Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 166-16-14721
RESOLUTION NO.166-16-14721 A Resolution authorizing the City Manager to negotiate and enter into an agreement with PNC Strategies,an authorized Florida subcontractor of HP Inc.,for the purchase thirty five (35)GETAC laptops and installation for the South Miami Police Department funded largely by federal forfeiture. WHEREAS,the Police Department is required to maintain communications and computer equipment in order to enforce the lawsof the State ofFlorida to provide for the public'ssafety,disaster relief and homeland security,thereby making our community safer,and WHEREAS,the Police Department hasinitiateda project to purchase the latest technology which offers more mobilityandfunctionalityas recommended by the City'sInformationTechnology experts,and WHEREAS,the Police Department hasinitiateda project to replaceallpatrolissuedlaptopswith ruggedized computers,and WHEREAS,the purchase is through aStateofFlorida Alternate Contract Source agreement no. 43211500-WSCA-15-ACS for Computer EquipmentfromPNCStrategies,an authorized Florida subcontractor of HP Inc.,and WHEREAS,the majorityoffundingforthis request will come fromFederal Forfeiture. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section I;TheCityManageris authorized to negotiate and enter intoan agreement withPNC Strategies,an authorized Florida subcontractor ofHPInc.,through a State ofFlorida Alternate Contract Sourceno.43211500-WSCA-15-ACS forthepurchaseofGETAClaptopsandmounting hardware foran amount not to exceed $159,888 for the South Miami Police Department from account #615-1910-521-5205 (FederalForfeiture)and expend $9,350 to Safe&Soundforinstallationofsaid equipment from account#001 - 1910-521 -5210 (PoliceSupplies) Section 2:Severability:Ifanysection,clause,sentence,or phrase ofthis resolution isforany reasonheld invalid or unconstitutional bya court of competent jurisdiction,thisholdingshall not affect the validityof the remaining portions ofthis resolution. Section 3:This resolution shall take effectimmediatelyupon approval. PASSED AND APPROVEDthis6 th dayof September .2016. Yjic f ^7^ iVED AS TO FORM, rGALITY AND THEREOF tmrMTORNEY APPROVED: COMMISSION VOTE:4_o Mayor Stoddard:absent ViceMayor Welsh:yea Commissioner Liebman:yea Commissioner Edmond:Yea Commissioner Harris:Yea TH§Cm Of iPtffiWlAISTMVING TO: From: Date: Subject: Background: Expense: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor&Membersof the CityCommission StevenAlexander,City Manager September 6,2016 / A Resolution authorizing the City Manager to negotiate and enter into an agreement with PNC Strategies,an authorized Florida subcontractor of HP Inc.,for the purchase thirty five (35)GETAC laptops and installation for the South Miami Police Department funded largely by federal forfeiture. ThePolice Department wishes to purchasethirty five (35)GETAC ruggedized laptops.During the lastyearandahalf the Police Department began researchingdifferentoptionsforpurchasingtabletsandlaptopsbasedon recommendations from Miami-Dade County InformationTechnology Department (ITD).TheCityPolice Department budgeted $160,000 from Federal Forfeiture monies to assistinfunding the purchase ofnew laptop/tabletsforpolice officers andwish to purchase,the thirty five (35) tablets utilizing FederalForfeitureand available fundsfrom FY 2016 budget ThePolice Department alsowishes to expend $9,350 for installation of computer mountsin the policevehicles. The Police Department over the years has encountered severalobstaclesin initiatinga fully functional GPS trackingsystemaswell utilizing equipment to withstand the rigorsof operating inapolicevehicle.Itwas determined byITD that numerous GPSproblems were directly related to the useofadifferent variationsofDelllaptops,therefore,itwas recommended utilizing semi-rugged or rugged computers would improve the longevity over currently utilized laptops. Upon researching the different options available,the Police Department will be fully utilizing the GETAC VI10 ruggedized laptops.Theselaptopsare fully solid state andhasa full three (3)year warranty.Thelaptopsalso come equipped with abuiltinGPSwhichwill resolve the aforementioned issues.The purchase of these tablets will bemadeby utilizing aStateofFlorida Alternate Contract Source agreement No.43211500-WSCA-15-ACS andfromPNC Strategies,an authorized Florida subcontractor ofHPInc. $169,238 Accounts:615-1910-521-5205 ($159,888)Federal Forfeiture 001-1910-521-5210 ($9,350)Police Supplies Attachments:Resolution HP Quote Installation Quotes Piggyback Agreement Florida ApprovedHP Inc.,Subcontractor Listing < Stateof Florida AlternateContractSource Participating Addendum . BUYP PCN Strategies 1101 15th St.NW. suite 206 Washington,District of Columbia 20005 United States http://www.pcnstrategies.com (P)2029623980 (F)202 318 4522 Quotation (Open) JDate Apr 01,2016 03:19 PM CDT Doc# 1002742 -revl of 1 I Description j V110 x35-NASPO 43211500-WSCA-15- ACS SalesRep Davis,Jeff (P)2024990947 Customer Contact Barzola,John Customer South Miami Police (SM0989) Barzola,John 6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 Bill To South Miami Police Barzola,John 6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 Ship To South Miami Police Barzola,John /6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 .Customer PO::Terms: Undefined !Ship Via: |FedEx Ground |Special Instructions:Carrier Account*: #Description Qty Unit Price Total 1 Getac V110 35 $3,001.87 $105,065.45 Note:-Intel Core i5-5200U Processor 2.2 GHz -11.6"With Webcam -Microsoft Windows 7 Professional x64 with default RAM 4GB -128GB SSD -Sunlight Readable (LCD+Touchscreen) -Multi language+US KBD+US Power cord -Membrane Backlit KBD -Wifi+BT+GPS+Gobi+Passthrough -Without any extra option -HD Webcam -Dual batteries -Smart Card Reader -TPM1.2 -LowTemp-21°C -IP65 -3 Year Warranty Getac Office Dock Docking station -for Getac V110 Havis tri-Pass-th rough Vehicle Dock Port replicator Getac Vehicle Adapter Power adapter -car -12 -32V-for Getac V110 Getac Notebook battery -1 xlithiumion 3-cell 2100 mAh -for Getac V110 NASPO Contract #43211500-WSCA-15-ACS 4 $314.10 $1,256.40 35 $835.10 $29,228.50 40 $135.99 $5,439.60 15 $80.99 $1,214.85 Subtotal: Shipping: Total: $142,204.80 $157.00 $142,361.80 BUYP PCN Strategies 1101 15th St.NW. suite 206 Washington,District of Columbia 20005 United States http://www.pcnstrategies.com (P)2029623980 (F)202 318 4522 . Quotation (Open) Date Mar 30,2016 08:50 AM CDT Doc# 1002713 rev 1 of 1 Description FordCrownVic mounting SalesRep Davis,Jeff (P)2024990947 Customer Contact Barzola,John Customer South Miami Police(SM0989) Barzola,John 6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 Bill To South Miami Police Barzola,John 6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 Ship To South Miami Police Barzola,John 6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 ICustomer PO:iTerms: ^Undefined Ship Via: FedEx Ground |Special Instructions:ICarrier Account*: #Description Qty Unit Price Total 1 VEHICLE BASE 17 $79.85 $1,357.45 Note:Vehicle Base Ford CVPI POLES-9"lower Note:9"lowerpole assembly POLES-7"upper Note:7"Center Upper Pole MOTION ATTACHMENT -9"slide arm Note:Mongoose 9"lockingslidearmwith360 degree clevis POLES-short brace Note:Adjustable Support Brace -Short Screen stiffener arm Note:Screen support (Fits Getac V110 docking stations) Pricing reference for contract # NASPO 43211500-WSCA-15-ACS 17 17 17 17 17 $38.26 $54.16 $218.44 $54.77 $53.00 Subtotal: Shipping Total $650.42 $920.72 $3,713.48 $931.09 $901.00 $8,474.16 $110.00 $8,584.16 PCN Strategies 1101 15th St.NW. suite 206 Washington,Districtof Columbia 20005 United States http://www.pcnstrategies.com (P)2029623980 (F)202 318 4522 Quotation (Open) Date Mar 30,2016 09:30 AM CDT Doc# 1002715 -revl of 1 Description Ford Taurus mounting SalesRep Davis,Jeff (P)2024990947 Customer Contact Barzola,John Customer South Miami Police (SM0989) Barzola,John 6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 Bill To South Miami Police Barzola,John 6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 Ship To South Miami Police Barzola,John 6130 Sunset Dr. South Miami,FL 33143 United States (P)(305)663-6301 Customer PO:Terms: ^Undefined 'Ship Via: FedEx Ground Special Instructions:Carrier Account*: #Description Qty Unit Price Total 1Kit,FordUtility Police Interceptor 2011 -2014,Pedestal 17 $465.57 $7,914.69 Note:1.Vehicle Base (ItemNo.7160-0350) Vehicle Base isa no-drill solution and attaches to the passenger side seat studs.Designed using heavy gauge steel for long-term durability. 2.Lower Tube (ItemNo.DS-LOWER-9) The Lower Tube provides vertical clearance over the center console orthe seat. 3.Upper Pole (ItemNo.7160-0178) Center Upper Pole allowsfor closer mounting to the dash and less stress on the vehicle mounting equipment asgravityis centered on the pole. Wrench is needed for loosening,tightening or height adjustment. 4.9"Locking Slide Arm-Mongoose (Item No.7160-0220) Locking SlideArm can rotate around 360°withlocking points every 15°.SlideArm can extend out from9"to 13"from center pole and locks automatically in the retracted 9"position.Motion Attachment has tilt capabilities upto90°forward/260 backward and can beswiveledupto 360°. Motion Attachment works with VESA 75mm,Gamber-Johnson 2x4,NECor AMPS hole patterns. 5.Support Brace (Item No.7160-0230) Support Brace provides additional mount system support in rugged driving conditions and increases mounting system rigidity. 2 Screen stiffener arm 17 $53.00 $901.00 Note:Screen support (Fits Getac V110 docking stations) NASPO contract number is 43211500-WSCA-15-ACS Subtotal:$8,815.69 Shipping:$126.00 Total:$8,941,69 DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 Telephone:800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI,FL 33143 Sales Quote Sales Quote No.182608 Customer No.SMIAMI Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI,FL 33143 Contact:SGT.DARBY WAGNER Telephone:305-663-6359 E-mail:DWAGNER@SOUTHMIAMIFL.GOV Contact:SGT.DARBY WAGNER Telephone:305-663-6359 E-mail:DWAGNER@SOUTHMIAMIFL.GOV Quote Date Ship Via F.O.B.Customer PO Number Payment Method 07/22/16 GROUND FOB DESTINATION LAPTOP MNT REPLACE NET30 Entered By Salesperson Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami SGT.WAGNER Order Quantity Approve Quantity Tax Item Number /Description Unit Price Extended Price 34 34 N INSTALL LAPTOP MOUNT REPLACEMENT Warehouse:MIAM *REMOVAL OF EXISTING LAPTOPMOUNTS,POWER HARNESS AND MOUNTING HARDWARE. *INSTALL OF NEW GETAC DOCKING STATIONS WITH POWER HARNESS AND MOUNTING HARDWARE.. *WORK TO BE DONE AT POLICE DEPARTMENT.WORKING LOCATION MUST BE ROOF COVERED WITH ACCESS TO RESTROOM. *MINIMUNOF(5)VEHICLESARETOBEAVAILABLE £ND READY ATAN' GIVEN TIME. 350.0000 11,900.00 *+*L tfTOP MOUN rREPi **ASPERCITYOFMIAMI CONTRACTS 516388(21),LABORRATEAT $60.00 PER HOUR.** ACEMENT,(17)CVPI &(17)PISE *** **AS PER CITY OF MIAMI CONTRACT#516388(21)** Appi-oved Bv: n ApproveAllItems &Quantities Quote Good for 30 Davs Print Date Print Time Page No. 07/22/16 12:27:56 PM 1 Printed By:EDWIN SALGADO Subtotal Freight Order Total 11,900.00 0.00 11,900.00 Safe and Sound 1683520-xwisxizw Please make all checks payable to:Safe and Sound and please mailto:15523 SW 178th ST Miami,FL33187 Office (786)-445-5189 Email:Sales@safeandsound911 .com,or Mike@safeandsound911 .com Web:www.safeandsound911.com Bill To: SOUTH MIAMI POLICE DEPT 6130 SUNSET DRIVE, SOUTH MIAMI,FL 33143 Quote Date:08/04/2016 Quote No.:10020 Salesperson:MIKE Ship To: 6130 SUNSET DRIVE, SOUTH MIAMI,FL 33143 Qty Item Description Unit Price Total 34 LABOR REMOVAL OF DELL LAPTOP MOUNTS AND RE INSTALL HAVIS GETEC MOUNTS WITH CHARGING HOOK UP SYSTEM, CRADLE STYLE UNITS OVER CENTER CONSOLES,OR FLOOR MOUNT $275.00 $9,350.00 Total $9,350.00 17 CROWN VICS,17 FORD TAURUS INSTALLATION TO BE DONE ONSITE AT POLICE STATION Please contact us for more information about payment options. Thank you for your business. Installation Technologies INSTALLATION QUOTE FORM DATE:8-5-16 PROJECT:PCN-South Miami Quote 34 removals of existing pole mount cradles and installation of new mounts in CrownVic and Taurus vehicles @ $299 Total =$10,166 *Quote isall inclusive ^Pricing basedonaminimumaccessof5vehiclesperday,1techdeployed *Basedon5-6daysaccessperweek.Client will do their best toprovide Saturday access. *Sitedelaysarebilledatarateof$1250pertech,perday ^Standard 90day installation warranty applies ConfidentialandProprietaryInformation MobileInstallation Technologies,LLC CONTRACT FOR COMPUTER EQUIPMENT,PERIPHERALS &SERVICES THIS AGREEMENT made and entered into this.202_day of3eDtemqej_,20 16 by and between the City of South Miami,aFlorida municipal Corporation by "and through its City Manager (hereinafter referred to as "City")and PNC Strategies,anauthorised HP Inc.. Florida Approved Fulfillment Suhcontraetn,-(hereinafter referred to as "Contractor"). WITNESSETH: p "^^^±&^nQml Association of State Procurement Officials'Valne Pnin| urogram.