R-97-10-23-10B - 10/23/1997Mayor
Charles Culpepper
Mayor Pro-tem
Earl Palmer
Council Members
Robert Sdaka
Rod Morgan
Rick Stewart
Marsha Chavez
Jimmy Joseph
Clty Manager
Robert L Bennett, Jr.
City Attorney
Stephan L Sheets
CITY OF ROUND ROCK
October 24, 1997
SabreData, Inc.
1321 Rutherford Lane
Suite 200
Austin, TX 78753
Dear Sirs:
221 East Main Street
Round Rock, Texas 78664
512 - 218 -5400
The Round Rock City Council approved Resolution No. R- 97- 10- 23 -10B
at their regularly scheduled meeting on October 23, 1997.
Enclosed is a copy of the resolution and an original Consulting Service
Agreement for your files. If you have any questions, please do not
hesitate to call.
Sincerely,
Joanne Land
Assistant City Manager/
City Secretary
Enclosure(s)
Fax: 512- 218 -7097
iteiwndi
1-800-735-2989 TDD 1-800-735-2988 Voice
RESOLUTION NO. R- 97- 10- 23 -10B
WHEREAS, the City has a need for professional computer
consulting services for the financial services computer system, and
WHEREAS, SabreData has submitted an agreement to provide the
needed services, and
WHEREAS, the City Council desires to enter into said
agreement with SabreData, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City an agreement with SabreData for computer
consulting services for the financial services computer system, a
copy of said agreement being attached hereto and incorporated
herein for all purposes.
The City Council hereby finds and declares that written notice
of the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to
the public as required by law at all times during which this
Resolution and the subject matter hereof were discussed, considered
and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as ended, and the Act.
RESOLVED this 23th day of Octo
EST:
A.. ji /I
ri• E LAND, City Secretary
K:\ NPDOCS \RRSOLIITI \RR710]3B.NPD /$cg
//l
CHARLES CUL. , , Mayor
City of Round Rock, Texas
CONSULTING SERVICE AGREEMENT
THIS AGREEMENT, is made and entered into this day of Etc !ems a3 1997, by and between the
City of Round Rock, Texas (hereinafter "City") , 221 East Main Street, Round Rock, Texas 78664 -5299 and
SabreData, Inc. (hereinafter "Contractor") 1321 Rutherford Lane, Suite 200, Austin, Texas 78753
RECITALS:
WHEREAS, the City desires to contract with Contractor to provide the City with Consulting Service; and
WHEREAS, Contractor is a State Of Texas General Services Commission (GSC) Cooperative Purchasing
Program Qualified Information Systems Vendor (QISV) ; and
WHEREAS, the parties hereto desire to enter into this Agreement setting forth, in writing, their respective
rights, duties and obligations hereunder;
NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises contained herein and
other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1. EFFECTIVE DATE:
The effective date of this agreement shall be October 23, 1997.
2. INTENT
The City selected Contractor as the provider of services outlined in Contractor's GSC approved QISV catalogue
listing approved services and pricing. (Exhibit A) The intent of this document is to formulate a contractual
agreement document listing the responsibilities of both parties as outlined in the Scope of Work (Exhibit B)
3. GENERAL TERMS AND CONDITIONS
Contractor hereby accepts each and every term and condition contained in Scope of Work as Revised October 6,
1997, as well as the additional terms and conditions contained herein
4. TERM OF CONTRACT:
This Agreement shall be in force and effect for a period of one (1) year beginning from the effective date as
stated in paragraph 1 above or until the occurrence of any one (1) of the following:
A. The total cost (paragraph five (5)) has been depleted.
B. Completion of all work required pursuant to this Agreement.
1
C. Bankruptcy or insolvency of either party.
D. Sale of business of Contractor.
E. Breach of substantial nature of any provision of this Agreement.
5. COSTS:
The total cost of this Agreement shall not exceed $35,000.00
6. PROMPT PAYMENT POLICY:
Contractor may invoice the City monthly for services rendered.
