, Buffalo City Charter, Chapter 96, incorporated herein by reference. 2.13. Non-Discrimination The successful Respondent will not discriminate against any employee or applicant for employment because of race, color, creed, religion, ancestry, sex, national origin, sexual orientation, disability, age, marital status or status with regard to public assistance or as a disabled veteran or veteran or the Vietnam era. Such prohibition against discrimination shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. The successful respondent shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the City, setting forth this nondiscrimination clause. In addition, the Respondent shall, in all solicitations or advertisements for employees placed by or on behalf of the Respondent, state that all qualified applicants will receive consideration for employment without regard to race, creed, religion, ancestry, sex, national origin, sexual orientation, disability, age, marital status or status with regard to public assistance or status as disabled veteran or veteran of the Vietnam era, and comply in all other aspects with the requirements the Buffalo Code of Ordinances.

2.14

Insurance and Indemnification

For any contract or agreement entered into under or pursuant or related to this Request for Proposal, the Successful Bidder shall agree to indemnify and save harmless the City of Buffalo, the Buffalo Police Department, its servants, agents and employees from any and all suits or action at law or in equity, which may hereafter be brought against them or either of them, for, or on account of, all matters arising out of, or related to said Successful Bidder’s services The successful bidder will be required to obtain and maintain, at no cost to the City, insurance coverage as listed below during the entire term of any contract arising from this RFP. Bidder shall be solely responsible for any and all premiums and deductibles. The insurance required shall be written for not less than the scope and limits of insurance specified hereunder, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever coverage requirement is greater. It is agreed and understood that the scope and limits of insurance specified hereunder are minimum requirements and shall in no way limit or exclude the City from additional limits and coverage provided under Bidder’s policies. A. Minimum Scope and Limits of Insurance

10

Worker’s Compensation Insurance Respondent shall carry Worker’s Compensation Insurance in accordance with the requirements of the laws of the State of New York. General Liability Bidder shall carry General Liability insurance providing for a total limit of one million dollars ($1,000,000) per occurrence for each job site or location for all damages arising out of bodily injury, personal injury, property damage, products/completed operations, and contractual liability coverage for the indemnification provided under any contract arising from this RFP. Each annual aggregate limit shall not be less than $2,000,000. Automobile Liability With respect to any owned, non-owned, or hired vehicles, Respondent shall carry Automobile Liability insurance providing one million dollars ($1,000,000) per accident for bodily injury and property damage. Professional Liability With respect to any damage caused by an error, omission or any negligent acts of the Bidder performed under any contract arising from this RFP, Bidder shall carry Professional Liability insurance providing no less than one million dollars ($1,000,000) per claim for any wrongful act Acceptability of Insurers Bidder’s policies shall be written by insurance companies licensed to do business in the State of New York, with an AM Best rating of A- VII, or otherwise acceptable by the City’s Comptroller. Subcontractors The Bidder shall require subcontractors, if any, to provide the same “minimum scope and limits of insurance” as required herein, with the exception of Errors and Omissions/Professional Liability insurance, unless Errors and Omissions/Professional Liability insurance is applicable to the work performed by the subcontractor. Aggregate Limits Any aggregate limits must be declared to and approved by the City. It is agreed that the Respondent shall notify the City when fifty percent (50%) of the aggregate limits are eroded during the contract term. If the aggregate limit is eroded for the full limit, Bidder agrees to reinstate or purchase additional limits to meet the minimum limit requirements stated herein. The premium shall be paid for by the Bidder. Notice of Cancellation or Nonrenewal Each insurance policy required shall be endorsed to state that coverage shall not be suspended, voided, cancelled, or reduced in coverage or in limits except after 30 days prior written notice by certified mail, return receipt requested, has been given to the City. Additional Insured 11

The liability insurance coverage, except Errors and Omissions, Professional Liability, or Workers Compensation, if included, required for the performance of the contract shall include the City as additional insured and certificate holder with respect to the Bidder’s activities to be performed under the contract. Certificate of Insurance As evidence of the insurance coverage required by the contract, Bidder shall furnish certificate(s) of insurance to the City prior to the award of the contract and upon each renewal period. The certificate(s) will specify all parties who are endorsed on the policy as additional insureds (or Loss Payees). The certificates and endorsements for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. Renewals of expiring certificates shall be filed thirty (30) days prior to expiration. The City reserves the right to require complete, certified copies of all required policies at any time. Waiver of requirements The City may vary the requirements at City’s sole discretion; if City determines that the City’s interests will be adequately protected without meeting all stated requirements.

2.15. Transfer of Interest The successful Respondent shall not assign any interest in the Contract, and shall not transfer any interest in the same either by assignment or innovation without the prior written approval of the City, provided, however, that claims for money due or to income due to the contractor may be assigned to a bank, trust company or other financial institution, or to a Trustee in Bankruptcy without such approval. Notice to any such assignment or transfer shall be furnished to the City. The Contractor shall not subcontract any services under this contract without prior approval of the City or designated herein. 2.16. Compliance Requirements All Contractors hired by the City of Buffalo are required to abide by the regulations of the Americans with Disabilities Act of 1990 (ADA) that prohibits discrimination against individuals with disabilities. The contractor will not discriminate against any employee or applicant for employment because of their disability and will take affirmative action to ensure that all employment practices are free from such discrimination. Such employment practices include but are not limited to the following: hiring, promotion, demotion, transfer, recruitment or recruitment advertising, layoff, discharge, compensation and fringe benefits, classification, referral and training. The ADA also requires Contractors associated with the City of Buffalo to provide qualified applicants and employees with disabilities with reasonable accommodation that does not impose undue hardship. Respondents also agree to post in a conspicuous place, accessible to employees and applicants, notices of their policy on non-discrimination. In the event of the contractor's noncompliance with the non-discrimination clauses of this contract, this contract may be canceled, terminated, or suspended, in whole or part, and the contractor may be declared ineligible by the Buffalo City Council from any further participation in City contracts in addition to other remedies as provided by law. 12

2.17. General Compliance The successful Respondent agrees to comply with all applicable Federal, State and local laws and regulations governing funds provided under this contract. 2.18. Confidentiality Agreement The successful Respondent must be willing and sign the City’s confidentiality form.

2.19. Performance Monitoring The City will monitor the performance of the successful Respondent against goals and performance standards required herein. Substandard performance as determined by the City will constitute non-compliance with this agreement. If action to correct such substandard performance is not taken by the Contractor within a reasonable period of time after being notified by the City, contract termination procedures will be initiated. All work submitted by Contractor shall be subject to the approval and acceptance by the City or designated herein. The City or designated herein shall review each portion of the work when certified as complete and submitted by the Contractor and shall inform the Contractor of any apparent deficiencies, defects, or incomplete work, at any stage of the project. 2.20. Independent Contractor Nothing contained in this agreement is intended to, or shall be construed in any manner, as creating or establishing the relationship of employer/employee between the parties. The successful Respondent shall at all times remain an independent contractor with respect to the services to be performed under this Contract. Any and all employees of successful Respondent or other persons engaged in the performance of any work or services required by the successful Respondent under any Contract shall be considered employees or sub-Contractors of the successful Respondent only and not of the City; and any and all claims that might arise, including Worker's Compensation claims under the Worker's Compensation Act of the State of New York or any other state, on behalf of said employees or other persons while so engaged in any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the successful Respondent. 2.21. Hold Harmless The successful Respondent agrees to defend, indemnify and hold harmless the City, its officers and employees, from any liabilities, claims, damages, costs, judgments, and expenses, including attorney's fees, resulting directly or indirectly from an act or omission of the successful Respondent, its employees, its agents, or employees of subcontractors, in the performance of the services provided by this contract or by reason of the failure of the contractor to fully perform, in any respect, any of its obligations under this contract.

13

2.22. Accounting Standards The successful respondent agrees to maintain the necessary source documentation and enforce sufficient internal controls as dictated by generally accepted accounting practices to properly account for expenses incurred under this contract. 2.23. Applicable Law The laws of the State of New York shall govern all interpretations of this contract, and the appropriate venue and jurisdiction for any litigation which may arise hereunder will be in those courts located within the County of Erie, State of New York, regardless of the place of business, residence or incorporation of the Respondent.

2.24. Conflict and Priority In the event that a conflict is found between provisions in any Contract to be executed, the successful Respondent s Proposal or the City's Request for Proposals, the provisions in the following rank order shall take precedence: 1) Contract; 2) Proposal; and 3) Request for Proposals. 2.25. Termination If the City contracts with the Respondent the City may cancel said Contract for any reason without cause upon thirty (30) days written notice, except that if either party fails to fulfill its obligations under the Contract in a proper and timely manner, or otherwise violates the terms of this Contract, the other party shall have the right to terminate this Contract, if the default has not been cured after a ten (10) days written notice has been provided. If termination shall be without cause, the City shall pay contractor all compensation earned to the date of termination. If the termination shall be for breach of this Contract by the successful Respondent, the City shall pay the successful Respondent all compensation earned prior to the date of termination minus any damages and costs incurred by the City as a result of the breach. If the contract is canceled or terminated, all finished or unfinished documents, data, studies, surveys, maps, models, photographs, reports or other materials prepared by the successful respondent under this agreement shall, at the option of the City, become the property of the City, and the successful respondent shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents or materials prior to the termination. Notwithstanding the above, the successful Respondent shall not be relieved of liability to the City for damages sustained by the City as a result of any breach of this Contract by the successful respondent. The City may, in such event, withhold payments due to the successful respondent for the purpose of set-off until such time as the exact amount of damages due to the City is determined. The rights or remedies provided for herein shall not limit the City, in case of any default by the successful respondent, from asserting any other right or remedy allowed by law, equity, or by statute.

14

2.26. Prime Contractor Responsibility All sub-contractors will be subject to approval by the City. Prior to contract execution, the successful Respondent will be required to furnish the corporate or company name and the names of the officers and principals of all subcontractors. Notwithstanding any such approval by the City, the successful Respondent shall itself be solely responsible for the performance of all work set forth in any contract resulting from the RFP and for compliance with the price and other terms provided in the contract. The successful Respondent shall cause the appropriate provisions of its proposal and the contract to be inserted in all subcontracts. The City’s consent to or approval of any subcontract or subcontractor Proposed by a Respondent shall not create or purport to create any obligation of the City to any such subcontractor, or any form of contractual relationship or relationship of privity between the City and the subcontractor. Any Respondent who obtains such approval or consent of the City shall be required to insert a clause so providing in all subcontracts.

2.27. Disclaimer This RFP and the process it describes are proprietary to the City and are for the sole and exclusive benefit of the City. This RFP is not binding on the City. No other party, including any Respondent to this RFP or further Respondent to any RFP that may be issued by the City, is intended to be granted any rights hereunder. Any response to this RFP, including written documents and verbal communication, with the exception of materials marked as trade secrets or confidential, may be subject to public disclosure by the City, or any authorized agent of the City. Any materials submitted or ideas elicited in response to this RFP shall be the sole and absolute property of the City with the City having title thereto and unrestricted use thereof. 2.28. Publicity All publicity (including, but not limited to, news releases, news conferences, and commercial advertising) relating to this RFP and/or the services or products sought by this RFP and/or any contract awarded pursuant to this RFP shall require the prior written approval of the City of Buffalo Division of Citizen Services. 2.29. Respondents Restricted No proposal shall be accepted from or contract awarded to any City employee or official, or any firm in which a City employee or official has a direct or indirect financial interest. No Respondent may be the prime contractor or prime Respondent for more than one proposal submitted pursuant to this RFP. Entities that are legally related to each other or to a common entity may not submit separate proposals as prime Respondents or prime Respondents. Any proposal may be rejected that, in the City’s sole judgment, does not comply with these conditions. Nothing contained in this RFP is intended to preclude a proposal by a system integrator that proposes to perform the substantive work proposed through sub Respondents.

15

2.30. Inspection of Records All records from the successful respondent with respect to any matters covered by this agreement shall be made available to the City or its designees at any time during normal business hours, as often as the City deems necessary, to audit, examine, and make excerpts or transcripts of all relevant data. 2.31.

Discount

Respondent will please specify cash discount, if any; discount period to begin with receipt of invoice in the office of the Division of Purchase. The cash discount is not to be considered in determining the lowest price, except where proposals are otherwise identical. 2.32.

Payment

Payment for material, supplies or equipment called for herein shall be made within thirty (30) days after approved completion of contract or approved milestones and the rendition of proper invoice to the Division of Accounting, 65 Niagara Square, Room 1214 City Hall, Buffalo, New York 14202. 2.33.

Patent Infringement

The Contractor shall agree to indemnify and save harmless the City of Buffalo, its servants, agents and employees from any and all suits or action at law or in equity, which may hereafter be brought against them or either of them, for, or on account of, the infringement, or alleged infringement, of any patent or patent rights upon or pertaining to any of the articles described herein. 2.34.

General

A. The Contractor will not be allowed to take advantage of any errors or omissions. The Director of Purchase reserves the right to reject any and all proposals on any or all items in the proposal and to waive any informalities. In case of error, unit price governs. B. Should there be any question concerning these specifications, or the intent of these specifications, the prospective Respondent shall apply to the Director of Purchase for such information. C. These regulations, specifications, invitation for proposals, and the proposal are deemed to be incorporated in the contract. D. The Division of Purchase reserves the right to award by item, or as a whole, or to reject any or all proposals.

16

2.35.

Taxes

Quotations shall not include any New York Sales Tax as municipalities of New York State are not subject to this tax. No Federal Tax of any kind shall be included unless the Federal Law specifically levies such tax against purchases made by the political subdivisions of a State. 2.36.

