Loading...
HomeMy WebLinkAboutR-00-1017J-00-992 1116100 RESOLUTION NO. 0 0 - 10 1 "Y A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE ACQUISITION OF MOBILE DIGITAL COMPUTERS ("MDC's"), DESKTOP COMPUTERS, SERVERS, SOFTWARE, RELATED EQUIPMENT, AND SERVICES FOR THE DEPARTMENT OF POLICE FROM UNISYS CORPORATION AND OTHER VENDORS, UNDER EXISTING STATE OF FLORIDA CONTRACT NOS. 250-040-99-1, 250-050-97-1, 973-561-99-1, AND THE STATE NEGOTIATED AGREEMENT PRICE SCHEDULES ("SNAPS") CONTRACT NOS. 2501738-1 AND 2501937-1, AND ANY EXTENSIONS THERETO, IN AN AMOUNT NOT TO EXCEED $3,999,633; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 312032, IN THE. AMOUNT OF $2,150,451; CAPITAL IMPROVEMENT PROJECT NO. 312010, IN THE AMOUNT OF $166,230; AND THE COPS MORE `98 GRANT, SPECIAL REVENUE FUND, ACCOUNT CODE NO. 142025.290512.6.840, IN THE AMOUNT OF $1,682,952.00. WHEREAS, the Department of Police requires the acquisition of Mobile Digital Computers ("MDC's"), desktop computers, servers, software, related equipment, and services to provide access to the Florida Criminal Information Center ("FCIC") and the National Crime Information Center ("NCIC") and provide MDC's for more patrol officers; and CITY COICUSSION MEETING 'OF NOV 1 6 2000 Resolution No. WHEREAS, the initial phase of the'MDC's Project has provided for the issuance of MDC's to 400 patrol officers which allow the officers to more efficiently enter their reports.from the field; and WHEREAS, the MDC's will provide access to the FCIC and NCIC which will reduce radio traffic and the workload of dispatchers; and WHEREAS, funds are available from . Capital Improvement Project No. 312032, in the amount of $2,150,451; Capital Improvement Project No. 312010, in the amount of $166,230; and the Cops More `98 Grant, Special Revenue Fund, Account Code No. 142025.290512.6.840, in the amount of $1,682,952; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference and incorporated as if fully set forth in this Section. Section 2. The acquisition of Mobile Digital Computers ("MDC's"), desktop computers, servers, software, related equipment, and services for the Department of Police from Unisys Corporation and other. vendors, under existing State of Florida Contract Nos. 250-040-99-1, 250-050-97-1, 973-561-99-1, and. the State Negotiated Agreement Price Schedules ("SNAPS") Contract Nos. 2501738-1 and 2501937-1, and any extensions thereto, in a total amount not to exceed $3,999,633, is hereby approved, with Page 2 of 3 funds therefor hereby allocated from Capital Improvement Project No. 312032, in the amount of $2,150,451; Capital Improvement Project No. 312010, in the amount of $166,230; and the COPS More `98 Grant, Special Revenue Fund, Account Code No. 142025.290512.6.840, in the amount of $1,682,952.00. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 16th day of November 2000. JOE CAROLLO, MAYOR h, aczordance with Miami Code Sec. 2-305, since the Mayor did not indicate approve I of ATTEST : Vs legislation by signing it in the designated pl. - provldt:d aid l"gisic�-°' becomes effective with the elapse; of ten (1 days ns�� ti,� d� e o' Cor 9cn �.d`Eon warding same, without the May exerc' i a to WALTER J. FOEMAN CITY CLERK W lter JA86PanCity Clerk APPROV A 'TO AND CORRECTNESS e JA`DRO VILARELLO CIT ATTORNEY 837:1g:LB:BSS 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 CITY OF MIAMI, FLORIDA 33 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission RECOMMENDATION DATE : NOV 2 - L000 FILE: SUBJECT: Proposed Resolution REFERENCES: Mobile Digital Computers ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution, with attachments, authorizing the acquisition of Mobile Digital Computers ("MDCs"), desktop computers, servers and related equipment, plus software and services for the Department of Police from Unisys Corporation, and other vendors, under existing State of Florida Contract Numbers 250-040-99-1, 250-050-97-1, 973-561-99-1, and SNAPS Contract Nos. 2501738-1 and 2501937-1. Funding for this purchase is the amount of $3,999,633 is to be provided from the Capital Improvement Project (CIP) No. 312032, in the amount of $2,150,451, CIP Project No. 312010, in the amount of $166,230, and the COPS MORE 98 Grant, Special Revenue Fund, Account Code No. 142025.290512.6.840, in the amount of $1,682,952. BACKGROUND The Department of Police has been awarded an increase in grant monies from the U. S. Department of Justice's COPS MORE 98 program. The funds from this grant will be used to improve the department's technological response. Specifically, the funds will be used to purchase additional Mobile Digital Computers (MDCs), desktop computers, servers and related equipment, plus software and services. The MDCs will provide access from the Florida Criminal Information Center (FCIC) and the National Crime Information Center (NCIC), thus reducing radio traffic and workload of dispatchers. The MDCs will also allow the officers to be more efficient by allowing the entry of reports from the field. These time saving options should provide officers with more time to dedicate. towards "community policing" as required under the grant guidelines. Public Service Aides and the Crime Analysis function will also benefit from this acquisition, as it will enhance their capabilities. CG C/JLM/lr r .x IV*-) o-1 i C7 CITY OF MIAMI, FLORIDA. • INTER -OFFICE MEMORANDUM TO: Carlos A. Gimenez DATE: NOV 01 2000 City Manager SUBJECT: Mobile Digital Computers FROM : au M in z REFERENCES: of of Poli ENCLOSURES: FILE : LEG 7-2 The Police Department has verified that funds are available with the Department of Management & Budget to purchase Mobile Digital Computers (MDCs), desktop computers, servers and related equipment, software and services from Unisys Corporation, and other vendors, under an existing State of Florida Contract Nos. 250-040-99-1, 250-050-97-1, 973-561-99-1, and SNAPS Contract. Nos. 2501738-1 and 2501937-1, in the amount of $3,999,633. Funding is available from the following: Capital Improvement Project (CIP) No. 312032, in the amount of $2,150,451, CIP Project No. 312010, in the amount of $166,230, and the COPS MORE 98 Grant, Special Revenue Fund, Account Code No. 142025.290512.6.840, in the amount of $1,682,952. BUDGETARY REVIEW & APPROVAL: PlLin,4daHaskins Director Department of Management & Budget RM/BC/JLM/lr CIP REVIEW AND APPROVAL: -o P4fqS"aenz / CW Administrator Department of Management & Budget C Gf#AW Date �� Time i r-► 0r, o� a 3(avQo Amount of available in tip YIItINrIfTlbet by SIGNATURE -�.0JL 9 250-040-99-1 = Computers: Cl' tit Server Systems Page 1 of 2 • Computers: Client Server Systems 250-040-99-1 Effective: 7/1/98 through 6/30/01 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors 3Com Corporation http://w-w_w.3com.com ABC Computers. Inc. http:/hvtiv,,v.abc2000.com Acer America littp://wtiwv.acer.com Alcatel http://w_xv,�N_.usa.alcatel.com American Power Conversion http://vA,�N-w-.apce.com Amherst Corporate Computer http-1/w-ww.amherstl.com Apple Computers. Inc. http://www.apple.com Cabletron Systems and Service. Inc. htt :/p /ww-w.etron.com Cisco Systems, Inc. http://wwtiv.cisco.com Comark Government & Education Sales http://wwtiv.comark.com Compaq Computer Corporation http://www.compaq com Compucom Systems. Inc. http://,.Nrv«v.compucom.com Dell Marketing_L.P. http://w-w-w.dell.com Executive Source http://www.execsource.com/sfl2000 Gatewqy Companies, Inc. http://www.gateway.com Hayes Computer Systems http://w-w-w.hcs.com Hewlett-Packard Company http://www.hp.com IBM http://www.ibm.com Lexmark International http://www.lexmark.com Lucent Technologies http://www.lucent.com Marconi Communications http://w-Nvw.marconi.com NEC Computers, Inc. http://www.nec- computers.com -A.7 http://fcn.state.fl.us/st—contracts/250040991/ 10/17/2000 250-0.40-99-1 = Computers: Client Server Systems Page 2 of 2 Norte] Networks USA. Inc. http •//w-ww. nortelnetworks. com Pomeroy Computer Resources, Inc. http://www.pomerov.com Premio Computers Florida, Inc. http•//w-wvv preniiope coni Silicon Graphics Computer Systems http:H Aww v.sQi.com Southern Computer Supplies. Inc. http://wi,vw.southerncomputers.com Sun Microsystems Federal: Inc. http•//w,,vw.sun.com Unisys Comoration_ http•//w-w-w.unisys.com Visara. Inc. http://iAww.visara.com WIN Laboratories Ltd. http://wWw.win-labs.com . SNAPS II - SNAPS Agreement • Page 1 of 1 0 �.PiF�ui�,xm n. I help 1 411 1 feedback I directory 0 mail Governor Job Bush 11 Gov. Bush's E-Newsletter SNAPS AGREEMENT TITLE.: PANASONIC NOTEBOOKS/LAPTOPS AGREEMENT NUMBER :2501738 -1 TERM OF AGREEMENT: Begin date: 01-19-2000 End date: 01-18-2001 VENDOR: POMEROY COMPUTER RESOURCES 3740 ST JOHNS BLUFF RD S STE 19 JACKSONVILLE, FL 32224- SPURS NO: F311227808-002 MBE CODE: NON -MINORITY (A) CONTACT: JANE PETERS PHONE: 800-864-8684 COMMODITY CLASS: 250 COMMODITY GROUP: 040 DELIVERY: 30 Days ARO WARRANTY :Manufacturer APPROVED PRICE SCHEDULE & DATE: 1.) Price list eff. January 2000 Expire date: 01-18-2001 CONTACT VENDOR FOR COPY OF PRICE SCHEDULE & CONTRACT INFORMATION. Panasonic introduces a whole new dimension to rugged wireless mobile technology: revolutionary ultra - rugged ultra portables, each uniquely designed for demanding field conditions.Authorized dealer: Unisys Corp. - 1545 Raymond Diehl Rd, Tallahassee, FL 32308 Phone (770) 939-1186 contact person is Melanie Wise. Copyright© 2000 State Of Florida Privacy Statement 00-1017 http://fcn.state.fl.us/owa—snaps ... /snaps—www. agreements. show?agree_number str=250173 10/27/2000 �'®M�RC7Y �OMPUicR SOURCES 3740 St. Johns Bluff Road South JANUARY 2000 Suite 19 Jacksonville, FI 32224 Phone:904-565-2300 Fax 904-565-2312 Contact Our Government Team at 800-86478684 or Via Email @ StateofFlorida@Pomeroy.com �.:.