(NASPO y^|fflffpffpm^contract was competitively solicited by the State of MjafleMpursuant to MN.WN.C-Hf;^M^yy.^,for Comnnter F.o,,ipmni and the ^^ttLpmda-through aParticipating AMen^n^and Alternate Contract Source No 43211500-WSC,A-lft-ACS ^h^h allows for the purchase of computer equipment through the Master Agreement by authorized agencies within the State of Florida and the respective HP Inc.,Florida Approved fulfillment subcontractors;and WHEREAS,the National Association of Sfrte Procurement Officials'Va^ne POiffit frpprap,,(NASPO VaflmePojnt)contract was competitively solicited by the State of Mjjuejo^pursuant to MNWNC-115 and MNNVP-133 for Computer Fouinment and after completing a competitive bidding process,awarded acontract to Contractor;and WHEREAS,the City of South Miami desires to utilize the National Association Off State Procurement Officials'Value Point Program,,(NASPO VafnePojJnt^contract, tor Copppjer Equipment and the State of Florida Contract through aParticipating Addendum Alternate Contract Source NoT 432111500-WSCA-15-ACS contract and pursuant toauthority of theCity of SouthMiami's Charter. NOW,THEREFORE,the City and the Contractor,each through their authorized representative/official,agree as follows: 1.TheCity desires to enter into a Contract,under the same terms and conditions as set forth in the solicitation and the agreement between the State of MinpesQta pursuant to MNWNC-115 and MNNVP-133 ™H theStateof Florida Cjiaicaclthrough a Participating Addendum Alternate Contract ft' 2.The City has reviewed the contract and agrees to the terms and conditions to be applicable to apurchase order to be issued by the City and further agrees to the fair and reasonableness of the pricing.Contractor hereby agrees to provide such goods and/or services,pursuant to the City's purchase order made during the term ofthis agreement,under the same price(s),terms and conditions as found in the solicitation documents and the response tothe solicitation,pertinent copies of which are attached hereto as AttachmentA and made a part hereof by reference,and the agreement and/or the award between the State OfMinnesota ,pursuant MNWNC-115 and MNNVP-133 »n<\theState of Florida SOi^through aParticipating Addendum Alternate Contract Sn.^e No.43211500- VY»vA-l?-ACfr,a copy of which,including any amendments and addendums thereto,is attached hereto and made a part hereof by reference. ThomasF.Pepe-01-11-16 Page1 of5 All references inthe contract between StateofMinnesota,pursuant -and the State of Florida Contract Participating Addendum Alternate Contract Source No.43211500-WSCA-15-ACS andContractor, shallbe assumed topertainto,andare binding upon Contractor andtheCityof South Miami. All decisions that are to be made on behalf of the State of Minnesota,and the State of JSMlda-as setforthinthe State OfMjfflMSOta,pursuant MNWNC-115 andMNNVP-133 and the State of Florida Contract Participating Addendum Alternate Contract Source No.43211500-WSCA-15-A^ft andits agreement with Contractor,shall bemadebythe City Manager fortheCityof South Miami.Thetermofthe contract,including all extensions authorized bythe contract shall not exceed five years.Notwithstanding anything contained in the State of Minnesota and the State of Florida as set forth in the State of MiftfflffWta,pursuant MNWNC-^MM»M1MHVP-133 andthe State of Florida Contract Participating Addendum Alternate Contract Source No.43211500-WSCA-15-ACS contracttothe contrary,this agreement shallbe governed bythelawsoftheStateofFlorida and venue forall dispute resolutions or litigation shall bein Miami-Dade County,Florida. 4.ScopeofGoodsandServices.Thescopeofgoodsandservicesaresetforth in the attached Attachment A. 5.Contract Price.Thecontractpriceforthegoodand services issetforthin the attached Attachment A.If not otherwise setforthinthe "State of Minnesota,and the StateofFlorida Agreement/Cnntrart the Contractor shall be paid upon delivery ofallthe goods,the completion ofall the services and after final inspection by the City that approves ofthegoods delivered andthework performed. 6.Grant Funding:Thisprojectisbeing funded N/Aand Contractor agrees to comply withallthe requirements ofthat Grant,applicable tothe delivery ofthe goods and services thatarethe subject of this Agreement,and that are within its power to provide and to provide allthe documentation within its control thatis required fortheCitytobe able to recover the contract price pursuant tothe terms ofthe grant.Acopyofthe grant is attached heretoandmadeaparthereofby reference. 7)PublicRecords:CONTRACTOR and allofits subcontractors are required to comply withthepublic records law(s.l 19.0701)while providing goods and/or services onbehalfofthe CITY and the CONTRACTOR,under such conditions,shall incorporate this paragraph inallofits subcontracts for this Project and shall:(a)Keep and maintain public records required bythe public agency to perform the service;(b)Upon request from the public agency's custodian of public records,provide the public agency with a copy ofthe requested records or allow the records tobe inspected or copied within a reasonable time ata cost that does not exceed the cost provided in this chapter oras otherwise provided by law;(c)Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law forthe duration of the Contract term and following completion ofthe Contract if CONTRACTOR does not transfer the records tothe public agency;and (d)Upon completion of the Contract,transfer,atno cost,tothe public agency all public records in possession of CONTRACTOR or keep and maintain public records required bythe public agency to perform the service.If CONTRACTOR transfers all public records to the public agency upon completion of the Contract,CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.If Thomas F.Pepe-01-11-16 Page2 of5 CONTRACTOR keeps and maintains public records upon completion ofthe Contract, CONTRACTOR shall meetall applicable requirements for retaining public records.All records stored electronically mustbe provided tothe public agency,upon request from the public agency's custodian of public records,ina format thatis compatible with the information technology systems of the public agency. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340;E-mail:mmeneedez@southmiamifl«gov;6130 Sueset Drive, South Miami,FL ,33143o 7.Waiver Jury Trial:CityandContractorknowingly,irrevocably voluntarily andintentionallywaiveanyrighteithermayhavetoatrialbyjuryinStateorFederalCourt proceedingsinrespecttoanyaction,proceeding,lawsuitorcounterclaimarisingout of the ContractDocumentsorthe performance of theWorkthereunder. 8.Validity off Executed Copies:Thisagreementmaybe executed inseveral counterparts,each of whichmaybeconstruedasanoriginal. 9.Attorneys9 Fees and Costs:Inthe event of any litigation between the parties arisingout of orrelatinginanywaytothisAgreementorabreachthereof,eachpartyshall bearitsowncostsandlegalfees.Nothingcontainedhereinshallpreventorprohibittheright tobeindemnifiedforanyattorneyfeesincurredinthedefenseofanactionbyapersonor entitywhoisnotapartytothisAgreement. 10.Severability:If anytermorprovision of this Agreement orthe application thereoftoanypersonorcircumstanceshall,toanyextent,beinvalidorunenforceable,the remainder of thisAgreement,ortheapplicationofsuchtermorprovisiontopersonsor circumstances other than those to which itisheld invalid or unenforceable,shallnotbe affectedtherebyandeachtermandprovision of thisAgreementshallbevalidand enforceabletothefullestextentpermittedbylaw. IN WITNESS WHEREOF,andasthedulyauthorizedact of theparties,theundersigned representatives of thepartiesheretohavecausedthisinstrumenttobesignedintheirrespective namesbytheirproper officials onorbeforethedayandyearfirstabovewritten. PNC Strategies: ByCI^ (type name and title of signatory above) Thomas F.Pepe -01-11-16 Page 3 of 5 Hteria M.N&neife/CMC City Clerk Read and Approved asto Form, Language,Legality and Execution Thereof. By:% ThomasF.Pepe City Attorney ThomasF.Pepe-01-11-16 CITpOFSOUTH MIAMI ^Byr 5teyej*/Alexander 1Manager Page 4 of 5 CONTRACT FOR COMPUTER EQUIPMENT,PERIPHERALS &SERVICES Thomas F.Pepe-01-11-16 Page5 of5 115 state off Florida Participating Addendum and Alternate Contract Source No. 4321150©-WSCA-15-ACS ATTACHMENT B SCOPE OF SERVICES Thomas F.Pepe-01-11-16 Page 5 of5 8/16/2016 Computer Equipment,Peripherals &Services /Alternate Contract Source /State Contracts and Agreements /Vendor Information /State Purchasing /Bu... Computer Equipment,Peripherals &Services 43211500-WSCA-15-ACS Effective Period 09/30/2015 through 03/31/2017 Contract Type Alternate Contract Source Contract Information How to Use this Alternate Contract Source Products Cateaories List Contractors Pricina Contract Documents Forms and Other Information Amendments and Memorandums Master Aqreements Particioatina Addendas Contract Administration Jeremv Williams (850)414-6740 Jeremv.Wiiliams(S)dms.myflorida.com Commodity Codes UNSPSC-43211500,UNSPSC-43211600,UNSPSC-43211900 Description This alternate contract source (ACS)authorizes-the use of the National Association of State Procurement Officials'ValuePoint Program (NASPO ValuePoint)Computer Equipment,Peripherals and Services contract,which was competitively solicited and awarded by the State of Minnesota. Benefits ♦This contract is available onlyfor products noton state term contracts. •WSCAparticipating addendums are entered on behalf of governmental entitiesinFloridaforAce,Apple,ByteSpeed,Ciara, Cisco,Computer Technology Link,Dell,EMC,Firefly,Fujitsu,HP Inc.,HP Enterprise,Hitachi,Howard,IBM,Lenovo,M&A Technology,Microsoft,Microtech,NetApp,Nimble,Panasonic,Pure Storage,Samsung,Tegile,Tintri,Transource, and Xiotech. http:/A/ww.dms.myflorida.com/businessjDperatiora 1/1 8/16/2016 HowtoUsethis Alternate Contract Source/Computer Equipment,Peripherals &Services/AlternateContract Source/StateContractsandAgreements. Search ._Search CurrentLocationOnly Computer Equipment. Peripherals &Services Forms and Other Information Amendments and Memorandums Complete Contract»Master Agreements Complete Contract - Participating Addenda? How to Use this Alternate Contract Source Other -Products Categories List Contractors Pricing Return to State Contracts and Agreements How to Use this Alternate Contract Source This alternate contract source (ACS)authorizes the use ofthe National Association of State Procurement Officials'ValuePoint Program (NASPOValuePoint)ComputerEquipment,Peripherals and Services contract,whichwas competitively solicitedand awarded by the State of Minnesota. The Product Categories inthisACSare: •Desktops •Laptops •Tablets •Servers •Storage The Contractors by Product Category are: Product Band Vendors 1-Desktops Ace,Apple,Bytespeed,Ciara.CTL,Dell,Fujitsu,Grace,HP Inc.,Howard,Lenovo,M&A, Transource 2-Laptops Apple,Bytespeed,Ciara,CTL,Dell,Fujitsu,Grace,HPInc.,Howard,Lenovo,Microsoft, Panasonic,Transource 3-Tablets Apple,Bytespeed,Clara,CTL,Dell,Fujitsu,HP Inc.,Howard.Lenovo.M&A,Microsoft, Panasonic,Samsung,Transource 