Title

Contractor must transfer a good and incontrovertible title to all equipment furnished hereunder free and clear of all liens and encumbrances of whatever name and nature.

2.37.

Assignment and Subcontracting

Pursuant to Section 408 of the City Charter, no contractor awarded a contract pursuant to proposals shall assign or subcontract any part of such contract to any person, firm or corporation by whom a proposal was submitted to the City for the same contract. In any event, no contractor shall assign, transfer or otherwise dispose of the within contract, or any part thereof, or any right, title or interest thereunder, without the prior written consent of the Director. Any such purported action without such consent shall be null and void. 2.38.

Subcontractor List

The successful Respondent shall submit a list of proposed subcontractors to the Director of Purchase for his approval and obtain his written consent thereto prior to the execution of the contract. 2.39.

Nationally Known Corporations

The Director of Purchase reserves the right to determine which corporations are to be designated as nationally known, and his decision will be final. 2.40.

Non-Collusive Bidding Certification

If the Respondent is a corporation, the execution of the non-collusive certification in the form of proposal shall be deemed to include the signing to non-collusion as the act and deed of the corporation. No proposal shall be considered for an award nor will any award be made to a Respondent where the proposal does not include the statements as to non-collusion as set forth in the form of proposal herein, provided however, that if in any case the Respondent cannot make the foregoing certification, the Respondent shall so state and furnish with the proposal a signed statement which sets forth in detail the reasons therefore. In such event the proposal shall not be considered for award nor shall any award be made unless the Director of Purchase determines that such disclosure was not made for the purpose of restricting competition. In this connection, it should be noted that the fact that a Respondent has published price lists, rates or tariffs 17

covering items being procured or has informed prospective customers of the proposed or pending publication of new or revised price lists for such items, or has sold the same items to other customers at the same price as being bid, does not constitute, without more, a disclosure to any other Respondent or to any competitor within the meaning of the non-collusive certification included in the form of proposal. 2.41.

SECTION 220-E, Labor Law

PROVISIONS IN CONTRACTS PROHIBITING DISCRIMINATION ON ACCOUNT OF RACE, CREED, COLOR OR NATIONAL ORIGIN IN EMPLOYMENT OF CITIZENS UPON PUBLIC WORKS. Every contract for or on behalf of the state or a municipality for the construction, alteration or repair of any public building or public work or for the manufacture, sale or distribution of materials, equipment or supplies shall contain provisions by which the contractor with the state or municipality agrees: A. That in the hiring of employees for the performance of work under this contract or any subcontract hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the state of New York who is qualified and available to perform the work to which the employment relates; B. That no contractor, subcontractor, nor any person on his/her behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this contract on account of race, creed, color , disability, sex or national origin; C. That there may be deducted from the amount payable to the contractor by the state or municipality under this contract a penalty of fifty dollars for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract; D. That this contract may be canceled or terminated by the state or municipality, and all moneys due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the contract; and E. The aforesaid provisions of this section covering every contract for or on behalf of the state or municipality for the manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the state of New York.

18

3. SPECIFICATIONS The City of Buffalo, Division of Purchase is requesting proposals for the Department of Police as per the following specifications. NETWORK SERVICES AND HARDWARE SUPPORT FOR THE DEPARTMENT OF POLICE PROPOSALS IN SEALED ENVELOPES, marked “FORMAL PROPOSALS ON NETWORK SERVICES AND HARDWARE SUPPORT FOR THE DEPARTMENT OF POLICE” addressed to the Director of Purchase, 65 Niagara Square, Room 1901 City Hall, Buffalo, New York 14202, will be received until 11:00 A.M., local time, NOVEMBER 12, 2013. The following proposal guidelines will be used as a basis to advance the department through technology upgrades and provide maintenance in all aspects relating to computer technology. It is expected that Respondents will be capable of supporting all systems in their current state providing support agreements that will allow for complete maintenance of all computer equipment and the respective systems that are supported by the Department. The support agreements will be used to maintain all equipment currently in use by the Department. 3.1

Term of Agreement

The contract will be awarded for a term not to exceed one (1) year, to be awarded from the first day of the month following the date of execution up to and including June 30, 2014; it shall be renewable for four (4) additional terms of one (1) year each , which shall commence on July 1 of each year, under the same terms, if both parties so agree in writing. 3.2

Pre-Proposal Conference

All interested Respondents may attend a pre-Proposal conference on OCTOBER 28, 2013, at 11:00 A.M., at the Division of Purchase, 65 Niagara Square, Room 1901. The purpose of this conference will be to clarify any points in the RFP, which may not have been clearly understood. Questions must be forwarded to the BPD MIS Department at [email protected], in writing, by P.M., OCTOBER 15, 2013 to ensure that sufficient analysis occurs before an answer is supplied. The pre-Respondents conference is for informational purposes only. 3.3 Services Included In Proposal All Respondents must quote a price for, and be capable of maintaining each piece of equipment contained within this document. The BPD reserves the right to add or delete items for the initial contract based on the projected cost. The BPD also reserves the right to add equipment purchased during the contract year to the list of items covered, as well as any equipment currently owned that comes off of the manufacturer warranty during the contract year at no additional cost. The BPD will notify the service provider in writing when new equipment needs 19

to be covered and will expect that the contract price will be varied accordingly in the following contract year. The BPD reserves the right to award services based on criteria including but not limited to; response to RFP, municipality experience, familiarity of systems, size of firm commensurate to provide services, and cost of contract. All proposals determined to be complete will be examined by a selection committee comprised of a representative from BPD, Management Information staff, and a member of City of Buffalo Administration and Finance. The City’s objective in soliciting proposals in response to this RFP is to enable it to select a Respondent that will provide high quality and cost effective services to the citizens of Buffalo. The City will consider proposals only from Respondents that, in the City’s sole judgment, have demonstrated the capability and willingness to provide high quality services to the citizens of the City in the manner described in this RFP. Proposals submitted in response to this RFP will be evaluated by the City on the basis of which is most advantageous, experience and other factors considered. 3.4

Minimum Qualifications for Respondents

Respondents must comply with the following minimum requirements, which shall be attested to upon submitting Attachment A. All Respondents must meet or exceed the following credentials: A.

Microsoft Gold Solutions Provider.

B.

Minimum of ten technicians must be made available to cover the contract.

C.

The Respondent must be a HP/HP Gold Business partner and must employ at least two certified HP/HP Authorized Service Engineers

D.

The Respondent must be a Lotus Notes Advanced Partner or comparable and employ a minimum of two certified Lotus Notes System Administrators.

E.

The Respondent must be a Cisco Certified Service Solution Partner or comparable.

F.

The Respondent must be a Citrix Gold Solutions Provider and employ a minimum of five certified Citrix engineers

F. The vendor should list any other certifications and submit as a separate document, together with the written submission as set forth in the following section .

20

3.5. Submission Requirements Please attach detailed specification sheets for all Hardware/Software and Services that are proposed. Please refer to the following documents when preparing your response: Price and Requirement Checklist (Attachment A), Network OS and Software to be Supported (Attachment B), Ready Spares (Attachment C), Non-Critical Hardware Components (Attachment D), Application Software in use at BPD (Attachment E), Cisco Smartnets to be Maintained in use at BPD (Attachment F), Items to be Stocked and funded by the Vendor (Attachment G). A. Respondents should document a history of their organization demonstrating a strong, long-term commitment to Buffalo and a service presence organic to their organization within Buffalo for at least 5 years. All Respondents must offer diverse support services including; network and server integration, PC repair, infrastructure support, Citrix support and Lotus Notes administration/support and most importantly, Network Server Support. B. All respondents must demonstrate a depth of ability, both in resources and practical experience, regarding BPD’s technology solutions as noted in the RFP. Respondents must identify a minimum of 10 technical resources available to provide support services to BPD. C. Of these 10 technical resources, Respondents must identify specific resources it will commit to the BPD environment for the following areas: 1 2 3 4 5

Network Support – minimum of 2 resources dedicated to BPD support, Networks Support – minimum of 2 resources dedicated to BPD support, Systems Integration – minimum of 2 resources dedicated to BPD project integration, Consulting – minimum of 2 resources dedicated to BPD consulting, planning, and project management, Break/Fix Workstation Services – minimum of 2 resources dedicated to BPD workstation support.

D. All Respondents must explain their business methodologies that will be employed in providing Maintenance and Network Support Services to BPD. Those business methodologies must show how the Respondent will ensure they meet the established problem response and resolution metrics set forth in the RFP (as set forth in following sections). E. All Respondents’ responses must include their 7x24-support plan for Network server and infrastructure support. All Respondents must explicitly demonstrate the ability to deliver the same level of support both during normal business hours, 7x24, and 365 days a year. Respondents 7x24-support plan must demonstrate escalating levels of support and specify multiple resources available to BPD during non-business hours.

21

F. All Respondents shall define the level and scope of Network Operating System (NOS) support that they will perform under the agreement. This shall include support for the NOS components, utilities, settings, tunings, performance configurations, etc., which the Respondent will support under the scope of the agreement. G. All Respondents must define the level and scope of support they will provide for software applications and network utilities defined within the RFP. This support shall, at a minimum, provide for resolution of any problems regarding integration of the application, hardware or software, with the Network Operating System. H. All Respondents shall confirm the required components per Attachment C, that they will stock as ready spares at their own location for the purpose of supporting the BPD network critical environment. Such components shall be subject to an initial inspection prior to commencing the relationship and subsequent unannounced verification inspections during the course of the agreement. Those spares shall be provided by the vendor under the scope of the contract. I. Respondents shall clearly define the process by which those “ready spares” will be made available to the Respondents onsite support resources. Parts required must be available during normal business hours and also during ‘off hours’, 7x24. Respondents shall describe the process that will guarantee parts availability for BPD during non-business hours for all network support components. J. Respondents shall provide, as part of the agreement, the infrastructure to create and maintain a constant direct connection between their office and the BPD WAN. Respondents must document specific management functions, tracking, and reports that they will provide using this connection. K. Respondents shall define the nature and scope of the support that they will provide to BPD via a direct connection between their office and BPD. The cost of the connection is the responsibility of the chosen Respondent. Such support shall include remote management and support of the Microsoft Operating Systems, including performance monitoring, system availability tracking and measurement, memory and disk space monitoring and reporting. Document the tools used for monitoring server and network performance. L. Respondent’s support model shall also include formally defined and documented processes whereby the Respondent’s Call Center shall perform daily tape backup monitoring, memory statistics monitoring, disk space utilization monitoring and tracking of relevant network, LAN, and WAN statistics. Respondents remote support process must include defined reports to be prepared and submitted to BPD on a monthly, quarterly and yearly basis. M. Respondents shall demonstrate and clearly describe an established, standard support call dispatch, escalation, logistics, and management process and note any instances where the process may be customized to address special issues relevant to the BPD. 22

N. Respondents shall provide BPD with a Call Center, organic to the Respondent’s organization and staffed with resources dedicated to the management of LAN/WAN and Microcomputer support, to which BPD and/or MIS staff will place all requests for support (see “Trouble Call Procedures,” below, for detailed requirements and specifications for call-ins). This Call Center must be staffed by the Respondents own resources (minimum of four resources during normal business hours, identified by name in the Respondent’s response to this RFP) 7 days a week, 24 hours per day. O. BPD utilizes designated key contacts within the BPD organization to interface with technical support vendors; the respondent should not expect to take a high volume of calls from the end-user community. As set forth in the section “Trouble Call Procedures,” and elsewhere within this RFP, the BPD and/or MIS Help Desk will act as the central point of contact for the management of all support requests by the Buffalo Police Department. Help calls will be forwarded to the appropriate system support group for resolution. P. Calls placed to the Respondent’s call center shall be immediately forwarded to resources defined by the Respondent as dedicated to managing support issues for BPD. Respondents must note the number of resources within the Call Center and describe the call management process. Q. The Respondent’s Call Center must incorporate specific call tracking and monitoring software capable of providing customized reports for BPD as to call volume, metrics measurement, parts usage, etc. The Respondent shall include examples of the process and reports that would be available to BPD via their integrated call tracking software. R. Respondents Call Center must have direct access to experienced technical resources with knowledge and ability to address hardware, OS, application and utility issues for BPD. Access to those resources for BPD must be made immediately available when calling the Respondent’s Call Center. S. Respondents shall provide BPD with a single Point of Contact (POC) for resolving any issues directed to the Respondent’s 7x24 Call Center, according to the metrics set forth in this RFP ( see below). This POC shall be identified by name in the RFP and must be available to respond to and manage the resolution of any and all support issues which BPD may direct to the Respondent’s 7x24 Call Center. T. All Respondents shall define their Service Level Management (SLM) concepts and specific Service Level Agreement (SLA) metrics, which measure impact, customer satisfaction, and service performance. Respondents shall demonstrate the ability to, in an emergency, guarantee onsite response (of a member of the Respondent’s technical resource team for BPD) to the BPD Headquarters site within thirty (30) minutes of being advised of a critical issue. This metric must, if necessary, be able to be met during the Respondents’ 7x24 support hours.

