Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-00-0890
J-00-890 10/10/00 • RESOLUTION NO. C. (10 'i a Is 9 0 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE ACQUISITION OF TELECOMMUNICATIONS EQUIPMENT AND SOFTWARE AND RELATED INSTALLATION AND SERVICES FOR THE FIRE COLLEGE, THE EMERGENCY OPERATIONS CENTER ("EOC"), AND VARIOUS CITY FACILITIES, FROM AVAYA COMMUNICATION (FORMERLY LUCENT TECHNOLOGIES, INC.), UNDER EXISTING STATE OF FLORIDA CONTRACT NO. 730-650-99-1, EFFECTIVE THROUGH FEBRUARY 16, 2004, AND ANY EXTENSIONS THERETO, AND FROM BELLSOUTH COMMUNICATIONS SYSTEMS, L.L.C., UNDER EXISTING BROWARD COUNTY TELEPHONE SYSTEM MASTER MAINTENANCE AGREEMENT, RLI NO. 060597 -RB, EFFECTIVE THROUGH FEBRUARY 16, 2005, AND ANY EXTENSIONS THERETO, IN A TOTAL AMOUNT NOT TO EXCEED $500,000; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECTS NOS. 313238 AND 313303, THE E-911 OPERATING BUDGET, ACCOUNT CODE NO. 196002.290461.6.670, AND FROM THE APPROPRIATTED CAPITAL IMPROVEMENT PROJECTS AND OPERATING BUDGETS OF THE VARIOUS USER DEPARTMENTS, SUBJECT TO BUDGETARY APPROVAL. WHEREAS, the City requires the acquisition of additional telecommunications equipment and software and the subsequent installation and related services for the existing two telecommunications operating platforms currently installed throughout the City; and WHEREAS, the Fire College facility's telecommunications infrastructure uses key system technology that is more than 10 CITY COMMISSION MEETING OF genion Imo. 0 n • (ten) years old and has become inefficient and costly to maintain; and WHEREAS, the Fire College facility has an existing Avaya Communication Definity PBX that was acquired to serve the backup E-911 site; and WHEREAS, the Fire College has been designated as the site of the City Emergency Operations Center ("EOC"), which necessitates expansion of the existing Avaya Communication Definity PBX to accommodate the EOC operation as well as the Fire College office staff; and WHEREAS, other City facilities, including the Miami Riverside Center and City Hall require the occasional acquisition of equipment and resources for the existing telecommunications systems; and WHEREAS, funds are available from Capital Improvement Projects Nos. 313238 and 313303, the E-911 Operating Budget, Account Code No. 196002.290461.6.670, and from appropriated Capital Improvement Projects and the Operating Budgets of various user departments, subject to budgetary approval; Page 2 of 40 0— soCho • NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference and incorporated as if fully set forth in this Section. Section 2. The acquisition of telecommunications equipment and software and related installation and services for the Fire College, the Emergency Operations Center ("EOC"), and various city facilities, from Avaya Communication (formerly Lucent Technologies, Inc.), under existing State Of Florida Contract No. 730-650-99-1, effective through February 16, 2004, and any extensions thereto, and from Bellsouth Communications Systems, L.L.C., under existing Broward County Telephone System Master Maintenance Agreement, RLI No. 060597 -RB, effective through February 16, 2005, and any extensions thereto, in a total amount not to exceed $500,000, is hereby approved, with funds therefor hereby allocated from Capital Improvement Projects Nos. 313238 and 313303, the E-911 Operating Budget, Account Code No. 196002.290461.6.670, and from the appropriated Capital Improvement Projects and Operating Budgets of the various user departments, subject to budgetary approval. Page 3 of 4 00— 890 Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 12th day of ATTEST: October 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated I e provided, said la4; n novi becomes effective with the elapse of [an (1(1, d,,-.* 1-rorn -i z dat of orr en east cera regarding same, without the ex N14yo,fuf er sL4jc - costo. A WALTER J. FOEMAN CITY CLERK APPR D TOOF LO ATY ATTORNEY 4756:LB:BSS ORRECTNESS: , City Clerk If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 4 of 4 CITY OF MIAMI, FLORIDA 20 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and DATE: FILE: Members ofl>e City Commission SEP 2 9 2000 SUBJECT: Resolution Approving Procurement of ene Telecommunications FROM: 41tya&nager REFERENCES: Equipment ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution approving the procurement of equipment, software, and installation and other related services for the Fire College, including the City Emergency Operations Center (EOC), and various other city facilities, from Avaya Communication (formerly Lucent Technologies Inc.), awarded under State of Florida Contract No. 730-650-99-1, and from Bellsouth Communications Systems, awarded under Broward County Telephone System Master Maintenance Agreement, RLI #060597 -RB, in an amount not to exceed $500,000, with funds allocated from the Department of Fire -Rescue Capital Improvement Project 313238; Department of Fire -Rescue Capital Improvement Project 313303; E-911 Operating Budget, account code no. 196002:290461.6.670; and, with prior budgetary approval, the operating budgets or capital improvement projects of various other city departments, as needed. BACKGROUND: There is a need ,to acquire additional telecommunications equipment and related services for the two City. telecommunications operating platforms, Avaya Communication (formerly Lucent Technologies, Inc.) and Nortel (BellSouth Communications Systems). The current Fire College telecommunications infrastructure is a telephone key system that is over 10 (ten) years old and is inefficient and costly to maintain. The Departments of Information Technology, Fire -Rescue, and Police have jointly agreed to expand the Avaya Communication Definity PBX, originally acquired to serve the backup E911 site, to provide the telecommunications infrastructure needed to support the City Emergency Operations Center (EOC) and the office staff at the Fire College. Additionally, other City facilities, such as the Miami Riverside Center (Nortel/BellSouth) and City Hall (Avaya Communication) need to acquire additional equipment and resources for their telecommunications environments. CAG/RJN/Alecb — Telecommunications Equipment Acquisitions Estimated Department Amount Fire College 160,400 Fire CIP $67,000; PW CIP $77,000; E911 $16,400 MRC -PBX Software Upgrade 35,000 MRC -PRI Upgrade 35,000 T City Hall -Telephone Replacement 90,000 Parks -Disabilities - New Facility 21,000 Miscellaneous Acquisitions 158,600 Total 500,000 Page 1 9/7/00 c; I* TELEPHONE SYSTEM MASTER MAINTENANCE AGREEMENT Between BROWARD COUNTY and BELLSOUTH COMMUNICATION SYSTEMS, L.L.C. to Provide MAINTENANCE, SERVICE, SUPPORT AND EQUIPMENT FOR ALL TELECOMMUNICATION SYSTEMS AND SUB -SYSTEMS for BROWARD COUNTY, FLORIDA (RLI #060597 -RB) uu tsmma.oct.98, January 25, 2000 0-- 890 TABLE OF CONTENTS Article, Section L Subsection Description Page # 1 Definitions and Identifications 6 2 Preamble 10 3 Scope of Services 10 4 Term and Time for Performance 13 5 'Compensation 13 5.2 Method of Billing and`Payment 14 5.5 Unsatisfactory Work. 16 6 Additional Services or Changes in Scope of Work 17 6.5 Minor Changes in County Service.Orders 17 7 Equipment Deliverables 18 7.7 Warranty 20 7.7.1 New System Warranty 20 7.7.2 MAC Warranty 20 7.7.3 Warranty Disclaimer` - 20 8 General Conditions 20 8.1 County Access to Work 20 8.2 Project Documentation r 21 8.3 Software License 21 8.3:1 Joint Obligations 22 8.3.2 Contractor's Warranty and Maintenance Obligations Unaffected 22 by Assignment of Licenses . 8.4 Year 2000 Warranty 23 8.4.1 Year 2000 Limitation of Liability 24 8.5 Exclusions 24 8.6 Limitation of Liability 26 9.1 Indemnification and Liability 27 9.2 Patent Indemnification 27 9.3 County Liability 28 10 Maintenance Schedule of Equipment 28 10.1 Service Plan 28 1.02 Service Fee 28 10.3 Term 29 10.4 Schedule 29 10.5 Assigned Technicians 29 10.6 Maintenance. Responsibilities 31 10.6.1 Minor Repair Requirements 31 10.6.2 Major Repair Requirements 31 10.6.3 After Hour Coverage, Emergency and Contractor's 33 Required Response Specifications 10.6.4 Failure of Contractor to Provide Technical Coverage 33 10.6.5 Contractor's Responsibility to Inform County Staff of 34 Repair Status 10.6.6 Repair Coverage Requirements During Normal Business Hours 34 . 10.6.7 Contractor's Technical Assistance for County Personnel 35 10.6.8 Contractor's Requirements to Stock Equipment at 35 County Site(s) 10.6.9 Equipment Failure 36 10.6.10 Contractor's Responsibility to Provide County Status of Repairs 36 2 tsmrria oct.98, January 25, 2000 TABLE OF CONTENTS ` Article, Section Subsection Description Page # 10.6.11 Preventative Maintenance Requirements 37 10.6.12 Requirements for Monthly Audit Reports 38 10.6.13 Requirements for Annual Inventory Reports 38 10.6.14 Contractor's Responsibility to Correct Work Areas as 38 Originally Found 10.7 Moves, Adds or Changes (MAC) Work 39 10.8 Access 40 10.9 Office Space and Parking Arrangements 41 10.10 Annual Report Card and Reports 41 10.11 Future Maintenance Provisions 41 10.12 Voice and Data Cabling Requirements 41 11 Training Requirements 43 11.1 Customer Service Representative Training of users 43 112 County Staff Training 43 11.3 On -Site Technical Training 44 12 County Contract Administrator and Project Manager 44 13 Insurance 44 13.3 Comprehensive General Liability Insurance 45 13.4 Business Automobile Liability 45 13.5 Workers' Compensation Insurance 45 14 Performance and Liquidated Damages 46 15 Termination 47 15.6 Remedies 48 15.7 Termination With Cause 49 16 Resolution of Disputes 49 17 Miscellaneous 50 17.1 Ownership of Documents 50 172 Audit Right and Retention of Records 50 17.3 Site Conditions 51 17.4 Coordination 51 17.5 Non Discrimination, Equal Opportunity and American with 52 Disabilities Act 17.6 Subcontractors 52 17.7 Assignment and Petominance 53 17.8 Representation of County and Contractor 53 17.9 Prior Agreements 53 17.10 Incorporation by Reference 54 17.11 Multiple Originals 54 17.12 Applicable Law and Venue 54 17.13 Amendments 54 17.14 Notices 54 17.15 Waiver of Breach 55 17.16 Public Entity Crime Statement 55 17.17 Independent Contractor 56 17.18 Prevailing Wage Requirement 56 17.19 Third Party Beneficiaries 56 1720 Contingency Fee 56 3 tsmma.0CL98, January 25, 2000 00- X90 TABLE OF CONTENTS Article, Section Subsection. _ Description Page # 17.21 Joint Preparation 57 17.22 Compliance with Laws 57 17.23 Severance 57 17.24 Priority of Provisions 57 17:25 Option for Additional Engineering Services 57 17.26 Applicability to Participating Government Agencies 57 17.27. Drug -Free Workplace Certification 58 17.28 Non -Collusion Clause 58 17.29 Permits and Licenses 58 17.30 Risk of Loss 58 17.31 Title 59 17.32 Force Majeure 59 17.33 Taxes 59 17.34 Default by County _ 59 17.35 , Prices 60 17.36 Warranties 60 17.37 Warranty Service 61 17.38. Installation 61 17.39 ' Maintenance Service 62 17.40 Warranty and Maintenance Service Exclusions 62 17.41 Survival 63 Exhibit A Maintenance Schedule of Equipment and Software Exhibit A-1 Maintenance Schedule of Equipment and Software = Aviation Exhibit B Unit Pricing for Nortel Meridian Option 11 - 81 Exhibit C Unit'Pricing for Nortel Norstar Exhibit D Example of Vendor's Monthly Statement Exhibit E Nortel Software License Exhibit F . Prevailing Wage Rates Exhibit G State of Compliance - Prevailing Wage Rate Ordinance No. 83-72 Exhibit H Essential Station List for Restoration of Service Exhibit I Example of Annual Switch Inventory Requirement Exhibit J-1 Control Form 105-22 "Requisition for Telephone Service" Exhibit J-2 Control Form 105-22C "Authorization to Proceed With Work -as Required on Requisition for Til-- n;�.e eq eq � Service..." Exhibit K CONTRACTOR's Cable Pricing Exhibit L Century Compliance Warranty Addendum - Nortel Exhibit M BellSouth's Standard Technical Escalation Procedures U TELEPHONE SYSTEM MASTER MAINTENANCE AGREEMENT Between BROWARD COUNTY and BELLSOUTH COMMUNICATION SYSTEMS. L.L.C. to Provide MAINTENANCE, SERVICE, SUPPORT_ AND EQUIPMENT FOR ALL TELECOMMUNICATION SYSTEMS AND SUB -SYSTEMS for BROWARD COUNTY, FLORIDA (RLI #060597 -RB) This is an Agreement, made by and entered into by and between: BROWARD COUNTY, a political subdivision of the State of Florida, hereinafter referred to as "COUNTY," and BellSouth Communication Systems, L.L.C., a Georgia limited liability corporation authorized to do business in the State of Florida, Ibcated at 6451 North Federal Highway, Suite 1220, Fort Lauderdale, FL 33308, its successors and assigns, hereinafter referred to as "CONTRACTOR." WHEREAS, CONTRACTOR has agreed to provide COUNTY with all maintenance, service, support and Equipment for all telecommunication Systems and Sub -Systems referenced herein, as well as provide for other telecommunication needs of COUNTY as set forth herein; NOW, THEREFORE, WHEREAS, COUNTY has determined that standardization of COUNTY telecommunications equipment, including telephones, switches and software, with Nortel manufactured equipment or products CONTRACTOR sells will provide savings from economies of scale, a reduction of maintenance and training time and expense, and a reduction of costs due to inventory interchange ability, as well as a reduction of the expense and resources required of Contract Administrator, NOW THEREFORE, tsmma.oct_98, January 25, 2000 Witnesseth IN CONSIDERATION of the mutual terms, conditions, promises, covenants and payments hereinafter set forth, COUNTY and CONTRACTOR hereby agree as follows: ARTICLE. i DEFINITIONS AND IDENTIFICATIONS 1.1 Acceot or Acceptance: As set forth herein, is defined as complying in all material, respects with manufacturer's published specifications. 1.2 Agreement: Means this document, Articles 1 through 17 inclusive and Exhibits A, B, C, D, E, F, G, H,1, J-1, J-2, K, L and M. Other terms and conditions are included in the exhibits and.documents that are expressly incorporated by reference. 1.3 Alcohol & Drug Abuse Treatment Center. The Alcohol & Drug Abuse Treatment Center located at 1011 S.W. 2nd Court, Fort Lauderdale, Florida. 1.4 Aviation Department: The Aviation Department located at Terminal 3 at 320 Terminal Drive, Floors 2 and 3; and Terminal 2 at 200 Terminal Drive, both located in Fort Lauderdale, Florida. 1.5 Board: The Broward, County Board of County Commissioners. 1.6 Broward Project Manager. Whenever the term Project Manager is used herein referring to COUNTY, it is intended to mean the person(s) designated in writing by the Contract Administrator to manage the day-to-day implementation of the Project. 1.7 Certified: Means technicians trained by attendance at manufacturer provided training, as established as of October 1, 1998, receipt of a certificate evidencing said training, and recordation in the relevant personnel database. 1.8 Contract Administrator. The Broward County Administrator, Director of the Broward County Telecommunications Division, or the designee of such County Administrator or Director. The primary responsibilities of the Contract Administrator are to coordinate and communicate with CONTRACTOR and to manage and supervise execution and completion of the Scope of Services and the terms and conditions of this Agreement as set forth herein. In the administration of this Agreement, as contrasted with matters of policy, all parties may rely on the instructions or determinations made by the Contract Administrator, provided, however, that such instructions and determinations do not change the Scope of Services, and provided further that. changes by the Contract Administrator which are expressly authorized 6 tsmmamL98, January 25, 2000 by the Procurement Code (Chapter 21 of the Broward County Administrative Code) may be relied upon by the parties. 1.9 CONTRACTOR: Means the entity selected to service and support the requirements pursuant to this Agreement. 1.10 Contractor Project Manager. Shall refer to CONTRACTOR's assigned Project Manager to oversee all telecommunications aspects as is determined and defined within this Agreement. 1.11 COUNTY: Broward County, apolitical subdivision of the State of Florida. 1.12 County Attorney: The chief legal counsel for COUNTY who directs and supervises the Office of County Attorney pursuant to Section 4.03 of the Broward County Charter. 1.13 Customer Service Ticket: The Customer Service Ticket is related to COUNTY's Control Form 105-22D titled, Authorization to Proceed With Work as Required on Requisition for Telephone Service (Control Form 105-22). 1.14 Emergency Operation Center. The Emergency Operation Center (EOC) located at 201 N.W. 84th Avenue, includes the West Regional Courthouse (WRC) (100 N. Pine Island Road), and the West Regional Library (8601 W. Broward Blvd.), all located in Plantation, Florida. 1.15 Equipment: Is defined as all communications and information systems products purchased from or, serviced by CONTRACTOR pursuant to this Agreement. Equipment shall also include Software as defined in Article 1.33. 1.16 Governmental Center. The Broward County Governmental Center located at 115 S. Andrews Avenue, including the Annex (formerly at the SunBank buildings at 5-7 and 25 S. Andrews Avenue), the parking structure and offices located at 101 S.W. istAvenue, and parking structure and offices located at 151 S.W. 2nd Street, and Mass Transit downtown terminal located at 101 N.W. 1st Avenue, all in Fort Lauderdale, Florida. 1.17 Judicial Complex: The Broward County Courthouse, including the Broward County Main Jail located at 555 S.E. 1st Avenue, and the North and East wings of the Courthouse, located at 201 S.E. 6th Street in Fort Lauderdale, Florida. 1.18 MAC: Is defined as move, add, change work performed by CONTRACTOR pursuant to proper authorization from COUNTY. tsmma.oct98, January 25, 2000 1.19 Main Library: The Main Library located at 100 S. Andrews Avenue, Fort Lauderdale,. Florida, remote telephone service is provided by the system located at the Governmental Center. 1.20 Mass Transit Division: The Mass Transit Division located at 3201 W. Copans Road, Pompano Beach, Florida. 1.21 Midrise Office Building: The Midrise Office Building located at 540 S.E. 3rd Avenue, Fort, Lauderdale, Florida. 1.22 Mira Barer Building: The Mira Barer Building located at 218 S.W. 1st Avenue, ;Fort Lauderdale, Florida. 1.23 North Broward Detention Center: The North Broward Detention Center (NBDC) located at 1550 Blount Road, which also includes the Conte Center located at 1351 N.W. 27 Avenue, both located in Pompano Beach, Fiorida. 1.24 North Regional Courthouse: The North Regional Courthouse (NRC) located at 1600 W. Hillsboro Blvd., Deerfield Beach, Florida. 1.25 . Notice to Proceed: A written notice. to proceed issued by the . Contract. Administrator authorizing CONTRACTOR to proceed with the work described in this Agreement. 1.26 Office of Environmental Services: The Office of Environmental Services (OES) located at 2555 W. Copans Roadjncluding the remote Wastewater Division located at 2401'N. Powerline Road, both located in Pompano Beach, Florida. 1.27 Parks and Recreation Administration:. The Parks and Recreation Administration located at 950 N.W. 38 Street, Oakland Park, Florida. 1.28 Port Everglades 'Deoartment: The Port Everglades Department located at 1850 Eller Drive, and also includes remote location at the -Port Everglades Public Safety Building (1901 Eller Drive), both in Fort Lauderdale, Florida. 1.29 Proiect: The Project consists of the services described in Article 3. 1.30 Public Safety Building: The Public Safety Building (PSB) located at 2601 W'. Broward Blvd., Fort Lauderdale, Florida. 1.31 Service Order. Is defined as any request for Equipment and/or Services placed by COUNTY pursuant to this Agreement, as more fully described in Section 10.7. $ tsmma.ocL98, January 25, 2000 ��- 89U 1.32 Services: Is defined as work performed by CONTRACTOR pursuant to this Agreement, including but not limited to the following (i) Warranty and Maintenance Services, and/or (ii) Installation Services. 1.33 Software: Is defined as any set of one or more computer programs which is composed of routines, subroutines, concepts, processes, algorithms, formulas, ideas, or know-how severally owned by or licensed by CONTRACTOR and/or any one of its suppliers, regardless of particular delivery median in or on which such intangible assets may be embodied. The term Software shall also include any corrections, "patches," updates, or revisions. to Software originally provided. 1.34 South Regional Courthouse: The South Regional Courthouse located at 3550 Hollywood Blvd., Hollywood, Florida. 1.35 Sub -System: As set forth in this Agreement, the integrated systems, including voice mail, automated attendants, automatic caii distributors, customized control routing, universal power supplies, remote access devices, battery back-up units, integrated voice response, and any related and embedded Software reporting products so designated by COUNTY and accepted in writing by CONTRACTOR. 1.36 System: As set forth in this Agreement, the Telecommunications System, which may include switches, related software, and peripheral equipment by COUNTY and accepted in writing by CONTRACTOR. As used in this Agreement, the terms "System" and "switch" have equal meaning. 1.37 Traffic Engineering Division: The Traffic Engineering Division located at 2300 W. Commercial Blvd., Fort Lauderdale, Florida. 1.38 Unsatisfactory: Work or performance that is defined as failing to comply in all material respects with the manufacturer's published specifications: 1.39 West Regional Courthouse: The West Regional Courthouse (WRC) located at 100 N. Pine Island Road, Plantation, Florida, and is a part of the Emergency Operations Center complex. 1.40 West Regional Library: The West Regional Library located at 8601 W. Broward Blvd., Plantation, Florida, and is a part of the Emergency Operations Center complex. 9 tsmma.oct98, January 25, 2000 • • ARTICLE 2 PREAMBLE In order to establish the background, context and frame of reference for this Agreement and to generally express the objectives and intentions of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 2.1 Negotiations pertaining to the Services to be. performed and the Equipment to be provided by CONTRACTOR were undertaken between CONTRACTOR and a Selection/Negotiation Committee selected by the Board of County Commissioners, and this Agreement incorporates the results of such negotiations. 2.2 The entire Agreement consists of this document; Articles .1 through 17 inclusive; and Exhibits A, B, C, D, E, F, G, H, I, J-1, J-2, K; L and M. ARTICLE 3, SCOPE OF SERVICES CONTRACTOR shall perform all work identified in this Agreement and the attached Exhibits. The parties agree that the Scope of Services is a description of CONTRACTOR's obligations and responsibilities and is deemed to include labor, materials, Equipment, and tasks as set forth in this Agreement. 3.1 CONTRACTOR shall provide assigned technicians ` with the appropriate manufacturers' training with'certification for the maintenance of all Systems and Sub -Systems as configured as of October 1, 1998, in accordance with Section 4.2 and Article 10, Maintenance -Schedule of Equipment. 3.2 CONTRACTOR shall provide maintenance for all Systems and Sub -Systems in place as of October 1,1998, at the locations covered by this Agreement which are set forth in Exhibit A, as well as any and all additional Systems,.Sub-Systems, and other additional Equipment, or switches or products added in the future, unless CONTRACTOR should decline to provide said maintenance. As to additional Systems, Sub -Systems and other Equipment that are added, these items shall be under this Agreement upon the acceptance by COUNTY of the relevant System, Sub -System or additional Equipment. 10 tsmma.oct98, January 25, 2000 ' .890 Yq.f r 3.3 . As set forth in this Agreement, CONTRACTOR shall engineer, furnish, install, test and make operational all Systems and Sub -Systems so designated by COUNTY and accepted in writing by CONTRACTOR at the locations covered under this Agreement. 3.4 CONTRACTOR shall provide warranty service specified in Articles 7 and 17 of this Agreement for all Equipment purchased under this Agreement. 3.5 CONTRACTOR shall promise and honor unit prices to COUNTY for labor and Equipment when requested by COUNTY for Equipment and Services, for five (5) years from the date of execution of this Agreement by COUNTY, which prices are set forth in Exhibits B and C, and are subject to annual adjustment by the South Florida Consumer Price Index (CPI) not to exceed three percent (3%). When new items are added to Exhibits B and C, such as upgrades to existing Systems or Sub - Systems, replacement items, modification products, additional parts, new switches, Software and related peripherai equipment, as well as unrelated - telecommunications equipment, switches or other products or Services, COUNTY's Purchasing Director or such other proper authority shall have the authority to approve, award and execute all documents or other instruments required to effectuate changes, modifications or additional items, under the scope of this Agreement, that are within the procurement rules which allow the Purchasing Director the right to procure equipment and services that do not exceed the delegated amount pursuant to the Broward County Procurement Code in effect at that time. Any change, modification or additional service that causes the total financial obligation of COUNTY for such additional items to exceed the amount of authority of those noted above shall be pursuant to Section 17.13 of this Agreement. CONTRACTOR will establish pricing of Equipment equal to or lower than pricing provided to the State of Florida. 3.6 CONTRACTOR shall provide certified technicians at an hourly rate set forth in this Agreement for MAC work at all COUNTY locations covered under this Agreement on an "as needed" basis for installation of Systems and Sub -Systems as designated by COUNTY and accepted in -writing by CONTRACTOR. 3.7 COUNTY shall purchase from CONTRACTOR all of COUNTY's MAC work, upgrades, Equipment, switches, related Software, peripheral equipment, Services and voice/data cabling under the scope of work of this Agreement, as well as any and all other telecommunications equipment, switches or other products or services offered in CONTRACTOR's product or service portfolio related to the scope of work of this Agreement, unless the equipment, voice/data cabling, switches or other products or services that COUNTY desires are not part of the product or service portfolio offered by CONTRACTOR and/or CONTRACTOR has been given the right to supply said products and/or Services and declines to offer said products and/or 1 1 tsmma.oa98, January 25, 2000 00- 890 3.8 3.9 �j services. COUNTY's`Purchasing Director or such other proper authority shall have the authority to approve, award and execute all documents or other instruments required to effectuate changes, modifications or additional items, under the scope of this. Agreement, that are within the procurement rules which allow the Purchasing Director the right to procure equipment and services that do not exceed the delegated amount pursuant to the Broward County Procurement Code in effect at that time. Any change, modification or additional service that causes the total financial obligation of COUNTY for such additional items to exceed the amount of ,authority of those noted above shall be pursuant to Section 17.13 of this Agreement. CONTRACTOR will establish pricing equal to or lower than pricing provided to the State of Florida. Cabling work shall be performed in accordance with National Electrical Code (NEC) and ANSI/EIAITIA specifications and all applicable State and Local Codes, as amended to date. CONTRACTOR and/or subcontractor is to be familiar with all Federal; State and Local Laws, Ordinances, .code Rules, and Regulations, including NEC and ANSI/EIA/TIA standards, 568-A Commercial Building, Wiring, 569 Pathways & Spaces and 606 Administration & Identification that may in any way affect the cabling work. Ignorance on the part of CONTRACTOR or subcontractor will in no way relieve;CONTRACTOR from responsibility. 3.10 Asa licensed and certified CONTRACTOR to perform COU NTY=needed voce/data cabling; CONTRACTOR or subcontractor must possess one (.1) of the following licenses and State Registration (if applicable), and provide such to COUNTY.. STATE: Electrical Contractor or, Low. Voltage Specialist COUNTY: Master Electrician, (State Registration required) or, Communications Electrician 3.11 CONTRACTOR or subcontractor shall be certified as a Registered Communications Distribution Designer (RCDD) and shall be proficient in all phases of telephone and data wiring as related to'catle and wiring architectures in telecommunication` spaces.Also, all work performed by CONTRACTOR shall be supervised by a Building]ndustry Consulting Services International (BICSI) certified technical level lead technician. 12 tssuna.oct.98, January 25; 2000 00- 8 tjV ARTICLE 4 TERM AND TIME FOR PERFORMANCE 4.1 The term of this Agreement shall begin on the date of execution of this Agreement by COUNTY, and continue for a term of five (5) years from the executed date; provided, however, if the term of this Agreement extends beyond a single fiscal year of COUNTY, the continuation of this Agreement beyond the end of any fiscal year shall be subject to the availability of funds from COUNTY in accordance with Chapter 129, Florida Statutes. Further provided, if funds are unavailable, COUNTY shall not contract with another provider for the same or like Equipment or Services as set forth in this Agreement during the remainder of the initial term of this Agreement had such term been effective. 4.2 CONTRACTOR will provide personnel to Service and support locations as agreed upon as set forth in Exhibit A, as estabiished and configured on October 1, 1998. The parties agree that CONTRACTOR shall provide three (3) repair technicians and one (1)- MAC technician as the assigned technicians to perform maintenance, Service and support at the Equipment locations set forth in Exhibit A. 4.3 For delays by COUNTY in performing its obligations or in cases of force majeure, as referenced in Section 17.32, or as otherwise set forth in Sections 8.5 or 17.40, CONTRACTOR hereunder shall be excused from timely performance of its obligations. 