4-Servers Ace.Bytespeed,Clara,Cisco,CTL,Cray,Dell,Firefly,Fujitsu,Grace.HP Enterprise, Howard,Hitachi,IBM,Lenovo,M&A,Microtech,Transource 5-Storage Ace,Bytespeed,CTL,Dell,EMC,Fujitsu,Grace,HP Enterprise,Howard,Hitachi,IBM, Lenovo,M&A,Microtech.Netapp,Nimble.Pure Storage.Tegile.Tintri,Transource, Xlotech Howtofind particular products:Usethe search engine onthe contractor's website,or contact the Contractor directlytoask about the product. Whoto Contact to Order-Visit theorderinginstructionsWebpageunder"Contractors"ontheDMScontractand agreement website. Howto Place an Order-Uponselectingthevendorwhichhasbeenawardedtheproduct category youareseeking,reviewthe ordering instructions Web page under "Contractors"ontheDMS contract and agreement website. What todoifyoufind better pricing -Ifyoufind better pricing than thepricinglistedonthis contract State Purchasing recommends you contact the Contractor to see iftheywillmatchthelowerprice.If theywillnot match the price,please contact theDMSContract Manager listedforthiscontractandprovidethemwithbetter pricing details.This feedbackhelpsState Purchasing understand thepricing competitiveness of this contract. What todoif the products or services on this ACSare also available ona State Term Contract:If thereis overlap of products or services agency buyersarerequiredto purchase from State TermContractsfirst,thenanACSifthe product is unavailable orthetimelinewillnot meet the agency's need.OtherEligible Users are encouraged to purchase fromthe contract or that provides the best value totheirentity. What todo if you are having an issue with the Contractor:First contact the Contractor's Contract Administratorinwriting outliningthe issue and asking forresolution.If you are unable to resolve the issue witha Contractor,contact theDMS Contract Manager and letthemknow what has happened.The DMS Contract Manager willworkwithyouto elevate the issue withthe Contractor's representatives,ora Complaint to Vendor form(PUR 7017)can be completed and submitted that requires aformal response fromthe Contractor. Delivery Time -Delivery istobewithin30 days of vendor receiving order. Delivery Cost -Deliveryis included inthepriceof most items.Delivery costs (ifany)willbelistedonthe contractor contact information pages,found under "Contractors'1ontheDMScontract and agreement website. PCard (Purchasing Card)Acceptance -Yes. MyFloridaMarketPlace Customers -To access MyFloridaMarketPlace,loginto MFMP Buver usingthe username and password provided by your agency system administrator. Terms and Conditions Privacy Stateme.nl Accessibility Statement httpy/www.dms.myfloridaxom/businessjoperations/statejD^1/1 8/16/2016 Contractors -HP,Inc./Contractors /Corn puter Equipment,Peripherals &Services/Alternate ContractSource/State Contracts andAgreements/Vend.. HP,Inc. CBECode Florida Climate Friendly Preferred Products Recycled Products Utilizes Authorized Resellers Coverage Area A-Non-Minority No No Yes Statewide Contact Information Vendor: FL Minority Business Designation: Vendor FEIN: Contacts: Title: Street Address: Phone Number: Email Address: Hewlett Packard Company (Name change to11/1toHP, Inc.) A-Non-Minority 94-1081436 Debra Lee Executive Director of Contract Sales Management 2351 HPWayNE RioRancho,NM 87144 847-537-0344 (Office)and 847-922-2977 (Cell) debraJee(g>hp.com Ordering Information Bands 1 (Desktops/Workstations/Thin Clients),Bands 2 (Notebook),&Bands 3 (Tablets)plus Peripherals Contact Name Title Address Email Address Phone Number Toll Free Number Ordering Fax Numbers: Internet Address Remit Address: Justin Miller Inside Sales Representative 14231 Tandem Blvd Austin,TX 78728 millerj@>hp.com for quotes PSorderprocessina@hp.com 1-866-625-1011 1-866-625-1011 1-800-825-2329 www.hp.com/buv/florida PO Box 101149 Atlanta,GA 30391-1149 http://www.dms.myflorida,com/biisinessjop^1/1 Florida Approved Fulfillment Subcontractors -HP Inc. September 1,2015 Fulfillment Subcontractor Program Band1-Desktops Band2-Laptops Band 3-Tablets Related Options and Accessories Under the Fulfillment Subcontractor Program the Purchase Order ("Order")ismade cut tc one ofthe approved Fulfillment Subcontractors listed below.Order and payment are issued by the Purchasing Entity directly to the Fulfillment Subcontractor. TheFulfillment Subcontractor receives the Order(s),provides Order trackingand escalation,invoices the Purchasing Entityand provides pre-and post-sales support. 10309594 BigSur Technologies,Inc 10309594 BigSurTechnologies,Inc 4631 Woodland Corporate Blvd.Suite #110 Tampa FL 33614 102652j43_ 10318492 Broadway Typewriter CDW logistics Inc 10265243 10260795 Arey Jones Educational Solutions CDW-G 1055 6TH AVESTE 101 230 N Milwaukee Avenue SAN DIEGO Vernon Hills CA IL 92101 60061 10275299 10288133 10307809 Computer Systems Support Inc 10275299 Computer Systems Support 5000 SW 75th Ave Ste 301 Miami FL 33155-4468 Dasher Technologies GovConnection Inc 10288133 10307809 Dasher Technologies GovConnection 655 Campbell Technology Pkwy Campbell CA 95008-5060 7503 STANDISH PL ROCKVILLE MD 2085S 10265652 InsightDirectUSAInc 10265662 InsightDirect 6820 SHARL AVE TEMPE AZ 85283 10254443 Office Management Systems Inc PC Solutions &integration Inc PCM Sales,Inc 10255817 10307066 10320868 Logista PC Solutions 8i Integration inc PCM Sales 750 S.Northiake Blvd.Suite 1012 4937SWBiscayne Blvd,17thFloor Altamonte Springs Miami FL FL 32701 10307066 10320868 10295877 33131 1940 E Mariposa Ave El Segundo CA 90245-3457 PC Net Inc SHI International Corp Southern Corhputer Warehouse Inc 10295877 10319714 10316878 PCN Strategies SHI International Corp Southern Computer Warehouse 110115th StNW,Suite206 290 Davidson Ave Washington DC 20005 10319714 _ 10316878 Somerset NJ 08873-4145 1395S Marietta Pkwy SEBidg 300 Ste106 1096 E Newport CtrDrSte 300 Marietta Deerfield Beach GA 30057-4440 10264576 Staples inc 10252948 StaplesTechnologySolutions FL 33442-3011 10265191 10301549 United Data Technologies Inc VologyInc 10265191^ 10301549 UnitedData Technologies VologyDataSystems 8825 NW 21 Terrace 4027 TAMPA RDSTE 3900 Doral OlDSMAR FL FL 33172 34677 ----— PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No:MNNVP-133 and MNWNC-115 (hereinafter "Contractor") Hewlett-PackardCompany And The State of Florida Alternate Contract Source No.43211500-WSCA-15-ACS Page 1 of 9 1.Scope:TheStateof Minnesota,Departmentof Administration,Materials Management Division publicly conducted a Request for Proposal onbehalfof the State of Minnesota and the NationalAssociation of StateProcurement Officials Cooperative Procurement Program (NASPO ValuePoint)resultingin Master Agreement number MNWNC-115 and MNNVP-133,The Master Agreement ledby the Stateof Minnesota along with a multi-state sourcing team,was created for useby state agencies and other entities that are authorized by that state's statutes to utilize cooperative agreements,uponwrittenapprovalof the State's chief procurement official. The Master Agreementfor computer equipment (desktops,laptops,tablets,servers,andstorage,and ruggedizeddevices,including related peripherals&services)identifies the product bands awarded to the Contractor eligiblefor purchase under thisAddendumtoinclude:Band1-Desktop;Band2-Laptop;and, Band3-Tablet.TheconfigurationlimitswithintheMasterAgreementarechangedas follows:Peripherals configurationlimitisincreasedto$30,000.00.» This Participating Addendum (Addendum)ismadeand entered intoasof the EffectiveDatebyand between the State of Florida (Participating State)and Hewlett-Packard Company (Contractor).This Addendum allows for purchase of computer equipment from the Master Agreement This Addendum shallnotdiminish, change,or impact the rights of the Lead State withregard to the Lead State's contractual relationship with the Contractor under the terms of the Master Agreement. 2.Participation:Useofspecific NASPO ValuePointcooperative agreements'byeligibleusersauthorizedbya Participating State's statutes are subject to the priorapprovalof the respective State Chief Procurement Officer.Issuesof interpretation andeligibilityfor participation are solelywithin the authority of the State Chief Procurement Officer. 3.Order of Precedence:In the event ofaconflict,the following documents shallhavepriorityin the order set forth below: a.This Participating Addendum; b.Exhibit2,PUR 1000; c.Exhibit1,Minnesota NASPO ValuePoint Master Agreement No.MNWNC-115and MNNVP-133 (includes negotiated Terms and Conditions); d.The Solicitation including all Addenda; e.Contractor's response to the Solicitation. These documents shallbe read tobe consistent and complementary.Anyconflict among these documents shallbe resolved bygiving priority to these documents in the order listed above.Contractor terms and conditions that applyto this Master Agreement areonly those that are expressly accepted by the Lead State and must beinwritingand attached to the Master Agreement asanExhibitor Attachment.No other terms and conditions shallapply,including terms and conditions listedin the Contractor's response to the Solicitation,or terms listedor referenced on the Contractor's website,in the Contractor quotation/sales FL -HPI 43211500-WSCA-15-ACS_PAJ\IASPO VPMNWNC-115133(Final 7-21-15).docx PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No:MNNVP-133 and MNWNC-115 (hereinafter "Contractor") Hewlett-Packard Company And The State of Florida Alternate Contract Source No.43211500-WSCA-15-ACS Page 2 of 9 order or in similar documents subsequently provided by the Contractor.The solicitation language prevails unless a mutually agreed exception has been negotiated. 4.Participating State Modifications or Additions to Master Agreement: A.Upon execution of this Addendum,alleligible users may purchase products and services under contract using the Florida alternate contract source number 43211500-WSCA-15-ACS. Eligibleusers acknowledge and agree tobe bound by the terms and conditions of the Master Agreement except as otherwise specified inthis Addendum. 1.The following are modifications to the Master Agreement: a.PUR 1000 Form:General Contract Conditions,is attached hereto and incorporated herein as Exhibit 2. b.DiscriminatoryVendors.A vendor placedon the discriminatory vendor list pursuant to section 287.134 of the Florida Statutes may not be awarded or perform work asa contractor, supplier,sub-contractor,or consultant under a contract with any public entity;or transact business with any public entity. c.Effective Date:This Addendum shall become effective asof the first business day of the month following the full execution ofthis Participating Addendum beloworJuly1,2015, whichever is later ("EffectiveDate"),andis coterminous with the Master Agreement,unless terminated earlier by the Participating State.To the extent applicable,this Addendum will replace and supersede the existing Participating Addendum Number 250-WSCA-10:ACS between Contractor and Participating State under the WSCA Master Price Agreement Number B27164 as of the Effective Date. d.Vendor Registrationand Transaction Fees:In order to complete any transaction between an eligible user and the Contractor,the Contractor must be registered with the Department of State,Divisionof Corporations (www.sunbiz.org)andin MyFloridaMarketPlace.Section 287.042(l)(h),Florida Statutes,andRule60A-1.031,FloridaAdministrativeCode,ishereby incorporated by reference.All transactions are subject toa one percent (1%)transaction fee pursuant to the rule. e.Purchases:In order to procure products and services hereunder,eligible users shallissue purchase orders orusea purchasing card which shall reference Florida alternate contract source number 43211500-WSCA-15-ACS.Eligibleusersare responsible forreviewing the terms and conditions ofthis Addendum includingallExhibits. f.Compliance with Laws:The Contractor shall comply withall laws,rules,codes,ordinances,and licensing requirements that are applicable to the conduct of its business,including those of federal,State,andlocal agencies having jurisdiction and authority.Bywayof non-exhaustive example,Chapter 287of the Florida Statutes and Rule 60A-1 of the Florida Administrative Code governthis Addendum.Byway of further non-exhaustive example,the Contractor shallcomply with section 274Aof the Immigration and Nationalization Act,the Americans with Disabilities FL-HPI 43211500-WSCA-15-ACS_PA_NASPOVPMNWNC-115133(Final 7-21-15).docx PARTICIPATING ADDENDUM to the NASPO ValuePointCooperative Procurement Program COMPUTER EQUIPMENTMASTERAGREEMENT Administered by the State of Minnesota Master Agreement No:MNNVP-133andMNWNC-115 (hereinafter "Contractor") Hewlett-Packard Company And The State of Florida Alternate Contract Source No.43211500-WSCA-15-ACS Page 3 of 9 Act,andallprohibitionsagainstdiscriminationonthebasisofrace,religion,sex,creed,national origin,handicap,maritalstatus,or veteran's status.Violation ofanylaws,rules,codes, ordinances,orlicensing requirements shallbe grounds for termination or nonrenewal ofthis Addendum. g.Additional Eligible UserTerms:If anyadditional ordinance,rule,or other local governmental authority requiresadditionalcontractlanguagebeforean eligible usercanmakeapurchase under thisAddendum,theeligibleuserisresponsibleforenteringa separate agreement with the Contractor and capturing that additional contract language therein.