Payment will be made within thirty (30) days after the City receives the supplies, materials, equipment, or the day
on which the performance of services was completed or the day on which the City receives a correct invoice for
the supplies, materials, equipment, or services, whichever is later. Contractor may charge a late fee (fee shall not
be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt
payment policy, however, this policy does not apply to payments made by the City in the event:
A. there is a bona fide dispute between the City and Contractor concerning the supplies, materials, or
equipment delivered or the services performed that causes the payment to be late; or
B. the terms of a federal contract, grant , regulation, or statute prevent the City from making a timely
payment with Federal Funds; or
C. there is a bona fide dispute between Contractor and a subcontractor or between a subcontractor and its
suppliers concerning supplies, materials, or equipment delivered or the services performed which causes
the payment to be late; or
D. the invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order,
or the contract or other such contractual agreement.
7. REMEDIES
In the event of any material breach of this Agreement by either party which shall continue for thirty (30) or more
days after written notice of such breach (including a reasonably detailed statement of the nature of such breach)
shall have been given the breaching party by the aggrieved party, the aggrieved party shall be entitled to avail
itself cumulatively of any and all remedies available at law or at equity and:
(a) if the aggrieved party is the City, suspend its performance of its payment obligation under this
Agreement for so long as the breach continues uncorrrected; and
(b) if the aggrieved party is Contractor, suspend performance of all its obligations under this Agreement
for so long as the breach continues uncorrected.
2
8. INDEMNITY:
Contractor shall indemnify, save harmless and defend the City, its officers, agents, servants, and employees from and
against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses , attorney fees and any
and all other costs or fees incident to the performance of this Agreement and arising out of a willful or negligent act
or omission of Contractor, its officers, agents, servants, and employees ; provided, however, that Contractor shall not
be liable for any suits, actions, legal proceedings, claims, demands, damages, costs, expenses and attorneys' fees arising
solely out of a willful or negligent act or omission of the City, its officers, agents, servants and employees, or third
parties.
9. INSURANCE:
Contractor shall procure and maintain at its sole cost and expense for the duration of the contract, insurance
against claims for injuries to persons or damage to property which may arise from or in connection with the
performance of the work hereunder by Contractor , its agents, representatives, volunteers, employees or
subcontractors.
Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work
commences.
The following standard insurance policies shall be required:
A. General Liability Policy
B. Automobile Liability Policy
C. Worker's Compensation Policy
D. Professional Liability Policy
The following general requirements are applicable to all policies:
A. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted.
B. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence
basis for property damage only. A deductible is acceptable for Professional Liability and the deductible
limits shall not exceed Ten Thousand Dollars ($10,000.00).
C. Claims made policies shall not be accepted, except for Professional Liability Insurance.
D. Upon request, certified copies of all insurance policies shall be furnished to the City.
The following Comprehensive General Liability Insurance shall be required:
A. Minimum Bodily Injury Limits of $300,000.00 per occurrence.
B. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence.
C. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum limits for
Bodily Injury of $100,000.00 for each person, and $300,000.00 for each occurrence and Property
Damage minimum limits of $50,000.00 for each occurrence.
D. Statutory Worker's Compensation and minimum $100,000.00 Employers Liability Insurance.
E. Professional Liability Insurance with minimum of $500,000.00 per occurrence and $500,000.00
aggregate. Coverage shall be maintained for two (2) years minimum after the termination of the contract.
3
10.0 REOUIRED INSURANCE PROVISIONS:
Contractor agrees that with respect to the required insurance, all insurance contracts and certificate(s) of
Insurance will contain and state, in writing, on the certificate or its attachment, the following provisions:
A. Provide for an additional insurance endorsement clause declaring the Contractor's insurance as primary.
B. Name the City of Round Rock and its officers, employees, and elected officials as additional insureds, (as
the interest of each insured may appear) as to all applicable coverage.
C. Provide thirty (30) days notice to the City for cancellation, nonrenewal, or material change Remove all
language on the certificate of insurance indicating that the insurance company or agent/broker will
"endeavor to notify the City but failure to do so shall impose no obligation of liability of any kind upon the
company, its agents, or representatives ", of similar language.
D. Provide for notice to the City at the two (2) address shown below, paragraph 1OH by registered mail.
Contractor agrees to waive subrogation against the City of Round Rock, its officer, employees, and elected
officials for injuries, including death, property damage, or any other loss to the extent same may be covered
by the proceeds of insurance.
E. Provide that all provisions of this Agreement concerning liability, duty, and standard of care together with
the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include
such obligations within applicable policies.
F. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order
number for which the insurance is being supplied.
G- Contractor shall notify the City in the event of any change in coverage and shall give such notices not less
than thirty (30) days prior to the change, which notice shall be accomplished by a replacement
CERTIFICATE OF INSURANCE.
H. All notices shall be given to the City at the following two (2) addresses:
Assistant City Manager
City of Round Rock
221 East Main Street
Round Rock, TX 78664 -5299
City Attorney
City of Round Rock
309 East Main Street
Round Rock, TX 78664
I. Approval, disapproval, or failure to act by the City regarding any insurance supplied by Contractor shall
not relieve Contractor of full responsibility or liability for damages and accidents as set forth in the these
documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company relieve
Contractor from liability.
4
11. INDEPENDENT CONTRACTOR:
It is understood and agreed that Contractor is an independent contractor and shall not be considered an employee
of the City. Contractor shall not be within protection or coverage of the City's Workers' Compensation
insurance, Health Insurance, Liability Insurance or any other Insurance that the City from time to time may have
in force and effect.
12. ASSIGNMENT
City and Contractor agree that neither party will assign or transfer this Agreement or any part hereof or any amount
payable hereunder, except with the prior written consent of the other party.
13. NO WAIVER
The failure by the City or Contractor to enforce at any time, or for any period of time, any one or more of the terms of
this Agreement shall not be a waiver of such terms and conditions or of the parties' right thereafter to enforce each and
every term and condition contained herein.
14. APPLICABLE LAW:
This agreement shall be governed by the laws of the State of Texas. No rights, remedies and warranties available
to the City under this agreement or by operation of law are waived or modified unless expressly waived or
modified by the City in writing.
15. VENUE:
Both parties agree that performance of this Agreement shall be in Williamson County, and venue for any
litigation arising from this agreement shall lie in Williamson County, Texas.
16. RIGHT TO ASSURANCE:
Whenever one party to this Agreement in good faith has reason to question the other party's intent to perform
the questioning party may demand that the other party give written assurance of their intent to perform. In the
event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this
failure as an anticipatory repudiation of this Agreement.
17. LIENS.
Contractor agrees to and shall indemnify and save harmless the City against any and all liens and encumbrances
for all labor, goods and services which may be provided under the City's request, by Contractor or Contractor's
vendor(s) and if the City requests, a proper release of all liens or satisfactory evidence of freedom from liens shall
be delivered to the City.
5
18. ENTIRE AGREEMENT:
This Agreement constitutes the entire agreement between the City and Contractor, there being merged all prior and
collateral representations, promises and conditions in connection with this Agreement; and any representation, promise
or condition not incorporated herein shall not be binding on either party. Modifications to this agreement may be made
by mutual written consent of both parties.
IN WITNESS WHEREOF, the Parties hereto have hereunto set their hands and seals on the day and year first
above written.
THE CIT OF ROUND ROCK, TEXAS
B
CHARLES CULP MAYOR
Date: C/033-- a D 0 R 1
SABREDATA, INC.
Name: _1:
Title: /7
Date: 7:::
��17"
BY:
Date: MQ
BY:
Name:
Title:
6
ASSISTANT CITY MANAGER
ATTEST:
Date:
City of Round Rock
Integrated Financial and Human Resources System
Scope of Work
This section outlines our approach to completing the engagement's objectives. All tasks
are addressed and work products (deliverables) are specifically delineated.
Task 1 — Project Orientation and Administration
Task 1 includes a project orientation and administrative activities associated with the
project. Our consultants will attend an initial "kick- off" meeting with the City project
manager and other key personnel to address logistical issues associated with the
engagement and to clarify any aspects of the project scope and approach.
Additionally, this task includes time allotted for briefings to City executive management.
Task 2 - Evaluation of Technology Platform(s)
We will perform an evaluation of the existing technology platform(s) currently in use by
the City for the purpose of reviewing and assessing whether such platforms can
adequately support the new Integrated Financial and Human Resources System (IFHRS).
This review will address:
• Desktop (client) PC workstations
• Desktop (client) software
• Desktop operating system
• Application / file server(s)
• Server operating system
• Relational database management system (RDBMS)
• Network configuration
• Network operating system
Based on this evaluation, we will make recommendations for the technology platform on
which the IFHRS will reside. These recommendations will identify additional hardware
and software required to support the IFHRS (if necessary).
