Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-314Temp Reso#8997- 11 /6/2000 Rev #1 — 11/15/00 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000- 314 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE UPGRADE OF THE CITY'S COMPUTER SYSTEM TO AN IBM AS400 9406-820 COMPUTER SYSTEM AND PURCHASE OF AN IBM AS400 9406-270 COMPUTER SYSTEM FROM MIDRANGE SUPPORT AND SERVICE, INC., FOR AN AMOUNT NOT TO EXCEED $140,426.56, UTILIZING STATE OF FLORIDA CONTRACT # 250-050-97-1; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac purchased an IBM AS400 9406-500 system as part of the Comprehensive Municipal Information System in April 1997; and WHEREAS, the life cycle for technology equipment such as computer systems is three years; and WHEREAS, utilization of current technology is required to stay current with periodic HTE upgrades and it will provide increased system performance enhancing user capabilities as well as provide the ability to substantially increase system resources to handle the City's growth; and WHEREAS, IBM offers an upgrade discount for our existing system in the amount of $11,488.60 if purchased by December 20, 2000 as specified in Exhibit "C" attached hereto; and WHEREAS, purchase of an IBM AS400 9406-270 computer system will serve as a backup to the City's main computer system in the event of a disaster and provide a testing and training area for users; and 'rl Temp Reso#8997- 11/6/2000 Rev #1 — 11/15/00 Page 2 WHEREAS, the recommended systems are available under State of Florida contract # 250-050-97-1 as outlined in Exhibit'A' attached hereto with additional discount provided by Midrange Support and Service, Inc. as shown in Exhibit'B' attached hereto; and WHEREAS, a lease -purchase agreement financing this item will be brought to the City Commission at a later date; and WHEREAS, the Director of Information Technology recommends approval; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to authorize the upgrade to an IBM AS400 9406-820 computer system and purchase of an IBM AS400 9406-270 from Midrange Support and Service, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and is hereby made a specific part of this Resolution. SECTION 2: The upgrade to an IBM AS400 9406-820 computer system and purchase of an IBM AS400 9406-270 IS HEREBY APPROVED to be purchased from Midrange Support and Service, Inc. in an amount not to exceed $140,426.56, utilizing the State of Florida contract #250-050-97-1. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 1 Temp Reso#8997- 11 /6/2000 Rev #1 — 11/15/00 Page 3 SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this v7a2-day of , 2000. ATTEST: MARl� ' NSON, CMC City Ct�r�c ` I ` E '§BY CERTIFY that I have ap r&ed this WAolutign" v MITCHELL S. City Attorney C�i rTi r 11111YOR *-;w r r _7 • Exhibit "A" 250-050-97-1 = Computers: Midrange and Mainframe Page 1 of 1 Computers: Midrange and Mainframe 250W050-9 7- Effective: June 1, 1997 through October 31, 2001 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors Amdah_1_C_orporation http://www.amdahl.com Compaq Computer Corp. http://www.compagcom EMC2 Corporation http://www.emc.com Hitachi Data Systems Corporation http://www.hdshq.com International Business Machines http://www.ibm.com MTI Technology Corporation http:///www.mti.com Macro Computer Products Incorporated Oce Printing Systems USA, Inc. �^ Storage Technology- Corporation http://www.stortek.com Sun Microsystems Federal Incorporated http_//www.sun.com Unisys Corporation http://www.unisys.com Visara, Inc. d/b/a Marco Group http://www.visara.com Xerox Corporation http://www.usco.xerox.com/stflorida http://fcn.state.fl.us/st—contracts/250050971/ 11/09/2000 ORDERING INSTRUCTIONS Exhibit "A" Page 1 of 3 IBM ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F 130871985-001 VENDOR: IBM A STREET ADDRESS OR P.O. BOX: 101 N. Monroe St., Ste. 750 (Rev 28 May 99) CITY, STATE, ZIP: Tallahassee FL 32301 (Rev 28 May 99) TELEPHONE: (850) 599-4200 (Rev 22 May 98) TOLL FREE NO.: (800) 426-5968 ORDERING FAX NO.: (850) 599-4199 (Rev 22 May 98) REMIT ADDRESS: 101 N. Monroe St., Ste. 750 (Rev 28 May 99) CITY, STATE, ZIP: Tallahassee, FL 32301 (Rev 28 May 99) PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: Larry Lynch, Senior Client Representative (Rev 10 Apr 00) ADDRESS: 101 N. Monroe St. Ste. 750 (Rev 28 May 99) CITY, STATE, ZIP: Tallahassee, FL 32301 (Rev 28 May 99) TELEPHONE:_ (850) 599-4383 (Rev 10 Apr 00) TOLL FREE NO.: (800) 426-4968 URL HOME PAGE ADDRESS: http://www_.ibm.com ELECTRONIC MAIL ADDRESS: lwlvnch _,us.ibm.com (Rev 10 Apr 00) IBM AUTHORIZED RESELLERS (Rev 04 Dec 98) http://fcn.state.fl.us/st—contracts/25005097 I /order7.htm 11/09/2000 Exhibit "A" OPZERING INSTRUCTIONS Page 2 of 3 Mainline Information Systems (B) 3372 Capital Circle, NE Tallahassee, Fl 32308 Phone: 850-531-0066, ext. 164 Fax: 850-385-0975 Contact: Marty Besley SPURS #: F-592960721-001 National Computer Sales (B) 2502 Rocky Point Drive, Suite 740 Tampa, Fl 33607 Phone: 800-898-4468 Fax: 813-636-0133 Contact: Sue Deasy SPURS #: F-593206352-001 (Rev 31 Mar 99) Champion Computer (A) 6421 Congress Ave Boca Raton, Fl 33487 Phone: 800-771 �7000, ext. 142 Fax: 561-997-4043 Contact: Rudy Braga SPURS #: F-592347579-001 (Rev 31 Mar 99) Data Resource Group (A) 3998 FAU Blvd., Ste. 100 Boca Raton, FL 33431 Phone: 561-998-7667 Fax: 561-998-7550 Contact: Craig Martin SPURS # F-621442452-001 (Rev 04 Dec 98) Jeskell Inc. (B) 12204 S.E. Riverbend CT Port St. Lucie, FL 34984-6446 Phone: (561) 340-4065 FAX: (561) 340-4649 Contact: William Raynes SPURS#. F 770-404935-001 T3 Technologies (C) 200 S Hoover Blvd., Bldg. 215 Tampa, FL 33609 Phone: 800-871-9500 Contact: Steven Friedman SPURS #: F593237134-001 (Rev 17 Jan 00) Bay Resources, Inc.(A) 11880 28th St. N. St. Petersburg, FL 33716-1815 Phone: 813-571-1100 Fax: 813-572-5390 Contact: Vince Collie SPURS#: F382469246-006 (Rev 31 Mar 99) Midrange Support & Service ,Inc. (B) 1122 E Atlantic Ave Suite C Delray Beach, FL 33483 Phone: 561-272-5883 Fax: 561-262-1733 Contact: Steve Marinak SPURS#: F650633981-001 (Rev 31 Mar 99) Comtech Group USA (B) 6350 Palm Trace Landing Dr. Davie, FL 33314 Phone: 847-559-6405 Fax: 847 480-3560 Contact: Angela Trillhause SPURS #: F363818238-001 (Rev 17 Jan 00) Advanced Processing & Imaging, Inc. (B) SPURS: F650642251-001 500 Fairway Dr., Suite 103 Deerfield Beach, FL 33441 Contact: Connie Sanders Phone: 1-954-425-0018 (Rev 22 Feb 00) IBM AUTHORIZED RESELLERS Innovative Logistics Techniques, Inc. (N) 13000 Sawgrass Village Circle, Suite #25 Ponte Vedra Beach, FL 32082 Phone: (904) 285-9170 FAX: (904) 285-9178 Contact: Thaddeus Hammond SPURS#: F541502670-001 (Rev 5 Jun 00) CompServ, Inc. (A) 2325 Ulmerton Road, Ste. 16 Clearwater, FL 33762 Contact: Griffin Walling, Sales Manager Phone: 800-521-2777 x123 727-299-9420 fax Email: gwallingAcom servinc.com SPURS#: F593544824-001 http://fcn.state.fl.us/st_contracts/250050971/order7.htm 11/09/2000 ORDERING INSTRUCTIONS Exhibit "A" Page 3 of 3 International Consulting Group, Inc. (I) 3900 NW 79th Ave., Ste. 820 Miami, FL 33166 Contact: lmke Stokes, Business Consultant Phone: 305-594-0848 305-594-0724 fax Email: imke Stokes is i.com SPURS#: F5917741 7-001 (Rev 12 Oct 00) Communication Technical Systems DB/A CTSinc.net (A) 4401 Vineland Road, Ste. A-13 Orlando, FL 32811 Contact: Blake Frazier Phone: 407-999-7770 407-999-7798 fax Email: bfrazier _,ctsinc.net SPURS#:F582118590-001 (Rev 12 Oct 00) Tables: A, B (Rev 31 Oct 00) Global Midrange Technologies, Inc. (B) 6882 Edgewater Commerce Parkway, Ste. 200 Orlando, FL 32810 Contact: Michael R. Henderson Phone: 407-521-5468 407-294-1192 fax Email: mhender`sonAlzIobalmidrange.com SPURS#: F593364090-001 (Rev 12 Oct 00) Marketex Storage Systems (A) 15201 Durnford Dr. Miami Lakes, FL 33014 Phone: 305-819-6554 SPURS #: F770455922-004 Tables: El, E2, E3 (Rev 31 Oct 00) http://fcn.state.fl.us/st_contracts/250050971/order7.htm 11/09/2000 Suite 315 Page 1 of 2 Suite 315 CERTIFICATION OF CONTRACT TITLE: Computers: Midrange and Mainframe CONTRACT NO.: 250-050-97-1 BID NO.: 31-250-050-B EFFECTIVE: June 1, 1997 through October 31, 2001 (Rev 31 Oct 00) CONTRACTOR(S): See Attached SUPERSEDES: 250-050-94-1 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID COMER AT (850) 487-4196 SUNCOM 277-4196 E-MAIL mailto: comeK4Adms.state.fl.us (Rev 12 Oct 00) A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on May 22, 1997, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Computers: Midrange and Mainframe by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division -of Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days prior to the expiration date of this contract. http://fcn.state.fl.us/st—contracts/250050971/certification.htm 11/16/2000 Suite 315 Page 2 of 2 Authorized Signature DC/lmb Attachments Contractors Amdahl Corporation (A) Compaq Computer Corp. (A) EMC2 Corporation (A) (Rev 3 Sept 99) Hitachi Data Systems Corporation (A) International Business Machines (A) MTI Technology Corporation (A) (Rev 12 Oct 00) Macro Computer Products Incorporated (A) OCE Printing Systems, Inc. (A) Storage Technology Corporation (A) Sun Microsystems Federal Incorporated (A) Unisys Corporation (A) Visara, Inc. d/b/a Matco Group (A) Xerox Corporation (A) http://fcn.state.fl.us/st—contracts/250050971/certification.htm 11/16/2000 CONTRACT BEGINS ON PAGE THREE The purpose of this bid is to establish a 12 month contract for the purchase of midrange computers, mainframe computers, midrange and mainframe subsystems, peripherals and optional components, by State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective from June 1, 1997 through May 31, 1998. In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies which may desire to purchase under the terms and conditions of the contract. In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately $25,000,000 per year under any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and should not be construed as representing actual figures under the contract. Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the Division of Purchasing at (904) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech impaired, please contact the Division by using the Florida Relay Service which can be reached at 1 (800) 955- 8771 (TDD). All products bid must meet or exceed dl conditions and specifications of the Invitation to Bid (ITB). Technical documentation may be required and requested when evaluating the bids submitted under this ITB. The purpose of the technical documentation is to validate compliance of the product(s) bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation when requested shall make the bidder nonresponsive, unless the Division of Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the products offered through technical documentation available within the Division as of the date and time of bid opening. Such authority of the Division shall in m way relieve the bidder from the ultimate responsibility to submit the required technical documentation, nor shall any bidder assume that such documentation is otherwise available to the Division. The State shall not be responsible for the accuracy of the technical documentation in its possession. A. SUE PREPARATION: (1) Written installation specifications shall be famished by the contractor to the purchaser in accordance with specified dates contained in the purchase order. (2) The State shall, at its expense, prepare the site in accordance with the contractor's written installation specifications not later than fifteen (15) days prior to the delivery date of the equipment. (3) Any alterations or modifications in site preparation which are directly attributable to incomplete or erroneous installation specifications provided to the purchaser by the contractor and which involve additional expense to the purchaser shall be made at the expense of the contractor. (4) The purchaser shall be responsible for procurement, installation and maintenance of non -contractor's communication media (telephone lines, etc.), that is necessary for remote transmission of data. B. DELIVERY A delivery schedule shall be established as a part of the purchase agreement between the contractor and the purchaser. Delivery time should not normally exceed 90 days. C. INSTALLATION (1) The purchaser shall provide access to the site for the purpose of installing the equipment prior to the specified delivery date. (2) The contractor shall be responsible for supervising the unpacking, uncrating and installation of the equipment, including the installation of all necessary cabling, connection with power, utility and communications services, and in all other respects making the equipment ready for operational use. Upon completion, the contractor shall provide written certification to the purchaser that each unit of equipment incorporates all current engineering changes, and that the equipment is ready for purchaser's use. On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service Locations, this information shall be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a Word for windows file. Any subsequent revisions shall be submitted in the same format to the DOP CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be fonnatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs mly • Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom • Portrait only -no landscape • No Tables • No Headers or Footers • No Excel Files Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. rl The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. The Division of Purchasing hereby imposes a surcharge user fee of 1 % on contractors' sales under any contract resulting from this bid. After receipt of payment from the contract purchases, all surcharge fees shall be payable to the State of Florida no later than 15 days after the end of each quarter. Vendor user fee should be noted on the check and remitted to: State of Florida Department of Management Services P.O. Box 5438 Tallahassee, FL 32314-5438 Contract supplier shall famish the Division of Purchasing a detailed summary of sales at the end of each quarter. By submission of these Sales Summary reports and corresponding surcharge deposits, the contractor(s) is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida. Failure to deposit fees in a timely manner and provide sales summary, even if there are no sales, within thirty (30) calendar days following the end of each quarter may result in the contract supplier being found in default, in which case any and all reprocurement costs may be charged against the defaulting contractor. PPRTC'F TNT& On any contract where pricing is based on a Manufacturer's or Dealer's published price list (net or discounted), the price list must be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette as a Word For Windows file. Any subsequent revisions shall be submitted in the same format to the Division of Purchasing CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs only • Margins:.5 Left and .5 Right, .5 Top and 1.0 Bottom • Portrait only -no landscape • No Tables 9 No Headers or Footers • No Excel Files The Division of Purchasing, at its discretion, may allow the CONTRACT HOLDER to configureits own PRICE LIST of eligible offerings and to post the prices on the CONTRACT HOLDERS Internet Home Page. However, all initial pricing and any subsequent price changes must be reviewed and approved by the Division of Purchasing Contract Administrator before they can be posted to the CONTRACT HOLDER Internet Home Page. Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal fix)m any resulting contract. Fair and open competition is a basic tenet of public procurement in the State of Florida. It is therefore vital that commodities and contractual services be competitively purchased. This is to notify bidders/potential contractors on this bid, that the State agency selection and purchase of hardware/software from this contract may be affected by whether the equipment can be maintained by other service providers. Bidders shall submit with their bid, certification that the equipment bid, can be maintained and serviced by other than the original equipment manufacturer (OEM). Equipment bid, which cannot be maintained by other than the OEM, shall be identified and certified, with reason(s) documented as to why the equipment cannot be maintained by alternative service providers. Failure to submit this certification with the bid, shall result in disqualification of the bid and no award for this contract. Maintenance service, after the warranty period, shall be contracted in accordance with State purchasing rules and regulations. Engineering changes, determined to be applicable by the contractor, will be controlled and installed by the contractor. The purchaser may, by providing written notice, elect to have only mandatory engineering changes installed. The Contract resulting from this bid will become a public document. The State of Florida, Division of Purchasing (DOP) is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute State Term Contracts and product information to eligible users and other interested entities who may subscribe to this service and pay the appropriate access fee. While not required at this time, each CONTRACT VENDOR is encouraged to develop and maintain a HOME PAGE on the Internet WWW. The Home Page must be compatible with the most recent version of browser software being used by the Division of Purchasing. C1 As of the writing of this solicitation, Netscape Navigator 3.0 is the DOP browser standard. The DOP intends to upgrade to new browser versions as they become available and fully tested, at its discretion. The Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the space provided on the Ordering Instructions page of the bid. The contractor shall take out and maintain during the life of this agreement, Worker's Compensation Insurance for all of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida Worker's Compensation law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide, and cause each subcontractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. The State Comptroller's Consolidated Equipment Financing Program is to be used by State agencies for procurement made on an installment purchase basis. Subject to the Comptroller's approval, other finance arrangements may be made, utilizing the State of Florida Contract for Installment Sale and Purchase Form Pur 7057. The rate of interest used by State agencies shall be approved by the State Comptroller prior to State agencies executing a Contract for Installment Sales and Purchase. Each purchaser will be authorized to enter into a contract for equipment by issuance of a purchase order referencing the contract number. The manufacturer's lease agreement form will not be used since a contract resulting from this bid and the purchase order will constitute the complete agreement. Since the State Comptroller's prior approval is required for State Agencies to enter into or extend either lease or installment purchase agreements, State agencies are cautioned to review the Comptrollers latest memorandum addressing leases and installment purchase of equipment. A. RISK OF LOSS OR DAMAGE The purchaser shall be relieved from risks of loss or damage to all equipment leased during the period of transportation, installation, and during the entire time the equipment is in the possession of the purchaser except when loss or damage is due to fault or negligence of the purchaser. 0034l Lease period shall be based on the projected needs of the agency and/or the period determined to be the most economically prudent and cost effective. Lease cost basis shall be equal to or below that for that equipment on State contract. 7 Lease agreements shall be effective on the date of acceptance of the equipment. The date of acceptance is that date on which the equipment is installed at the agreed to purchaser location and the equipment is certified ready for use by the contractor and accepted by the purchaser as installed and in good working order. Lease agreements shall terminate upon completion of the specified lease agreement period or upon purchase utilizing equity accruals if applicable. Purchase of leased equipment by state agencies requires prior approval as a contract exception through the Division of Purchasing. Upon mutual agreement with the contractor, the purchaser shall have the option to extend the current lease agreement by giving written notice 30 days prior to the end of the initial lease term, without prior approval of the Division of Purchasing, provided the following conditions are met: Prices are equal to or below that specified for that equipment available on State contract or not in excess of the vendor's established governmental pricing at the time of extension. (Pricing to include in & out charges, rigging, accrued equity and any other cost associated with the acquisition.) 2. Terms and conditions of extension must be the same as those in the current State contract. Any exception to the above conditions requires prior approval by the Division of Purchasing. Please note that for the purpose of this bid and resulting contract, extension is the term used for that period that follows the end of the initial lease term. There is no provision for renewal which would follow the extension. C. CANCELLATION The provisions of Cancellation Paragraph, General Conditions, do not apply to equipment leased under this contract. 2. A lease agreement may be canceled at any time during the lease period by the purchaser. A thirty (30) day cancellation notice will be required of the purchaser in writing. All money due the contractor for the remainder of the lease agreement period will be due and payable upon completion of the equipment removal, except in documented cases of nonperformance by the vendor. Upon cancellation of a lease agreement by the purchaser without cause the equipment will be returned to the contractor with transportation at the purchaser's expense as well as removal charges if applicable. r.TWIATION OF,R,FtMnrFR Contractor's entire liability and the State's exclusive remedy shall be as follows: In all situations involving performance or nonperformance of machines or programming (other than licensed programs) furnished under this Agreement, the State's remedy is (a) the adjustment or repair of the machine or replacement of its parts by Contractor, or at Contractor's option, replacement of the machine or correction of programming errors, or (b) if, after repeated efforts, Contractor is unable to install the machine or a replacement machine, model upgrade or feature in good working order, or to restore it to good working order, or to make programming operate, all as warranted, the State shall be entitled to recover actual damages to the limits set forth in this Special Condition. For any other claim concerning performance or nonperformance by Contractor pursuant to, or in any other way related to the subject matter of, this Agreement or any order under this Agreement, the State shall be entitled to recover actual damages to the limits set forth in this Special Condition. If this contract is for purchase of machines, then the following shall apply. Contractor's entire liability for damages to the State for any cause whatsoever, and regardless of form of action., whether in contract or in tort including negligence, shall be limited to the greater of $100,000 or the appropriate price stated herein for the specific machines that caused the damages or that are the subject matter of or are directly related to the cause of action. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in the General Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of Purchasing Rule 60A 1.006(4) entitled "Default", or to (c) claims for personal injury or damage to real or tangible personal property caused by Contractor's negligence or tortious conduct. If this contract is for the purchase of hardware maintenance services, then the following shall apply: Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months maintenance charges for the specific machines under this Agreement that caused the damages or that are the subject matter of, or are directly related to, the cause of action. Such maintenance charges will be those in effect for the specific machines when the cause of action arose. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant to Division of Purchasing Rule 60A 1.006(4) entitled "Default", or to (c) claims by the State for personal injury or damage to real property or tangible personal property caused by the Contractor's negligence or tortious conduct. If this contract is for purchase of software maintenance services, then the following shall apply: Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months maintenance charges for the specific software product under this Agreement that caused the damages or that are the subject matter of, or are directly related to, the cause of action. Such maintenance charges will be those in effect for the specific software product when the cause of action arose. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of Purchasing Rule 60A 1.006(4) entitled "Default", or to (c) claims by the State for personal injury or damage to real property or tangible personal property caused by Contractor's negligence or tortious conduct. If this contract is for the acquisition of licensed programs, including personal computer licensed programs, then the following shall apply: Contractor's entire liability and the State's exclusive remedy shall be as follows: In all situations involving performance or nonperformance of licensed programs furnished under this Agreement, the State's remedy is (1) the correction by the Contractor of licensed program defects, or (2) if, after repeated efforts, the Contractor is unable to make the licensed program operate as warranted, the State shall be entitled to recover actual damages to the limits set forth in this section. For any other claim concerning perfomrance or non-performance by the Contractor pursuant to, or in any way related to, the subject matter of this Agreement the State shall be entitled to recover actual damages to the limits set forth in this section. Contractors liability for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to the greater of $100,000 or the one time charges paid for, or any monthly license or initial license charges which would be due for 12 months use of the licensed program that caused the damages or that is the subject matter of, or is directly related to, the cause of action and shall include any initial or process charges paid to the Contractor. This limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties" or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims for personal injury or dumge to real or tangible personal property caused by the Contractor's negligence or tortious conduct. Contractor shall hold and save the State harmless for any and all suits and judgments against the State for personal injury or damage to real or tangible personal property caused by Contractor's tortious conduct in the performance of this Agreement provided that, (a) the State promptly notifies Contractor in writing of any claim, and (b) Contractor shall be given the opportunity, at its option, to participate and associate with the State in the control, defense and trial of any claims and any related settlement negotiations and, provided further, that with respect to any claim, or portion thereof, for which Contractor agrees at the initiation of such claim that Contractor shall save and hold the State harmless, Contractor shall have the sole control of the defense, trial and any related settlement negotiations, and (c) the State fully cooperates with Contractor in the defense of any claim. In no event, however, will Contractor be liable for (a) any damages caused by the State's failure to perform the State's responsibilities, or for (b) any lost profits or other consequential damages, even if Contractor has been advised of the possibility of such damages, or for (c) any claim against the State by any other party, except as provided in the hold harmless provision of the preceding paragraph of this Special Condition and except as provided in the General Condition entitled "Patents and Royalties", or for (d) any damages caused by performance or non-performance of machines or programming located outside the United States or Puerto Rico. Bidder shall grant to the customer a non-exclusive/nor-transferable license to use all software procured from the contract resulting from this Invitation To Bid. Use of this software is subject to the following provisions: Copyrighted software provisions are contained in the General Condition entitled "Patents and Royalties". 2. Title to the software shall remain with the titleholder. Customer may reproduce one (1) copy of each diskette based software package procured that is not copy protected, for archival and backup purposes only. Copyright and any proprietary notices shall be included on the backup copies. 4. Software that is provided on diskette for user work stations shall be supplied as one (1) copy per work station ordered, unless site licenses or volume discounts have been offered by the bidder and so ordered by the customer. Software that is provided on the system and is down loaded to workstations, shall include a backup copy with documented procedures for reloading in event of software becoming unusable by either a system malfunction or operator error. 6. Software updates or enhancements shall be made available to the customer in accordance with the Special Condition entitled "Addition/Deletion/Change". 7. Bidder shall provide for exchange of software provided on copy protected diskettes in event the distribution diskette is rendered unuseable through either operator error or system malfunction. Exchange of software shall not include operator attempts to copy protected software. 10 8. Bidder shall indicate on the software pricing sheets if there is any cost associated with items 4 through 7 above. 9. The customer shall be responsible for: a) software selection to achieve the customers intended results; b) use thereof; and c) all results obtained there from. 10. Software may be used on only the single central processing unit (CPU) or system configuration for which the software was acquired. The software may be used on another single CPU or system configuration on a temporary basis when the primary CPU or system are inoperable due to hardware failure. 11. Customer shall not make the software available in any form to third parties. Only the customer's employees directly concerned with the licensed use of the software, shall have access to the software. 12. Contractor shall retain the option to terminate software licenses granted in accordance with this section, and require return of the software and all copies thereof if the customer fails to comply with the license provisions. 13. Customer shall not reverse assemble or reverse compile licensed software in whole or in part. 14. Bidder shall warrant the media on which the software is furnished, to be free from defects in materials and workmanship under normal use for a period of 90 days from date of receipt by the customer. 15. Software that is bid on as "AS IS" basis does not include any warranty of performance or quality, except that the media warranty included within this section shall apply. This type of software if bid shall be specifically identified on the price sheets. 16. Software documentation may not be copied without the express prior written approval of the bidder or titleholder as may be appropriate. A contractor's line of products which fail to produce a minimum of $100,000 in sales volume during the one year term of the contract, may be subject to removal from the contract. At the discretion of the Division of Purchasing, the manufacturer's line of products and the awarded vendor will not be eligible for renewal of contract or bidding on future contracts for the specified line of products. Contractors shall adhere to the general and special conditions of this ITB/contract. Evidence of attempts to circumvent the contract through unapproved product offerings, misrepresenting the product price list, or quoting or invoicing prices not in compliance with the contract, may result in the contractor being removed from the contract. 11 Bidders currently awarded equipment on any other State contract shall identify those products, if duplicated anywhere within this bid. The State reserves the right to delete duplicated equipment from this and/or other contracts. Deletion will occur only if the bidder's equipment is awarded on this contract. Each purchaser is authorized to enter into a contract for equipment, software, and/or services, by issuance of a purchase order referencing the contract number. The manufacturer's purchase agreement form will not be used since a contract resulting from this bid and purchase order will constitute the complete agreement. A. RISK OF LOSS The contractor shall be responsible for all risk of loss or damage to the equipment up to the date the purchaser certifies in writing to the contractor that the purchaser has accepted the equipment. See paragraph entitled "DATE OF ACCEPTANCE" for specific requirements. After the purchaser has accepted the equipment, all risk of loss or damage shall pass to the purchaser. The contractor shall fully warrant all items furnished under Tables A and B against defects in materials and workmanship for a minimum period of one (1) year from date of acceptance. The contractor shall fully warrant the media on which software is f unshed against defects in materials and workmanship, and shall warrant software famished under Table C to be fully and correctly operational and compatible with the system on which it is installed, for a minimum period of ninety (90) days from date of installation. The contractor shall fully warrant all items furnished under Tables D through H, against defects in materials and workmanship and to be fully compatible and operational with the system to which connected or installed therein, for a minimum period of ninety (90) days from date of acceptance. Should any defects and/or operational problems occur during the warranty period, the contractor shall repair, correct, or replace the defective component immediately upon identification of the deficiency and notice to the contractor. The warranty shall cover material, labor and transportation charges, if any. Warranties which extend beyond the minimum warranty period of this contract will be acceptable, and be considered by the purchaser as a quantitative/economic factor in the determination and evaluation of procurement choices. The date of acceptance is that date on which the equipment is installed at the agreed to purchase location, the equipment is certified ready for use by the contractor and is accepted by the purchaser as installed and in good working order. The purchaser shall certify in writing to the contractor when the equipment is accepted at which time title shall transfer. 12 For equipment designated as customer installed, the date of acceptance shall be the delivery date, provided the purchaser has not specified contractor installation on the purchase order. A. Following acceptance by the purchaser of equipment, the purchaser may make alterations or attachments to the equipment. When such alterations or attachments are made by the purchaser or its authorized agents: (1) the purchaser shall be responsible for damage to the equipment caused by or resulting directly or indirectly from such alterations or attachments; (2) the contractor shall not be held responsible for defects in software or documentation provided such defects are caused by or result from such alterations or attachments; (3) the contractor shall not be liable for any performance degradation of the equipment caused by or resulting from such alterations or attachments; (4) the contractor will not be responsible for the proper or efficient operation of, or the cost or effort to modify, any software or documentation affected by such alterations or attachments; (5) the contractor shall not be responsible for maintenance of the alterations or attachments, except by contract agreement; (6) the contractor shall not be responsible for any injury to persons or damage to property, real or personal, caused by or resulting from such alterations or attachments by other than the contractor. B. The purchaser shall be responsible for making such alterations or attachments, their use, and the results obtained therefrom. The purchaser shall be responsible for paying all charges incurred and related to any such alterations or attachments. ADDITTC)NSMEJ FTTnNC/CNANCYRC Additions, deletions, or changes to the products available on this contract may be made during the term of the contract, by submitting requested changes to the Division of Purchasing for approval. Products must be approved for inclusion on the contract prior to any proposed procurement of subject products. Deletion of products from the contract must be noted, with a date certain, prior to the time the products become unavailable. Evidence of failure by the contractor to submit changes to the Division for approval/disapproval shall subject the contractor to removal from the contract. The Division of Purchasing reserves the right to add to or delete any item from this bid or resulting contract when deemed to be in the State's best interest. The contractor shall provide, without cost, a minimum of one (1) copy of operating/instruction manuals for each machine type/model or software which describe the equipment/software, technical description of operation, malfiuiction identification and other use instructions. Manual updates or revisions published by the manufacturer shall be provided without cost to the purchaser. SAT.RS AROMDTIONS A contractor, during the terns of the contract, may lower prices of products on the contract, for a specified period of time. The contractor shall document sales promotions to and receive approval of the Division of Purchasing, prior to offering sales promotions to contract users. Documentation of sales promotions shall specify starting and ending dates of the promotion, specify list prices and promotional prices, and shall contain a statement that the promotional prices are available to all contract users. Sixty (60) days is established as the minimum period of time f)r which a sales promotion can be offered. Sale pricing shall be made available on contract items only and promoted to all users of the contract. Evidence of offering of a sales promotion to a contract user prior to the items being submitted to and approved by the Division of Purchasing shall subject the contractor to removal from the contract. MANUFACTURER CFRTTFTCATTON ORDFAT.FR/RRUFT.T.FR Bids submitted by other than the equipment manufacturer, shall include a certification executed by the manufacturer, stating that the bidder is an authorized dealer/representative of the manufacturer. Dealer agreements shall not be 13 accepted in lieu of manufacturer certification. Bids requiring manufacturer certification will not be considered if certification is not submitted with the bid Bidders shall submit with the bid, certification that the equipment bid and any equipment provided under a contract resulting from this bid, is new. Refurbished, remanufactured, rebuilt, demonstrator, prototype, or "like new" equipment is not eligible for this bid. Failure to submit this certification, with the bid, shall result in disqualification of the bid and no award for this contract. Other -than -new equipment may be considered for purchase by State agencies through the contract exception process in accordance with Rule 60A 1.008 (4) F.A.C., or through a State term contract established for other -than -new equipment. During the term of this contract, contractors