4.4 If COUNTY should elect not to renew this Agreement, COUNTY shall give CONTRACTOR not less than one hundred twenty (120) days written notice prior to the expiration of the existing term or any renewal, otherwise, this Agreement shall automatically renew for two (2) consecutive one (1) year terms. The Director of Purchasing may extend, in writing, this Agreement for a period not to exceed one hundred twenty (120) days beyond the expiration of this Agreement or the expiration of any renewal term of this Agreement at the same terms, conditions, and pricing in existence at the tulle of -extension. - ARTICLE 5 COMPENSATION 5.1 COUNTY agrees to pay CONTRACTOR, in the manner specified in Section 5.2, the total amount of monthly maintenance fees, per configuration per location for all Systems and Sub -Systems as established on October 1, 1998, as set forth in Exhibit A, as adjusted according to this Agreement, and for all completed and accepted Service Order work in keeping with the purchase and installation of new 13 tsmma.oct98, January 25, 2000 00- 890 5.2 Equipment, Software and labor, which . amount(s) shall be `accepted by CONTRACTOR as full compensation for all such work. COUNTY agrees to pay CONTRACTOR additional compensation only as it relates. to additional locations, Services, Equipment, increase of ports at a cost of three dollars and seventy-five cents ($3.75) per port, per month, or peripheral equipment and/.or maintenance to be added upon mutual agreement,at any date during the term of this Agreement in accordance with this Agreement.. It .is - acknowledged and agreed by CONTRACTOR that this amount is the maximum payable as compensation for Equipment and Services rendered, as identified and set forth in this Agreement, and constitutes a limitation upon COUNTY's obligation to compensate CONTRACTOR for its Services related to this Agreement, unless otherwise set forth in this Agreement. This maximum amount, however, does not constitute a limitation, of any sort, upon CONTRACTOR's obligation, unless otherwise set forth in this Agreement, to perform all. items of work required as set forth in under this Agreement. No amount shall be paid to,CONTRACTOR to reimburse its expenses uniess otherwise provided herein. - - 5.1.1 In the event COUNTY should add or purchase equipment, systems or sub- systems from other contractors or, vendors, as set forth in Section 7. 1, and CONTRACTOR agrees to provide maintenance under this Agreement, then in that event, COUNTY shall compensate CONTRACTOR a one-time fee of four and one-half percent (4.5%) of the purchase price of the newly acquired or provided equipment, system .or sub -system, adjusted for annual percentage increase by the South Florida CPI over the previous year, as a warranty reserve. Method of Billing and Payment 5.2.1 CONTRACTOR may ,submit monthly -summary statements as set forth in Subsection 5.2.2 below -for compensation no more often than on a monthly basis, but only after Services for which the monthly,summary statements are submitted have been completed. An original monthly summary statement as set forth in Subsection 5.2.2 below is due within fifteen (15) days of the end of the month except the final invoice which must be received no later than sixty (60) days after this Agreement expires. Invoices shall designate the nature of the Services performed and/or the expenses incurred. 5.2.2 The monthly itemized summary statement, as set forth in Exhibit D, is to be mailed to: Broward County - Accounting Division Vendor Accounts Payable Section P.O. Box 14740 Fort Lauderdale, FL 33301 5.2.3 COUNTY shall pay CONTRACTOR within thirty (30) calendar days of receipt of CONTRACTOR's proper statement, as required by the "Broward County Prompt Payment Ordinance" (Broward County Code of Ordinances Section 1-51.6, ,as may be amended from time to time). To be deemed proper, all invoices must comply with the requirements set forth in this Agreement and must be submitted on the form and pursuant to instructions prescribed by the Contract Administrator. Payment may be withheld for failure of CONTRACTOR to comply with a term, condition, or requirement of this Agreement. 5.3 Based upon compieted Customer Service Tickets- submitted by CONTRACTOR's technicians for Moves, Adds and Changes (MAC's), COUNTY will prepare a spreadsheet on a monthly basis to indicate approval to pay CONTRACTOR for said work. The spreadsheet will be forwarded to the Accounting Division and used to reconcile payments for CONTRACTOR's monthly summary statement. 5.3.1 COUNTY reserves the right to inspect within ten (10) days of receipt of the Customer Service Ticket, the work performed by CONTRACTOR (both Equipment and labor), and Accept said work. If found to be Unsatisfactory in accordance with Section 5.5 by either the agency representative or the Contract Administrator, COUNTY may reject approval to pay CONTRACTOR until the work is corrected. If said work is installed in all material respects in accordance with manufacturer published specifications, COUNTY must provide complete documentation as to the Unsatisfactory Equipment and/or labor prior to withholding payment. 5.3.2 The Contract Administrator shall within ten (10) business days after receipt of the Custcmer Service Ticket notify CONTRACTOR in writing of any Equipment or labor rejected by the Contract Administrator and why the Equipment or labor is not in compliance with specifications as set forth within this Agreement prior to withholding payment. 5.3.3 COUNTY will prepare the monthly approved spreadsheet after the beginning of the month. 5.3.4 Should the Accounting Division note discrepancies in the amount charged by CONTRACTOR versus amount approved on the Telecommunications Division's spreadsheet, CONTRACTOR cannot be paid until the 15 tsmma.oct.98, January 25, 2000 " ��- 890 discrepancies have been corrected as set forth in this Agreement. COUNTY may withhold payment of the disputed items only, and COUNTY will, with due diligence, work with CONTRACTOR in a timely manner to resolve any noted discrepancies. CONTRACTOR.will attempt to change the date of a corrected invoice that was returned to CONTRACTOR by COUNTY due to a discrepancy. 5.4 Authorization to pay the monthly maintenance will be reflected on the monthly spreadsheet prepared by the Telecommunications Division. 5.5 Unsatisfactory Work: COUNTY will inform CONTRACTOR within ten (10) business days of said Unsatisfactory Work and allow for an additional thirty (30) calendar days or a reasonable amount of time, if such time is mutually agreed upon by COUNTY and CONTRACTOR, to remedy said Unsatisfactory Work prior to withholding part of payment, if any, as set forth in Subsection. 5.3.4. The amount withheld shali not be subject to payment of interest by COUNTY. 5.6 Payment shall be made to CONTRACTOR at: BellSouth Communication Systems, L.L.C. P.O. Box 79045 Baltimore, MD 21279-0045 5.7 CONTRACTOR shall obtain and pre -pay for all licenses, permits, and inspection fees required for the electrical and, cabling portions of the projects for which CONTRACTOR is performing work. All permits, inspection fees required for the specific work shall be paid by COUNTY. CONTRACTOR shall invoice these items separately and shall provide documentation to prove costs. 5.8 If CONTRACTOR should fail to provide accurate monthly summary'statements, as mutually agreed upon by the parties, in accordance with this Article 5, to COUNTY after six (6) consecutive months, starting three (3) months after the execution date of this Agreement, COUNTY shall be entitled to liquidated damages of one hundred dollars ($100.00) per incident; provided, however, CONTRACTOR's failures are unrelated to or .not caused by COUNTY or otherwise by an event set forth in Sections 8..5, 17.32 or 17.40. Said liquidated damages shall not exceed five thousand dollars ($5,000.00) during any one calendar year. The parties recognize -that the extent and calculation of damages may be difficult to ascertain, therefore they agree that liquidated damages in the amount stated is reasonable and is in lieu of all other remedies. Accuracy of the .invoice pertains to only the charges associated with MAC orders. 16 tsmma.oct.98, January 25, 2000 ARTICLE 6 ADDITIONAL SERVICES OR CHANGES IN SCOPE OF WORK 6.1 It is mutually acknowledged that changes in the scope of services may be desirable. The Contract Administrator, at any time shall be entitled to propose changes to such terms by written notice delivered to CONTRACTOR. CONTRACTOR agrees to consider each such proposed change in good faith. If such a proposed change is mutually agreed upon, it shall be reduced to an amendment, and signed by the appropriate authority. Payment for work related to an amendment shall be payable in accordance with Article 5. 6.2 In the event a dispute between the Contract Administrator and CONTRACTOR arises over whether requested Services or Equipment are additional to those to be provided pursuant to this Agreement and such dispute cannot be resolved by the Contract Administrator and CONTRACTOR, such dispute -shall be facilitated in -- accordance with Article 16 herein. Any resolution in favor of CONTRACTOR shall be set forth in a written document in accordance with Section 6.1 above. During the pendency of any dispute, CONTRACTOR, only if requested in writing by the Contract Administrator, shall promptly comply with performance despite it being a disputed matter. Both parties shall promptly resolve the disputed matter. 6.3 COUNTY's Purchasing Director or such other proper authority shall have the authority to approve, award and execute all documents or other instruments required to effectuate changes, modifications or additional service contemplated by Sections 6.1 and 6.2 above so long as the then total financial obligation of COUNTY for such additional items does not exceed one hundred thousand dollars ($100,000.00). Any change, modification or additional service that causes the total financial obligation of COUNTY for such additional items to exceed the amount of authority of those noted above shall be presented to the Board for its approval. 6.4 CONTRACTOR acknowledges and agrees that the Contract Administrator has no authority to make changes that --would i^crease; decrease, or otherwise modify the Scope of Services to be provided under this Agreement except as expressly authorized by the Broward County Procurement Code (Chapter 21 of the Broward County Administrative Code). 6.5 Minor Changes in COUNTY Service Orders: If COUNTY and CONTRACTOR agree to minor changes prior to delivery of the Equipment or completion of Services, COUNTY shall be charged or credited for the changed items. Appropriate documentation may be required so that additions or deletions may be recorded and charges or credits issued. Reasonable restocking 17 tsmma.oct98, January 25, 2000 charges at a rate of twenty percent (20%) of'Equipment or Service, will be assessed with respect to any stock listed items deleted after the date of shipment to the installation site and for all deleted nonstock .items. Restocking charges will not apply if a project is duly processed between COUNTY and CONTRACTOR and if such stocked item does not function in . accordance with the particular project criteria. ARTICLE -7 EQUIPMENT DELIVERABLES 7.1 COUNTY may purchase equipment from a third -party if said equipment is not a part of'the product portfolio offered by CONTRACTOR and CONTRACTOR has been given the right to supply said equipment and, declined to offer said equipment. COUNTY shall be entitled to connect to the third -party provided equipment, provided, that such equipment shall not interfere with the maintenance and' operation of the Equipment covered under this Agreement. If third -party provided equipment is outside the scope of this Agreement and should CONTRACTOR be required to' provide assistance, such as install, trouble -shoot, etc., COUNTY will pay CONTRACTOR the agreed upon time and materials rate for these Services, as set forth in this Agreement. This section is subject to Section 3.5 pricing. 7.2 CONTRACTOR shall not be required to provide maintenance of any Equipment purchased by COUNTY outside of this Agreement. Neither shall CONTRACTOR provide maintenance for any equipment not listed in Article 10, unless requested by COUNTY and agreed to in writing by CONTRACTOR. CONTRACTOR may, if requested by COUNTY in writing and agreed to by CONTRACTOR, and approved by COUNTY's Purchasing Director or such other proper authority,:, allow for additions to provide maintenance, , service .or Equipment as COUNTY's communications needs arise, as set forth in Article 3. 7.2.1 As provided for in Section 7.1, in the event COUNTY adds or purchases equipment, systems or S..b-systems from -other contractors or vendors, COUNTY shall timely notify CONTRACTOR in writing.of the installation of said equipment, systems or sub -systems. In addition, COUNTY shall provide proper documentation setting forth the necessary identification of said, newly acquired equipment, systems or sub -systems to facilitate the exchange of warranty obligation from the selling or providing contractor or vendor to CONTRACTOR. 7.3 Exhibits B and C, Unit Pricing and Exhibit K, CONTRACTOR's Cable Pricing, attached hereto, identify all Equipment that may be purchased under this Agreement. CONTRACTOR may add Equipment to Exhibits B and C, Unit Pricing, 18 tsmma.oct.98, January 25, 2000 -00— 890 and Exhibit K, CONTRACTOR Cable Pricing, attached hereto, as the needs of COUNTY and the complexity of communications change. 7.3.1 Additional Equipment or Cabling may be acquired by COUNTY through an amendment to this Agreement. The unit purchase price for Equipment during the term of this Agreement shall be in accordance with Sections 3.5 through 3.7 and/or Exhibits B and C, Unit Pricing, and Exhibit K, CONTRACTOR's Cable Pricing. 7.3.2 Additional Equipment shall include both purchase and installation costs. 7.4 CONTRACTOR shall provide new Equipment under this Agreement. If COUNTY identifies the availability of refurbished or remanufactured Equipment, CONTRACTOR shall provide COUNTY with the cost for the refurbished or remanufactured Equipment and shall provide the refurbished or remanufactured Equipment upon COUNTY's request. CONTRACTOR s hall supply refurbished-C.- remanufactured efurbished-crremanufactured equipment if said equipment is available via CONTRACTOR's secondary market provider. 7.5 If Equipment is rejected by the Contract Administrator or his/her designee, the validity of rejection must be reviewed, determined and mutually accepted by COUNTY's Contract Administrator and CONTRACTOR, in accordance with Section 5.5. CONTRACTOR, if it is then determined to be at fault, will as soon as practicable begin to correct the Equipment. Failure of CONTRACTOR to correct the problem within thirty (30) calendar days or a reasonable amount of time, whichever is greater, if mutually agreed upon by COUNTY and CONTRACTOR, in accordance with Section 5.5, will allow the Contract Administrator to either accept the Equipment; or COUNTY will cease use of the Equipment and return it to CONTRACTOR for full credit. Any installed Equipment shall be disconnected and removed by CONTRACTOR from the original installation site of the Equipment. CONTRACTOR shall not be required to accept the return of Equipment that has been damaged by COUNTY. CONTRACTOR shall use commercially reasonable afforts to return the site to the original condition. 7.6 Based upon the critical nature of the new Equipment to work properly, as set forth in Section 7.7, COUNTY reserves the right to request the Equipment manufacturer be brought to COUNTY's location to provide technical support for CONTRACTOR, if necessary. 19 tsmma.oct.98, January 25, 2000 00— 890 7.7 WARRANTY: 7.7.1 New System Warrantv: CONTRACTOR shall warrant that the Equipment purchased from CONTRACTOR under this Agreement shall function in all material respects in' accordance with the manufacturer's published specifications for one (1) year from the date of installation. CONTRACTOR, will make whatever effort is commercially reasonably required to ensure that the Equipment and Software operate in all material respects in accordance with the manufacturer's published specifications. 7.7.2 MAC Warranty: CONTRACTOR shall warrant that the Equipment moves, additions and changes (MAC) purchased from CONTRACTOR under this Agreement shall function in all material respects in accordance with the manufacturer's published specifications for ninety (90) days from the date of installation, or the end of the then current calendar year, whichever is later. CONTRACTOR will make whatever effort is commercially reasonably required to ensure that the Equipment moves, adds and changes will function in all material respects in accordance with the manufacturer's published specifications. 7.7.3 Warranty Disclaimer. THERE ARE NO WARRANTIES, EXPRESS OR IMPLIED (INCLUDING ANY REGARDING MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE), NOT SPECIFIED HEREIN - RESPECTING EQUIPMENT FURNISHED UNDER THIS AGREEMENT, AND CONTRACTOR EXPRESSLY DISCLAIMS SAME. ARTICLE 8 GENERAL CONDITIONS As stated in this Agreement; CONTRACTOR agrees to assume full responsibility for (1) the performance of all Equipment in all material respects in accordance with the manufacturer's published specifications, as provided in Se--t;.--n 7.7, to be delivered to COUNTY upon execution of this Agreement, (2) the performance of all Services to be rendered to COUNTY as set forth in this Agreement, and (3) the functioning of all existing Systems or, Sub -Systems, as defined herein, except for Year 2000 Compliance, in accordance with this Agreement and in all material respects in accordance with the manufacturer's published specifications. 8.1 . COUNTY ACCESS TO WORK: COUNTY shall at all times have access to work on the Equipment whenever it is in preparation or progress for the purpose of progress review and inspection. 20 tsrnrna.oct.98. January 25, 2000 8.2 PROJECT DOCUMENTATION: CONTRACTOR shall establish and maintain complete project documentation and documentation of all Equipment, including installation instructions, if appropriate, and shall deliver same to COUNTY throughout the course of this Agreement. All documentation shall be available to COUNTY's Project Manager at any time during this Agreement upon request. All documentation when delivered with any Equipment purchased by COUNTY will be available to COUNTY in a designated area agreed upon by both COUNTY and CONTRACTOR. CONTRACTOR will execute any and all documents needed or requested by COUNTY to perfect COUNTY's right, title or interest in the project documentation and any other records. 8.3 SOFTWARE LICENSE: COUNTY and CONTRACTOR recognize that title to and ownership of the existing Nortel Equipment is held by and in COUNTY and that such Equipment is computer hardware used for telecommunication purposes. The Nortel Equipment items are as follows: A. Meridian Option 71 PBX Switch in Governmental Center B. Meridian Option 71 PBX Switch in Judicial Complex C. Meridian Option 61C PBX Switch in North Broward Detention Center D. Meridian Option 61 PBX Switch in Office of Environmental Services E. Meridian Option 61 PBX Switch in Emergency Operations Center F. Meridian Option 51C PBX Switch in Midrise Office Building G. Meridian Option 21 PBX Switch in South Regional Courthouse H. Meridian Option 21 PBX Switch in Alcohol & Drug Treatment Center I. Meridian Option 21 PBX Switch in Mira Barer Building J. Meridian Option 21 PBX Switch in North Regional Courthouse K. Meridian Option 21 PBX Switch in Parks & Recreation Administration L. Meridian Option 21 PBX Switch in Port Everglades Department M. Meridian Option 11 C PBX Switch in Mass Transit Division N. Meridian Option 11E PBX Switch in Traffic Engineering Division O. Norstar 0 x 32 (ICS) systems at Aviation Terminals 2 and 3 The Equipment utilizes Nortel Software licensed to COUNTY by Nortel, Inc., to perform certain telecommunication functions required of the Systems. The terms and conditions of the licenses for the Nortel Software are attached as Exhibit E ("Nortel Software License"). 21 tsmma�oa.98, January 25, 2000 MMM� �Ra I.. 8.3.1 JOINT OBLIGATIONS: COUNTY will keep the Nortel Software licenses for the Nortel Equipment in full force and.effect during the term of this Agreement. CONTRACTOR will do nothing on its part during the term of this Agreement that will cause such iicense(s) to be terminated by Nortel, Inc. or lessen COUNTY's rights to use such license(s) in accordance with the terms and conditions asset forth and described in Exhibit E. 8.3.2 CONTRACTOR'S WARRANTY AND MAINTENANCE OBLIGATIONS UNAFFECTED: Nothing contained in Section 8.3 shall lessen or relieve CONTRACTOR from . its responsibilities and obligations to provide maintenance pursuant to this Agreement including, but not limited to, providing maintenance for the Licensed Software and the payment of any�and all costs for such license maintenance to Nortel, Inc., or others as may be required. CONTRACTOR's obligations to maintain the Nortel Equipment is conditioned upon COUNTY's having valid licenses for the Nortel Software, or other software, pertaining to such Equipment. 8.3.3 Certain Software suppliers license on a nonexclusive basis to CONTRACTOR. and CONTRACTOR also develops Software or has Software developed by it by third parties. All such Software is and will. remain the property of CONTRACTOR or its third party suppliers. CONTRACTOR, with respect to CONTRACTOR developed Software and to the extent authorized under the supplier licenses, unless stated otherwise in an Exhibit attached to this Agreement, grants COUNTY, for Software derived from sources otherthan Nortel, Inc., a personal, nontransferable and nonexclusive sublicense (without the right to further sublicense) to use the Software (including related documentation), for the life of the particular System or Equipment to which such Software is related, solely to maintain, use and operate such System -for which the Software is initially furnished, provided that COUNTY: (a) Except where required .by law, does not allow any aspect of the Software to be disclosed to a third party without CONTRACTOR's written consent and makes reasonable efforts to ensure that its employees are aware of this obligation and treat such Software as the exclusive property of CONTRACTOR or such suppliers; (b) Uses the Software solely for COUNTY's governmental and business purposes in the operation of the Equipment or any new Equipment provided by CONTRACTOR which are part of the Systems set forth 22 tsmma.0cr.98, January 25, 2000 and described in Exhibit A or as Exhibit A may be amended in the future; _ (c) Does not copy or reproduce any of the Software without CONTRACTOR's-consent, except to the extent necessary for (i) archival and back-up purposes and (ii) the operation and/or use of the System to the extent allowed or authorized by CONTRACTOR or third party licenses, and, except as allowed by law, does not' attempt to develop any source code from the Software, nor reverse engineer, decompile, disassemble, reverse translate, or otherwise translate the Software into human readable form, and (d) Returns to CONTRACTOR or erases or destroys any Software and any media being recycled or discarded upon the expiration of the licenses granted hereunder and so certifies such to CONTRACTOR. COUNTY understands that suppliers of Software including CONTRACTOR may require COUNTY to execute license agreements in order to use Software. CONTRACTOR understands that COUNTY is a governmental entity and may not be able to, because of law or administrative policy among other things, execute a license agreement as proffered because of the terms and provisions contained therein. In the event Equipment to be supplied by CONTRACTOR requires COUNTY to execute a separate Software license agreement, whether with CONTRACTOR or a third party supplier of such Software, then CONTRACTOR will inform COUNTY of such circumstances, providing COUNTY with a copy of the Software license agreement. CONTRACTOR will not provide COUNTY with any Equipment, System or Sub -System where the operation or use thereof is contingent upon the executed license agreement until COUNTY has informed CONTRACTOR that COUNTY is willing and able to execute such license agreement. 8.4 YEAR 2000 WARRANTY: Except as provided as to Nortei equipment in Subsection 8.42 below, CONTRACTOR warrants that each item of hardware, Software, and/orfirmware that it sells to COUNTY for use under this Agreement shall be able to accurately store and process date/time data, (including but not limited to, calculating, comparing, interfacing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations when used in accordance with the. items documentation provided by CONTRACTOR, provided that all items (e.g., hardware, Software, firmware) used in combination with other designated items properly exchange data with it. If this Agreement requires that specific products being purchased from CONTRACTOR hereunder are required to perform as a system in accordance with the foregoing warranty, then that warranty 23 umma_oct.98, January 25, 2000 MMEW1111 shall ' apply to all the products as a system. The duration* of this warranty and the remedies available to COUNTY for breach of this warranty -shall be as defined in, and subject to, the terms and limitations of CONTRACTOR's standard commercial warranty or warranties contained in this Agreement; providing that notwithstanding any provision to the contrary in any general warranty provision (s), or in the absence of any such warranty provision(s), the sole remedies available to COUNTY under this warranty shall include repair or replacement using commercially reasonable efforts, at no cost to COUNTY, or refund the purchase price, . at CONTRACTOR's sole discretion, of any of the products whose noncompliance is discovered and made known to CONTRACTOR in writing the later to occur on either. (i) 90 days after acceptance of the items by COUNTY or (ii) December 31, 1999. Nothing in this warranty shall be construed to limit any rights or remedies COUNTY may otherwise have under this Agreement with respect to defects other than Year 2000. performance. This. warranty shall not apply to (i) any Equipment which was not purchased* by, COUNTY directly from CONTRA - CTOR and ' continually maintained by CONTRACTOR; (ii) the failure of any Equipment to comply with the ,applicable manufacturer specifications, if the failure is isolated in product(s) not covered by this warranty; (iii) failure to install the Century Com pliant, Software release or load and hardware, and if any, identified by the manufacturer; (iv) Equipment use not. conforming to the associated documentation; (v) modification of such Equipment by COUNTY or any third party; or failures that result from other items not properly exchanging data with the warranted Equipment. 8.4.1 Year 2000 - Limitation, of Liability:' THE REMEDIES SET FORTH ABOVE ..CONSTITUTE COUNTY'S SOLE AND EXCLUSIVE REMEDIES FOR BREACH OF THIS WARRANTY. SUCH WARRANTY CONSTITUTES THE ONLY WARRANTY AS TO THE SUBJECT MATTER OF THIS SECTION AND IS IN LIEU. OF ALL OTHER WARRANTIES, WRITTEN OR ORAL, STATUTORY, EXPRESSED OR IMPLIED WITH RESPECT TO YEAR 2000 WARRANTY COMPLIANCE. 8.4.2 The Century Compliance Warranty Addendum of Nortel, attached hereto and made a part hereof as Exhibit L shall apply as to the Norte] Equipment set -forth and described in Exhibits A, B and. C aftach6 d to and made a part of said Exhibit L. 8.5 EXCLUSIONS: 8.5.1-.- This Agreement excuses' CONTRACTOR's' performance, and CONTRACTOR shall not be liable for any delay or damage caused in whole or in part: (1) arising from COUNTY or third party negligence, abuse, 24 tsmmmoc .918. January 25, 2000 accident, theft or unexplained loss, power failure, connection to foreign current, fire, Nater, flood, wind, storms, lightning. severe weather, or other acts of God or public enemy, civil disobedience, delay in transportation, failure by suppliers to deliver Equipment, governmental action, acts of third party, labor dispute, shortage of labor or materials, sickness or discovery of asbestos or other hazardous material or substance; (2) by COUNTY's failure to provide a suitable operating environment (including isolated ground, dedicated electronic source, circuit and power, air conditioning. humidity, heat and security) per manufacturer's specifications, failures or changes required and/or resulting from local exchange company, inter -exchange carrier, power companies, signal carriers or other transmission providers, hardware additions that exceed Software capacity, unauthorized attachments or modifications, or improper wiring, grounding, installation, repair or alteration of Equipment by anyone other than CONTRACTOR, Software changes or attempted Software changes in the Equipment by persons unauthorized by CONTRACTOR, or any occurrence beyond the reasonable control of. CONTRACTOR or its subcontractors or suppliers. 8.5.2 COUNTY hereby acknowledges that modifications performed by unauth- orized distributors to modify Equipment or Software will result in denial of Software support services from the manufacturer for the Equipment. COUNTY also acknowledges that any work performed by CONTRACTOR to correct such unauthorized modifications performed will result in additional charges to COUNTY from CONTRACTOR. 8.5.3 COUNTY hereby acknowledges that if maintenance or repair of Equipment is performed by other than CONTRACTOR's personnel, or without CONTRACTOR's, prior approval, and as a result further repair by CONTRACTOR is required to restore the Equipment to good operating condition, such repairs will be made at the materials and labor rates provided in Exhibits B and C - Unit Prices of this Agreement. 8.5.4 Notwithstanding the above, CONTRACTOR hereby acknowledges that COUNTY employees who are properly certified may perform modifications or make repairs to the Equipment without additional, prior approval. CONTRACTOR agrees that should problems occur based upon COUNTY employee's modifications, CONTRACTOR's assigned technicians will assist during regular business hours to correct the problem. COUNTY acknowledges that repair/service/maintenance takes precedence at all times over MAC work. CONTRACTOR shall charge the materials and labor rates provided for in Exhibits B and C of this Agreement for such assistance, should specific Equipment and/or labor, as provided for in this Agreement, be required to correct the problem. 