Deliverable: Evaluation of Technology Platform Report
Task 3 -- Review and Issuance of Request for Proposal (RFP)
The purpose of Task 3 is to: (1) identify the status of the RFP development effort
Page 1
Rcvised 10/06/97
to date, (2) to ensure that the City's functional and technical requirements are properly
addressed, (3) to ensure that implementation services to be provided are properly outlined
in the RFP, and (4) to properly complete and issue a Request for Proposal for IFHRS
software and associated implementation services. We will review the City's prepared
financial requirements for adequacy and will develop the human resources requirements
for City review.
The RFP will address, but not be limited to:
• Agency background information
• Scope of services requested
• Planned schedule of activities
• Current systems and technical environment
• Technical platform to be utilized by IFHRS
• RFP submittal instructions
• RFP terms and conditions
• RFP format, including:
• Implementation approach
• Vendor qualifications and personnel
• Conformity to system requirements
• References
• Customization requirements
• Interface development
• Data conversion
• Training and documentation
• Cost
It is assumed that the scope of the IFHRS will include:
Enterprise
• Technology
• Security
• Reporting
• Standard Reports
• On -line Inquiries
• Ad hoc Reports
• Workflow
• System Management and Operational Requirements
Page 2
Revised 10/06/97
Financial
• General Ledger
• Budgetary Control
• Budget Development
• Accounts Payable & Expenditures
• Purchasing
• Property Management
• Revenues (Cash Receipts and Revenue Accounting)
• Grant & Project Accounting
Human Resources
• Time & Attendance
• Leave Accounting
• Position Control
• Personnel Management
• Employee Relations
• Benefits Administration
• Payroll
• Applicant Tracking
The RFP will be distributed to prospective qualified information systems vendors upon
completion.
Deliverables: Request for Proposal for Integrated Financial and Human
Resources System & Associated Implementation Services
Task 4 — Estimated Project Cost Analysis
A thorough estimated cost analysis will be completed to ensure that City financial and
information technology management are provided with accurate cost data when
considering future funding of the project. When evaluating the costs associated with new
technological solutions (e.g. client server systems), it is critical that the consultants have
experience in this area, as some costs are ambiguous. Our consultants have recent
experience in performing cost analyses for client server integrated financial and human
resources systems and are very much aware of the costs associated with such
systems. We will address all costs associated with the IFHRS project, including
Page 3
Rcviscd 10/06/97
(but not limited to) the following:
• Desktop (client) PC hardware
• Desktop (client) software
• Application / database server(s)
• New hardware purchases / upgrades / maintenance
• New relational database management system (RDBMS) software /
maintenance
• Support staff costs
• Application system software / maintenance
• Development tools
• New "office suite" software purchases / upgrades (required for use with some
integrated financial systems)
• Supplemental software required for full system functionality (e.g. Lotus Notes)
• Report development tools for ad hoc reports
• Transaction monitoring software
• "Middleware" such as application programming interfaces
• Application support staff costs
• Communications
• Printers
• End -user support staff
• Backup / Disaster Recovery
• Cross - Enterprise Software
• Other Costs
• Costs of interfacing with other systems
• Training / retraining of existing development staff
Deliverable: Estimated Project Cost Schedule
Task 5 —IFHRS Evaluation and Selection
We will assist the City's Evaluation Committee in evaluating all proposals received for
the IFHRS. The vendor evaluation process will include, but not be limited to:
• Responses to prospective vendor questions in accordance with RFP instructions;
• Development of evaluation criteria and tools (e.g. scoring sheets) to be used by
Evaluation Committee;
• Review of vendor proposals and drafting of questions for discussion with vendors;
• Participation in discussions with prospective vendors;
• Development of agendas and scripts to be followed by vendors during
product demonstrations; and
• Development of questionnaire to be used in conducting reference check
Page 4
Revised 10/06/97
interviews.
Deliverables: Written Responses to Questions from Prospective Vendors
Evaluation Scoring Sheets
Vendor Demonstration Scripts
Questionnaire for Conducting Reference Check Interviews
Task 6— IFHRS Contract Negotiations
We will assist the Department in negotiating contract terms with vendor finalists_ The
use of a knowledgeable and skilled negotiator is essential to maximize the value received
from the vendor(s) and to ensure the most cost - effective / low risk solution for the City.