may propose, at the request of the potential purchaser, "total solution" configurations or packages, to meet the needs of a potential purchaser. Such "total solution" packages shall be requested of all contractors who may be able to supply, shall consist of products which are on the contract, and should include additional discounts, above the contract discounts, for purchase of the total solution package. Such packages shall, at a minimum, include more than one contract component, shall be priced by contract component, with current contract prices shown (e.g. processor, software, memory, disk storage, etc.), so that competitive compatible subsystems or components may be price evaluated against the package system and/or subsystem(s). At the request of the potential purchaser, certain subsystems or peripherals may be priced separately from the proposed "total solution" package, to enable a competitive evaluation of alternative subsystems, and evaluation in conjunction with the "total solution" package . Any additional discounts, above the contract discounts, or reductions in prices (such as trade-in allowances, or discounts for purchase of the total solution) provided by the vendor for the total solution package shall be shown and deducted at the "total solution" subtotal level only, to produce the "total solution" package price. Maintenance services are not included in this contract, but may be offered as a component of the "total solution" package, if it can be documented that the cost of services is highly competitive. Other services are excluded from the "total solution" package proposals. Items not specifically designated as acceptable products for this bid/contract are excluded. Bidders who bid items which are specifically excluded or are determined unacceptable for this bid/contract, may have their bid rejected as being non -responsive. At a minimum, bidders will be required to delete excluded and unacceptable items from the price list submitted with their bid. Items included on the submitted price list which are duplicative of those on other State contracts shall be deleted, prior to submission of the bid. Should there be a question, the Division of Purchasing will determine whether the equipment bid is acceptable for this bid/contract. The contractor warrants that each item of hardware, software, and/or firmware delivered, developed or modified under this contract shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty- first centuries, including leap year calculations, when used in accordance with the item documentation provided by the contractor, provided that all items (e.g. hardware, software, firmware) used in combination with other designated items properly exchange date data with it. The duration of this warranty and the remedies available to the State for breach of this warranty shall be as defined in, and subject to, the terms and limitations of any general warranty provisions of this contract, provided that notwithstanding any provision to the contrary in such warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to the State under this warranty shall include repair or replacement of any item whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit nay rights or remedies the State may otherwise have 14 under this contract with respect to defects other than Year 2000 performance. In the event of any decrease in hardware or software program functionality related to time and date related codes and internal subroutines that impede the hardware or software programs from operating beyond the Millennium Date Change, Licensors and Vendors of Licensors products, agree to immediately make required corrections to restore hardware and software programs to the same level of functionality as warranted herein at no charge to the licensee, and without interruption to the ongoing business of licensee, time being of the essence. Contract award for midrange computers, mainframe computers, upgrades, and operating system software, shall be for the discount(s) which yields the lowest net prices, for the manufacturer/series/models designated under "acceptable products" and the bidder specified upgrades and software for the systems specified. All bidders shall use the manufacturer's identification numbers and descriptions for hardware and software bid. Subsystems, peripherals, and optional components shall be awarded on a multiple award basis by option category (price table), for the discount(s) which yields the lowest net prices, for acceptable products, as bid on Tables D through H. Except, for manufacturer's brand subsystems, peripherals or optional components bid by more than one bidder, will be awarded to a single bidder on the basis of the discount(s) which yields the lowest net prices, by option category (price table). All other provisions of the Awards paragraph, General Conditions, shall prevail. Midrange computers, Mainframe Computers, Upgrades, and Operating System Software TABLE A: MIDRANGE COMPUTER AND MAINFRAME COMPUTER SYSTEMS Midrange computers and mainfiranie computer processors, required components, optional central processing unit components, from the listed manufacturers are eligible to be bid on TABLE A. These manufacturers' systems are recommended by The Gartner Group as industry leaders or challengers, and each has displayed a presence in the State of Florida, Amdahl Corporation Bull Hn Information Systems, Inc. Compaq Computer Corporation Data General Corporation Digital Equipment Corporation Hewlett Packard Corporation Hitachi Data Systems IBM Corporation NCR Corporation Sequent Computer Systems, Inc. Siemens Nixdorf Information Systems, Inc. Silicon Graphics, Inc. Stratus Computer Systems Sun Microsystems Computer Corporation Tandem Computers, Inc. Unisys Corporation However, a manufacturer's line of products which was bid and awarded on State's Client/Server Systems contract shall not be bid or awarded on this bid/contract. 15 Bidders may bid a single discount for the complete line of products, or bid a discount for a series, a group of products, or other bid discounts applicable to a product group, which provides the lowest net prices to the State and other eligible users of the contract. However, line item dicr in for each product offered is not arcMtnhlP, Discounts will be provided in whole numbers only. Bidders shall provide a manufacturer's price list of hardware and software (with manufacturer's list prices current as of the date of the bid submittal) which is offered under this bid/contract, categorized per Tables A through C, and discount price sheets or schedule. Contractors shall provide an current approved price list to any contract user as requested during the term of the contract. TABLE B: SYSTEM UPGRADES Bidders shall include on this table, a percentage whole number discount from the manufacturer's price list, for upgrades to the systems bid on Table A. TABLE C: OPERATING SYSTEM SOFTWARE Bidders shall include on this Table a percentage whole number discount from manufacturer's price list for operating system software, available for the processor systems bid on Table A. Operating system software is that which controls the execution of programs, some of which may include bundled services such as resource allocation, scheduling, input/output control, and data management. However, software which provides the additional services as a stand-alone service (resource allocation, data management, etc.) is not eligible for this bid/contract, Software shall not be "bundled" in order to be included on this contract, and any evidence to that effect will subject the bidder/contractor to non -award or removal from the contract. SUBSYSTEMS, PERIPHERALS AND OPTIONAL COMPONENTS Associated subsystems, peripherals and optional components, as specified in Tables D through H, which are manufactured to connect to and operate with the midrange and mainframe processors bid on TABLE A, may be bid on the appropriate Table. The subsystems, peripherals and optional components bid shall be fully plug compatible, easily connected and operational (without extensive interface or adapters) with specific systems bid on Table A. Required components and options which are required for the subsystem or peripheral to connect to, operate with, or enhance the operation of, may be included, by product group or the complete line of products, with the applicable bid discount. Bidders may bid a single discount for the complete line of products, or bid a discount for a series, a group of products, or other bid discounts applicable to a product group, which provides the lowest net prices to the State and other eligible users of the contract. However, line ilem disc into for each product offered is not accant�. Discounts will be provided in whole numbers only. Bidders shall provide a manufacturer's price list of hardware or services offered under this bid/contract, categorized per Tables D through H, discount price sheets, and which shall be the manufacturer's list prices as of the date of the bid submittal. Dealers and Resellers may bid, with the required certification by the manufacturer, and be awarded if the low bid, a manufacturers line of products under this contract. To sell products under this contract a vendor must be awarded the contract for that line of product (s), or be a designated reseller by the contractor of those products under this contract, and sell products at or less than contract prices. TABLE D: STORAGE (MEMORY) - CENTRAL AND EXPANDED Bidders shall include on this Table a percentage whole number discount from manufacturer's price list for storage (memory) which shall be 100 percent plug compatible with specified hardware bid on Table A and operating system software in Table C, plugs into the slot designated in the host system, runs all standard CPU and storage diagnostics, supports all standard peripherals and application software, and uses the same error checking method as the host computer system's original storage. Bidders shall identify the manufacturer and brand name under which sold, as well as the processors on Table A, with which the storage bid, is plug compatible. 17 TABLE E: MASS STORAGE Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for mass storage subsystems which connect to and operate with specified processor systems bid on Table A. Bidders shall identify the manufacturer and brand name under which sold, as well as the processors, with which the mass storage subsystem(s) bid will connect and operate. Disk and Disk Array Subsystems which provide direct access to data with a mechanism for moving a disk pack or a magnetic disk and controlling its movements. Optical Disk Subsystems which use lasers to record a permanent image on an optical disk platter; a high energy laser "burns" the image and a low -energy laser reads the image, displaying the image on a high -resolution video terminal or printing on a laser printer. Tape Subsystems which read data from and write data to a high -quality magnetic storage tape. TABLE F: COMMUNICATIONS PROCESSORS Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for front-end processors, local/remote concentrators, and gateway switches, that manage communications and connections for host processors. NOTE: Multiplexers, packet assembler/dissemblers (PADs), terminal servers, protocol converters or other "communications processors" are not eligible for inclusion on this bid/contract. Bidders shall identify the manufacturer and the brand name under which sold, as well as the processors, with which the communications processor(s) will connect and operate. TABLE G: HIGH VOLUME PRINTERS Bidders shall include on this Table, a percentage whole number discount from manufacturer's price list for high volume printers which will connect to and operate with specified processor systems on Table A. Bidders shall identify the manufacturer and the brand name under which sold, as well as the processors, with which the printers will connect and operate. Printers which were bid and awarded on the Client Server Systems Contract, are not eligible to be bid on this contract. Impact Printers - Band and Line Matrix Minimum 800 Lines Per Minute (Draft Quality) Non -Impact Printers - Laser and Ion Deposition Minimum 20 Pages Per Minute TABLE H: INSTALLATION SERVICES Bidders shall include on this Table, a percentage whole number discount from manufacturer/vendor price list for services which are not included or provided with the purchase of equipment or software from this contract. Services Which may be bid include: equipment configuration, setup and installation, initialization, and performance tuning; and software (including version and release updates) loading and installation, testing, and tuning. These services must be purchased in conjunction with the purchase of hardware or software from this contract, and be performed within six (6) weeks of the installation of the hardware or software. 