23

U. Respondents shall include a documented process whereby servers upgraded or put into production by BPD during the course of the agreement may be added to the contract. This process must include the Respondent’s specific process for reviewing, standardizing, and certifying the stability of the new servers and incorporating their servicing and coverage under the terms of the existing agreement. V. Respondents must define their process for reviewing BPD’s IT environment for software compliance and include the Respondents plan for evaluating BPD’s environment and bringing it into compliance for all Microsoft, Lotus Notes, Computer Associates and Citrix licensing. The BPD will be responsible for the actual licensing costs. W. Respondents must define their process for taking responsibility for managing the maintenance of the BPD communications network with BPD’s telecommunications vendor, currently Time Warner. This process must define how the Respondent shall work with the communications vendor to ensure the maintenance of connectivity to other agencies via the communications network and resolve any problems or flaws in the network. X. Respondents’ annual network support contract pricing shall include coverage for all parts, labor and shipping for all equipment listed in Attachments B, C and D for 7X24 hours support. It must also include coverage for all server administration as listed in the Scope of Services section of this document. Y. Non Network/Server Equipment listed in Attachment D will be fixed during normal business hours. “After hours” support would be considered anytime after 5pm on a weekday or at anytime on the weekend. The Buffalo Police Department would expect to pay a nominal fee for any work done “after hours” however no additional parts costs would be incurred. Include that fee (by the hour) in the proposal. The BPD will make every effort to delay work-time to a normal 8am – 5pm timeframe. Z. Detail a quarterly scheduled maintenance plan for patching all BPD servers and WAN/LAN equipment at a mutually agreed upon schedule. The maintenance will need to be scheduled after 4PM and completed by 10PM.

24

4. MINIMUM PERFORMANCE STANDARDS The Successful Respondent shall be required to perform services under a contract pursuant to certain minimum standards, which shall include, but not be limited to the following. 4.1.

A response by the 7x24 Call Center Point of Contact to BPD and/or MIS requests for 7x24 support must be guaranteed within 30 minutes of BPD and/or MIS placing a call to the Respondent’s Call Center. For the purposes of this RPP, this “response” is defined as call back telephone support within 30 minutes.

4.2.

Respondent shall guarantee onsite response by the trained resources familiar with the BPD environment, as identified per Section II, above, within the following metrics. A. For LAN/WAN support issues, onsite response is required within 2 hours for an issue identified by BPD as a critical issue. This metric applies 7 days a week, 24 hours per day. Only the BPD and/or staff has the right to deem an issue critical or non-critical and those determinations may change from incident to incident. B. For non-critical LAN/WAN support issues, onsite response is required within 4 hours of the issue being reported to the Respondent’s Call Center. C. For Workstation Break/Fix issues, if onsite response is required, it shall be within 8 business hours of the issue being reported to the Respondent’s Call Center. This category will include personal computers, laptops, monitors, printers, and scanners. A list of the current equipment is included in this proposal (Attachment D). D.

For server outages the metric is every server outage will be resolved within 4 hours of the Respondent’s resource arriving onsite.

E. An additional SLA metric of “mean time to repair” requires that a minimum of 95% of server faults must be resolved within 4 hours of the Respondent’s resource arriving onsite.

4.3. The selected vendor will be required to stock the various printer and PC accessories for immediate availability as listed in Attachment G. Upon utilizing the vendor-provided stocked item, the BPD will provide a purchase order for restocking the item when necessary.

4.4. The BPD will not incur any additional billable fees for parts or labor 7X24 for any support as listed in the three aforementioned attachments. The support includes all listed servers, peripherals, WAN infrastructure, and administrative services and associated functionality. 4.5.

All service and replacement hardware must be original manufacturer parts ONLY. 25

4.6.

All Respondents must have at least two certified Notes Administrators on staff.

4.7.

The BPD reserves the right to investigate the qualifications of all the Respondents and their employees assigned to maintain the contract.

4.8.

Trouble Call Procedures A. Police Department personnel experiencing trouble will first contact the BPD MIS staff. The M.I.S. staff will perform some routine diagnostics and attempt to resolve the problem. If the M.I.S staff is unable to resolve the problem a call will be placed with the vendor. At no time will the vendor be contacted by anyone but the M.I.S. staff, whose names and telephone numbers will be provided to the vendor upon commencement of the contract.

B. M.I.S staff members will make themselves available to assist the vendor during the telephone consultation. A technician may contact the M.I.S staff in an effort to resolve the problem over the phone. If the problem is not resolved, the technician will inform the M.I.S Unit as to when they will arrive on-site to resolve the problem. All trouble calls must be responded to, in person within the metrics outlined in the Minimum Performance Standards, if the call cannot be resolved over the telephone. C. Upon arrival at the site of the required repair, the technician will ask to speak to the person designated by the M.I.S. staff at call initiation. BPD personnel must accompany the technician at all times. The technician must complete a call slip for every trouble call received. This slip must state the time of the call, the type of service performed, the time of service and any necessary serial numbers of equipment repaired or replaced. The slip will then be signed by the technician and given to the designated BPD member or a M.I.S. staff member. D. Prices quoted for non-critical equipment shall include service and maintenance between the hours of 8:00am and 5:00pm Monday through Friday, at the various locations specified in the RFP. If such equipment cannot be repaired within twenty-four hours, it is the discretion of the M.I.S. staff to determine if loaner equipment must be provided by the contractor pending repair. Any loaner equipment must be of equal or better quality and will remain in the BPD until the original piece is repaired. If the vendor and the BPD staff determine that it is not feasible to repair that equipment, replacements may be substituted upon mutual agreement of the BPD and the vendor. Upon termination of this contract, all such replacements remain the property of the BPD. If a replacement machine is required, it must be compatible with the system environment at the time the replacement is to be made and be of equal or better quality. If a network problem occurs or an essential piece of equipment is in need of repair, it will be at the discretion of the M.I.S staff member to determine if after-hours support is needed. In such a case, the contractor would be expected to provide immediate support to the network, repair of equipment, or swap of equipment to resolve the problem quickly and efficiently.

26

5. CURRENT ENVIRONMENT 5.1. Wide Area Network (WAN): The servers and primary infrastructure resides at the Public Safety Center (PSC). There is a 30 MB pipe to a Verizon MPLS Network. 11 primary BPD locations are connected via private leased lines through the City of Buffalo. Each location has been or is in the process of being moved to VOIP utilizing Cisco gear. The 11 BPD locations are. BPD Headquarters Districts A, B, C, D, E Annex/Traffic Garage Family Justice Center (SOS Satellite) Court Liaison City Court Booking Additionally, the WAN is used to provide connectivity to City Hall for misc. systems access and general Internet browsing services, internet email services and remote access. A dedicated City-owned copper connection provides connectivity to Erie County (Rath Building). 5.2. Local Area Network: All locations have Ethernet infrastructure in place, at either 100MB or Gigabit. 5.3. Servers: All servers are located at the Public Safety Center (PSC) location, except for a few units, as noted herein. All authentication and general file/print services is handled through Active Directory on a Microsoft 2003 r2 Domain. Users run local operating systems and the Citrix ICA client. Most applications are then delivered via a Citrix-based desktop. A couple applications run via the local operating system as at the time of the Citrix farm deployment the specific application vendors would not sanction or support a Terminal Server/Citrix configuration. The Citrix farm consists of six BPD Citrix Xen Servers and 12 virtual XenApp Servers There is a single Windows 2003 server in place hosting Lotus Notes/Domino v7.0. Pearl Echo software is also implemented to provide additional internet reporting management capabilities. 27

The six BPD citrix servers are configured to provide access to County applications. There is a small Windows 2000 domain (single server) in place to service a specific application requirement for the Internal Affairs division at Headquarters. This server is physically located in the Internal Affairs office space (rather than in the central MIS data room), is segmented from the primary network infrastructure via a firewall device and there is no trust and/or any direct interaction between this domain and the primary 2003 domain. The server hosts a single application. 5.4. Support accommodations: The provider chosen according to the proposal requirements must support all existing systems. In addition, the support provider will be required to support any project hardware and systems upon completion. 5.5. Current Systems: a) Citrix Farm Citrix is a Terminal Server solution that provides remote access to all BPD applications. The Citrix Farm at the PSC is configured on six HP DL360 Servers running Microsoft 2003 r2 T Terminal Server. The servers operate concurrently using load balancing to achieve maximum efficiency. The server configuration also provides little to no downtime, because updates can be applied to each server separately. Citrix Presentation Server v.4.5 provides the BPD remote locations with access to their department’s software applications located at the PSC. This eliminates the need to dispatch MIS staff to service the remote locations. Assistance to the end user can be provided from any MIS workstation using Citrix’s Shadowing feature. The end users access the Citrix Farm from workstations running Window’s 7, which are distributed between eight remote sites. Citrix currently provides access to over twenty departmental desktop applications for a typical end-user and almost thirty desktop applications for administrative users. Existing Citrix Environment: Qty – 6 Qty – 175 Qty – 175 Qty – 175 Qty – 60 Qty – 60 Qty – 60

HP DL360 Servers Citrix Presentation Server v.4.5 licenses Microsoft 2008 Client Access Licenses Microsoft Terminal Server 2008 CALS Citrix Presentation Server v.4.1 licenses Microsoft 3Client Access Licenses Microsoft Terminal Server 2003 CALS

BPD CITRIX SERVER FARM: Citrix Server #1-6 Application hosting services for all users 28

HP DL360 G7 2-3.06GHz Hexacore processors • 64GB RAM • Smart-Array controller • Two 72gb drives – hot plug, RAID1 • Microsoft 2008 Rr2 Server • Citrix Presentation Server v.4.5 • BrightStor ARCServe v.11.5 • Symantec AV Terminal Server/Citrix Licensing: • Farm is licensed for 175 concurrent users.

APPLICATIONS HOSTED ON BPD CITRIX SERVER FARMS • • • • • • • • • • • • • • • • • • • •

Office 2008 (Word/Excel/Access/PowerPoint) Office 2010 (Word/Excel/Access/PowerPoint) Microsoft Visio Access 97 Notes client Same Time IE7 128-bit (browsing, Dataworks) EM Systems Enterprise CAD Haines client LooseLeaf Laws client Acrobat Reader WinZip DataWorks Web Imaging Web RICI City of Buffalo website MUNIS BPD Manual of Procedures (Word) Inspector’s schedule (Excel) Training records (Access) Crystal Reports

29

30

b) Microsoft File and Print Server • W2K3 Domain controller, housing all BPD user data. The server has 438 GB of available storage. • File/print services for all of the BPD • File storage for remotes HP DL380 G4 Xeon 3.4GHz • 2GB RAM • Smart-Array 6402 controller • Two 36GB drives – hot plug, RAID1 HP 36GB U320 drives • Qty – 6 HP 146GB U320 drives (730GB of available storage for data), RAID 5, 15K rpm • Microsoft 2003 r2 Server • Citrix Presentation Server v.4.5 • BrightStor ARCServe v.11.5 • NAV v.10.01 • Dual 200/400 Ultrium 460 rackmount TBUs c) Rack Components: Additional components utilized in the existing BPD racks. All racks are available for review at the PSC. Qty – 2 Qty – 16 Qty – 16 Qty – 1 Qty – 1 d) BPD NOTES:

HP 16 port KVM IP switch PS/2 KVM cables 12’ Cat5 cables HP TRT5600 RKM Flat Panel HP MPDU, 24A, Low voltage Lotus Notes Server

The Buffalo Police Department (BPD) implemented Lotus Notes into their environment as their messaging system, migrating in June, 1999. Email services are provided to every member of the Buffalo Police Department through Lotus Notes. Each member of this department has their own unique email address that can be used to communicate with either internal or external users. The Department also uses the robust bulletin board database to provide the department notification capabilities for stolen vehicles, missing persons, BOLO information and all crime notification. Many of the State and Federal guidelines regarding notification are handled via Notes. Currently there are 850 mailboxes totaling 27.6 GB, 88 archived bulletin boards and 17 active bulletin boards. Total disk space is approximately 234 GB.

31

HP DL380 G4 Xeon 3.4GHz • 4GB RAM • Smart-Array 6402 controller • Two 36GB drives – hot plug, RAID1 HP 36GB U320 drives • Qty – 6 HP 146GB U320 drives (730GB of available storage for data), RAID 5, 15K rpm • Microsoft 2003 r2 Server • Citrix Presentation Server v.4.1 • BrightStor ARCServe v.11.5 • NAV v.10.01 Expected Level of Support (BPD Services)

Support for Notes to include: • • • • • • • • • • •

Notes Administration SMTP Gateway/AntiSPAM Administration Citrix Administration Domain Administration Proxy Administration Enterprise Antivirus Functionality Administration Disaster Recovery Process/Procedure Documentation Proactive Alerting for Core Services VPN Access for Support Consulting Management Reporting

Many of the administration activities can be provided remotely. However, there are occasions that on-site administrative activities will also be required, and they are always scheduled at the mutual convenience of the selected vendor and BPD. e) Management Server Virus protection throughout the Buffalo Police Department enterprise is handled through a management server. The management server is a HP ProLiant DL360, which also serves as a secondary domain controller. The operating system is Windows 2003 r2. The server is equipped with Symantec’s antivirus software currently deployed at version 10.01. Serve critical network services such as Domain Controller, DNS, DHCP, WINS, and Utils •

HP Proliant DL360 Server, G4 Intel Xeon Processor 3.4 GHz – 1MB cache, 2GB RAM expandable to 8GB, SCSI, RPS – Rack Model

32

• •

Qty 3, HP 36.4 GB Pluggable Ultra320 SCSI 15k rpm Universal Hard Drive (1”) Microsoft 2003 Server license

f) BPD IAPro:Internal Affairs/PSD Application Server IAPro application hosting for Internal Affairs (Note: Server physically located in PSD area on second floor of HQ) HP ML370 Pentium III • 512mb RAM • Smart-2 5Si+ array controller (on-board) • Two 36.4gb drives – hot plug, RAID1 • Internal HP 20/40 DAT • Windows 2000 Server • Arcserve v9 • NAV v7.51 • IAPro v3.6 (www.iaprofessional.com) Domain Controller/Global Catalogue for BPDPSD domain There is a small Windows 2000 domain (single server) in place to service a specific application requirement for the Internal Affairs division at Headquarters. This server is physically located in the Internal Affairs office space (rather than in the central MIS data room), is segmented from the primary network infrastructure via a firewall device and there is no trust and/or an direct interaction between this domain and the primary NT4 domain. The server hosts a single application. g) Tape Back-up Services: Qty – 2 Qty – 2 Qty – 1 Qty – 1 Qty – 1 Qty – 1