25 tsmma.oct.93, January 25, 2000 890 A � 8.6 LIN11TATION OF11ABIL'ITY: 8.6.1 CONTRACTOR will be liable for physical injuries taindividua!s and damage to tangible, physical property to the extent caused by CONTRACTOR; its' supplier's or subcontractor's negligence which is reported to CONTRACTOR within sixty (60). days of discovery by COUNTY: 8.6.2 COUNTY acknowledges that there is. consideration for the limitation of damages and remedies as follows: (a)' IN NO EVENT; HOWEVER SHALL CONTRACTOR AND. ITS SUPPLIERS OR SUBCONTRACTORS BE LIABLE FOR ANY (i) SPECIAL, INCIDENTAL, EXEMPLARY OR CONSEQUENTIAL DAMAGES, INDIRECT DAMAGES OR PUNITIVE OR OTHER SIMILAR TYPE DAMAGES OR, (ii) COMMERCIAL LOSS OF ANY KIND RESULTING FROM UNAUTHORIZED USE OF THE SYSTEMS OR SUB -SYSTEMS, INCLUDING TOLL FRAUD, .LOSS OF DATA, OR LOSS OF USE, WHETHER BASED UPON BREACH OF WARRANTY, BREACH OF CONTRACT, NEGLIGENCE, STRICT LIABILITY OR TORT OR ANY OTHER LEGAL THEORY, AND WHETHER OR NOT CONTRACTOR OR ITS SUPPLIERS OR ITS SUBCONTRACTORS HAVE BEEN ADVISED OF THE POSSIBILITY OF, SUCH DAMAGE OR LOSS. COUNTY'.S EXCLUSIVE REMEDY FOR ANY BREACH OF ANY WARRANTY, EXPRESSED OR IMPLIED, SHALL BE LIMITED TO REPAIR OR REPLACEMENT OF EQUIPMENT AT CONTRACTOR'S EXPENSE, OR RETURN OF THE DEPRECIATED AMOUNT PAID BASED UPON A SEVEN (7) YEAR STRAIGHT LINE DEPRECIATION IF REPAIR OR REPLACEMENT IS NOT REASONABLY AVAILABLE, AT,CONTRACTOR'S SOLE ELECTION. . (b) This limitation of liability applies with equal force and effect to all subsequent.Services performed or Equipment provided by CONTRACTOR.,: (c) In the event that a court of competent jurisdiction should hold that the foregoing limitation of liabilities. or remedies available, or any portions thereof, are unenforceable for any reason COUNTY expressly agrees that under no circumstances shall the total liability of CONTRACTOR to COUNTY exceed the lesser of one hundred thousand ($100,000,00) or the. value of the Equipment or Services provided by CONTRACTOR pursuant to this. Agreement. , (d) CONTRACTOR and COUNTY each agree to waive all rights to subrogation against the other. 26 tsmrna.oct.99, January 25, 2W 8.6.3 Any actions pursuant to this Agreement must be commenced within one (1) year after the cause of action has accrued. ARTICLE 9 — INDEMNIFICATION and LIABILITY 9.1 INDEMNIFICATION OF COUNTY.- CONTRACTOR OUNTY: CONTRACTOR shall at all times hereafter indemnify, hold harmless and, at the County Attorney's option, defend or pay for an attomey selected by the County Attorney to defend COUNTY, its officers, agents, servants, and employees against any and all claims, losses, liabilities, and expenditures of any kind, including attorney fees, court costs, and expenses, caused by negligent act or omission of CONTRACTOR, its employees, agents, servants, officers, or accruing, resulting from, or related to the subject matter of this Agreement including, without limitation, any and all claims, demands, or causes of action of any nature whatsoever resulting from injuries or damages sustained by any person or property. The provisions of this section shall survive the expiration or earlier termination of this Agreement. To the extent considered necessary by the Contract Administrator and the County Attorney, any sums due CONTRACTOR under this Agreement may be retained by COUNTY until all of COUNTY's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved; and any amount withheld shall not be subject to payment of interest by COUNTY. 9.2 PATENT INDEMNIFICATION: CONTRACTOR shall defend and indemnify COUNTY against any claims or suits brought against COUNTY based upon a claim of infringement of any patent, copyright or other intellectual property right ensuing out of the use of the Systems to the extent described in Exhibit A of any system sold by CONTRACTOR to COUNTY. A condition precedent to CONTRACTOR's obligation stated above shall be that COUNTY shall have fully complied with the requirements of this Agreement with respect to retention of assignment of, and/or sublicense of the right to use the software. CONTRACTOR shall pay costs and damages in any such suit, provided CONTRACTOR is notified promptly in writing of the suit. COUNTY gives CONTRACTOR or its equipment supplier the sole right to defend and settle any suit and COUNTY, at CONTRACTOR's request, is available to cooperate and assist in the defense. This indemnity does not extend to (i) any suit or proceeding which is based upon a patent claim covering any combination of equipment and/or software in which the new Equipment is solely an element and such element does not form a basis for the claim or (ii) any item furnished by COUNTY. Should the System become subject to a claim of infringement, CONTRACTOR may, at its expense or 27 tsmma.oct.98, January 25, 2000 option (i) procure for COUNTY the right to continue uninterrupted, COUNTY's use of the affected Equipment, software, or:Services; or (ii) replace or modify the same so that it becomes non -infringing; or (iii) refund to the COUNTY the depreciated value of the affected items, based on a seven (7) year -straight line depreciation schedule, on the data of any injunction, if applicable, in which case COUNTY shall return the affected items to CONTRACTOR. 9.3 COUNTY LIABILITY: COUNTY is a state agency or political subdivision as defined in Section 768.28, Florida Statutes, and agrees to be fully responsible for acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity nor shall it be construed as consent by a state agency or political subdivision of the State of Florida to be sued by third parties in any manner whether arising out of. this Agreement or any other contract. ARTICLE 10 MAINTENANCE SCHEDULE'OF EQUIPMENT CONTRACTOR and COUNTY hereto, in consideration of the undertakings, covenants and agreements hereinafter put forth, respectively agree as follows. 10.1 SERVICE PLAN: CONTRACTOR agrees to furnish all parts and labor necessary in connection with the maintenance and repair of the Nortei Meridian 1 Switching Systems and related items of Equipment provided by CONTRACTOR, and the associated Sub -Systems to the extent described in Exhibit A, and otherwise set forth in this Agreement. 10.2 SERVICE FEE: COUNTY agrees to pay an annual service fee payable monthly for maintenance as set forth in Exhibit A, Maintenance Schedule of Equipment and Software." There will be an acceptance sign -off by, the Contract Administrator (or his/her designee) for. each monthly payment for the service fee as defined and set forth in Article 5. COUNTY will not pay for scheduled service' which is not provided. If CONTRACTOR fails to provide technical labor and support services as specified in Exhibit A, payments shall be reduced on a pro -rata basis as set forth in accordance with Article 5. Service fees are subject to COUNTY's Prompt Payment Ordinance (Sec. 1-51.6 of the Broward County Code of Ordinances). 28 um=.w.98, January 25, 2000 • 10.3 TERM: ri U The term of this Maintenance Schedule of Equipment shall be coterminous with the term of this Agreement and any renewal terms of this Agreement. 10.4 SCHEDULE: Exhibit A identifies all Equipment at locations to be maintained and Services to be provided under this Agreement. Based upon COUNTY requirements, new Equipment or locations may be added to Exhibit A. As new Equipment items or locations are added to the Maintenance Schedule of Equipment list, the items will automatically become a part of this Agreement upon written mutual agreement of both COUNTY's Contract Administrator and CONTRACTOR. New items added to Exhibit A as described above, will not constitute an amendment to this Agreement. 10.5 ASSIGNED TECHNICIANS: 10.5.1 The assigned technicians (technicians that have completed a manufacturer's training class with a certificate evidencing said fact) shall be trained to operate and maintain the Equipment as set forth on Exhibit A. The technicians shall be available at these locations forty (40) hours per week from 8:00 a.m. to 5:00 p.m. (or as mutually agreed upon by COUNTY and CONTRACTOR) Monday through Friday (excluding Broward County recognized holidays) and as needed to make repairs on major outages. Assigned technicians will report daily to CONTRACTOR and accept orders directly and direction from COUNTY's Project Manager. All CONTRACTOR technicians will adhere to rules and regulations set forth by the agency where the work is being performed or by the Facilities Management Division personnel. CONTRACTOR's technicians will be professional and courteous to the telephone users. The technicians must also be willing to receive orders from COUNWs Project Manager, Contract Administrator, or his/her designee, and the Telecommunication Division staff. COUNTY reserves the right to request that a CONTRACTOR's technician be removed from the premise should these requirements not be met. 10.5.2 At least one (1) standby technician shall be on-call twenty-four (24) hours per day, seven (7) days per week, 365 days per year. 10.5.3 During COUNTY's regular business hours of the forty (40) hour workweek, the assigned technicians shall be available to move, add, change, and reprogram sets, perform Software programming associated with moves, adds, changes, relocations and feature changes of station terminals, station Wire cross -connection changes, as well as other related work as required by 29 tsuma. oct.98, January 25, 2000 00- 890 the Contract Administrator or his/her designee. Assigned technicians shall not be requested to perform engineering systems design functions. It is further agreed that repair/maintenance work shall take precedence over all other work.. Also, the assigned technicians will be available to assist COUNTY Ncrtel Certified technicians for routine troubles; provided, however, that repair and mainterance work shall take precedence over all other =crk. 10.5.4 If repair/maintenance activities armless than but no greater than a forty (40) hour work week, the assigned technicians will perform move, add, change and , reprogram of sets and activities that do not require engineering expertise at no additional charge to COUNTY; provided, however, that repair and maintenance work shall take precedence over all other work. 10.5.5 Costs .for technical labor will be paid by COUNTY at the rates provided in Exhibits B and C - Unit Prices if additional technicians are required to perform installation, moves, changes to Equipment during the regular, .business day. If technicians are required to work after regular business hours (other than for repair of major malfunction), or if such work is routine or special maintenance (including preventative maintenance) the established overtime hourly rate will be applicable as set forth in this Agreement. 10.5.6 During activation of. COUNTY's Emergency Operations Center (CEOC), CONTRACTOR will assign an assigned technician to work at the CEOC., at no charge to COUNTY if during regular business hours (Monday through Friday 8:30 a.m. to 5:00 p.m.), to provide maintenance, installation or programming. If the time exceeds regular business hours, the COUNTY will be charged by CONTRACTOR the appropriate "overtime" hourly rates as indicated in Exhibits B and C. 10.5.7 On a monthly basis, a calendar for the certified assigned technicians will be provided. The calendar shall indicate annual, sick, holiday, training, and any other leaves of absence and shall verify the guaranteed maintenance coverage, as required under this Agreement. It will be the requirement of CONTRACTOR's Project. Manager to deliver this calendar to COUNTY's Project Manager on the last Tuesday of each month for the next month to follow. 10.5.8 COUNTY and CONTRACTOR shall conduct a quarterly port count unless waived by both parties. CONTRACTOR shall have a Nortel qualified sales engineer either remotely verify or visually conduct a port count per quarter per system at each COUNTY location covered under this Agreement. 30 tsmma.oct.93, January 23, 20M 10.6 MAINTENANCE RESPONSIBILITIES.- 10.6.1 ESPONSIBILITIES: 10.6.1 Minor Repair Requirements: CONTRACTOR will begin any repair not defined as a major malfunction as expeditiously as possible, and shall make all commercially reasonable efforts to complete repairs within twenty-four (24) hours from the time COUNTY reported the incident and is documented via CONTRACTOR's tracking processes with the appropriate service ticket number. Repairs may be made by a certified technician either through a premise visit or via electronic access through the use of a remote maintenance terminal. However, in all cases, the repair must be confirmed and status updated by the next COUNTY official business day by notification to COUNTY's Telecommunication Help Desk (954-357-8000). CONTRACTOR shall respond to minor service interruptions within eight (8) business hours with an escalation procedure submitted to address time lapses after eight (8) business hours. In the event CONTRACTOR should fail to respond to more than ten (10) minor outages in more than forty-eight (48) hours over a six (6) consecutive month period, COUNTY shall be entitled to liquidated damages of one hundred dollars ($100.00) per incident from CONTRACTOR beginning with the eleventh (11th) failure, subject to the terms and conditions in this Agreement; provided, however, CONTRACTOR is not responsible in the event COUNTY should not follow CONTRACTOR's tracking processes with the appropriate service ticket number; further provided CONTRACTOR's failures are unrelated to or not caused by an event set forth in Sections 8.5, 17.32 or 17.40. Said liquidated damages shall not exceed five thousand dollars ($5,000.00) during any one calendar year. The parties recognize that the extent and calculation of damages may be difficult to ascertain, therefore, they agree that liquidated damages in the amount stated is reasonable and is in lieu of all other remedies. 10.6.2 Major Repair Requirements: CONTRACTOR must begin remedial maintenance for a major malfunction, which may consist of remote diagnostics during the first 15 - 30 minutes, after repair notification time by COUNTY to CONTRACTOR, via CONTRACTOR's tracking processes with the appropriate service ticket number, however, if not corrected, a technician must be on-site no less than two (2) hours from the repair notification time documented by COUNTY. CONTRACTOR shall start immediately and work continuously until the problem is resolved. CONTRACTOR's technicians will follow CONTRACTOR's Standard Technical Escalation Procedures in order to resolve a major outage as set forth in Exhibit M. CONTRACTOR is 31 tsmma.od.98, January 25, 2000 responsible for providing COUNTY's Contract Administrator with a revised Standard Technical Escalation Procedure to include all appropriate levels of management .with their associated contact numbers at the time this Agreement is executed and anytime thereafter when a change occurs. In the. event CONTRACTOR should fail.to respond to a major outage within bvo (2) hours from the time COUNTY reported the trouble more than b,,vo (2) times within a six (6) consecutive month period, COUNTY shall be, entitled to liquidated damages of five hundred dollars ($500.00) per incident from CONTRACTOR beginning with the third (3rd) failure subject to the terms and conditions of this Agreement; said liquidated damages shall not exceed five thousand dollars ($5,000.00) during anyone (1) calendaryear. In the event CONTRACTOR should fail to repair seventy-five percent (75%) of the reported major outages at the Governmental Center or the Judicial Complex within sixteen. (16) consecutive hours of official notification in accordance with this Agreement, over a six (6) consecutive month period, COUNTY shall be entitled to liquidated damages from CONTRACTOR of five thousand dollars ($5,000.00) per incident, subject to the terms and conditions of this Agreement; said liquidated damages shall not exceed ten thousand dollars ($10,000.00) during any one (1) calendar year. Notwithstanding the above; CONTRACTOR shall not be responsible if COUNTY should not follow CONTRACTOR's tracking processes with the appropriate ,service tickets; further provided CONTRACTOR shall not be responsible if CONTRACTOR's failures are unrelated to or caused by events set forth in Sections 8.5, 17.32 or 17.40. A major repair will be downgraded 'to a minor repair when none of the below listed major outage defined conditions exist. The parties recognize that the extent and calculation of damages maybe difficult to ascertain; therefore, they agree that liquidated damages in the amount -stated is reasonableand is in lieu 'of all other remedies. A major outage is defined as: 1. Central Processing Unit failure if such failure substantially interferes with the normal conduct of COUNTY's business. 2. Inability of 10%. of stations to place or receive outside calls if such failures substantially interfere with the normal conduct of COUNTY's business. Exceptionsto this rule should be escalated to COUNTY's Project Manager and mutually agreed upon. 3.. Failure of 10% or more of the stations in a building, or number of sets, whichever is greater, if such failures substantially interfere with the normal conduct of COUNTY's business. Exceptions to this rule should be escalated to COUNTY's Project Manager and mutually 32 tsmma.=.y8, January 25, 2000 00— S :7 agreed upon. • 4. Failure of 10% or more of the Automated Call Distributor ( ACD) positions if such failures substantially interfere with the normal conduct of COUNTY's business. Exceptions to this rule should be escalated to COUNTY's Project Manager and mutually agreed upon. 5. Failure of any line or station essential for safe operation of the building. No more than ten (10) specific lines or stations, unless otherwise specified in Exhibit H, per building will be identified by COUNTY and mutually agreed upon. Exhibit H identifies these stations by location. 10.6.3 After Hour Coverage Emergency Service and CONTRACTOR's Required Response Specifications: Service for a major malfunction shall be available twenty-four (24) hours a day, seven (7) days a week, 365 days per year. In the event CONTRACTOR does not commence repairs within two (2) hours after notification, COUNTY shall have the right, but not the obligation, at any time thereafter, to notify CONTRACTOR of such nonperformance and, if emergency repairs shall not have commenced within three (3) hours from the time CONTRACTOR's technician arrives on site, then COUNTY shall have the right to call in any qualified and certified service organization to perform the necessary repairs at commercially reasonable time and material rates and CONTRACTOR will be responsible for the payment of such emergency service. 10.6.4 Failure of CONTRACTOR to Provide Technical Coverage: . in the event CONTRACTOR provides less than four (4) of the assigned technicians (technicians that have completed a manufacturer's training class with a certificate evidencing said fact), as agreed by COUNTY, as set forth in Sections 4.2, within one (1) day, to provide Services as set forth in this Agreement, more than five (5) times during a six (6) consecutive month period, COUNTY shall be entitled to liquidated damages of one thousand five hundred dollars ($1,500.00) per occurrence from CONTRACTOR beginning with the sixth (6th) failure, subject to the terms and conditions of this Agreement; provided, however, CONTRACTOR's failures are unrelated to or not caused by an event set forth in Sections 8.5, 17.32 or 17.40. Said liquidated damages shall not exceed fifteen thousand dollars ($15,000.00) during any one (1) calendar year. However, in the event CONTRACTOR provides less than three (3) assigned technicians as agreed by COUNTY, on any given day, to provide Services set forth in this Agreement, COUNTY 33 tsnuna.w.93, January 25, 2MO shail be entitled to liquidated damages of one thousand five hundred dollars (:$1,500.00) per occurrence from CONTRACTOR, subject to the terms and conditions of this Agraement:.provided, however, CONTRACTOR*s failures are unrelated to or not caused by an event set forth in Sections 8.5, 17.32 or 17.40. Said liquidated damages shall not exceed fifteen thousand dollars ($15,000.00) during any one (1) calendar year; however, in the event the amount of liquidated damages incurred exceeds CONTRACTOR's limitation of fifteen thousand dollars ($15,000:00) during any one (1) calendar year, then in that event during the next succeeding year, the maximum amount of :. liquidated damages shall increase to thirty thousand dollars ($30,000.00). The' maximum amount of liquidated damages shall increase in fifteen thousand dollars ($15,000.00) increments in each following year if the amount of liquidated damages incurred exceeds the maximum amount during the current year. The parties recognize that the extent and calculation of damages may be difficult to ascertain, .therefore, they agree that liquidated damages in the amount stated is reasonable and is in lieu of all other remedies: 10.6:5 CONTRACTOR's Responsibility to Inform COUNTY Staff of Repair Status: CONTRACTOR may utilize a single, toll free service dispatch number. The dispatcher shall then contact the authorized service station or certified technician. The service station shall be responsible for repair and return of Equipment and for keeping COUNTY fully informed of progress, whether repairs are made at the service station, factory or other authorized location. CONTRACTOR's service station shall be made available to COUNTY's qualified technicians for technical assistance. 10.6.6 Repair Coverage Requirements During Normal Business Hours: During normal working hours, COUNTY will report all repairs to COUNTY's Telecommunications Help Desk (954-357-8000), where upon COUNTY .reports repairs to CONTRACTOR's repair center securing the correct service ticket number, and CONTRACTOR then contacts the assigned technicians. CONTRACTOR will perform remote diagnostics during the first 15 - 30 minutes report after repair notification report time for a major outage, and if the system(s) cannot be restored, CONTRACTOR will dispatch technicians needed to the site(s) if it's a remote COUNTY location in accordance with this Agreement.'The dispatched technician(s) will be responsible for having, the appropriate repair stock equipment and also for properly returning the Equipment for repairs or replacements. The dispatched technician(s) will be responsible for keeping COUNTY's Help Desk or reporting personnel with a areal -time" status of the repair progress. Should the major outage be 34 tsmma.oct.98, January 25, 2000 related to the local operating company's network, CONTRACTOR's technician(s) W11 act as COUNTY's agent to open a repair ticket with the local exchange company and work on behalf of COUNTY, as commercially reasonable and as necessary, as determined by CQNTRACTOR, to trouble- shoot the problem until the major outage is corrected. 10.6.7 CONTRACTOR's Technical Assistance for COUNTY Personnel: Should a COUNTY qualified technician be involved in a minor or major repair of the Equipment covered under this Agreement, CONTRACTOR's technicians will provide assistance or make the arrangements for COUNTY's technician to speak with CONTRACTOR's technical support center for assistance. If CONTRACTOR is unable to resolve the repair and the manufacturer technical support center must be utilized, COUNTY will then be responsible for the manufacturer rates that may apply. 10.6.8 CONTRACTOR's Requirement to Stock Equipment at COUNTY Site: CONTRACTOR agrees to stock at a COUNTY designated secured and locked area, spare parts and components to ensure prompt repair of the Equipment. The required stocked parts at the designated COUNTY location shall at minimum consist of the following: Quantity Description of Equipment 1 CE Power Supply 1 Ringing Generator card 1 ISDN/PRI card 1 Intergroup switch card 1 Peripheral Signaling card 1 Conf/Tone/Digital card 1 Mass Storage Interface card 1 CMA 1 Clock Controller card 1 MSDL 1 ESDI 2 Superloop Network card 3 Controller 4 card 1 Peripheral Buffer 2 4 Port Analog Line card 2 4 Port SL -1 Line card 1 30V Converter 1 10V Converter 1 Ringing Generator card 35 Nortel Part # NT6D41 AD NT6D42 QPC720F QPC412C QPC43R NT8D17EA QPC584F NTND10AA QPC471 C ,,NT6D80AB QPC513H NT8D04 NT8D01 BC QPC64K QPC60H QPC61 H QPC82 QPC80 QPC187D tsmma.oct.98, January 25, 2000 r 1 Regulator -48 VDC QPC163D 1 Power Monitor card QPC84S 1 T-1 Card (4019) Verilink CSU 1 T-1 Card (4016R) Veri;ink CSU 10 Single line sets 5 SLA sets 2 SLA with display sets 5 M2008 Digital sets NT9K08AA++ 5 M2616 Digital Basic sets NT9K16AA++ 5 M2616 Digital Display sets NT9K16AC++ 1 16 Port Analog Card NT8D09AL 1 16 Port Digital Card NT8D02EB The Contract Administrator reserves the right to request that the stocked parts list be modified, based upon supply and demands to service COUNTY's multiple site locations.. CONTRACTOR shall supply refurbished and remanufactured Equipment if said Equipment is available via CONTRACTOR's general product provider. 10.6.9 Equipment Failure: If any Equipment malfunction is determined by CONTRACTOR to be the fault of any other company, COUNTY will so notify said company and request appropriate repairs and alterations. COUNTY, CONTRACTOR, and the other company, if pertinent, must mutually determine the point of failure and the party responsible for payment: If it is determined that the Equipment malfunction is associated with' CONTRACTOR's installation work or Equipment itself, CONTRACTOR will pay all costs of the service call, subject to Sections 8.5, 17.32 'or 1`7.40. 10.6.10 CONTRACTOR's Responsibility to'Provide COUNTY Status of Reoairs: CONTRACTOR'S technicians shall provide a status of all trouble reports with COUNTY Help Desk or with COUNTY's Telecommunications Division staff person who reported the trouble, as soon -as practical, but no later than the next COUNTY business day. CONTRACTOR's technicians dispatched to COUNTY's remote locations must clear the ticketed trouble before leaving the site. Also, if there are any delays in correcting the outage, CONTRACTOR's technicians must notify the Telecommunications Help Desk CONTRACTOR's technicians are responsible for confirming that the repair has been resolved by either contacting the individual at that location who reported the problem or by physically going to an individual phone to make sure that the repair has been corrected. On a. daily basis, the assigned technicians will .either provide a verbal or written status to the designated Help Desk personnel of all outstanding repair troubles for both minor and major problems. in the event CONTRACTOR should fail to provide more than four (4) daily status reports during any one (1) month as set forth above, COUNTY shall be entitled to liquidated damages at one hundred dollars ($100.00) per day from CONTRACTOR subject to the terms and conditions of this Agreement; provided, however. CONTRACTOR's failures are unrelated to or not caused by an event set forth in Sections 8.5, 17.32 or 17.40. Said liquidated damages shall not exceed one thousand five hundred dollars ($1,500.00) during any one (1) calendar year. The parties recognize that the extent and calculation of damages may be difficult to ascertain, therefore they agree that liquidated damages in the amounts stated is reasonable and is in lieu of all other remedies. Once COUNTY implements the Telephone Management Information System (TMIS), it will be CONTRACTOR's responsibility to update the TMIS system with a real-time status of all minor and major repairs. CONTRACTOR's assigned technicians will be responsible only for the completion of Service Orders and trouble tickets status in this system as agreed to in this Agreement. The information will be automated to include date repair is cleared, trouble found (to include type of Equipment failure or replaced), resolution to correct problem, and technicians name. COUNTY is responsible for providing all computer equipment and training in the utilization of the TMIS to enable CONTRACTOR to perform the required daily activities. 10.6.11 Preventative Maintenance Requirements: CONTRACTOR shall perform daily tests on trunks, T-1 Tie Lines, Foreign Exchange lines, etc., to verify that they are in place and working properly within the Meridian Switching Systems at the Governmental Center/Main Library and Judicial Complex/Main Jail, or other locations that the parties mutually agree to test. The assigned technician will notify COUNTY's Project Manager or designee of status of when trunks, T -1's, Foreign Exchange lines, etc. are not functioning in accordance with the Meridian Switching Systems.. CONTRACTOR shall verify with BellSouth Business Systems the trunk lines which are out -of -service for twenty-four (24) hours or more. COUNTY requests that the assigned technician act as an agent for COUNTY in the reporting of said status of BellSouth Business Systems' trunk lines, if repairs and maintenance of the Meridian Switching Systems have been completed. If the assigned technicians are not available, whereby the outage is related to BellSouth Business Systems lines, and additional technical resources must be delivered, the labor rates charged will 37 tsm=.oct.98, January 25, 2000 be in, accordance with this Agreement. CONTRACTOR \,M11 provide a summary of the operation of trunks, station troubles,, and Meridian Sixitching Sub-SysteMS,"L operations and activities shall be provided to the Contract Administrator or its designee in the form of a Mcnthly Written Nlain.tenance Report, as, requested by COUNT'(.. 10.6.12 Requirements for Monthly Audit Reports, CONTRACTOR shall perform an on-going preventative maintenance plan as described, and by a schedule that is published by Nortel, Inc., practices for Nortei Equipment, and as published by the manufacturer for other 'related or peripheral equipment :covered by this Agreement, asset forth. in Exhibit A. This practice shall include; ' but not be limited to, monthly site and Equipment inspections; battery, power and grounding, and general tests. Findings shall be reported in the form of a mutually agreed to report provided to,th e Contract Administrator. CONTRACTOR shall also be responsible for performing a Nortel technical audit, .'or arranging for ,the appropriate experienced person to be at any location that continuously experiences major outages. This shall include audits of the bonding and grounding of the system and associated protection on thecross-connectframe. 10.6.13 Requirements for Annual inventory Reports: CONTRACTOR shall provide COUNTY, as requested by COUNTY and by, location, on an annual basis, with one (1) copy of an up-to-date Switch Inventory summarizing the hardware and Software of each PBX switch (Exhibit 1). A copy of other records, maintained by CONTRACTOR that define Equipment hardware configuration shall be provided, upon request. Such records may include the correlation- of station, line and attendant console numbers to printed circuit card modules'and their slot location within each PBX switch. .10.6.14. CONTRACTOR's Responsibility to Correct Work Areas as Original Found: Upon completion of any modifications, or repairs, CONTRACTOR shall reconnect any utilities, equipment or appliances removed, by CONTRACTOR .in the course of *work, and replace all furniture, etc. moved by CONTRACTOR for the performance of the work. Debris and rubbish created by CONTRACTOR shall be. removed by CONTRACTOR and the premises left clean. Thiss-includes dust caused by the removal of ceiling tiles. ,CONTRACTOR will be responsible for purchasing and replacing any ceiling tiles that are broken, by their technicians or sub-contractort. 