18 MIDRANGE AND MAINFRAME COMPUTERS ACCEPABLE PRODUCTS TABLE A MIDRANGE AND MAINFRAME COMPUTER SYSTEMS TABLE B SYSTEM UPGRADES TABLE C OPERATING SYSTEM SOFTWARE TABLE D STORAGE (MEMORY) - CENTRAL AND EXPANDED TABLE El MASS STORAGE - DISK AND DISK ARRAY SUBSYSTEMS TABLE E2 MASS STORAGE - OPTICAL DISK SUBSYSTEMS TABLE E3 MASS STORAGE - MAGNETIC TAPE SUBSYSTEMS TABLE F COMMUNICATIONS PROCESSORS TABLE GI PRINTERS - HIGH VOLUME - IMPACT TABLE G2 PRINTERS - HIGH VOLUME - NON -IMPACT TABLE H INSTALLATION SERVICES AMDAHL CORPORATION (Rev 3 Sept 99) COMPAQ COMPUTER CORP. EMC2 CORPORATION HITACHI DATA IBM MACRO COMPUTER MTI TECHNOLOGY OCE PRINTING SYSTEMS, INC. STORAGE TECHNOLOGY SUN MICROSYSTEMS UNISYS VISARA, INC. DB/A MATCO CORP. XEROX (Rev. 31 Oct. 00) 19 A,B,D,El A, B, C, GI, G2, H El A,B,D,El A, B, D, El, E2, E3, F, G1, G2 El, E3 El, E3,H G2 C,El, E3,F,H A A, B, C, D, El, E3, F, G1, G2, H F,G1,H G2, H PRICE LIST Contract pricing is found on State Purchasing's website at bftp://purchasing.state.fl.us 20 NOTE: ALL ORDERS SHOULD BE DIRECTED TO: r•• _u... .n.r. .. STREET ADDRESS OR P.O. BOX (Rev 28 Oct 99) CITY, STATE, ZIPL[laitland, FT. 19251 (Rev 1 Dec 99) TELEPHONE467-875-850-5 TOLL FREE NO.: ORDERING FAX NO.- 407_875-.8528 • 1 rr• .l Corporate Service Center fil 711 Rank ATIA9121000358 CITY, STATE, • 1 . .7�38-03032 (Rev 28 Oct.. DDT Tr 1►1 • : M e • ► DIRECT • TO: NAME AND TITLE- firntt MrPherscm Account Dirertnr (Rev 28 Oct 99) ADDRESS- 2290 T amicn Way. finite 9,00 (Rev 28 Oct 99) CITY, STATE, ZIP- Maitland, FT , '37751 (Rev 1 Dec 99) TELEPHONE- 467_975_ 5n5 (Rev 28 Oct 99) TOLL FREE NO.: URL HOME PAGE ADDRESS- httnJ/www_amdahl_cnm ELECTRONIC MAIL ADDDRESS- Smtt_Mr.PhP nn Amdahl rnm (Rev 28 Oct 99) 21 E: ALL ORDERS SHOULD BE DIRECTED TO: F;•N rw SPURS VENDOR NUMBER- F760011 h t 7-n42 (Rev 17 Jan 00) VENDOR- Cnmpnq Cnm=iter Corp (A) (Rev 17 Jan 00) STREET ADDRESS OR P.O. BOX CITY, STATE, ZIP 312 TELEPHONE - (Rev 22 May 98) TOLL FREE NO.: ORDERING FAX NO. - 420--& Il. (Rev 22 May 98) REMIT ADDRESS -Piedmont Sate112 CITY, STATE, ZIP F110t .. M1111 F W62 = ' -ru�� CITY, STATE, ZIP- Tnifiabassee, El, '32'312 TELEPHONE -- (Rev 22 May 98) TOLL FREE NO.: URL HOME PAGE ADDRESS- bttp' (Rev 17 Jan 00) ELECTRONIC MAIL ADDRESS- Patti Harrisonacompaq com (Rev 17 Jan 00) 22 N(1TR: ALL ORDERS SHOULD BE DIRECTED TO: kyj ►Ir•; ►� r: "r :: r► :1 CITY, STATE, ZIP• TATI AHASSFF, FT. 39-417 TELEPHONE- 85n-5451747 -a:zirlrrw MMORMATION: DIRECT INQUIRY TO - NAME AND TITLE- DEMSE YARCIER 14606WIL-MWAianr_110WIN ar�IMmlMI MIFAIEVa w . • .1 IMAIMMMAMWI r ; _ • .. _T I M 1L�iCT.& URL HOME PAGE ADDRESS- hrrn•//w-ww Pmr rnm ELECTRONIC MAIL ADDRESS (Rev 17 Jan 00) 23 NOTE: ALL ORDERS SHOULD BE DIRECTED TO: Kyj .. *-'-'T-' STREET ADDRESS OR P.O. BOX 6504 Rivery m Rlvd (Rev 1 Dec 99) CITY, STATE, ZIP - (Rev 1 Dec 99) TELEPHONE - (Rev 1 Dec 99) TOLL FREE NO. ORDERING FAX NO. Ftlu111 : r r : ' a 'M 067►iiI CITY, STATE, ZIP "'•r Mf)-RMATTON: DIRECT INQUIRY T(l NAME AND TITLE (Rev 1 Dec 99) ADDRESS (Rev 1 Dec 99) CITY, STATE, ZIP- Tiradentnn, ET. 34?09 (Rev 1 Dec 99) TELEPHONE- 21L761 -1958 (Rev 1 Dec 99) TOLL FREE NO. - ELECTRONIC MAIL ADDRESS- mike levinsnnabds rom (Rev 1 Dec 99) 24 (Rev 10 Apr 00) Accris Corporation (A) Vangard Technology (C) 1900 Corporate Blvd., Suite 400 4855 AIA, Suite 14A Boca Raton, FL 33431 Vero Beach, FL 32963 Phone: 561-988-2520 Phone:561-231-5570 Contact: Eric Bezak Contact: Keith Hennesy SPURS #: F650804500-001 SPURS #: F841281382-003 Datalink Corp. (A) Comark-Government and Education (C) 7423 Washington Ave. S. 105 West 5' Avenue Minneapolis, MN 55439 Tallahassee, FL 32303 Contact: Tim Flug Contact: Lorne Shackelford Phone: 407-956-9898 Florida Sales Manager SPURS #: F410856543-003 Phone: 800-491-6822 888-506-2243 pager 850-222-5824 fax SPURS#: F363949000-004 (Rev 12 Oct 00) 25 NOTE: ALL ORDERS SHOULD BE DIRECTED TO: 1'/014,IBig) I n LVAKc' ] STREET ADDRESS OR P.O. BOX' 101 N Mnnme St_, Sie_ 750 (Rev 28 May 99) CITY, STATE, ZIP- Tallahagcep., FT. 19101 (Rev 28 May 99) TELEPHONE:..._ r (Rev 22 May 98) TOLL FREE NO. - ROO) 496-,5968 ORDERING FAX NO. (550)) 599-4-1-94 (Rev 22 May 98) REMIT ADDRESS 101 N_ MnnrnP St ,axe .'750 (Rev 28 May 99) CITY, STATE, ZIP - (Rev 28 May 99) INFORMATION: DIRECT INQUIRY T4 NAME AND TITLE- T a= T .-�mrh Ren_ inr Client Re=.-,entati�ce (Rev 10 Apr 00) ADDRESS (Rev 28 May 99) CITY, STATE, ZIP TallahascPe FT '12301 (Rev 28 May 99) TELEPHONE (Rev 10 Apr 00) TOLL FREE NO.496-4968 URL HOME PAGE ADDRESS... httn-//www ihm C= ELECTRONIC MAIL ADDRESS- lwl3mcb4is ihrn cnm (Rev 10 Apr 00) 26 i ►I (Rev 04 Dec 98) Mainline Information Systems (B) T3 Technologies (C) 3372 Capital Circle, NE 200 S Hoover Blvd., Bldg. 215 Tallahassee, Fl 32308 Tampa, FL 33609 Phone: 850-531-0066, ext. 164 Phone: 800-871-9500 Fax: 850-385-0975 Contact: Steven Friedman Contact: Marty Besley SPURS #: F593237134-001 SPURS #: F-592960721-001 (Rev 17 Jan 00) National Computer Sales (B) Bay Resources, Inc.(A) 2502 Rocky Point Drive, Suite 740 11880 28th St. N. Tampa, Fl 33607 St. Petersburg, FL 33716-1815 Phone: 800-898-4468 Phone: 813-571-1100 Fax: 813-636-0133 Fax:813-572-5390 Contact: Sue Deasy Contact: Vince Collie SPURS #: F-593206352-001 SPURS#: F382469246-006 (Rev 31 Mar 99) (Rev 31 Mar 99) Champion Computer (A) Midrange Support & Service ,Inc. (B) 6421 Congress Ave 1122 E Atlantic Ave Suite C Boca Raton, Fl 33487 Delray Beach, FL 33483 Phone: 800-771-7000, ext. 142 Phone: 561-272-5883 Fax: 561-997-4043 Fax: 561-262-1733 Contact: Rudy Braga Contact: Steve Marinak SPURS #: F-592347579-001 SPURS#: F650633981-001 (Rev 31 Mar 99) (Rev 31 Mar 99) Data Resource Group (A) Comtech Group USA (B) 3998 FAU Blvd., Ste. 100 6350 Palm Trace Landing Dr. Boca Raton, FL 33431 Davie, FL 33314 Phone: 561-998-7667 Phone: 847-559-6405 Fax: 561-998-7550 Fax: 847 480-3560 Contact: Craig Martin Contact: Angela Trillhause SPURS # F-621442452-001 SPURS #: F363818238-001 (Rev 04 Dec 98) (Rev 17 Jan 00) Jeskell Inc. (B) Advanced Processing & Imaging, Inc. (B) 12204 S.E. Riverbend CT SPURS: F650642251-001 FortSt. Lucie, FL 34984-6446 500 Fairway Dr., Suite 103 Phone: (561) 340-4065 Deerfield Beach, FL 33441 FAX: (561) 340-4649 Contact: Connie Sanders Contact: William Raynes Phone: 1-954-425-0018 SPURS#: F 770404935-001 (Rev 22 Feb 00) 27 Innovative Logistics Techniques, Inc. (1) CompServ, Inc. (A) 13000 Sawgrass Village Circle, Suite #25 2325 Uhnerton Road, Ste. 16 Ponte Vedra Beach, FL 32082 Clearwater, FL 33762 Phone: (904) 285-9170 Contact: Griffin Walling, Sales Manager FAX: (904) 285-9178 Phone: 800-521-2777 x123 Contact: Thaddeus Hammond 727-299-9420 fax SPURS#: F541502670-001 Email: gwal1ing64cmmVservinc_cnm (Rev 5 Jun 00) SPURS#: F593544824-001 Tables: A, B (Rev 31 Oct 00) International Consulting Group, Inc. (I) Global Midrange Technologies, Inc. (B) 3900 NW 79`h Ave., Ste. 820 6882 Edgewater Commerce Parkway, Ste. 200 Miami, FL 33166 Orlando, FL 32810 Contact: hnke Stokes, Business Consultant Contact: Michael R. Henderson Phone: 305-594-0848 Phone: 407-521-5468 305-594-0724 fax 407-294-1192 fax Email: imkP,,-SS,tnkeSQiC,gi Cnm Email: SPURS#: F591774167-001 SPURS#: F593364090-001 (Rev 12 Oct 00) (Rev 12 Oct 00) Communication Technical Systems Marketex Storage Systems (A) DB/A CTSinc.net (A) 15201 Durnford Dr. 4401 Vineland Road, Ste. A-13 Miami Lakes, FL 33014 Orlando, FL 32811 Phone: 305-819-6554 Contact: Blake Frazier SPURS #: F770455922-004 Phone: 407-999-7770 Tables: E1, E2, E3 407-999-7798 fax (Rev 31 Oct 00) Email: bfiazi ctcinc.net SPURS#:F582118590-001 (Rev 12 Oct 00) M: MOTE: ALL ORDERS SHOULD BE DIRECTED TO: r • ' u�N - 1 \ a. a II STREET ADDRESS OR P.O. BOX- 11575 Great DakS, 3may, Ste 115 (Rev 28 May 99) CITY, STATE, ZIP-___ _ _ Alnharetta, CTA 10027 (Rev 28 May 99) TELEPHONE- - (770) 752_1600 TOLL FREE NO.: REMIT ADDRESS'—_. —. 490K Fact T .a Aa1ma Ave CITY, STATE, ZIP- Anaheirn, CA 92Rn7 U;1•ar1•rw N• ; • . DIRECT • TO: NAME AND TITLE• Adela Kennelly (Rev 17 Jan 00) ADDRESS- 11525 CTreat (lake Wq3;, SIC 315 (Rev 28 May 99) CITY, STATE, ZIP- Alpharetta, Go 30029 (Rev 28 May 99) TELEPHONE- (770) '752_ 1 tinn (Rev 28 May 99) TOLL FREE NO.: URL HOME PAGE ADDRESS ht1; /umm mti enm ELECTRONIC MAIL ADDRESS: akfmnell mti enm (Rev 28 Oct 99) W (New 04 Dec 98) American Data & Computer Products, Inc. (1) 6107-D Memorial Hwy Tampa, FL 33615-4564 Phone: 800-367-2461 Fax: 813-886-2802 E-mail:rcastD@adcpi.com Contact: Robert Castro SPURS #: F-592883005-001 30 NOTR: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER- E182154331-003 STREET ADDRESS OR P.O. BOX 14420 SW 21rd Street (Rev 5 Oct 98) CITY, STATE, ZIP• Davic-,, FL Ill] ] 7 (Rev 5 Oct 98) TELEPHONE- 1�LSR42100 TOLL FREE NO.' (SOO) 777-366-9 ORDERING FAX NO.: (9.54) 594-21.04 CITY, STATE, ZIP- Rnchecter_Hilig- MI 483QQ ADDRESS- 14470 SW 7;rd Street (Rev 5 Oct 98) CITY, STATE, ZIP: Mvin,EL -33317 (Rev 5 Oct 98) TELEPHONE: (954L5R4-2100 TOLL FREE NO. __., (ROO) 777-3669 URL HOME PAGE ADDRESS: ELECTRONIC MAIL ADDRESS- hmeriT64AnT._rnm 31 NOTE ALL ORDERS SHOULD BE DIRECTED TO: TELEPHONE- W-997_3226 TOLL FREE NO. .)rr•AL-VIgxI r.�I�:�: .0:1MILE, a.rr�r�•rw LI •: u • 11 loll r ' • • 1 DIN I W 10•r 1 .. . . ►/ . N . CITY, STATE, ZIP- Rnra Ratnn, FT. '43487 TELEPHONE- 561-997_1996 TOLL FREE NO.: URL HOME PAGE ADDRESS: ELECTRONIC MAIL ADDRESS: bhackwnnc�ting_cam (New 28 Oct 99) 32 ' �: � ►�r • : ►� Dui: : : - � � � � STREET ADDRESS OR P.O. BOX- 4R5 Keller Rd_ ,quite 171 (Rev 3 Sept 99) CITY, STATE, ZIP- Maitland, El -12M TELEPHONE- 407 F67_2833 (Rev 3 Sept 99) TOLL FREE NO. Rnn-��5-nr�ci4 REMIT ADDRESS:. 485 Keller Rd Suite 171 (Rev 3 Sept 99) CITY, STATE, ZIP- Maitland, FT. 32751 �:•r NAME ANDTITLE- Matthew C. Kalicalr, Arenunt F.xecilh e ADDRESS- 4M Keller ]Rd Suite 171 (Rev 3 Sept 99) CITY, STATE, ZIP- Maitland, FT . 32751 (Rev 3 Sept 99) TOLL FREE NO.- 800_295-0604 URL HOME PAGE ADDRESS ELECTRONIC MAIL ADDRESS- Mntthew_Kalicalcagt, nragetPk cam (Rev 17 Jan 00) NXI (New 04 Dec 98) Dallas Digital Corporation (A) 174 W. Comstock Ave., Ste. 216 Winter Park, FL 32789 Phone: 407-647-6949 Fax: 407-647-0516 E-mail:rcastro@adcpi.com Contact: Martin Wiener SPURS #: F-751786755-004 Datahnk Corporation (B) P.O. Box 2169 Lake City, FL 32056-2169 Phone: 904-758-9163 SPURS# F410856543-001 (Rev 31 Mar 99) Unisys Corp. (A) 1545 Raymond Diehl Rd. Tallahassee, FL 32308 Phone:850-298-5613 Fax: 850-298-5689 Contact: Robert Abernathy SPURS #: F380387840-002 (Rev 10 Apr 00) 34 Cranel, Inc. (A) 4348 Worthngton Cir. Palm Harbor, FL 34685-1154 Phone: 727-789-0728 SPURS#F311132851-005 (Rev 31 Mar 99) Midrange Computer Solutions, Inc. (A) 2084 Tournament Dr. Apopka, FL 32712 Phone: 407-814-9330 Fax:407-814-8779 Contact: Pam Toler SPURS #: F364046195-001 (Rev 12 Oct 00) NOTE: ALL ORDERS SHOULD BE DIRECTED TO: f91•l:iylf/ i2l1161M►Lei UI00:i■WCZy111016 r.,V19111�� CITY, STATE, ZIP- Tallaha_ssee,FL 19101 TELEPHONE - (Rev 22 May 98) TOLL FREE NO.: ORDERING FAX NO.67 t - r 41D (Rev 22 May 98) REMIT ADDRESS CITY, STATE, ZIP- Talinbaggee-, FT, 123U HQ 1►1 •:M- •► • TO: • • : 1 1 - 1, 4m-dIL CITY, STATE, ZIP- Tallabas�zeel, FT. 1?101 TELEPHONE - (Rev 22 May 98) TOLL FREE NO.: URL HOME PAGE ADDRESS - ELECTRONIC MAIL ADDRESS- iohn anctinf4eagt .clan mm 35 (Rev 04 Dee 98) Amdahl Corporation. (A) 1900 Summit Tower Blvd., Suite E Orlando, FL 32810 Phone: 407-875-8505 Spurs #: F-941728548-001 36 MOTE: ALL ORDERS SHOULD BE DIRECTED TO: 04 re' r rrrrr.r�r 11.■ r r STREET ADDRESS OR P.O. BOX'- l�,mnnd T7iebI Rd CITY, STATE, ZIP-___ - _- Tallahassee,, EL 32308 TELEPHONE (Rev 22 May 98) TOLL FREE NO.: (Rev 22 May r• REMITADDRESS: CITY, STATE, ZIP: CITY, STATE, ZIP- Tallahassee, FT. 'l2';Ok TELEPHONE_ (f25�1 2952_SF1 (Rev 22 May 98) TOLL FREE NO.: ELECTRONIC MAIL ADDRESS- _ rnhertanhexnathvn1mnsini,5jzs rnm 37 Laird Computer Exchange, Inc. (A) 3476 Tibet Dr. Gulf Breeze, FL 32561 Contact: Roy Laird Phone: 1-800-934-0265 or850-934-0265 SPURS #: F-592975560-001 (Rev 1 Dec 99) COMARK (C) Contact: Lorne Shackelford Phone: 800-491-6822 888-506-2243 Pager 850-222-5824 Fax SPURS #: F363949000-004 Email: icharkelfnrd rnmark_rnm (Rev 5 Jun 00) AmeriQuest Technologies (A) 3625 Chiswick Court Charlotte, NC 28226 Contact: Chris Pelone Phone: 1-800-223-7081, ext. 2805 Fax: 704-544-3261 E-mail: cpelone@,ameriquest-com SPURS # 33-0244136-001 (Rev 1 Dec 99) 38 NOTF": ALL ORDERS SHOULD BE DIRECTED TO: ' 1 ' �`l��rrli]:i�I �i: -o ' i[Til►Zy71a1T1j1 VENDOR- -- Visara, Inc-, d/h/a Matca Cirnnn �A) (Rev 12 Oct 00) STREET ADDRESS OR P.O. BOX'_ 2R05 F- Oakland Park Blvd , ate_ 279 CITY, STATE, ZIP- Ft- T.a»derdale, FT._33.30( TELEPVO\r • MOM ORDERING FAX NO.- -- - (9-54 -5� 5 ul r 101 : :1 • . . , !icy • • CITY, STATE, ZIP• .,,, Ft T.anderdale,, FT. 33.306 N •: •. DIRECT INQUIRY• NAME AND TITLE- lw/ c lm q, Accaint Fxcultiye CITY, STATE, ZIP: TELEPHONE TOLL FREE NO. - URL HOME PAGE ADDRESS— �f+-//wwW-vicara-mm (Rev 12 Oct 00) ELECTRONIC MAIL ADDRESS- chmmncy4yknra cam (Rev 12 Oct 00) IL] WQTF: ALL ORDERS SHOULD BE DIRECTED TO: STREET ADDRESS OR P.O. BOX CITY, STATE, ZIP: TELEPHONE: CITY, STATE, ZIP -12A 1901-7598 NAME AND TITLE ADDRESS CITY, STATE, ZIP TELEPHONE894-2697 (Rev 22 May 98) TOLL FREE NO.282-qQM URL HOME PAGE ADDRESS: httnl/xemx rnm/»cnns/chii/flnrida ELECTRONIC MAIL ADDRESS it SEND PURCHASE ORDERS FOR ALL XEROX PRODUCTS EXCEPT THE N PRINTERS TO AGENTS LISTED BELOW AS LISTED PER COUNTY (Rev 10 Apr 00) XEROX Corporation (A) Leon SPURS #F16-0468020-002 656F Capital Circle NE Tallahassee, Florida. 