^ __ ...,.,-.: . A. �...:N,,'w - 7_ 4 ac'i.. P <, . �:...:. .:.....,;..2sae.--p@t.T3s's'^.^�+e+.`.^..."y�r+anRi^.R3t•^f;...t...._+� ,.�'�+. •*• List Price TOUGHBOOK 17 W/ARDIS WIRELESS MODEM CF-17R42AAMARD 4495.00 TOUGHBOOK 17 W/BELL SOUTHWIRELESS MODEM CF-17R42AAMRAM 4495.00 TOUGHBOOK 17 CEL300 4GB 64MB 56K 8ATFT TOUCH W95 CF-17TR42AAM 3599.00 TOUGHBOOK 17 W/CDPD WIRELESS MODEM CF-17TR42AAMCDP 4585.00 TOUGHBOOK 34 CEL300 4GB 64MB 56K 8.4TCHSCN WNT CF-17TR42ACM 3720.00 TOUGHBOOK 17 CEL300 4GB 64MB 56K 8.4TCHSCN W98 CF-17TR42AEM 3599.00 A<c essories' Model Number Port.Replicator CF-VEB341 299.00 Battery Charger CF-VCB371 199.00 Battery Pack ' CF-VZSU15 259.00 Hand Strap/Shoulder Strap CF-VSS341 50.00 Carrying Handle o CF-VSH341 79.00 Litt Price TOUGHBOOK 27 P11300 6GB 6AMB 10ATFT TOUCHSCREEN TOUGHBOK 27 PI1300 6GB 64MB 10.4TFT TCHSCN W98 ` TOUGHBOOK 27 P11300 6GB 64MB 10.4TFT TCH W98 CDPD TB 27EA W/ARDIS WIRELESS MODEM TB 27EA W/BELL SOUTH WIRELESS MODEM TOUGHBOOK 27EA W.'SIERRA WIRELESS TOUGHBOOK 27 P11300 6GB 64MB 12.1TFT TOUCHSCREEN TOUGHBOOK 27 P11300 6GB 64MB 12.1 TCH W98 CDPD TB 27EB W/ARDIS WIRELESS MODEM TOUGHBOOK 27 P11300 6GB 64MB 12.1TFT TCHSCRN WNT TOUGHBOOK 27 P11300 6GB 12.1TCH 56K/SPKR/CDPD WNT TB 27EB W/BELL SOUTH WIRELESS MODEM TOUGHBOOK 27EB W/SIERRA WIRELESS TOUGHBOOK 27 P11300 6GB 64MB 12.1TCH 56K/SPKR/TEL TOUGHBOOK 27 PI1300 6AGB12.1TCH 56K/SPKR/TELW98 TOUGHBOOK 27 P11300 6.4GB12.1TCH 56K/SPKR/ADS W98 TOUGHBOOK 27 P11300 6AGB12.1TCH 56K/SPK/CDPD W98 TOUGHBOOK 27 P11300 6.4GB12.1TCH 56K/SPKR/RAM W98 TOUGHBOOK 27 P11300 6.4GB12.1TCH 56K/SPKR/ADS W95 TOUGHBOOK 27 P11300 6GB 12:1TCH 56K/SPKR/ADS WNT TOUGHBOOK 27 PI1300 6GB 12.1TCH 56K/SPKR/RAM WNT TOUGHBOOK 27 P11300 6.4GB12.1TCH 56K/SPKR/RAM W95 TOUGHBOOK 27 P11300 6GB 12.1TCH 56K/SPKR/TEL WNT TOUGHBOOK 27 P266MMX 4GB 32MB 10.4TFT TOUCHSCREEN TB 27RA W/BELL SOUTH WIRELESS MODEM TOUGHBOOK 27 P266MMX 4GB 32MB 10.4TFT TCH SIERRA TOUGHBOOK 27 P266MiMX 4GB 32MB 10.4TFT TOUCHSCREEN. TB 27RA48BAM W/ARDIS WIRELESS MODEM TB 27RA48BAM W/CDPD WIRELESS MODEM TB 27RA48BAM W/BELL SOUTHWIRELESS MODEM ' TOUGHBOOK 27 P266MMX 4GB 32MB 10.4TFT TCH SIERRA TOUGHBOOK 27 P266MMX 4GB 32MB 12.1TFT TB 27RJ W/ARDIS WIRELESS MODEM TB 27RJ W/BELL SOUTH WIRELESS MODEM CF-27EA6GCAM 3899.00 CF-27EA6GCAM98 3899.00 CF-27EASGCAM98CDP 4885.03 CF-27EA6GCAMADS 5095.00 CF-27EA6GCAMRAM 4795.00 CF-27EA6GCAMSIR 4885.00 CF-27EB6GCAM 4849.00 CF-27EB6GCAM98CDP 5835.00 CF-27EB6GCAMADS 5745.00 CF-27EB6GCAMNT 4970.00 CF-27EB6GCAMNTCDP 6306.00 CF-27EB6GCAMRAM 5745.60 , CF-27EB6GCAMSIR 5835.00 CF-27EB6GDAM 5199.00 CF-27EB6GDAM98 5199.00 CF-27EB6G1DAM98ADS 6095.00 CF-27EB6GDAM98CDP 6185.00 CF-27EB6GDAM98RAM 6095.00 CF-27EB6GDAMADS 6095.00 CF-27EB6GDAMNTADS 6216:00 CF-27EB6GOAMNTRAM 6216.00 CF-27EB6GDAMRAM 6095.00 CF-27EBGDAMNT 5320.00 CF-27RA48AAM 3525.00 CF-27RA48AAMRAM 4742.00 CF-27RA48AAMSIR 4510.00 CF-27RA48BAM 4899.00 CF-27RA48BAMADS 4922.00 CF-27RA48BAMCDP 5192.00 CF-27RA48SAMRAM 4922.00 CF-27RA48BAMSIR 4510.00 CF-27RJ48AAM 3974.00 CF-27RJ48AAMADS 4871.00 CF-27RJ48AAMRAM 4871.00 State Price 3728.00 3728.00 2985.00 3803.00 3085.00 2985.00 223.00 148.00 193.00 44.00 59.00 State Price 3234.00 3234.00 4052.00 3977.00 3977.00 4052.00 4022.00 4840.00 4765.00 4122.00 5230.00 4765.60 4840.00 4312.00 4312.00 5055.00 5130.00 5055.00 5065.00 5156.00 5156.00 5055.00 4413.00 2924.00 3666.00 3741.00 2924.00 3666.00 3741.00 3666.00 3885.00 3296.00 4040.00 4040.00 0 0 ~ 1 - 7 tOMF36TmR U..IC -�=SOURC=Ss. 3740 St. Johns Bluff Road South JANUARY 2000 Suite 19 Jacksonville, FI 32224 Phone:904-565-2300 Fax:904-565-2312 Contact Our Government Team at 800-864-8684 or Via Email @ StateofFlorida@Pomeroy.com =-- - - Accessories' Mode1 Nambor 10GB HOD CF-VHDE101GB 1299.00 967.00 24X (Max) CD-ROM Drive CF-VCD271 399.00 297.00 SuperDiskTm Drive Pack CF-VFS271 249.00 185.00 DVD-ROM Drive Pack CF-VDD271 449.00 334.00 Desktop Port Replicator CF-VEB272 299.00 220.00 Vehicle Mounting Port Replicator CF-WEB273 449.00- 338.00 High -gain Antenna Pass-thru Cable CF-WEW275 109.00 81,00 Vehicle Mounting Port Replicator with Integrated High -gain Antenna Pass- CF-WEB273CBL thru Cable 599.00 446.00 Battery Charger CF-VC8251A 199.00 147.00 Battery Pack CF-VZSU04W 259.00 193.00 AC Adapter CF-AA1639M 109.00 80.00 FDD Cable CF-VCF271 69.00 51.00 Integrated Wireless Solutions Model Nomber ' American Mobile (DataTAC) Network CF-WMED271ADS 1199.00 892.00 CDPD Network CF-WMED271CDP 1499.00 1106.00 BellSouth (Mobitex) Network CF-WMED271RAM 1199.00 892.00 Memory Grds Model Humber Pentium® II configurations (SDRAM) 16MB CF-WMBA7116 119.00 89.00 32MB CF-W MBA7132 199.00 148.00 64MB CF-VVMBA7164 399.00 297.00 128MB CF-WMEA71128 799.00 595.00 Pentium@ MMXT" configurations (EDO RAM) 16MB CF-BA6116 249.00 89.00 32MB CF-BA6132 199.00 147.00 64^.1B CF-EA8184 Sao n0 294.00 128MB CF-BA61128 799.00 595.00 'Accessories may vary depending on your notebook configuration. Please consult your reseller or. Panasonic representative before purchasing accessories. List Price State Price TB-33 P266MMX 4GB 32MB 8.4TFT W/TOUCHSCREEN CF-M33W5M 1999.00 1658.00 Accessories' Model Number Port Replicator" CF-VEBM31 W 199.00 148.00 External FDD" CF-VFDU01W 199.00 148.00 Standard Battery Pack" (Li -ion 10.8V, 1500mAh) CF-VZSU02W 129.00 96.00 AC Adapter" CF-AA1527M 109.00 81.00 External 20X (Max) CD-ROM Drive KXL-807A-M1 299.00 223.00 List Price State Price TOUGHBOOK 34 CEL300 4GB 64MB 56K 8ATFT TOUCH W95 CF-M34T42AAM 3599.00 2944.00 TOUGHBOOK 34 W/ARDIS WIRELESS MODEM CF-M34T42AAMARD 4445.00 3687.00 TOUGHBOOK 34 W/CDPD WIRELESS MODEM CF-M34T42AAMCDP 4535.00 3761.00 TOUGHBOOK 34 W/BELL SOUTHWIRELESS MODEM CF-M34T42AAMRAM 4445.00 3687.00 TOUGHBOOK 34 CEL300 4GB 64MB 56K 8.4TCHSCN WNT CF-M34T42ACM 3670.00 3044.00 TOUGHBOOK 34 CEL300 4GB 64MB 56K 8.4TCHSCN W98 CF-M34T42AEM 3549.00 2944.00 .. _. <su, . A,otessories'..,.. Port Replicator CF-VEB341 299.00 223.00 Battery Charger CF-VCB371 199.00 148.00 Battery Pack CF-VZSU15 259.00 193.00 Hand Strap/Shoulder Strap CF-VSS341 50.00 44.00 Carrying Handle CF-VSH341 79.00 59.00 K 40-10' 17 ''OM=ROY Paovor,ic �=SOURC=S' 3740 St. Johns Bluff Road South JANUARY 2000 Suite 19 , Jacksonville, FI 32224 Phone:904-565-2300 Fax:904-565-2312 Contact Our Government Team at 800-864-8684 or Via Email @ StateofFlorida@Pomeroy.com --_---- •-•=. - ' List Price State Price TOUGHBOOK 37 CEL366 6.4G664MB 24X 56K 12.1TFT W95 CF-37VB62AAM 2999.00 2487.00 TOUGHBOOK 37 CEL366 6.4GB64MB 12.1TFT W98 CF-37VB62AAM98 2999.00 2487.00 TOUGHBOOK 37 CEL366 6.4GB64MB 24K 56K 12ATFT W'NT CF-37VB62AAMNT 3120.00 2588.00 Accessories' Model Hamber AC Adapter CF-AA1639M 109.00 80.00 -Memory Cards Model hitrmber 32MB CF-W MBA7132 199.00 148.00 64MB CF. WMBA7164 399.00 297.00 128MB CF-WMBA71128 799.00 595.00 77 r. , .. r List Price State Price TOUGHBOOK 45 PI1333 4G6 32MB 24X 12.1TFT W95 CF-45FJ48JAM 2349.00 1836.00 TOUGHBOOK 45 P111450 6GB 64MB 24X 12.1TFT CF-45KJ6GJAM 2499.00 2073.00 Accessories• - Mode1 Nunb•er 10GB HDD CF-VHDD101GB 1299.00 967.00 6GB HDD CF-VHDD62GB 0.00 669.00 Port Replicator CF-VEB451 299.00 221.00 Battery Pack CF-VZS251AW 259.00 193.00 Battery Charger CF-VCB251A 199.00 147.00 AC Adapter CF-AA1639M 109.00 80.00 Memory Cards Mod..1 rr.rob..r Pentium® II configurations (SDRAM) 16MB CF-WMBA7116 119.00 89.G0 32MB CF-W MBA7132 199.00 148.00 64MB CF-WMBA7164 399.00 297.00 . 