Loading...
HomeMy WebLinkAboutS01-City Administrator - CJTY OF SAN BERNQlblNO - REQUEST ..::k. COUNCIL ACTION Fro,,: Fred Wilson Asst. City Administrator Subject: Resolution authorizing agreement with PRC Public Management Services for computer system to upgrade CAD and RMS systems. Dept: Date: May 1, 1991 Synopsis of Previous Council action: 3/11/91 -- Council.MIS Ad Hoc Committee recommended Mayor and Council approval of purchase of Dual Host VAX 4000 and DEe 5500 computer system. Mayor and Common Council approval to negotiate for purchase of a Digital Equipment Corporation Dual Host VAX 4000, Model:300 computer system and DEC system 5500 to replace existing Police Records Management, Computer Aided Dispatch and McDonnell Douglas business/financial applications computer systems. 2/22/91 -- Recommended motion: Adopt resolution. fMJl;.",~" Contact person: Fred Wilson Phone: 5124 FUNDING REQUIREMENTS: A $493,357* mount: Ward: $473,357 (hardWarel 20,000 (software Supporting data attached: yes . (A N) 679-103-55486 Source: cct. o. (Acct. Descriotionl Finance: l\J-) Dr---- Council Notes: 5~/9/ S' ' Agenda Item No - -I .........11:." 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 , 27 I Ii 28 i. II " I' jl II l' " I' :! o o RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING AN AGREEMENT WITH PRC PUBLIC MANAGEMENT SERVICES, INC. FOR THE PURCHASE, INSTALLATION AND SUPPORT OF A NETWORKED COMPUTER SYSTEM RELATED TO THE UPGRADE OF THE CITY'S POLICE RECORDS MANAGEMENT AND COMPUTER AIDED DISPATCH COMPUTER SYSTEMS. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The Mayor of the City of San Bernardino is hereby authorized and directed to to execute on behalf of said City an agreement with PRC Public Management services, Inc. for the purchase, installation and support of a networked computer system to upgrade the city's current Police Records Management and Computer Aided Dispatch computer systems, a copy of which is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. SECTION 2. The authorization to execute the above referenced agreement is rescinded if the parties to the agreement fail to execute it within sixty (60) days of the passage of this resolution. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the city of San Bernardino at a meeting thereof, held on the day by the of , 1991, following vote, to wit: / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / RESOLUTION~HORIZING AGREEMENT WITH ~ PUBLIC MANAGEMENT SERVICES IN~FOR UPGRADE TO CITY'S RMS AND CAD COMPUTER SYSTEMS. 1 council Members: AYES NAYS ABSTAIN 2 3 4 5 6 7 8 9 10 11 12 13 day of ESTRADA REILLY FLORES MAUDSLEY MINOR POPE-LUDLAM MILLER City Clerk The foregoing resolution is hereby approved this , 1991. 14 15 16 w. R. HOLCOMB, MAYOR City of San Bernardino Approved as to form and legal content: 17 18 19 JAMES F. PENMAN 20 :ty~ 21 / 22 23 24 25 26 27 28 -2- o o AGRBBMBlIT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 THIS AGREEMENT, made and entered into this day of , 1991, by and between the CITY OF SAN BERNARDINO, a Charter city ("city"), and PRC PUBLIC MANAGEMENT SERVICES, INC., a corporation with a place of business at 1500 Planning Research Drive, Mail stop #3W6, McLean, Virginia 22102, hereinafter referred to as ("Contractor"). WI'nIB88BTH: WHEREAS, the City did accept the Contractor; and proposal of the NOW THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS: 1. SCOPE OF CONTRACT The contract specifies the contractual terms and conditions by which the City will procure services from the Contractor, including, but not limited to: Upgrade of the CAD and RMS hardware, procuring the computers and associated equipment, provide technical resources to migrate and CAD programs and provide consulting services in implementing the upgrade. Such services shall conform to Contractor's proposal M-760 dated March 8, 1991, attached hereto and made part of this contract. 