32301 Sales: Bill Koop 800-282-9908 Fax 850-878-3541 Service: 800-822-2979 XEROX Corporation (A) Clay, Duval, St. Johns SPURS #F16-0468020-004 4655 Salisbury Road, Suite 395 Jacksonville, Florida 32256-6129 Sales: Vic Dienes 904-281-2070 Fax 904-281-2084 Service: 800-822-2979 XEROX Corporation (A) Alachua SPURS 016-0468020-005 3501 SW 2nd Avenue, Suite G-1 Gainesville, Florida 32607-2866 Sales: Micelle Fernandez 904-372-7005 FAX 904-372-3733 Service: 800-822-29 XEROX Corporation (A) Hillsborough, Manatee, SPURS #1716-0468020-009 Pinellas, Sarasota 4200 West Cypress Street, Suite 100 Tampa, Florida 33607 Sales: Jay Scarlata 813-874-4100 FAX 813-874-4350 Service: 800- 822- 2979 H1 (Rev 10 Apr 00) XEROX Corporation (A) Orange, Osceola, Seminole, SPURS #F16-0468020-274 Volusia 225 E. Robinson Street Orlando, Florida. 32801 Sales: Jay Scarlata 407-418-5647 FAX 407-418-5690 Service: 800- 822- 2979 XEROX Corporation (A) Escambia, Okaloosa, Santa Rosa SPURS #1716-0468020-008 5043 Bayou Blvd., Suite A Pensacola, Florida 32503 Sales: Dwight Glaze 850-477-8225, FAX 850-934-1812 Service: 800-822-2979 XEROX Corporation (A) Broward, Dade, Palm Beach SPURS #F16-0468020-246 15150 NW. 79th Court Miami Lakes, Florida 33016 Sales: Wilburn Daniel 305-818-4359 FAX 305-818-4757 Service: 800- 822-2979 XEROX Corporation (A) Lake &o J &L Office Solutions SPURS #F16-0468020 4900 N. Highway 19A Mt. Dora, Florida 32757 Sales: John D. Wright 352-589-3769 FAX 352-589-4959 XEROX Corporation (A) Clay, Duval, Nassau clo Document Everything SPURS #F16-0468020 630 May Street Jacksonville, Florida 32204 Sales: Judith McLeod 904-475-1287 FAX 904-475-1287 Service: 800-822-2979 42 (Rev 10 Apr 00) Capital Business Systems (A) SPURS #F59-3261217-001 2777 Capital Circle NE Tallahassee, Florida 32308 Sales: Kelley Harte 850-385-1772 Fax 850-385-0087 Service: 850-385-1772 Corner's Office Supply (A) SPURS #F59-1143761-002 210 West Tompkin Street Inverness, Florida 34450 Sales: Ms. Sam Himmel, 352-726-1601 FAX 352-726-1857 Service: 800- 822- 2979 Innovative Tech., Inc. (M) SPURS #F59-3323580-001 3152 Shadeville Road Crawford, Florida 32327-1508 Sales: Kevin Clewis, 850-421-9449 Fax:850-850-5555 Service: 850-421-9449 Precision Office Systems (A) SPURS #S O42-52-9045-001 416 SW 13`h Street Ocala, Florida 34474 Sales: Robert DeMarco 352-867-8500 FAX 352-867-0057 Service: 800- 822-2979 CompUSA, Inc. (A) SPURS #F75-2261497-019 2432 North Monroe Street Tallahassee, Florida 32303 Sales: Dewey Hudson, 850-383-3702 FAX: 850-383-3798 Service: 850-383-3702 XEROX CORPORATION SEND PURCHASE ORDERS FOR N SERIES PRINTERS ONLY TO AGENTS LISTED BELOW 43 Computer of Lakeland (D) 2525 Dranefield Road, Suite 10 Lakeland, FL 33811 Contact: Michelle Fearon Phone:863-644-1120 Fax:863-647-5563 800-644-4470 SPURS#: F592912400-001 (Rev 5 June 00) Computer of Gainesville (A) 1901 NW 67`h Place, Suite A Gainesville, FL 32653 Contact: Randy Everett Phone:352-371-2840 Fax: 352-371-2842 800-286-4313 SPURS#: F592912400-004 (Rev 5 Jun 00) Arlington Computer Products (R) 9700 Phillips Highway, Ste. 104 Jacksonville, FL 32256 Contact: Patsy Aquino Phone:904-224-0224 850-942-8522 fax SPURS#: F363423921-006 (Rev 12 Oct 00) Contronex, Inc. (B) 660 Ninth Street North Naples, FL 34102 Contact: Thomas Zimmer Phone:941-649-7836 888-922-4759toll 941-649-7384 fax SPURS#: F650235046-001 (Rev 12 Oct 00) (Rev 10 Apr 00) Till Office Equipment, Inc. (A) SPURS #F59-0994557-029 115 South Florida Avenue Lakeland, Florida. 33801 Sales: Dick Till, 941-683-5400 FAX 941-683-5405 Service: 941-683-5400 Brand-X Office Solutions, Inc. (B) SPURS #F59-3434813-001 1523 Dale Mabry Highway, Suite 101 Lutz, Florida 33549 Sales: Brandon Childers 813-948-4100 Fax:813-948-4102 Service: 813-948-4100 Executive Business Systems (A) SPURS #F65-0147273-001 7130 College Parkway, Suite D Fort Myers, Florida 33907 Sales: Bob Bordeaux, 941-939-3769 FAX 941-936-2269 Service, 941-939-3769 Pomeroy Computer Resources (A) SPURS #F31-1227808-001 3740 St. Johns Blum' Road, Suite 19 Jacksonville, Florida 32224 Sales: Cy Marshall, 904-565-2300 FAX, 904-565-2312 Service, 904-565-2300 Marcotek (A) SPURS #F59-3407635-001 200 South Second Street Lake City, Florida 32055 Sales: Colen Boutwell, 904-755-7969 FAX 904-758-0089 Service, 904-755-7969 Amherst Corporation, Computer Sales & Solutions (A) SPURS #F58-2421891-001 100 S. Ashley Drive, Ste. 100 Tampa, Florida 33602 Sales: Daniel Boon, 813-209-3296 FAX 603-578-1005 Service: 813- 209- 3 296 44 Komputer Kingdom, Inc. (B) 4836 Victor St. Jacksonville, FL 32207 Contact: J. B. Davis Phone:904-730-9940 800-832-2118 904-730-2613 SPURS#: F593063198-003 (Rev 12 Oct 00) Arlington Computers Products(R) P.O. Box 10947 Tallahassee, FL 32302 Contact: Dewey Hudson Phone:850-942-0864 850-942-8522 SPURS#: F363423921-008 (Rev 12 Oct 00) (Rev 10 Apr 00) Comark Government & Education Sales (C) SPURS #F36-3949000-004 105 W. 51h Street Tallahassee, Florida 32303 Sales: Lome Shackelford, 850-222-0555 800-491-6822 FAX: 850-222-3457 Service: 850- 222- 05 5 5 Hayes E-Government Resources, Inc. DB/A Hayes Computer Systems (M) SPURS #F65-0202059-001 1355 Thomaswood Drive Tallahassee, Florida 32312 Sales: Karen Martinoff, 850-297-0555 800-825-9390 FAX: 850-297-0644 Service: 850-297-0555 (Rev 12 Oct 00) Dell Marketing LP (A) SPURS #F74-2616805-001 One Dell Way RR8 Round Rock, Texas 78682 Sales: James Scott 800-891-3355, ext. 63707 American Data & Computer Products, Inc. (I) SPURS #F59-2883005-001 6107D Memorial Highway Tampa, Florida 33615 Sales: Terry R. Castro, 813-889-0584 FAX: 850-421-5555 Service: 813-889-0584 Bay Data Consultants (A) SPURS #F38-2469246-006 11880 28`h Street, North St. Petersburg, Florida 33716 Sales: Mark Tennant, 727- 571-1100 Service: 727-571-1100 Compucom Systems, Inc. (A) SPURS #F38-2363156-001 7171 Forest Lane Dallas, Texas 75230 Sales: Charles Johnson, 800-989-8999 FAX: 972-856-1587 Service: 800-989- 8999 45 (Rev 10 Apr 00) Budde's Office Supply (A) SPURS #F65-0020415-003 3216 Flager Avenue Key West, Florida 33040 Sales: John Wilkins, 305-296-6201 Fax: 305-296-3849 Service: 305-296-6201 Advanced Business Equipment (R) SPURS #F59-3069769 1264 North Airport Road Naples, Florida 34104 Sales: Cindy Chapman, 941-643-6999 Fax:941-643-0311 Service: 941-643-6999 Imaging Solutions, Inc. (H) SPURS #F59-3549025-001 2448 Sand Lake Road Orlando, Florida 32809 Sales: Harvey L. Heard, Jr., 407-852-1668 Fax:407-852-1686 Service: 407-852-1668 Imaging Solutions, Inc. (H) SPURS #1759-3549025-001 2448 Sand Lake Road Orlando, Florida 32809 Sales: Harvey L. Heard, Jr., 407-852-1668 Fax: 407-852-1686 Service: 407-852-1668 Pomeroy Computer Resources (A) SPURS # F31-1227808-001 3740 S. St. Johns Bluff Rd., Ste. 19 Jacksonville, FL 32224 Sales: Cy Marshall, 800-864-8684 Suite 315 October 31, 2000 MF. OR ANDi nvr Nn : (250-050-97-1)-16 TO: Department Addressed, FROM: Cynthia A. Henderson Secretary SUBJECT: Contract No. 250-050-97-1 Title: Computers: Midrange and Mainfiame Please make the following changes in the subject contract: Delete: Certification Page, List of Contractors, Pages 19, 21-49 Add: *Certification Page, List of Contractors, Pages 19, 21-46 *(Rev 31 Oct 00) Subject contract has been extended through October 31, 2001. Cambex Corporation was not extended. Due to acquisition, Clariion products are now available from EMC Corporation. Any questions or problems in delivery or service that may arise regarding this contract should be directed to David Comer at (850) 487-4196, Suncom 277-4196, eomexd4dms state fl_ns CAH/dc/1mb Suite 315 October 12, 2000 MEMOR ANDI ]M Nn_: (250-050-97-1)-15 TO: Department Addressed FROM: Matthew M. Carter, 11 Deputy Secretary SUBJECT: Contract No. 250-050-97-1 Title: Computers: MidrangeNMainfiarne Please make the following changes in the subject contract: Delete: Certification, List of Contractors, Pages 28-49 Add: *Certification, List of Contractors, Pages 28-49 *(Rev 12 Oct 00) The contract has been updated to include updated ordering instruction pages and MTX, Inc. name change. Any questions or problems in delivery or service that may arise regarding this contract should be directed to David Coiner at (850) 487-4196, Suncom 277-4196, nammd64drns state Bus, PAR/dc/hnb Suite 315 June 5, 2000 MEMOR ANMJM NCY: (250-050-97-1)-14 TO: Department Addressed FROM: Paul A. Rowell Deputy Secretary SUBJECT: Contract No. 250-050-7-1 Title: Computers: Midrange & Mainfiame Please make the following changes in the subject contract: Delete: Pages 23-47 Add: *Pages 23-49 *(Rev 5 Jun 00) Revised to add resellers. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonnie Allen at 850-487-2304, Suncom 277-2304, all�r,v rimc_srafe_fl Yip PAR/va/Imb Suite 315 April 10, 2000 MFMrn2 ANT)r TM WO: (250-050-97-1)-13 TO: Department Addressed FROM: Paul A. Rowell Deputy Secretary SUBJECT: Contract No. 250-050-97-1 Title: Computers: Midrange & Mainfiame Please make the following changes in the subject contract: Delete: Pages 26-45 Add: *Pages 26-47 *(Rev 10 Apr 00) Revised to update pricing & reseller information. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonnie Allen at (850) 487-2304, Suncom 277-2304, alleny elms-state_fl m BPB/va/lmb Suite 315 February 22, 2000 (250-050-97-1)-12 TO: Department Addressed FROM: H.P. Barker, Jr. Chief, Bureau of Procurement and Contracts Management SUBJECT: Contract No. 250-050-97-1 Title: Computers Midrange & Mainframe Please make the following changes in the subject contract: Delete: Pages: 28 and 45 Add: Pages: 28 and 45 *(Rev 22 Feb 00) Revised to add resellers to IBM & Xerox Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonme Allen at 487-2304, Suncom 277-2304, HPB/va/kla Suite 315 January 17, 2000 MFMOR ANMI TM NO-: (250-050-97-1)-11 TO: Department Addressed FROM: H.P. Barker, Jr. Chief, Bureau of Procurement and Contracts Management SUBJECT: Contract No.250-050-97-1 Title: Computers: Midrange & Mainframe Please make the following changes in the subject contract: Delete: Pages 19, 24, 25, 28, 29, 34, 40 Add: *Pages 19, 24, 25, 28, 29, 34, 40 *(Rev 17 Jan 00) Revised to add authorized resellers, to correct email addresses and to change the name of Digital to Compaq. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonnie Allen at 850 487-2304, Suncom 277-2304, email atlonv rims state fl us HPB/va/imb Suite 315 December 1, 1999 MF.M0R AIMT TM NO : (250-050-97-1)-10 TO: Department Addressed FROM: H.P. Barker, Jr. Chief, Bureau of Procurement and Contracts Management SUBJECT: Contract No. 250-050-97-1 Title: Midrange & Mainfrarrie Computers Please make the following changes in the subject contract: Delete: Pages 21, 23, 26, 39-43 Add: *Pages 21, 23, 26, 39-45 *(Rev 1 Dec 99) Revised to update ordering instructions and add resellers. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonnie Allen at (850) 487-2304, Suncom 277-2304,a11ennrTms_state fl „c HPB/vaAmb Suite 315 October 28, 1999 ME n�u ANNDT TM NO : (250-050-97-1)-9 TO: Department Addressed FROM: H.P. Barker, Jr. Chief, Bureau of Procurement and Contracts Management SUBJECT: Contract No. 250-050-97-1 Title: Midrange & Mainfi-ame Computers Please make the following changes in the subject contract: Delete: List of Contractors, Award Index (Page 19), 21, 29, 33-43 Add: *List of Contractors, Award Index (Page 19), 21, 29, **33, 34-44 *(Rev 28 Oct 99) **(New 28 Oct 99) Revised to reinstate Oce to the contract and update ordering instructions. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonnie Allen at (850) 487-2304, Suncom 277-2304, allPnv dms_vtntP_fl n-, HPB/va/hnb Suite 315 October 5, 1999 jv WOR AN17i TX4 NO-: (250-050-97-1)-8 TO: Department Addressed FROM: H.P. Barker, Jr. Chief, Bureau of Procurement and Contracts Management SUBJECT: Contract No. 250-050-97-1 Title: Computers: Midrange and Mainframe Please make the following changes in the subject contract: Delete: Certification of Contract, Page 26 Add: *Certification of Contract, Page 26 *(Rev 5 Oct 99) Subject contract has been extended to November 1, 2000 at the same terms and conditions. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonnie Allen at 850-487-2304, Suncom 277-2304, Suite 315 September, 7, 1999 MEMOR ANDT TM NO: (250-050-97-1)-7 TO: Department Addressed FROM: H.P. Barker, Jr. Chief, Bureau of Procurement and Contracts Manager SUBJECT: Contract No. 250-050-97-1 Title: Midrange & Mainframe Computers Please make the following changes in the subject contract: Delete: List of Contractors, Award Index, 19-40 Add: List of Contractors, Award Index, 19-43 *(Rev 3 Sept. 99) Effective Aug 30, Amdahl Corporation and EMC2 Corporation are reinstated as contractors. Storage Technology's address changed. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonnie Allen at 487-2304, Suncom 277-2304, a11Pnv dms .state fl us HPB/va/kla Suite 315 July 20, 1999 (250-050-97-1)-6 TO: Department Addressed FROM: H.P. Barker, Jr., CPPO Chief, Procurements and Contract Manager SUBJECT: Contract No. 250-050-97-1 Title: Midrange and Mainframe Computers Please make the following changes in the subject contract: Delete: Certification of Contract, List of Contractors, pgs. 19-40 Add: Certification of Contract, List of Contractors, pgs. 19-41 * *(Rev 20 July 99) The following company has been added to this contract: Clariion Advanced Storage Solutions Any questions or problems in delivery or service that may arise regarding this contract should be directed to Vonnie Allen at (850)187-2304, Suncom 277-2304, e-mail: all V dmc state f us HPBva/meb Suite 315 May 28, 1999 MRMOR ANDI TM NO : (250-050-97-1)-5 TO: Department Addressed FROM: H. P. Barker Jr., CPPO Acting Director, Division of Purchasing SUBJECT: Contract No. 250-050-97-1 Title: Computers: Midrange & Mainfxame Subject contract has been renewed through May 31, 2000 at the same prices, terms and conditions. Delete: Certification of Contract, List of Contractors, Pages 19-46 Add: *Certification of Contract, List of Contractors, Pages 19-40 *(Rev 28 May 99) The following contractors were not renewed: Amdahl Corporation, Bull Worldwide Information Systems, EMC Corporation, Network Systems Sales, and OCE Printing Systems. Any questions or problems in delivery or service that may arise regarding this contract should be directed to David Comer at (850) 487-4196, Suncom 277-4196, E-Mail mailto: enmerd4dms state_flais Suite 315 March 31, 1999 MPMOR ATIMI TM VQ : (250-050-97-1)-4 TO: Department Addressed FROM: George C. Banks, CPPO Director, State Purchasing SUBJECT: Contract No. 250-050-97-1 Title: Midrange & Mainframe Computers Please make the following changes in the subject contract: Delete: Pages 21, 22, 25, 26, 29, 30, 37 & 38 Add: Pages *21, 22, 25, *26, *29, 30, *37 & 38 *(Rev 31 Mar 99) The contract has been revised to include updated ordering instructions and authorized resellers. Any questions or problems in delivery or service that may arise regarding this contract should be directed to David Comer at (850) 487-4196, Suncorn 277-4196, E-mail: (4dms state fl „s GCB/dc/lmb Suite 315 December 4, 1998 MFMQRANDITM Nn : (250-050-97-1)-3 TO: Department Addressed FROM: George C. Banks, CPPO Director, State Purchasing SUBJECT: Contract No. 250-050-97-1 Title: Midrange and Mainframe Computers Please make the following changes m the subject contract: Delete: Pages 26, 29-44 Add: *Pages 26, 29-30, **31, 32-36, **37, 38-46 *(Rev 04 Dec 98), **(New 04 Dec 98) The contract has been revised to include updated ordering instructions and authorized resellers. Any questions or problems in delivery or service that may arise regarding this contract should be directed to David Comer at (850) 487-4796, Suncom 277-4196, FrMail enme.44dmC_state _fl_uc GCB/dc/crw Suite 315 October 1, 1998 MFMQR AT -MI IM NO : (250-050-97-1)-2 TO: Department Addressed FROM: George C. Banks, CPPO Director, State Purchasing SUBJECT: Contract No. 250-050-97-1 Title: Midrange and Mainframe Computers Please make the following changes in the subject contract: Delete: List of Contractors, 19, 20, 31-43 Add: *List of Contractors, *19, 20, 31, *32, 33, 34, **35, 36-44 *(Rev 5 Oct 98) **(New 5 Oct 98) Effective October 5, 1998, Storage Technology Corporation is reinstated as a contractor. Any questions or problems in delivery or service that may arise regarding this contract should be directed to David Comer at (850) 487-4196, Suncorn 277-4196, E-Mail GCB/dc/crw Suite 315 May 22, 1998 tv EMOR ANnr TM NO: (250-050-97-1)-1 TO: Department Addressed FROM: George C. Banks, CPPO Director, Division of Purchasing SUBJECT: Contract No. 250-050-97-1 Title: Midrange and Mainframe Computers Subject contract has been renewed through May 31, 1999. Terms and conditions have been updated to include Year 2000 special condiditons. Delete: Certification of Contract, List of Contractors, and Pages 14-45 Add: *Certification of Contract, *List of Contractors, and Pages * 14-43 *(Rev 22 May 98) The following companies were not renewed: Data Agents Incorporated, Idea Courier Incorporated, Marketex Computer Corporation, Stratus Computer Incorporated, Storage Technology Corporation, and Tandem. Computers Incorporated. Any questions or problems in delivery or service that may arise regarding this contract should be directed to David Comer at (850) 487-4196, Suncom 277-4196, E-Mail mailto: GCB/dc/crw Suite 315 TITLE: Computers: Midrange and Mainframe CONTRACT NO.: 250-050-97-1 BID NO.: 31-250-050-B EFFECTIVE: rune 1, 1997 through October 31, 2001 (Rev 31 Oct 00) CONTRACTOR(S): See Attached SUPERSEDES: 250-050-94-1 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF DAVID COMER AT (850) 4874196 SUNCOM 2774196 E-MAIL mailto: (Rev 12 Oct 00) A. AT TMDET - Upon affirmative action taken by the State of Florida Department of Management Services on May 22, 1997, a contract has been executed between the State of Florida and the designated contractors. B. FAT - This contract was entered into to provide economies in the purchase of Computers: Midrange and Mainfrarne by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. OR DER ING INSIR I ICTICINS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) Exhibit "B 7 k Cl) \ ■ � 222� SBB0) Q) woim o � r Z-1 27 o\ c m= � m 2 7 d LO ¥ I o ® % , $ / f 7 7 ƒ / / / 2 . oq _ c3 f# 3q k / �40401�w ... . g . ..... . § w E k q / m% ƒ 0)CL co ~ 7 7 E Z ƒ .. k 7 It / \ o �0 § cocc o G 22 . . _ 2 / �CD U ..... ...... ..�. a e L. f o C /� cok0 (D k§/ 2 % kf CD 2 § CD § fu/$ °0. v �0 0 § � k �� o . � K � 0 A /// 0 0 Lz $ 5 0ƒ 3/ k O 0 0 f o° S% s E_ g/ k\\ @ g g 9 O 2 Im K 2 U■ ����_ƒLR>wReQ Exhibit "B" Z) -0 U C LB N L co E _ N y � U o v U c V c 0 0 0 0 O O 0 0 0 0 O cp a)d 0 d 0 O O O d 0 0 © r E co co 00 0d OO(Ou70(O 0C)0)0)004 Re MO m N a) Nu) I-- U.) NN�tN�t ll co o o (,) m It co T C7 r T T T M N O T Q co m� !A M m C CU M CO (D co O U T O O 19t LO N LO N J' O� (C7 O) m N (0D d N 0 N N O 1- LO c d9 69 69 ca U C U C 75 c U c 75 C 69 6H E9 6R 69 69 iR 61) d'1 CD U) a) C O .7 U 7•, a E N U) Li . @ C5 c o 3 o cndg .0) : a) o Jyc o a Ev cQ O L,p E U 7 O a) u~j L a) O tfj 06 U� >, O p O U O Q a) U V U N U) x Q) c) O r C (7 Dip — N ro aa)) o cn u> L o' a m¢ E v) m N C E (ate E �N m �'t pW❑ cm c m c) ca (n a, to '° 0 't� 0 (a �Y a) Mid©V n) a� 0.0 _j ¢Jpmco a L �W U) ¢ cu Q r C [' C a,m +� N^ C� /r T r r ��/� (�� T_ T /ry U-) ,mow Qi r- o C co > 0 �u� E xVU p a 0 � cn�C1U) au)Q � � as-ca c J a ° °' Ep c a�cK �N carnrnrncnrnrnrnO)cornrn►n m o o @ ai (D 3C4V' cu❑ U) CO titiI-I-c�cio����r-�ti VO �aaf2 S W »rU Qh cncO(OInu)LO10LO�LOLOLO(n H❑ z -D a �U) a a� 0 L M� Exhibit " B" MSSI AS/400 System Rise to Rise Service Scope of Services The MSSI AS/400 System Risc to Risc Service provides a services specialist, at your site, to assist you in transitioning from your current AS/400 to your new PowerPC based AS/400. We will work with you to develop and execute a customized transition plan and perform post - installation verification. This Service does not address the capability of your systems to handle date data within and between the twentieth and twenty-first centuries. Please refer to IBM Product Specifications to determine whether IBM Products are Year 2000 ready. Our Responsibilities MSSI will: • plan, with your representative, the transition from your current AS/400 to your new PowerPC based AS/400 including: - reviewing your preparedness to implement the selected transition method - perform V4R5M0 release upgrade on the model 500 • review your save and restore strategy and make recommendations for change if applicable • coordinate our tasks with the installation of your new PowerPC based AS/400 • gather/save and move system parameters, values, and other required system information to the new system • configure DASD devices • restore the license internal code • restore the AS/400 operating system • implement RAID and mirroring if applicable • restore your saved data • onsite for two full days of operations - verify that the new AS/400 is correctly configured and perform a post -installation system verification perform any skills transfer or training on the new release or hardware Our responsibilities are completed when your PowerPC based As/400 is installed and operational. Exhibit " B" Your Responsibilities You agree to: • designate a representative who will be the focal point for all Communication with us relative to this project and will have the authority to act on your behalf in matters regarding this project • have the latest ptf s installed • provide suitable workspace with telephone access for our services specialist while working on your premises • provide AS/400 user ID's and passwords required to enable us to perform this Service • provide access to the AS/400 system during the hours we agree upon • perform all DASD relocation • contact all third party vendors regarding the transition to confirm that other existing hardware and software will be compatible with the new system and process any necessary changes • save the entire system following the transition Charges You will be invoiced for this Service upon completion of our responsibilities. Exhibit " B" City of Tamarac Proposed Timeline "As/400 Model 500 to Model 820 Upgrade" Weekend One: ❖ Responsibility — City of Tamarac Cleanup DASD on the Model 500. Weekend Two/Friday Evening: :• Responsibility — City of Tamarac ❖ Use the Save Menu Option 21 to save Entire System. • Perform Entire System Save. Weekend Two/Saturday_: ❖ Responsibility — Keith/MSSI,City of Tamarac :• V4R3M0 to V4R5M0 Release Upgrade. ❖ Using Automatic or Manual Installation. • Install the Licensed Internal Code. • Install the Operating System. • Install License Programs. • Install latest cumulative ptf's. ❖ Verify that the As/400 (Model 500) is performing correctly. ❖ Use the Save Menu Option 21 to save Entire System. + Perform Entire System Save Weekend Three/Friday Evening: ❖ Responsibility — Keith/MSSI,City of Tamarac •:+ Prior to Performing the System Save. • Print current Disk Configuration. + Print the Logical Partition Configuration if using logical partitions. Exhibit "B" * Print the History Log if you are using it or required keeping it. • Print the System Information. • Print a list of directories in the root directory. Use the Save Menu Option 21 to save Entire System. • Perform an Entire System Save. Weekend Three/Saturday: ❖ Responsibility — Keith/MSSI,City of Tamarac •3 Restore the Licensed Internal Code. ❖ Configure DASD devices. ❖ Implement Raid or mirroring if applicable ❖ Restore the Operating System. ❖ Restore License Programs. ❖ Restore Saved User data. •'• Resolve Resource Name conflicts. ❖ Verify that the new As/400 (Model 820) is correctly configured and performing correctly. Weekend Three/Saturday Evening or Sunday: ❖ Responsibility — City of Tamarac ❖ Use the Save Menu Option 21 to save Entire System. Perform Entire System Save. Weekend Three/Monday and Tuesday: ❖ Responsibility — Keith/MSSI,City of Tamarac ❖ Onsite on Monday in case of any technical problems arise. ❖ Any skills transfer or training on V4R5M0 or the new hardware. Note: It is difficult to accurately estimate the amount of time needed to install a new release of software. Many variables combine to create a unique set of circumstances for each system. Exhibit "B" Note: Dates are to be determined and scheduled with the City of Tamarac. No dates can be decided on until the Model 500 cleanup has been completed and there is enough space for the V4R5M0 Release Upgrade. Note: Assigning of responsibilities is subject to change. Exhibit "C" Marketing Announcement August 1, 2000 IBM AS/400e — for Extreme Business Replacement Rebate Promotion The Offer For a limited time only, if you have a qualifying AS/4006 940x Model B, P, C, T, D, E, F, Y10, 135, 140, 100, 2xx, 3xx, 4xx, 5xx, or non -IBM machine installed and in productive use as of August 1, 2000, and you purchase a new eligible AS/400eTM -- for Extreme Business 9406 Model 170, 270, 7xx, or 8xx as a replacement for the qualifying machine, you can receive a rebate that is equal to 5% or 10% of the purchase (invoice/bill of sale) price of the replacement machine, depending on the model and processor feature purchased. For a list of eligible products, refer to the Qualifying/Eligible Products section. Start and/or End Dates Your order for the eligible replacement machine must be placed on or before December 20, 2000. The Date of Installation (purchase date), as defined in the IBM Customer Agreement or any equivalent IBM agreement, must occur on or after August 1, 2000, but no later than January 15, 2001, Where is it available? This promotion is available only in: • the United States (including Puerto Rico) • Canada • Caribbean North countries If you are a U.S. commercial, state or local government, or education customer, you can participate. If you are a U.S. federal government customer, call 800-333-6705 to determine eligibility. For ordering, contact: Your IBM representative, an IBM Business Partner, or IBM Americas Call Centers at 800-IOM-CALL I Reference: AE001 This announcement is provided for your information only. For additional information, contact your IBM representative, call 800-IBM-4YOU, or visit the IBM home page at: http://www.ibm.com. IBM United States IBM is a registered trademark of International Business Machines Corporation. 