128MB CF-WMBA71128 799.00 595.00 Pentium® MMXTI configurations (EDO RAM) 16M6 CF-BA6116 249.00 89.00 321MB CF-BA6132 : 199.00 147.00 64MB CF-BA6164 399.00 294.00 128MB CF-BA61128 799.00 595.00 'Accessories may vary depending on your notebook configuration. Please consult your reseiler or Panasonic representative before - purchasing accessories. .. - 0 .. �OMp36-r=-R uxc rt. _SOURC-ES. y 3740 St. Johns Bluff Road South JANUARY 2000 Suite 19 Jacksonville, FI 32224 Phone:904-565-2300 Fox:904-565-2312 Contact Our Government Team at 800-864-8684 or Via Email @ StatecfFIcrida@Pomeroy.com -- - - - List Price State Price TOUGHBOOK 47 P11300 6GB 64MB 24X 56K 13.3TFT W95 CF-47EY6GAAM 2399.00 1990.00 TOUGHBOOK 47 PII366 8GB 64MB 24X 14.1TFT W95 CF-47G48GAAM 2899.00 2405.00 TOUGHBOOK 47 PII366 8GB 64MB DVD 14.1TFT W95 CF-47G48GUAMDVD 3649.00 3027.00 TOUGHBOOK 47 PII366 8GB 64MB 24X 56K 14.1TFT WNT CF-47G48GUCM 3020.00 2505.00 TOUGHBOOK 47 PII366 8GB 64MB 24X 56K 14.1TFT W98 CF-47G48GUEM 2899.00 2405.00 TOUGHBOOK 47 PII366 8GB 96MB 24X 56K 14.1TFT W95 CF-47G48JAAM 2999.00 2487.00 TOUGHBOOK 47 PII366 8GB 96MB 24X 56K 14.1TFT WNT CF-47G48JACM 3120.00 2587.00 TOUGHBOOK 47 PII366 SGS 96MB 24X 56K 14.1TFT W98 CF-47G48JAEM 2999.00 2487.00 TOUGHBOOK 47 PII366 6GB 96MB 24X LS120 14TFT W98 CF-47G48JUMM 3299.00 2736.00 TOUGHBOOK 47 PII366 12GB 96MB 24X LS120 14TFT WNT CF-47G4CJUKM 4039.00 3350.00 TOUGHBOOK 47 PII366 12GB 96MB LS120 DVD 14TFT WNT CF-47G4CJUKMDVD 3670.00 3557.00 TOUGHBOOK 47 P11366 12GB 96MB DVD LS120 14.1 W98 CF-47G4CJUMMDVD 3549.00 3400.00 TOUGHBOOK 47 PII366 6GB 64MB 24X 56K 13.3XGA W95 CF-47GY6GAAM 2499.00 2073.00 TOUGHBOOK 47 PII366 6GB 64MB 24X 56K 13.3TFT WNT CF-47GY6GUCM 2620.00 2173.00 TOUGHBOOK 47 PI1366 6GB 64MB 24X 56K 13.3TFT W98 CF-47GY6GUEM 2499.00 2073.00 TOUGHBOOK 47 PII366 6GB 64MB 24X LS120 13TFT W98 CF-47GY6GUEMLSCD 2939.00 2438.00 TOUGHBOOK 47 P111450 12GB96MB 24X 56K 14ATFT W95 CF-47K4CJAAM 3399.00 2819.00 TOUGHBOOK 47 P111450 12G 96MB 24X LS120 14XGA WNT CF-47K4CJUKM 3620.00 3002.00 TOUGHBOOK 47 P111450 12GB96MB DVD LS120 14TFT WNT CF-47K4CJUKMDVD 3870.00 4115.00 TOUGHBOOK 47 P111450 12G 96MB 24X LS120 14XGA W98 CF-47K4CJUMM 3499.00 2902.00 TOUGHBOOK 47 P111450 12GB96MB DVD LS120 14TFT W98 CF-47K4CJUMMDVD 3749.00 3110.00 Accessories' A+fodel Hamber Port Replicator CF-VEB471 299.00 221.00 Battery Pack CF-VZSU09W 289.00 215.00 Battery Charger CF-VC6251A 199,00 147.00 AC Adapter CF-AA1639M 109.00 80.00 Memory Cards Nlodlal Number 16MB CF-WNIBA7115 119.00 89.00 32MB CF-WMBA7132 199.00 148.00 64MB CF-WMBA7164 399.00 297.00 128MB CF-WMBA71128 799.00 595.00 Memory Modules for the CF-47K Modles Only 32MB CF-WMSA8132 199.00 159.00 64MB CF-WMBA8164 399.00 319.00 128MB CF-WMBA81128 899.00 639.00 -Accessories may vary depending on your notebook configuration. Please consult your reseller or Panasonic representative before purchasing accessories. List Price State Price TOUGHBOOK 71 PII366 10GB 64MB 24XCD 13.3XGA W95 CF-71GYAGBAM 3499.00 2902.00 TB 71 PII366 10GB 13.3XGAW/3COM 56K CELLULAR MDM CF-71GYAGBAM 3689.00 3086.00 TB 71 PII366 LOGS 13.3XGAW/3COM 10/100 LAN 56K CRD CF-71GYAGBAM 3799.00 3101.00 TOUGHBOOK 71 P11366 10GB 64MB 24X 13.3TFT W98 CF-71 GYAGBAM98 3499.00 2902.00 TOUGHBOOK 71 PII366 10GB 64MB 24X 13.3TFT WNT CF-71 GYAGBAMNT 3620.00 3003.00 Accessories' - .... ModelWumber , Port Replicator CF-VEB711 399.00 294.00 Battery Pack CF-VZSU09W 289.00 215.00 Battery Charger CF-VCB251A 199.00 147.00 AC Adapter CF-AA1639M 109.00 80.00 SuperDisk' Drive Pack CF-VFS711 249.00 184.00 DVD-ROM Drive Pack CF-VDD711 449.00 334.00 External FDD Cable CF-VCF351 69.00 51.00 ' Memory Cards - � � � � � .. , _. Mo'de�l Number_ 16MB CF-WMBA7116 119.00 89.00 32MB CF-W MBA7132 199.00 148.00 64MB CF-WMBA7164 399.00 297.00 128MB CF-WMBA71128 799.00 595.00 00-10J-[17 SNAPS II - SNAPS Agreement Page 1 of -1 • help 411 ! feedback directory 0 ornail Go•jornor Job Bush. GO•.. Bu=_.h', E-i•rv, c.letter SNAPS AGREEMENT TITLE: COMARK RUGGEDIZED NOTEBOOK COMPUTERS AGREEMENT NUMBER :2501937 -1 TERM OF AGREEMENT:.. Begin date: 05-10-2000 End date: 05-09-2001 VENDOR: COMARK GOVERNMENT & EDUC SALES 105 W 5TH AVE TALLAHASSEE, FL 32303 SPURS NO: F363949000-004 MBE CODE: NON -MINORITY (A) CONTACT: DEBBIE SEHI PHONE: 850-222-0555 COMMODITY CLASS: 250 COMMODITY GROUP: 040 DELIVERY : 30 days ARO WARRANTY: APPROVED PRICE SCHEDULE & DATE 1.) Price list eff. 04/06/2000 Expire date: 05-09-2001 2.) Amendment eff. 10/03/2000 Expire date: 05-09-2001, CONTACT VENDOR FOR COPY OF PRICE SCHEDULE & CONTRACT INFORMATION. Panasonic notebook computers - highly riggedized notebook computers that keep out moisture &.dirt. CopyrightG 2000 State Of Florida Privacy Statement 00-7 http://fcn.state.fl..us/owa—snaps ... /snaps�_www.agreements.show?agree_nwnber str--250193 10/16/2000 SNAPS II - Agreement Price Sc edule(s) Page 1 of 1 I* %i'Fr.A5T.41. �Y:rr i M ED entail G ovor nor Job Bush GC>v. BLISh'G E-Kowslotter heap j 411 1 feedback j directory Agreement Price Schedule(s) COMARK GOVERNMENT & EDUC SALES Vendor number: F 363949000 004 Sequence Description Expire Date 1 Price_ Ust_eff..0,41061.2.000. MAY 09, 2001 2 Amendment etf,_0 312o00 MAY 09, 2001 Description: Panasonic notebook computers - highly riggedized notebook computers that keep out moisture & dirt. Ordering Limits: State agencies may issue single purchase orders or State Purchasing VISA card procurements up to Category II, and total cumulatively up to Category IV in an agreement year. Total agency-,r/ide acquisitions during each year of the agreement shall not exceed the threshold amount for Category IV, except that acquisitions by agencies With decentralized purchasing functions shall be considered on the basis of each purchasing office that maintains full-time purchasing staff. SPURS Users Note: • Use Commodity Class: 250 and Commodity Group: 040 for this SNAPS - II agreement. If you require three digit Item and/or Detail levels for the Commodity Code please call (850)-488-8694. • Enter the SNAPS - II agreement number in the "Quote/Bid No./Contract No." field as follows: SNAPS - II No. 2501937 -1 • Enter "N" in the "Purchase Code" field. E-Mail Help Desk Copyright© 2000 State Of Florida Privacy Statement 0 0— 1 0 1 7 http://fcn.state.fl.us/owa—s ... /snaps—www.price—Schedules.show?agreenumber sti=250193 10/16/2000 P 2 2 � CoveAXRK Panasonic Personal Comark Government & Education Sales, Inc. Comptuter Company 105 West 5th Avenue www.panasonic.com/toughbook Tallahassee, FI. 32303 Updated 4106100 www.comark.com State of Florida SNAPS II Pricing Prices are FOB Destination Part CPU Screen RAM I Hard CDiDVD I Operating Storage Communication List State Number Speed Size & Touch (MB) Drive I Device System Device I Device(s) I Price Price Ranasonic Toughbook27••-o -• • Notebook ' ---rd---Windo'9 Standa ws -- - - ls ------------------------ 5mode --...._-------------_..-......- . --------------------------• ----------------------- . CF-27EA6GCAM PII 300 MHz 10.4" SVGA/Touch 64 6GB Optional Win 95 3.5" floppy Optional $3,899 $3,243 CF-27EB6GCAM PII'300 MHz 12.1" SVGArrouch 64 6GB Optional Win 95 . 3.5" floppy Optional $4,849 $4,034 CF-27EB6GDAM PII 300 MHz 12.1" SVGArrouch 64 6GB Optional Win 95 3.5" floppy Optional S5,199 $4,325 CFF-27FCCKFAM PII 333 MHz 128 12GB Optional Win 95 3.5" floppy Optional $4.791 _ Standard Windows '98 models _ _13.3"XGA/Touch - _$5,749 - CF-27EB6GCAM98 PII 300 MHz 12.1"SVGA/Touch 64 6GB Optional Win 98 3.5" floppy Optional S4,849 $4,034 CF.27FCCKFAM98 PII 333 MHz 13.3"XGA/ couch- 128 12GB Optional_ 98 3.5" floppy.. Optional $5,749 $4,782 _ _ Standard Windows _ NT 4.0 models _ _Win _ _ _ _ _ _ _ _ _ CF-27EA6GCAMNT PII 300 MHz 10.4"SVGAlTouch 64 6GB Optional Win NT4 3.5" floppy Optional $4.020 $3,344 CF-27EB6GCAMNT PII 300 MHz 12.1"SVGArrouch 64 6G13 Optional Win NT4 3.5" floppy Optional $4,970 $4,134 CF-27FCCKFAMNT PII 333 MHz 13.3"XGA/7ouch 128 1-2GB Optional_ Win NT4.... 3.5 Optional $5.870 $4,883 Wirefess 1lVindows •-------------------- '95 rnodels _floppy _ _ _ _ _ • _ CF-27EA6GCAMCDP PII 300 MHz 10.4" SVGArrouch 64 6GB Optional Win 95 3.5" floppy Nextcell CDPD $4,885 $4,064 CF-27EA6GCAMSIR Pll 300 MHz 10.4"SVGAlTouch 64 6GB Optional Win 95 3.5" floppy Sierra $4.885 $4,064 CF-27EB6GDAMCDP PIl 300 MHz 12.1"SVGAlTouch 64 6GB Optional Win 95 3.5" floppy Nextcell CDPD $6,185 $5,145 CF-27EB6GCAMCDP' PII 300 MHz 12.1" SVGAfTouch 64 c"GB Optional Win 95 3.5" floppy Nextcell CDPD $5,835 $4,854 CF-27EB6GCAMSIR PII 300 MHz 12.1"SVGA/Touch 64 5GS Optional Win 95. 