- h.Provisions ofsection287.058,Florida Statutes:Theprovisionsofsection287.058(l)(a)-(c) and(g),Florida Statutes,are hereby incorporated by reference. i.PublicRecords:TheContractorshallallowpublicaccesstoall documents,papers,letters,or other material made orreceivedby the Contractor in conjunction withthisAddendum,unless the records are exempt fromsection24(a)ofArticle I of the State Constitution or subsection 119.07(1),Florida Statutes.TheParticipatingStatemayunilaterally terminate thisAddendum if the Contractor refuses toallowpublicaccessas required inthis section.If,underthis Addendum,the Contractor isprovidingservicesandisacting on behalfof the publicagencyas provided under subsection 119.011(2),Florida Statutes,the Contractor must: (1)Keepandmaintainpublicrecords that ordinarilyandnecessarilywouldberequiredby the public agency in order to perform the service. (2)Provide the publicwithaccesstopublic records on the same terms and conditions that the public agency wouldprovide the records andata cost that does not exceed the cost providedin Chapter 119,Florida Statutes,oras otherwise providedbylaw. (3)Ensure that public records that are exempt or confidential and exempt frompublic records disclosure requirements are not disclosed except as authorized bylaw. (4)Meet all requirements forretainingpublicrecords and transfer,atnocost,to the public agency allpublic records in possession of the Contractor upon termination of this Addendum and destroy any duplicate public records that are exempt orconfidential and exempt frompublicrecordsdisclosure requirements.All records stored electronically must be provided topublicagencyina format that is compatible with the information technology systems of the publicagency. j.The State ofFlorida'sperformanceandobligationtopayunder this Addendumis contingent upon an annual appropriation by the Legislature.The vendor shall comply with section 11.062,Florida Statutes and section 216.347,Florida Statutes,prohibiting use of funds to lobbythe Legislature,Judicial,or state agencies. B.Contract Document:This Addendum anditsExhibitsas included in paragraph 3 set forth the entire agreement between the parties with respect to the subject matter of the contract. C Intellectual Property:The parties donot anticipate that any intellectual property willbe developed asa result of this Addendum.However,any intellectual property developed asa result ofthis FL -HPI 43211500-WSCA-15-ACS_PA_NASPO VPMNWNC-115133(Final 7-21-15).docx PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master AgreementNo:MNNVP-133 and MNWNC-115 (hereinafter "Contractor") Hewlett-Packard Company And The State of Florida Alternate Contract Source No.43211500-WSCA-15-ACS Page 4 of 9 Addendum will belong to and be the sole property of the Customer,except Contractor retains ownership ofallits pre-existing intellectual property.This provision willsurvive the termination or expiration of the contract. D.Employment Eligibility Verification:Pursuant to State ofFloridaExecutive Orders Nos.:11-02 and li ne,Contractor is required toutilize the U.S.Department of Homeland Security's E-Verify system to verify the employment ofallnew employees hiredby the Contractor during the contract term.Also, Contractor shall require resellers/partners performing workor providing services under this Addendum to utilize the E-Verify system to verify employment ofallnew employees hiredby the reseller/partner during the Addendum term. E.Price List/Preferred Price:The Contractor's.price listwillbe the same as the WSCA-NASPO price list, and the Department will post alinkon the Department's website to the pricelist posted on the WSCA-NASPO website.Contractors are encouraged to provide special pricing and/or tiered discount rates applicable to State ofFloridaEligibleUsers wherever possible.Paragraph 4(b)of the PUR1000is not applicable. F.Scrutinized CompanyList:In executing this Addendum,Contractor certifies that itisnotlistedon either the Scrutinized Companies withActivitiesinSudanListor the ScrutinizedCompanieswith Activities in the Iran Petroleum Energy Sector List,created pursuant to section 215.473,Florida Statutes.Pursuant to subsection 287.135(5),Florida Statutes,Contractor agrees the Participating State may immediately terminate this Addendum for cause if the Contractor is found to have submitted afalse certification orif Contractor isplacedon the ScrutinizedCompanieswithActivities in Sudan Listor the Scrutinized Companies withActivitiesin the Iran Petroleum Energy Sector List during the term of the Addendum. G.Orders:Any Order placed byeligible users fora product and/or service available from the Master Agreement shallbe deemed to bea sale under and governed by the prices and other terms and conditions of the Master Agreement andthis Addendum,unless the parties to the Order agree in writing that another contract or agreement applies to such Order. 1.The Contractor agrees to meet the following requirements: a.Provide appropriate contact information foreligible users tousefor product and/or service inquiriesand purchases,aswellas,the most up-to-date product/service offering the Contractor is authorized to provide in accordance with the Master Agreement;and b.If ordersaretobe sent to resellers/partners for fulfillment then theContractorisresponsible forprovidingandupdatingthislistofauthorized resellers/partners forusetotheParticipating State/Entity. 2.Contractor must be able to accept purchase orders viafax,e-mail,or cXML as identified in H.l below. FL -HPI 43211500-WSCA-15-ACS_PA_NASPO VP MNWNC-115 133 (Final 7-21-15).docx PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No:MNNVP-133 and MNWNC-115 (hereinafter "Contractor") Hewlett-Packard Company And The State of Florida Alternate Contract Source No.43211500-WSCA-15-ACS Page5of9 H.Electronic Invoicing:TheContractormaysupplyelectronic invoices inlieuofpaper-basedinvoices forthosetransactionsprocessed through'the MyFloridaMarketPlace (MFMP).Electronic invoices maybe submitted to the agency through the AribaNetwork (AN)inoneof three mechanisms as listed below: 1.cXML (commerce extensible MarkupLanguage) This standard establishes the data contents required forinvoicingvia cXML within the context of anelectronic environment.This transaction set canbeusedfor invoicing viathe AN forcatalog and non-catalog goods andservices.The cXML format is the Ariba preferred method fore- Invoicing. 2.EDI (Electronic Data Interchange) This standard establishes the data contents of the InvoiceTransactionSet(810)forusewithin the context ofanElectronicData Interchange (EDI)environment.This transaction set canbe usedforinvoicingvia the AN forcatalogandnon-cataloggoodsandservices. 3.POFlipviaAN Theonline process allows Contractors to submit invoicesvia the AN for catalog and non-catalog goods and services.Contractors have the ability to create aninvoice directly from their Inboxin their AN account bysimply"flipping"the POintoaninvoice.Thisoptiondoesnot require any special software or technical capabilities. Forthepurposesofthissection,theContractor represents that It is authorized and empowered to andherebygrants the Stateandthethirdpartyproviderof MFMP,a state contractor,the rightand license to use,reproduce,transmit,distribute,andpubliclydisplaywithin the system the information outlined above.Inaddition,the Contractor represents that itis authorized and empowered to and hereby grants the State and the third party provider the rightandlicense to reproduce anddisplaywithin the system the Contractor's trademarks,system marks,logos,trade dress,or other branding designation that identifies the products madeavailableby the Contractor under the contract. The Contractor willworkwith the MFMP management team to obtain specific requirements for the electronic invoicing if needed. I.Contract Quarterly Reports:The Contractor shall submit a Quarterly Reportin the required format electronically to the Participating State/Entity by the lastdayof the month following calendar quarter end.The Participating State/Entity reserves the right to require the Contractor to provide additional reports within 30 days written notice.Failure to provide the Quarterly Report or other reports requested by the Participating State/Entity mayresultin the Contractor beingfoundindefault under the default proceeding. FL -HPI 43211500-WSCA-15-ACS_PA_NASPO VP MNWNC-115 133(Final 7-21-15).docx PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No:MNNVP-133 and MNWNC-115 (hereinafter "Contractor") Hewlett-Packard Company And The State of.Florida Alternate Contract Source No.43211500-WSCA-15-ACS Page 6 of 9 J.BusinessReview (Meetings:TheParticipating State/Entity reserves the rightto schedule business review meetings as frequently asnecessary.TheParticipating State/Entity will provide the format for the Contractor's agenda.Prior to the meeting,the Contractor shall submit the completed agenda to the Participating State/Entity forreviewand acceptance.The Contractor shall address the agenda itemsandanyof the Participating State/Entity's additional concerns atthemeeting.Failuretocomply withthis section may result in the Contractor being found in default under the default proceeding. K,Commitment to Diversityin Government Contracting:The State ofFlorida Is committed to supporting its diverse business industry and population through ensuring participation byminority-, women-,wartime-,and service-disabled veteran business enterprises in the economic lifeof the State.The State ofFlorida Mentor Protege Program connects minority-,women-,wartime-,and service-disabled veteran business enterprises with private corporations forbusiness development mentoring.Westrongly encourage firmsdoingbusinesswith the State ofFloridato consider this initiative.For more information on the Mentor Protege Program,please contact the Officeof SupplierDiversityat(850)487-0915 or osdhelp(5>dms.mvflorida.com. Upon request,the Contractor shallreporttothe Office ofSupplier Diversity spendwithcertified and other minoritybusiness enterprises.These reports willinclude the period covered,the name, minority code andFederalEmployerIdentificationNumberofeachminorityvendorutilizedduring the period.Commoditiesandservicesprovidedbytheminority business enterprise,and the amount paidtoeachminority vendor onbehalfofeach purchasing agencyordering under the terms of this Addendum. L.Resellers/Partners:The Contractor mayuse resellers/partners in order toprovide computer equipment andservices.All resellers/partners shallbe the directresponsibilityof the Contractor. The Contractor is responsible forallliability,terms and conditions within Master Agreement and this Addendum.The Contractors resellers/partners'participation