It is anticipated that the City's legal staff will be involved in this task.
Deliverable: Contract with IFHRS Vendor
Page 5
Revised 10/06/97
January 2, 1997
SABREDATA INC
1321 RUTHERFORD LN STE 200
AUSTIN TX 78753
Re: QISV Catalogue Approval
VID #: 1742505436200
Dear Sir or Madam:
Your catalogue has been approved and your firm is now designated as a Qualified Information Systems Vendor (QISV).
It is required that a copy of this letter and catalogue cover page be included with each copy of the approved catalogue
and subsequent updates that are provided to eligible entities.
The catalogue purchasing procedure is required by all State of Texas agencies, and is available to local governments
(municipalities, counties, school districts, etc.) that are members of the General Services Commission (GSC)
Cooperative Purchasing Program. These eligible entities have full authority to utilize the Catalogue Purchasing
Program (CPP).
To maintain your QISV status there are several requirements your company must meet on an ongoing basis. Failure to
meet these requirements could result in suspension from the GSC Centralized Master Bidders List (CMBL) and CPP.
Your company must maintain an active status on the CMBL, paying fees and any other requirements designated by
CMBL_ Another is the Texas Administrative Code (TAC) 113.19(k) which requires a QISV to provide the CPP with a
semiannual report detailing the volume and value of orders placed by each eligible entity. This information is required the
15th day of every March and September for the previous six months.
It is imperative that the GSC be updated with the most current information concerning your company. Changes to
point-of-contact information (contact person, address, etc.) must be indicated on the Catalogue Cover Page, a copy of
which must be provided to CPP indicating the revision(s). The Catalogue Cover Page is part of the application packet or
located on the GSC Internet site. Your approved QISV catalogue may be updated or amended at any time. Changes to
the products or services provided, including pricing, must be in writing and submitted to the CPP and all catalogue
holders prior to your catalogue being considered updated.
We look forward to your continued success with the program and the State of Texas. If you need to contact the CPP,
you may do so at 512- 463 -8889, fax 512 -463 -3543 or E -mail gsc- gisv@gsc.state.tx.us. You may wish to view our
Internet home page at www.gsc.state.tx.us for more information about the program.
Si erely,
4
J ie L. Spiegel
Program Administrator
Catalogue Purchasing Program
cc: Catalogue Vendor File
JLS
() printed on ranted paper
General Services Commission
1711 San Jacinto P.O. Itox 13047
Austin, Texas 78711-3047
(5121 463 -3035
Cu,UP YAY
PI,OR50 JACKSON
VICEGRAIRYAu
A
MIa wl
M •RAJA cuzS,
COYYISSIOUERs
OTELIA DE LOS SARIOS
wul w 11000v
BETTY I.KKOOL
RAUL ❑. ROMERO. P, E
EXECUTIVE DIRECTOR
TOM TREADWAY
An Equal Opgnknny Emryorel
SABREDATA SERVICES
PROFESSIONAL SERVICES
COMPREHENSIVE
SUPPORT PLAN
SABREDATA SERVICES
PROFESSIONAL
SERVICES
Note: Special pricing available for long -term or unique project,.
MEDIA DISTRIBUTION SERVICES
Cabling I Pm< Dixout Government
CAB- GEN-0002+ 5 72.00 9.09% $ 65.46
CAB -GEN -0040+ 5 67.20 9.09% $ 61.09
CAB - GEN -0080+ 5 60.00 9.09% 5 54.55
CAB- GEN -0160+ 5 54.00 9.09% 5 49.09
APPLICATION DEVELOPMENT
NETWORK SERVICES
SAI3REDATA, INC.