HP StorageWorks Ultrium 460 Rack Mount, 1 Drive in 3U Rack – Carbon CA Arcserve Base Server Software CA Arcserve Server client agent CA Arcserve Open file agent CA Arcserve Lotus Notes file agent CA Arcserve Media

h) Ethernet: The core infrastructure at BPD Headquarters is Gigabit Ethernet and supported through Cisco SmartNets

33

i) Remote Network Infrastructure including Routers, Hubs, CSU/DSU and UPS. The following BPD locations will require support on an as needed basis 7x24, under the terms of this agreement District A: 1847 South Park 851-4405 District B: 695 Main Street 851-4403 District C: 693 East Ferry 851-4412 District D: 669 Hertel 851-4415 District E: 2767 Bailey 851-4416 Garage: 341 Seneca 851-4584 Family Justice Center (SOS Satellite): 237 Main Street 14th Floor 851-4585 Traffic: 1345 Bailey 851-4411 Court Liaison: 25 Delaware 851-4623 City Court Booking Bureau: 25 Delaware 851-4545

34

j) BPD Headquarters Infrastructure WAN Connectivity • Connectivity to Verizon MPLS network • City owned point-to-point copper cabling for County access • Cisco 2800 Series router

6. SCOPE OF WORK: Administrative Support Services Delivered under this Agreement 6.1. Lotus Notes Administration A. Register new users, remove old users, and recertify existing users B. Register new servers, recertify, manage cross certification as needed C. Manage the transfer of data from one home server to another or from one domain to another when a user’s physical location changes D. Maintain the Public Address Book E. Create and manage public groups F. Set up and maintain calendars G. Set up and maintain over a dozen departmental forms H. Set up, monitor, test, and ensure server and network security. (The security plan criteria must be developed by the BPD and implemented by the System Administration) I. At the server level, set up and maintain remote accessibility (excluding workstation activities required for remote access) J. Manage, maintain and support BPD Bulletin Board Databases K. Create databases on the server L. At the server level, ensure system access M. Optimize server performance N. Ensure valid backup of databases and files O. Check backup log on a daily basis P. Work with BPD resources to ensure tape rotation procedures are being adhered to Q. Provide technical support on behalf of mobile and remote users of Lotus Notes R. Monitor system usage and problems S. Deal with remote connections to servers, including access issues, pass through, hunt groups, certificate creation and certificate maintenance T. Monitor the Log and statistics databases. U. Configure, schedule, manage, and troubleshoot replication and mail routing V. Monitor and manage Notes server disk space W. Maintain and document version control and ensure that systems are made compliant by Post Integration Network Support resources X. Provide general Lotus Notes troubleshooting to designated BPD individuals on behalf of their end user community Y. Perform server tuning, maintenance and optimization Z. Set and configure the NOTES.INI settings on the Domino server, compact databases, fix corrupted files and enable the server to run at maximum efficiency. 35

AA. Document and maintain escalation process for managing system-related problems. 6.2. SMTP Gateway/AntiSPAM Administration A. Provide and manage SMTP support services from the BPD Notes server to the SMTP gateway infrastructure within the PCI Data Center B. Provide and manage SMTP email virus scanning for all email attachments – inbound and outbound C. Provide and manage anti-SPAM mechanisms within the SMTP gateway infrastructure D. Provide the ability to report on antivirus and anti-SPAM activities E. Provide the ability to monitor and report on bandwidth utilization specific the BPD Internet email activity 6. 3. Citrix Administrative Support A. Address user account property requirements and/or issues B. Address group memberships and associated settings C. Address any issues related to Citrix printing functionality including printer object creation, printer permissions, scripting requirements, etc D. Address any issues related to user profiles to include icon access, look/feel of the desktop, application accessibility, other development/maintenance tasks E. Address any issues related to NT policies affecting desktop restrictions to include Start menu items, Program items, local drive access, etc. F. Address any issues related to current installed application functionality G. Address any existing application upgrade requirements H. Address any new application installation requirements I. Address any issues for applications which may require an “engineered” solution to function properly in a Terminal Server/Citrix environment J. Address proactive system backup/imaging for support/disaster recovery purposes K. Address monthly proactive server cycles to refresh memory resources resulting in a more stable environment

6.4. Domain Administrative Support A. Address domain user issues proactively or when escalated by BPD IT staff B. Address domain group issues proactively or when escalated by BPD IT staff C. Address domain printing issues proactively or when escalated by BPD IT staff D. Address domain security/permissions issues proactively or when escalated by BPD IT staff E. Address DHCP and WINS services issues proactively or when escalated by BPD IT staff F. Address PDC/BDC synchronization issues proactively or when escalated by BPD IT staff

36

6.5 Proxy Administration A. Maintain configuration related to user authentication & access control – Outbound access through to City Hall Internet services restricted based on user ID, group membership, and service requested (i.e. HTTP, FTP, etc.) B. Maintain configuration related to web proxy functionality – Outbound access through to City Hall Internet services restricted to requests coming from the Proxy server only. BPD client devices cannot access Internet services directly. C. Maintain configuration related to web cache functionality – Web site content cached on the Proxy server providing for accelerated access for commonly utilized sites. D. Maintain configuration related to activity logging functionality – Outbound access tracked on a user ID basis. All outbound activity is logged. E. Maintain Pearl Echo web monitoring services 6.6.

Enterprise Antivirus Functionality Administration A. Provide “best effort” support to assist in maintaining the configuration of the Symantec enterprise antivirus infrastructure for full functionality as follows: B. Symantec System Console (SSC) is properly configured for “Live Update” which systematically checks a Symantec FTP site for antivirus pattern file updates and downloads accordingly. C. Servers configured to receive pattern file updates from the Symantec System Console are receiving updates properly. D. Clients configured to receive pattern file updates from the servers are receiving updates properly. E. Assist BPD IT personnel in the processes/procedures required to resolve virus issues.

6.7.

Disaster Recovery Process/Procedure Documentation A. Develop base processes and procedures to be utilized in the event of critical system failures. This includes server and infrastructure components.

6.8

Proactive Alerting for Core Services

6.9.

VPN Access for Support

6.10.

Consulting A. As appropriate, provide recommendations for enhancing systems under management and/or support which may provide additional functionality. Provide recommendations on how systems such as Exchange and Citrix can better meet the BPD’s business and operational needs. B. Work with designated BPD IS contacts to assist in defining functional requirements of systems that may potentially involve the development of forms, databases and other productivity tools that would benefit the BPD enterprisewide. C. Provide direction and recommendations regarding infrastructure, communications and other supported systems.

37

D. Provide recommendations, design review, and any technical assistance to other vendors (i.e. EM Systems, Integraph, Dataworks) as required to ensure efficient, secure, and stable implementations within the established environment. 6.11 Management Reporting A. Based on established vendor standards, provide management reporting on a monthly basis B. Upon request by specific authorized individual (approved in advance by BPD), monitor and provide written documentation on web-based activity as defined below:

6.12

Miscellaneous and Additional Items to be Included in Proposal

A. The selected vendor will provide Lotus Notes Administration and Support for the existing Lotus Notes users throughout the BPD enterprise and act as the central point for administration during normal business hours of 8:00 A.M. to 5:00 P.M., Monday through Friday. B. The selected vendor will provide administration services for Lotus Notes, Citrix, the NT Domain, and Symantec Antivirus (functionality only). C. Many System Administration activities can take place remotely, but may also be performed on site as required. D. The selected vendor can expect reasonable access to systems, telephones, and desk space while on site at BPD. E. BPD has specific backup procedures. The selected vendor will: i. Ensure that backup job(s) are scheduled; ii. Check the backup logs for errors or anomalies; iii. Print and maintain backup logs; F. BPD will make every reasonable attempt to provide easy and frequent access for vendor assigned personnel to the Lotus Notes server for administration and modifications. G. Any downtime required by the vendor will be scheduled with notification of such being sent to all users notifying them of the event and the anticipated duration. This notification must be sent one week in advance, with reminders sent three days and one day prior to the event. BPD will determine what and when servicing will take place. All scheduled work will be performed during “lower impact” hours whenever possible. H. BPD will design and determine all user, server, and domain connections. I. Any additional fees for installation of new applications on to the citrix farm outside of major projects identified as over 10 hours. Maximum of 5 applications per year.

38

J. Consulting and design services on new and potential projects not to exceed 10 hours per initiative. Maximum of 5 projects per year must be included under the base services of any agreement reached as a result of this RFP. K. Updates to existing applications be must be included under the base services of any agreement reached as a result of this RFP. L. Lotus Notes Forms based Development must be included under the base services of any agreement reached as a result of this RFP. M. Lotus Notes traveler is in use to the Android phones at the BPD and support must be included under the scope of any agreement reached as a result of this RFP. N. There is a Cisco wireless network at BPD Headquarters and support must be included under the scope of any agreement reached as a result of this RFP.

7.

PROPOSAL FORMAT

Each vendor will be expected to fill out the attached “PRICE AND REQUIREMENT CHECKLIST” (Attachment A), in addition to all other regularly required City of Buffalo forms. Contracts will be awarded based on criteria that include pricing, qualifications, supportability, and conformance with RFP requirements. The BPD reserves the right to add, delete, or reprioritize all aspects of this proposal. All costs associated with the preparation of a proposal will be the sole responsibility of each vendor. This includes, but is not limited to all costs relative to transportation, lodging, and attending interviews. Please attach detailed specifications for all Hardware/Software and Services that are proposed. As set forth elsewhere in this RFP, eight (8) copies of the proposals, including one (1) original and seven (7) copies, must be prepared on 8” X 11” letter size paper, printed double-sided, and bound on the long side. Please provide as an attachment the detail of any item that received a NO check mark in Attachment A.

39

ALL INFORMATION REQUIRED: RESPONDENTS SHALL ANSWER ALL QUESTIONS APPEARING ON PROPOSAL FORM. FAILURE TO FOLLOW INSTRUCTIONS SHALL BE REASON FOR DISQUALIFICATION. NOT RESPONDING TO THIS PROPOSAL INVITATION WILL RESULT IN YOUR NAME BEING REMOVED FROM THE RESPONDENT’S LIST FOR THIS COMMODITY GROUP. WILLIAM SUNDERLIN, DIRECTOR OF PURCHASING CITY OF BUFFALO DEPARTMENT OF ADMINISTRATION, FINANCE, POLICY & URBAN AFFAIRS 65 NIAGARA SQUARE, ROOM 1901 CITY HALL BUFFALO, NY 14202

40

ATTACHMENT A PRICE AND REQUIREMENT CHECKLIST YES All requirements listed in the “Minimum Qualifications for Respondents” have been met:

NO

_____ _____

All requirements listed in the “Submission Requirements” have been met: _____ _____ All requirements listed in the “General Requirements for Tendering Proposals” are understood:

_____ _____

All requirements listed in the “Minimum Performance Standards” are understood: _____ _____

All items and services specified within Attachment B are understood and will be provided _____ _____ All items and services specified within Attachment C are understood and will be provided _____ _____ All items and services specified within Attachment D are understood and will be provided _____ _____ All items and services specified within Attachment E are understood and will be provided _____ _____ All items and services specified within Attachment F are understood and will be provided _____ _____ All items and services specified within Attachment G are understood and will be provided _____ _____ ANNUAL SUPPORT AGREEMENT PRICING FOR ALL SERVICES DESCRIBED WITHIN RFP: $____________________ No additional charges for any service, integration or installation work (7x24)

_____ _____

Please attach detailed specifications for all proposed Hardware/Software and Services as required in RPF. Please provide as an attachment an explanation for any item that received a NO check mark

41

Proposals in sealed envelopes, marked “RFP FOR NETWORK SERVICES AND HARDWARE SUPPORT FOR THE BUFFALO POLICE DEPARTMENT” addressed to the Director of Purchase, 1901 City Hall, Buffalo, New York 14202, will be received until 11:00am, local time, TUESDAY, NOVEMBER 12, 2013, at which time all proposals will be reviewed. All interested Respondents may attend a pre-Respondents conference on OCTOBER 28, 2013, at 11:00am, at the Division of Purchase, 65 Niagara Square, Room 1901. The purpose of this conference will be to clarify any points in the RFP, which may not have been clearly understood. Questions must be forwarded to Buffalo MIS at [email protected], in writing, , by 4:00 P.M., DATE ,OCTOBER 15, 2013 to ensure that sufficient analysis occurs before an answer is supplied. The pre-Respondents conference is for informational purposes only. Name of Respondent ___________________________________ Phone Number _________ Contact Person Address:

_________________________________________________

_________________________________________________ _________________________________________________ _________________________________________________

Remit to Address:

__________________________________________ __________________________________________ __________________________________________

42

ATTACHMENT B Network OS and Software to be Supported

The following network operating systems and software are currently in use by the Buffalo Police and would be supported by the chosen vendor.