willbein accordance with the terms and conditions set forth in the aforementioned Master Agreement andthis Addendum.Ifa reseller/partner is authorized to conduct businesson behalf of the Contractor and the reseller/partner is to receive compensation from the Contractor foritsservices,then any dispute between the Contractor and the reseller/partner shallbe resolved between the Contractor and the reseller/partner.The State ofFloridaisnota party toany agreement entered into between the Contractor andits resellers/partners.The Contractor shallbe responsible to report all contract sales (andpayany associated MFMP transactionfees),including those ofanysuch resellers/partners and shall ensure that all such resellers/partners meet the following requirements: •Havean ACTIVE Registration with the Florida Department of State,Divisionof Corporations (www.sunbiz.org) •Registered in the MFMP Vendor Information Portal (https://vendor.mvfloridamarketplace.com) FL -HPI 43211500-WSCA-15-ACS_PA_NASPO VPMNWNC-115133(Final 7-21-15).docx PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No:MNNVP-133 and MNWNC-115 (hereinafter "Contractor") Hewlett-Packard Company And The State of Florida Alternate Contract Source No,43211500-WSCA-15-ACS Page 7of9 •Notbeon the State ofFlorida'sConvicted,Suspended,orDiscriminatorylists http://www.dms.mvflorida.com/businessoperations/Statepurchasing/vendorinformatio n/convicted suspended discriminatory complaints vendor lists •Haveacopyof e-VerifyStatusonfile •Havea current W-9filedwith the Florida Department ofFinancialServices (https://flvendor.myfloridacfo.com) M.Warrant ofAuthority:Each person signingthisAddendum warrants that heorsheisduly authorized to dosoandtobind the respective party. Primary Contacts:The primary government contact individualsforthisAddendumare as follows(or their named successors): Contractor Name Debra Lee Address Hewlett-Packard Company 442 Swan Blvd.,Deerfield,IL 60015 Telephone-847-537-0344 or Cell 847-922-2977 Fax 847-572-1336 E-mail debra.leeOho.com Participating Entity Name JerilynBailey Address Florida Department of Management Services 4050 Esplanade Way,Suite360,Tallahassee,FL 32399-0950 Telephone 850-921-4072 E-mail ierilvn.bailev@dms.mvflorida.com 6.Terms:The Participating State is agreeing tothe terms of the Master Agreement onlyto the extent the terms are not in conflict with applicable law. 7.Partner Utilization:EachParticipating State represented by NASPO ValuePointparticipatinginthis Master Agreement independently have the optionofutilizing partners.Only partners approved bythis Participating State maybe deployed.The Participating State may define the processtoaddandremove partners andmay define the partner's roleinthis Participating Addendum.The Contractor's partners' participation will be in accordance with the terms and conditions set forth in the aforementioned Master Agreement andthis Participating Addendum.Approved partners areshownon the Contractor's dedicated website for the Participating Entityandits respective eligiblePurchaseEntities,whichcanbe accessed at:www.hp.com/buv/florida. FL -HPI 43211500-WSCA-15-ACSJ>A_NASPO VPMNWNC-115133(Final 7-21-15).docx PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No:MNNVP-133 and MNWNC-115 (hereinafter "Contractor") Hewlett-Packard Company And The State of Florida.. Alternate Contract Source No.43211500-WSCA-15-ACS Page 8 of9 Contractor has two (2)distinct Servicing Subcontractor Programs:(1)the ResellerAgent Program;and (2)the Fulfillment Subcontractor Program.Both are available to authorized Purchasing-Entities to select from under this Participating Addendum. a.Reseller Agent Program: Under the Reseller Agent Program the purchase order ("Order")is made out to Hewlett-Packard Company ("HP").HPfulfills and ships the Order to the Purchasing Entityandinvoices the Purchasing Entitydirectly.TheResellerAgentsprovidespre-and post-sales support.Pre-andpost-sales support includes,but is not limitedto,providingadviceon specifications,quotes,assistin escalation of order(s),and returns.The authorized ResellerAgent(s)under this contract arelistedon the HP ' Participating State landingpage at www.hp.com/buv/NASPOVP-PC4. Orders and payment areissuedby the PurchasingEntitydirect to HP under the ResellerAgent Program.The Reseller AgentHP Authorization Number must belistedinall quotes and related Orderactivitiesforsalesandtrackingpurposes.Ordersmustinclude the Participating State/Entity Contract Number.HP Order information,including the HP remittance address,is available in the Information Center located at the HP website www.hp.com/buv/NASP0VP-PC4. b.Fulfillment Subcontractor Program: Under this Fulfillment Subcontractor Program the purchase order ("Order")is made out to the named Fulfillment Subcontractor.The Fulfillment Subcontractor receives the Order(s)and invoices the Purchasing Entitydirectly,in addition to handling all Order tracking and escalations and offering pre-and post-sales support;The authorized Fulfillment Subcontractor(s)forreceiptof Orders from Participating Entities under this contract arelistedontheHP Participating State landingpageat www.hp.com/buv/NASP0VP-PC4. Orders and payment are issued by the PurchasingEntity direct to the named Fulfillment Subcontractor under the Fulfillment Subcontractor Program.Orders must include the Participating State Contract Number. 8.Separation:Neither Party may,norwillithave the power to,assignor novate this Participating Addendum without the consent of the other,provided that Participating State/Entity approves the assignment of this Participating Addendum to Hewlett Packard Company's successor-in-interest,HPInc., in connection with the HP Separation.Any reference to Hewlett-Packard CompanyinthisParticipating Addendum will be deemed to bea reference to HPInc.followingHP Separation.HP Separation means any transaction or restructure associated with the proposed separation ofHewlett-PackardCompany into two publicly traded companies,as announced by Hewlett-Packard Company on October 6,2014. This Participating Addendum is based on Master Agreement No.MNWNC-115until November 1,2015. In accordance with the Assignment Agreement,asof November 1,2015,this Participating Addendum is assigned to Master Agreement No.MNNVP-133. FL -HPI 43211500-WSCA-15-ACS_PA_NASPO VP MNWNC-115 133(Final 7-21-15).docx PARTICIPATING ADDENDUM to the NASPO ValuePointCooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No:MNNVP-133 and MNWNC-115 (hereinafter "Contractor") Hewlett-Packard Company And The State of Florida Alternate Contract Source No*432115G0-WSCA-15-ACS Page 9 of9 IN WITNESS WHEREOF,the parties have executed this Addendum asof the last date of execution below. Participating State: Florida By:4-J^ Name:gyy/i fotAC Title: Date: Dyuly torth^ fr-/7-/r Name/1"/) Roz Ingram Title: Director of State Purchasing and Chief Procurement Officer Contractor: Hewlett-Packard Company B,;/ycOh^ Name:Matthew C Keck Title:Senior Counsel Date:July21,2015 FL -HPI43211500-WSCA-15-ACS_PA_NASPO VP MNWNC-115 133(Final 7-21-15).docx Contents Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment State of Florida PUR 1000 General Contract Conditions 1.Definitions. 2.Purchase Orders. 3.Product Version. 4.Price Changes Applicable only to Term Contracts. 5.Additional Quantities. 6.Packaging. 7.Inspection at Contractor's Site. 8.Safety Standards. 9.Americans with Disabilities Act. 10.Literature. 11.Transportation andDelivery. 12.Installation. 13.Risk of Loss. 14.Transaction Fee. 15.Invoicing and Payment. 16.Taxes. 17.Governmental Restrictions. 18.LobbyingandIntegrity. 19.Indemnification. 20.Limitation ofLiability. 21.Suspension ofWork. 22.Termination for Convenience. 23.Termination for Cause. 24.Force Majeure,NoticeofDelay,and No Damages forDelay. 25.Changes. 26.Renewal. 27.Purchase Order Duration. 28.Advertising. 29.Assignment. 30.Antitrust Assignment 31.Dispute Resolution. 32.Employees,Subcontractors,and Agents. 33.Security and Confidentiality. 34.Contractor Employees,Subcontractors,and Other Agents. 35.Insurance Requirements. 36.Warranty of Authority. 37.Warranty ofAbility to Perform. 38.Notices. 39.Leases and Installment Purchases. 40.Prison Rehabilitative Industries and Diversified Enterprises,Inc.(PRIDE). 41.Products Available from the Blindor Other Handicapped. 42.Modification of Terms. 43.Cooperative Purchasing. PUR 1000 (10/06)1 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment 44.Waiver. 45.Annual Appropriations. 46.Execution in Counterparts. 47.Severability. 1.Definitions.The definitions contained ins.60A-1.001,F.A.C.shall apply tothis agreement.The following additional terms are also defined: (a)"Contract"meansthe legally enforceableagreementthatresultsfroma successful solicitation.Thepartiestothe Contract will be the Customer and Contractor. (b)"Customer"meanstheStateagencyorotherentityidentifiedinacontractasthepartytoreceivecommoditiesor contractualservicespursuanttoacontractorthatorders commodities orcontractual services viapurchaseorderor other contractual instrument from the Contractor under the Contract.The "Customer"may also bethe "Buyer"as defined in the PUR 1001 ifit meets the definition of both terms. (c)"Product"meansany deliverable underthe Contract,which may include commodities,services,technology or software. (d)"Purchaseorder"meansthe form orformata Customer usesto make apurchaseundertheContract (e.g.,aformal writtenpurchaseorder,electronic purchase order,procurement card,contractorother authorized means). 2.Purchase Orders.In contractswhere commodities or services areorderedbythe Customer via purchaseorder, Contractorshallnotdeliveror furnish productsuntilaCustomertransmitsapurchaseorder.All purchaseordersshall bear the Contractorsolicitationnumber,shallbeplacedby the Customerdirectlywith the Contractor,andshallbe deemedtoincorporatebyreferencethe Contract and solicitation termsand conditions.Any discrepancy betweenthe Contract terms andthetermsstatedonthe Contractor's orderform,confirmation,or acknowledgement shallbe resolvedinfavorof terms mostfavorabletotheCustomer.Apurchase order forserviceswithin the ambitof section 287.058(1)ofthe Florida Statutes shall bedeemedto incorporate by reference the requirements of subparagraphs (a) through (f)thereof.Customers shall designate a contract manager anda contract administrator as required by subsections 287.057(15)and(16)of the Florida Statutes. 3.Product Version.Purchase ordersshallbedeemedtoreferenceamanufacturer'smost recently releasemodelor versionoftheproductatthetimeoftheorder,unlesstheCustomer specifically requestsinwritinganearliermodelor version and the contractor iswilling to provide such model or version. 4.Price Changes Applicable onlyto Term Contracts.Ifthisisaterm contract for commodities or services,the following provisions apply. (a)Quantity Discounts.Contractorsareurgedtooffer additional discounts foronetime delivery oflargesingleorders. Customersshouldseektonegotiateadditionalpriceconcessionsonquantitypurchasesofanyproductsofferedunder the Contract.State Customersshall document their filesaccordingly. (b)Best Pricing Offer.During theContractterm,iftheCustomerbecomesawareofbetter pricing offeredbythe Contractor forsubstantially the sameorasmallerquantityofaproduct outside theContract,butuponthesameor similartermsofthe Contract,thenatthe discretion oftheCustomerthepriceunderthe Contract shallbe immediately reduced to the lower price. PUR 1000 (10/06)2 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment (c)Sales Promotions.Inadditionto decreasing pricesfor the balanceofthe Contract termduetoa change inmarket conditions,a Contractor may conduct sales promotions involvingprice reductions fora specified lesser period.A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1)starting and ending dates of the promotion,(2)products involved,and(3)promotional prices compared to then-authorized prices.Promotional pricesshallbeavailable to all Customers.Uponapproval,the Contractor shallprovideconspicuous notice ofthe promotion. (d)Trade-in.Customersmaytrade-in equipment whenmakingpurchasesfrom the Contract.A trade-in shallbe negotiated between the Customerand the Contractor.Customersare obligated toactivelyseek current fairmarket value when trading equipment,andto keep accurate records of the process.For State agencies,itmaybe necessary to provide documentation totheDepartmentof Financial Servicesandto the agency propertycustodian pursuant to Chapter 273,F.S. (e)EquitableAdjustment.TheCustomermay,initssolediscretion,makean equitable adjustment in the Contractterms orpricingifpricingor availability ofsupplyisaffectedbyextremeandunforeseen volatility in the marketplace,that is, bycircumstances that satisfyailthe following criteria:(1)the volatility isduetocauses wholly beyondtheContractor's control,(2)the volatilityaffectsthemarketplaceorindustry,notjusttheparticularContractsourceofsupply,(3)the effecton pricing or availability ofsupplyissubstantia),and(4)the volatility soaffectstheContractorthatcontinued performanceof the Contractwouldresultinasubstantialloss. 