PROFESSIONAL SERVICES
Application Programmer Pn« Dim Government
APDV- AP-0002+ 5 125.00 9.09% $ 113.64
APDV-AP-0040+ 5 100.00 9.09% 5 90.91
APDV -AP -0080+ $ 85.00 9.09% $ 77.27
APDV-AP-0160+ $ 55.00 9.09% 5 50.00
Database Administrator
APDV-DBA-0002+
APDV-DBA-0040+
APDV- DBA -0080+
APD V -DBA -0160+
Software Project Manager
APD V -SPM -0002+
APD V- SPM-0040+
APDV- SPM -0080+
APDV -SPM -0160+
Price Discount Govemmem
S 125.00 9.09% $ 113.64
5 100.00 9.09% $ 90.91
$ 85.00 9.09% 5 77.27
$ 55.00 9.09% $ 50.00
Pn« Discount Govemno<ot
5 200.00 9.09% $ 181.82
$ 175.00 9.09% $ 159.09
$ 150.00 9.09% $ 136.37
$ 120.00 9.09% $ 109.09
Hardware Service Pn« Discount Government
SERV -HS -0002+ $ 108.00 9.09% $ 98.18
SERV -HS -0040+ $ 100.80 9.09% $ 91.64
SERV -HS -0030+ $ 90.00 9.09% $ 81.82
SERV -HS -0160+ $ 81.00 9.09% $ 73.64
Phone Support Mee Dmil Gwem ent
SERV PS 5 120.00 9.09% $ 109.09
SERV -PS -0040+ $ 112.00 9.09% $ 101.82
SERV -PS -0080+ $ 100.00 9.09% $ 90.91
SERV -PS -0160+ $ 90.00 9.09% $ 81.82
SABREIJATA. CONFIDENTIAL
Network Specialist Pma co.c„a.,m
SERV -NS -0002+ 5 150.00 9.09% $ 136.37
SERV -NS -0040+ 5 140.00 9.09% 5 127.27
SERV -NS -0080+ 5 125.00 9.09% 5 113.64
SERV -NS -0160+ 5 112.50 9.09% 5 102.27
System Analyst
SERV-SA-0002+
SER V -SA -0040+
SERV-SA-0080+
SERV-SA-0160+
Senior Network Specialist
SERV -SNS -0002+
SERV -SNS -0040+
SERV-SNS-0080+
SERV-SNS-0160+
Network Analyst
SERV -NA -0002+
SERV -NA -0040+
SERV-NA-0080+
SERV -NA -0160+
Senior Consultant
SERV -SC -0002+
SERV -SC -0040+
SERV - SC - 0080+
SERV -SC -0160+
Pnce Discount Government
S 150.00 9.09% 5 136.37
$ 140.00 9.09% 5 127.27
$ 125.00 9.09% 5 113.64
5 112.50 9.09% 5 102.27
Prim Discmmt Gmamtat
$ 180.00 9.09% 5 163.64
5 168.00 9.09% 5 152.73
S 150.00 9.09% $ 136.36
5 135.00 9.09% S 122.73
Prim Discount Government
$ 210.00 9.09% 5 190.91
$ 196.00 9.09% 5 178.18
$ 175.00 9.09% 5 159.09
$ 157.50 9.09% $ 143.18
Senior Network Analyst Price Discount Gavanoat
SERV - SNA - 0002+ $ 240.00 9.09% $ 218.18
SERV SNA - 0040+ $ 224.00 9.09% 5 203.64
SERV - SNA -0080+ $ 200.00 9.09% 5 181.82
SERV - SNA -0160+ 5 180.00 9.09% $ 163.64
Pri«
Discount Goa
5 300.00 9.09% $ 272.73
$ 280.00 9.09% $ 254.55
$ 250.00 9.09% $ 227.27
$ 225.00 9.09% 5 204.55
SABR DATA, CONFIDEMLtL
SAI3REJ)ATA, INC.
I'ROFESSIONAI. SERVICE
(PI icing Schedule on hack)
Services Staff
Senior Consultant - Expert fin all integration designs for LAN/WAN systems, end products associated with cntcrprisc computing
systems. Responsible for methodologies and concepts utilized for analysis, evaluation, testing and implementing computer network
hardware and software. Responsible for participating or providing supervision in all functions of networking services. Considered
"Expert in LAN/WAN integrations to the enterprise level Understands the intricacies of network applications and protocols as related
to major computing cnvironntcnls- Comprehends communications, applications, operating system procedures and policy, and network
and host requirements as related to enterprise computing environments_
Software Project Manager - Responsible for the overall development, testing and deployment of software projects_ The project
manager is SabreData's main point of contact with the customer. The Project manager Is responsible for assembling the [cam of software
developers and ensuring that the project is completed to the satisfaction of the customer.