Microsoft Windows Server 2008 R2 and 2012

CA ArcServe (all versions) Symantec AntiVirus Suite Pearl Echo Web Monitoring Software Lotus Notes Domino Server 7.0.2 Citrix XenApp 6.0 Citrix XenServer v. 6.0.2 Windows XP Pro Windows 7

43

ATTACHMENT C Ready Spares that the Respondent must stock to maintain the BPD contract (minimum of 1 ready spare per part #) Qty Product Number

Description

Serial

Fileserver: 311143-001

1

HP PLT DL380 G4 XEONDP 3.4G 800MHZ 1MB CACHE 1GB

300679-B21

1

273915-B21

1

286776-B22

2UX54400KU

$0.00

$0.00

HP 1GB PC2100 DDR (2X512MB) MEMORY

$0.00

$0.00

HP SMART ARRAY 6402 128MB PCI-X U320 2CH 268

$0.00

$0.00

HP HDD 36GB ULTRA320 15K RPM HOT SWAP 1"

$0.00

$0.00

286716-B22

4

HP 146GB 10K U320 PLUGGABLE UNIVERSAL HDD

$0.00

$0.00

268351-B21

1

HP SCSI 64BIT PCIX U320 2CH HBA 3.3/5V

$0.00

$0.00

364471-B21

1

HP DL380 G4 SCSI TERM BOARD FIO

$0.00

$0.00

313054-001

1

HP DL380 G3 RPS HOT PLUG REDUNDANT AC POWER

$0.00

$0.00

293048-B21

1

HP REDUNDANT FAN OPTION KIT FOR DL380 G3

$0.00

$0.00

336045-B21

2

HP KVM 2X16PORT SERVER CONSOLE SWITCH W/OSD RJ45

$0.00

$0.00

44

262589-B21

1

HP EXPANSION MODULE RACK OPTIONS SERVERS

$0.00

$0.00

221546-001

1

HP 15IN LCD TFT5600 1U RACKMOUNT W/KEYBOARD

$0.00

$0.00

252663-D71

1

HP PDU 24A MPDU LOW VOLTAGE OUT: 32X 5-15P

$0.00

$0.00

APCSU1400NE T

1

APC SMART-UPS 1400VA UPS W/POWERCHUTE

$0.00

$0.00

252663-D71

1

HP PDU 24A MPDU LOW CN05280628 VOLTAGE OUT: 32X 5-15P

$0.00

$0.00

336045-B21

1

HP KVM 2X16PORT SERVER CONSOLE SWITCH W/OSD RJ45

$0.00

$0.00

Qty Product Number

MYD52927CC

Description

Serial

Lotus Notes Server: 311143-001

1

HP PLT DL380 G4 XEONDP 3.4G 800MHZ 1MB CACHE 1GB

$0.00

$0.00

300679-B21

1

HP 1GB PC2100 DDR (2X512MB) MEMORY

$0.00

$0.00

45

300680-B21

1

HP 2GB PC2100 DDR (2X1GB) MEMORY SERVERS

$0.00

$0.00

273915-B21

1

HP SMART ARRAY 6402 128MB PCI-X U320 2CH 268

$0.00

$0.00

286776-B22

2

HP HDD 36GB ULTRA320 15K RPM HOT SWAP 1"

$0.00

$0.00

286716-B22

4

HP 146GB 10K U320 PLUGGABLE UNIVERSAL HDD

$0.00

$0.00

268351-B21

1

HP SCSI 64BIT PCIX U320 2CH HBA 3.3/5V

$0.00

$0.00

364471-B21

1

HP DL380 G4 SCSI TERM BOARD FIO

$0.00

$0.00

313054-001

1

HP DL380 G3 RPS HOT PLUG REDUNDANT AC POWER

$0.00

$0.00

293048-B21

1

HP REDUNDANT FAN OPTION KIT FOR DL380 G3

$0.00

$0.00

Traffic LAN equipment: APSUA1000

1

APC SMART UPS 1000 W/POWERCHUTE + NETWARE

$0.00

$0.00

APC SMART UPS 1000 W/POWERCHUTE + NETWARE

$0.00

$0.00

APC SMART UPS 1000 W/POWERCHUTE +

$0.00

$0.00

Remote District UPS’: APSUA1000

1

Garage LAN equipment: APSUA1000

1

46

NETWARE

Network Management Server:

354572-001

1

HP PLT DL360 G4 XEON USM53903FJ 3.4G 800MHZ 1MB CACHE 2GB RPS

$0.00

286776-B22

3

HP HDD 36GB ULTRA320 15K RPM HOT SWAP 1"

$0.00

LAN/WAN Infrastructure equipment at the Public Safety Center: 350546-B21

1

HP 3U RACKMOUNT KIT W/SINGLE LTO2 460

USE0522015

$0.00

Q1518A

1

HP 200/400GB LTO ULTRIUM 460 INT SCSI LVD

HUL505563

$0.00

CISCO2621XM

1

CISCO MID PERFORMANCE DUAL 10/100BTX ENET

FTX0941A5N5

$0.00

CD26XMAESK9=

3

CISCO 2600XM SER IOS ADV ENT SERVICES FEATURE PACK

$0.00

Citrix Server Farm (Citrix 1 through 6 for the BPD )

636365-001

6

HP PLT DL360 G7 X5675 RPS

47

$0.00

$0.00

512545-B21

12 HP HDD 72GB SAS 15K RPM HOT SWAP 1"

$0.00

$0.00

354572-001

3

HP PLT DL360 G4 XEON USM53903FL, 3.4G 800MHZ 1MB CACHE USM53902XG, 2GB RPS USM53902V2,

$0.00

$0.00

354582-B21

3

HP XEON 3.4G/800 1MB PROCESSOR FOR DL360 G4

$0.00

$0.00

286776-B22

6

HP HDD 36GB ULTRA320 15K RPM HOT SWAP 1"

$0.00

$0.00

48

ATTACHMENT D Non-Critical Components - Hardware Maintenance

Buffalo Police Inventory (Blanket coverage for all current HP and Dell equipment for Parts and labor) PC Inventory Model # Manufacturer Serial # Clone ALTINFOSYS BMT-ABA67 Clone ALTINFOSYS BMT-ABA68 500B-MT COMPAQ MXL0080NLN DESKPRO EVO COMPAQ USU4210JSG DESKPRO EVO COMPAQ MXD32401R8 500B-MT COMPAQ MXL0080NKV DESKPRO EVO COMPAQ USU4210J56 DESKPRO EVO COMPAQ USU4210JS9 DESKPRO P3-500 COMPAQ DESKPRO EVO COMPAQ USU4210JSH DESKPRO EVO COMPAQ USU4210JS1 500B-MT COMPAQ MXL0070JWD DESKPRO COMPAQ 6121FR4ZC024 500B-MT COMPAQ MXL0080NLS 500B-MT COMPAQ MXL0070PBD D510 COMPAQ 6X31-KN9Z-71LB D510 COMPAQ 6X31-KN9Z-70XR D510 COMPAQ 6X31-KN9Z-71CJ DESKPRO EVO COMPAQ MXD32401KY GX620 DELL DW9FY91 OPTIPLEX 755 DELL 8FSBYF1 OPTIPLEX 755 DELL GGN1NF1 GX620 DELL 946GYB1 OPTIPLEX GX620 DELL 846GYB1 OPTIPLEX 755 DELL 4FSBYF1 OPTIPLEX 755 DELL 8G25JH1 GX280 DELL 86PB981 OPTIPLEX GX620 DELL 3K90TB1 49

PC Inventory Model # Manufacturer Serial # OPTIPLEX GX620 DELL JRWD491 OPTIPLEX 170L DELL OPTIPLEX 170L DELL OPTIPLEX GX620 DELL 9W9FY91 OPTIPLEX 170L DELL OPTIPLEX 170L DELL OPTIPLEX 170L DELL OPTIPLEX 755 DELL 6FSBYF1 OPTIPLEX 755 DELL 3HN1NF1 OPTIPLEX 755 DELL HDSBYF1 OPTIPLEX 755 DELL DDSBYF1 OPTIPLEX 755 DELL 9DSBYF1 DIMENSION DELL B6HNW21 OPTIPLEX 755 DELL 3FSBYF1 OPTIPLEX 755 DELL 7FSBYF1 OPTIPLEX 755 DELL 1FSBYF1 OPTIPLEX 755 DELL 5HN1NF1 OPTIPLEX 170L DELL OPTIPLEX GX620 DELL 166GYB1 OPTIPLEX 755 DELL 5FSBYF1 OPTIPLEX 755 DELL JDSBYF1 OPTIPLEX 755 DELL 9FSBYF1 OPTIPLEX GX620 DELL 4RWDY91 PRECISION 380 DELL GYCJZ91 OPTIPLEX 745 DELL DQ19RD1 DELL PRECISION 690 DELL 370W2F1 DX2000MT HP MXD5190B3F 500B-MT HP MXL02217VF DX2300AM HP 2UA7300TCD 500B-MT HP MXL0070P9D 500B-MT HP MXL0080NML 500B-MT HP MXL0070PBF 500B-MT HP MXL0070P9D 500B-MT HP MXL0070PBQ 500B-MT HP MXL0080NMP

50

Model # 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 6300 6300 6300 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT DX2000MT 500B-MT

PC Inventory Manufacturer Serial # HP MXL0080NJ9 HP MXL0080NHT HP MXL0070PBG HP MXL0080NJ1 HP MXL0080NLG HP MXL0080NJF HP MXL0080NHY HP MXL0080NM2 HP 2UA3081J7D HP 2UA3081J7B HP 2UA3081J7C HP MXL02215WW HP MXL02217SV HP MXL02217WN HP MXL02217VR HP MXL02217T5 HP MXL02217TF HP MXL02217TD HP MXL02217W7 HP MXL022169T HP MXL02217W8 HP MXL02217TN HP MXL02217T1 HP MXL02215XB HP MXL024280M HP MXL02217VC HP MXL02217VD HP MXL02217WB HP MXL02217TK HP MXL02481C HP MXL02217TY HP MXL02215XJ HP MXL02215WT HP MXL02427Z6 HP MXD53900WY HP MXL02217VJ

51

Model # 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT DX2000MT 500B-MT 500B-MT DX2000MT DX2000MT 500B-MT 500B-MT DX2000MT 500B-MT 500B-MT 500B-MT DX2000MT 500B-MT 500B-MT 500B-MT DX2000MT 500B-MT 500B-MT DX2300AM DX2000MT DX2000MT 500B-MT 500B-MT 500B-MT 500B-MT DX2000MT DX2000MT 500B-MT 500B-MT 500B-MT

PC Inventory Manufacturer Serial # HP MXL02215X9 HP MXL02481F HP MXL024281G HP MXL02216CY HP MXL02217W4 HP MXL02217SR HP MXD53900CP HP MXL02427ZW HP MXL024281L HP MXD5380N7F HP MXD53900CJ HP MXL02427YR HP MXL02217VP HP MXD5380N92 HP MXL02217VX HP MXL024280D HP MXL02215XK HP MXD5380N9V HP MXL02427Z9 HP MXL02217T9 HP MXL02217VV HP MXD522005T HP MXL0242815 HP MXL02216CD HP 2UA7300TCB HP MXD5380NC4 HP MXD60605GR HP MXL024280F HP MXL02427YS HP MXL0242813 HP MXL02215WZ HP MXD53900QD HP MXD53900W4 HP MXL0221696 HP MXL02217TS HP MXL024281J

52

Model # 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT DX2000MT DX2000MT 500B-MT 500B-MT DX2000MT 500B-MT 500B-MT DX2300AM DX2300AM DX2300AM DX2300AM

PC Inventory Manufacturer Serial # HP MXL02215X4 HP MXL02217TZ HP MXL02216D1 HP MXL02217SS HP MXL02217V3 HP MXL02216BZ HP MXL02216C7 HP MXL02217VH HP MXL02216CX HP MXL02217WR HP MXL02217SX HP MXL02217SY HP MXL02217TH HP MXL02217SP HP MXL02217W2 HP MXL02217VW HP MXL02216CB HP MXL0242803 HP MXL02217T3 HP MXL02215WX HP MXL02427ZH HP MXL024280N HP MXL02217ST HP MXL02217V5 HP MXL02217V2 HP MXD60605GF HP MXD516082H HP MXL0080NHL HP MXL02217V1 HP MXD5190B5R HP MXL080NHN HP MXL080NLV HP 2UA7300TDM HP 2UA7300TCG HP 2UA7300TCL HP 2UA7300TCC

53

Model # DX2300AM DX2300AM 500B-MT 500B-MT 500B-MT DX2250 500B-MT DX2000MT DX2300AM DX2250 DX2000MT DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT DX2300AM DX2300AM DX2300AM DX2000M 500B-MT 500B-MT 500B-MT DX2250 DX2250 DX2000MT DX2300AM DX2300AM DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT DX2000MT 500B-MT

PC Inventory Manufacturer Serial # HP 2UA7300TCS HP 2UA7300TC5 HP MXL0070P9B HP MXL0080NMM HP MXL0080NLJ HP MXL7090NFR HP MXL0080HHH HP MXD5190BDM HP 2UA7300TD8 HP MXL7090NCW HP MXD5380NC8 HP 2UA7300TC9 HP MXL0080NLG HP MXL0080NHW HP MXL02217WH HP MXL0080NJM HP 2UA7300TD4 HP 2UA7300TDJ HP 2UA7300TDH HP MXD65107ZR HP MXL080NL6 HP MXL0080HGP HP MXL02217WJ HP MXL7090NG7 HP MXL7090GPJ HP MXD51607D8 HP 2UA7300TD5 HP 2UA7300TCY HP 2UA7300TC5 HP MXL0080NM3 HP MXL0070PBP HP MXL0080NHQ HP MXL0080NM6 HP MXL022169D HP MXD5190B66 HP MXL080NM4

54

Model # 500B-MT DX2300AM DX2250 500B-MT DX2300AM DX2300AM 500B-MT DX2300AM DX2300AM DX2000MT DX2300AM DX2300AM DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT DX2300AM DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT

PC Inventory Manufacturer Serial # HP MXL0070P82 HP 2UA7300TDK HP MXL7090NC5 HP MXL0080NLT HP 2UA7300TD7 HP 2UA7300TDF HP MXL02217WF HP 2UA7300TC6 HP 2UA7300TCW HP MXD5190B65 HP 2UA7300TCT HP 2UA7300TD9 HP 2UA7300TCP HP MXL0080NLH HP MXL0080NHV HP MXL02216CC HP MXL02217TF HP 2UA7300TCV HP MXL080NLF HP MXL024281M HP MXL024281Q HP MXL02217TQ HP 2UA7300TC7 HP 2UA7300TD6 HP MXL02217TR HP MXL02427YX HP MXL02217WL HP MXL02427YT HP MXL02215X1 HP MXL02217W3 HP MXL0247Z7 HP 2UA7300TCJ HP MXL02217W9 HP MXL024807 HP MXL02217VY HP MXL02216BB

55

Model # DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT DX2300AM 500B-MT 500B-MT 500B-MT DX2300AM 500B-MT DX2300AM 500B-MT 500B-MT DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT DX2300AM DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT

PC Inventory Manufacturer Serial # HP 2UA7300TCF HP MXL022169S HP MXL0070P94 HP MXL0080NJJ HP MXL0080NJ7 HP 2UA7300TDG HP MXL0080NJL HP MXL0070PBH HP MXL0070PB0 HP 2UA7300TCR HP MXL02217TP HP 2UA7300TC8 HP MXL0080NLD HP MXL02217YT HP 2UA7300TDB HP MXL024280C HP MXL0080NMK HP MXL0080NJ9 HP MXL02217TW HP 2UA7300TDD HP 2UA7300TDC HP MXL0080NHZ HP MXL02217V8 HP MXL02480Q HP MXL02217V4 HP MXL024280B HP MXL02217WJ HP MXL02215XO HP MXL02217TP HP MXL024281N HP MXL02217WM HP MXL02217WG HP MXL02217SQ HP MXL02217T8 HP MXL0080NMN HP MXL0080NKK

56

Model # DX2300AM 500B-MT DX2300AM DX2300AM DX2300AM 500B-MT 500B-MT DX2300AM 500B-MT DX5150MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT DX2000MT DX2250 DX2250 DX2250 DX2000M

PC Inventory Manufacturer Serial # HP 2UA7300TCH HP MXL080NM5 HP 2UA7300TCM HP 2UA7300TD1 HP 2UA7300TCQ HP MXL0070P93 HP MXL0080NJB HP 2UA7300TD3 HP MXL02217WK HP MXL6350VSG HP MXL024280B HP MXL02215WS HP MXL024280L HP MXL024281H HP MXL0221697 HP MXL02427Z2 HP MXL02217TG HP MXL0242808 HP MXL024272X HP MXL02427Z8 HP MXL02216B9 HP MXL02427ZT HP MXL0070P9K HP MXL02217T7 HP MXL080NM1 HP MXL02217TB HP 2UA7300TD2 HP MXL0080NJJ HP MXL02217VS HP MXL02217TO HP MXL024280K HP MXD516082G HP MXL7090NFL HP MXL7090NC3 HP MXL7090GPV HP MXD5190B9T

57

Model # DX2000MT DX2300AM 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT 500B-MT DX2000MT DX2000MT DX2000MT

PC Inventory Manufacturer Serial # HP MXD5380N78 HP 2UA7300TD0 HP MXL02217TV HP MXL02217VK HP MXL02217VB HP MXL02217WN HP MXL02217V9 HP MXL02217SZ HP MXL02217VL HP MXL02217T6 HP MXL02217WC HP MXD53900CF HP MXD53900PX HP MXD53900W2

Laptop Inventory Model # Manufacturer Serial # NX7010 COMPAQ CND43306F0 LATITUDE D630 DELL 570KHD1 LATITUDE D630 DELL BQJYM81 LATITUDE D630 DELL DPJYMF1 LATITUDE D630 DELL 2PJYMF1 LATITUDE D630 DELL 860KHD1 LATITUDE D630 DELL 1QJYMF1 LATITUDE D630 DELL 4QJYMF1 INSPIRION 1501 DELL 4LM39C1 LATITUDE D829 DELL 7DJ39C1 LATITUDE D620 DELL LATITUDE D630 DELL H60KHD1 LATITUDE D505 DELL 73T6361 LATITUDE D620 DELL 70RPBC1 LATITUDE D820 DELL 1RDH2D1 LATITUDE D820 DELL 3RDH2D1 LATITUDE D830 DELL 6MWDFG1 LATITUDE D620 DELL D0RPBC1 LATITUDE E5500 DELL B3JGXG1

58

Laptop Inventory Model # Manufacturer Serial # LATITUDE D830 DELL 2GXDFG1 LATITUDE D830 DELL 6PZ0JH1 LATITUDE D630 DELL G40KHD1 LATITUDE D630 DELL 260KHD1 LATITUDE E5400 DELL BN2KXG1 4530S HP CNUS129W3L 8710W HP CNN744009X 4530S HP CNU1292X7K 6730S HP CNU9155C24 4520s Pro Book HP 2CE0220WQ3 4520s Pro Book HP 2CE0220WPX 4710S Pro Book HP CNU0220BPQ 4520s Pro Book HP 2CE0220WR6 4520s Pro Book HP 2CE0220WJ8 4530S HP CNU129311P 4520s ProBook HP 2CE1061M30 PROBOOK 4510S HP CNU9381FPH 4520s ProBook HP 2CE ProBook 4540s HP 2CE24419RT ProBook 4540s HP 2CE24419SK 4520s Pro Book HP 2CE0220WQ9 8710W HP CNN744009M 4530S HP CNU1292W4T 8710W HP CNN7440RQK 1161-62U IBM AAG8FZK

Model # V193W C910 E178FP E178FP E178FP E178FP E173FPC

Monitor Inventory Manufacturer Serial # ACER Alternative Info. Systems COMPAQ 127GC707A462 DELL 53L0P7M DELL 53L1UTM DELL 53L2GCM DELL 53M0L1M DELL CN-0F5035-64180-……. 59

Model # E173FPC E173FPC E173FPC E173FPC E173FPc 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 1908WFP 20" 20" E207WFPC E207WFPC E207WFPC

Monitor Inventory Manufacturer Serial # DELL CN-0F5035-64180-……. DELL CN-0F5035-64180-493-1YJS DELL CN-0F5035-64180-53S-58US DELL CN-0F5035-64180-53S-5V6S DELL CN-0F5035-64180-53S-5VCS DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004DELL CN-0GP004-72872-7BSDELL CN-0GP004-72872-7BSDELL CN-0GP004-72872-7BS-0RWS DELL CN-0GP004-72872-7BS-0T0S DELL CN-0GP004-72872-7BS-14FS DELL CN-0GP004-72872-7BS-2HPS DELL CN-0GP004-72872-7BS-2HPS DELL CN-0GP004-72872-7BS-2HPS DELL CN-0GP004-72872-7BS-2HPS DELL CN-0GP004-72872-7BS-2HPS DELL CNOCC35264180637OB1S DELL CNOCC352LF18O637DAYS DELL CN-OCK630-64180-6AU-HRZL DELL CN-OCK630-64180-6AU-HW8L DELL CN-OCK630-64180-6AU-HW9L

60

Model # E207WFPC E207WFPC E207WFPC E207WFPC E207WFPC E207WFPC E207WFPC E207WFPC E207WFPC P170SB P170SB 30" LCD 20" LCD 20" L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906

Monitor Inventory Manufacturer Serial # DELL CN-OCK630-64180-6AU-HWAL DELL CN-OCK630-64180-6AU-HWCL DELL CN-OCK630-64180-6AU-HWDL DELL CN-OCK630-64180-6AU-HWGL DELL CN-OCK630-64180-6AU-HWLL DELL CN-OCK630-64180-6AU-HWNL DELL CN-OCK630-64180-6AU-HWPL DELL CN-OCK630-64180-6AU-HXJL DELL CN-OCK630-64180-6AU-HXML DELL CN-OY1GOM-74261-044-14LS DELL CN-OY1GOM-74261-046-16MU DELL CQ4GWC1 DELL MXOC9536466347951ERS DELL MXOC9536466347951EWS HP CNC724RSSZ HP CNC724RSZT HP CNC724RSZW HP CNC724RSZX HP CNC724RSZY HP CNC724RSZZ HP CNC724RT00 HP CNC724RT01 HP CNC724RT02 HP CNC724RT03 HP CNC724RT05 HP CNC724RT09 HP CNC724RT1D HP CNC724RT1F HP CNC724RT1K HP CNC724RT1L HP CNC724RT1M HP CNC724RT1Q HP CNC724RT1R HP CNC724RT1T HP CNC724RT1W HP CNC724RT1X

61

Model # L1906 L1906 L1906 L1906 L1906 L1906 L1910 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1906 L1910 L1906 L1906 L1906 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910

Monitor Inventory Manufacturer Serial # HP CNC724RT7H HP CNC725S3JQ HP CNC725S3KQ HP CNC725S3KS HP CNC725S3KV HP CNC725S3KV HP CNC725S3KV HP CNC725S3KY HP CNC725S3L4 HP CNC725S3L5 HP CNC725S3LV HP CNC725S3LW HP CNC725S3M5 HP CNC725S3M6 HP CNC725S3M7 HP CNC725S3PP HP CNC725S3PQ HP CNC725S3PT HP CNC725S3PV HP CNC725S3PW HP CNC725S3PY HP CNC725S3V4 HP CNC725S3V6 HP CNC725S3V7 HP CNC725S3V7 HP CNC725S3V8 HP CNC725S3VM HP CNC911P869 HP CNC911P86P HP CNC911P8CQ HP CNC911P8CX HP CNC911P8D7 HP CNC923PMNL HP CNC926Q HP CNC926Q HP CNC926Q2KK

62

Model # L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1910

Monitor Inventory Manufacturer Serial # HP CNC926Q2KN HP CNC926Q2KP HP CNC926Q2KQ HP CNC926Q2KS HP CNC926Q2KY HP CNC926Q2M2 HP CNC926Q2NW HP CNC926Q2P0 HP CNC926Q2P1 HP CNC926Q2P7 HP CNC926Q2PB HP CNC926Q2PD HP CNC926Q2PF HP CNC926Q2PM HP CNC926Q2XN HP CNC926Q36H HP CNC926Q36J HP CNC926Q36R HP CNC926Q36W HP CNC926Q3GP HP CNC926Q3GS HP CNC926Q3GY HP CNC926Q3GZ HP CNC926Q3H0 HP CNC926Q3H1 HP CNC926Q3H4 HP CNC926Q3H6 HP CNC926Q3HB HP CNC926Q3K4 HP CNC926Q3K9 HP CNC926Q3KB HP CNC926Q3KF HP CNC926Q3KG HP CNC926Q3KM HP CNC926Q3KM HP CNC926Q3KP

63

Model # L1910 L1910 L1910 L1910 L1910 L1910 L1910 L1906 L1906 PX850A8 PX850A8 17 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191

Monitor Inventory Manufacturer Serial # HP CNC926Q3MX HP CNC926Q3N1 HP CNC926Q3NC HP CNC926Q3NJ HP CNC926Q3NO HP CNC926Q3PC HP CNC941Q1W5 HP CNN6230T87 HP CNN6273CJM HP CNN6273CJN HP CNN62741Z4 NEC NEC 04115243NA NEC 04115244NA NEC 04115245NA NEC 04115254NA NEC 04115255NA NEC 04115256NA NEC 04115257NA NEC 04115271NA NEC 04115272NA NEC 04115583NA NEC 04115605NA NEC 04115606NA NEC 04115607NA NEC 04115608NA NEC 04115609NA NEC 04115611NA NEC 04115612NA NEC 04115613NA NEC 04115614NA NEC 04115615NA NEC 04115616NA NEC 04115621NA NEC 04115622NA NEC 04115623NA

64

Model # AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191 AS191

Monitor Inventory Manufacturer Serial # NEC 04115624NA NEC 04115625NA NEC 04115626NA NEC 04115627NA NEC 04115628NA NEC 04115629NA NEC 04115630NA NEC 04115631NA NEC 04115632NA NEC 04115633NA NEC 04115634NA NEC 04115635NA NEC 04115636NA NEC 04115637NA NEC 04115638NA NEC 04115639NA NEC 04115641NA NEC 04115641NA NEC 04115643NA NEC 04115644NA NEC 04115645A NEC 04115648NA NEC 04115650NA NEC 04115654NA NEC 04115656NA NEC 04115658NA NEC 04115659NA NEC 04115659NA NEC 04115660NA NEC 04115661NA NEC 04115662NA NEC 04115664NA NEC 04115666NA NEC 04115667NA NEC 04115668NA NEC 04115669NA

65

Monitor Inventory Model # Manufacturer Serial # AS191 NEC 04115670NA AS191 NEC 04115671NA AS191 NEC 04115673NA AS191 NEC 04115674NA AS191 NEC 04115676NA AS191 NEC 04115678NA AS191 NEC 04115679NA AS191 NEC 04115680NA AS191 NEC 0Z107540NA ACCUSYNC LCD72V NEC 55157092NA ACCUSYNC LCD72V NEC 55157100NA AS191 NEC 9Z107457NA AS191 NEC 9Z107460NA AS191 NEC 9Z107492NA AS191 NEC 9Z107498NA AS191 NEC 9Z107499NA AS191 NEC 9Z107500NA AS191 NEC 9Z107501NA AS191 NEC 9Z107502NA AS191 NEC 9Z107503NA AS191 NEC 9Z107505NA AS191 NEC 9Z107506NA AS191 NEC 9Z107526NA AS191 NEC 9Z107527NA AS191 NEC 9Z107528NA AS191 NEC 9Z107529NA AS191 NEC 9Z107530NA AS191 NEC 9Z107531NA AS191 NEC 9Z107532NA AS191 NEC 9Z107534NA AS191 NEC 9Z107535NA AS191 NEC 9Z107536NA AS191 NEC 9Z107537NA AS191 NEC 9Z107538NA AS191 NEC 9Z107541NA AS191 NEC 9Z107542NA