5.Additional Quantities.Foraperiodnotexceedingninety(90)daysfrom the date ofsolicitationaward,the Customer reserves the righttoacquireadditionalquantitiesupto the amountshownonthesolicitationbutnottoexceed the threshold forCategoryTwoat the prices submitted in the response tothe solicitation. 6.Packaging.Tangible productshallbesecurelyandproperlypackedforshipment,storage,and stocking inappropriate, clearly labeled,shippingcontainersand according toaccepted commercial practice,withoutextrachargefor packing materials,cases,or other typesofcontainers.All containersandpackagingshallbecomeandremainCustomer's property. 7.Inspectionat Contractor's Site.TheCustomer reserves therightto inspect,atany reasonable timewithprior notice, the equipmentorproductorplantorother facilities ofaContractortoassess conformity withContractrequirements and to determine whether they are adequate andsuitablefor proper andeffectiveContract performance. 8.SafetyStandards.All manufactureditemsandfabricatedassembliessubjecttooperationunderpressure,operation by connection toanelectric source,oroperation involving connection toa manufactured,natural,or LP gassource shall be constructed andapprovedinamanneracceptabletotheappropriateStateinspector.Acceptability customarily requires,ata minimum,identification marking oftheappropriatesafetystandard organization,wheresuch approvals of listings havebeenestablishedforthetypeof device offeredand furnished,for example:the American Society of Mechanical Engineers forpressurevessels;the Underwriters Laboratories and/or National Electrical Manufacturers' Associationforelectrically operated assemblies;andtheAmericanGasAssociationfor gas-operated assemblies.In addition,alt items furnished shall meet allapplicable requirements of the OccupationalSafetyandHealthActand state and federal requirements relating tocleanairand water pollution. 9.Americans with DisabilitiesAct.Contractors shouldidentifyany products that maybeusedor adapted foruseby visually,hearing,or other physically impaired individuals. 10.Literature.Upon request,the Contractor shallfurnish literature reasonably relatedto the product offered,for example,user manuals,price schedules,catalogs,descriptive brochures,etc. PUR 1000 (10/06)3 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment 11.Transportation and Delivery.Pricesshallincludeall charges forpacking,handling,freight,distribution,andinside delivery.Transportation ofgoodsshallbe FOB Destinationtoanypointwithinthirty (30)days after the Customer places an Order.A Contractor,withinfive(5)days after receivinga purchase order,shallnotify the Customerofany potential delivery delays.Evidenceofinabilityor intentional delays shallbecause for Contract cancellation and Contractor suspension. 12.Installation.Whereinstallationisrequired,Contractorshallberesponsiblefor placing andinstalling the productin the required locationsatnoadditionalcharge,unless otherwise designated onthe Contract or purchase order. Contractor's authorized product and price list shall'clearly and separately identify any additional installation charges.All materialsusedintheinstallationshallbeofgood quality andshallbefreeofdefectsthatwould diminish theappearance of the product or render itstructurallyoroperationally unsound.Installationincludesthefurnishingofany equipment, rigging,andmaterialsrequiredtoinstallorreplacetheproductintheproperlocation.Contractorshall protect the site from damage andshallrepairdamagesorinjurycausedduring installation byContractororitsemployeesoragents.If anyalteration,dismantling,excavation,etc.,isrequiredtoachieveinstallation,theContractorshallpromptly restore the structure or site to its original condition.Contractor shall perform installation work so as to cause the least inconvenienceandInterferencewithCustomersandwithproperconsiderationofothersonsite.Upon completionof the installation,the locationand surrounding areaofworkshallbeleftcleanandinaneatand unobstructed condition, with everything in satisfactory repair and order. 13.Risk of Loss.Mattersofinspectionandacceptanceare addressed ins.215.422,F.S.Until acceptance,riskoflossor damageshallremainwiththeContractor.TheContractorshallberesponsiblefor filing,processing,andcollectingall damage claims.Toassistthe Contractor withdamage claims,the Customer shall:record anyevidenceof visible damage onallcopiesofthe delivering carrier's Bill of Lading;reportdamagestothecarrierandthe Contractor;and provide the Contractorwithacopyofthecarrier's Bill of Lading anddamageinspectionreport.WhenaCustomerrejectsaproduct, Contractor shallremoveitfromthepremiseswithintendays after notificationorrejection.Uponrejectionnotification, the riskoflossofrejectedor non-conforming productshallremainwiththeContractor.Rejectedproductnotremoved by the Contractorwithinten days shallbedeemedabandonedbytheContractor,andtheCustomershallhave the right to disposeofitasitsownproperty.ContractorshallreimbursetheCustomerforcostsandexpenses incurred instoring or effecting removal or disposition of rejected product. 14.Transaction Fee.TheStateof Florida has instituted MyFloridaMarketPlace,.a statewide eProcurement System ("System").Pursuant to section 287.057(23),Florida Statutes (2002),all payments shallbe assessed aTransactionFeeof one percent (1.0%),which the Contractor shallpayto the State,unless exempt pursuant to60A-1.032,F.A.C. Forpaymentswithinthe State accountingsystem (FLAIR oritssuccessor),the TransactionFeeshall,whenpossible,be automatically deducted frompaymentsto the Contractor.If automatic deductionisnotpossible,theContractorshall paythe Transaction Feepursuantto Rule 60A-1.031(2),F.A.C.By submission ofthesereportsand corresponding payments,Contractorcertifies their correctness.All such reports andpaymentsshallbesubjecttoauditby the Stateor its designee. ContractorshallreceiveacreditforanyTransactionFeepaidbytheContractorforthepurchaseofanyitem(s)ifsuch item(s)arereturnedtotheContractorthroughnofault,act,or omission ofthe Contractor.Notwithstanding the foregoing,a Transaction Feeis non-refundable when an item is rejected or returned,or declined,due to the Contractor's failure to perform orcomplywith specifications or requirements of the agreement. Failuretocomplywith these requirements shall constitute groundsfordeclaringthe Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees.CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES'VENDOR LIST AS PROVIDEDINRULE 60A-1.006,F.A.C. PUR 1000 (10/06)4 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment 15.Invoicing and Payment.Invoicesshall contain the Contract number,purchase order number if applicable,and the appropriate vendor identificationnumber.The State mayrequireany other informationfrom the Contractor that the State deems necessary to verifyany purchase order placed under the Contract. At the State's option,Contractors maybe required toinvoice electronically pursuant to guidelines of the Department of Management Services.Current guidelines require that Contractor supply electronic invoicesinlieuof paper-based invoices for those transactions processed through the system.Electronic invoices shallbe submitted to the Customer through the Ariba Supplier Network (ASN)in one of the following mechanisms -EDI 810,cXML,or web-based invoice entry within the ASN. Payment shallbe made in accordance with sections 215.422 and 287.0585 of the Florida Statutes,which govern time limitsfor payment of invoices.Invoices that must be returned toa Contractor due to preparation errors will result ina delay in payment.Contractors maycall(850)413-7269MondaythroughFridaytoinquire about the status of payments byStateAgencies.The Customer isresponsibleforall payments under the Contract.A Customer's failuretopay,or delay in payment,shallnot constitute abreachof the Contract andshallnotrelieve the Contractor ofits obligations to the Department or to other Customers. 16.Taxes.The State does not payFederalexcise or sales taxes on direct purchases of tangible personal property.The State willnotpayforanypersonal property taxesleviedon the Contractororforanytaxesleviedon employees'wages. Any exceptions tothis paragraph shallbeexplicitly noted by the Customerin the special contract conditions section of the solicitation or in the Contract or purchase order. 17.Governmental Restrictions.If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material,quality,workmanship or performance of the products offered under theContract,the Contractor shall immediately notify the Customer inwriting,indicating the specific restriction.The Customer reserves the right and the complete discretion to accept anysuch alteration ortocancel the Contract atno further expense to the Customer. 18.LobbyingandIntegrity.Customersshall ensure compliance withSection11.062,FS andSection216.347,FS.The* Contractor shallnot,in connection withthisorany other agreement with the State,directlyorindirectly(1)offer, confer,or agree to confer any pecuniary benefit on anyone as consideration for any State officeror employee's decision, opinion,recommendation,vote,otherexerciseofdiscretion,orviolationofaknownlegalduty,or (2)offer,give,or agreetogivetoanyoneanygratuityforthebenefitof,oratthe direction orrequestof,anyStateofficeroremployee. For purposes ofclause(2),"gratuity"meansany payment ofmorethannominal monetary valuein the formofcash, travel,entertainment,gifts,meals,lodging,loans,subscriptions,advances,deposits ofmoney,services,employment,or contracts ofanykind.Upon request of the Customer's Inspector General,or other authorized State official,the Contractor shallprovideanytypeofinformation the InspectorGeneral deems relevantto the Contractor'sintegrityor responsibility.Suchinformationmayinclude,butshallnotbelimitedto,theContractor'sbusinessor financial records, documents,orfilesofany type orform that refer toor relate to the Contract.The Contractor shallretainsuchrecords for the longerof(1)three yearsaftertheexpirationof the Contractor(2)the periodrequiredby the GeneralRecords Schedules maintained by the Florida Department of State (availableat: http://dlis.dos.state.fl.us/barm/genschedules/gensched.htm).The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector Generalor other authorized State officialfor investigations of the Contractor's compliance with the terms ofthisorany other agreement between the Contractor and the State which resultsin the suspension or debarment of the Contractor.Suchcostsshallinclude,butshallnotbelimitedto:salariesof investigators,including overtime;travel and lodging expenses;and expert witness and documentary fees.The Contractor shallnotbe responsible forany costs of investigations that do not result in the Contractor's suspension or debarment. 