2. TERM OF AGREEMENT The term of this Agreement shall begin upon the execution hereof by the City Administrator and shall continue through the implementation of the City's System or twelve (12) months, whichever occurs first, unless sooner terminated or extended as hereinafter provided. 3. CHANGES City may require changes in the scope of the services to be performed by Contractor hereunder. All such changes, which are mutually agreed upon by and between all parties, shall be incorporated in written amendments to this Agreement. All such amendments shall state any increase or decrease in the amount of the compensation due Contractor for the change in scope. 4 . STANDARD OF PERFORMANCE Contractor shall certify, in writing, to the City when said System software supplied by Contractor hereunder is installed and ready for use. The system shall be ready for use when the function testing has been completed in accordance with Section 5. If said System operates on line at a level of effectiveness of ninety-five (95%) percent for a period of thirty (30) consecutive days from the commencement of the performance period, it shall be deemed to have met the city's standard of performance for that phase of the system. o o 5. SOFTWARE ACCEPTANCE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Contractor agrees to enter into Agreement to install and support the application software identified herein. Contractor agrees to make its staff available for phone consultation regarding warrantable software modules during normal business hours for the thirty (30) day Software Acceptance Testing period. SOFTWARE ACCEPTANCE TESTING - All software products furnished by Contractor shall be subject to Acceptance Testing as follows: A. Following delivery and installation of the software on the DEC system at city's site, Contractor shall certify in writing to City that the software is ready for Acceptance Testing. with Contractor's assistance, City shall, within five (5) business days of receipt of such certification, operate the software on such system to determine whether: 1. The software is capable of running on the DEC 4000 Computer System and the VMS 5.4 operating system; 2. The software substantially performs in the manner in which the current system operates; 3. The software is capable of running on a repetitive basis on a variety of city's actual data; and 4. The documentation for the software changes has been provided. B. During the Performance Period of Acceptance Testing, thirty (30) calendar days of operational use time with productive or simulated work will be considered as a basis for computation of the effectiveness level. 1. On the date the software meets these Acceptance Tests, City shall so notify Contractor in writing within five (5) business days and the software shall be deemed to be accepted, and the "term" of the applicable software warranty shall be deemed to commence upon such notification. 2. If the software fails to meet any or all of the above-specified Acceptance Tests, City shall forthwith notify Contractor of such failure in writing and Contractor shall have five (5) calendar days after receipt of such notice in which to correct, modify, or improve the software to cause it to meet each Acceptance Test. Thereafter, City shall have thirty (30) additional business days in which to reconduct all of the Acceptance Tests specified above. This process shall be repeated as may be necessary until the software is deemed to be accepted hereunder; provided however, if the software is not accepted hereunder within ninety -2- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ~O) days after contra~r's initial written Acceptance Testing, City may declare Contractor in default and give written notice to that effect. 6. EOUIPMENT MAINTENANCE Digital Equipment Corporation shall provide maintenance for DEC equipment for one (1) year from date of equipment installation. After the expiration of the one (1) year period, city shall be responsible for equipment maintenance. Contractor shall assist City in obtaining additional maintenance services. 