66

Monitor Inventory Model # Manufacturer Serial # AS191 NEC 9Z107543NA AS191 NEC 9Z107548NA AS191 NEC 9Z107553NA AS191 NEC 9Z107554NA AS191 NEC 9Z107555NA AS191 NEC 9Z107556NA AS191 NEC 9Z109525NA AS191 NEC 9Z109707NA AS191 NEC 9Z109732NA AS191 NEC 9Z109971NA AS191 NEC 9Z1100865NA AS191 NEC 9Z110222NA AS191 NEC 9Z110301NA AS191 NEC 9Z110401NA AS191 NEC 9Z110675NA AS191 NEC 9Z1107533NA AS191 NEC 9Z1107549NA AS191 NEC 9Z110843NA AS191 NEC 9Z110849NA AS191 NEC 9Z110850NA AS191 NEC 9Z110855NA AS191 NEC 9Z110856NA AS191 NEC 9Z110857NA AS191 NEC 9Z110858NA AS191 NEC 9Z110859NA AS191 NEC 9Z110864NA AS191 NEC 9Z110866NA AS191 NEC 9Z110872NA AS191 NEC 9Z110879NA AS191 NEC 9Z110880NA AS191 NEC 9Z110881NA AS191 NEC 9Z110882NA AS191 NEC 9Z110899NA AS191 NEC S04115640NA SYNCMASTER 550B SAMSUNG DP15HCEN143100K SYNCMASTER 15GLE SAMSUNG H1DG101735

67

Printer Inventory Model # Manufacturer Serial # 1600 DELL BT0KC41 3525 HP CNCCB2Q0DL 3525 HP CNCCB4D01X 3525 HP CNCCB5F0MM 3525 HP CNCCB981MM 3525 HP CNCCB981MS 3525 HP CNCCB981MW 3525 HP CNCCB981MY 3525 HP CNCCB981N1 3525 HP CNCCB981N2 3525 HP CNCCB981N5 3525 HP CNCCCC24CC 4050 HP USNC052895 4100N HP USBN13324 4100N HP USSNH10105 4100TN HP JPLGD06433 5550DN HP JPSC7CX36B 601M HP CNBCD2V2NC 601M HP CNBCD3C1FZ 9600 HP SG3AD310X3 9800 HP MY55B11008 COLOR LASER 4700 HP JPLLC10796 COLOR LASER 5 HP JPHF176641 DESKJET 1600C HP USB7808984 DESKJET 2200 HP SG0731105M DESKJET 460 HP MY74A5Z0TQ DESKJET 460 HP MY74C5Z125 DESKJET 460WBT HP MY7AR5Z2D7 DESKJET 460WBT HP MY7B15Z2JC DESKJET 460WBT HP MY7B15Z2Q5 DESKJET 460WBT HP MY7B25Z1VH DESKJET 460WBT HP MY7B35Z161

68

Printer Inventory Model # Manufacturer Serial # DESKJET 870CXI HP SG75K1G0JC DESKJET 9650 HP SG97F1202H G85XI HP SGE061072Q LASERJET 2055DN HP VNB3R31180 LASERJET 2055DN HP VNB3R31183 LASERJET 2055DN HP VNB3R31335 LASERJET 2200DN HP CNGSB248915 LASERJET 4 HP LASERJET 4 HP JPBF035375 LASERJET 4 HP USBB041908 LASERJET 4 HP USBB150472 LASERJET 4 HP USBB150474 LASERJET 4 HP USBB150477 LASERJET 4 HP USLNK08648 LASERJET 4 HP USTB065050 LASERJET 4 HP USTB065093 LASERJET 4 HP USTB065097 LASERJET 4 HP USTB072993 LASERJET 4 HP USTC0361648 LASERJET 4 HP USTC065593 LASERJET 4+ HP JPFG013350 LASERJET 4+ HP JPFK014435 LASERJET 4+ HP JPFK014436 LASERJET 4+ HP JPFK014441 LASERJET 4+ HP JPFK014442 LASERJET 4+ HP JPG000354 LASERJET 4+ HP USF0029062 LASERJET 4+ HP USFC151992 LASERJET 4+ HP USFC291394 LASERJET 4+ HP USFC291399 LASERJET 4+ HP USFC415497 LASERJET 400 COLOR HP JPBDQ01800 LASERJET 4050T HP USCC173069 LASERJET 4050T HP USCF046761 LASERJET 4050T HP USCH000365 LASERJET 4050T HP USCH000367

69

Printer Inventory Model # Manufacturer Serial # LASERJET 4100 HP LASERJET 4100 HP LASERJET 4100 HP LASERJET 4100 HP JPLGD23162 LASERJET 4100 HP USBDB23503 LASERJET 4100 HP USBN20258 LASERJET 4100 HP USBNF30365 LASERJET 4100 HP USBNG25653 LASERJET 4100 HP USBNG27067 LASERJET 4100 HP USBNH21835 LASERJET 4100 HP USBNH21835 LASERJET 4100 HP USBNH27249 LASERJET 4100 HP USBNK20259 LASERJET 4100 HP USGNF07968 LASERJET 4100 HP USGNJ07821 LASERJET 4100 HP USJND07241 LASERJET 4100 HP USJND07256 LASERJET 4100 HP USJNH02371 LASERJET 4100 HP USJNH10105 LASERJET 4100 HP USJNH24502 LASERJET 4100 HP USJNH311013 LASERJET 4100 HP USLND07147 LASERJET 4100 HP USLND32785 LASERJET 4100 HP USLNF07721 LASERJET 4100 HP USLNG11959 LASERJET 4100 HP USLNG34705 LASERJET 4100 HP USLNH28600 LASERJET 4100N HP USLIN19813 LASERJET 4650dn HP JPHAD1703A LASERJET 4650dn HP JPKAD40873 LASERJET 5 HP USKB197897 LASERJET 5000 HP JPB3161007 LASERJET 5000N HP USB1042112 LASERJET 5000N HP USB1042112 LASERJET 5000N HP USB1042524 LASERJET 5000N HP USC1037587

70

Printer Inventory Model # Manufacturer Serial # LASERJET 5000N HP USXA026834 LASERJET 5000N HP USXA026842 LASERJET 5000N HP USXA026844 LASERJET 5000N HP USXA026845 LASERJET 5000N HP USXA026846 LASERJET 5000N HP USXB030577 LASERJET 5100TN HP CNFN102196 LASERJET 5100TN HP CNGN149258 LASERJET 5100TN HP CNGN149318 LASERJET 5100TN HP CNGN149550 LASERJET 5100TN HP CNGN149848 LASERJET 5100TN HP CNGN162270 LASERJET 5200TN HP CNDXB24337 LASERJET P2055DN HP CNB9P48129 PHOTO R1800 EPSON GJXE108904 PHOTO R1800 EPSON GJXE108905

71

ATTACHMENT E Application Software in use at BPD

The following application software are currently in use by the Buffalo Police Department and the chosen vendor would be responsible for the proper integration with these packages. Microsoft Windows XP Pro Microsoft Windows 7 Office 2010 (Word/Excel/Access/PowerPoint) Microsoft Visio Access 97 Notes client Same Time IE7 128-bit (browsing, Dataworks) EM Systems Enterprise CAD Haines client LooseLeaf Laws client Acrobat Reader WinZip DataWorks Web Imaging Web RICI City of Buffalo website MUNIS BPD Manual of Procedures (Word) Inspector’s schedule (Excel) Training records (Access) Crystal Reports Acrobat Reader WinZip

Payroll – Timekeeper System

72

ATTACHMENT F Cisco Smartnets to be maintained and supplied by vendor for use by BPD

QTY 1

CISCO2821-SEC/K9

Cisco 2821 Router

1

CISCO2621XM

Cisco 2621 Router

1

AIR-BR1310G_A-K9-R

4

DMP-4305G-52-K9

3

LCD-100-PRO-40N

1

LCD-110L-PRO-42

3

DMP-SW52-K9

1

AIR-CT2504-15-K9

73

ATTACHMENT G The following items to be stocked and funded by the selected vendor

1 HP Maintenance kit to be stocked by vendor for following printers in use at BPD (Replacement kits will be purchased by the BPD) • • • •

HP Laserjet 5100 HP Laserjet 5000 HP Laserjet 4 HP Colorlaserjet 2605

1 HP 19” LCD Display to be stocked by vendor for use at BPD •

HP L1906 LCD Display

74

THIS PROPOSAL IS TENDERED BY (A) (AN) CORPORATION __________________ PARTNERSHIP ________________________________________________________ INDIVIDUAL___________________________________________________________ PARTNERS CONSTITUTING _____________________________________________ PARTNERSHIP_________________________________________________________ INCORPORATED IN WHAT STATE, IF CORPORATION? ______________________________________________________________________ IF FOREIGN CORPORATION, STATE IF AUTHORIZED TO DO BUSINESS IN NEW YORK STATE __________________________________________________________ * CORPORATE OFFICERS’ NAMES TITLES ADDRESSES ______________________________________________________________________ ______________________________________________________________________ * PRINCIPAL STOCK HOLDERS NAMES ADDRESSES NAMES ADDRESSES ______________________________________________________________________ * Note: This information is not required from nationally-known corporations.

75

Appendix 1: Non-Collusion Certification By submission of this RFP, each Applicant and each person signing on behalf of any Applicant certificates, and in the case of a joint RFP, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this RFP have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Applicant or with any competitor; (2) Unless otherwise required by law, the prices, which have been quoted in this RFP, have not been knowingly disclosed by the Applicant and will not knowingly be disclosed by the Applicant prior to opening, directly or indirectly, to any other Applicant or to any competitor; (3) No attempt has been made or will be made by the Applicant to induce any other person, partnership or corporation to submit a RFP for the purpose of restricting competition. FIRM OR CORPORATION NAME _____________________________________

PRINCIPAL ADDRESS _____________________________________________

STREET_________________________________________________________

CITY/STATE/ZIP CODE_____________________________________________

SIGNATURE OF INDIVIDUAL, PARTNERS OR OFFICERS:

________________________________________________________________ TITLE (TYPE OR PRINT NAME ABOVE)

________________________________________________________________ TITLE (TYPE OR PRINT NAME ABOVE)

76

Appendix 2: Living Wage Commission Application for Contract With the City of Buffalo

City of BuffaLoiving Wage Commission

APPLICATION FOR CONTRACT WITH THE CITY OF BUFFALO

The City’s Living Wage Ordinance applies to contracts for services in which the City pays – or receives – more than $50,000 per year, and the contractor employs more than ten people. If you are bidding, responding to an RFP, or otherwise planning to make a contract with the City, you must complete this form, a copy of which will be forwarded to the City’s Living Wage Commission. Your subcontractors need not file a separate Application, but they must pay a living wage. If you win the contract, you and your subcontractors will file quarterly reports with the Living Wage Commission. You must certify that you will pay at least the hourly wages mandated by the Ordinance. As of January 1, 2013, the hourly rates are $11.05 if the employee receives health benefits from the employer, and $12.40 if the employee does not receive health insurance. There will be an automatic cost-of-living adjustment each January 1. There are two exceptions to the Ordinance. Professional contracts such as legal, architectural, or engineering services are not covered by the Ordinance. Also, persons employed in construction work covered by prevailing wage laws are exempt from the Ordinance. The City department responsible for the contract should forward the completed Application for Contract of the employer chosen for the contract to: Living Wage Commission, c/o Cornell University ILR, 237 Main St., Suite 1200, Buffalo, NY, 14203. 1. Company Information Company Name: Executive Officer: Address: City, State, Zip: Phone No.: Total No. of Employees:

77

2. Please describe the specific project or service for which the contract is sought:

3. Contract Information Dollar Value of Your Bid/Contract: Identifying City Contract or Project Number: Start and End Dates of Contract: 4. If you answer “Yes” to any of these, you need not complete parts 5, 6, and 7 A) Are all persons who will work under the contract construction workers covered by federal or state prevailing wage laws?

 Yes

 No

B) Is this a contract for professional services such as legal, architectural, or engineering?

 Yes

 No

C) Do you employ less than ten people?

 Yes

 No

D) Is the total value of the contract less than $50,000 per year?

 Yes

 No

5. Please describe the employees who will work on this contract. Attach additional sheets as needed.

78

Job Title

Hourly Wage

Duties to be Performed

6. Subcontractors Will there be subcontractors?

 Yes

Receives Health Benefits?

 No

If yes, please provide name address, and phone for each subcontractor. Attach additional sheets as needed.

7. Please provide a signature by an official of your company with the legal authority to make binding commitments. I certify that if awarded a City contract I will fully comply with the Living Wage Ordinance. Date:

___________ Signature:______________________________________ Print: ________________________________________ Title:

________________________________________

79

Appendix 3: Form 2A- Respondents Affirmative Action Statement

The_________________________________________________________________________ (Company Name)

hereby states that we will make good faith efforts to ensure a diverse workforce and minority business participation for this proposal/bid in accordance with the City of Buffalo Charter, Chapter 96, Bonds and Contracts.