38 isrnma.oct.93, January 25. 2(M 10.7 MOVES, ADDS. or CHANGES (MAC) WORK: 10.7.1 Any modification performed by CONTRACTOR viill require a written service order knovin as a Requisition for Telephone Service, control form 105-22, a.k.a. COMM -22 (Exhibit J-1). In addition to the 105-22, a separate "Authorization to Proceed" form (Exhibit J-2) must accompany the 105-22. This form must be signed by an authorized signer of the requesting agency who must indicate the requesting agency's applicable charge point for billing purposes. CONTRACTOR's technicians are not authorized to perform MAC work unless these forms have been properly submitted to CONTRACTOR. 10.7.2 Once CONTRACTOR is in receipt of the Requisition for Telephone Service and "Authorization to Proceed..." forms, CONTRACTOR shall complete all Service Orders, unless they are beyond the control of CONTRACTOR, in the following time frame: # Days to Complete (includes service order # Sets/Lines Requested processing time, equipment delivery and installations 1 - 5 5 business days 6-10 10 business days 11-15 15 business days 16-20 20 business days Over 20 To be negotiated Should an agency require an exception to this schedule, CONTRACTOR may apply an expediting fee to the Service Order, not to exceed ten percent (10°x6) of the total cost of the Service Order. However, failure on CONTRACTOR's part to meet these time frames more than six (6) times during a six (6) consecutive month period, shall entitle COUNTY to liquidated damages of one hundred dollars ($100.00) per incident from CONTRACTOR beginning with the seventh (7th) failure, subject to the terms and conditions of this Agreement, provided, however, CONTRACTOR's failures are unrelated to or not caused by events set forth in Sections 8.5, 17.32 or 17.40. Said liquidated damages shall not exceed one thousand five hundred dollars ($1,500.00) during any one (1) calendar year. The parties recognize that the extent and calculation of damages may be difficult to ascertain; therefore, they agree that liquidated damages in the amount stated is reasonable and is in lieu of all other remedies. 10.7.3 An exception to Subsection 10.7.1 are the Elected Officials (Property Appraiser, Broward County Sheriff and Supervisor of Elections) who produce either their own purchase order or pay for work by check after the work is completed. In addition to the 105-22 form, the Elected Official agencies 39 tsmma.oct.93, January 25. 2000 MEN= _ ` �' must submit a purchase order before work is authorized fcr CONTRACTOR to perform. The Property Appraiser's office currently is the only ager±cy that pays by a check after Services are rendered. 10.7.4 All MAC ,vcrk must be signed for and accepted by an authorized signer within the agency before it may be submitted to the Telecommunications Division for billing. 10.7.5 Should an exception from this process occur, such as an emergency condition or a high COUNTY official requires telephone service or support, Contract Administrator or his/her designated staff person will authorize CONTRACTOR to perform the work Urithout the appropriate forms. This type of work must be performed by CONTRACTOR's technicians as soon as commercially reasonable once directed by COUNTY staff. 10.7.6 As established in ExhibitB and C, COUNTY's Telecommunications Division's ..designated personnel will apply quotes to the daily Service Order requests. Quoted orders made by COUNTY's Telecommunications Division staff involving multiple telephone sets or cards to be added must be verified by CONTRACTOR to confirm availability within the telephone system. Should Exhibits B and C not reflect special items, a request will be made to CONTRACTOR to provide a written quote. CONTRACTOR shall provide a response to this request within twenty-four (24) hours, unless a site visit is necessary, or if the request is outside scopes of work not allowing for a simple calculation as isdefined within Exhibit B and C, whereby the quote should be returned to the Telecommunications Division within forty-eight (48) hours, or within a commercially reasonable time. Engineering requirements may be necessary for a quotation utilizing site survey information and this may require a longer period of time to return to COUNTY an accurate quotation.. CONTRACTOR requests that. COUNTY appreciate these considerations for any such requests. , 10.8 ACCESS: 10:8.1 COUNTY agrees to permit and arrange full access to the premises necessary for CONTRACTOR's technicians to perform the Services set forth in this Agreement and will make available a reasonable amount of secured space for storage by .CONTRACTOR of repair parts as necessary. 10.8.2. COUNTY represents and warrants that COUNTY's premises and conditions to be encountered by CONTRACTOR at COUNTY's premises shall (i) be in compliance with all applicable federal, state and local laws, rules, and regulations; (ii) be safe and non -hazardous; (iii) not contain, or expose 40 tsmma.oct.93, January 25, 2400 00- 8 9, 0 CONTRACTOR's representatives to hazardous materials or hazardous substances. In the event of a breach of foregoing, CONTRACTOR may immediately suspend work until COUNTY has promptly corrected such conditions at COUNTY's expense. _ 10.9 OFFICE SPACE AND PARKING ARRANGEMENTS: 10.9.1 COUNTY shall furnish CONTRACTOR with office space for the assigned technicians. 10.9.2 COUNTY shall furnish parking permits for CONTRACTOR's assigned technicians for the term of this Agreement. 10.90 ANNUAL REPORT CARD AND REPORTS: 10.10.1 A mutually agreed to Annual Report Card or survey will be developed by COUNTY and CONTRACTOR showing customer evaluation pertaining to CONTRACTOR's annual performance, and it will be provided to the Contract Administrator. 10.10.2 At COUNTY's request, by location, CONTRACTOR will provide an InfoPius Management Services Information Security Control Sourcebook, or equivalent report for each Nortel Meridian Option 11 - 81 system at no charge. Additional InfoPlus Management Services Security Sourcebook will be at the them current applicable charge. 10.10.3 At COUNTY's request, by location, CONTRACTOR will provide a check- list of toll fraud security measurements that have been taken to safe -guard COUNTY's telephone systems from toll hackers. 10.11 FUTURE MAINTENANCE PROVISION: CONTRACTOR WIi consider maintenance coverage forfuture new installations, not provided by CONTRACTOR under this Agreement, or for systems that COUNTY acquires due to reassignment of government responsibility to support an entity or other government agency. 10.12 VOICE AND DATA CABLING REQUIREMENTS: 10.12.1 Precautions shall be exercised at all times for the protection of persons (including employees) and property. Barricades shall be provided by CONTRACTOR when work is performed in areas traveled by persons, or when deemed necessary by COUNTY's Project Manager. 41 Lsmma.oct98, January 25, 2000 C 1-1 10. 12.2 When avaiiabie, floor plans and specifications vAnll be provided by COUNTY to CONTRACTOR. CONTRACTOR is required to examine carefully any specifications, floor plans or drawings so as to familiarize themselves with the conditions and requirements that may in any way affect the work to be performed. 10.12.3 CONTRACTOR will ensure that cables and installed Equipment conform. to the manufacturer's published specifications, and will endeavor to not disrupt services within telecommunication spaces, cable plant.. main distribution frames and, intermediatedistribution frames.. 10.12.4 CONTRACTOR will ensure that cables not in conduit shall meet fire codes and shall be neatly run and have proper mechanical support and protection. Placing cables on suspended ceiling. supports and tiles shall not be acceptable. The cable shall be suspended from the flooring/ceiling by loop or bridle rings, or equivalent, where cable trays or conduits are not provided. 10.12.5 CONTRACTOR will ensure that cables are stretched, and wrinkles, twists and kinks are removed. Cables shall be mounted and supported at even intervals for security and aesthetics with hardware appropriate for the type and size of cable provided and installed. 10.12.6 CONTRACTOR will ensure that all Category 5 cables installed shall be labeled, certified, tested and documented.,. Certification shall include compliance with the appropriate standard for the type of cable installed for: attenuation, resistance, wire map, cross talk and test pairs. . 10.12.7 Where conduit or other ' acceptable means of installing cable are not available, CONTRACTOR shall install surface mounted raceway molding Where required. Raceways should be UL -rated, and have positive latch, or snap design types. Raceway molding must be approved for use in plenum space, in addition to, but; not limited to, meeting the requirements of the South Florida Building Code and any other applicable requirements. 10. 12.8 Station cables shalt be terminated by CONTRACTOR on Category 3 and 5 modular jacks that are mounted on modular frame jack face plates. There may, on occasion, be a request for 6306-4 type jacks with mounting studs. Terminations on these jacks are to be per USOC-4 standard with the first two (2) pairs terminated and the two (2) remaining pairs coiled and stored in jack housing. 42 tsmma.oct.98, January 25, 2000 00 .890 11.2 • 0 10. 12.9 CONTRACTOR will use care in preserving the well being of all landscaping when performing Direct Burial Cable installations. CONTRACTOR is to complete all restoration of surfaces that are affected. Actual cost of labor, materials, Equipment and permits for restoring surfaces and re -Landscaping vAll be invoiced as a pass through" item, and CONTRACTOR shall provide documentation to substantiate the actual costs. ARTICLE 11 TRAINING REQUIREMENTS CUSTOMER SERVICE REPRESENTATIVE TRAINING OF USERS: 11.1.1 CONTRACTOR will provide on-site Customer Service Representative (CSR) support on an as needed basis upon five (5) business days prior written notice. Training may be related to voice mail, automated call distributor (ACD), Meridian MAX, and all other instructions that the telephone users may need during the term of this Agreement for Systems and Sub -Systems set forth in Exhibits A and B. COUNTY will pay CONTRACTOR based upon this Agreement's hourly rates for the CSR's time, as set forth in this Agreement. 11. 1.2 If, during the term of this Agreement, major outages cause loss of program- ming, such as voice mail personal greetings, CONTRACTOR will provide staff instructions, at no charge to COUNTY, on how to use the specific service. COUNTY STAFF TRAINING: 11.2.1 CONTRACTOR will provide two (2) Nortel certified courses per year, for a total of ten (10) classes for the term of this Agreement of technical training to COUNTY technical personnel. In addition to these classes, CONTRACTOR will commit eighty (80) hours of on-site instructor training per year with CONTRACTOR's preference that the training is taken in one (1) week or longer intervals of time. This training is non -cumulative and will not be carried over at the end of each calendar year. 11.2.2 The technical training will be held at CONTRACTOR's training center, if certified in the Nortel products, or any other recognized training facility for these products. 11.2.3 COUNTY will pay for travel, food, and lodging in connection with training of COUNTY technical personnel. 43 tsmma.oa.93, January 25, 2000 �` 8190 MU • 11.3 ON-SITE TECHNICAL TRAINING: 11.3.1 In lieu of training at a -distant site, CONTRACTOR may provide on-site technical training courses for COUNTY's technical personnel. CONTRACTOR requests a minimum of forty-five (45) days notice to arrange for training at.000NTY's'premises. 11.3:2 COUNTY will pay for CONTRACTOR's instructor's air -fare, lodging and meals during the training session, in.accordance with Section 112,061, of the Florida Statutes. . ARTICLE 12 COUNTY CONTRACT ADMINISTRATOR AND PROJECT MANAGER The Director of COUNTY's Safety and Emergency Services Department, Telecommunications Division, shall be designated as the Contract Administrator and shall appoint the Communication Systems Manager as the Project Manager of this Agreement. COUNTY's Communication, Systems Manager is hereby designated to represent the Contract Administrator for all Project activities and shall be responsible for the review and evaluation of CONTRACTOR's performance and the coordination with COUNTY personnel, equipment and facilities in connection -with the performance of work under this Agreement. Any notices, communications or writing which may be required under this Agreement to be given .to COUNTY shall be considered received by COUNTY when delivered to' the Communication Systems Manager. ARTICLE 13 INSURANCE 13.'1 In order to insure the indemnification obligation contained above, CONTRACTOR shall, at a minimum, provide, pay for, and maintain in force at all times during the term of this Agreement (unless. otherwise provided), the insurance coverages set forth in Sections 13.3, 13.4, and 13.5, in `accordance with the terms and conditions required by this Article. Each insurance policy shall clearly identify the foregoing indemnification as insured to the extent coverage is afforded under the policy. 13.2 Such policy or policies shall be without any deductible amount and shall be issued by approved companies authorized to do business in the State of Florida, and having agents upon whom service of process may be made in Broward County, Florida. CONTRACTOR shall specifically protect COUNTY and the Broward County Board of County Commissioners by naming COUNTY and the Broward 44 tsmma.oa-98, January 25, 20M • County Board of County Commissioners as additional insured under the Comprehensive General Liability Insurance policy only. 13.3 Comprehensive General Liability Insurance: A Comprehensive General Liability Insurance Policy shall be provided which shall contain minimum limits of Five Hundred Thousand Dollars ($500,000.00) per occurrence combined single limit for bodily injury liability and property damage liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: Premises and/or operations. Independent Contractors. Products and/or Completed Operations for contracts. Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification Agreement. Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury and Property Damage Liability. 13.4 Business Automobile Liability: Business Automobile Liability with minimum limits of Three Hundred Thousand Dollars ($300,000.00) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include Owned Vehicle. Hired and Non -Owned. Vehicles. 13.5 Workers' Compensation Insurance: Workers' Compensation Insurance to apply for all employees in compliance with the "Workers' Compensation Law' of the State of Florida and all applicable federal laws. In addition, the policy(ies) must include: 45 tsmma.oct.93, January 25, 2000 Employer's Liability.%,vith a limit of One Hundred Thousand Dollars ($100,000.00) for each accident: If any operatio`ris are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen & Harbor Workers Act and ,)ones Act. 13.6 CONTRACTOR shall furnish -to Contract Administrator Certificates of Insurance evidencing the insurance coverages specified by this Article prior to beginning performance of work under this Agreement. 13.7 Coverage is not to cease and is to remain in force (subject to cancellation notice) until all performance required of CONTRACTOR is completed. If any of the insurance coverages will expire prior to, the completion of the work, copies of renewal policies shall be furnished at least thirty (30) days prior to the date of their expiration. COUNTY shall be given at least thirty (30) days notice of cancellation and/or restrictions materially affecting the insurance as required under this Agreement. ARTICLE 14 PERFORMANCE AND LIQUIDATED DAMAGES Performance related liquidated damages that CONTRACTOR will be held responsible for during the term of this Agreement are summarized as follows: 46 tsmnia.oct..9S, January 25, 2000 0.0"" 0190 Performance Measurement Related Section /Subsection Number Liquidated Damages ` Summary 1 Failure of Contractor to submit an Section 5.8 $100.00 per incident accurate monthly statement after six not to exceed (6) consecutive months starting three $5,000.00 in a calendar (3) months after execution of year Agreement. 2 Failure of Contractor to provide four . Subsection 10.6.4 $1,500.00 per incident, (4) assigned technicians or exceeds not to exceed $15,000 the maximum liquidated, damage in first calendar year amounts in any one calendar year. and an increase of $15,000 increments each year thereafter if the maximum. amount in the current year is exceeded. 46 tsmnia.oct..9S, January 25, 2000 0.0"" 0190 3 Failure of Contractor to respond to a Subsection ', 0.6.1 (1) $140.00 per minor outage. incident, not to exceed $5,000 in a calendar year. 4 Failure of Contractor (1) to respond to Subsection 10.6.2 (1) $500.00 per a major outage more than two (2) incident, not to exceed times in a consecutive six (6) month $5,000 in a calendar period, and (2) if 75% of the major year outages at the Governmental Center (2) $5,000.00 per or Judicial Complex are not corrected incident, not to exceed within sixteen (16) hours during a $10,000 in a calendar consecutive six (6) month period. year. 5 Contractor technicians fail to provide Subsection 10.6.10 $100 per day, not to status of repairs. exceed $1,500 in a calendar year 6 Contractor fails to complete Move, Subsection 10.7.2' $100 per incident, not Add, Change (MAC). to exceed $1,500- in a calendar year ARTICLE 15 TERMINATION 15.1 This Agreement may be terminated (a) for cause for a breach of a material condition pursuant to this Agreement by action of the Board or by CONTRACTOR if the party in breach has not corrected the breach within sixty (60) days after written notice from the aggrieved party identifying the breach, except that CONTRACTOR shall be allowed a reasonable time to correct breaches related to Software where COUNTY determines that the breach does not result in an inability to effectively use the Software in COUNTY's business or governmental operations or (b) for convenience by action of the Board upon not less than one hundred twenty (120) days written notice by the Contract Administrator. This Agreement may also be terminated by the Contract Administrator upon such notice as the Contract Administrator deems appropriate that termination is necessary to protect the public health, safety, or welfare. 15.2 Termination of this Agreement for cause shall include, but not be limited to, failure to suitably perform the work in accordance with this Agreement, failure to continuously perform the work in a manner calculated to meet or accomplish the objectives of COUNTY as set forth in this Agreement, or multiple breach of the same provisions of this Agreement, that are excessive, notwithstanding whether any such breaches were previously waived or cured. 47 tsmma.oct.98, January 25, 2000 00- 890 i 15.3 Notice.of termination shall be provided in accordance With the °NOTICES" section of this Agreement except that notice of termination by Contract Administrator which Contract. Administrator deems necessaryto protect the public health, safety, or welfare may be verbal notice which shall be promptly- confirmed in writing in accordance with the "NOTICES" section of 1his Agreement. 15.4 In the event this Agreement is terminated for convenience, CONTRACTOR shall be paid by COUNTY termination charges as set forth in Subsection 15.4..1 and for any Services performed as of the date this Agreement is terminated, including all costs incurred by CONTRACTOR pursuant to this Agreement, however, upon being notified of COUNTY's election to terminate,' CONTRACTOR shall refrain from performing further Services or incurring additional expenses under the terms of this Agreement. CONTRACTOR acknowledges and agrees that this compensation to be paid -. by COUNTY, the adequacy of which is hereby acknowledged by CONTRACTOR, is given as specific consideration to CONTRACTOR for. COUNTY's right to terminate.this Agreement for convenience. 15.5 15.4.1. Termination. Charges for Convenience: After 12 Months: $982,167.00 After 24 Months: $875,088.00 After 36 Months: $583,392.00 After 48 Months: $291,696.00 After 60, Months: Contract Complete. In the event this Agreement is terminated, any compensation payable by COUNTY shall be withheld until all documents, if requestedpursuant to an ongoing audit by COUNTY, are provided to COUNTY pursuant to, Section 17.2. 1:5.6 Remedies: 15.6,.1 In the event of termination for cause of this Agreement by COUNTY pursuant to Section 15.1, above, COUNTY may, without being required to elect remedies: 1. Take any other action available to COUNTY, whether at law or in equity, including proceedings for damages, for recovery of monies paid and/or for specific performance; provided, however, that the above remedies are cumulative and COUNTY acknowledges that it cannot demand or collect any remedies beyond the. amount of its damages hereunder. 2. Upon termination of this Agreement pursuant to the above and upon 43 tsmma. oa.98, January 25, 2000 fulfillment of the remedies available to COUNTY under this Section, CONTRACTOR shall be entitled to recover, at its expense, any items delivered to COUNTY prior to the termination, and COUNTY agrees to turn such items over to CONTRACTOR subject to any restrictions upon COUNTY by reason of any liens, orders or legal restrictions pending against the property. 15.6.2 In the event termination for cause of this Agreement by CONTRACTOR pursuant to Section 15.1, above, CONTRACTOR may: 1. Take any other action available to CONTRACTOR, whether at law or in equity, including proceedings for damages, for recovery of monies paid and/or for specific performance. 2. Upon termination of this Agreement pursuant to the above and upon fulfillment of the remedies available to CONTRACTOR under this Section, COUNTY shall be entitled to recover, at its expense, any items of COUNTY owned equipment delivered to CONTRACTOR prior to the termination, and CONTRACTOR agrees to turn such Equipment over to COUNTY subject to any restrictions upon CONTRACTOR by reason of any restrictions upon CONTRACTOR by reason of any liens, orders or legal restrictions pending against the property. 15.7 Termination with Cause: COUNTY may terminate this Agreement with CONTRACTOR should CONTRACTOR not perform to the obligations set forth, within this Agreement in accordance with Section 15.1. COUNTYreserves the right to terminate this Agreement should liquidated damages paid by CONTRACTOR exceed fifty thousand dollars ($50,000.00) during any six (6) month consecutive period and CONTRACTOR fails to meet five (5) of the six (6) performance criteria categories set forth in Article .14 and in which liquidated damages are paid over a six (6) month consecutive period. ARTICLE 16 RESOLUTION OF DISPUTES 16.1 To provide a means of resolving disputes, and lessening the likelihood of litigation, it is agreed by the parties hereto that all questions, claims, difficulties and disputes of whatever nature which may arise relative to the provisions of this Agreement will 49 tsmma.oct.98, January 25, 2000 k 00— 890 first be submitted in wCOUNTY'S Contract to COUNTY'Contract Administrator and the designated representative of CONTRACTOR who will meet and confer in good faith in an effort to resolve the matter. Such claims, questions, difficulties and disputes shall be submitted to the referenced individuals in writing within ten (10) COUNTY work days after the issues arises. in the. event the individuals are unable to satisfactorily resolve the issues, the matter shall be presented to the COUNTY's Selection/Negotiation Committee established for this project as soon as practicable. The Committee's decision shall be in good faith and the chair of the committee shall render a decision within fifteen (15) work days, and if not agreeable to CONTRACTOR, the issue shall be presented for mediation, each party to pay its costs. The mediator shall be mutually agreed upon by the parties. Notwithstanding this section, the parties shall retain all their legal rights and remedies provided in law or equity. 16.2 During the pendency.of any genuine dispute arising pursuant to this Agreement, and after a determination thereof, CONTRACTOR and COUNTY shall act in good faith to reasonably mitigate any potential damages or delays in the. Project referenced in this Agreement. ARTICLE 17 MISCELLANEOUS 17.1 OWNERSHIP OF DOCUMENTS: Any and all reports, photographs, surveys, provided or created in connection with this Agreement are and shall remain the property of COUNTY. In the event of termination of this Agreement, any reports; -such as traffic, inventory, switch audit, service and or MAC logs and photographs, surveys, prepared by CONTRACTOR, whether finished or unfinished, shall. become the property of COUNTY and CONTRACTOR. 17.2 AUDIT RIGHT AND RETENTION OF RECORDS: COUNTY shall have the right to audit the books, records, and accounts of CONTRACTOR that are related to this Project. CONTRACTOR shall keep such books, records, and accounts as may be necessary in order to record complete and correct entries related to the Project. CONTRACTOR ' shall preserve and make available, at reasonable times for ,examination and audit by,COUNTY, all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for the required retention period of the Florida Public Records Act (Chapter 119, Fla. Stat.), 50 tsmnza.W 98; January 25, 2000 if applicable, or if the Florida Public Records Act is not applicable, for a minimum pericd of three (3) years after termination of this Agreement. If any audit has been initiated and audit findings have not been resolved at the and of the retention period or three (3) years, whichever is longer, the books, records, and accounts shall be retained until resolution of the audit findings. If the Florida Public Records Act is determined by COUNTY to be applicable to CONTRACTOR's records, CONTRACTOR shall comply with all requirements thereof; however, no confidentiality or non -disclosure requirement of either federal or state law shall be violated by CONTRACTOR. Any incomplete or incorrect entry in such books, records, and accounts shall be a basis for COUNTY's disallowance and recovery of any payment upon such entry. 17.3 SITE CONDITIONS: CONTRACTOR has informed itself of the construction and labor conditions under which the work is to be performed and has inspected the sites and has read and is reasonably familiar with this Agreement and its _exhibits, the documentation and pians provided by COUNTY prior to the execution of this Agreement for the buildings in which the work is to be performed. Failure to have read and become familiar with said documents, plans and specifications shall not relieve CONTRACTOR of its obligations to furnish all necessary Equipment and labor necessary to carry out CONTRACTOR's obligations under this Agreement and to complete the work for the consideration set forth herein. This Agreement does not include work with, or in any area containing, any asbestos or other hazardous substances. CONTRACTOR shall at all times make commercially reasonable effort to conduct its work so as to insure the least possible obstruction to COUNTY and the least inconvenience to the vicinity of the work site. 17.4 COORDINATION: _ CONTRACTOR shall fully cooperate and coordinate the installation of all Systems, Sub -Systems, and Equipment with any other contractor that is under contract with COUNTY and with COUNTY personnel for work related to, but not included in, this Agreement. CONTRACTOR shall not modify the work of any other contractor or COUNTY staff without the expressed, written consent of COUNTY's Project Manager. Any delays to CONTRACTOR's ability to perform work which are due to coordination and cooperation with other contractors or COUNTY personnel shall be subject to the Force Majeure provision of this Agreement. 51 tsmw.oa.93, January 25, 2000 00- 890 17.5 NON DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY AND AMERICANS WITH DISABILITIES ACT: CONTRACTOR shaii not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by COUNTY, including Titles I and 11 of the. ADA (regarding nondiscrimination on the .basis of disability), and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, termination, rates of pay, other forms of compensation, terms and conditions of employment, training (including apprenticeship), and accessibility. CONTRACTOR's decisions regarding the delivery of Services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation (Broward County Code, Chapter 16'/) , national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. CONTRACTOR shall not engage in or commit.any discriminatory practice in violation of the Broward County Human Rights Act (Broward County Code, Chapter, 16 Y2) in performing any Services pursuant to this Agreement. 17.6 SUBCONTRACTORS: 17.6.1 CONTRACTOR shall provide COUNTY with a list of subcontractors. to the event that CONTRACTOR, during the course of the work under this Agreement, requires the services of any subcontractors other than those listed, CONTRACTOR must secure the prior written approval of COUNTY's Project Manager, which approval shall not be arbitrarily or unreasonably withheld or delayed. All subcontractors, shall be licensed, if necessary, to conduct business in Broward County .and the State of Florida. COUNTY reserves the right to disapprove with reasonable cause any subcontractor or its employees. 17.6.2 CONTRACTOR agrees that it is fully responsible to COUNTY for the acts and omissions of its subcontractors on. the same basis as it is for the acts and omissions of persons directly employed by CONTRACTOR. Nothing contained in this Agreement shall. create any contractual relationship bebNeen any subcontractor and COUNTY, nor any obligation on the part of COUNTY to pay any sums to any subcontractor. 