7. CLARIFICATION PROCEDURES The city shall have a maximum of five (5) calendar days from the receipt of written correspondence from the Contractor in which to respond, in writing, to the clarification, proposed solution or any other situation requiring a written response from the City. If the City believes the contents of such correspondence does not conform to the requirements of this Agreement, or otherwise disagrees with such correspondence, it shall so notify Contractor, in writing, within the above-stated five (5) days, defining in detail such non-acceptance. In the event the city finds the content of the correspondence conforming to the requirements of this Agreement, it shall, within the above stated five (5) days, notify Contractor, in writing, of this fact, and such notification shall constitute final acceptance of the content of the correspondence delivered. Should the City fail to respond within five (5) days, the content of the correspondence shall be deemed accepted. 8. FACILITIES During the course of this Agreement, City shall provide Contractor's personnel with adequate work space for consultants and such other related facilities as may be required by Contractor to carry out its obligations enumerated herein. 9. CONTRACT AMOUNT AND PAYMENT SCHEDULE City shall pay to Contractor for equipment and services (Exhibit A") performed by Contractor hereunder progress payments in the amounts set forth on the Payment Schedule (Exhibit "B"), attached hereto and hereby incorporated herein and made a part hereof by reference. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Contractor, Contractor fails to meet any of its obligations under this Agreement, such failure shall not constitute a default in performance, and the City shall grant to Contractor such extensions of time and make other arrangements, additions, or revised payment as shall be reasonable under the circumstances. 11. TERMINATION BY THE CITY If Contractor should be adjudged bankrupt or should make a general assignment for the benefit of its creditors, or if a -3- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 receiver ~ld be appointed on accou~of its insolvency, City may terminate this Agreement. If Contractor should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to provide enough properly skilled workers or proper materials, or persistently disregard laws and ordinances, or not proceed with work or otherwise be guilty of, a substantial violation of any provision of this Agreement, then city may terminate this Agreement. Prior to termination of this Agreement, City shall give Contractor thirty (30) calendar days written notice. Upon receipt of such termination notice, Contractor shall be allowed thirty (30) calendar days to cure such deficiencies. 12. ASSIGNMENT Neither this Agreement, nor any portion thereof, may be assigned by Contractor without the written consent of the City first having been obtained. Any attempt by Contractor to assign any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. 13. PATENTS Contractor shall indemnify, defend, and hold free and harmless the city, it's officers and employees from all liabilities, claims, damages, costs, or expenses, including, but not limited to attorney's fees imposed upon them or any of them, for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by City, it's officers, employees, agents, and other duly authorized representatives of articles or processes supplied to City by Contractor under this Agreement. 