3 5" floppy Sierra $5.835 A!H. --- --- - Wireiess Windows -- - '93 models CF-27EA6GCAM98CDP PII 300 MHz 10.4"SVGA/Touch 64 6GB Optional Win 98 3.5" floppy Nextcell CDPD S4,885 $4,084 CF-27EA6GCAM98SIR ril 3C,0 Mhz 10.4"SVGAi7ouch 64 6GB. Optional Win 98 3.5" floppy Sierra $4,835 $4,064 CF-27ES6GCA1V1198CCP PII 300 MHz 12.1"SVGA/Toucn 64 6GS Optional Win 98 3.5" floppy Nextcell CDPD $5.835 $4,85.4 CF-27EB6GCAM98SIR PII 300 MHz 12.1"SVGA(Touch 64 6G8 Optional Win 98 3.5" floppy Sierra $5,835 $4,854 CF_27EB6GDAM98CDP PII 300 MHz 12.1"SVGA/Tcuch 64 6GB Optional Win 98 3.5' floppy Nextcell CDPD $6.185 $5,145 ....... Wireless indows .... ..... ._...------....... NT 4.0 models ._.. . ------ .-_...--- _ _ ------------------- CF-27EA6GCAMNTCDP Pill 300 MHz 10.4"SVGA/7ouch 64 6GB Optional Win NT4 3.5" floppy Nextcell CDPD $5,006 $4,164 CF-27EA6GCAMNTSIR PII 300 MHz 10.4"SVGA/7ouch 64 6GB Optional Win NT4 3.5" floppy Sierra $5.006 $4,164 CF-27EB6GCAMNTCDP PII 300 MHz 12.1"SVGA/rouch 64 6GB Optional Win NT4 3.5" floppy Nextcell CDPD $5,956 $4,954 CF-27EB6GCAMNTSIR PII 300 MHz 12.1"SVGArrouch 64 6GS Optional Win NT4 3.5" floppy Sierra $5,956 $4,954 CF.27EB6GDAMNTCDP PII 300 MHz_ _ _ 12.1 "SVGA/Touch 64 6GB _ Optional Win NT4 3.5" floppy Nex?cell CDPD $6,306 _ _ _ _ b5t245 Panasonic Toughbook•o-• -•Ready"' ---and•-ard- models ---- ----------------------------'--•-----------•-----------------•------------------------ St ------------ --------------------------- CF-17TR42AAM Ce1 300 8.4"SVGA/Touch 64 4GB Optional Win 95 Optional 56k modem $3.599 $2,994 CF-17TR42ACM Cel 300 8.4"SVGArrouch 64 '4GB Optional Win NT4 Optional 56k modem $2,720 $3,095 CF-17TR42EAM Cel 300 8.4"SVGA/Touch 64 4GB Optional_ Win 98 Optional modem $3,599 $2,994 ode_ s Wifeless ml _ _ _ _ _ _ _ _ _ _ _ •56k CF-17TR42AAMCDP C8I 300 8.4"SVGAlrouch 64 4GB Optional Win 95 Optional Nextcell CDPD $4,585 $3,814 Please refer to to last page of this flyer for further information about your local sales team!! All Government customers, please use the following phone numbers for sales information. North Florida: 800-491-6822 Central & SouthWest Florida: 800-934-4947 South Florida: 800-543-2437 All Education customers, please use the following phone numbers for sales information West Central & SW Florida: 800-934-4947 Rest of Florida: 800-543-2437 White eve-ry attempt has been made to verify the information in this document, both prices and specifications are subject to change without notice. Page 5. �` 2C 2 Panasonic Personal . Computer Company www. Panasonic. com/toughbook Updated 4/06/00 � COM,AXRK, Comark Government & Education Sales, Inc. 105 West 5th Avenue Tallahassee, FI. 32303 www.comark.com State of Florida SNAPS II Pricing Prices are FOB Destination Part CPU Screen RAM Hard I CD/DVD I Operating Storage Communication List State Number Speed Size & Touch (MB) I Drive L Device I System Device I Device(s) I Price Price -- • --------•---- .- CF-M34T42AAMCDP . ------------------------------------------------------------ Cel 300 8.4"SVGArrouch 64 4G8 Optional Win 95 Optional ------------------------------------------------------------------ Nextcell COPE) $4,535 $3,T72 • • for ••-• -• • -•o• C- omm-••-on T---o--ugh-•book 27Acc--•essories•-•---------------------------•-------------------------------------------••--------------------------•--- CF-WMKB271 Panasonic BackLit Keyboard for TB-27 $399 $301 CF-WEB273 Panasonic Full Plate/Vehcl Port Rep, all ports + 2nd Serial for T13-27, Needs 3rd party mounting HWD $449 $336 CF-WES273CBL Panasonic CF-27 MK2 Car Mount with high -gain wireless connector built -in $599 $448 CF-VZSU04W Panasonic Li -Ion battery (main battery replacement) for TB-27 $259 $194 CF-VCB251A Panasonic Battery Charger for CF-25/35/45f7l/27 w/o AC Adapter $199 $149 CF-VHDE62GS Panasonic 6GB HOD for CF-27 $899 $672 Common Toughbook 17 & 34 Accessories CF-AA1527M Panasonic AC Adapter CF-VES341 Panasonic Port Replicator/ Vehicle Dock CF-VEB342 Panasonic Mini - Port Replicator / Desktop CF-VZSU15 Panasonic Battery Pack (Li -Ion) $109 $82 $299 $224 $299 $224 $259 $198 KXL-807A-M1 Panasonic 20X External CD-ROM $299 $224 CF-VFDU01 W Panasonic External 1.44 FDD 199 $152 .....-----••.•••--•-••-•••-••••..._........... ..................... ----•••-_--------•---•------- .....••$----------- 2 Memory Options for current Toughbook 17, 27 & 34 Notebooks (PII & Celeron models) CF-WMBA7132 Panasonic 32 MB RAM $199 $152 $399 $4 CF-WMBA7164 Panasonic 64 MB RAM 30 CF-WMBA71128 Panasonic 128 MB RAM 6 08 A key concern of the Public Safety industry is to provide consistent high performance and reliability, no matter how rough or demanding the conditions might be. The Toughbook 17, Toughbook 27 and Toughbook 34 successfully answer this concern with features like an integrated wireless - ready design, an anti -reflective, highly -viewable LCD with touch input, and fully ruggedized construction .. The Toughbook 17, Toughbook 27 and Toughbook 34 have been designed with law enforcement's total working environment in mind. Whether docked in a vehicle or used in the field or an office — through bad weather and over rough terrain — these toughbooks will remain on the job long after other notebooks have been ticketed for repair. A tough magnesium casing, 20 = times stronger than plastic, encloses the working components. Inside, the hard drive is shock mounted and enclosed in a protective stainless steel case. Internal dampers also protect the LCD and help prevent screen bending or twisting. To guard against spills and moisture, the LCD surface is water-resistant: a high-tech seal around the screen keeps moisture from entering the unit. Keyboard circuitry is also thoroughly sealed. All port and connection terminals have aluminum covers and seats, protecting them from moisture, dust and impact damage. Conventional screens can appear dim and almost unreadable in glaring sunlight, but the Toughbook 17, Toughbook 27 and Toughbook 34's field- tested, anti -reflective, extra bright LCD allows better viewing in all light conditions. The same anti -reflective design also reduces overall eyestrain under more moderate lighting, a productivity plus. The touchscreen feature enables quick data entry, an extra advantage in extreme weather or emergency conditions requiring the wearing of gloves. Page 6. 0 0— 0 1 7 2 2, Panasonic Personal Comptrter CorllPany www.panasonic. com/toughbook Updated 4106100 IVA Comark Government & Education Sales, Inc. 105 West 5th Avenue Tallahassee, FI. 32303 www.comark.com State of Florida SNAPS 11 Pricing Prices are FOB Destination Part CPU Screen RAM I Hard I CD/DVD Operating Storage Communication I List State Number Speed Size & Touch (MB) Drive I Device System Device Devices) I Price Price models .................................... •-*...... ............... ......................................................... CF-37VB62AAM Cel 366MHz 12.1"SVGA/Touch 64 6AGB 24x CD -Rom Win 95 Optional 56k modem $2,461 $2,047 CF-37VB62AAMNT Cel 366MHz 12.1"SVGA/Touch 64 6AGB 24k CD -Rom Win NT4 Optional 56k modem $2,582 $2,148 CF-37VB62AAM98 Cel 366MHz 12,1 _SVGA couch 64 6AGB 24x CD -Rom Win 98 Optional 56k modem ----------- $2,461 -••- $2,047 -- ,Panasonice o • • •k 45 Noteboo Standard models - - . ------- -------- --------•------- CF-45KJ6GJAM Plll'450 MHz 12.1"SVGA 64 6GB 24x CD -Rom Win 95 3.5" floppy Optional $2,245 $1,868 CF-45KJ6GJEM PIII 450 MHz 12.1"SVGA 64 6GB 24x CD -Rom Win 98 3.5" floppy OpSonai, $2,499' $2,079 CF 45KJ6GJCM PIII 450 MHz 12.1"SVGA 64 6GB 24x CD -Rom Win NT4_ _ - _ 3,5' floppy _ _ _ _ _ _ _ Optional------- $2,620 _ _ _ _S?,,180 _ Panasonic,• • ••oNotebook PC •ardW-------- --------•-----•-------------•--- Stand ind--ows'95models --------------- •--------------------------- •----------•------ ............ CF-47G48GAAM PII 366 MHz 14.1"XGA 64 8GB 24x CD=Rom Win 95 3.5" floppy 56k modem $2,899 $2,399 CF-47GY6GAAMDVD PII 366 MHz 13.3"XGA 64 6GB DVD-Rom Win 95 3.5" floppy 56k modem $2,749 .$2,287 CF-47GY6GAANILS PII 366 MHz 13.3"XGA 64 6G8 24x CC -Rom Win 95 LS 120 56k mocem S2,739 $2,279 CF-47GY6GUAM Pll 3EE 1,1Hz 13.3"XGA 64 6GB 24x CD -Rom" Win 95 3.5" floppy 56k modem $2,499 $2,079 CF-47GY6GUAMDVD PII 366 MHz 13.3"XGA 54 6GS DVD-Rcm Win 95 3.5" floppy 5ck n:cd=_m $2,745 $2,287 ;"F-47KY6GUAMDVD PIII 450 MHz 13'.3"XGA 64 8GB DVD=Rom Win 95 3.5" floppy 56k modem $2,949 $2,453 CF 7KY8GUAM Pltl 450 MHz 13.3"XGA 6d 8GB 24x CD -Rom Win 95 3.5" floppy 56k modem $2,699 $2,245 CF-47K4CJAAM PIII 450 MHz 14.1"XGA 96 12GS 24x CD -Rom Win 95 3.5" floppy 56k motem $3,012 $2,506 CF-47K4CJAAMD`✓D PIII 450 MHz 14.1 "XGA 96 12GB DVD-Rcm Win 95 3.5" floppy 56k modem $3.649 $3,035 CF-41K4CKAAM Pill 450 MHz 14.1 _XGA _ _ _ _ _ 128_ 12GB 24x CC -Rom Win 95 --------- 3,5.floppy _ _ _ _56k modem -------------- S3,332 _ _'_ $2R772 . -- Sfandard Windows'18 models CF-47GY6GAEMDVD PII 366 MHz 13.3"XGA 64 6GB DVD-Rem . Win 98 . 