300-103 Exhibit "C" Qualifying/Eligible Products Qualifying Replaced Products IBM Machines Machine Machine Machine Type Model Type Model Type Model 940x 810 940x E45 940x 200 940x B20 940x E50 940x 236 940x B30 940x E60 940x 30S 940x B35 940x E70 940x 300 940x B40 940x E80 940x 310 940x 845 940x E90 940x 320 940x B50 940x E95 940x 4HE 940x B60 940x F02 940x 4HG 940x B70 940x F04 940x 4HL 940x C04 940x F06 940x 4HS 940x C06 940x F10 940x 4SE 940x C10 940x F20 940x 4SG 940x C20 940x F25 940x 4SL 940x C25 940x F35 940x 4SS 940x D02 940x F45 940x 4TG 940x D04 940x F50 940x 4TL 940x D06 940x F60 940x 40E 940x D10 940x F70 940x 40G 940x D20 940x F80 940x 40L 940x D25 940x F90 940x 40S 940x D35 940x F95 940x 400 940x D45 940x F97 940x 41E 940x D50 940x P10 940x 41G 940x D60 940x P20 940x 41L 940x D70 940x P30 940x 42E 940x D80 940x P35 940x 42G 940x E02 940x P40 940x 42L 940x E04 940x P45 940x 436 940x E06 940x T10 940x 50S 940x E10 940x T20 940x 500 940x E20 940x T25 940x 510 940x E25 940x Y10 940x 53S 940x E35 940x 135 940x 530 940x 20S Non -IBM Machines The non -IBM machines listed below qualify as a replaced machine when an eligible AS/400 9406 Model 170/270 or 7xx/8xx is the replacement machine HP Machines Unisys Machines 3000-9XX A6 9000-T5XX All 9000-KXXX Al2 9000-JXXX A14 9000-8XX/XXX A15 9000-1 XXX A16 9000-03XX A17 9000-VXXXX A18 9000-NXXXX A19 9000-LXXXX B7900 9000-FXXX System/80-15 9000-GXXX System/80-10 9000-HXXX System/80-20 9000-IXXX System/80-50 9000-1-2000 V3XX V4XX V5XX 1100/XX 2200/XXX U6000/XX U7000/XX XE5XX 300-103 -2- Exhibit "C" DEC/Compaq Machines AlphaServer 2000 ProLiant 3000 AlphaServer 2100 ProLiant 3000R AlphaServer 2105 ProLiant 4000 AlphaServer 4000 ProLiant 4000R AlphaServer 4100 ProLiant 5000 AlphaServer 8200 ProLiant 5000R AlphaServer 8400 ProLiant 5500 AXP10000 ProLiant 550OR AXP4000 ProLiant 6000 AXP7000 ProLiant 640OR AlphaStation 250 ProLiant 6500 AlphaStation 255 ProLiant 7000 AlphaStation 500 ProLiant 7000R AlphaStation 600 ProLiant 8000 FT3000 ProLiant 8500 VAXFT AlphaServer DS20 VAX10000 AlphaServer DS20E VAX11/780 AlphaServer ES40 VAX11/782 AlphaServer GS60 VAX11/785 AlphaServer GS60E VAX4000 AlphaServer GS140 VAX6XXX VAX7000 VAX8XXX VAX9000 Sun Machines UE3000 UE3500 UE4000 UE4500 UE5000 UE5500 UE6000 UE6500 U E 10000 Tandem Machines Himilaya Non -Stop Unix Integrity Non -Stop Unix The non -IBM machines listed below qualify as a replaced machine when an eligible AS/400 9406 Model 170 or 270 is the replacement machine. HP Machines Unisys Machines DN10000 MICRO A 3000-3 Al 3000-3X A3 3000-4X A4 3000-5X A5 3000-6X A6 3000-7X A7 3000-8XX A9 9000-E25 A10 9000-E35 System/80-3 9000-DXXX System/80-4 9000-3XX System/80-5 9000-4XX System/80-6 9000-6XX System/80-7 9000-7XX System/80-8 9000-8XX U5000/XX 9000-AXXX 9000-RXXXX 9000 - L1000 -3- 300-103 DEC/Compaq Machines Exhibit "C" AlphaServer 400 AlphaServer 1000 AlphaStation 200 AlphaStation 400 AXP 200 AXP 250 AXP 400 AXP2000 AXP3000 DECSTATION-5000 DECSYS MICROVAX VAX11/725 VAX11 /730 VAX11 /750 PDP11 AlphaServer 300 AlphaServer 800 AlphaServer 1200 AlphaServer DS10 AlphaStation XP900 AlphaStation XP1000 DPW 500AU DPW 600AU ProLiant 400 ProLiant 800 ProLiant 85OR ProLiant 1000 ProLiant 1000R ProLiant 1200 ProLiant 1500 ProLiant 150OR ProLiant 1600 ProLiant 160OR ProLiant 1850R ProLiant 2000 ProLiant 2000R ProLiant 2500 ProLiant 250OR ProSignia 7XX Server ProLiant ML350 ProLiant ML370 ProLiant ML530 ProLiant ML330 ProLiant DL380 ProLiant NeoServer 150 ProLiant CL380 The non -IBM machines listed below qualify as a replaced machine when an eligible AS/400 9406 Model 170/270 or 720/820 is the replacement machine. Sun Machines Sun Enterprise 220R Sun Enterprise 250 The non -IBM machines listed below qualify as a replaced machine when an eligible AS/400 9406 Model 170/270, 720/820, or 730/830 is the replacement machine. Sun Machines Sun Enterprise 420R Sun Enterprise 450 Eligible Replacement Products Machine Processor Type Model Feature Rebate 9406 170 Any"" 10% 9406 270 Any 5% 9406 720 Any 10% 9406 730 Any 10% 9406 740 Any 10% 9406 820 Any"' 10% 9406 830 Any 10% 9406 840 Any 10% —Exceptions: 9406 170 2289 Not eligible for a rebate. 9406 820 2425 5% 9406 820 2426 5% 9406 820 2427 5% Additional Information/Conditions At least 50% or more of the workload from the qualifying replaced machine must be migrated to the eligible replacement machine in order to qualify. This promotion can be combined with other applicable IBM discounts or allowances on the eligible products but does not apply to demonstration/development acquisitions. This promotion can also be combined with the IBM AS/400e -- for Extreme Business Tour Rebate Promotion offered to attendees at AS/400e for Extreme Business Tour events. This promotion cannot, however, be combined with other IBM rebates. You agree to acquire hardware products under this promotion for your own use and not for remarketing, leasing or transferring to a third party, unless you are arranging lease -back financing for the hardware products. 300-103 -4- Exhibit "C" In Canada, you are responsible for all applicable taxes such as Goods and Services Tax (GST), Quebec Sales Tax (QST) and other sales or value-added taxes which are extra. IBM reserves the right to modify or withdraw this promotion at any time. This promotion is subject to the terms and conditions of any applicable Agreements. Order Now United States Use Priority/Reference Code: AE001 Phone: 800-IBM-CALL Fax: 800-21BM-FAX Internet: ibm_direct@us.ibm.com Mail: IBM Atlanta Sales Center Dept. AE001 P.O. Box 2690 Atlanta, GA 30301-2690 You can also contact your local IBM Business Partner or IBM representative. To identify them, call 800-IBM-4YOU. IBM Authorized Business Partners may offer terms, including prices, different from those outlined in this announcement. Canada Phone: 800-IBM-CALL Fax: 1-800-565-6612 Internet: www.can.ibm.com/shopibm Mail: IBM 105 Moatfield North York Ontario, Canada M313 3R1 Priority Code: TSBOA019 Trademarks AS/400e is a trademark of International Business Machines Corporation in the United States or other countries or both. AS/400 is a registered trademark of International Business Machines Corporation in the United States or other countries or both. Other company, product, and service names may be trademarks or service marks of others. -5- 300-103 Exhibit "C" __ IBM AS/400e —for Extreme Business Replacement Promotion Rebate Request Form To qualify for your rebate, you must have had a qualifying AS/400 940x Model B, P, C, T, D, E, F, Y10, 135, 140, 100, 2xx, 3xx, 4xx, 5xx, or non -IBM machine installed and in productive use as of August 1, 2000, and purchased a new eligible AS/400e -- for Extreme Business 9406 170, 270, 7xx, or 8xx as a replacement for the qualifying machine. The rebate is equal to 5% or 10% of the purchase (invoice/bill of sale) price of the replacement machine, depending on the model and processor purchased. Qualifying Replaced Products IBM Machines Machine Machine Machine Type Model Type Model Type Model 940x B10 940x E45 940x 200 940x B20 940x E50 940x 236 940x B30 940x E60 940x 30S 940x B35 940x E70 940x 300 940x B40 940x E80 940x 310 940x B45 940x E90 940x 320 940x B50 940x E95 940x 4HE 940x B60 940x F02 940x 4HG 940x B70 940x F04 940x 4HL 940x C04 940x F06 940x 4HS 940x C06 940x F10 940x 4SE 940x C10 940x F20 940x 4SG 940x C20 940x F25 940x 4SL 940x C25 940x F35 940x 4SS 940x D02 940x F45 940x 4TG 940x D04 940x F50 940x 4TL 940x D06 940x F60 940x 40E 940x D10 940x F70 940x 40G 940x D20 940x F80 940x 40L 940x D25 940x F90 940x 40S 940x D35 940x F95 940x 400 940x D45 940x F97 940x 41E 940x D50 940x P10 940x 41G 940x D60 940x P20 940x 41L 940x D70 940x P30 940x 42E 940x D80 940x P35 940x 42G 940x E02 940x P40 940x 42L 940x E04 940x P45 940x 436 940x E06 940x T10 940x 50S 940x E10 940x T20 940x 500 940x E20 940x T25 940x 510 940x E25 940x Y10 940x 53S 940x E35 940x 135 940x 530 940x 20S Non -IBM Machines The non -IBM machines listed below qualify as a replaced machine when an eligible AS/400 9406 Model 170/270 or 7xx/8xx is the replacement machine HP Machines Unisys Machines 3000-9XX A6 9000-T5XX All 9000-KXXX Al2 9000-JXXX A14 9000-8XX/XXX A15 9000-1XXX Alb 9000-D3XX A17 9000-VXXXX A18 9000-NXXXX A19 9000-LXXXX B7900 9000-FXXX System/80-15 9000-GXXX System/80-10 9000-HXXX System/80-20 9000-IXXX System/80-50 300-103 -6- Exhibit "C" HP Machines Unisys Machines 9000-1-2000 V3XX V4XX V5XX 1100/XX 2200/XXX U6000/XX U7000/XX XE5XX DEC/Compaq Machines AlphaServer 2000 ProLiant 3000 AlphaServer 2100 ProLiant 3000R AlphaServer 2105 ProLiant 4000 AlphaServer 4000 ProLiant 4000R AlphaServer 4100 ProLiant 5000 AlphaServer 8200 ProLiant 5000R AlphaServer 8400 ProLiant 5500 AXP10000 ProLiant 550OR AXP4000 ProLiant 6000 AXP7000 ProLiant 640OR AlphaStation 250 ProLiant 6500 AlphaStation 255 ProLiant 7000 AlphaStation 500 ProLiant 7000R AlphaStation 600 ProLiant 8000 FT3000 ProLiant8500 VAXFT AlphaServer DS20 VAX10000 AlphaServer OS20E VAX11/780 AlphaServer ES40 VAX11/782 AlphaServer GS60 VAX111785 AlphaServer GS60E VAX4000 AlphaServer GS140 VAX6XXX VAX7000 VAX8XXX VAX9000 Sun Machines UE3000 UE3500 UE4000 UE4500 UE5000 UE5500 U E6000 UE6500 UE10000 Tandem Machines Himilaya Non -Stop Unix Integrity Non -Stop Unix The non -IBM machines listed below qualify as a replaced machine when an eligible AS/400 9406 Model 170 or 270 is the replacement machine. HP Machines Unisys Machines DN10000 MICRO A 3000-3 Al 3000-3X A3 3000-4X A4 3000-5X A5 3000-6X A6 3000-7X A7 3000-8XX A9 9000-E25 A10 9000-E35 System/80-3 9000-OXXX System/80-4 9000-3XX System/80-5 90004XX System/80-6 -7- 300-103 Exhibit "C" HP Machines Unisys Machines 9000-6XX System/80-7 9000-7XX System/80-8 9000-8XX U5000/XX 9000-AXXX 9000-RXXXX 9000 - L1000 DEC/Compaq Machines AlphaServer 400 ProLiant 400 AlphaServer 1000 ProLiant 800 AlphaStation 200 ProLiant 850R AlphaStation 400 ProLiant 1000 AXP 200 ProLiant 1000R AXP 250 ProLiant 1200 AXP 400 ProLiant 1500 AXP2000 ProLiant 150OR AXP3000 ProLiant 1600 DECSTATION-5000 ProLiant 160OR DECSYS ProLiant 185OR MICROVAX ProLiant 2000 VAX11/725 ProLiant 2000R VAX11/730 ProLiant 2500 VAX11/750 ProLiant 250OR PDP11 ProSignia 7XX Server AlphaServer 300 ProLiant ML350 AlphaServer 800 ProLiant ML370 AlphaServer 1200 ProLiant ML530 AlphaServer DS10 ProLiant ML330 AlphaStation XP900 ProLiant DL380 AlphaStation XP1000 ProLiant NeoServer 150 DPW 500AU ProLiant CL380 DPW 600AU The non -IBM machines listed below qualify as a replaced machine when an eligible AS/400 9406 Model 170/270 or 720/820 is the replacement machine. Sun Machines Sun Enterprise 220R Sun Enterprise 250 The non -IBM machines listed below qualify as a replaced machine when an eligible AS/400 9406 Model 170/270, 720/820, or 730/830 is the replacement machine. Sun Machines Sun Enterprise 420R Sun Enterprise 450 Eligible Replacement Products Machine Processor Type Model Feature Rebate 9406 170 Any** 10% 9406 270 Any 5% 9406 720 Any 10% 9406 730 Any 10% 9406 740 Any 10% 9406 820 Any 10% 9406 830 Any 10% 9406 840 Any 10% **Exceptions: 9406 170 2289 Not eligible for a rebate. 9406 820 2425 5% 9406 820 2426 5% 9406 820 2427 5% 300-103 -8- Exhibit "C" At least 50% or more of the workload from the qualifying replaced machine must be migrated to the qualifying replacement machine in order to qualify. 1. The rebate is valid only for eligible AS/400 replacement machine purchases made on or after August 1, 2000, but no later than January 15, 2001. 2. As proof of purchase, send a copy of the invoice or bill of sale for the eligible replacement AS/400 9406 Model($) to the IBM Redemption Center at the address listed below. • Your invoice/bill of sale must be either typewritten or computer -generated. Handwritten or altered documents will not be accepted. • The name and company appearing on this form must match the information provided on the invoice/bill of sale. 3. To qualify for the rebate, this form and requested documentation must be received on or before March 15, 2001 at: IBM Redemption Center Carlson Marketing Group 12755 State Highway 55 Mail Stop 8280 Minneapolis, MN 55441-4442 Fax number: 800-936-3602 Attn: IBM AS/400e -- for Extreme Business Replacement Rebate Promotion To receive a confirmation of receipt of the rebate request, you should provide your e-mail address in the space provided on this request form. To check on the status of a rebate request, you should call 800-599-0285 and reference the "AS/400e —for Extreme Replacement Rebate Promotion." 4. Any Rebate Request forms lost or misdirected by the Postal Service or other delivery service are not the responsibility of IBM or the IBM Redemption Center, 5. Allow up to eight weeks for your rebate check to arrive. 6. This promotion is void wherever prohibited or restricted by law. 7. IBM reserves the right to modify or withdraw this promotion at any time. To receive your rebate please complete the following: Replacement Machine Acquired Machine Serial Type Model Number Replaced Machine U.S. Purchase Price Machine Vendor Type Model Canada Serial Number -9- 300-103 Exhibit " U Name (please print): Company (if appropriate): Address: Mailing Address (if different): City: Zip/Postal Code: e-mail Address: State Province: Daytime Phone: At your option your rebate check can be made payable to someone else, such as, an Authorized IBM Business Partner. Provide the appropriate information below. Make Check Payable To: Address: I certify by my signature that the information I have entered on this Rebate Request is accurate and complete and that submission of this form is in accordance with the Rebate Request instructions. I also certify that the eligible replacement AS/400 Model(s) replaced a qualifying machine that was installed and in productive use as of August 1, 2000. Signature: Date: Year 2000 Readiness Disclosure Statements made in this announcement regarding Year 2000 are "Year 2000 Readiness Disclosures" under the Year 2000 Information and Readiness Disclosure Act of 1998, a U.S. statute enacted on October 19, 1998. 300-103 -10-