14. SECURITY AND PRIVACY Contractor agrees that none of its officers or employees shall use or reveal any research or statistical information furnished by any person and identifiable to any specific private person for any purpose other than the purpose for which it was obtained. Copies of such information shall not, without the consent of the person furnishing such information, be admitted as evidence or used for any purpose in any action, suit, or other judicial or administrative proceedings, unless ordered by a court of competent jurisdiction. The city shall be notified immediately upon receipt of any such order of court, pertaining to production of such information. Contractor shall incorporate the foregoing provisions of this paragraph in all of its authorized subcontracts. 15. COVENANT AGAINST CONTINGENT FEES Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, City shall have the right -4- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 to termina~ this Agreement in accor~ce with the termination clause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 16. LICENSE Contractor grants to the City a non-assignable, non- transferrable and non-exclusive license to use the proprietary computer programs provided under this Agreement. The City understands and acknowledges that the software is and shall remain proprietary in nature and constitutes confidential trade secrets. The city agrees that it shall not knowingly, without the prior written consent of Contractor, directly or indirectly disclose, proliferate, provide or otherwise make available, or permit, any disclosure, proliferation, provision of or making available of, the software in any form, in whole or in part, to any other person, firm, corporation, government agency, association or other entity. Further, the city agrees that it shall not, without the prior written consent of Contractor, copy or reproduce (except as necessary for archive, diagnostic, backup, emergency restart purposes or any other use solely by the City), the software, in whole or in part. Neither the license granted to the City by Contractor nor the software may be, in whole or in part, assigned, sub-licensed or otherwise transferred by the City without the prior written consent of Contractor nor may the city knowingly, directly or indirectly, permit any use of the software, in whole or in part, by any other person, firm, corporation, government agency, association or other entity, without the prior written consent of Contractor. Futher, the City agrees to comply with such other terms and conditions applicable to any software furnished by Digital Equipment Corporation to Contractor and provided to the city under this Agreement, which are imposed by Digital Equipment Corporation. 17. WARRANTY: REMEDIES A. Warranties For a period commencing on the date of Final Acceptance and one year thereafter, Contractor warrants that the services performed by it under this Agreement shall be performed in accordance with the ordinary skill and care which would be executed by those who are knowledgeable, trained and experienced in rendering these types of services at the time such services are performed. The warranty for equipment provided by Contractor under this Agreement shall be in accordance with the warranty Contractor received from its supplier. TBBSB "RRa~IBS ARB IR LIBU 01' UD BXCLUDB ALL OTBBR 1rURUl'J!IBS 01' AllY KIIID, BITBBR BDRBSS OR IMPLIBD, IRCLUDZRG, BUT ROT LIMITBD '1'0, AllY 1rA1UlAIl'lY 01' MBRCDIl'l'ABILI'l'Y OR I'I'1'JI1BSS POR A PARTICULAR PURPOSB UD AllY 1rA1UlAIl'lY WHICH MAY ARISB BY aBASOR 01' USAGB 01' TRADE OR CUS'1'OM OR COURSB 01' DEUIRGS. -5- o o B. Remedies 1 2 3 4, 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. If, durinq the warranty period specified in Section A, the City (a) discovers that the equipment provided by Contractor under this Aqreement is not in accordance with the express warranty set forth in section A and (b) notifies Contractor in writinq of such, then Contractor shall, without charqe to the City and on behalf of the City, be responsible for the enforcement of, or will perform without charqe, the applicable obliqations which the supplier of such equipment may have with respect to repairinq or replacinq such equipment to the extent necessary to correct such defects. 