52 tsmmaxa.98, January 25, 2000 00- 890 17.7 ASSIGNMENT AND PERFORMANCE: Neither this Agreement nor any interest herein shall be assigned, transferred, or encumbered by either party without prior written consent of the other party and said consent shall not be unreasonably vAthheld. CONTRACTOR may assign this Agreement to an affiliate or related company of CONTRACTOR existing at the time of execution of.this Agreement without COUNTY's consent. CONTRACTOR represents that all persons delivering the Services required by this Agreement have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and Services set forth in the Scope of Services and to provide and perform such Services to COUNTY's satisfaction for the agreed compensation. CONTRACTOR shall perform its duties, obligations, and Services under this Agreement in a skillful and respectable manner. The quality of CONTRACTOR's performance and all interim and final product(s) provided to or on behalf of COUNTY shall function in all material respects in accordance with manufacturer's published specifications, as set forth in this Agreement and is consistent with industry standards. 17.8 REPRESENTATION of COUNTY and CONTRACTOR: 17.8.1 It is recognized that questions in the day-to-day conduct of the project will arise. COUNTY's Contract Administrator upon request by CONTRACTOR shall designate in writing and shall advise CONTRACTOR in writing, of one (1) or more COUNTY employees to whom all communications pertaining to the day -today conduct of the project shall be addressed. 17.8.2 CONTRACTOR shall inform the Contract Administrator in writing of the representatives of CONTRACTOR to whom matters involving the conduct of the project shall be addressed. In addition, CONTRACTOR shall provide a list to COUNTY of all staff members who will be working on the project and their respective areas of responsibility. COUNTY shall have the opportunity to review the list and request changes of personnel based upon their stated qualifications or past interactions with the COUNTY. CONTRACTOR shall provide updated lists as necessary. 17.9 PRIOR AGREEMENTS: The parties agree that there are not commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or 53 ' tsmma.oct.98, Januay 25, 2000 vvritten. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 17.13 below. 17.10 INCORPORATION BY REFERENCE: The truth and accuracy of each "Whereas' clause set forth above is acknowledged by the parties. The attached Exhibits A, B, C, D, E, F, G, H, I, J-1, J-2, K, L and M ars incorporated into and. made a part of this Agreement. 17.11 MULTIPLE ORIGINALS: This Agreement may be fully executed in four (4) copies by all parties, each of which, bearing original signatures, shall have the force and effect of an original document. 17.12 APPLICABLE LAW and VENUE: . This Agreement shall be interpreted and construed in accordance with and governed by the lags of the State of Florida. Venue for litigation concerning this, Agreement shall be in Broward County, Florida. 17.13 AMENDMENTS: No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Agreement and executed by the Board and CONTRACTOR. 17.14 NOTICES: Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-deliverywith a request for written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remainthe same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: El FOR COUNTY: v Director, Telecommunications Division Broward County Safety and Emergency Services Department 115 South Andrews Avenue, Suite 325 Fort Lauderda!e, FL 33301 Fax: (954) 357-8518 FOR CONTRACTOR: BellSouth Communication Systems, Inc. Senior Account Manager for Broward County Government 6451 North Federal Highway, Suite 1220 Fort Lauderdale, FL 33308 Fax: (954) 351-3989 17.15 WAIVER OF BREACH: Either parties' failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 17.16 PUBLIC ENTITY CRIME STATEMENT: CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes) which essentially provides that a person or affiliate who is a contractor, consultant or other provider and who has been placed on convicted vendor list following a conviction for a Public Entity Crime may not submit a bid on a contract to provide any goods or Services to COUNTY, may not submit a bid on a contract with COUNTY for the construction or repair of a public building or public work, may not submit bids on leases of real property to COUNTY, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with COUNTY, and may not transact any business with COUNTY in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from COUNTY's competitive procurement activities. In addition to the foregoing, CONTRACTOR further represents that there has been no determination, based on an audit, that it committed an act defined by Section 55 is.-nma.oci.98,uan' 25, 2000 �. sno • • 287.133, Florida Statutes, as a "public entity crime' and that it has not been formally charged with committing an act defined as "public entity crime" regardless of the amount of money involved or whether CONTRACTOR has beer; placed on the convicted vendor list. — 17.17 INDEPENDENT CONTRACTOR: CONTRACTOR is an independent contractor under this Agreement. Services provided by CONTRACTOR pursuant to this Agreement shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR nor its agents shall act as officers, employees, or agents of COUNTY. This Agreement shall not constitute or make the parties, a partnership or joint venture. 17.18 PREVAILING WAGE REQUIREMENT: If construction work in excess of Two Hundred Fifty Thousand Dollars ($250,000.00) is required of, or undertaken by, CONTRACTOR as a result of this Agreement, Broward County Ordinance No 83-72, as may be amended from time to time, shall be' deemed to apply to such construction work; and further CONTRACTOR shall fully comply with the requirements of such ordinance and shall satisfy, comply with, and complete the requirements set forth in Exhibits F and G. 17.19 THIRD PARTY BENEFICIARIES: Neither CONTRACTOR nor COUNTY -intend to directly or substantially benefit a third party by this Agreement.Therefore, the parties agree that there are no third party beneficiaries to this Agreement andthat no third party shall be entitled to assert a claim against either of them based upon this Agreement. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third party or entity under this Agreement. 17.20 CONTINGENCY FEE: CONTRACTOR warrants that is has not employed or retained any company or person, other than a bona fide employee working solely for CONTRACTOR, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award of making of this Agreement. For a breach or violation of this provision, COUNTY shall have the right to terminate this Agreement without liability at its discretion, or to deduct from this Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 55 tsmma.oct.93, January 25, 2000 �-- SAO • 17.21 JOINT PREPARATION: • The parties acknowledge that they have sought and received wbatever competent advice and counsel as was necessary for therm to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been their joint effort. The language agreed to expresses their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 17.22 COMPLIANCE WITH LAWS: CONTRACTOR shall comply with all federal, state, and local laws, codes, ordinances, rules and regulations in performing its duties, responsibilities and obligations pursuant to this Agreement. 17.23 SEVERANCE: In the event a material condition in this Agreement is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless COUNTY or CONTRACTOR elects to terminate this Agreement. The election to terminate this Agreement based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 17.24 PRIORITY OF PROVISIONS: If there is a conflict or inconsistency between any term, or provision of any exhibit attached hereto, and a term or provision of Articles 1 through 17, the term or provision contained in Articles 1 through 17 of this Agreement shall control and be given effect. 17.25 OPTION FOR ADDITIONAL ENGINEERING SERVICES: CONTRACTOR agrees to provide COUNTY with consulting services on an as - requested and mutually agreed to basis. The cost of this service is identified in Exhibits B and C. 17.26 APPLICABILITY TO PARTICIPATING GOVERNMENT AGENCIES: CONTRACTOR agrees that the rates set forth in Exhibits B and C shall be offered to any local or state governmental agency or entity wishing to participate, excluding the federal government. Such agency or entity may, at its option, procure the same rates for Equipment of CONTRACTOR by entering into a separate agreement negotiated by the parties setting forth the same rates as set forth in Exhibits B and C. 57 tsmma.w.98, Jannau 25, 2000 17.27 DRUG-FREE WORKPLACE CERTIFICATION: It is a requirement of COUNTY that it enter into agreements only with firms that certify the establishment of a drug-free work place in accordance with Chapter 21.31(a) of the Broward County Procurement Code. Executive of this Agreement by CONTRACTOR shall serve as CONTRACTOR's required certification that it either has or that it will establish a drug-free work place in accordance with Chapter 21.31(a) of the Broward County Procurement Code. 17.28 NON -COLLUSION CLAUSE: By signing this Agreement, CONTRACTOR certifies that this Agreement is made independently and free from collusion. .CONTRACTOR shall disclose to the best of its knowledge, any COUNTY officer or employee, or any relative of any such officer or employee as defined in Section 112.3155(1)(c), Florida Statutes (1989), who is an officer or director of, or has a material interest in, CONTRACTOR's business, who is in a position to influence this procurement. ,Any COUNTY officer or employee who has any input or any other activity pertinent to this, procurement. is presumed for purposes hereof, to be in.a position to influence this procurement. For purposes hereof, a person has a material interest if he or she directly or indirectly owns more than five percent (5%) of the total assets or capital stock of, any business entity,, or if he or she otherwise stands to personally gain if this Agreement is awarded to CONTRACTOR. Failure of CONTRACTOR to disclose any relationship described herein shall be reason for termination of this Agreement and debarment in accordance with the provisions of the Broward County Procurement Code. 17.29 PERMITS AND LICENSES: CONTRACTOR shall be responsible for obtaining all, necessary permits and licenses required for installation and operation of the Equipment. CONTRACTOR shall cooperate and comply with any inspections required by, city, COUNTY, and state codes and ordinances. 17.30 RISK OF LOSS: Risk of Loss for Equipment shall pass to COUNTY upon the happening of the following: All risk -of loss or damage shall pass to COUNTY as to each item of Equipment on the date of delivery to the mutually agreed COUNTY designated site. Either party shall be liable for loss or damage to Equipment caused by negligence 58 tsmma.oci.98, January 23, 2000 of its officers, employees, agents or subcontractors. 17.31 TITLE.- Title ITLE: Title to Equipment shall pass to COUNTY upon payment in full to CONTRACTOR of the total price for Equipment/Service in the applicable Service Order. 17.32 FORCE MAJEURE: If the performance of this Agreement, or any obligation contained in it, is prevented, restricted or interfered with by reason of any of the following.- 17.32.1 ollowing: 17.32.1 Delay caused by the acts or omissions of the other party; 17.32.2 Fire, explosion, breakdown of plant, epidemic, hailstorm, hurricane, tornado, cyclone, flood, power failure, lightning, water, or other acts of God; 17.32.3 War, revolution, civil commotion, acts of public enemies, blockage, or embargo; or 17.32.4 Delay caused beyond the reasonable control of the affected party; Then the party affected, upon giving prompt notice to the other party, shall be excused from such affected performance on a day -today basis to the extent of such prevention, restriction or interference (and the other party shall likewise be excused from performance of its obligations on a day -today basis to the extent such party's obligations relate to the performance so prevented, restricted or interfered with); provided that the party so affected shall use its commercially reasonable efforts to avoid or remove such causes of non-performance and both parties shall perform promptly whenever such causes are removed or ceased. 17.33 TAXES: CONTRACTOR acknowledges that COUNTY is a tax exempt entity, and COUNTY agrees to provide CONTRACTOR with written proof of such status upon request. 17.34 DEFAULT BY COUNTY: Upon any default by COUNTY under this Agreement, including the refusal to accept Equipment which meets the standards for Acceptance set forth in this Agreement, CONTRACTOR may exercise all remedies to which CONTRACTOR may be entitled to in law or in equity, including specific performance. Additionally, CONTRACTOR may declare all sums due or to become due hereunder and COUNTY, following a receipt of a proper invoice, as defined in COUNTY's Prompt Payment Ordinance, 59 tsmma.oct.98, January 25, 2000 ��� 890 Section 1-51.6, Broward County Code of Ordinances, will make' -payment to CONTRACTOR in accordance with said Ordinance, including payment of interest as established in the Ordinance for any late payments to CONTRACTOR: CONTRACTOR shall not be obligated to perform Sen;ioes hereunder'if COUNTY is in default of any of its obligations under this Agreement for any Order,.following written notice to COUNTY identifying the breach and giving COUNTY sixty (60) days opportunity to cure said breach. If COUNTY does not, curesaid breach within the timeframe identified herein, CONTRACTOR may suspend or cancel any outstanding, unfulfilled Orders without in any way affecting its rights under this. Agreement. .If CONTRACTOR elects to continue performing under any Order, CONTRACTOR's actions shall not constitute a waiver of any default by COUNTY. 17.35 PRICES: The total price for the Equipment and/or Services shall be stated in the applicable. Order. The Total Equipment price for Equipment includes standard shipping charges, as applicable. Expedited Service requested by COUNTY may involve' additional charges as set forth in Exhibits B and C. 17.36 WARRANTIES: . (a) CONTRACTOR warrants that at Acceptance, and for the duration of the.. warranty period referred to in Subsection 7.7.1 above, each item of Equipment will function in all material respects in accordance with the manufacturer's published specifications, provided it is not damaged as set forth in Section 17.40 and is used according to standard operating instructions issued by the manufacturer or CONTRACTOR. In addition, the warranty period of Equipment moves, additions and changes (MAC) small be as set forth in Subsection 7.7.2 above. The parties may agree in writing that the warranty periods as to particular items. of Equipment and/or for MAC work may be greater or less than as provided for above. (b) IF AGREED TO BY COUNTY IN WRITING, CERTAIN MISCELLANEOUS, EQUIPMENT _MAY BE SOLD ."AS IS" AND WILL CARRY NO WARRANTY WHATSOEVER FROM CONTRACTOR OTHER THAN WARRANTY OF TITLE. Any warranty for "AS IS" Equipment Wil be provided directly by the manufacturer of such Equipment in accordance with the manufacturer's applicable'warranty procedure. Such Equipment shall be clearly indicated on the applicable Order as Manufacturer's. Direct Warranty ("MOWS"). CONTRACTOR OFFERS NO MAINTENANCE SERVICE OR WARRANTY FOR THESE PRODUCTS. The warranty period for an item of Equipment will not be enlarged. by-CONTRACTOR's repair or replacement thereof. (c) All warranties extend only to COUNTY and do. not extend to any subsequent purchaser, transferee, or assignee of the Equipment, unless prior written consent.is obtained from CONTRACTOR for the extension of the warranties to such purchaser, transferee or assignee. 60 tsznzna.0a.I3, Januay 25, 2000 00— © 0 , 17.37 WARRANTY SERVICE: CONTRACTOR agrees to provide as to Equipment purchase from CONTRACTOR, except as set forth herein, warranty service to keep the Equipment in, or restore the Equipment to operate as warranted in Sections 7.7.1, 7.7.2 or 17.36 above. If CONTRACTOR is unable to repair defective items, CONTRACTOR will replace such items. If neither repair nor replacement are reasonably available to CONTRACTOR, then CONTRACTOR may elect instead to return (a) the price paid to CONTRACTOR for the purchased Equipment andlorthe one-time fee paid forthe licensed Software that is not to be repaired or replaced and (b) the monies paid for any and all other related Equipment and/or Software or the System or Sub -System that in all material respects fails to perform in accordance with the manufacturer's published specifications by reason of CONTRACTOR's failure to repair or replace the defective item(s). The amount of the repayment of such monies and/or fees shall be based on a seven (7) year straight line depreciation schedule for each item for which repayment is to be made and the depreciation period shall begin as of the date such item was installed by CONTRACTOR. Warranty Service includes preventative maintenance based upon the specific needs of the individual items of the Equipment and unscheduled, on-call remedial maintenance during warranty coverage. Warranty service will include adjustments and replacement of parts deemed necessary by CONTRACTOR at no cost to COUNTY. Replacement or additional parts and Equipment may be either (1) new or reconditioned and equivalent to new and (2) equivalent to new in performance. Replacement Equipment will be furnished on an exchange basis, and the replaced items become the property of CONTRACTOR. 17.38 INSTALLATION: If ordered by COUNTY and if COUNTY agrees to pay applicable installation charges, CONTRACTOR will install the Equipment. Pursuant to a MAC Order, COUNTY agrees to provide, in a timely manner, COUNTY information, a suitable installation environment, access, and electrical and communications connections as stated in an applicable CONTRACTOR installation manual or as otherwise _ specified by a CONTRACTOR. COUNTY agrees to notify CONTRACTOR as promptly as practicable if COUNTY requires postponement of any installation. If CONTRACTOR or Equipment specifications require nonstandard wiring or other work, COUNTY will incur additional installation charges as set forth in Exhibits B and C. If the Equipment is not to be installed by a CONTRACTOR, COUNTY warrants that all Equipment is to be installed by COUNTY's certified employees at its premises and is not for resale. 61 tsmms.oct.93, January 25, 2000 00. 890 17.39 MAINTENANCE SERVICE, (a) if Equipment is not under a CONTRACTOR warranty -or under maintenance as agreed by the parties _at the beginning of the initial term of this Agreement, or if additional items are added by COUNTY, CONTRACTOR will inspect the equipment and perform any necessary repairs at CONTRACTOR's rates as set forth in Exhibits B and C, in addition -to the. price for materials needed for repairs. (b) Maintenance charges, as Iset forth in Sections 10.1 and 10.2, if at any time additional equipment or additional ports. are added to the original Equipment, a new prorated charge computed at CONTRACTOR's then current rates will be added to the total maintenance charge to reflect, the additional equipment being serviced, subject to Sections 17.36 and 17.39 above. The parties will account for additions on a quarterly basis. The total maintenance charge may also be increased annually during the term of the maintenance service by, an amount equal to the percentage increase by the consumer price index (CPl) over the previous year, not to.exceed a three percent (3%) maximum increase per year. 17.40 WARRANTY AND MAINTENANCE SERVICE EXCLUSIONS: 17.40.1 Warranty and maintenance services do not cover any COUNTY -provided cable or equipment unless approved in writing by CONTRACTOR. 17.40.2 CONTRACTOR shall respond to any service call requested by COUNTY, however, COUNTY acknowledges the following: (a) Maintenance services do not cover damages to or failure of the Equipment or increases in service time resulting from causes other than the normal wear and tear of the Equipment including, but not limited to misuse or negligent operation of the, Equipment,accident, theft, unexplained loss, Lightning, electrical power surge, fire, flood, wind, acts of God, failure of COUNTY.to maintain a proper operating environment, or repair, relocation . or ,alteration of the Equipment by anyone other than CONTRACTOR or its designated agents and; (b) Warranty services, set forth in Section 7.7, does not cover damages to or failure of the Equipment or increases in service time resulting from causes or circumstances external to the Equipment including, but not limited, to misuse or negligent operation.of the Equipment, accident, theft, unexplained loss, lightning, electrical power surge, fire,.flood, wind, acts of God, failure of COUNTY to maintain a proper operating environment, or repair, relocation or alteration of the Equipment by anyone other than CONTRACTOR or its designated agents. Any site visits or repairs made by CONTRACTOR that 62 tsmMa.0a.93, January 25, 20M 00— 80 r C7 C] expense of COUNTY, including the cost of all materials at CONTRACTOR's then current rates. 17.41 SURVIVAL: Any obligations of CONTRACTOR and COUNTY which by their terms would continue beyond the termination, cancellation or expiration of this Agreement or any Service Order shall survive with such termination, cancellation or expiration. 63 tsmma.oct98, January 25, 2000 00 890 IN WITNESS WHEREOF, the parties have made and executed this AgrOement: BROWARD COUNTY through its BOARD OF COUNTY COMMISSIONERS, signing by and through its Chair or Vice Chair, authorized to execute same by Board action on the day of 2000, and BELLSOUTH COMMUNICATION SYSTEMS, L. L. C, signed by and through its vice President , duly authorized to execute same. AGREEMENT BETWEEN BROWARD COUNTY AND BELLSOUTH COMMUNICATION SYSTEMS, L.L.C. FOR MAINTENANCE SERVICE AND SUPPORT OF NORTEL MERIDIAN PRIVATE BRANCH EXCHANGE (PBX) AND DESIGNATED NORSTAR TELECOMMUNICATION SYSTEMS, SUB -SYSTEMS AND EQUIPMENT. COUNTY ATTEST: BROWARD COUNTY, through its Board of C unty Commissioners Bro,Aard County A&lministrwor an ct ay Ex -officio Clerk of the Broward County = Chair j Board of County Commissioners ;.: ``qday of 2000. of Broward County, Florida Insurance requirements approved by Broward County Risk Management Division WITNESSES Si nature Signature lk`roved as to form by Office of County Attorney for Broward County, Florida Edward A. Dion, County Attorney Governmental Center, Suite 423 115 South Andrews Avenue Fort Lauderdale, Florida 33301 Telephone: (954) 357-7600 Telecopier: (954) 357-7641 1 B t, - Patrice M. Eichen Assistant County Attorney CONTRACTOR BELLSOUTH COMMUNICATION SYSTEMS, L.L.C. By_ UVke President 31st day of January 2000. (Corporate Sea,) 64 tsm111a.m.98, January i 1, 2000 LJ EXHIBIT A MAINTENANCE SCHEDULE OF EQUIPMENT AND SOFTWARE LOCATION SYSTEM/EQUIPMENT ANNUAL COST Governmental Center/Main Library Meridian Option 71 $I31,571.00 Meridian Mail Auxiliary Equipment Judicial Complex/Main Jail Meridian Option 71 $127,473.00 Meridian Mail CCR Auxiliary Equipment North Regional Courthouse Meridian Option 21 5 16,511.00 Auxiliary Equipment Office of Environmental Services/WasteWater Meridian Option 6 1 C S 23,610.00 Meridian Mail, Meridian MAX, Auxiliary Equipment North Broward Detention Center/Conte Center Meridian Option 6 1 C S 15,457.00 Meridian Mail Auxiliary Equipment Emergency Operations Center/West Regional Meridian Option 61C $ 30,066.00 Courthouse/West Regional Library Meridian Mail Auxiliary Equipment Alcohol & Drug Treatment Center Meridian Option 21 $ 6,965.00 Auxiliary Equipment Mira Barer Building Meridian Option 21 $ 13,413.00 Meridian Mail Auxiliary Equipment Parks & Recreation Administration Meridian Option 21 $ 7,856.00 Meridian Mail Auxiliary Equipment Port Everglades Meridian Option 21 $ 14,487.00 Meridian Mail Auxiliary Equipment South Regional Courthouse Meridian Option 21 $ 10,333.00 Auxiliary Equipment Mass Transit Division Meridian Option I IC $ 15,975.00 Meridian Mail, Meridian MAX Auxiliary Equipment Traffic Engineering Division Meridian Option I I E S 8,005.00 Meridian Mail Auxiliary Equipment TOTALS: 5421,722.00 EXHIBIT A-1 MAINTENANCE SCHEDULE OF EQUIPMENT AND SOFTWARE - AVIATION LOCATION ANNUAL COST Aviation 200 Terminal Drive $ 1,139.64 * Aviation 320 Terminal Drive (2 Norstar systems) S 8,577.18 * Aviation 400 Terminal Drive S 1,138.32 * Aviation 1501 S.W. 43 Street S 973.32 * Aviation 3545 S.W. 2od Street S 1,084.20 * TOTALS: S 12,912.66 * NOTE: The above listed locations are Nortel Norstar telephone systems and are billed directly to the Aviation Department. ,All locations include lightening protection. ® ExMit B • Nortel Company Unit Material Unit Labor Total DescnEtion Part # Part 4 Price _ Price Unit Price Modules: System Core NTBK45 1,498.01 1,498.01 IuterGroup Module NT8D36 1,466.00 1,466.00 IPE llvfodule NT8D37EC 2,932.00 2,932.00 IPE Module N-F8D35 2,341.12 690.20 3,031.32 CE/Network- Module NT6D3906A 1,872.66 466.65 2,339.31 CE/Network Module NT6D44 5,619.00 5,61.9.00 CE/Network Module NT8D34 1,872.66 1,872.66 Meridian Mad Module NT6POlAA 2,959.00 1,062.50 4,012.50 RPE Module NTSD47 3,745.32 225.25 3,970.57 Wall Mount Fiber Remote NTIP70 5,266.93 180.20 5,447.13 Meridian MAX Module NT71)19SA 5,900.00 18010 6,080.20 Meridian CCR Module NT7D19QA 5,900.00 180.20 6,080.20 Meridian IVR Module NTDI9RA 22,022.34 180.20 22,202.54 Meridian Link Module NT7Dl9AA 1,769.41 112.20 1,881.61 ComNetwork Module NT9DI 1 2,106.89 2,106.89 Common Equipment: CPU /Conf. Card NTAKOI 924.53 924.53 TDS/DTR 8 Channel NTAK03DA 795.91 64.60 860.51 System Core Pack - NTBK45AB 1,563.00 1,563.00 Exp. Daughter Board NTBK47AB 280.84 280.84 D -Chan. Handler Intfe NTAK93AA 468.46 102.00 570.46 SDI/DCH 3 Port NTAK02AB 1,404.79 32.30 1,437.09 DTI/PRI NTAK09 1,404.79 286.60 1,691.39 MMI 68K Processor NTAKI4BA 2,460.00 266.90 2,726.90 NW Digital Voice Pr NTAKI5AB. 3,058.00 266.90 3,324.90 MM3 Power Board NTAK13AA 670.00 266.90 936.90 Release 5 MFA Card NTBK54AB 386.45 386.45 Release 8 EFI Card NTBK55AB 360.49 64.60 425.09 2 - 4 Hr. Battery NTAK75AB 2,083.29 305.15 2,388.44 Integrated CPU NTNDOIBA 2,341.12 2,341.12 MSPS Card NTND02BA 1,732.24 1,732.24 Floppy Disk Unit NTNDI5AA 702.10 702.10 CPU Memory 2,808.99 2,808.99 SMDU Card NT9D33A 1,404.79 819.40 2,224.19 EMSI Card NT9D34A.4 655.49 129.20 794.69 UO Processor Card NT6D63AA 1,310.98 32.30 1,343.28 Core Multi Drive Unit NT6D64AA 2,314.12 32.30 2,346.42 Line Side TI Interface NT5DI 1 2,446.00 561.85 3,007.85 Dual Port PRI/DTI NT5D12AA . 5,383.75 561.85 5,945.60 PAGE 1 PAGE 2 Utrjdlan Optjm Exhibit B ll - 81 U. nit Pnrci►ase/InstaH Pricing Nortel Company - Unit Material Unit Labor Total !Description ' Part# Part# . `Price Price Unit Price Ring Generator ' NT7D05AA 795.91 129.20 925.11 CMA Card NTNDIOAA 649968 1,006.54 32.30 1,038.84 Mufti -Pur. ISDN NT6D73AA 1,638.34 260.10 1,898.44 Core to Network Intf. Iv T6D65AA 1,030.14 32.30 1,062.44 Controller 4 Card' NTSDOIBC 648272 2,106.89 129.20 2,236.09 Universal Trunk Card NT8Di4BB 1,685.63 516.80 2,202.43'' MSDL Card 4 Port NT6D80AB 601126 -2,106.89 129.20. 2,236.09 Superloop Network -.Cd NT81304BA 648275 1,638.43 129.20 1,767.63 Conf/Tone&Digital NT8D17EA 648281 2,341.12 129.20 2,470.32 12 Mbyte Memory NTND09CA 2,457.94 2,457.94 4 Mbyte Multi -Disk Unit NTND16AA 1,404.79 1,404.79 IOP & CMDU NT5D20BA 3,651.51 32.50 3,684.01 Line Side T-1 Interface NT5D11AA 2,341.12 561.85' 2,902,97 Download D Chan. Hd NTBK51BA 538.67 32.50 571.17 Dual Port PRILDTI card NT5D12AA 5,383.75 561.85 5,945.60 Multi-purpose ISDN Proc NT61373AA 1,638.43 260.10 1;898.53 Peripheral Signaling QPC43R 092837, 374.65 129.20 503.85 Seg. Bus Extender QPC215 1,170.56 129.20 1,299.76 Conference (Up to 10) QPC444 1,357.59 129.20 1,486.79 PRI ISDN Card QPC720F 601854 2;106.89 561.85 2,668.74 Clock Controller for 71' QPC471H 645378 702.10 129.20 831.30 Clock Controller for 51 QPC414C 936.33 129.20 1,065.53 ESPI Card for 51 QPC513H 600005 2,106.00 193.80 2,299.80 ' Perip. Card for 51 QPC441D 936.33 129.20 1,065.53' MSI Card for 51 QPC584F 648484 655.49 12910 784.69 Floppy Disk Interface QPC742F 491.47 129.20 620.67 SDI 4 Port for 21 QPC9.41C' 1,333.99 193.80 1,527.79 Digital Line Card NT9D02AB 601343 1,638.43 452.00 2,090.63 Analog MW Line Card NT8D09AL NTI063 1,638.43 323.00 11961.43.. . Network DTR Card NT8D18AB 2,341.12 129.20 2,470.32 E & M Trunk Card NT81315AK 1,217.17 387.60 1,604.77 Digitone Receiver Cd NT81316AB 1,170.56 129.20 1,299.76 Remote Carrier'Intf. NT7R52AA 3,745.32 129.20 3,874.52 PAGE 2 ® E=hibk B 0 Nortel Company Unit Material Unit Labor Total Description Part # Part # Price _ Price Unit Price Equipment for Stock to Maintabi/Repair System(s): Regulator - 48 Volt DC QPC 163D 062420 Ringing Generator QPC187D 646244 Intergroup Switch QPC412C 646322 500 Port Line Card QPC60H 646175 SL -1 Line Card QPC61H 062216 Peripheral Buffer QPC64K 062293 10 Volt Converter QPC80 092852 30 Volt Converter QPC82 645749 Power Monitor QPC84S 649570 Note: The above listed items are not for sale, equipment required for stocked items to maintain/repair system(s). Power & Cooling Eqpt.: PE Power Supp. DC NT6D40AB 1,872.66 258.40 2,131.06 CE Power Supp. DC NT6D41.AB 55A047 1,872.66 32.50 1,905.16 Ringing Generator DC NT6D42CD 648588 795.91 129.20 925.11 CE/PE Power Supply NT6D43AA 2,106.89 32.30 2,139.19 MFA150 Unit Nv'T6C14GB 2,996.02 450.50 3,446.52 CE Power Supply NT6DO6AA 1,872.66 180.20 2,052.86 Rectifier -48 V NTOR71AA A0354954 4,307.00 450.50 4,757.50 Rectifier -52 V NTOR72AA 1,966.47 452.20 2,418.67 Rectifier Used in MFA150 NT5C06CC 1,778.85 1,778.85 Power Failure Transfer A0355200 374.65 258.40 633.05 Software: ACD/Mess. Processor SW0221C 936.33 936.33 Enh. Call Center Route SW0225B 795.91 795.91 Additional Language SW7023 393.53 393.53 Adv. ACD Features SW0202C 421.26 421.26 ACD Link MAX/ACD SW0205A 140.42 140.42 = Opt. 71 Transaction Fee 599SL-1 91I.25 811.25 Release 23 Software SWOOOJBase 2,808.99 2,808.99 Mgmt. Reporting Package 901.52 901.52 Load Mgmt. Package C2 327.45 327.45 Network ACD - NACD 2,925.81 2,925.81 Meridian Link SW0251A 936.33 936.33 Note: Software listed above is sold in increments, cost indicated above is for incremental pricing. Miscellaneous Ept.: Column Spacer Kit NT81349 164.02 64.60 228.62 Blank Faceplate NT8D31AA 21.24 21.24 Oneach Lightning Protector 10.62 6.46 17.08 PAGE 3 ` ® Exhibit E Description Nortel• Company Pa'r't # Part # Unit Material Price - Unit Labor Price Total lint Price Meridian Mail Options: Meridian Mail Shelf NT6D39DC 1,660.26 129.20 1,789.46 ' VP8 Card NT6P08AA '17,696.46 258.40 17,954.86 VP4 Card NT6PO4AA 9,176.27 258.40. 9.434.67 Utility Card NT6P03AA• 1,802.45 193.30 1,996.25 68K Card NT6P02AA .,.,'2,752.94 193.80 2,946.74 Release 11 Base Software 1,368.00 1,368.00 Additional Language SW7023 410.00 410.00. 4 Port Voice Mail & SW AS7090 1,3I0.98 1,310.98 8 Port Voice Mail &SW AS7091 1,966.47 1,966.47 Storage Level 3 to 4 SW7055. 4,915.88 258.40 5,174.28 8 Port Full Svc. Voice Mail AS7110 . 