19.Indemnification.The Contractor shallbefullyliablefor the actions ofits agents,employees,partners,or subcontractors and shall fully indemnify,defend,and hold harmless the State and Customers,and their officers,agents, PUR 1000 (10/06)5 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment and employees,fromsuits,actions,damages,andcostsofeverynameanddescription,including attorneys'fees,arising from orrelatingtopersonalinjuryand damage torealor personal tangible property allegedtobe caused in whole orin part by Contractor,its agents,employees,partners,or subcontractors,provided,however,that the Contractor shallnot indemnify for that portionofanylossor damages proximatelycausedby the negligentactoromissionof the State ora Customer. Further,the Contractor shallfullyindemnify,defend,andholdharmless the State andCustomersfromanysuits,actions, damages,andcostsof every name anddescription,including attorneys'fees,arisingfromorrelating to violationor infringement ofa trademark,copyright,patent,trade secret or intellectual property right,provided,however,that the foregoing obligation shall not apply to a Customer's misuse or modification of Contractor's products ora Customer's operation oruseofContractor'sproductsinamannernotcontemplatedbytheContractorthepurchaseorder.Ifany product is the subject ofan infringement suit,orin the Contractor's opinionislikelyto become the subject ofsucha suit,the Contractor may at its sole expense procure for the Customer the rightto continue using the product orto modify itto become non-infringing.If the Contractor is not reasonably able to modifyor otherwise secure the Customer the rightto continue using the product,the Contractor shall remove the product andrefund the Customer the amounts paidinexcessofa reasonable rentalforpastuse.The customer shallnotbeliableforanyroyalties. TheContractor's obligations under the precedingtwoparagraphswithrespecttoany legal actionarecontingentupon the StateorCustomer giving theContractor(1)writtennoticeofanyactionor threatened action,(2)theopportunityto take overand settle or defend anysuchactionat Contractor's sole expense,and(3)assistance in defending the actionat Contractor's soleexpense.TheContractorshallnotbeliableforanycost,expense,orcompromiseincurredormadeby the State or Customer inanylegal action without the Contractor's prior written consent,whichshall not be unreasonably withheld. 20.Limitation of Liability.ForallclaimsagainsttheContractorunderany contract orpurchaseorder,andregardlessof the basis onwhichthe claim ismade,theContractor's liability underacontractorpurchaseorderfordirectdamages shallbelimitedtothe greater of$100,000,thedollar amount ofthecontractorpurchaseorder,ortwotimesthe charges rendered bytheContractor under thepurchaseorder.This limitationshallnotapplytoclaimsarisingunderthe Indemnity paragraph contain in this agreement. Unless otherwise specifically enumerated in the Contractorin the purchase order,nopartyshallbeliableto another for special,indirect,punitive,orconsequentialdamages,including lostdataorrecords (unless the contractorpurchase order requirestheContractortoback-updataorrecords),evenifthepartyhasbeenadvised that suchdamagesare possible.Nopartyshallbeliableforlostprofits,lost revenue,orlost institutional operating savings.The State and Customer may,Inaddition to other remedies availableto them atlaworequityanduponnoticeto the Contractor, retain suchmoniesfrom amounts dueContractorasmaybenecessarytosatisfyanyclaimfordamages,penalties,costs and the like asserted byor against them.The State may set offanyliability or other obligation of the Contractor orits affiliates to the State against any payments due the Contractor under any contract with the State. 21.Suspension of Work.The Customer mayinitssole discretion suspend anyorallactivities under the Contract or purchase order,at any time,when in the best interests of the State to doso.The Customer shall provide the Contractor written notice outlining the particulars of suspension.Examplesof the reason for suspension include,but arenot limitedto,budgetary constraints,declaration of emergency,or other such circumstances.Afterreceivinga suspension notice,the Contractor shallcomplywith the noticeandshallnotacceptany purchase orders.Withinninetydays,orany longer period agreed toby the Contractor,the Customer shall either (1)issuea notice authorizing resumption ofwork, at which time activityshall resume,or (2)terminate the Contract or purchase order.Suspension ofworkshall not entitle the Contractor to any additional compensation. PUR 1000 (10/06)6 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment 22.Termination for Convenience.The Customer,by written notice to the Contractor,may terminate the Contract in whole or in part when the Customer determines inits sole discretion that it is in the State's interest to doso.The Contractor shallnotfurnishany product after itreceives the notice of termination,exceptas necessary to complete the continued portion of the Contract,ifany.The Contractor shallnotbe entitled to recover any cancellation charges or lost profits. 23.Termination forCause.The Customer may terminate the Contract if the Contractor fails to (1)deliver the product within the time specified in the Contract or any extension,(2)maintain adequate progress,thus endangering performance of the Contract,(3)honor any term ofthe Contract,or(4)abidebyany statutory,regulatory,orlicensing requirement.Rule6GA-L006(3),F.A.C.,governs the procedure and consequences ofdefault.The Contractor shall continue workonany work not terminated.Exceptfor defaults of subcontractors at anytier,the Contractor shallnotbe liableforanyexcesscostsif the failureto perform the Contract arises from events completely beyond the control,and without the faultor negligence,of the Contractor.If the failure to perform is caused by the default ofa subcontractor at any tier,andif the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either,the Contractor shallnotbeliablefor any excess costs for failure to perform,unless the subcontracted products were obtainable from other sources insufficient time for the Contractor to meet the required delivery schedule.If,after termination,itis determined that the Contractor wasnotin default,or that the default was excusable,the rights and obligations of the parties shallbe the same asif the termination had been issued for the convenience of the Customer.Therights and remedies of the Customer in this clause arein addition to any other rightsand remedies provided bylawor under the Contract. 24.Force Majeure,Notice of Delay,andNoDamagesfor Delay.The Contractor shallnotbe responsible fordelay resulting fromitsfailureto perform if neither the faultnor the negligenceof the Contractor orits employees or agents contributed to the delay and the delay is due directly to acts ofGod,wars,acts ofpublic enemies,strikes,fires,floods,or other similar cause wholly beyond the Contractor's control,or foranyof the foregoing that affect subcontractors or suppliers ifno alternate source ofsupplyisavailableto the Contractor.In case ofanydelay the Contractor believesis excusable,the Contractor shallnotify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1)within ten (10)days after the cause that creates orwill create the delayfirst arose,if the Contractor could reasonably foresee that a delay couldoccurasaresult,or(2)ifdelayisnotreasonably foreseeable,within five (5) days after the date the Contractor firsthad reason to believe that a delay couldresult.THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR'S SOLE REMEDYOR EXCUSE WITH RESPECT TO DELAY.Providing notice instrict accordance withthis paragraph isa condition precedent to suchremedy.Noclaimfor damages,other than foran extension of time,shallbe asserted against the Customer.The Contractor shall not be entitled to an increase in the Contract priceor payment ofanykindfrom the Customer for direct,indirect,consequential,impact or other costs, expenses or damages,including but not limitedto costs of acceleration orinefficiency,arising because ofdelay, disruption,interference,or hindrance fromany cause whatsoever.If performance is suspended or delayed,in whole or inpart,due toanyof the causes described inthis paragraph,after the causes have ceased toexist the Contractor shall perform atno increased cost,unless the Customer determines,initssole discretion,that the delay will significantly impair the valueof the Contract to the State orto Customers,inwhich case the Customer may(1)accept allocated performance or deliveries from the Contractor,provided that the Contractor grants preferential treatment to Customers withrespecttoproducts subjected toallocation,or(2)purchasefrom other sources(withoutrecoursetoandbythe Contractor for the related costsand expenses)toreplaceallor part of the products that are the subject of the delay, which purchases maybe deducted from the Contract quantity,or(3)terminate the Contractinwholeorinpart. 25.Changes.The Customer may unilaterally require,by written order,changes altering,adding to,or deducting from the Contract specifications,provided that suchchangesarewithin the general scope oftheContract.The Customer may makean equitable adjustment in the Contract price or delivery date if the change affects the costor time of PUR 1000 (10/06)7 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment performance.Such equitable adjustments require the written consent of the Contractor,whichshallnotbe unreasonably withheld.Ifunusualquantityrequirementsarise,theCustomermay solicit separatebidstosatisfythem. 26.Renewal.Uponmutualagreement,theCustomerandtheContractormayrenewtheContract,In wholeorinpart, foraperiod that maynotexceed3yearsor the termofthecontract,whicheverperiodislonger.Any renewalshall specifytherenewal price,assetforthinthe solicitation response.Therenewalmustbeinwritingandsignedbyboth parties,andis contingent upon satisfactory performance evaluations and subject toavailabilityoffunds. 27.Purchase Order Duration.Purchaseordersissuedpursuanttoa state termoragencycontractmustbereceivedby the Contractornolaterthancloseofbusinessonthelastdayofthecontract'stermtobeconsideredtimely.The Contractor is obliged to fill those orders in accordance with the contract's terms and conditions.Purchase orders received by the contractor after closeof business on the lastdayof the state term oragency contract's term shallbe considered void. Purchaseordersforaone-time delivery ofcommoditiesorperformanceofcontractualservicesshallbevalidthrough the performancebytheContractor,andalltermsandconditionsofthe state termoragencycontractshallapplytothe single delivery/performance,andshall survive the termination of the Contract. Contractors are required to accept purchase orders specifyingdelivery schedules exceeding the contracted schedule evenwhensuchextended delivery will occurafter expiration ofthestatetermor agency contract.For example,ifa state term contract callsfordelivery30days after receiptof order (ARO),andan order specifiesdeliverywilloccurboth .inexcessof30days ARO and after expiration of the state term contract,the Contractor will accept the order.However, if the Contractor expresslyandinwritingnotifiesthe ordering officewithin ten (10)calendar daysof receipt of the purchase order that Contractor willnot accept the extended delivery terms beyondtheexpirationof the state term contract,then the purchase order will either beamendedinwritingby the orderingentitywithinten(10)calendardays of receipt of the contractor's noticetoreflect the state term contract deliveryschedule,oritshallbe considered withdrawn. The duration of purchase orders for recurring deliveries of commodities or performance of services shallnot exceed the expirationofthe state termoragencycontractbymorethantwelvemonths.However,ifanextended pricing plan offered in the state termoragency contract isselectedbytheorderingentity,thecontracttermson pricing plansand renewals shallgovern the maximum duration ofpurchase orders reflectingsuchpricingplansandrenewals. Timely purchase orders shallbevalid through their specified term and performance by the Contractor,andail terms and conditions of the state term oragency contract shallapplyto the recurring delivery/performance asprovidedherein, and shall survive the termination of the Contract. Ordering offices shallnotrenewapurchaseorder issued pursuanttoa state termor agency contractifthe underlying contract expires prior to the effective date of the renewal. 