2. If, durinq the warranty period specified in section A, the City (a) discovers that the services performed by Contractor under this Aqreement had not been performed in accordance with the express warranty set forth in Section A and (b) notifies Contractor in writinq of such faulty services, then Contractor shall, without charqe to City, reperform such services to the extent necessary to correct the fault therein. 3. THE RBMBDIBS SBT FORTH I. THIS SBCTIO. B ARB I. LIBU OF UD BXCLUDB ALL OTRBR RBIIBDIBS AVAILaBLB TO THE CITY RBLATI.G TO nRRAlITIBS FOR PRODUCTS UD SBRVICES PROVIDBD UBDBR THIS AGRBBMBBT. 18. INDEMNITY Contractor shall indemnify, defend and hold harmless city from and aqainst any and all claims, demands, suits, actions, proceedinqs, judqments, losses, damaqes, injuries, penalties, costs, expenses (includinq attorneys' fees) and liabilities of, by, or with respect to third parties, which arise solely from Contractor's neqliqent performance of services under this Aqreement. Contractor shall not be responsible for, and City shall indemnify, defend and hold harmless Contractor from and aqainst, any and all claims, demands, suits, actions, proceedinqs, judqments, losses, damaqes, injuries, penalties, costs, expenses (includinq attorneys' fees) and liabilities of, by, or with respect to third parties, which arise solely from the City's neqliqence. with respect to any and all claims, demands, suits, actions, proceedinqs, judqments, losses, damaqes, injuries, penalties, costs, expenses (includinq attorneys' fees) and liabilities of, by, or with respect to third parties, which arise from the joint or concurrent neqliqence of Contractor and city, each party shall assume responsibility in proportion to the deqree of its respective fault. 19. CONSEOUENTIAL DAMAGES In no event shall Contractor be liable for special, indirect or consequential damaqes of any nature. However, this section is not intended to limit, in any way, the insurance coveraqe set forth pursuant to Article 24 of this Aqreement. Contractor's -6- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 be absolutely and Wi~ut exception be limited coverage provided pursuant to Article 25 of liabili ty sQu to the insurance this Agreement. 20. CONTRACT REPRESENTATIVES Any changes in the method or nature of work to be performed under this Agreement must be processed by the City through the Contractor's Contracts Manager. Upon the execution of this Agreement, the city will name its representative who will be legally authorized to obligate the City under this Agreement. 21. NOTICES Any notice required to be given by the terms of this Agreement shall be deemed to have been given when the same is sent by certified mail, postage prepaid, addressed to the respective parties as follows: "CITY" city of San Bernardino MIS Department 300 North D Street San Bernardino, CA 92418-0001 Attn: Ms. Janis Ingels "CONTRACTOR" PRC Public Management Services, Inc. 1500 Planning Research Drive Mail stop #3W6 McLean, Virginia 22102 Attn: Darrell Bertness, Vice President Finance & Administration 22. VALIDITY The invalidity, in whole or in part, of any provision of Agreement shall not void or affect the validity of any provision of this Agreement. this other 23. GOVERNING LAW This Agreement shall be governed according to the laws of the State of California. 24. INSURANCE During the term of the Agreement, Contractor shall provide and maintain, at its own expense, the following programs of insurance covering its operations under this Agreement. The programs of insurance is defined in the Contractor's Certificate of Insurance (Exhibit "cn). -7- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 AGREEMENT ~ PRC PUBLIC MANAGEMENT St:)ICES, INC. FOR THE PURCHASE, INSTALLATION AND SUPPORT OF A NETWORKED COMPUTER SYSTEM TO UPGRADE THE CITY'S POLICE RECORDS AND DISPATCH COMPUTER SYSTEMS. 