17;696.46 258.40 17,954.86 Common Eqpt. Cables: PRUDTT to Clock NT8D79AB 25.96 32.50 58.46 Network to UO NTSD86BD 48.97 32.50 81.47 IvterCabinet Network NT8D98AD 98.53 32.50 131.03 MSDL DCH Interface NTND26AA 94.96 94.96 SDI UO to DTE/DCE NT8D95AA 39.53 32:50 72.03 Network to Controller NT8D91AC 35.99 32.50 68.49 Network to PE Cable NT8D85BB 19.47 32.50 51.97 SDI Cable NT7D61EB 25.96 25.96 Telephone Sets: M2006 Digital NT9KO5AA4+ 88.50 34.85 ' 123.35 M2008 Digital NT9K08AA++ _ 157.53 34.85 192.38 M2008 Display & PS NT9KO8AC++. NT2KO8XF35 229.51 229.51 M2008 Handsfree NT9K08AI3+f 255.47 34.85 290.32 M2008 IF & Display NT9K08AD++ 267.00 34.85 301.85 M2616 Digital NT9K16AA++ 261.96 34.85 296.81' M2616 Digital Display NT9Kl6AC+i- 343.97 34.85 378.82 .' M2216 ACD NT2K18F03 359.00 359.00 M2250 Att. Console NT6000AF 2,228.43 209.95 2,438:38 M8009 Phone 31.27 28.90 60.17 M8314 Handsfree Analog 125.67 28.90 154.57 M8417 Handsfree 2 Line 136.00 136.00 M9216 Feature ISDN A0407773 125.67 28.90. 154.57 M9316 Handsfree ISDN . A0407774 136.00 136.00 Note: Telephone sets where 4+ is indicated above equates to colors (03 = Black, 35 = Ash, 93 = Gray)" Telephone Set Options: Single Key Mod Foot P0780I4-F 5.25 16.15 21.40 Double Key Mod. Foot P07802++ 14.00 .16.15 30.15 Power Supply Board NT2KIOWD 52.51 52.51 PAGE 4 00- 81"W ® Exhibit B Meridian Option 11 - 81 Unit PurchaseAnstaff Pricing Nortel Company Unit Material Unit Labor Total Descri tion Part # Part # Price — Price Unit Price Meridian Display Option 137.00 137.00 Meridian Key Exp. Opt. 6H03 105.02 64.60 169.62 Headsets: Headset Headband A0378007 153.99 6.46 160.45 MPA Headset Amplifer A0378008 111.51 6.46 117.97 Headset Earloop A0378005 147.50 6.46 153.96 Headset w/Earloop A0378006 147.50 147.50 MIC Cushion (I0 Pack) 22,00 22.00 Ear Cushion (10 Pk) A0378018 33.04 33.04 User Guides: ACD User Guides 18.88 18.88 Meridian Mail User 15 Pk 18.88 Labor Rates: Regular 8:00 am to 5:00pm 64.00 64.00 Overtime 96.00 96.00 PAGE 5 00- 890 Ezhibit Meridian Option 11 - 81 Unit Purchase/Install Pricing Nortel Company Unit Material Unit Labor in Part # Part # Price _ Price Meridian Option 11C System Configuration: Option I I C Single Cabinet (AC) . NTSF1101 Opt. 11 C R24 Eng Document Pkg Coil NT6R78AD Opt.. I IC Enterprise SW Pkg NTSF8022 SDI/DCH Package - AS I073 TNIDI D -Channels NTSF8730 TNIDI Pkg (I.5MB) NTSF6800 Clock Controller Card NTAK20AD Enh Nei Card Opt 4-12 Pts, 5/10/24/ NTZC49AA MMail R13 Base Software NTZC57AA Opt. I 1 C 100 Add TNS Enterprise NTSF81013 Opt. I 1 C 30 ft Expansion Cab. (AC) NTSF2101 30 ft Dual Port Fiber Daughterboard NTDK84AA 30 ft Fiber Daughterboard NTDK22AA M2006 Sgl Line Dig Tel, Basic, Black NT9KO5AA03 M2008 Standard Tel, Basic, Black NT9K08AA03 M2008 Standard Tel. w/Display, Blk NT9KO8AC03 M2008HF Tel, Basic, Black NT9KO8AB03 ' M2008 IIF Tel, w/Display, Black NT9K08AD03 M2216 ACD Telephone, Black NT9K18AC03 N12616 Perf-Plus Tel, Basic, Black NT9K16AA03 M2616 Perf-Plus Tel, w/Display, Blk NT9K16AC03 M8004, Charcoal NTN02AAAC M8009 Universal, Black A0404585 M8314 Handsfree, Black A0400006 M3901 Entry, Charcoal NTMN31BA70 M3902 Basic,,Charcoal NTNLN32BA70 M3903 Enhanced, Charcoal NTNIN33BA70 _ ND904 Profesional, Charcoal NTMN34BA70 - . Preprinted Feature Key Cap, Pkg 11 AS 1182 Mer. Telephone User Guide, Pkg 15. AS1082 M2216 ACD Set User Guide, Pkg 15 AS 1083; M3901,M3902,M3903,M3904 Guides NT2F7901 Analog MW Line Card NTSD09BA Line Side T 1 Interface Assem AS 1461 ; Universal Trunk Card NT8D14BB E&M Trunk Card NT8D15AK Miran Rel 2 Small (5 Channel) NTVP1000 Miran Rel 2 Medium (6 Channel) NTVP1001 Miran Rel 2. Large (10 Channel) NTVP1002 Class Modem Card NT5D60AA Special Console/Line Card Package AS1013 PAGE 6 Total Unit Price 1,217.23 632.26 1,849.49 112.36 105.37 112.36 3,043.07 157.99 3,043.07 1,451.31 157.99 1,609.30 306.64 52.62 306.64 1,591.76 210.72 1,802.48 468.17 _ 52.62 468.17 8,520.60 843.06 9,363.66 655.43 105.37 655.43 3,511.24 00-- 89U 3,511.24 1,07638 316.08 1,392.86 749.06 5.25 754.31. 468.17 '469.'17 88.49. 26.32 114.81 114.71 26.32 141.03 229.40. 26.32 255.72 15730 26.32 183.62 255.62 26.32 281.94 344.10 26:32 370.42 262:17 26.32 288.49 344.10 26.32 370.42 32.76 26.32 59.08 59.13 26.32 85.45 125.44 26.32 151.76 52.43 26.32 78.75 108.14 26.32 134.46 219.58 26.32 245.90 360.49 26.32 386.81 1,638.58 .263.46 1,902.04 2,528.09 105.37 2,633.46 1,685.39 157.99 1,843.38 1,217.23 316.08 1,533.31 2,359.55 52.62 2,412.17 3,539.33 52.62 3,591.95 4,194.76 _ 52.62 4,247.38 2,621.72 157.99 2,779.71 2,340.83 105.37 2,446.20 00-- 89U • Exhibit B • Nortel Company Unit Material Unit Labor Total Description Part # Part # Price _ Price Unit Price Digital Line Card (DLC) NTSD02GA Special Ml ATT. PC w/DLC AS1066 Mat 6, End User C.S. NTZCOIAD Mat 6 Sys Manage. Mktg. Bun NTZC04CA Mat 6 Call Acct. Small Expansion Li P0876391 MDR2000 Buffer Box 512kb 117VAC/NTZK52CA Line Side T1 Interface Card, Inst P0907386 ULAN Maintenance Cable NTAG81DA Meridian Option SIC System Configuration: Mer 1 Opt 51 C System Pkg DC SY 1009D Mer 1 System Software Rel 24 SWOOOOK RTU/FAST TDS SWO028A ISDN Networking SW0051B Public ISDN Access SW0053B Class Software SW0040A ACD/Message Processing SW0221 C RTU/Enhanced Call CenterMgmt. SW0224A Ringing Generator DC NT6D42CD Network Card QPC414C MFA150 Mod Power Asmb-Single ShelAS1200D PRI Package AS1061 Multi -Purpose Serial Data Link NT6D80AB MM Exp Storage SW Level 1-2 SW7049 Ehn. MM EC Opt 4-24 Port SY7020D MMail Rel 13 Base Software NTZR57CA 8 Port Full Service Voice Processing AS7110 Analog Message Waiting Line Card NT8D09BA Universal Trunk Card NTBD 14BB ' Digitone Receiver Card NT8D16AB Class Modem Card NT5D60AA Digital Line Card (DLC) NT8D02GA Special Console/Line Card Package AS 1013 68060E CPU 128Mb NT5D03FB Network to UO Cable 6 ft NT8D86BD 2 Port SDI UO to DTE/DCE Cbl 16 ft NT8D93AJ 2 Port SDI UO to DTE/DCE Cb148 ft NT8D93AW SDI UO to DTE/DCE Cbl 48 ft M/M NT8D95AW Inter -Cabinet Network Cable 6 ft NT8D73AD Network to PE Cable 2 ft NT8D85BB PAGE 7 1,638.58 105.37 1.743.95 3,089.89 526.90 3,616.79 573.51 573.51 11,470.04 1,686.26 13,156.30 1,507.49 1,507.49 1,674.63 105.37 1,780.00 14.98 14.98 98.31 98.31 7,490.64 2,107.80 9,598.44 2,808.99 2.808.99 1,053.37 1,053.37 374.53 374.53 819.29 819.29 936.33 936.33 1,053.37 1,053.37 795.88 105.37 901.25 936.33 105.37 1,041.70 2,996.26 210.72 3,206.98 2,200.38 421.53 2,621.91 2,106.74 2,I06.74 4,915.73 4,915.73 7,209.74 1,930.64 9,140.38 1,310.86 1,310.86 17,696.64 210.72 17,90736 1,638.58 263.46 1,902.04 1,685.39 157.99 1,843.38 1,170.41 105.37 1,275.78 2,621.72 157.99 2,779.71 1,63 8.58 105.37 1,743.95 2,340.83 105.37 2,446.20 5,383.90 5,383.90 49.16 49.16 39.33 39.33 58.99 58.99 72.10 72.10 111.42 111.42 19.66 19.66 • Exhibit B a Meridian Option 61C System Configuration: Option 61C System Pkg DC . Nortel Company Unit Material Unit Labor Totai (Description Part # Part # Price Price Unit Price Class Software SWO040A ESA Enhanced Services SWO165A PTI/DTI to Clock Controller Cbl 2 ft NT8D79AB 26.22. SWOI5OA 26.22 MSDL to UO Panel Cable.6 ft NTND27AB 98.31 Multiple Queue, Assignment 98.31 MSDL DCHI Interface Cable 6 ft NTND26AA . 85.21 NT6D42CD 85.21 Module Side Cover NT9D18AA 81.92 PedestaYrop Cap Package DC 81.92 M2006 Sgl Line Dig Tel, Basic, BIack NT9K05AA03 88.49 • 26.32 114.81 M2008 Std Bus Tel, Basic, Black NT9KO8AA03 114.71 26.32 141.03 M2008 Std Bus Tel w/Display; Black NT9K08AC03 229.40 26.32 255.72 M2008BF Std Bus Tel, Basic, Black " NT9K08AB03, 157.30 26.32 183.62 112008 HF Std Bus Tel w/Display, 'Blac NT9K08AD03 255.62 26.32 281.94 M2216ACD Telephone, Black NT9K18AC03 344.10 26.32 370.42 M2616 Perf-Plus Tel, Basic, Black NT9K16AAO3 262.17 26.32 288.49 M2616 Perf-Plus Tel, w/Display, Black N9K16AC03 . 344.10 26.32 370.42 M8004, Charcoal NT2NO2AAAC 32.76 26.32 59.08 M8009 Universal, Black A0404595 59.13 26.32 85.45 M8314, Black, Handsfree A0400006 125.44 26.32 151.76 M3901 Entry, Charcoal NTMN31BA70 52.43 26.32 78.75 M3902 Basic, Charcoal NTMN32BA70 108.14 26.32 134.46 M3903 Enhanced, Charcoal NTMISUBBA70 219.58 26.32 245.90 M3904 Professional, Charcoal NTMN34BA70 360.49 26.32 386.81 Meridian Option 61C System Configuration: Option 61C System Pkg DC . SY1016D Meridian 1 Sys. Software Rel 24 SWOOOOK RTU/FAST TDS SWO028A ISDN Networking SWO051B Public ISDN Access SWO053B Class Software SWO040A ESA Enhanced Services SWO165A Music Broadcast SWO155A . . " RAN Broadcast SWOI5OA ACD/Message Processing SWO221 C RTU/Enhanced Call Center MgL SW0224A Multiple Queue, Assignment SWO230A RTU/Enhanced ACD Overflow SW0222A Ringing Generator DC NT6D42CD Filler Panel -Ringing Generator NT7D05AA Column Spacer Kit (2.75 in) NT81)49AA PedestaYrop Cap Package DC AS1081D Network Card QPC414C WA 150 Mod Power Asmb-Single SheAS120013 PAGE 8 11,235.96 2,529.33 2,808.99 1,053.37 374.53 819.29 1;170.41 65.54 187.27 936.33 1,053.37 702.25 795.88 . 23.41 163.86 3,277.16 936.33 2,996.26 105.37 52.62: . 1,580.80. 105.37 - 210.72 13,765.29 2,808.99 1,053.37 374:53 819.29 1,170.41 ` 65.54 187:27 936.33 1,053.37 702.25 90125 23.41 216.48 4,857:96 1,041.70 3,206:98 0 Exhibit B Nortel Company Unit Material Unit Labor Total !Description Part # Part # Price Price Unit Price iYIPR25E Mod. Power Rectifier 25 AmpNT5C06CC VLAN Maintenance Cable NTAG81DA Downloadable DCHI for DDP NTBK5IAA Dual Port DTI/PRI Package AS7200 PRI Package AS 1061 4 Port SDI Paddle Board Assembly AS 1052 Multi -Purpose Serial Data Link NT6D80AB Analog Message Waiting Line Card NT8D09BA Universal Trunk Card NT8D14BB Miran Rel 2 Small (5 Channels) NTVP 1000 Miran Rel 2 Medium (6 Channels) NTVP1001 Miran Rel 2 Large (10 Channels) NTVP1002 Digitone Receiver Card NT8D16AB Class Modem Card NT5D60AA Special Console/Line Card Package AS1013 Digital Line Card (DLC) NTSD02GA Special Ml ATT PC w/DLC AS1066 68060E CPU 128Mb NT5D03FB MTE Rls 9 S/W (Single User) NTJH09AA MMax-IPEEMod. (Opt. 21-91Q NTJHI7BA MMax-IPEE Rls 9 Enhanced Software NTJ141 IBA 10 Agent Increment for MMax-IPE/IP 50005907 MQA Reporting for Max Rls 9 SC S0005901 RS232 Straight Cable 10 R NTND91AA Straight Thru Cable M/M 45 ft NTIR03DV Straight Thru Cable M/F NTIR03EV 600Mb Data Cassette Tape A0605411 DEC Terminal Package AS7011 Network to UO Cable 6 ft NT8D86BD " 2 Port SDI UO to DTFJDCE Cble 48 ft NT8D93AW DDP to Clock Controller Cable 7 ft NTCG03AD DDP to Clock Controller 2 ft 8 in NTCG03AD Network to PE Cable 2 ft NT8D85BB PRI/DTI to Clock Controller Cb12 ft NT8D79AB PRI/DTI to Clock Controller Cbl 4 ft NT8D79AC Network to Controller Cbl 6 ft NT8D91AD 2 Port SDI UO to DTE/DCE Cb116 ft NT8D93AJ DDP to MSDL Cable 6 ft NTCK80AA Intell Pheriph Eqpt Mod Pkg DC AS1054D Superloop Network Card . NT8D04BA PAGE 9 1,779.03 98.31 1,053.37 5,617.98 2,200.38 1,591.76 2,106.74 1,638.58 1,685.39 2,359.55 3,539.33 4;194.76 1,170.41 2,621.72 2,340.83 1,638.58 3,089.89 5,383.90 262.17 8,192.89 9,831.47 655.43 42.60 203.18 196.63 87.39 655.43 49.16 58.99 39.33 32.77 19.66 26.22 29.49 36.05 39.33 85.21 5,617.98 1,638.58 26.32 421.53 421.53 79.06 263.46 157.99 52.62 52.62 52.62 105.37 157.99 105.37 105.37 526.90 105.37 210.72 I05.37 79.06 316.08 1,779.03 98.31 1.079.69 6,039.51 2,621.91 1,670.82 2,106.74 1,902.04 1,843.38 2,412.17 3,591.95 4,247.38 1,275.78 2,779.71 2.446.20 1,743.95 3,616.79. 5,383.90 367.54 8,403.61 9;936.84 655.43 42.60 203.18 196.63 87.39 734.49 49.16 58.99 39.33 32.77 19.66 26.22 29.49 36.05 39.33 85.21 5.934.06 1,638.58 Exhibit B . Nortel Company Unit Material Unit Labor Total Description Part # Part # Price Price Unit price M2006 Sgl Line Tel, Basic, Black NT9KO5AA 88.49 26.32 114.81 M2008 Std. Bus Tel, Basic, Black NT9K08AA 114.71 26.32 141.03 M2008 Std Bus Tel w/Display, Black NT9KO8AC 229.40 26.32 255.72 M2008BF Std Bus Tel, Basic, Black NT9KO8AB '157.30 26.32 183.62 1. N120081-7 Std Bus Tel w/Display, Blac1 NT9K08AD 255.62 26.32 281.94 M2216ACD Telephone, Black NT9K18AC 344.10 26.32 370.42 M2616 Perf-Plus TeL Basic, Black NT9K16AA 262.17 26.32 288.49 M26I6 Perf-Plus Tel w/Display, Black NT9K16AC 344.10 26.32 370.42 M8004 Basic set. Charcoal NT2NO2AAA 32.76 26.32 59.08 M8009 Universal set, Black A0404585 59.13 26.32 85.45 M8314 Black, Handsfree A0400006 125.44 26.32 151.76 M3901 Entry, Charcoal NTMN31BA7 52.43 26.32 78.75 M3902 Basic, Charcoal NTMN32BA7 107.1426 32 133.6 M3903 Enhanced, Charcoal NTININ33BA7 219.58 26.32 245.90 M3904 Professional, Charcoal NTMN34BA7 360.49 26.32 386.81 Meridian Option 81C System Configuration: Meridian 1 Option 81 C System Pk DC SY1025D 28,323.98 4;215.69 32,539.67 Meridian 1 System Software Rel 24 SWOOOOK 2.808.99 2,808.99 RTU/FAST TDS SWO028A ISDN Networking SWO05113. 1,053.37 1.053.37 M Link 5C & CCR CO Resident Sfiwarn SW7461A 6,554.31 6,554.31 Opt 8 1 C Reqd. for Opt 81 SWO013A ACD/Message Processing SW0221 C 936.33 936.33 RTU/Enhanced ACD Routing SW0223A 374.53 374.33 Enhanced Call Center Routing SW0225B 795.88 795.88 RTU/Hold in Queue for IVR SW0227A RTU/Meridian Link Module SW SWO251A 936.33 936.33 .. Ringing GeneratorDC NT6D42CD 795.88 105.37 901.25 • Filler Panel -Ringing Generator NT7DO5AA 23.41 23.41 Network Group Package DC AS1006D 9,363.30 210.72 9,574.02 Network Card QPC414C 936.33 105.37 1.041.70 Line Side T1 Interface Card, Inst P0907386 14.98 14.98 Mat 6, End User C.S. NTZCOIAD 573.51 421.53 995.04 Mat 6 System Manage. Mktg. Bun NTZC04CA 11,470.04 1,686.26 .13,156.30 Mat 6 Call Acct. Lg. Expansion Lice P0876393 5,898.88 5,898.88 MDR2000 Ba&r Box 2Mb 117Vac/60SNTZK52DA 2,153.08 2,153.08 Terminating Plug QPF36B 7.02 7.02 System 600/48 Mod Pwr Pk- Mn Cab AS1209D 11,235.96 263.46 11,499.42 Downloadable DCHI for DDP NTBK5IAA 1,053.37 _ 26.32 1,079.69 PAGE 10 00" 890. :7 Exhibit B 0 Description Nortel Part # Company .Unit Material Part # Price Unit Labor Price Total Unit Price Dual Port DTI/PRI Package AS7200 5,617.98 421.53 6,039.51 PRI Package AS 1061 2,200.38 421.53 2,621.91 Multi -Purpose Serial Data Link NT6D80AB 2,106.74 2,106.74 Enh. MM EC Opt 2848 Port SY7021D 14,419.48 2,107.80 16,527.28 MMai1 Rel 13 Base Software NTZR57CA 1,310.86 1,310.86 8 Port Full Service Voice Processing AS7110 17,696.64 210.72 17,907.36 Meridian Companion Base Pkg. SY8502N 4,391.39 421.53 4,812.92 C3060 Portable Only and Doc NTHHIIGA 311.34 311.34 Portable Credit SW8501 98.31 98.31 Companion PCI -B Kit NTHB08AA 294.94 294.94 Remote Set Device (RAD) NT8B80AP 198.98 198.98 Companion Manager NTHB09AA 163.86 163.86 Analog Message Waiting Line Card NT8D09BA 1,638.58 263.46 1,902.04 Line Side Tl Interface Assemb 2 AS 1460 2,528.09 105.37 2,633.46 Universal Trunk Card NTSD14BB 1,685.39 157.99 1,843.38 Digitone Receiver Card NT8D16AB 1,170.41 105.37 1,275.78 Special Console/Line Card Package AS 1013 2,340.83 105.37 2,446.20 Digital Line Card (DLC) NT8D02GA 1,638.58 105.37 1,743.95 Special Ml Att.PC w/DLC AS 1066 3,089.89 526.90 3,616.79 68060E CPU 128 NO NT5D03FB 5,383.90 5,383.90 150 MByte Data Cassette Tape A0352271 32.77 32.77 Meridian Link & CCR IPEE Module. SY1223 8,192.89 210.72 8,403.61 Straight Thea Cable M/M 45 ft NTIR03DV 203.18 203.18 Straight Thru Cable M/F NTIR03EV 196.63 196.63 SDI Multi -Port Cable 2 ft NT8D96AB 58.99 58.99 Network to UO Cable 6 ft NT8D86BD 49.16 49.16 Ext Sys Mntr Serial Link Cable 25 ft NT8D46AP 9.84 9.84 2 Port SDI UO to DTE/DCE Cb148 ft NT81)93AW 58.99 58.99 DDP to Clock Controller Cable 7 ft NTCG03AD 39.33 39.33 DDP to Clock Controller Cable 14 ft NTCG03AA 49.16 49.16 Network to PE Cable 8 ft NT8D85BE 22.95 22.95 Network to Controller Cable 10 ft NT8D91AF 39.33 3933 Network to Controller Cable 12 ft NT8D91AG 42.60 42.60 Network to Controller Cable 8 ft NT81391AE 39.33 39.33 Appl Mod to SDI PDL BRD Cble 6 ft NT7D46AD 32.77 32.77 MSDL to UO Panel Cable 6 ft NTND27AB 9831 98.31 Straight Thm Cable M/M 4 ft NTIR03DC 49.16 49.16 Intell. Periph. Eqpt. Mod Pkg DC AS 1054D 5,617.98 316.08 5,934.06 Column Spacer Kit (2.75 in) NT8D49AA 163.86 163.86 Pedes-tal/Top Cap Package DC AS1081D 3,277.16 - 52.62 3..329.78 PAGE 1 I Exhibit B I�Ieridiaa Option 11= 81 Unit Purch Qelinc aL Pric'na Nortel Company Unit Material Unit Labor Total Description Part # Part # Price - Price Unit Price Superloop Network Card NT8D04BA M2006 Sgl Line Tel, Basic, Black NT9K05AA M2008 Std. Bus Tel, Basic, Black NT9K08AA M2008 Std Bus Tel w/Display, Black NT9K08AC M2008EF Std Bus TeL Basic, Black NT9K08AB M20081E Std Bus Tel w/Display, Blac1NT9K08AD M2216ACD Telephone, Black NT9K18AC M2616 Perf-Plus Tel, Basic, Black NT9K16AA M2616 Perf-Plus Tel w/Display, Black NT9K16AC M8004 Basic set, Charcoal NT2NO2AAA M8009 Universal set, Black A0404585 M8314 Black, Handsfree A0400006 M3901 Entry, Charcoal NTMN31BA7 M3902 Basic, Charcoal NTMN32BA7 .M3903 Enhanced, Charcoal 11TTMN33BA7 M3904 Professional, Charcoal NTMN34BA7 1,638.58 1,638.58 88.49 26.32 114.81 114.71 26.32 141.03 229.40 26.32 255.72 157.30 26.32 183.62 255.62 26.32 281.94 344.10 26.32 370.42 262.17 26.32 288.49 344.10 26.32 370.42 32.76 26.32 59.08 59.13 26.32 85.45 125.44 26.32 151.76 52.43 26.32 78.75 107.14 26.32 133.46 219.58 26.32 245.90 360.49 26.32 386.81 PAGE 12 0 Exhibit C Nortet r Unit PunhaseRnstaL Pricing Dcscription Nortel Company Unit?kiatcrial Unit Labor Total Part # Part # Price Price Unit Price 0 X 32 ICS KSU NT7B53FA93 CICS Bundled W/LS/DS Card NT7B58A.A-93 CICS Bundled W/Caller ID Card NT7B58AB-93 CICS Bundled W2 Port BRI U Card NT7B58AC-93 CICS Bundled W/4 Port BRI U Card NT7B58AD-93 CICS Services Card NTBB04GD-93 CICS Combo Services Card/TCMExp. NTBB04GC-93 4.1 Restricted Software W/RAD NT7B65AAAH 4.1 Standard Software W/RAD NT7B65AAAG 4.1 Standard Software W/RAD & AA NT7B65AAAJ Rest. SAV to Standard S/W Upgrade NTAB2000 MICS Rel 4.1 NA Software NT7B83AAAJ MICS Rel 4.1 XC Software NT7B83AAAK MICS NA Upgrade Tool lv'TAB2569 MICS XC Upgrade Tool NTAB2567 2 Port Fiber Expansion Card NTBB02GA 6 Port Fiber Expansion Card NTBB06GA 6 Port Combo Fiber Expansion WB58 529.79 Services Card NTBB25GA-93 MICS Services Cartridge NTBB24GA Fiber Trunk Module NTBB20FB Fiber Station Module NTBB41FB Analog Station Module NTBB51 CA -93 Analog Station Module/Message 954.38 Waiting NTBB51 CB -93 MICS 6 Port Copper Expansion Card NTBB07GA-93 DR5 Software NT5B25DK93 Copper Trunk Module (8x24 & MICS) NT5B32FA . Copper Station Module (8x24 &MICS) NT5B50FA 8x24 2 -Port Copper Expansion CartridgNT5B26GA PAGE 1 00-- -- 0 800.10 591.57 1,391.67 882195 411.93 526.90 938.83 882196 574.22 526.90 1,101.12 882197 823.88 632.26 1,456.14 882235 1273.27 526.90 1,800.17 882208 199.73 26.32 226.05 831813 686.56 26.32 712.88 882674 274.63 13.12 287.75 882660 424.42 105.37 529.79 882675 512.99 13.12 526.11 830132 299.60 52.62 352.22 882661 849.01 105.37 954.38 882676 1298.24 13.12 1,311.36 882249 199.73 26.32 226.05 882248 199.73 26.32 226.05 882207 274.69 26.32 301.01 792955 748.98 26.32 775.30 796151 786.43 26.32 812.75 882209 299.60 26.32 325.92 792957 337.04 148.81 485.85 882210 586.70 .157.99 744.69 831642 699:05 105.37 804.42 831641 798.92 105.37 904.29 792956 1248.30 26.32 1,274.62 452.97 68.00 520.97 169025 299.60 148.81 448.41 169035 549.25 105.37 654.62 169015 249.66 26.32 275.98 PAGE 1 00-- -- 0 Ea6ibit C Norstar Unit Purchase/Install Pricing Dcscriptiou Nortel Part # Company Part # Unit Material Price - init Labor Price Total Unit Price 8x24 6 -Port Copper Expansion Cartrid8NT5B27GA 169020 586.70 26.32 613.02 8x24 DR2 to DR5 Software Upgrade U8216 796031 372.00 157.99 529.99 8x24 DR3/4 to DR5 Software Upgrade U8220 796033 112.35 0.00 112.35 LS/DS (Loop StarVDisconnect Supervis NT7B75GA 792934 287.11 26.32 313.43 Caller ID NT5B41GA- 93 789633 449.39 26.32 475.71 2 Port BRI U Interface Card NT7B86GA 93 882202 699.05 26.32 725.37 4 Port BRI U Interface Card NT7B87GA-93 882203 1148.44, 26.32 1,174.76 4 Port BRI S/T Interface Card NT7B76AA-93 882199 -1148.44 26.32 1,174.76 DTI (Digital Trturk Interface) NT71374GA 882198 1797.56 210.72 .2,008.28 PRI Enabler Keycode (Use With DTI) NTAB2769 882321 299.60 26.32 325.92 E&M (Tie Lines) NT5B38GA 93 169640 436.91 26.32 463.23 DID (Direct Inward Dial) NT5B37GA-93 169641 549.25 26.32 575.57 Data Communication Interface NT8B53AA++ 293.58 67.00 360.58 M7100 (Black) NT8B14AG03 831719 112.10 26.32 138.42 Mi100(Ash) NT8BI4AG35 831720 112.10 26.32 138.42 M7100 (Gray) NT8B 14GA93 831721 112.10 26.32 138.42 M7208 (Black) NT8B30AH03 831722 167.02 26.32 193.34 M7208 (Ash) NTSB30AH35 831723 167.02 26.32. 193.34' M7208 (Gray) NTSB30AH93 831724 167.62 26.32 193.34 M7310 (Black) NT81320AK03 831725 182.01 26.32 208.33 M7310 (Ash) NT8B20.AK35 831726 182.01 26.32 208.33 M7310 (Gray) NT8B20AK93 831727 182.01 26.32 208.33 M7324 (Black) NT81340AH03 831728 244.42 26.32 270.74 M7324 (Ash) NTSB40AI-135 831729 244A2 26.32 270.74 M7324 (Gray) NT8B40AH93. 831730 244.42 26.32 270.74 M7410 (Black) NTSB16AA03 ti 821521 574.22 26.32 600.54 N17410 (Ash) NT8B16AA35 ' 821523 574.22 26.32 600.54 M7410 (Gray) NTSB16AA93 821508 5742,2 26.32 600.54 M7410 Earbud Headset A0653404 821536 81.92. 5.25. 87.17 M7410 Headband Headset A0653406 821537 114.70 5.25 1.19.95 BLF - Black N''T8B91CA-03 882283 89.88 52.62 142.50 BLF - Ash NTSB91CA-35 882284 89.88 52.62 142.50. BLF - Gray NTSB9ICA-93 882285 89.88 52.62 _ 142.50 KLM - Black NTSB41FA-03 882275 232.18 52.62 284.80 KLM - Ash NTSB41FA 35 582276 232.18 52.62 284.80 KLM - Gray NT81341FA 93 882277 232.18 52.62 284.80 NACU (Norstar Audio Conf. Unit) NTAB2666 881681 569.23 52.62 621.85 CTA 100 Nf8B83AAAC 882280 162.27 26.32 188.59 CTA 150 NT8B83AA.AF 882281 274.63 _ 26.32 300.95 CTA 500 Digital Modern NTBB33GA93 831815 274.63 26.32 300.95 PAGE 2 00, S�O • . 0 Exhibit C Norstar Unit Parch aae/1 9a1_1 Prleing Description Nortel Company Unit Material unit Labor Total Part # Part # Price Price Unit Price ATA (Analog Terminal Adapter) NTSB90A.L93 830049 124.83 39.53 164.36 SAP (Station Ausilliaty Power Supply) NT8B60CA 169226 42.44 13.12. 55.56 FASTRADII NT8B80AAAB 881791 212.2I 26.32 238.53 SMDR 6 NTAB2767 882320 349.53 26.32 375.85 Norstar Manager NT81381AK 133.20 32.00 165.20 VMI (Voice Mail Interface) N''T8B89DA93 789240 748.98 26.32 775.30 Norstar Doorphone (Steel Faceplate) NT8B79FA 796131 162.28 26.32 188.60 Norstar Doorphone (Brass Faceplate) NTAB 1223 796133 172.27 26.32 198.59 Door Opening Controller NTSB79FB 796132 92.38 13.12 105.50 Norstar Remote Utilities Rls. 8.0 NTAB2792 881790 374.49 52.52 427.11 Fiber Cable Kit NTAB1829 830256 34.95 13.12 48.07 MICS Cable Management Kit NTABI521-93 796150 32.46 52.62 85.08 Power Strip NT5B56AA 169230 14.98 0.00 14.98 Flash Voice Mail Light NT5B31AAAC 882690 978.67 316.08 1,294.75 Flash Light to Flash Model 2 Upgrade NTAB4015 882691 1,248.30 316.08 1,564.38 FIash Voice Mail, Rls 1.9, Model 2 NT5B07AAAG 881787 1,909.90 632.26 2,542.16 Flash Voice Mail, Rls 1.9, Model 4 NTAB07AAAF 881788 2,833.65 632.26 3,465.91 Flash Voice Mail Upgrade 1.7 to 1.9 NT AB2782-Y2 882455 0.00 105.37 105.37 Flash 2 to 4 Upgrade NTAB 1265 796129 998.65 210.72 1,209.37 Flash ACD, Model 2 NT5B06AAAA 882218 1,909.92 421.53 2,331.45 FIash ACD, Model 4 NT5B06AAAB 882219 2,833.66 421.53 3,255.19 Flash ACD and Voice Mail, Model 4 NT5B74AABC 882228 3,495.26 843.06 4,338.32 Flash ACD Softkey Kit NTAB2463 881676 998.65 105.37 1,104.02 Voice Mail 4.0, Model 2 (w/Minuet) NT5B74AAAG 882220 4,241.74 632.26 4,874.00 Voice Mail 4.0, Model 4 (w/Minuet) NT5B74AAA3 882221 5,240.39 632.26 5,872.65 Voice Mail 4.0, Model 6 (w)Mkuet) NT5B74AAAL 882222 6,738.35 1,053.90 7,792.25 Voice Mail 4.0, Model 8 (w/Minnet) NT5B74AAAN 882223 8,236.32 1,053.90 9,290.22 Voice Mail 4.0, Model 10 (w/Minuet) NT5B74AAAQ 882224 9,734.30 1,159.26 10,893.56 Voice Mail 4.0, Model 12 (w/Mmuet) NT5B74AAAR 882225 11,232.27 1,159.26 12,391.53 Voice Mad 4.0, Model 14 (w)Minuet) NT5B74AAAV 882226 12,730.24 1,159.26 13,889.50 Voice Mai14.0, Model 16 (w/Minuet) NT5B74AAAX 882227 14,228.21 1,15926 15,387.47 DS -30 (Fiber) to DVC (TCM) Adapter NTAB2261 831792 424.42 52.62 477.04 ICS Voice Mail Service (4 Ch. 3014r.) SPPI01 4,529.70 1,033.00 5,562.70 Fax Messaging SPP108 831826 4,369.07 210.72 4,579.79 Fax Messaging (w/8 Port Mail only) SPPI09 831827 4,369.07 210.72 4,579.79 Digital Networking Option NTAB2606 882260 1;497.97 105.37 1,603.34 Desktop Messaging (10 Seat License) NTAB2611 882289 998.65 0.00 998.65 Desktop Messaging (25 Seat License) NT AB2618 882291 2,246.95 0.00 2,246.95 Desktop Messaging (50 Seat License) NTAB2620 882292 3,994.58 _ 0.00 3,994.58 Desktop Messaging (100 Seat License) NTAB2622 882293 6,990.52 0.00 6,990.52 PAGE 3 Exhibit C Norstar Unit PnrchaseeZstall Prlcina Description Nortel Company Unit Material Unit Labor Total Part #. Part # Price Price Unit Price 2 Channel Upgrade NTAB2602 881785 1,747.63 368.81 2,116.44 4 Channel Upgrade NTAB2603 882257 3,245.60 526.9.0 3,772.50 6 Channel Upgrade N" TAB2604 882258 4,743.56 526.90 5,270.46 8 Channel Upgrade NTAB2605 882259 6241.53 526.90 6,768.43 MS -PEC (8 Channel Expansion) NTBB80AB93 831817 748.98 210.72 959.70 ' DVC (Digital Voice. Card) SPP138 824417 1,747.63 0.00 1,747.63 2 Channel Keycode (DVC Only) NTAB 1306 796060 1,747.63 316.08 2,063.71 8 MB RAM Upgrade NTAB 1326 796064 274.63 105.37 380.00 16 MB R411d Upgrade NTAB2529 823620 499.32 79.06. 578.38 4.0 NW Software Pkg. NTAB2594 882454 49.93 0.00 49.93 4.0 VM Upgrade Kit (Used 2/882454) NTAB2598 882255 499.32 105.37 604.69 Startalk AB, and C Y2K Upgrade NTAB1695 794524 1.33 210.72 212.05 Instant Internet 100 w/ISDN CQI001108 864700 1,226.22 421.53 1,647.75 Instant Internet 100 w/56K Flex CQ1001109 864701 1,226.22 421.53 1,647.75 Instant Internet 100 w/56x2/V.90 CQ1001110 864702 1,226.22 421.53 1,647.75 Instant Internet 400 w/T1 CQ1001078 864704 6,382.81 526.90 6,909.71 Instant Internet 400 w/V.35 CQ1001082 864705 4,575.74 526.90 5,102.64 24 Port 255 10/100 Hub AT2201E10 864707 1,934.85 421.53 2,356.38 100 Base -T Cascade Cable (use w/255 I AT2218002 864709 99.88 26.32 126.20 12 Port 350 10/100 Switch AL2012E18 864710 2,575.07 421.53 2,996.60 . 24 Port 35010/100 Switch AL2012E17 864711 3,220.45 421.53 3,641:98 1 Port 250100 Base -FX MDA AT2204003 864708 773.17 421.53 1,194.70 4 Port 400100 Base -FX MDA AL2033003 864712 2,058.76 421.53 2,480.29 4 Port 40010 Base -T/100 Base -TX ML AL2033004 864713 1,284.31 421.53 1,705.84 Datasmart 658 TI Single Port Add/Dro172658 821801 2,195.14 105.37 2,300.51 Datasmart T i Max Dual Part Add/Drop72761 821814 2,965.36 157.99 3,123.35 Crosspath T1 Mini DCS 77710 822057 7,611.25 52.62 7,663.87 Tl to Datasmart/Crosspath Unit 93010151: 824445 55.02 26.32. '81.34 Datasmart to V.35 Router 95010052 821459 115.11 26.32 141.43 Datasmart Mounting Tray 78031 821806 80.41 '26.32 106.73 NDI, License, V.35 Cable NTAB2943 882702 2,327.35 157.99 2,485.34 NDI, License, Bay DB -44 Cable NTAB3098 882703 2,327.35 157.99 2,485.34 NDI, License, Cisco DB -60 Cable NTAB3099 882704 2,327.35 157.99 2,485.34 Norstar Data Interface (NDI) NTBB26CA-93 882694 719.36 131.68 851.04 Bandwidth Allocation License NTAB2447 823614 1,730.71 0.00 1,730.71 NDI V.35 Cable NTAB2936 882696 372.38 13.12 385.50 NDI RS -449 Cable NTAB2937 882697 372.38 13.12 385.50 NDI EAI -530A Cable NTAB2938 882698 372.38 13.12. 385.50 NDI EAI-530/RS-232 Cable NTAB2939 882699 372.38 13.12 385.50 NDI Bay DB -44 Cable NTAB2940 882700 372.38 13.12 385.50 PAGE 4 � �. 8 9 U ® 0 Exhibit C Norvtar Unit Purchase/Install Pr dag Description Nortel Company . Unit Material Unit Labor Total ` Pari # Part # Price Price Unit Price NDI Cisco DB -60 Cable NTAB2941 882701 372.38 13.12 385.50 Monaural (Headband) A0651109 169631 159.96 6.18 166.14 Binuaral (Headband) A0651110 830264 186.60 6.18 192.78 Binaural NC (Headband) A0378152 830298 197.26 6.18 203.44 Wireless Amplifier (Headset Separate) A0651108 831628 499.91 61.91 561.82 3 in 1 Headset (For Use w/Wireless) A0651112 831698 134.96 6.18 141.14 Ear Hook Kit A0378013 169302 20.00 6.18 26.18 PC Console with CTA100 NT8B83AAAA 882278 1,416.73 123.96 1,540.69 PC Console with CTA 1501 NT8B83AAAB 882279 1,588.11 123.96 1,712.07 PC Console CD -Rom (Software only) A0720202 823656 1,256.77 0.00 1,256.77 1 Attendant License Upgrade NTAB2231 882239 936.86 0.00 936.86 4 Attendant License Upgrade NTAB2232 882240 -1,860.02 0.00 1,860.02 5 Watt Horn (One Way) 456074 580520 138.37 46.50 184.87 5 Watt Talk -back Horn (One Way) 456071 580673 74.19 46.50 120.69 15 Watt Horn (One Way) 456055 580609 163.14 46.50 209.64 8" Ceiling Speaker (One Way) 456077 580500 47.55 46.50 94.05 8" Ceiling Speaker (Talkback) 456075 580674 36.18 46.50 82.68 Bridge/Backbox Mounting Hardware 456059 580679 22.81 30.96 53.77 V-2000 Page Control (1 Zone,12P.U.) 436178 580540 204.45 123.96 328.41 V-2001 Page Control (1 Zone, 20P.U.) V2001 A 580682 296.37 123.96 420.33 V-2006 Page Control (6 Zone, 30P.U.) 436452 580556 617.49 123.96 741.45 6 P.U. Power Supply 433512 580627 34.24 0.00 34.24 FM. Tuner 455187 580665 112.21 61.91 174.12 Tuner Power Supply (Use w/455087) 433159 580626 17.46 0.00 17.46 Volume Control (Wall Mount) 457083 580615 30.43 30.96 61.39 MessageJMusic On Hold SC4 820206 899.30 61.91 961.21 Message On Hold - 4 Mins. 451617 729187 774.46 61.91 836.37 Message On Hold - 8 Mins. 451666 729186 941.49 61.91 1,003.40 Maestro 900 DSS (Black) A0664093 823521 210.98 26.32 237.30 Maestro 4625CT (Black) A0658355 831738 141.28. 26.32 167.60 Tropez I Line Cordless 90ONDX 794573 313.00 30.96 343.96 Tropez 2 Line Cordless 6400-70 764575 492.90 30.96 523.86 Tropez Clip -On Holster GR1PIT 820408 24.04 0.00 24.04 Noisy Area HandsetJConfidencer (B1ackNT0009NLO3 796154 50.78 0.00 50.78 Noisy Area Handset(Confiden= (GrayNT0009NL93 796156 47.61 0.00 47.61 Noisy Area Handset/Confidencer (BeigeNT0009NL35 796155 47.61 0.00 47.61 Polycom Sound station 454I28 793066 791.91 30.96 822.87 Polycom EX (3 Speakers) 454132 793074 1,585.41 30.96 1,616.37 M7324 Feature Card P0709289 723897 0.67 -0.00 0.67 M7310 Feature Card P0749850 723889 0.67 0.00 0.67 PAGE 5 • %? 00- 890 Description Noitel Company Unit Material _Unit Labor Total Part # Part#. Price Price Unit Price Startatk Flash User Guide P0803806' 796137. 1.33 0.00 1.33 Norstar Voice Llan User Guide PO869198 821251 1.33 0.00 1.33, VLf Training Video VT030 796146 13.32 0.00 13.32 Norstar CBT CD 980451 881662 39.94. 0.00 39.94 Analog Line Protector 6 -AP 302520 10.61 5.25 15.86 TI Line Protector RJ-AP45 789334 .36.83 13.12 49.95 OPX Line Protector 6 -DP 302521 10.61. 5.25 .15.86, 2x1 Pack-agew/XC Soft -are, AS1251 821492 ' 1,802.44 316.08 2,118.52 6x2 Package w1XC Software AS1252 821493 460.30 843.06 5,103.36 Base Station NTAE20AA 797035 475.19. 