Senior Network Analyst - Responsible for basic integration designs for LAN/WAN systems, and products associate) to enterprise
computing systems. Responsible for methodologies and concepts utilized for analysis, evaluation, testing, and implementing computer
network hardware and software. Responsible for participating or supervising in all functions of networking services. Very
knowledgeable in LAN/WAN integration's to the enterprise level. Understand the intricacies of network applications and protocols as
related to major computing environments_
Network Analyst - Proficient and cxperiatccd iu LAN/WAN systems. products and basic integration to enterprise systems.
Responsible for participating in or implementing the analysis, and evaluation of computer hardware network hardware, computer
operating systems and applications, network software and transport protocols. Network Analysts will also conduct system
. configurations and system support activities_ Network Analyst are knowledgeable of network design concepts, and related issues to
systems integration.
Network Specialist - Knowledgeable technician level personnel for LAN/WAN systems or products. Specialists are capable of
participating in evaluation and analysis of LAN/WAN environments, implementing testing, and statistics gathering, implements of
hardware and software solutions. These specialist possess the skills and abilities to conduct systems configuration, and systems support
functions. Additionally, they are capable of trouble - shooting and problem analysis to verify functionality of network system hardware
and software systems.
Database Administrator - Responsible for the overall accuracy, performance and stability of the database. This includes database
design, troubleshooting, importing and exporting data, and other database related tasks. -'
Applications Programmer - Senior programmer with expertise in soltvare development, testing, and implementation. Expert in the
successful implementation and completion of any application development project.
Phone Support - Remote analysis and resolution of complex technical hardware and software problems. Phone support pricing is on
a per resolution basis.
Hardware Service Technician - Technician capable of repairing component -level and/or sub - assembly level equipment. Ability to
analyze reported problem descriptions and perform appropriate test methods to determine necessary repair procedure. This technician
will visit the customer site to perform repairs.
Cabling Technician - Technician capable of installing, troubleshooting, and testing all types of media (ie. UTP, STP, ARCNET,
CATV, coax, fiber, etc.) for communications networks. Also, serves as equipment operator for outside plant labor such as trenchers,
bucket trucks, back -hoes, jack hammers, etc., required to complete project. Specialize in low voltage voice, data, and video cabling.
Note: Technician(s) assigned will have skill sets appropriate to complete scope of work requirements.
If you have a need for Professional Services not listed above or a combination of these skill sets. please contact a
SabreData, Inc. soles representative to have a Service Plan designed to writ your needs.
:.:411R1.2 TA, CQ':1-IDEN7:. :'
NI rates listed are an a'per hour" lus s for the hours of gam to 5pm runty. Work performed outside
of these lulu's will be at an additional 50% charge. unless otherwise specified by an authorized
Sabre!ala. Inc representative (in avrtltng)_
Mileage charges will apply at a rate of S0.21t per mile when over fifty miles (round -nip)
from a SabreUata, file. Service Center.
Per diem chugs of $55.00 per night hotel. and 525.00 per day meek will apply in the
event that an overnight slay is required.
Miscellaneous parts, suppliers and contract saviors (including, but not limited to cables,
connectors, test equipment, racks, no may alo be purchased from SabreData_
All rates are subject to rnodifkation by an authorized representative of Sabrellatz. Isnc.
(modifications must be in writing).
For additional information or clarification, please contact a SabreData, Inc.
sales representative at 1-800- 369 -9130.
SABRE:DATA. CONFIDFNTL4L
DATE: October 17, 1997
SUBJECT: City Council Meeting, October 23, 1997
ITEM: 10. B. Consider a resolution authorizing the Mayor to execute an agreement with
SabreData for computer consulting services.
STAFF RESOURCE PERSON: David Kautz
City staff have been researching technologies and capabilities of information processing
hardware and software to replace the current financial services and utility billing computer
systems.
The current system (Prime computer /EDS software support) has been in place for 8 years but
represents a technology that is 10 -15 years old. The computer system is no longer manufactured
and hardware maintenance and software support will not be available in the near future.
New technologies are available that will greatly enhance the City's financial services capabilities.
Staff proposes to retain the services of SabreData, Inc. to assist us in developing a Request For
Proposal for a new computing system, evaluating and costing the responses and assisting in the
selection and implementation of a new system.
The agreement with SabreData is for an amount not to exceed $35,000 and has been budgeted.