3.5" floppy 56k modem $2.749 $2,287 CF-47GY6GUEMDVD PII 366 MHz 13.3"XGA 64 6GB DVD-Rom Win 98 3.5" floppy 56k modem $2,749 $2,287 CF-47GY6GUEMLSCD PII 366 MHz 13.3"XGA 64 6GB 24x CD -Rom Win 98 LS 120 56k modem $2,939 $2,445 OF-47GYCGUEM PII 366 MHz 13.3"XGA 64 12G6 24x CD -Rom Win 98 3.5' floppy 56k modem $2,999 $2,495 CF�7KYSGUMMDVD PII 366 MHz 13.3"XGA '64 8G8, ..DVD-Rom Win 98 LS 120 56k modem $3.049 $2,W6 CF-47G4CJUMM PII 366 MHz 14.1"XGA ' 96 12GB 24x CD -Rom Win 98 LS 120 56k modem $3,012 $2,506 CF-47KY8GUEM PIII 450 MHz 13.3"XGA 64 8G8 24x CD -Rom, Win 98 3.5" floppy 56k modem $2,699 $2,245 CF-47KY8GUEMDVD PIII 456 MHz 13.3'XGA 64 8GB . DVD-Rom Win 98 3.5" floppy 56k modem $2,949 $2,453 CF-47K4CJUMM Pill 450 MHz 14.1"XGA 96 12GS 24x CD -Rom . Win 98 LS 120 56k modem $3,076 $2,559 CF-47K4CJUMMDVD PIII 450 MHz 14.1"XGA 96 12GB DVD-Rom Win 98 LS 120 56k modem $3,326 $2,767 CF-471<4CKUMM Pill 450 MHz_ 14. VXGA ••••••••••••.-.._..-••-.. 128 12GB 24x CD -Rom: ••••••-••-••••••••••••••- Win 98 LS 120 56k modem $3,460 $?,678 _ _ Standacd Windows'NT models _ • _ CF-47GY6GUCM PII 366 MHz 13.3'XGA 64' 6GB 24x CD -Rom Win NT4 3.5' floppy 56k modem $2,620 $2,180 CF 17GY6GUCMDVD PII 366 MHz 13.3"XGA 64 6GB DVD-Rom Win NT4 3.5" floppy. 56k modem $2,870 $2,388 CF-47GYCGUCM PII 366 MHz 13.3'XGA 64 12GS 24x CD -Rom Win NT4 3.5' floppy 56k modem $3,120 $2,596 CF-47KY8GUMM PII 366 MHz 13.3'XGA 64 8GB 24x CD -Rom Win NT4 LS 120 56k modem • $2,799 $2,329 CF-47G48JUCM PII 366 MHz 14.1"XGA 96 8GB 24x CD -Rom Win NT4 3.5' floppy 56k modem $3,120 $2,596 CF-47G4CJUKM PII 366 MHz 14.1"XGA 96 12GS 24x CD -Rom Win NT4 LS 120 56k modem $3,133 $2,606 . CF-47KYBGACM PIII 450 MHz 13.3"XGA 54 8GB 24x CD -Rom Win N74 3.5' floppy 56k modem $2.820 $2,345 CF-47KY8GUCM PIII 450 MHz 13.3"XGA 64 8G8 .24x CD -Rom Win NT4 3.5' floppy 56k modem $2,820 $2,345 CF-47KY8GUCMDVD PIII 450 MHz 13.31XGA 64 8GB DVD-Rom Win'NT4 3.5' floppy 56k modem $3,070 $2,554 CF-47K4CJUKM Pill 450 MHz 14.1"XGA 96 12GB 24x CD -Rom Win N74 LS 120 56k modem $3,197 $2,680 CF-47K4CKUKM Pill 450 MHz 14.1"XGA 128 12GB 24x CD -Rom Win NT4 LS 120 56k modem_ _ $3,581 VATI . f oo- • • • o•• • -e•e • • o- All Government customers please use the following phone numbers for sales information. North Florida: 800-491-6822 Central & SouthWest Florida: 800.934-4947 South Florida. 800-543-2437 All Education customers, please use the following phone numbers for sales information. West Central & SW Florida: 800-934-4947 Rest of Florida: 800-543-2437 F' ' Page 7. PC' � COMARK Panasonic Personal Comark Government & Education Sales, Inc. Computer Company 105 West 5th Avenue www.panasonic.com/toughbook Tallahassee, FI. 32303 Updated ai0&00 www.comark.com State of Florida SNAPS II Pricing Prices are FOB Destination Part CPU Screen RAM Hard CDiDVD Operating Storage Communication List State Number Speed Size & Touch (MB) I Drive Device I System Device Device(s) Price Price Panasonic Toughbook.47• ••• ° • • EthernetStandardmodels----------.-----------------------•----------------...---------------.------------------------------- .......... CF-47KY8GUAMCB PIII 450 MHz 13.3"XGA 64 8GB 24x CD -Rom Win 95 3.5' floppy EneU56k modem $2,829 $2,353 CF-47KY8GUAMDVDCB PIII 450 MHz 13.3"XGA 64 8GB DVD-Rom Win 95 3.5' floppy EneU56k modem $3,079 $2,561 CF-47KYBGUEMCB PIII 450 MHz 13.3"XGA 64 8GB 24x CD -Rom Win 98 3.5" floppy EneU56k modem $2,829 $2,353 CF-47KY8GUEMDVDCB PIII 450 MHz 13.3"XGA 64 8GB DVD-Rom Win 98 3.5" floppy EneU56k modem $3,079 $2,561 CF-47KY8GUCMDVDCB PIII 450 MHz 13.3"XGA 64 8GB DVD-Rom Win NT4 3.5" floppy EneU56k modem $3,200 $2,662 CF-47K4CKAAMCB PIII 450 MHz 14.1"XGA 128 12GS 24x CD -Rom Win 95 3.5" floppy EneU56k modem $3,462 $2,880 CF-47K4CKUMMDVDCB PIII 450 MHz 14.1"XGA 128 12GB DVO-Rom Win 98 LS 120 EneU56k modem $3.840 $3,194 CF-47K4CKUKMCB Pill 450 MHz ................ 14.1"XGA 128 12GS ----------------..-...------------------------------ 24x CD -Rom Win NT4 LS 120 Enet/56k modem $3,711 $3�087 ----------------•-- Standard models CF-71 GYAGBAM PII 366 MHz 13.3" XGA 64 1GGB 24x CD -Rom Win 95 3.5" floppy Optional $3.365 $2,799 CF-71 GYAGBAMNT PII 366 MHz 13.3" XGA 64 10GB 24x CD -Rom Win NT4 3.5" floppy Optional $3,486 $2,900 CF-71GYAGBAM98 PII 366 MHz 13.3"XGA 64 10GS 24x CD-Rcm Win 98 3.5" floppy Optional $3,365 $2,799 CF-71KYCKCAM PIII 450 MHz 13.3" XGA 128 12GS 24x CD -Rom Win 95 3.5" floppy Optional $3,621 $3,012 CF-71KYCKCAMNT PIII 450 MHz 13.3" XGA 128 12GB 24x CD -Rom Win NT4 3.5" floppy Optional $3,742 $3,113 CF-71 KYCKCAN198 Fill 450 MHz 13.3" XGA 128: 12GB 24x CD -Rom Win 98 3.5:flopry _ _ _ _ _ _ _Optional $3,621 53�012 i • • • • • \ • • • • , CommonToughbook 37 Accessories CF-VA9371 Panasonic Battery Case for TB37 S84 $63 CF-VCB371 Panasonic Battery Charger for TB37 $199 $149 CF-VDD371 Panasonic DVD Drive for the TB37 $499 $336 CF-VZSU14 Panasonic Batterypack for TB 37 $259 $194 --- - -- -••--- Common Toughbook 45 Accessories CF-VZS251 AW Panasonic Battery Pack for TB45 $259 $194 CF-VCB251A Panasonic Battery Charger for TB45 $199 $149 CF-AA1639M Panasonic AC Adapter for TB 45 $109 $82 CF-VES451 Panasonic Port Replicator for TB45 $299 $872 CF_ VHDD62GB _ _ _ _ _ - _ _ Panasonic 6G8 HDD for TB45 $ass $s72 Common Toughbook 47 Accessories CF-VE6471 Panasonic Port Replicator for CF-47 $299 $224 CF-VZSU09W Panasonic Li -on Battery for CF-47 & 71 $289 $216 CF-VCB251A Panasonic Battery Charger for CF-25/35/45/47/71/27 w/o AC Adapter $199 $149 CF-AA1639M Panasonic AC Adapter for CF-45/71 $109 $82 CF_VHDG62G6 Panasonic6G8672 HDD_for CF-47_____________________________________________ _______________________________ Common Toughbook 71 Accessories ____________ ___ CF-VES711 Panasonic Port Repficator for CF-71 $399 $298 CF-VZSU09W Panasonic Lion Battery for CF-47 & 71 $289 $216 CF-AA1639M Panasonic AC Adapter for CF-45/71 $109 $82 CF-VCB251A Panasonic Battery Charger for CF-25/35145171/27 w/o AC Adapter $199 $149 --------------------------------------------------------------------------------------------------------------------------- Memory Options for current Toughbook 37, 45, 47 & 71 (Pentium 11 & Celeron models only) -................. CF-WMBA7164 Panasonic 64 MB RAM $399 $298 CF-WMBA71128 Panasonic 128_MB RAM - ......... -••-•---•--------------•-------•-••-.................................---------- $799 $597 Memory Options for current Toughbook 37, 45, 47 & 71 (Pentium III models only) CF-WMBAS164 Panasonic 64 MB RAM $0 $186 CF_ WMBA81128 Panasonic 128 MB RAM ----------- ------•----------------------------------------•------------------------- $0 $597 _ Other options are available. Please call your sales team for more informationff While every attempt has been made to verify the information in this document, Page S. 00-l01' 973-561-99-1 = Consultant Setes-IT (Unisys) 0 Page 1 of 1 Consultant Services -IT (Unisys Corporation) 973-561-99-1 Effective: 5/20/99 through 5/19/01 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors: Unisys http://www.unisys.com 00--101 http://fcn.state.R.us/st—contradts/973561991/ 10/30/2000 STATE TERM CONTRACT EMENT Page 1 of 9 STATE TERM CONTRACT AGREEMENT SPECIAL CONDITIONS This Agreement is entered into by and between the certified Contractor and the State of Florida, State Purchasing, Department of Management Services (State), to serve as a master agreement for the acquisition of Information Technology ,Consulting Services, by the State of Florida agencies and other eligible users in accordance with the Eligible Users paragraph. This agreement shall be effective when dated and certified by State Purchasing and shall remain in force for one year from the effective date, unless sooner terminated as provided herein. This agreement may be renewed for two (2) additional one-year periods upon the mutual written consent of the parties. Florida Law shall apply to any interpretation or definition of the parties' rights and obligations under this Agreement. This agreement, its attached addendum and appendices, statement of work, quotation, service description, and any purchase orders subsequently issued in connection therewith constitute the full and complete agreement between the parties. Any changes, modifications, or deletions to this agreement shall be in writing and contain the signature of the authorized representative of each of the parties. The Contractor shall have no authority