105.37 580.56 Omni Outdoor Antenna NTAE50AA 797136 376.87 105.37 482.24 Portable Handset NTHH1 IEA 821495 311.33 26.32 337.6S Charger Kit wBattery NTHH06CA' 797042 131.09 0.00 131.09 Portable Credit SW8501 797049 98.32 0.00 98.32 Portable Clip -On Holster NT-1224AA 797047 16.38 .0.00 I6.38 Companion Headset NTHH23BA 79 7 046 114.70 5.25 1.19.95 8-Bix Remote Power Interface NTE023AA 881004 458.80 26.32 485:12 16 -Bic Remote Power Interface NTE024AA ' 88I005 786.52 0.00 786.52 1 IOV Plug -In Transformer A0396334 797026 39.32 0.00 39.32 LABOR RATES: Regular 8:00 am to 5:00 pm 64.00 64.00, Overtime 96.00 96.00 0 (EXHIBIT D) EXAMPLE OF NIONTHY SUMMARY STATEMENT BellSouth Communication Systems, Inc. (BCSI) Itemized summary statement for the month of (Month, Year) Chargeable to (Broward County Purchase Order Number) IPON Agency Name/ Vendor Date Billing Number Location Ticket # Completed Amount 99-0001 County Attorney 123 10-26-98 S100.00 99-0002 Court Administration 124 10-28-98 5200.00 99-0003 Libraries Division 125 10-29-98 $300.00 Sub -total: $600.00 Monthly Maintenance Charges: (Monthly maintenance is based upon BCSI meeting full contract requirements.) Governmental Center/Main Library S7,302.55 Judicial Complex/Main Jail S 8,664.23 North Regional Courthouse S 653.56 EOC/West Courthouse and Library S 1,934.42 OES/WasteWater S 1,621.07 Alcohol & Drug Treatment Center S 366.35 DNRP S 835.84 Midrise Building S 1,341.09 Parks & Recreation Administration S 438.68 Port Everglades/Public Safety Building S 732.36 South Regional Courthouse S 500.25 Mass Transit S 870.12 Traffic Engineering S 477.37 Sub -total: $25,737.89 Total: $26,337.89 PAGE 1 0 * 0 EXHIBIT E h &�Y.RT C L NETWORKS SOFMARE 110ENSE `ORIEL NETWORKS INC ("NORTEL) TEUCO&MfUNICATIONS PRODUCTS THIS LEGAL DOCUNiI:. T IS A UCEYYSE AGREE.KENT (" License') BEZWEEN YOU, THE E,4M-us�R (-CVSTO..SiER7 A?ID NORTEL. BY. %CQUMrgG A SYSIEK AN UPGRADE TO AN EXLSTING SYSTEM OR SOFTWARE PRODUCTS FROM NORTEL OR A NOWM DISTRIBUTOR. YOU, THE CUS'TONOM, AGREE TO EE DOL ND BY THE TOWS OF THIS LICENSE Subject to the tercets hereinafter ses foeth. NORM gang to CUS11Vfr(ER and/or its repeserAn ves, with a 'rnxd to know, - a persocal, rmn rdtsive license (I) to use toe Ikensed software, proprietary to NORTEL or its supplies and M muse duce associated doc:nmenlatioa. CLS70HM is Vanted no tide or ot«neeship rights. in or to the Ideated sohware, in whole or in part, and CUSIOMM 3dahowledgns that cite to and all copynglus, pareses, trade secrets and/or any other mtelleetital property tights to and in all such licensed software and assocatW doesanentation are and shall eaisaia the property of NORTEL and/or . lORIEL's suppbers The nghc to use lica*ed software may be restricted by a wha=m of usage of appliatltms based upon number of fates, number of pont ==her of terminal mmtbets uaigsed, number of users, or scare similar measure, beyond the specified usage level may rtgm v payment of an mcrunnual charge or awther Base fee. NOKT11 censidra the I=twd software to contain 'trade :•eget:' of Nalk=L cad/or its suppliers. Such 'trade sacred' - mclude, without 5misation thereto, the spedfnc design straGuine and logic of itdhvidual keened software programs, their mteracurts with other porbans of licensed mftwzm both i twnal aid o ernaL acid the peogssmtaieg etcluegaes employed thesest. 71t order to mammin the'hade serve' Sato of the information contained within the Swised soflwa t, the licensed sohwar: b being delivered to CVSZOI• M in object code font only. • Af& to ash copy of Scernsed software made by e% in the same farm and botierrt, a reprodunmcet of the mpyaSht nodce4 trademarks, and all other propdetary kgads cad/or, bgos of NORTEL and/or XOK=3 supolkaa, appearing on the original copy of muh Loensed softwato dekhvezed to CU5P0MIIt; and retain the same wihout alteration on all original copier and • Issue instructions to each of its authorized employers agents, and/or representatives to wham licensed software Is disclosed. advising them of the Mfldential acerae of Ag h heaved software and to provide them with a stmhau:y of the re trentemts of this License std • Renu -n the Seemed softoare and all copies tuougls an Authmnud Distmbumr to NOKM at such time as {T,STOhLR chooses to permanently cease using, it CUSTONM shall not Use licensed software () for any purpose at'= the CUSTOMEKS own intesstal business purposes and Q other than as orovided by this Lurie or • A]uw artywe other than CLSTOwfilts—%Pbyea, 29WO and/or repswntadva with a 'need 4 kn*w' w have physial access to kansed software or • Make any copies of licensed software oxept mud+ limired mtartbe of objea code cap m n aadune madabe bum trema. NORTHL or any of its nupplim holding my istelloc property rights in any licensed software, and/or any third party owning any iacelleetual peophrty rights m software from which the licensed scitwaxe was derived. are inamded third party beneficiaeia of this License. All Vanni of tights to use intellectual property beaded to be aetomphsheei by this Lioasse are eorfslkftly stated. No other genes of saeh rights strap be irderred or shall arise by iatpliatioa CUSMI-M warns to NOR -1a that CUS'I1TME& Is not pig rte rlghm grated by this License In atstiepatios al reselling those rig res, CLISI'obm shall- • Hold the'ke:ssed software fit confidmtee for the benefit of NORTEL and/or NOX=s suppbere using no les a degree of care than it uses to protect its own otos confidential and valuable infamhatian; and • Keep a mass retroed of to kation of each copy of lieerved software made by It and • ka ail and use each copy of 6cemed software only an a sk%k CPU at a time (!or this purpose h*et CPU shall include systems with redumdwt procesmrg units). and as may be rusonabPf necessary for amcution or archival pnrtpeses Deily% or • Make any modil5asocm enhm= nes s, adaptations, err traslab=s to or of licensed 3ta9wam ecept as may molt Rent those cl=bgR interactions with the k=nd software assocated with nomtal use and cephined is the associated doeumerttatiorc or • Afteampt to reveru engio Abe -bk revan uxubW de coogAe, or in any other roamer dem& bm need sohwam in order b derive the source code foot or for any oder reason; or • Make full or partial copies of say docsaniftvw6on or other similar printed or nuehine-readable matter praridtd with lkensed software unless the sane has been sapp8ed In a huan by NORTEL intenderd for periodic repax etim of Partial copic:or Export or reexport Scetsed software and/or associated dtsaanentanon from the fifty, rata of tie United States std the Distda of eottrmba. • NOM Notwit Bund rg the above asek6om if CV=?.9R has licensed the licensed software under a 112 b.-,, ' opddm as set tett ka CUSTMews pucci+>se agteteomeot CtISTON= is authorized to make a 6ahised number of Copies of the licensed software std deaunewtfon w support additional uses as specified in CUSt'ONOrs purchase agreemamt to 4.17 NA—aura • me inauted haedwom tsha rot othe" uc. %6*T to Qtr pay alai! of the that cvnau t cum fie (or new user% d aeey, NQ -Kh ,4posent Shit be valid WLt9 Ct;S101*0= (1) has debaated all of its obhpdo a under this License :o the anlgneC and CA has obiai hom tha atdgter an ancanG-'W wnttah ustmeptioe of all such ob5pticm and (3) has petwidea NORTEL a copy. of such assovemut, dalepoon and azutopti= and (.q hu trwaimed phy iW yos c—A of AU Umued software and as associated docununtation to the assignte IVA daaoyed an acchrial copies: Excv?t as ptovuted, neither this License nor airy rights acgmttd by C'=%= through Itis Lxww are antgnable. Any aaesnoted amignatest of zietts std/or etsader of liccawd sohw2m not spea8cally albwtd d a ,be void ami mridusvdy ?"=mad a matee-d brach of this Liceue. THE LICENSED SOFTWARE IS PROVIDED BY NORTEL "AS IS' A,%M WTTHOUT WARRANTY OF ANY KIND OR NATURE, WRTCrEN OR ORAL, EXPRESS OR LNIPUM, INCLUDING (W MOUT uwrATIoM THE IItiPI m WARRANTIES OF MERCHANTABIISIY AND OF FITNESS FOR A PARTICULAR PURPOSE. THIS LIMITATION OF WARRANTIES WAS A MATERIAL FACTOR IN TIM ESTABLLSHbdE,1 T OF THE LICENSE FES CHARGED FOR EACH SPECIFIC ITLM OF SOFTWARE LICENSED. IN NO EVENT WILL NORTEL. ANIDM NORMS StTP?tIERS AND TIM DIRECTORS, OFFICERS, E.VPLOYEES OR AGEM BE LIABLE TO OR THROuGFI CUSTomm FOR DECIDE nx. n �J povides wntten aoece of such dLmed mumivl breach to CLSIOMER and GW *beer." clue n=N claoned asaterul breach eema>:n anconee-tet arid!* omirigaved ante than durty fM daps 52LIOWMS CLSm QCs tempt of written notice sPaciffas Tri reasonable data9 the nanny of ter domed matwW broadL that CLSZ'OivIFSS t &dmow(edgtt tku this Licmw may be aamedUtdy t=v4ted by NOR= and CUSi'OtM huther Admowiedgts that any vWA tetmlaation shall be wtthout ptejh.d to any other tights and teetedies that tORTEL may havo at law or arwtuity. ERI SS L ?AI EED WARRA..TIES FOR A,vY r MM OF LICE-iSFM SOFTWARE, IF ANY, WILL; BE SOLELY THOSE GRANTED DIRECTLY TO CUSTOMER BY DLSTRIELTOR OTmR THAN AS SET FORTH THEREIN, THIS LICENSE DOES NOT CONFER A -NY WARRANTY TO CUSTOMER FROM OR SY NORTEL OR , F?W&n.aARY DLV AGES OF A.%TY KL -ED, INCLUDING LOST PROFITS, LOSS OF BUSINESS OR BUSINESS DEFORMATION, 8'USIN-ESS INTERRUPTION, OR OTHER ECONOhIIC DAtiAGE, AND FURTHER INCLUDVG INJURY TO PROPERTY, AS .A.RFSULT OF USE OR INABILITY TO USE THE LICEESm SOFTWARE OR BREACH OF ANY WARRANTY OR OTHER TOM OF THIS LICENSE, REGARDLESS OF WI ETHER NORM A%MIOR NORTEL'S SUPPLIERS WERE ADVISED, HAD OTHER REASON TO MOW, OR IN FACT 3:NRW OFTHEPOSSMILTTYTHEREOF THE RIGHTS AND OBLIGATIONS "ARISING UNDuc tuts UCENr. ISE a--" 37 C1DN9=v-rM D; -- ACCORDANCE WITS THE LAW OF= STATE OF 'FLORIDA. uvutxt�r,iorr."%A, L-UN.)tVLJrW4Ltlu..runtIIVZ6 CUSTOMER HEREBY AGREES TO ADHERE TO THE TERMS AND CONDITIONS OF THIS SOFTWARE LICENSE AGREEMENT. CLSTOMER SIGNATU M YRI.rTED NA.� DATE: COMPANY NANM TELEP- HONE NUh>RER DISTRIBUTOR NAME: Radford L Kelly AVP. Contratds and Market Channel Management Nortel Networks Inc. Solewa:s Licetso Vas:oa Too Noel f Networks Inc. Products Septrtmbas 2419% 0 EXHIBIT F — Prevailing Wage Rates: On November 17, 1983, the Broward County Board of County Commissioners enacted Ordinance No. 83-72 providing that, in all. no -federally funded construction procurement activity of $250,000 or more, the rate of wages and fringe benefit payments for all laborers, mechanics, and apprentices shall not be less than those payments similar skills in classifications of work in like industries as determined by the Secretary of Labor and as published in the Federal Register (latest revision). Prevailing Wage Rate Ordinance: This Project is not federally funded. If the construction cost is in excess of $250,000, the following section shall apply: 1.1 The rate of wages and fringe benefit payments for all laborers, mechanics, and apprentices shall not be less than those payments for similar skilis in classifications of work in a like construction industry as determined by the Secretary of Labor and as published in the Federal Register (latest revision). 1.2 All mechanics, laborers, and apprentices, employed and working directly upon the site of the work shall be paid in accordance with the above -referenced wage rates. CONTRACTOR shall post notice of these provisions at the site of the work in a prominent place where it can be easily seen by the workers. 1.3 If the parties cannot agree on the proper classification of a particular class of laborers or mechanics or apprentices to be used, the Contract Administrator shall submit the question, together with its recommendation, to the County Administrator for final determination. 1.4 In the event it is found by the Contract Administrator that any laborer or mechanic or apprentice employed by CONTRACTOR, or any Subcontractor directly on the site of the work has been or is being paid at a rate of wages less than the rate of wages required by the ordinance, the Contract Administrator may: (1) by written notice to CONTRACTOR terminate its right to proceed with the work or such part of work for which there has been a failure to pay said required wages; and (2) prosecute the work or portion thereof to completion by contract or otherwise. Whereupon, CONTRACTOR and its sureties shall be liable to COUNTY for any excess costs occasioned to COUNTY thereby. 1.5 Section 1.1 through 1.4 above shall apply to this Contract to the extent that it is: (1) a prime Contract subject to the ordinance; or (2) 0 89 a subcontract also subject to the ordinance under such prime Contract. 1.6 CONTRACTOR shall maintain payrolls and basic records relating thereto during the course of the work and shall preserve such for a period of three (3) years thereafter for all laborers, mechanics, and apprentices working at the site of the work. Such records shall contain the name and address of each such employee; its current classification; rate of pay (including rates of contributions for, or cots assumed to provide, fringe benefits); daily and weekly number of hours worked; deductions made; and actual wages paid. 1,7 CONTRACTOR shall submit, with each requisition for payment, a signed and sworn "Statement of Compliance" attesting to compliance with Broward Cou���Ly Ordnance 114'o 83-12. The Statement shall be in the form attached as Exhibit G. 1.8 The Contract Administrator may withhold or cause to be withheld from CONTRACTOR so much of the payment requisitioned as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, watch persons, and guards employed by CONTRACTOR or any subcontractor on the work, the full amount of wages required by this Agreement. 1.9. If CONTRACTOR or any subcontractor fails to pay any laborer, mechanic, or apprentice employed or working on the site of the work all or part of the wages required by this Agreement, the Contract Administrator may, after written notice to CONTRACTOR, take such action as may be necessary to cause suspension of any further payments or advances until such violations have ceased. 2 — EXHIBIT!Q STATEMENT OF COMPLIANCE No. Contract No. Project Title: The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by application for payment to which this statement is attached, all mechanics, laborers, and apprentices, or working on the site(s) of this Project, have been paid at wage rates, and that the wage rates of contributions, or costs for fringe benefits have not been less than those required by Broward County Dated , 19 By By (Name and Title) COUNTY OF The foregoing instrument was acknowledged before me this day of . 19_, who is personally known to me or who has produced WITNESS my hand and official seal, this day of. 19 typed, printed or stamped (Title or rank) (Serial number, if any) CAF# 112.FRM as EXHIBIT H ESSENTIAL LIST FOR MAJOR REPAIR COVERAGE Section 11.7.2 "Major Repair Requirements," of the Telephone System Master Maintenance Agreement requires immediate repair service, and states: "Failure of any line or station essential for safe operation of the building. No more than ten (10) specific lines or stations per building will be identified by the COUNTY. Exhibit H identifies these stations by location." .The essential numbers, by location are as follows: Governmental Center (115 S. Andrews Avenue, Fort Lauderdale): Telephone # Location Agency/Individual 357-6000 Lobby Security Desk 357-8000 -Annex - Room 440 Telephone Help Desk 357-7000 Room 421 County Commissioners 357-6345 Room 404 Office of Budget & Management Policy" 357-7600 Room 423 Office of County Attorney 357-7350 Room 409 County Administration 357-6480 Room 504 Building Manager " 357-7.130 Room 513 Finance & Administrative Services Department .357-6390 Room 427 Community Services Department 357-6385 Room,433 Human Services Department 3.57-6605 Room 329 Planning. & Environmental Services 357-6410 Room 514 Public Works Department 357-6830 Room 11.1 Property Appraiser 357-6065 Room 212. Purchasing Division 357-7200 Room 210 Risk Management Division 357-7050 Room 102 Supervisor of EIections 357-7414 1 st Floor Main Library Security Desk Co- Judicial Complex/Main Jail (201 S.E. 6 St. and 555 S.E. 1st Ave., Fort Lauderdale): Telephone_ # 831-5605 831-7741 831-6584 831-7837 831-8833 831-7330 831-6955 Location Courthouse, Room 136 Courthouse, Room 880 Courthouse Courthouse, Room 421 Room 3872 Courthouse Room 665 Main Jail numbers Agency/Individual Clerk of Court Trial Court Administrator Building Manager Chief Judge Public Defender Sheriff- District 6 State Attorney's Office North Regional Courthouse (1600 W. Hillsboro Blvd, Deerfield Beach): Telephone # Location 831-1400 Lobby 831-1401 831-1499 Agency/Individual Courthouse Security Desk Building Manager Switchroom South Regional Courthouse (3550 Hollywood Blvd., Hollywood): Telenhone # Location 831-0398 Lobby 831-0399 Lobby Ap-ency/Individual Courthouse Security Desk Courthouse. Security Desk Mass Transit (3201 W. Copans Road, Pompano Beach): Telephone # Aaency/Individual 357-8400 Bus Information 357-8300 Administration 357-8423 Maintenance 357-8361 Director Parks & Recreation Administration (950 N.W. 38 St., Oakland Park): Telephone # Agency/Individual 357-8100 Administration 357-8106 Director 357-8108 Assistant Director 2 • • Traffic Engineering (2300 W. Commercial Blvd., Fort Lauderdale): Telephone # AgencOndividual 484-9600 Ext. 200 Director 484-9600 Ext. 204 Assistant Director 484-9600 Ext. 270 Operations Superintendent - Signals Alcohol & Drug Abuse Services (1011 S.W. 2 Ct., Fort Lauderdale): Telephone # Location 831-1577 General Clinic Information 831-1579 Medical Detoxification 831-1563 Director of Nursing 831-1553 Intensive Outpatient Program 831-1585 Security - 831-1555 Security 831-1585 Building Manager Department of Natural Resource Protection (DNRP) (218 S.W. 1 Ave., Fort Lauderdale): Telephone # Agency/Individual 519-1400 Administration 519-1202 Director, Administration 519-1220 Air Quality Division 519-1230 Biological Resources Division 519-1240 Environmental Monitoring Division 519-1250 Land Use and Permit Division 519-1260 Pollution Prevention and Remediation Division 519-1270 Water Resources Division Port Everglades (1850 Eller Drive, Fort Lauderdale): Telephone # Agency/Individual 523-3404 Main Listed number [Need extension numbers for critical numbers.] 3 Office of Environmental Services (OES) (2555 W. Cooans Road, Pompano Beach): Telephone # Agency/Individual 831-0747 Director, Environmental Engineering Division 831-0962 Assistant Director, Environmental Engineering Division 831-0705 OES Information 831-3250 Customer Service 831-0932 Director, Administration 831-0912 Assistant Director, Administration 831-0990 Fiscal Operations Division 831-0909 Director, Fiscal Operations Division 359-1216 WasteWater numbers Emergency Operation Center/West Regional Courthouse (201 N.W. 84 Ave., and 100 N. Pine Island Road, Plantation): Telephone # Location Agency/Individual 831-3900 EOC, 3rd Floor Director 831-3908 EOC, 3rd Floor Assistant Director 831-2360 Courthouse Building Manager 831-2362 Courthouse Security Desk Midrise Building: Telephone # Location Agency/Individual 357-8500 3rd Floor Administration 357-8600 4th Floor Development & Operational Services 357-5570 3rd Floor Director, Administration 357-7487 3rd Floor Director, Network, Communications and 359-1213 200 Terminal Drive Desktop Services Aviation Department (320 Terminal Drive and 200 Terminal Drive. Fort Lauderdale): Telephone # Location Agency/Individual 359-6118 320 Terminal Drive Director, Administration 359-1032 320 Terminal Drive Deputy Director, Administration 359-6105 320 Terminal Drive Information Systems Manager 359-6145 320 Terminal Drive Director, Business Division 359-1213 200 Terminal Drive Director, Operations Division 359-1216 200 Terminal Drive Terminal Manager, Operations Division 4 �� 890 • ff.�1ZII AMEAL SWITCH MUNTORY REQUI. F.M M The following reports are required on an annual basis to provide the COUNTY with detailed information as it pertains to each Nortel Meridian telephone system. Exception• Reports:, The Exception section is comprised of six separate reports. Each report looks for specific programming abnormalities and identifies those stations which may be experiencing problems. These • items, should be addressed for continued proper communications management (See Examples attached for each report indicated below) nassigned Area Codes- Identifies o esIdentifies those North American Area Codes which have not been defined in the BARS system. Long Distance calls to those Area Codes would require operator assistance for ccnipletion. Irdercom and Call Pickup Group: Report highlight those respective groups with only one station. While not service affecting, proper communications management would call for the deletion of such groups. Misassigned private Lines: Report identifies all Route 31 Trunks (private lines) assigned to an extension number which .does not appear on any set All trunks so identified should be immediately investigated. Your calls may be going unanswered or you are absorbing additional costs from the telephone company for capability going unused Hunts and Forwards; Report identifies those stations which either Hunt or Forward to an extension number which does not appear on any set • Care should be used in analyzing this report for some stations mayhunt or forward to system numbers, such as Voice Mail extensions. Vacant Trunk Routes: Report identifies Trunk Routes defined in the Route Data Block but do not have trunks assigned to them . System Software Rows: This section lists all Nortel System Software which has been-purchased and is available for use by your organization. (See Examples attached for each report indicated below). Format Reports: Organized in numerical order, by the Software Option number. SSSS: This section is useful in planning for system additions and enhancements. It may also be used as a reminder of capabilities you may not yet be taking advantage of, such as Option 95, Call Party Name Display. 2 Location: araward County Report Sntereom The following gro va have only one station and should be diseoanected. 30,30L, �F .Mf LOCatfoa: Droward county Report: software Configuration Vr_;zSION 1211 RiLEaSE 19 ISSUE 32 Serial Number 6200 Software Capacities Option - 41, Name - ACDB - ACD, Package 8 It Option - 42, Name - ACDC = ACD, Package C 'Option. - 43, Name - LHAN '- ACD Load Management Option - 44, Name - MUS - Music Package option - 45, Name - ACDA - ACD, Package A TN CCU -It 8500 Used 2710 Spare 5740 ACD Agents 100 Used 78 Spare 22 ACD Exts 1000 Used 59 - Spare 941 Assoc Sets 8500 Used 0 Spare 8500 D Channels 64 Used 5 Spare 59 Appl Links 16 Used I Spare 15 Option - 1, Name - OPTF = Extended PBX Features Option - 2, Name - CUST - Multi -Customer Option - 4, Name - CDR = Cafl Detail Recording Option - S. Name - CTY = CDR on a Teletype machine Option - 7, Name - RAN = Recorded Announcement Option - 8, Name - TAA = Time and Date display Option - 9, Name - t1NDI = Do Not Disturb, Individual Option - 10, Name - EES = End to End signaling Option - 11, Name - nVTR = Intercept Treatment Option - 12, Name - ANI - Nt=bes :dc=tifi=t-on Option - 13, Name - ANIR A17I Route Selection Option - 14, Name - BRTE = Basic Routing ( Option - 15, Name - R?E = Remote Peripheral Equipment I Option - 16, Name - DNDG - Do Not Disturb, Group Option - 17, Name - MSB = Make Set Busy Option - 18, Name - SS25 - Special Service on 2500 Sets Option - 19, Name - DDSP = Digit Display Option - 20, Name - ODAS = Office Data Administration System Option - 21, Name - DI = Dial Intercom Option - 23, Name - CHG = Charge Account Option - 24, Name - CAB = Charge Account/Authorization Code (Base Package) Option - 25, Name - BAUT = Basic Authorization Code Option - 26, Name - CASH - Centralized Attendant Service, (Main) Option - 27, Name - CASR = Centralized Attendant Service (Remote) Option - 28, Name - BQUE = Basic Queuing Option - 29, Name - ZnW = Electronic Switched Network (ESN) Traffic Measurments Option - 32, Name - NCOS - Network Class of Service Option - 33, Name - CPRK = Call Park Option - 34, Name - SSC = System Speed Call Option - 35, Name -.IMS - Integrated Message Service Option - 36, Name - ROA - Recorded Overflow Announcement Option - 37, Name - NSIG - ESN Signaling Option - 38, Option - 39, Name - MCBQ - ESN Queuing Name - NSC - Network Speed Call Option - 40, Name - BALM - Basic, Automatic Call Distribution (ACD) Option - 41, Name - ACDB - ACD, Package 8 It Option - 42, Name - ACDC = ACD, Package C 'Option. - 43, Name - LHAN '- ACD Load Management Option - 44, Name - MUS - Music Package option - 45, Name - ACDA - ACD, Package A StationlPort Tamplo. This section presents a graphic image of each set in the PBX system. Graphics of all telephone instruments are in extension number order and indicate WI features of that' station. (See Examples. attached for each report indicated below) Use this section to discuss changes with users and to prepare service or repair orders. The graphics provide a common reference point for all parties. Common KV Feature Codes Used ADL - Autodial A03,6 - 316 Party Conference CFW - Call Forward CHG - Charge Account CWT - Call Waiting DIG -Dial Intercom GPU - Group Pickup GRC - Group Call Hot - Hotline LNK - Last # Redial MIK - Message Indic. Key MCK - Message Cancel MWK - Message Waiting _ MSB - Make Rus; PRS - Privacy Release PRK -Call Park PVR - Private Line ring PVN - Private Line not-ring RGA - Ring Again RDL - Redial RNP, -Call Pickup . RLS -Release . SCU - Speed Call User SCG - Speed Call Controller SSC - System Speed Call Controller . , SIG - Signal TRN -Transfer SSU - System Speed Call User VCC - Voice Call, 3 1;.p • Cuss No: 0 Set Typo ATT Ext Number. 0 AT7D Name: Ext FVXI-ft E= Hurt Ext Hunt Key. ICAC spa call -SIX Can Pickup: Cts of Svc Cis of Svc Spd CapSys: Run: Cb of S%= TGAR Floor Rust Eq*ment 017 0 01 00 Sarwim Date: 2E JUN 1995 Cust No: 0 Set Type: ATT Eat Number. 0 AM Name: FVXI-ft Ext Hurd -ft EA fans trey. Cal Pickup: spa call -SIX Cts of Svc Cis of Svc TGAR Run: Fbor I Rut EgtipreW 324 0 01 00 Ctut Na 0 Set Type: ATT Exf Number. 0 ATTD Name Fhd-trt 6t Hunt -Int Ext Halt Ker Cap fxltb,p: spa CaFSys Cts of Svc Cb of Svc TGAR Run: Floor. Rut Eq*ff ent 051 0 01 00 CustNo: 0 SetType:ATT Ext Number. 0 ATTR Name: Fvj&lM Ext Hu *kc E)a Hurticer. Cap Pklasa Ca Spd Cap -&1 Cts of Svc TGAA Fbor. Run: Eq*msm 057 1 10 00 0 Order: Due Date: Comments: Order #: Due Date: Comments: Order #: Due Date: Comments: Order #: DueDate: Comments: all Porl Count RepgLI: This section contains the first example of a typical textual report The majority of textual reports are similar in format The location name, We of report and specific report criteria are always contained in the first line of each page. All textual reports, with the exception of Routes, Intercoms and Station Speed Call Lists, will provide a count of all ports meeting the report criteria in the heading. (See Examples attached for each report indicated below) Format a== This section presents a listing of all ports of, a common type and is sorted in numerical order by extension number. The extension number of each set, the floor and cable number (as derived from the Meridian 1 DES fields), the equipment (TN) and the set type are also listed. It is the Port or Set type report, along with a determination of spare equipment, which is used to formulate the first page. This mformaaticn. ,;.o; be :.Sed to ver,;i -maintenance o.-Id =tab!Lsh ai inventory of system hardware. Lccatioa: Browarfl County Report: Tort or Set TYPO 2008 Nam !ZT 1L R= SQIIZPNA= S!T 1 2038 1108 092 0 04 00 2008 2 2203 LIB 088 1 02 08 2008 3 2274 406 088 1 00 07 2008 4 2386 114 088 1 04 10 — 2008 5 2686 102 092 0 07 05 2008 6 2918 1108 088 0 06 15 2008 7 2919 1108 088 0 05 13 2006 s 2920 1108 088 0 04 09 2008 9 2921 1108 088 0 03 14 2008 10 2922 1108 068 0 07 09 2008 11 2923 1108 088 0 06 14 2008 12 2925 1108 088 0 05 12 2008 13 2926 1108 088 0 04 08 2008 14 2927 1108 088 0 03 13 2008 15 2928 1108 088 0 07 11 2008 16 2929 1108 088 0 07.12 2008 17 2931 1108 088 0 06 13 2008 18 2932 1108 088 0 03 09 2008 19 2933 1108 088 0 04 04 2008 20 2935 1108 088 0 OS 00 2008 21 2937 1108 088 0 06 06 2008 22 2938 1108 088 0 04 07 2008 23 2939 1108 088 0 03 12 2008 24 2940 1108 088 0 07 07 2008 25 2941 1108 088 0 06 11 2008 26 2942 1108 088 0 05 10 2008 ( 1 27 2944 1108 088 0 03 10 2008 28 2947 1108 088 0.04 05 2008 29 2950 1108 088 0 05 09 2008 30 2951 1108 088 0 06 10 2008 31 2952 1108 088 0 07 06 2008 32 2953 1108 092 0 03 15 2008 33 2956 1108 088 0 03 11 2008 34 2957 1108 092 0 03 14 2008 35 2988 1108 088 0 07 OS 2008 36 2989 108 088 0 04 06 2008 . 37 2991 SCAN 088 1 01 05 2008 38 2995 2975 088 1 01.03 2008 39 3446 120A 088 0 13 14 2008 40 3471 1324 092 0 OS 07 2008 41 3554 2AMM 088 0 10 11 2008 42 3596 120A 092 0 03 10 2008 43 5204 RN 073 0 05 04 2008 44 5204 Epp 073 0 05 05 2008 45 5204 HP8 O82 0 10 07 2008 46 5204 HP3 O88 0 01 04 2008 47 5204 EMBREP 088 0 03 01 2008 48 5210 HP6 073 0 05 07 2008 . 49 5248 ANNE 2 092 0 05 12 2008 J 50 5249 ANNE 2 092 0 05 11 2008 Trunk Rwes Renort Routes are a grouping of similar Trunks performing an identical purpose. For example, all DID Trunks for a main telephone number vwuld be part of a single Route. (See Examples attached for each report indicated below) Forma: This section is organized in Route order sequence with the number in the left most column of each report reflecting the Member number in the Route. Sly= The Route reports give the user a quick listing of the number of trunks associated with each Route, and by simple addition, the total number of trunks in the System. 5 yoCatioaa srorarI Coaaty Report: ]tout• 1 NADZ =T TL RO'8 EQUXNNRHT 8!T 1 032 1 02 Ol COT 2 032 1 03 01 COT 3 033 0 03 01 COT 4 025 1 03 00 COT 5 000 0 03 01 — COT 6 001 0 02 01 COT 7 001 0 03 01 COT 36 001 0 04 O1 COT 37 002 0 03 01 COT 38 002 1 02 01 COT 39 002 1 03 01 COT 40 003 0 03 01 COT 41 003 1 02 01 COT 42 003 1 03 01 COT 43 008 0 03 01 COT 44 008 1 02 01 COT 45 008 1 03 01 COT 46 010 1 02 01 COT 47 010 1 03 01 COT 48 Oil 0 03 O1 COT 49 Oil 1 02 01 COT 50 011 1 03 01 COT `l. 51 016 0 03 01 COT 52 016 0 04 01 COT 53 017 0 03 01 COT 54 017 1 02 01 COT .55 017 1 03 01 COT 56 018 0 03 01 COT 57 018 1 02 01 COT 58 018 1 03 01 COT 59 019 0 03 01 COT 60 019 1 02 01 COT 61 019 1 03 01 COT 62 009 0 03 01 COT 63 009 1 02 01 COT 64 009 1 03 01 COT 65 024 1 02 01 COT 66 024 1 03 01 COT 67 025 1 03 01 COT 68 026 0 03 01 COT 69 026 1 02 00 COT 70 026 103 01 COT 71 027 0 03 01 COT 72 027 1 02 01 COT 73 027 1 03 01 COT 74 028 0 02 01 COT 75 028 0 03 01 COT 76 009 0 03 00 COT 77 010 0 03 01 COT J RoIA2 Lists Report; Route Lists define the Routes to be used in calling specific Area Codes, as well as the Station Classes of Service (NCOS) which may have access to the Trunk Routes. (See Examples attached for each report indicated below) Formal Provide a map of the United States, shading each Area Code according ' to the Route List which services that Area Code. The remaining portion of the section is organized in numerical Route List sequence. lJ�= This report may be used to verify the design of the Basic Automatic Route Selection (BARS) system First, the Area Codes assigned to each Route List are presented. Then list the Trunk Routes to be used in completing calls to the identified Area Codes. For each Trunk Route, list its Trunk Flouts Number, the type of trunk and the Classes of Service (NCOS) which have access to that Trunk Route. d c y � J y O r N P1 Q aA 10 t� a0 Of O .