25. SOFTWARE MAINTENANCE Maintenance of Contractor's application under current maintenance agreement in Contractor. software shall continue effect between City and 26. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings and agreements, whether written or oral, with respect to the subject matter hereof. This Agreement may be amended only by written instrument signed by the parties hereto. IN WITNESS WHEREOF, the parties have executed this Agreement on the day and year first above written. City of San Bernardino By: W. R. Holcomb, Mayor Approved as to form and legal content: JAMES F. PENMAN, City Attorney B~ Contractor PRC PUBLIC SERVICES, INC. MANAGEMENT By: -8- o EXHIBIT A o ~ ~~s.Mcee..... 'SOlI "....... AleU.ol. 0.... MGl.eIn. VA 22'01 703 III ITOO FAX 103-"'" ,. line March 8, 1"1 M-7eO MI. Shauna Ectwim City Ac:lmiDistmor Cty of SIn Bemardino 0fiicIt of the City Administrator 300 No:th D SlNet s.n Bema:dino, California 92418-0001 ee.r Ms. EdwiDs: PRe PubUc Manapment Services, lne. is pIeued to pu~.ent tNt F<lPOHl to PI'OVkIe tumkey system In~atlon services to achIeve a hardware upp'Ide of your CAD Uld RMS sYltemI combiDed with the seXtwant miptkm of your CAD 1,~ Tlda piOpoNl hq been reviewed wt~th Bquipment ~ticm IZId is a c:amp1em8nblJ'y oHet to tbtir offer to tM_ ~ with 11\ addltioNl tn"lll'i iff ~ter Iystn\ Uld a fiber opIk: k whlch UNcs that .,..... with the new aNllOdS lwdwant pia....... PKC will work cIoIely with'Dllhal to Cl>>tdiNte the ~ ~t Uld netno.k inmlJatkm .,cr...1:l. wbJch wID. be pnmdlcl to you dlrKtly by DIptaL Wh1Ie PRe is providJng the uppcled hmlwaze for the RMS 8y8tem. tbt one (1) adivity not ~ by tJds pmpolll ~ ~ ~ mig,ration and Integratfon which PRe UndentIadI WI1f be ~ independ.ctIy by the Cty with 'I1buroft. . With ~ to .. CAD upsrade. PRe will proyide (1) owraU ~ ~ ad ...-....~ (2) cutDYer p~ (S) me D''r~ (4) _.aiv.. of the CAD friiIn ... c:....-d Mrdwue plall",... to VAX 4OQO hlirdw-.; (5) ~lfon of CAD 1OIn.... to ."'II;~1 VMS 5.4 versus tlw CUI'IW\t VMS level; ad (6) ~ of CAD soft.... ID ICIr>>InDIOdate VMS Volume sbadowblg. PRe will be die sizIg1e polN of contact for thft IyJttm mip'ation. PItC Y'''Y'1ff to provide the hardware and services delineated above far the pn. t:nWlla~ beloW: 11 PRC PUBLIC f~NAGEr~NT SERVICES, INC. 91/21'd v0:01 16. 62 dd~ o o MI. 5baUI1A HdWilla Marth 8, 19ft Pap Two 1. The hardware enwneratlld in AtIaclunent 1 (wbicb. curtes a Dllltal ~t <:.,........ltxm LIst Price of $634,953) for a finD fixed pilei of $Q4M7 plu. appllcai:lle Sal.. TM. INurance wU1 be blUed ~ at $3,1" and shipping will be billed at CI:lIt. blsta11atian w1U bit provided by Dlgital wiihfn the scope oil.. ~19I-"tary y.Q~ to tM ety. %. Tumkey services u deUneated above, to inItal1 the CAD .,.. on the MW lianlware pla1fonn ;md In the modlftecl s)'ltell\ software environment for a firm fixed price of $20,000. This revised pricing Is a result of the joint efforts of J?iIita11iquipment Corporation and PRC to ptDvida the City with the best r--ible solution IltG Nsolve the issue of t\lmkey respoasibll1ty. This quote supercedes oW' previous quotes dated Pebnwy 26, 1991 and March 6, 1991. W. look forward to suppol"l:lng the City of San BernardiDo in tbIs upsrade pIOjIct. We believe that the City's rel1ana! on a SIftgle experlenClId contractor to pzuride the CAD hlrdware, software lInd integration servioes required to rebolt an operationll critical public: llIfety syttBl is in die Oty'. bett 1zUeI....1lI; . ~ feel free to call Mr. Richard O'CGnno: in our 0raDp offtc:e at 7t40s.G9765 JI you have any questioN regarding thls quotation. SIncerely, ~e.e~ Nldllel Drewes SeIlior' Vice Plwldent PabIk W~ll Dlndan MD/kc AlIac:hr.~ CC Me. Juice InpIs 12 PRC PUBLIC MANAGEMENT SERVICES, INC. 9!/n'd ~0:0! !6, 62 ~ o o A~ACBKENT t - Cit7 of San ..rftardlae vPlrad. E._~."Q~ ~~.~ ra. If__l. ,Vuahr Nrulber . . . 2. 3. ~. 5. 6. . '. a. t. 10. i!. l2. 13. 104. 15. 16. 17. lS. U. :IO. 11. 22. :%3. 24. 25. 21. 2': . :za. 21. 30. 31. Z2. :!3. 3-,. 3$. 38. 37. 