nor obligation to commence work, or terminate work, in connection with any change to the contract, until the fee and/or schedule impact of the change is agreed upon by the parties in writing. Any disputes between the parties, shall be resolved in accordance with the Legal Requirements provision of the General Conditions contained in the Bidder Acknowledgment (PUR: 7031), and Florida Law. ELIGIBLE USERS Under Florida law use of State contracts shall be available to political subdivisions (county, local county board of public instruction, municipal, or other local public agency or authority) and State Universities, which may ,desire to purchase under, the terms and conditions of the contract. Such purchases shall be exempt from the competitive. bid requirements otherwise applying, ,to their purchases. State means the State of Florida, its departments and divisions, and Eligible Users placing an order under this Agreement. ADDITIONAL ELIGIBLE USERS Use of State contracts shall be available to Federal agencies and private non-profit educational facilities as defined in Section 240.065, Florida Statutes, which may desire to purchase under the terms and conditions of the contract. OPTIONAL CONTRACT USAGE 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. r°- http://fcn.state.fl.us/st—contracts/97356199T/conditions.htm 00 - 0 1. 10/30/2000 STATE TERM CONTRACT ?�EEMENT Page 2 of 9 0 0 ESTIMATED OUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately $1,000,000 under any contract resulting from this Agreement. These estimated figures are given only as a guideline for planning and administration purposes and should not be construed as representing actual figures under the contract. SPECIAL ACCOMMODATION Any person requiring a special accommodation at State Purchasing because of a disability should call State Purchasing at (904) 488-8440 at least five (5) workdays prior to the negotiations. 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). DELIVERABLES Information technology consulting services supplied by the contractor under this agreement are provided to assist the State. When specific services are required, the contracting agency will be responsible for preparing a statement of work/requirements for submission to the contractor and negotiating a contract which should include at a minimum: specific deliverables, personnel assigned, time period commitments and costs. The State shall be responsible for the operation and use of any deliverables provided under any contract resulting from this agreement, and for ensuring that they meet State's requirements. The State shall retain responsibility for its compliance with all Federal, State, and local laws and regulations. NOTICE TO CONTRACTOR The employment of unauthorized aliens by any contractor is considered a violation of section 247A (e) of the Immigration and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. PUBLIC ENTITY CRIMES 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. VENDOR SURCHARGE FEE AND SUMMARY OF TOTAL SALES State Purchasing hereby imposes a vendor surcharge user fee of 1 % on contractors' sales under any contract resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and cannot be added as a separate item. Use of this contract will be optional by State Agencies. If a State Agency elects to purchase from a source other than the resulting State contract, such purchases shall be in accordance with Chapter 287, F.S., and 60A Florida Administrative Code. After receipt of payment from the contract purchases, all surcharge fees shall be payable to the State 00-1017 http://fcn.state.fl.us/st—contracts%973561991/conditions.htm 10/30/2000 STATE TERM CONTRACT TREEMENT Page 3 of 9 of Florida no later than 15 days after the end of each quarter. Vendor surcharge fee and contract number should be noted on the check and remitted to: State of Florida Department of Management Services P.O. Box 5438 Tallahassee, FL 32314-5.438 Contract supplier shall furnish State` .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. Sales summary shall include State contract numbers, contractor's name, the total of each service provided. Failure to comply with these requirements will result in the contract supplier being found in default, in which case any ,and all reprocurement costs may be charged against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by State Purchasing. PRICE LISTS 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_ State 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 No Headers or Footers No Excel Files State Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its 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 State Purchasing Contract Administrator before they can be posted to the CONTRACT HOLDER Internet Home Page. http://fcn.state.fl.us/st—contracts/97356199 I/conditions.htm '" d 10/30/2000 STATE TERM CONTRACT to REEMENT Page 4 of 9 Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. INTERNET HOME PAGE The Contract resulting from this bid will become a public document. The State of Florida, State Purchasing 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 State Purchasing. 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. ORDER OF PRECEDENCE In the event of a conflict between the provisions of the State Term contract General Conditions and Special Conditions, and any other provisions, which may become a part of this Agreement, the terms and conditions of the State Term contract and State Purchase Orders shall take precedence and govern. CONFIDENTIAL INFORMATION In connection with any contract, which results from this Agreement, each party may have access to confidential information made available by the other. Each party shall protect such confidential information in the same manner as it protects its own confidential information of like kind. Disclosure of any confidential information received by the State of Florida will be governed by the provisions of the Florida Public Records Act, Chapter 119, Florida Statutes. INDEPENDENT CONTRACTOR In connection with this Agreement each party is considered an independent contractor and as such will not have any authority to bind or commit the other. Nothing herein shall be deemed or construed to create a joint venture, partnership or agency relationship between the parties for any purpose. FORCE MAJEURE Neither party shall be liable for any delays or failures in performance due to circumstances beyond its control. LIMITATION OF REMEDIES Contractor's entire liability and the State's exclusive remedy shall be as follows: In all situations involving performance or non-performance 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 http://fcn.state.fl.us/st—contracts/973561991/conditions.htm 10/30/2000 STATE TERM CONTRACT JrEMENT Page 5 of 9 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 non-performance 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 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 State 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 tortuous 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 State 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 tortuous conduct. If this contract is for services other than hardware or software maintenance, 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 the charges invoiced for the services which 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 "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant to State Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the Department for personal injury or damage to real property or tangible personal property caused by the Contractor's negligence or tortuous 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 non-performance of licensed programs fiunished 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 performance 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. Contractor's 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 http://fcn.state.fl.us/st—contracts/973561991/conditions.htin 10/30/2000 STATE TERM CONTRACT REEMENT Page 6 of 9 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 State 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 the Contractor's negligence or tortuous 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 tortuous 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. 