28.Advertising.Subject to Chapter 119,Florida Statutes,the Contractor shallnotpublicly disseminate any information concerning the Contract without prior written approvalfrom the Customer,including,butnotlimitedto mentioning the Contract ina press release or other promotional material,identifying the Customer or the State asa reference,or otherwise linking the Contractor's name and either a description of the Contract or the name of the State or the Customer inanymaterialpublished,either inprintorelectronically,to any entity that isnotapartytoContract,except potential or actual authorized distributors,dealers,resellers,orservice representative. PUR 1000 (10/06) 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment 29.Assignment.The Contractor shallnotsell,assign or transfer anyofitsrights,dutiesor obligations under the Contract,or under any purchase order issued pursuant to the Contract,without the prior written consent of the Customer.In the event of any assignment,the Contractor remains secondarily liablefor performance of the contract, unless the Customer expresslywaivessuch secondary liability.The Customer mayassign the Contract withprior written notice to Contractor of its intent to do so. 30.Antitrust Assignment.TheContractorandtheStateof Florida recognizethatinactualeconomicpractice, overcharges resultingfrom antitrust violationsareinfactusually borne by the StateofFlorida.Therefore,the contractor hereby assigns to the State ofFloridaanyandallclaimsforsuch overcharges astogoods,materials or services purchased in connection with the Contract. 31.Dispute Resolution.Any dispute concerning performance of the Contract shallbe decided by the Customer's designated contract manager,whoshall reduce the decisiontowritingand serve acopyon the Contractor.Thedecision shallbefinalandconclusiveunlesswithin twenty one(21)daysfrom the date ofreceipt,the Contractor fileswiththe Customerapetitionforadministrativehearing.TheCustomer'sdecisionon the petitionshallbefinal,subject tothe Contractor's right to review pursuant to Chapter 120of the Florida Statutes.Exhaustion of administrative remedies isan absolute condition precedent to the Contractor's abilitytopursueany other formofdisputeresolution;provided, however,that the partiesmayemploy the alternative dispute resolution procedures outlinedin Chapter 120. Without limiting the foregoing,the exclusive venue ofanylegalor equitable action that arises out ofor relates to the Contractshallbethe appropriate state courtin Leon County,Florida;in anysuchaction,Florida lawshallapplyandthe parties waiveanyright to jury trial. 32.Employees,Subcontractors,andAgents.All Contractoremployees,subcontractors,oragentsperformingwork undertheContractshallbeproperlytrainedtechnicianswho meet orexceedanyspecifiedtrainingqualifications.Upon request,Contractorshallfurnishacopyof technical certification or other proofof qualification.All employees, subcontractors,oragentsperformingworkundertheContractmustcomplywithallsecurityandadministrative requirementsof the Customerandshallcomplywithall controlling lawsandregulationsrelevanttotheservicestheyare providing under the Contract.The State mayconduct,and the Contractorshall cooperate in,asecuritybackground checkorotherwiseassessanyemployee,subcontractor,oragentfurnishedbytheContractor.TheStatemayrefuse accessto,orrequirereplacementof,any personnel forcause,including,butnot limited to,technical or training qualifications,qualityofwork,changeinsecuritystatus,or non-compliance withaCustomer'ssecurityorother requirements.Suchapprovalshallnotrelieve the Contractorofitsobligationtoperformallworkincompliancewiththe Contract.TheStatemayrejectandbarfromany facility forcauseanyoftheContractor'semployees,subcontractors,or agents. 33.Securityand Confidentiality.The Contractor shallcomplyfullywithallsecurityproceduresof the UnitedStates, Stateof Florida andCustomerin performance ofthe Contract.TheContractor shall not divulge tothirdpartiesany confidentialinformation obtained bytheContractororitsagents,distributors,resellers,subcontractors,officersor employeesinthecourseofperformingContract work,including,butnotlimitedto,securityprocedures,business operations information,orcommercial proprietary informationin the possessionofthe State orCustomer.The Contractorshallnotberequiredtokeep confidential information ormaterialthatis publicly available throughno faultof the Contractor,material that the Contractor developed independently without relying on the State's or Customer's confidentialinformation,ormaterial that isotherwiseobtainableunderStatelawasa public record.Toinsure confidentiality,the Contractor shall take appropriate steps astoits personnel,agents,and subcontractors.The warranties of this paragraph shall survive the Contract. PUR 1000 (10/06) 60A-1.002,F.A.C Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment 34.ContractorEmployees,Subcontractors,andOther Agents.TheCustomerand the State shalltakeallactions necessarytoensurethatContractor'semployees,subcontractorsandotheragentsarenotemployeesoftheStateof Florida.Suchactionsinclude,butarenotlimitedto,ensuringthatContractor'semployees,subcontractors,andother agentsreceivebenefitsandnecessaryinsurance(health,workers'compensations,and unemployment)froman employer other than the State ofFlorida. 35.Insurance Requirements.During theContractterm,theContractoratitssoleexpenseshallprovidecommercial insuranceofsuchatypeandwithsuchtermsand limits asmaybe reasonably associatedwiththe Contract.Providing and maintaining adequate insurancecoverageisamaterialobligationoftheContractor.Upon request,theContractorshall providecertificateof insurance.The limits of coverage undereach policy maintained by theContractorshallnotbe interpretedas limiting theContractor's liability and obligations undertheContract.All insurance policies shall bethrough insurers authorized oreligible to writepoliciesinFlorida. 36.Warranty of Authority.Eachpersonsigning the Contract warrants that heorsheisduly authorized todosoandto bind the respective party to the Contract. 37.Warranty of Ability to Perform.The Contractor warrants that,to the bestofitsknowledge,there isno pending or threatened action,proceeding,or investigation,orany other legalorfinancial condition,that would inanywayprohibit, restrain,or diminish the Contractor's abilitytosatisfyits Contract obligations.The Contractor warrants that neither it nor anyaffiliateiscurrentlyon the convicted vendor list maintained pursuant tosection287.133of the Florida Statutes, oronanysimilarlistmaintainedbyany other state orthefederalgovernment.TheContractorshallimmediatelynotify the Customer inwritingifitsabilityto perform is compromised 1nany manner during the term of the Contract. 38.Notices.All notices required under the Contractshallbedeliveredbycertifiedmail,return receipt requested,by reputable air courier service,orby personal deliveryto the agencydesigneeidentifiedin the originalsolicitation,oras otherwise identifiedby the Customer.Noticesto the Contractor shallbedelivered to thepersonwhosigns the Contract. Either designated recipient maynotify the other,inwriting,if someone elseis designated to receive notice. 39.Leasesand Installment Purchases.Prior approval of the ChiefFinancialOfficer(as defined in Section 17.001,F.S.)is required for State agencies to enter into or to extend any lease or installment-purchase agreement inexcessof the Category Two amount established by section 287.017 of the Florida Statutes. 40.Prison Rehabilitative IndustriesandDiversifiedEnterprises,Inc.(PRIDE).Section946.515(2),F.S.requires the following statement tobeincludedin the solicitation:"It isexpressly understood and agreed that anyarticleswhichare the subject of,or required to carryout,the Contract shallbe purchased from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE)in the same manner and under the same procedures set forth in section 946.515(2) and(4)of the Florida Statutes;andfor purposes oftheContracttheperson,firm,or other businessentitycarryingout the provisionsof the Contract shallbe deemed tobe substituted for the agency insofar asdealingswithsuch corporation are concerned."Additional information about PRIDE and the products it offers is available at http://www.pridefl.com. 41.Products Available from the Blindor Other Handicapped.Section 413.036(3),F.S.requires the following statement to be included in the solicitation:"Itis expressly understood and agreed that anyarticles that are the subject of,or required to carry out,this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413,Florida Statutes,in the same manner and under the same procedures set forth in section 413.036(1)and(2),Florida Statutes;andfor purposes ofthis contract the person,firm,or other business entity carrying out the provisions ofthis contract shallbe deemed to be substituted for the State agency insofar asdealingswithsuchqualified nonprofit agency are concerned."Additional information about the designated nonprofit agency and the products itoffersis available at http://www.respectofflorida.org. PUR 1000 (10/06)10 60A-1.002,F.A.C. Exhibit 2 43211500-WSCA-15-ACS,Computer Equipment 42.Modification of Terms.The Contract contains all the terms and conditions agreed uponby the parties,which terms and conditions shallgovernall transactions between the Customerand the Contractor.TheContractmayonlybe modifiedor amended uponmutual written agreement oftheCustomerandtheContractor.Nooral agreements or representations shall be valid or binding uponthe Customer orthe Contractor.No alteration or modification ofthe Contract terms,including substitution of product,shallbevalidorbinding against the Customer.The Contractor may notunilaterally modify the termsoftheContractby affixing additionalterms to productupon delivery (e.g.,attachment orinclusionof standard preprintedforms,productliterature,"shrinkwrap"terms accompanying oraffixedtoaproduct, whether written orelectronic)orby incorporating such terms onto the Contractor's orderorfiscalformsor other documents forwardedby the Contractor forpayment.TheCustomer's acceptance ofproductorprocessingof documentation on forms furnished by the Contractor for approval or payment shallnot constitute acceptance ofthe proposed modificationtotermsandconditions. 43.Cooperative Purchasing.Pursuanttotheirown governing laws,andsubjecttotheagreementoftheContractor, other entities maybe permitted tomake purchases at the terms and conditions containedherein.Non-Customer purchasesareindependentoftheagreementbetween Customer and Contractor,and Customer shall notbeapartyto any transaction between the Contractor andany other purchaser. State agencieswishingtomake purchases fromthis agreement are required tofollow the provisionsofs. 287.042(16)(a),F.S.This statute requires the Department of Management Servicesto determine that the requestor's use of the contract is cost-effective and in the best interest of the State. 44.Waiver.Thedelayorfailureby the Customer toexerciseor enforce anyofitsrights under this Contract shallnot constitute or be deemed a waiver of the Customer's right thereafter to enforce those rights,norshallany single or partialexerciseofany such rightprecludeany other orfurtherexercise thereof or the exerciseofanyotherright. 45.Annual Appropriations.The State's performance andobligationtopay under this contract are contingent uponan annual appropriation by the Legislature. 46.Execution in Counterparts.The Contract maybe executed in counterparts,each ofwhichshallbeanoriginalandall of which shall constitute but one and the same instrument. 47.Severability.Ifa court deems any provision of the Contract voidor unenforceable,that provisionshallbe enforced onlyto the extent that itisnotinviolationoflaworisnot otherwise unenforceable andall other provisionsshallremain in full force and effect. PUR 1000 (10/06)11 60A-1.002,F.A.C.