38. :;,. "0. 9V171'd --" OY-"3J'T%~Ai QL-DOIAZ-M QZ-It14,u.-U5 IfIITO-SA ."OOX-I. BellN-O' RF311:-M RFTZE-44 Jt1ItfSA"SI n'POE-M T;ITO-SA K%;U-SA TI.Z04-JA i(ZQSA-SA ICOIP-oe !UlD40-JA QA-001.v.-HI .A-VYJtIA-GI QL-VHRAI-.7C "A-VRRA.\-HS QL~I2AZ-M .., QA-AI'AZ-OZ.... "1.-0".\11-,1'0 QA-C9tAA-H!5 QL-01.SA9-Ja QA-015M-HI IINE3!1-01 D1.-I)I.""'-1o\ INl4D-02 QA-VTYAA-Kt QA-vnJAA-K. DEUI:E-M pVOll-et UU-I.t tfS41-U DIIIT-ltP DV-2U,)TA"AA RZZ3-m HS4Z-BA MSn-C" pa.. 1 QV~C1eT D..er1pCten 1 VAX 4000-310 I)yal 1/S 5yS~.. vI 3%NI. Z DSal Adaptere, 2 VKS Ynl Lie. Z VAX~lua~er L1~ ONET/V~~ tN-FUt Lieeft.. tnnal! TriO 32KB Mellorr K... Sto~.,. ExpaAslon Cab DI&&J. Hoat Cabl. Jilt'll Diak l 0>> Dbk Second Q'~. to DSSI Adapter Z'I HI Str."inc tape Dri~. g8ue Controller for TK'O 7~Z04/RRD40 eon~rolle~ 1.208 D~T ra,. Drive TLZ04/RKDfO Con~rol1er ~xternal SCSI Cable SOOHl C~.RON Drive VAX/\'KI eDROM VMS ODline Poe Llbr&~~ VHS/~LTaIX Connection Ltcen.. \~S/UL~RIX Coaaectton Hed4Doc v~ Vol".. Sbadovinl Llce~. VAX Yolu.e Sbadovine V5.4 VAX Cobol Lieea.. . :I VAX C :'IOL MellloJ)oc 1 VAX C 1. VA.~ e "'.d~e S T.Uon Cable . D!C$.~"r 300 a ~thern.t 802.3 Davia.. I DE\'CServer 300 Vltri. Med~oc DEVC:S.~r 300 VIIS ""'he Local N.~work Intereonft.e~ VAX Norketation 3100-30 wI 1Z MS, VII" 11" Color Monitor. l04KB Diu. K.)"DCaN. 'Ko"... VMS, DEenet, DICVla4owa,V..,.luater 104"1 la.k 4 KI lIe.err tAK 2ridCe 150 Thi~k.to.Fiber NicroVAK 1100.10. vi 4 HI, 2 seSl Cofttrolle~a, 4 Aemch lin... VMS 1-9 Uaor Lie. D!Onet EX ~ic.n.e 104H1 Dhlc :It MI H..or? 11 HI H...orr :I 1 4 1 2 5 4 2 1 1 1 I . . 1 1 1 1 1 :I 1 1 1 , . Z 1 1 1 1 .. .. ,. . " .. .. 13 PRe PUBLIC MANAGEMENT SERVICES, INC. 90:01 ~6, 62 ~ o o ATTA~w~rl -P1~7 of Sa. ..raard1Do V..r... E~u1~Dt List Pac. Z r... 11..1 "V"."'r .vll.HZ' (hceat.t tr DO.fllr1pUolJ tl' Qi-oouJI-aw 2 '1A.'ltiVtlS L.:te 1-10 UlIOI'. . . (oIL-001A'-BV Z VA."i/VlfS L1~ 11-18 U..l'a U. QL-001A'-BV % "AX/VMS to1e: ll.Ulll U.eZ'. ~O&. QL-"IMP-M Z VAXolvster Licen.. .U. 'A-f,UM-Rf . Pa~hwork. HedlDoe . a. Q1.-AMA'-JD . ~LL-IN-l Ll~en.e .r. ~j. QA-MAA4-HI 1 ALL-IM-l MedUoa 14 PRe PUBLIC MANAGEMENT SERVICES, INC. 9t/St"d 90:liH t6, 62 ~ " o EXHIBIT B o Contract Amount and PaYment Schedule I. Payment Schedule A. Hardware - the price of the equipment listed in Exhibit "A" shall be due as follows: $444,467 plus 6.5% sales tax of $28,890 upon installation acceptance of DEC services and tests by the City. All shipping, installation, and insurance costs are the reponsibility of Digital Equipment Corporation. HARDWARE TOTAL $473.357 B. Software and Services - The milestone payments are as follows: Final Acceptance SOFTWARE TOTAL $ 20.000 $ 20.000 II. Payments are net thirty days from date of invoice. III. The total contract amount Thousand Three Hundred and including sales tax. is Four Hundred Ninety Three Fifty-Seven Dollars ($493,357) =,- ~'''''--":.-'.'i:>-o--'>'''''"'"':'';.~-n'."':''~r':"-.>-~~ "-"''-'~''I'''o:'-~'''''_':_^_;~ _:~~'_'__"'_""_~ ,'r _ ""'~'. , 8T,acre"':EaeINSUFrANCEl.,', : ,', " , <r ( Alexander. Alexander Inc. 100 Lfgllt Street Balttmore, NO 21202 ~llIl'n'ma&,.. ~:1T1A ~":A~"-"~ OOM AIIO ~ MO ~ 1A'OH fICI ClIn'III TIll. ...........Qf'a a:eea IlfOT IMIIG ~0llA&.1Ill"'~.vro_.y'l1&PO' ';I"U""". . , " EXHIBIT G COMPANIES AFFOADINQ/ COVERAGE ::::r A Insurance ompany Of NPrth Mltr c:a ~". actf C Employers nsurlnc. 0, =:"'0 ~JH" D : ~OI'~ I'OI.iCV ~ ':r'== i!lU.1.MII1l1l10.- a....Al.LIAeIUTY G1_ ec~__~ HDCG128SS07A 10/01/91 ~_.It 'S .-t I CUOlI_ O-.a "_11___ ,. ~&~'IlOIICIr.t 'lClI'71:lIWIIZ S ... N1l1041011wnooc_ -...._N_. ISA 1954 ~ Q.; lIL \ C Q/~ ~ :~ $ f OTME. _ UIlIIllLLA , , 3 -'COODl!NSA ':''Pl':..." .~"...;-r (.1601 COW"" .. "'lO ......,,'1:9 ~ I - -"-'1JAIIl.n'V _".1001 .....""", ~ or.... ~ ,1l'I,/JlIO PRe/Pub1tc Management Services A Black & Decker Company 701 East ~oDPa Roed Towson. MD 21204 :nc-T_ OI'OI'IIIIATlONS/l.CICATIONSlVIHCI.I!S.~lr""CIAl. millS ! .. f 91>81'd 80:01 16, 62 ~~