17MILTA-MIA Charges for Information Technology Consulting Services will be invoiced as the services are performed, or in accordance with a performance schedule established and agreed to between the contracting parties. Payments will be made in accordance with Section 215.422, Florida Statutes, which delineates Contractor's rights and State's responsibilities concerning time allowances for payment of invoices and applicable interest penalties. Invoices for travel and living expenses, if authorized under provisions of this agreement, shall be submitted in accordance with Section 112.061, Florida Statutes. PRICE PROTECTION The contractor's current list prices for Information Technology Consulting services are attached to this Agreement as Appendix A, Information Technology Consulting Services. Charges for Information Technology Consulting Services may be discounted off the contractor's then current list prices for such services, for project or volume hours, provided however, that the contractor's list prices for services under this Agreement will not increase above those prices in Appendix A for one year after the effective date of this Agreement. CHANGES IN PERSONNEL The contractor may assign, reassign and substitute personnel at any time. In the event it becomes necessary for the contractor to substitute key personnel, such substitution will take place in consultation with the State and will be made upon the State's prior approval, which will not be unreasonably withheld. DEFAULT 0 0 _ i 14 �, 7 http://fcn.state.fl.us/st—contracts/973561991/conditions.htin 10/30/2000 STATE TERM CONTRACT AWEMENT Page 7 of 9 The following paragraph is added to Paragraph 10 Default of the General Conditions The State, or the contractor, upon giving thirty (30) days written notice identifying specifically the basis for such notice; may terminate this Agreement or any Eligible User contract, for breach of a material term or condition of this Agreement or the applicable Eligible User contract, as the case may be, provided the breaching party shall not have cured such breach within the thirty (30) .day period. In the event of such termination by the contractor or termination by the State, the contractor shall be paid for all satisfactorily delivered services and allowable related expenses incurred prior to the date of termination. ASSIGNMENT Paragraph 13 of the General Conditions is amended to add the following: Notwithstanding the foregoing, the contractor may assign the right to receive payments under this Agreement with the State's prior written. consent, which shall not be unreasonably withheld: Any such assignment however will not change the obligations of the contractor to the State. If third party products are to be procured on behalf of the State, the procurement will be accomplished by the State in accordance with the Eligible User's purchasing rules and methods. WARRANTIES Information Technology Consulting Services will be performed by the contractor in a professional and workmanlike manner. Except as expressly stated in this Agreement, there are no warranties, expressed or implied. THE CONTRACTOR DISCLAIMS ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. CONTRACTOR WARRANTIES EXTEND SOLELY TO THE STATE. INTELLECTUAL PROPERTY Any ideas, concepts, know-how, data processing techniques, software, documentation, diagrams, schematics or blueprints developed exclusively by contractor personnel in connection with. Information Technology Consulting Services. provided to State will be the exclusive property of the contractor. Any joint or future software development effort will be subject to a separate agreement signed by State and the contractor, wherein all ownership and license rights to such developed product shall be specified in detail. In the absence of such agreement, each party shall maintain sole ownership of its own protectable proprietary materials, which are developed or owned solely by State or the contractor, respectively. Nothing in this Agreement shall affect in any way the contractor, or third party, ownership of all right, title and interest in and to any existing contractor, or third party, system software, application software, routines, techniques, ideas or formulae which may be utilized in whole or in part by the contractor in performing services for State, or any modifications, enhancements or derivative works thereof, which shall remain solely the property of the contractor. STATE RESPONSIBILITIES The State understands that the contractor's performance may be dependent on the State's timely and effective satisfaction of the State's responsibilities under the agreement and timely decisions and approvals' by the State. The Contractor shall be entitled to rely on all decisions and approvals of the State in connection with its services under the Agreement. YEAR 2000 COMPLIANCE WARRANTY http://fcn.state..fl.us/st—contracts/*973561991/conditions.htm — 10/30/2000 STATE TERM CONTRACT JVEMENT 0 Page 8 of 9 The contractor warrants that each item of hardware, software, and/or firmware delivered, developed or modified under this contract and listed in a statement of work as Year 2000 compliant as defined in the statement of work 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 any rights or remedies the State may otherwise have under this contract with respect to defects other than Year 2000 performance. YEAR 2000 REMEDY CLAUSE 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 the licensee, time being of the essence. TRAVEL EXPENSES AND WORK TIME Travel expenses will be paid pursuant to the provisions of Section 112.061, Florida Statutes. Services will be provided Monday through Friday, excluding holidays, during the normal work hours of the client's office at the Florida Hourly Rate per person. VENDOR RESPONSE SYSTEM To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) 413-7269 between 7 a.m. and 6 p.m. Monday thru Friday to check on the status of payments by State agencies. The system can accommodate English and Spanish speaking callers. INSURANCE, WORKER'S COMPENSATION 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 sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. APPENDICES TO AGREEMENT The following is a listed appendix to this agreement, which is attached hereto" and incorporated by 00-1017 http://fcn.state.fl.us/st—contracts/973561991/conditions.htm 10/30/2000 STATE TERM CONTRACT VMENT reference into this agreement.' Appendix A -Information Technology Consulting Services Page 9 of 9 10/17/2000 04:33 5617505977 UNISYS PAGE 02 OCT-19-2em 1$-156 1*FL STATE PLR 04ASINU � ts�t�roor+�u •w -_ JSB BU3Eq, QpvMNOR � CYNiSLab S3�lAtSK, vr..�u.na�..•. - October 19, 2000 I State 315 Rob khernsthy Uniayyo Corp X54S Ra9mond Diehl Rd Tallahasw-M FL 22308 PostAt" brand tax tMnsmittai mert0 7671 if of Mes r F Dear Contmmmr: Stare Purchasing wishes to know if your firm is willing to extend Cont2d No. 250-050.97-1, for an additional period tt ough October 31, 2001 At the same Prices, terms andconditions as Provided for in Section 287.012(10) F.S. This extension is required because of cmeumstances winch, without fault of either parry, snake perfornunce impracticable or impossible, or which prevent a new ccmtrad 0M being exeeuted. Contract extension is subject to receipt of sates summaries and us�i fees by State rurchas x% Contractors WM net be considered for extension if sus series and user fees Payments are not current. ! You we reminded the Spada] Condition titled "Stt huai ge Vmr Fee and Suminary of Total Sales. stipa]ates that a sumnviry of sales made under this contract must be fuMished to Stare Purchasing at the end of each connect quarter in tftc forruat specified in this contract. $liould you, not make any sales during a quarter, a negative report must be sa m3itted. Ttic contract number must be included on your report. We shed appredate receiving your accoptance to this exbeansivn On befort OcWbcr 24, 20M. Acceptance of your agreement for extension is subjent to final approval by I Division Director. Any questions should be ditwed to David Corr at (850) 497-4196. Please fax your reswnse to (850) 488-5498. 1 'Wary truly yam, vid omen Purchasing Analyst Bureau of Procure=t YQTAL P.02 TO/Te'd T9G0 T9!zT 6T-OT1006T L46SOSLT55 Oi 1nOJ 31iS1s 1d: Wolf 0o-10 250-050-97-1 = Computers: Mange and Mainframe Page 1 of 1 0 Computers: Midrange and Mainframe 250-050-9 7- Effective: June 1, 1997 through November 1, 2000 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors Amdahl Corporation http://www.amdahl.com Cambex Corporation http:/)/www.cambex.com Clariion Advanced Storage Solutions http://,,,,,/ww.clariion.com/govenunent/flon'da Compaq Computer Corp. http://www.compag.com 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 MTX Incorporated http://www.matco- corp.