We will work toward a minority workforce goal of 25%, and woman workforce goal of 5%.

In addition, we will work toward a business utilization goal for minority business enterprise of 25% and woman business enterprise of 5%.

____________________________________________ (Signature of Authorized representative of Bidder)

Date________________________________________

PROPOSALS FAILING TO INCLUDE OR COMPLETE ANY OF THE ABOVE ITEMS WILL BE CONSIDERED NON-RESPONSIVE AND WILL NOT BE ACCEPTED.

EEO-2

80

CITY OF BUFFALO DEPARTMENT OF ADMINISTRATION, FINANCE, POLICY & URBAN AFFAIRS DIVISION OF PURCHASE 65 NIAGARA SQUARE, ROOM 1901 CITY HALL BUFFALO, NEW YORK 14202 PHONE (716) 851-5222 FAX (716) 851-5231

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT This Confidentiality and Non-Disclosure Agreement is entered into as of this _____ day of the month of __________ in the year _________ between the City of Buffalo, a municipal corporation with offices located at 65 Niagara Square, Buffalo, New York 14202, hereinafter referred to as the “City” and __________________________________________________________ a company/individual/corporation, with offices located at _____________________________________________________, hereinafter referred to as the “Prospective Vendor”. WHEREAS, the City has expended substantial resources in developing its business operations, products and relationships with suppliers, manufacturers, customers and others in the United States and/or other countries; and

WHEREAS, New York State Public Officers Law permits the City to deny access to records that if disclosed, would jeopardize the capacity of the City or any entity that has shared information with the City to guarantee the security of its information technology assets, such assets encompassing both electronic information systems and infrastructures; and WHEREAS, the City and Prospective Vendor are desirous of entering into a governmental relationship and/or transaction, which may include the City’s granting of access to records and information that are not generally available to the public and that may properly be withheld from public disclosure where such records and information may include but not be limited to the disclosure of the City’s critical infrastructure, including but not limited to, its operations, products, systems, assets, and information technology and/or details thereof; and WHEREAS, the City has expressed to the Prospective Vendor its concerns over the disclosure and unauthorized re-dissemination to third parties of records, information, or details whether general or specific relative to the City’s critical infrastructure, including its information technology, some of which may be proprietary and subject to copyright protection; and 81

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

WHEREAS, the City has expressed to the Prospective Vendor its concerns over the disclosure and unauthorized re-dissemination to third parties of such records or information relative to the City’s critical infrastructure configuration, including its information technology, which, if disclosed, could jeopardize the health, safety, welfare or security of the City, its residents or its economy; and WHEREAS, the City has conditioned its willingness to disclose or allow access to its critical infrastructure configuration, including its information technology, to the Prospective Vendor based upon the Prospective Vendors’ agreement that the its’ agents, employees, and/or representatives shall (i) keep confidential all records and information disclosed by the City, (ii) limit the use of all such records and information disclosed by the City for the sole purpose of activities related to the potential or actual governmental relationship between the Prospective Vendor and the City.

NOW THEREFORE, in consideration of the promises and agreements herein contained, the parties agree as follows:

That the purpose of this Agreement is to grant the Prospective Vendor limited conditional access to the City’s critical infrastructure configuration, including its information technology, and such information that is not generally available or required to be made available to members of the public pursuant to applicable law. ARTICLE 1 DEFINITIONS Section 1.01 Definitions As used in this Agreement, the words or phrases listed below shall have the meanings indicated:

(a) “Critical infrastructure” shall mean the systems, assets, places or things, whether physical or virtual, so vital to the City that the disruption, incapacitation or destruction of such systems, assets, places or things could jeopardize the health, safety, welfare or security of the City, its residents or its economy.

(b) “Confidential Information” means any data or information that is relative to the City’s critical infrastructure, including its information technology, some of which may be proprietary and subject to copyright protection and not generally known or available to the public, , including, but not limited to, any plans, operations, specifications information, any scientific or technical information, invention, design, process, procedure, formula, improvement, technology or method; any concepts, reports, data, know-how, works-inprogress, designs, development tools, specifications, computer software, source code, object code, flow charts, databases, inventions, information and trade secrets; and any 82

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

other information that should reasonably be recognized as confidential information of the City that if disclosed would jeopardize the security of its critical infrastructures and information technology assets, such assets encompassing both whether in tangible or intangible forms.

(1.) Notwithstanding anything in the foregoing to the contrary, confidential information shall not include information which: (a) was known by the Prospective Vendor prior to receiving the confidential information from the City; (b) becomes rightfully known to the Prospective Vendor from a third-party source not known (after diligent inquiry) by the Prospective Vendor to be under an obligation with the City to maintain confidentiality; (c) is or becomes publicly available through no fault of or failure to act by the Prospective Vendor in breach of this Agreement; (d) is required to be disclosed in a judicial or administrative proceeding, or is otherwise requested or required to be disclosed by law or regulation. ARTICLE II COVENANTS AND AGREEMENTS

Section 2.01. Confidentiality of Information; Duty of Non-Disclosure Prospective Vendor acknowledges that the dissemination or unauthorized redissemination to third parties of the City’s confidential information could jeopardize the security of the City’s critical infrastructures, including its’ information technology, assets, tangible and intangible, electronic and physical infrastructures.

Prospective Vendor shall not disclose to any person or entity except as necessary to in good faith conduct its investigation of a potential contractual relationship with the City, or use for its own personal or commercial gain any confidential information disclosed by the City or otherwise learned by reason of Prospective Vendors’ contractual relationship with the City. Section 2.02. Use of Confidential Information Prospective Vendor agrees to use the confidential information solely in connection with the current or contemplated contractual relationship between the parties and not for any purpose other than as authorized by this Agreement without the prior written consent of an authorized representative of the City. No other right or license, whether expressed or implied, in the confidential information is granted to the Prospective Vendor hereunder. All rights and title to the confidential information shall remain solely with the City. All use of the confidential information by the Prospective Vendor shall be for the benefit of the City and any modifications and improvements thereof by the Prospective Vendor shall be the sole property of the City. 83

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

Section 2.03. Compelled Disclosure of Confidential Information

Notwithstanding anything in the foregoing to the contrary, the Prospective Vendor may disclose confidential information pursuant to any governmental, judicial, or administrative order, subpoena, discovery request, regulatory request or similar method, provided that the Prospective Vendor promptly notifies, to the extent practicable, the City in writing of such demand for disclosure so that the City, at its’ sole expense, may seek to make such disclosure subject to a protective order or other appropriate remedy to preserve the confidentiality of the confidential information. The Prospective Vendor agrees that it shall not oppose and shall cooperate with efforts by, to the extent practicable, the City with respect to any such request for a protective order or other relief. Notwithstanding the foregoing, if the City is unable to obtain or does not seek a protective order and the Prospective Vendor is legally requested or required to disclose such confidential information, disclosure of such confidential information may be made without liability. Section 2.04. Term This Agreement shall remain in effect until the latter of such time as the City provides to the Prospective Vendor thirty (30) days written notification of its termination of this contract, or one (1) year following the disclosure of the confidential information as described under subsection (b)(1)of Section 1.01 entitled Definitions. Section 2.05. Remedies Both parties acknowledge that the confidential information to be disclosed hereunder is of a unique and valuable character, and that the unauthorized dissemination of the confidential information would result in a significant security risk to the City. The damages to City that would result from the unauthorized dissemination of the confidential information would be impossible to calculate. Therefore, both parties hereby agree that the City shall be entitled to injunctive relief preventing the dissemination of any confidential information in violation of the terms hereof. Such injunctive relief shall be in addition to any other remedies available hereunder, whether at law or in equity. The City shall be entitled to recover its costs and fees, including reasonable attorneys’ fees, incurred in obtaining any such relief. Further, in the event of litigation relating to this Agreement, the prevailing party shall be entitled to recover its reasonable attorney’s fees and expenses.

Section 2.06. Return of Confidential Information 84

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

Prospective Vendor shall immediately return and redeliver to the other all tangible material embodying the confidential information provided hereunder and all notes, summaries, memoranda, drawings, manuals, records, excerpts or derivative information deriving there from and all other documents or materials (“Notes”) (and all copies of any of the foregoing, including “copies” that have been converted to computerized media in the form of image, data or word processing files either manually or by image capture) based on or including any confidential information, in whatever form of storage or retrieval, upon the earlier of (i) the completion or termination of the dealings between the parties contemplated hereunder or (ii) the termination of this Agreement. Alternatively, the Prospective Vendor, with the written consent of the City may (or in the case of Notes, at the Prospective Vendor’s option) immediately destroy any of the foregoing embodying confidential information (or the reasonably non-recoverable data erasure of computerized data) and, upon request, certify in writing such destruction by an authorized officer of the Prospective Vendor supervising the destruction). Section 2.07. Notice of Breach

Prospective Vendor shall notify the City in writing immediately upon discovery of any unauthorized use or disclosure of confidential information by Prospective Vendor or its representatives, or any other breach of this Agreement by Prospective Vendor or its representatives, and will cooperate with efforts by the City to help the City regain possession of confidential information and prevent its further unauthorized use. Section 2.08. Severability

Although the restrictions contained in this Agreement are considered by the parties to be reasonable for the purpose of protecting the confidential information, if any such restriction is found by a court of competent jurisdiction to be unenforceable, such provision will be modified, rewritten or interpreted to include as much of its nature and scope as will render it enforceable. If it cannot be so modified, rewritten or interpreted to be enforceable in any respect, it will not be given effect, and the remainder of the Agreement will be enforced as if such provision was not included. Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein, and this Agreement shall read and be enforced as though it were included herein. If through mistake or otherwise, any such provision is not inserted, or is not properly inserted, then upon written application of either party, this Agreement shall be forthwith physically amended to make such insertion or correction. Any failure by either party to enforce the other party’s strict performance of any provision of this Agreement will not constitute a waiver of its right to subsequently enforce such provision or any other provision of this Agreement. 85

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

Section 2.09. Prior Agreements This Agreement constitutes the entire understanding between the parties and supersedes any and all prior or contemporaneous understandings and agreements, whether oral or written, between the parties, with respect to the subject matter hereof. This Agreement can only be modified by a written amendment signed by the party against whom enforcement of such modification is sought. Section 2.10. Jurisdiction The validity, construction and performance of this Agreement shall be governed and construed in accordance with the laws of New York State applicable to contracts made and to be wholly performed within such state, without giving effect to any conflict of law provisions thereof. The Federal and state courts located in New York State shall have sole and exclusive jurisdiction over any disputes arising under the terms of this Agreement. Section 2.11. Notices Any notices or communications required or permitted to be given hereunder may be delivered by hand, deposited with a nationally recognized overnight carrier, electronicmail, or mailed by certified mail, return receipt requested, postage prepaid, in each case, to the address of the other party first indicated above (or such other addressee as may be furnished by a party in accordance with this paragraph). All such notices or communications shall be deemed to have been given and received (a) in the case of personal delivery or electronic-mail, on the date of such delivery, (b) in the case of delivery by a nationally recognized overnight carrier, on the third business day following dispatch and (c) in the case of mailing, on the seventh business day following such mailing. For City of Buffalo: William Sunderlin, Director of Purchasing Department of Administration, Finance, Policy & Urban Affairs Division of Purchase 65 Niagara Square, Room 1901 City Hall Buffalo, New York 14202

86

For Prospective Vendor:

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

Section 2.12. Assignment

This Agreement is personal in nature, and neither party may directly or indirectly assign or transfer it by operation of law or otherwise without the prior written consent of the other party, which consent will not be unreasonably withheld. All obligations contained in this Agreement shall extend to and be binding upon the parties to this Agreement and their respective successors, assigns and designees. Section 2.13. Miscellaneous Paragraph headings used in this Agreement are for reference only and shall not be used or relied upon in the interpretation of this Agreement.

87

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of this date. Date: ________________

Date: _________________

___________________________________________ William Sunderlin, Director of Purchasing Department of Administration, Finance, Policy & Urban Affairs Division of Purchase

__________________________________________ Prospective Vendor

ACKNOWLEDGMENTS State of New York) County of Erie) ss.

On the day of ____________, in the year 2013, before me, the undersigned, a notary public in and for said state, personally appeared ________________________, the _________________ of ___________________________________________________, personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that s/he executed the same in his/her capacity as _______________________ of said Company/Corporation/legal entity, and that by his/her signature executed the instrument. __________________________________ Notary Public

State of New York) County of Erie ) ss.

*********************************************

On the day of ____________, in the year 2013, before me, the undersigned, a notary public in and for said state, personally appeared ______________________________________, Director of Purchasing, Department of Administration, Finance, Policy & Urban Affairs, Division of Purchase personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity as Director of said Department, and that by his signature executed the instrument. __________________________________ Notary Public 88

STATEMENT OF COMPLIANCE WITH CONFLICT OF INTEREST POLICIES

1.

Your signature below affirms your agreement to comply with applicable laws, including but not limited to New York State Finance Law Section 139, General Municipal Law Article 18, and the Charter and Code of the City of Buffalo.

DATE:______________ SIGN:_____________________________________________ PRINT NAME:______________________________________ TITLE:_____________________________________________ COMPANY:________________________________________

2.

Additionally, any potential or identified conflicts of interest are to be disclosed below. As conflicts are discovered, they must be disclosed in writing, to the designated contact person in the RFP, during the entire RFP, contract process and even after contract award.

Conflict or potential conflict: YES ______

NO_______

If YES or not sure, please explain basis of potential conflict and use additional pages if necessary:

____

_____________________________

____

_____________________________

____

_____________________________

____

_____________________________

____

_____________________________

____

_____________________________

____

_____________________________

89