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/25005097 1/ 10/31/2000 CONTRA' REVIEW AND ANALS FORM Directions: Please Attach su ing documents. All sections must be comple - excluding "CRC Comments". Date: 31 October 2000 DEPARTMENT/DIVISION: Department of Purchasing/City-Wide CONTACT PERSON / CONTACT NUMBER: Maritza Suarez (305) 416-1907 or Glen Marcos (305) 416-1921 CONTRACTING ENTITY: Best Garage Door RESOLUTION NUMBER: 00-938;98-1169 BID: Miami -Dade No. 6050-1/01 BUDGETARY INFORMATION: Are funds budgeted? YES TOTAL DOLLAR AMOUNT: $53,000.00 ® EXPENSE SOURCE OF FUNDS: various Accounts ACCOUNT CODE(S) GSA:503001.420905.6.670: $10,000.00 (FY 00-01), GSA: 504000.420119.6.670: $1,000 (FY 00-01); FIRE: 001000.280701.6.670: $32,000 (FY 00-01) & C.C.G.C: 415000.350201.6.340: $10,000 (FY 00-01) If grant funded, is there a City match requirement? YES ❑ NO Are matched funds Budgeted? YES ❑ NO ® Account Code(s): TERMS OF CONTRACT: ( If Applicable) NO ❑ If yes, ❑ REVENUE CIP ACCOUNTS AMOUNT: Effective Date: November 1, 2000 through October 31, 2001 (FIRST AND FINAL RENEWAL) Escalating Clause, if any: N/A Contract Period (s): On a Contract Basis until October 31, 2000 with the OTR for one (1) additional one-year periods. Payment terms: Net 30 Days Penalties, (if any), for termination: N/A If grant funded, list restrictions/requirements, if applicable: N/A SUMMARY/DESCRIPTION OF CONTRACT OR AGREEMENTS Is this an extension? YES ® NO ❑ Reason for Extension: If YES, actual expenditures in previous contract Year Summary/Description of Contract or Agreement: For the provision of maintenance and repair services of overhead roll up doors JUSTIFICATION FOR CONTRACT OR AGREEMENT (Include why it is needed, consequences if not authorized or approved and time constraints, if any.) On December 8, 1998, the City Commission approved the above -mentioned term contract (Res No. 98-1169) for the Maintenance and Repair Services of Overhead Roll -Up Doors for the Department of G.S.A & Fire -Rescue. Furthermore, the City Commission has recently approved an increase by $10,000. for the Department of Public Facilities/Coconut Grove Convention Center Division. The Department of Purchasing is hereby requesting your approval of the total increase amount and to extend this contract beyond October 31, 2000. METHOD OF PURCHASE (If applicable) ❑ Telephone quotes ❑ Single Purchase ❑ Written quotes ❑ Short -Term Contract ❑ Negotiated Purchase ❑ Lease( Type:_ ) ❑ Sole Source (include documentation) ® Term of Contract ❑ Bid Waiver (include documentation) ❑ Formal Bid/Proposal (include bid tabulation/proposal ranking) PREVIOUS AWARDS OF BID (IF APPLICABLE) CRC COMMENTS: From most recent: 1) 2) 3) Approval: Date: 00--1017 250-050-97-1 = Computers:6drange and Mainframe Page 1 of 1 .computers: Midrange and Mainframe 250-050-9 7- Effective: June 1, 1997 through November 1, 2000 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract Contractors Amdahl Corporation Cambex Corporation Clariion Advanced Storage Solutions http://www.clariion.com/govenunent/florida Compaq Computer Corp. EMC2 Corporation Hitachi Data Systems Corporation International Business Machines MTI Technology Corporation MTX Incorporated corp.com Macro Computer Products Incorporated Oce Printing Systems USA, Inc. Storage Technology Corporation Sun Microsystems Federal Incorporated Unisys Corporation Visara, Inc. d/b/a Marco Group Xerox Corporation hqp://www.usco.xerox.com/stflorida http://fcn.state.fl.us/st—contracts/250050971/ http://www.amdahl.com http://www.cambex.com httD://www.comDaa.com http://www.emc.com http://www.hdshq.com http://www.ibm.com http://www.mti.com http://www.matco- http://www.stortek.com http://www.sun.com http://www.unisys.com http://www.visara.com 00-10"17 10/31/2000 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 November 1, 2000 (Rev 5 Oct 99) 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: comerd@dms.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. UJ 00-ILi http://fcn.state.fl.us/st contracts/`250050971/certification.htm 10/31/2000 Suite 315 Page 2 of 2 Authorized Signature DC/lmb Attachments Contractors Amdahl Corporation (A) (Rev 3 Sept 99) Cambex Corporation (A) Clariion Advanced Storage Solutions (A) Digital Equipment Corporation (A) EMC2 Corporation (A) (Rev-3 Sept 99) Hitachi Data Systems Corporation (A) International Business Machines (A) o MTI Technology Corporation (A) 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) (Rev 12 Oct 00). Xerox Corporation (A) http://fcn.state.fl.us/st contracts/250050971/certification.htm '' 10/31/2000 Subsystems, peripherals, and tonal components shall be awarded onmultiple award b.. Page 1 of 3 0 Specifications 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. ACCEPTABLE PRODUCTS Midrange computers, Mainframe Computers, Upgrades, and Operating System Software TABLE A: MIDRANGE COMPUTER AND MAINFRAME COMPUTER SYSTEMS Midrange computers and mainframe 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. 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 discounts for each product offered is not acceptable. 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 06-1017 http://fcn.state.fl.us/st—contracts/250050971/specs.htm 10/31/2000 Subsystems, peripherals, and optional components shall be awarded on �ltiple award b.. Page 2 of 3 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 software, available. for the processor systems bid on Table list for operating system soA. 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 item discounts for each product offered is not acceptable. 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 storagediagnostics, 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. 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 http://fcn.state.fl.us/st—contracts/250050971/spe cs.htm 0 -110/31/2000 Subsystems, peripherals, and onal components shall be awarded oWultiple award b.. Page 3 of 3 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. 00-1017 http://fcn.state.fl.us/st—contracts/250050971/specs.htm 10/31/2000 [Contract Number] -- Vendor*rmation ® Page 1 of 2 Computers: Midrange and Mainframe 250-050-97-1 Price Sheets Award Index Amdahl Corporation Cambex Corporation Clar ion Advanced Storage Solutions http://emc.clariion.com/govemment/florida Digital Equipment Corporation EMC2 Corporation Hitachi Data Systems Corporation IBM Macro Computer Products Incorporated MTI Technology Corporation MTX Incorporated Oce' Printing Systems USA Storage Technology Corporation Sun Microsystems Unisys http://www.unisys.com/marketplace/state/fl/mr-mf-index.html Xerox Corporation http://idsdocushare2.xids.com/View/Collection-271 AWARD INDEX 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 G1 PRINTERS - HIGH VOLUME - IMPACT TABLE G2 PRINTERS - HIGH VOLUME - NON -IMPACT TABLE H INSTALLATION SERVICES http://fcn.state.R.us/st—contracts/250050971/Price.htin 10/31/2000 [Contract Number] -- Vendor Information ® Page 2 of 2 CONTRACTOR TABLES AWARDED AMDAHL A, B, D, El BULL HN A, B, C, D, El, E3, F, GI . CAMBEX D, El, F CLARIION ADVANCED STORAGE SOLUTIONS E1 DATA AGENTS D DIGITAL EQUIPMENT A, B, C, Gl, G2, H.. EMC. El HITACHI DATA A, B, D, El IBM A, B, D, El, E2, E3, F, GI, G2 IDEA COURIER F, G1, H MACRO COMPUTER El, E3 MARKETEX El MTI TECHNOLOGY El, E3, H MTX F, G1, H NETWORK SYSTEMS SALES F OCE PRINTING SYSTEMS G2 STORAGE TECHNOLOGY E1, E3 .STRATUS COMPUTER A, B, C, D, El, E3, F, H SUN MICROSYSTEMS A TANDEM COMPUTERS A, B, C, D, El, E2, E3, F, H UNISYS A, B, C, D, El, E3, F, GI, G2, H XEROX G2, H PRICE LIST Contractor price list are being formatted for inclusion on the internet. http://fcn.state.fl.us/st—contracts/250050971/Price.htm 0-10 7 L0/31/2000 AWARD UNDER STATE OF FLORIDA CONTRACT NOS. 250-040-99-1, 973-561-99-1 AND SNAPS CONTRACT NOS. 2501738-1 and 2501987-1 ITEM: Mobile Digital Computers, related equipments and services DEPARTMENT: Police TYPE OF PURCHASE: Term Contract REASON: To provide direct access from Florida Criminal Information Center and National Crime Information Center that will allow officers entry of reports from the field. RECOMMENDATION: It is recommended that the award be made to Unisys Corporation under existing State of Florida Contract Nos. 250-040-99-1, 973-561-99- 1 and SNAPS Contract Nos. 2501738-1 and 2501937-1, at a total cost of $3,999,633, for the Department of Police; allocating funds therefore from the CIP Project No. 312032, CIP Project No. 312010, and the COPS MORE '98 Grant, Special Revenue Fund, Account Code No. 142025.290512.6.840. Dai e AwardStateContracts 0U 1017