- eT t� N cn m o a 110200000011=20000090 t/1 a 0 y a v a 0 0 it L a"V G an U b0 � ca a a_ 10 �' ++ c O s w �• • v 1 Location: Broward County 'RiportI Trunk Route List 1 Serving Area Codes 330, 514,- 541, 561, 573, 713, 847, 937, 954, 320, 7571 Trunk Group Type Aceeasible'by Classes of Service 88 IJNR 1, 2, 3, 4,' 7, 1 COT 1, 2, 3, .4, 7, 42 RAN 4; 7, 6 TIE 1, 2, 3, 4, 7, The Network Class of Service (NCOS) feature defines the calling capabilities of a station or trunk. As with other common textual reports, the Class -of Service Report provides a listing of all stations and trunks sharing a similar Class of Service. (See Examples attached for each report indicated below) Format This report is organized in Class of Service number sequence, sorted by extension number. Since trunks do not have extension numbers, they are listed first in each report Use of this section is to verify the calling privileges of each station user. A description of each Class of Service should be provided. 7 0 LOCAticul azow rd County Report: class of service NAME ZXT YL Rtm zatapxzmT S= 1 042 0 01 00 FEX 2 087 01 TIE 3 087 02 TIE 4 087 03 TIE 5 087 04 TIE 6 087 05 TIE 7 087 (36 TIE 8 087 07 TIE 9 087 08 TIE 10 -087.09 TIE 11 087 10 TIE 12 087 11 TIE 13 087 12 TIE 14 0034 PRESS 051 0 09 02 560 15 0037 422PR .035 1 04 03 Soo 16 0041 422PR 026 1 08 00 Soo 17 0096 422PR 028 0 07 02 Soo is .0567 422PR, 021 0 07 01 Soo 19 0681 Dytmv oas 0 09.07 500 20 2020 DYTEL asi 0 08 al Soo 21 2038 1108 092 0 04 00 2008 22 2073 NS' GAR 001 0 07 00 Soo 23 2161 IST LR 081 0 03 05 Soo 24 2162 211A 032 0 07 01 Soo 25 2171 . 211 032 0 09 02 500 26 -2187 200A 057 0 10 01 Soo 27 2188 200E 057 0 10 02 Soo 28 '2202 2300 009 1 08 00 Soo 29 2207 2500 058 0 OS 03 Soo 30 2214 2600 Oil 1 01 00 500 32 2227 TRAM12 092.0 02 01 Soo 32 226d !B3 088 0 03 69 2616 33 2265 LIB2 088 0 02 15 2616 34 2269 LIB1 088 0 01 12 2616 35 2270 ill 073 0 07 04 Soo 36 2343 DYTEL 072 0 07 12 Soo 37 2356 LIB2 088 0 01 15 2616 38 2363 111 073.0 Oi 05 Soo 39 2367. LXB8 018 1 67 02 Soo 40 2388 1409 091 0 05 03 500 41 2430 STOR 073 0 07 12 500 42 2435 MM 017 0 08 02 Soo 43 2500 2ELV 017 1 08 02 Soo 44 2501 IELV 027 1 04 02 Soo 45 2524 SISCN 0600 08 02 Soo 46 2600 1416 003 1 09 03 Soo 47 2662 1416 025 1 08 03 Soo 48 2663, 1416 025 1 07 03 Soo 49 2665 1416 025 1 09 03 Soo so 2666 1416 024 0 08 03 Soo The Dial Intercom feature provides for discrete internal communications between selected stations. Each member of an Intercom Group is assigned a specific code so that other members of the same group may be reached. (See Examples attached for each report indicated below) This report is organized in Intercom Group sequence and sorted by Intercom Code number. In each Intercom report, the left-most column provides the Member number for each station in the Intercom Group. Promotes uniformity, the report should be consulted when establishing new Intercom Groups in order to determine the next available Intercom Group number. This information is also invaluable in adding a new member to an existing Intercom Group, making it easy to determine spare dial codes for assignment. s Location: SarowarQ county Roporti Tatareoa o covs HUM !ZT M BELS sQU=NX lT SET 73 7464 2800 061 0 02 O1 SLl 83 8283 2800 029 0 08 01 SLI mm� The Call Pickup Group feature provides for the ability to answer calfs ringing at stations without having an appearance of the ringing extension on your telephone set (See Examples attached for each report indicated below) This report is organized in Call Pickup Group sequence, sorted by extension number. !kill= Call Pickup Group reports should be reviewed for Call Pickup Groups which contain only one station. Such Groups are identified in our Exception Reports and should be removed from service. For the purposes of uniformity, the report should be consulted when establishing new Call Pickup Groups in order to easily determine the next available Call Pickup Group number. 9 LOCatient Brorard County Report: Call ?iekny 3 NAM aT PL RUN ZQ=Pxz 1T SZT 1 5548 2800 050 1 08 03 500 2 3 7098 7316 LIB LIB8 088 1 088 1 02 02 04 01 2008 2008 4 7328 LIB8 060 0 OS 01 SLI 5 7365 LIB8 009 0 09 01 —500 6 7400 LIBS 088 1 02 00 2008 7 7401 2800 017 1 06 00 SLI 8 7402 2800 002 0 07 01 500 9 7402 - SLIB 061 0 06 04 SLI 10 7403 2200 008 0 07 03 SU 11 7404 2800 010 0 05 03 SLl i2 7511 LIB8 088 1 02 03 2008 13 7529 LIB8 056 0 09 02 500 14 7538 2800 048 1 OS 03 SLI 25 7570 LIB8 0030 10 00 SU 16 8048 LIB8 088 1 02 02 2008 Station Speed Call provides for the ability of station users to dial frequently called telephone numbers using a 1 to 3 digit code. (See Examples attached for each report indicated below) This report contains a listing of all stations which have been programmed for Station Speed Call capabilities. It is sorted by Station Speed Call Group number, which is listed in the left-most column. Extensions noted with an asterisk (•) are 'controllers' and have the ability to add to or modify the Speed Call List i Speed Call consumes valuable system memory. Employees who have shared responsibilities may be able to share a common Station Speed Call list as opposed to having individual lists, thus saving memory. For the purpose of uniformity, the report should be consulted when establishing new State Speed Call lists in order to easily determine the next available Station Speed Call list number. to 0.0 is 0 00— s q o Docatioa: aro..a A County Station snood Call LLL aR? W -M s=T TI. RUN LQ=p3KzNT SZT 0000 8458 514 092 0 07 13 2616 0003 2673 1399 056 0 07 03 500 0003 8593 1199 010 0 09 02 500 0005 2571 1107 019 1 09 03 500 0005 7122 1107 024 1 09 02 - SU 0005 *7120 1107 025 1 05 01 SU 0006.. 5538 1103 050 0 05 00 500 ' 0006 5561 103 032 1 07 03 500 0006 6295 CHLD39 088 0 00 03 2616 OOC6 6367 CHLD35 088 0 00 02 2008 0006 6368 CHLD38 088 0 02 02 2616 0006 6769 1103 034 0 08 01 SLI 0006• 8212 1103 000 0 06 00 SL1 0007 2194 1205 050 1 09 02 SLI 0007 5584 1210 081 0 03 01 S00 0007 : 6131 510A 032 0 03 03 500 0007 6132 S10A 042 1 01 03 500 0007 7203 1205 088 0 07 15 2616 0007 7211 1205 025 1 04 03 SOO 0007 7213 1205 002 1 09 02 S00 0007 7214 1205 026 0 08 02 500 0007 7218 1205 092 0 07 07 2008 0007 7219 212 092 0 07 ll 2000 0007 7220 1205 026 0 08 03 500 0007 7225 1205 050 1 07 02 500 0007 7227 120S 050 1 09 03 SLI 0007 7230 1205 008 1 0702 SOO `0007 7231 1210 026 0 07 02 500 0008 7340 1106 035 1 06 03 SLI 0008 7341 1106 059 0 08 03 SU 0008 7344 1106 027 1 09 02 SL1 0008 7349 1106 028 0 06 03 SU 0008 *7342 1106 029 1 09 02 SU 0009 7240 1203 040 1 06 03 SLI 0009 7245 1218 032 0 OS 03 SU 0009 7246 2218 066 0 05 07 SU 0009 *7235 1203 .033 0 06 02 SLI 0010 5747 1308 081 0 03 06 S00 0010 6230 1308 019 0 07 00 S00 0010 6231 1308 019 1 06 00 500 0010 6232 1308 017 0 09 01 500 0010 6234 1308 061 0 08 07 SLI 0010 6237 1308 026 1 04 00 S00 0010 6239 1308 027 0 06 00 S00 0010 6240 1308 025 1 09 00 S00 0010 6241 1308 028 0 OS 00 500 0010 6242 1308 032 0 06 00 500 0010 6245 1308 066 0 01 04 5:.1 0010 6249 1308 035 0 OS 00 500. t 0010 6251 CEDTTEL 035 1 08 01 500 00— s q o Locations Rout* -6, The follovi NAME 501 j02 503 504 SOS 506 507 508 509 510 511 512 513 514 S15 516 517 518 519 520 521 522 523 S24 :25 526 527 528 529 530 531 532 533 534 535 536 537 538 539 540 541 542 543 S44 545 546 547 ,48 ;49 550 • Br—ard Coaaty ?yne -TZS, Dial ng can access Trunk Rout& EXT FL 0594 2003 1004 2015 AN 2035 2038 2039 2041 2045 2047 2059 2085 2138 2138 2138 2159 2172 2185 2191 2194 2204 2205 2206 2207 2207 2220 2228 2240 2251 S 2266 2270 2272 2297 2298 2363 2367 2388 2435 2437 2438 2439 2448 2465 2481 2489 2492 2510 2571 2577 2578 • &&]ports Direct 1►ccess AUDT Cods .8999 6 by dialing its access RUN EQUIPMENT MC302 050 0 07 03 MAINT 049 0 01 02 LIBI 081 0 09 03 RC 042 1 06 O10 327 056 1 101 1108 092 0 04 00 433A 040 1 06.00 MODDYT 072 0 10 04 327 032 1 05 01 2800 040 0 08 02 1101 011 1 04 00 506 017 0 04 03 1109 024 1 05 03 1109 025 1 06 00 1109 026 0 05 03 LIBI 066 0 09,00 20119 027 1 09 01 TEST 041 0 03 00 AU03 049 1 08 02 1205 050 1 09 02 2300 OC2 1 09 OC 2300 019 0 07 Ol 2300 010 0 07 00 2500 058 0 OS 03 2S00 059 0 07 00 . TF -ST 008 1 08 01 BOC431 050 0 09 03 7=431. 009 1 04 00 ITCH 001 0 08 03 3RD 032 1 OS 00 111 073 0 07 04 1502 057 1 07 02 AUDONE 048 1 08 03 O 048 1 08 02 111 073 0 07,OS LIB8 018 1 07-02 1409 081 0 05.03 MINI 017 0 08 02 327 027 0 OS 03 327 027 0 09 03 327 088 0 03 OS LIBI 081 0 06 OO GC519 019 1 10 01 CHLD48 092 0 02 06 LIBI 081 0 06 02 LIB7 081 0 06 03 LIBI 081 0 06 04 1107 019 1 09 03 F=302 009 0 09 00 EOC437 009 0 09 02 Access code. SET 500 _ 500 500 SL1 SLI 2008 SLl 500 SU 500 Soo 500 SLI SLI SLI 500 SLI 500 500 SLI SCO 500 Soo 500 500 500 500 500 S00 SLI 500 500 500 500 500 500 500 500 SL1 SLI 2216 500 500 500 500 500 500 500 Soo Soo r - Voice Mail Ren= For systems equipped with Voice Mail, this report lists those stations found with a 'VMA" Class of Service, along with those stations attributes. (See Examples attached for each report indicated below) Format_ This report is organized in extension number order. Careful review of these reports will help, safeguard the system from potential Toll abuse Through the Voice Mail system. Questions should be asked about increasing the Restriction Level of Voice Mail ports as well as denying it any CFM andlor CFTA capabilities. For systems equipped with Call Detail Recording (CDR) capabilities, the report should sumrtartz9 which Trunk Groups are, and are not being monitored. (See Examples attached for each report indicated below) ll.M Can Detail Recording reports can be a powerful tool to identify potential toll abuse. Yet, for it to work at its optimum level, it is necessary to capture details of all outgoing calls. This report dxxdd identify those trunk groups which are and are not being monitored so that appropriate actions may be taken to direct an outgoing trunk group information to the CDR system. 13 Toll Abuse Potentia( Re= This report listed in-extensiori number order, lists the Class of Service Restriction Level- of each port, as well as identifying those ports with CFXA and CFTA capabilities. Stations with a *UNF;r Restriction Level are unrestricted and may dial anywhere the Trunks Groups may allow. Stations noted with CFXA have the capability to forward calls to an outside number. Stations with CFTA have the ability to forward their calls to a Trunk Route., (See Examples attached for each report indicated below) The potential for internal toll abuse, lies in the ability to forward one's phone to either an outside number or, worse, directly to a trunk route. Stations with CFXA can forward their phone to a station across the country, and reach that station by calling their office number. Stations with CFTA expand the potential for abuse by similarly allowing access to dial tone, at which point any number could be dialed. The need for these features should be established on a phone by phone basis to ensure maximum security. M 14, M Location: Brow rd Co=ty 1toport: Abase Yotaatial RAiL! ZZT CLS crZA CI fA IQOIPmz27T S= 1 UNR 000 0 03 01 COT 2 UNR 000 0 04 00 COT 3 UNR 001 0 02 01 COT 4 UNR 001 0 03 01 COT 5 UNR 001 0 04 01 Car 6 UNR 002 0 03 01 COT 7 002 0 04 00 DTR 8 UNR 002 1 02 01 COT 9 UNR 002 1 03 01 COT 10 UNR 003 0 03 01 Car 11 M;R 003 1 02 01 COT 12 UNR 003 1 03 O1 COT 13 003 1 10 00 DTR 14 UNR 008 0 03 00 COT 15 UNR 008 0 03 01 COT 16 008 0 10 00 DTR 17 UNR 008 1 02 01 COT 18 UNR 008 1 03 01 COT 19 UNR 008 1 10 00 PAG 20 UNR 008 1 10 01 PAG 21 UNR 009 0 03 00 COT 22 MM - 009 0 03 01 COT 23 UNR 009 1 02 01 COT 24 U17lr- 009 1 03 01 COT 25 009 1 09 00 RAN 26 009 1 09 01 RAS .27 009 1 09 02 RAS 28 009 1 09 03 RAS 29 009 1 10 00 D14t 30 UNR 010 0 03 01 COT 31 010 0 04 00 DTR 32 UNR 010 1 02 01 COT 33 UNR 010 1 03 01 COT 34 MR Oil 0 03 01 COT 35 011 0 04 00 RAN 36 Oil 0 04 01 RAN 37 011 0 04 02 RAN 38 011 0 04 03 RAN 39 met Oil 1 02 01 COT 40 UNR Oil 1 03 01 COT 41 012 1 10 00 DTR 42 UNR 016 0 03 01 COT 43 Mm 016 0 04 01 COT . 44 017 0 61 02 PWR 45 017 0 01 03 PWR 46 UNR 017 0 03 01 COT .47 UNR 017 1 02 01 COT 48 UNR 017 1 03 01 COT 49 017 1 10 00 DTR 50 mm 018 0 03 01 COT The Meridian 1 System is organized into groups of common equipment called Loops. This report presents a graphic representation of each Loop. (See Examples attached for each report indicated below) Fiat: This report is organized in Loop sequence. Thunking facilities should also be reviewed to determine if there are unusual concentrations within any one Loop. If concentrations are found you may went a technician to redistribute these resources such that failure of any one loop would not adversely affect system performance. . The graphic Equipment Map reports provide an approximation of traffic carried by each Loop. An ideal system would have the traffic carried by any one Loop to be within 100 CCS of the traffic carried by any other Loop. --� The graphic Equipment Map reports also provide a visual indication of all ports which are assigned and those which are spare, as well as the total number of ports on each card. Used Ports, Data Ports and Phantom Ports have their own unique pattern as shown in the key to the right of the map. • • Used Loops: 000 Opt 002 003 004 005 006 007 008 009 010 oil 012 013 Spare Loops: Option 81 - Network Group 0 Shelf 0 NTS -r"35 Netwo: k Module Used Loops: 018 017 018 019 020 OZt 022 023 024 02S 026 027 028 029 030 031 Spare Loops: A A A A II P 0 P C 0 P C 0 P C 0 P C O 00 N P P P T C C 0 8 0 0 0 P P P 0 0 0 4 4 4 4 4 4 4 0 4 4 4 C 4 1 13 4 1 1 1 1 1 1 1 Im 4 4 4 1 2 2 1 1 3 1 4 4 4 7 4 4 4 1 1 1 1 1 1 v 4 4 7 4 4 4 4 3 I:• N N N G N N P o n t a• n t r• i 0 4 e a t t tn v a v f a e a t t t v v v I I e N N N C N x N N r r r h o 0 0/ 0 0 0 - P n A r•• t t i t t 0 t o e n t a a t t e t t E G r o 0. r o S r r r t k k k O S Ia r r r k k k o•• pp s a v f v w v v x 9 u i 6 6 C C C C r t r r n 0 6 G r r r k 0 r k 0 r k 1 d T r 0 k o 0 r r k k t p P g a a e a a E 0a S s e n r r r r r r x 9 9 i C C n s s a d d a d t 0 P 9 a e v v 1 a a n e i i i r r d e r d r t t n idid I A 0 n c n 9 o 6 r C t n Option 81 - Network Group 0 Shelf 0 NTS -r"35 Netwo: k Module Used Loops: 018 017 018 019 020 OZt 022 023 024 02S 026 027 028 029 030 031 Spare Loops: Option 81 - Network Group 0 Shelf 1 NTSD35 Network Module I A A II P 0 0 0 0 P P P P II P II P N O T P O OII P P P C C C C C C C 8 6 C C C 4 4 4 4 4 4 4 0 4 4 4 4 ♦ 1 1 3 1 1 1 1 1 1 1 1 1 2 2 4 4 4 7 4 4 4 4 P 3 I I e N N N C N x N N - P n A r•• t t i t t 0 t o e n t a a t t e t o•• pp s a v f v w v v r t r r n 0 6 G r r r k 0 r k 0 r k 1 d T r 0 k o 0 r r k k 0 r k E 0a S s x 9 9 i C C C C C C C t 0 P 9 a a a a a• a a n n r S S.6 d r d r d r d r r d e r d d v v 1 e i S i r C t n A a C o e n A Option 81 - Network Group 0 Shelf 1 NTSD35 Network Module I Option 71 CPU 0 aw � A-"- NT8D3A CPU Module T" T OP p p p a p c c 1 c c c c x c c c c 0 0 5 5 5 2 D D 0 . s 5 5 2 0 0 t 3 7 a 0 0 1 8 7 9 9 0 0 9 :4 k 9 9 a 0 9 4 5 Y c c c US c e• id P P s c n 3 A U Ii 1 Q t Up p s a A U U r r I F • 0 y y n Li n L I F c c•e y y n U n a a r d I t a t r r f c c a c d d a 0 • a a c n U 4 d d a 0 B x —WIN Option 71 CPU 0 aw � A-"- NT8D3A CPU Module Option 71 - CPU 1 - T T T Q P p a p a p c 1 N.'m x c c c c 0 D D 0 . s 5 5 2 0 0 1 8 7 a I k 9 9 a 0 9 4 5 c c c 0 3 Up p s a A U U 1 9 I F y y n U n t a t c c a c a • a a r t 4 d d a 0 B Option 71 - CPU 1 - The Meridian 1 System is organized into groups of common` equipment called Loops. This report presents a graphic representation of each Loop. (See Examples attached for each report indicated below) This report is organized in Loop sequence, sorted in equipment order (loop, shelf, card, position). U$ -W. Careful review of these reports will safeguard the system and improve its efficiency. It should be reviewed to determine if any one Loop is serving an entire floor or department, of if there are unusual concentrations of thunking facilities within any one Loop. If concentrations are found, you may want a technician to redistribute these resources to minimize the impact of potential equipment failure. is Locationi Brovard County A*yort: ;Qnipmant 000 SAM LXT !L RUN IQ SST 1 000 0.01 00 TIE 2 000 0 01 O1 TIE 3 000 0 03 Ol COT 4 000 0 04 00 COT 5 5474 LZB8 000 0 OS 00 -.500 6 6790 LIB6 000 0 05 Ol 500 7 6075 1200 000 0 05 02 500 8 8293. 514 000 0 05 03 500 9 8212 1103 000 0 06 00 SLI 10 7370 122 000 0 06 01 SL1 11 7887 1508 000 0 06 02 SLI 12 5995 LIB8 000 0 06 03 SU 13 7863 3020 000 0 07 00 500 14 2791 3020 000 0 07 01 500 15 7874- LEFT 000 0 07 02 500 16 6574 3 ' 000 0 07 03 SOO 17 6343 IRED 000 0 08 00 500• IS 7099 MODEM, 000 0 08 01 500 19 6634 1315 000 0 08 02 S00 20 7793 A680 000 0 08 03 500 21 7434 2400 000 0 09 00 500 22 8671 M514H 000 0 09 01 500 . 23 8672 M514H 000 0 09 02 500 -:� 24 8673 M514H 000 0 09 03 500 25 7209 A510 000 0 10 00 SLI 26 6524 EOC431 000'0 10 01 SU 27 7606 1409 000 0 10 02 SLI 28 7268 1203 000 0 10 03 SU 0 . 0 System speed call numbers give station users access to commen Systen Speed Call lists allowing them the ability to dial frequently called telephone numbers using a 1 to 3 digit code. (See Examples attached for each report indicated below) This report contains a listing of all stations which have been programmed for System Speed Call access and is sorted by extension number. Extensions noted with an asterisk (') are "controllers' and have the ability to add to or modify the Speed Call List. IkM System Speed Call, numbers are not limited by a stations's Network Class of Service. As a consequence, they are an important tool for providing extended calling privileges to stations with limited NCOS. Use this report to ensure that all stations which should have access to Systems Speed Call are correctly programmed. - 19 ® 1 LOeation: sraward Co=tp :oport: $yst— gpssd Call 0000 av►a� ZXT PL avu ZQ=PH ZXT SZT 1 2035 327 056 1 IO 01 SU 2 2045 327' 032 1 05 01 SLI 3 2138 1109 026 0 05 03 SLI 4 2138 1109 025 1 06 00 SU 5 2138 1109 024 1 05 03 SLI 6 2172 20119 027 1 09 01 SLI ' 7 2194 1205 050 1 09 02 SLI 8 2266 3RD 032 1 05 00 SU 9 2437 327 027 0 05 03 SU 10 2438 327 027 0 09 03 SU 11 2439 327 084 0'03 05 2216 12 2999 1325 061 0 03 01 SLI 13 3118 2500 003 0 06 03 SU 14 3119 2506 003 0 10 03 SLI 15 3120 2500 003 0 10.02 SU 16 ,3121 2500 003 0 10 01 SU 17 3131 TELBNK'073 0 02 03 SU 18 3412 BANKI 066 0 10 06 2112 19 3413 BANKI 066 0 08 06 2009 20 3424 BANKI 018 0 06 02 SU 21 3436 BANKI 002 1 05 01 SLI 22 3438 BANKI 033 0 OS 01 SU 23 3439 BAMa 072 0.02 03 SL1 24 3442 BANR2 072 0 02 07 SU 25 34SO BAMU 081 0 10.04 2009 26 3452 BAM 001 0 06 03 SU . ;27 3456 1428'.042 1 05 02 SL1 - 3459 BANX2 081 0 10 01 2112 29 3463 1428 011 1 OS 01 SLI 30 3470 BANR2 072 0 02 02 SU 31 3472 1429 057 I OS 02 SLI 32 3473 1428 081 0 02 07 SU 33 3480 BANK1 072 0 03 01 SU 34 3480. RAM 073 0 02 00 SU 35 3480 BANRI 073 0 02 01 SLI 36 3487 BANR1 072 0 02 01 SU 37 3487 BANR1 073 0 03 01 SL1 38 3488 SANK1 072 0 02 00 SU 39 3489 BANR1 001 0 06 02 SU 40 3552 1428 081 0 02 06 SLI 41 3556 1428 081 0 04 06 SLI 42 3561 1423' 032 1 09 02 SLI 43 3564 1428 073 0 02 02 SLI 44 3570 109 066 6 03 OS SLI 45 3589 1120 066 0 07 Ol SLI 46 5281 BANK2 072 0 03 02 SLI 47 5282 BANR2 672 0 03 04 SLI 48 S284 BANR2 050 0 06 00 SLI 49 5285 BANK2 035 1 09 03 SU 50 5474 2800 all 1.05 03 SLI ---------------------------------------------------------------------------- PART I (To be completed by the Agency's Telephone Service Representative) Requesting Agency: Fund/Agency/Org: Work Location: City: TSR• Phone: TYPE OF WORK REQUESTED LONG DISTANCE CLASS OF SERVICE New Lines or Phones In Building, Only Feature Changes Local Calling, Only Moving to New Address Local & FX Miami -West Palm Relocate (same address) Local, FX & SUNCOM Directory Listing Change Local, FX, SUNCOM & 411 Disconnect Other (explain below) PHONE NUMBER: WORK TO BE DONE: Directory Listings to be Changed: County SUNCOM Southern Bell Date Work can Begin: Desired Completion Date: Date Authorized Signature Title -- ------------------------------------------------------------------------- --------------------------------------------------------------------------- PART II (to be completed by Telecommunications Staff) Vendor(s): Price agreement/Contract R Comments: Date Authorized Signature Title PART III (to be completed by Vendor) Date Received: Due Date: Non -Recurring Cost: Monthly Recurring Cost: Vendor's Representative Vendor's Work Order # NUMBERS ADDED NUMBERS DISC O.I.T. Control Form 105-22 Revised 2-94 EXHIBIT 3-2' BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA 1PON # OFFICE OF INFORMATION TECHNOLOGY TELECOMMUNICATIONS DIVISION DATE QUOTE RETURNED TO AGENCY: AUTHORIZATION TO PROCEED WITH WORK AS REQUIRED ON REQUISITION FOR TELEPHONE SERVICE (Control Form 105-22) `FOR BELLSOUTH COMMUNICATION SYSTEMS, INC. COST TOTAL DESCRIPTION OUANTITSES PER UNIT COST TOTAL COST: Quote Confirmed by: The charges listed above are approved for work to begin and/or purchase of equipment by: Authorized Signature: Print Authorized Name: Date Approved: . LGFS # (Fund, Agency, Org.. Object) NOTE: This original signed form must be returned to the Telecommunications Divisioa-in order for the work to 00..x`. 1890 EXHIBIT K CONTRACTOR'S CABLE RATES Description -7 Cost TMeasurement COPPER RUNS Run of 25 pair Category 5 Plenum $25.00 Ft. Run of 25 pair Category 5 Non -Plenum $16.00 Ft. Run of 25 pair Category 3 Plenum S16.00 Ft. Run of 25 pair Category 3 Non -Plenum S15.00 Ft. Run of (2) 25 pair Category 5 Plenum $40.00 Ft. Run of (2) 25 pair Category 5 Non -Plenum 531.00 Ft. Run of (4) 25 pair Category 5 Plenum 560.00 Ft. Run of (4) 25 pair Category 5 Non -Plenum 540.00 Ft. Run of (8) 25 pair Category 5 Plenum 5130.00 Ft. Run of (8) 25 pair Category 5 Non -Plenum S110.00 Ft. Run of 50 pair Category 3 Plenum $18.00 Ft. Run of 50 pair Category 3 Non -Plenum $17.00 Ft. Run of 100 pair Category 3 Plenum 530.00 Ft. Run of 100 pair Category 3 Non -Plenum 529.00 j Ft. Pricing above includes installation, termination and testing per the specifications. Includes cable firestopping and cable support hangers andelearonic documentation. • • be processed and scheduled. The Accounting Division will charge the LGFS number as indicated on the 105-022 control form. if this form is not returned within 30 days, of the date listed above. the order will be canceled. O.I.T. CONTROL FORM 105-22C 10-98 • U Description Cost FNleasurement SINGLE DROP OUTLETS (Price for 1 - 10) Four -pair Category 5 Drop UTP Plenum S100.00 Ea. Four -pair Category 5 Drop UTP Non -Plenum (In Conduit) S60.00 Ea. Four -pair Category 3 Drop UTP Plenum 580.00 Ea. Four -pair Category 3 Drop UTP Non -Plenum (In Conduit) $60.00 Ea. SINGLE DROP OUTLETS (Price for It - 25) Four -pair Category 5 Drop UTP Plenum S96.00 Ea Four -pair Category 5 Drop UTP Non -Plenum (In Conduit) S64.00 Ea Four -pair Category 3 Drop UTP Plenum S79.00 Ea Four -pair Category 3 Drop UTP Non -Plenum (In Conduit) S57.00 Ea SINGLE DROP OUTLETS (Price for 26 -100) Four -pair Category 5 Drop UTP Plenum 590.00 Ea Four -pair Category 5 Drop UTP Non -Plenum (In Conduit) S62.00 Ea Four -pair Category 3 Drop UTP Plenum 576.00 Ea. Four -pair Category 3 Drop UTP Non -Plenum (!n Conduit) 559.00 Ea SINGLE DROP OUTLETS (Price for 101 - 500) Four -pair Category 5 Drop UTP Plenum S88.00 Ea Four -pair Category 5 Drop UTP Non -Plenum (In Conduit) S62.00 Ea- aFour-pair Four-pairCategory 3 Drop UTP Plenum S75.00 Ea Four -pair Category 3 Drop UTP Non -Plenum (In Conduit) $58.00 Ea SINGLE DROP OUTLETS (Price for Over 500) Four -pair Category 5 Drop UTP Plenum 584.00 Ea Four -pair Category 5 Drop UCP Non -Plenum (In Conduit) $60.00 Ea Four -pair Category 3 Drop UCP Plenum 575.00 Ea Four -pair Category 3 Drop UTP Non -Plenum (In Conduit) 559.00 Ea Prices above includes installation, termination, testing and' certification per the specifications. includes cable, jack, outlet plate, patch panel, wire management, support hooks, fuestopping, Cat 5 cable hangers where required and electronic documentation. The link length can range from 20 to 295 feet. Description Cost Measurement MULTIPLE DROP OUTLETS (Price for I - 10) Two Four -pair Category 5 Drops UTP Plenum $141.00 Ea Two Four -pair Category 5 Drops UTP Non -plenum (In Conduit) S 115.00 Ea One Category 5 and One Four -pair Category 3 Drop UTP Plenum S175-00 Ea . One Category 5 and One Four -pair Category 3 Drop UTP Non -plenum ( In Conduit) S165.00 Ea. MULTIPLE DROP OUTLETS,(Price for 11 - 25) Two Four -pair Category 5 Drops UTP Plenum $179.00 Ea Two Four -pair Category 5 Drops UTP Non -plenum (in Conduit), 5.115.00 Ea- aOne OneCategory 5 and One Four -pair Category 3 Drop UTP Plenum $175.00 Ea- aOne OneCategory Sand One Four -pair Category 3 Drop UTP Non -plenum ( In Conduit)' S165.00 Ea MULTIPLE DROP OUTLETS (Price for 26 - 100) Two Four -pair Category 5 Drops UTP Plenum $179.00 Ea Two Four -pair Category 5 Drops UTP Non -plenum (In Conduit) 5115.00 Ea. One Category Sand One Four -pair Category 3 Drop UTP Plenum. 5175.00 a. One Category 5'and One Four -pair Category 3 Drop UTP Non -plenum( In Conduit) S165.00 Ea- aConduit) MULTIPLE DROP OUTLETS (Price for 101 - 500) Two Four -pair Category 5 Drops UTP Plenum S177.00 Ea Two Four -pair Category 5 Drops UTP Non -plenum (In Conduit) S113.00 Ea One Category 5 ?-nd One Four -pair Category 3 Dmp UTP Plenum $173.00 Ea. One Category 5 and One Four -pair Category 3 Drop UTP Non -plenum ( In Conduit) S163.00 Ea MULTIPLE DROP OUTLETS (Price for Over 500). .. Two Four -pair Category 5 Drops UTP Plenum S177.00 Ea Two Four -pair Category 5 Drops UTP Non -plenum (!n Conduit) S113.00 Ea.. . One Category,5 and One Four -pair Category 3 Drop UTP Plenum S 173.00 Ea One Category 5 and One Four -pair Category 3 Drop UTP Non -plenum (In Conduit) 5163.00 Ea Prices above includes installation• ternunanon, tesung ana ceruncanon per ute bpc%,iiiLauV1a.'1- j��• 3 outlet plate, patch panel, wire management support hooks, firestopping, Cat 5 cable hangers where required and electronic documentation. The link length can range from 20 to 295 feet. 4 Description Cost Measurement CATEGORY 5 ENHANCED OUTLETS (Price for 1 - 10) Single Enhanced Category 5 UTP Drop Plenum S105.00 Ea. Single Enhanced Category 5 UTP Drop Von -plenum (in Conduit) S70.00 Ea. Two Enhanced Category 5 UTP Drops Plenum S150.00 Ea Two Enhanced. Category 5 UTP Drops Von -plenum (in Conduit) 5130.00 Ea. CATEGORY 5 ENHANCED OUTLETS (Price for 11 - 25) Single Enhanced Category 5 UTP Drop Plenum S105.00 Ea. Single Enhanced Category 5 UTP Drop Non -plenum (in Conduit) 570.00 Ea Two Enhanced Category 5 UTP Drops Plenum S150.00 Ea. Two Enhanced Category 5.UTP Drops Von -plenum (in Conduit) S130.00 Ea CATEGORY 5 ENHANCED OUTLETS (Price for 26 - 50) Single Enhanced Category 5 UTP Drop Plenum S105.00 Ea. Single Enhanced Category 5 UTP Drop Non -plenum (In Conduit) S70.00 Ea. Two Enhanced Category 5 UTP Drops Plenum S150.00 Ea. Two Enhanced Category 5 UTP Drops Non -plenum (In Conduit) S130.00 Ea. CATEGORY 5 ENHANCED OUTLETS (Price for 51- 100) Single Enhanced Category 5 UTP Drop Plenum S105.00 Ea. Single Enhanced Category 5 UTP Drop Non -plenum (!n Conduit) S70.00 Ea. Two Enhanced Category 5 UTP Drops Plenum S150.00 Ea- aTwo TwoEnhanced Category 5 UTP Drops Non -plenum (In Conduit) S130.00 Ea. CATEGORY 5 ENHANCED OUTLETS (Price for 101 - 500) Single Enhanced Category 5 UTP Drop Plenum S105.00 Ea Single Enhanced Category 5 UTP Drop Non -plenum (In Conduit) 569.00 Ea Two Enhanced Category 5 UTP Drops Plenum S150.00 Ea Two Enhanced Category 5 UTP Drops Non -plenum (In Conduit) S130.00 Ea Prices above includes installation, termination, testing and certification per the specifications. Includes cable, jack, outlet plate, patch panel, wire management, support hooks, firestopping, Cat 5 cable hangers where required and electronic. documentation. The link, length can range from 20 to 295 feet 0 0 IDescription I Cost_ I Measurement CATEGORY 5 ENHANCED OUTLETS (Price for Over 500) Single Enhanced Category 5 UTP Drop Plenum S105.00 Ea. Single Enhanced Category 5 UTP Drop Non -plenum (In Conduit) S69.00 Ea. Two Enhanced Category 5 UTP Drops Plenum S150.00 Ea. Two Enhanced Category 5 UTP Drops Non -plenum (In Conduit) $130.00 Ea. Prices above includes installation, termination, testing and certification per the specifications. Includes cable, jack, outlet plate, patch panel, wire management, support hooks, firestopping, Cat 5 cable hangers where required and electronic documentation. The link length can range from 20 to 295 feet. ri V0_ 89fl Description Cost Measurement FIBER OPTIC CABLE TO THE WORKSTATION (Price for I - 10) Two strand Fiber Optic (62.5/125mm) Plenum.. S200.00 Ea. Two strand Fiber Optic (62.5/ 125mrri) Non -plenum (In Conduit) S195.00 Ea. Four strands Fiber Optic (62.5/125mm) Plenum S240.00 Ea. Four.stands Fiber Optic (62.5/125mm) Non -plenum (In Conduit) S218.00 Ea. FIBER OPTIC CABLE TO THE WORKSTATION (Price for 11 - 25) Two strand Fiber Optic (62.5/125mm) Plenum S200.00 Ea Two strand Fiber Optic (62.5/125mm) Non -plenum (In Conduit) S195.00 Ea. Four strands Fiber Optic (62.5/125mm) Plenum $240.00 Ea. Four stands Fiber Optic (62.5/ 125mm) Non -plenum (In Conduit) 5218.00 Ea. FIBER OPTIC CABLE TO THE WORKSTATION (Price for 26 - 100) Two strand Fiber Optic (62.5/.125mm) Plenum S200.00 Ea. Two strand Fiber Optic (62.5/125mm) Non -plenum (In Conduit) S195.00 Ea . Four strands Fiber Optic (62.5/125mm) Plenum S240.00 Ea Four stands Fiber Optic (62.5/125mm) Non -plenum (In Conduit) 5218.00 Ea FIBER OPTIC CABLE TO THE WORKSTATION (Price for 101 - 500) Two strand Fiber Optic (62.5/125mm) Plenum 5200.00 Ea Two strand Fiber Optic (62.5/125mrrr) Non -plenum (in Conduit) S195.00 Ea Four strands Fiber Optic (62.5/125mm) Plenum S240.00 Ea- aFour Fourstands Fiber Optic (62.5/125mm) Non -plenum (In Conduit) S218.00 Ea FIBER OPTIC CABLE TO THE WORKSTATION (Price for Over 500) Two strand Fiber Optic (62.5/125rnm) Plenum. S200.00 Ea Two strand Fiber Optic (62.5/125mm) Non -plenum (In Conduit) $195.00 Ea Four strands Fiber Optic (62.5/125mm) Plenum S240.00 Ea. Four stands Fiber Optic (62.5/125mm) Non -plenum (In Conduit) S218.00 Ea Prices above includes installation, termination and, testing per the specifications. Includes cable, t connectors; outlet plate, panel cabinet, wire management, firestopping, Cat 5 hangers where required and electronic documentation. The link length can range from 20 to 295 feet Description Cost Measurement COAXIAL CABLE TO THE OUTLET (Price for 1 - 50) One strand RG -6 Coaxial Cable Plenum $80.00 Ea. COAXIAL. CABLE TO THE OUTLET (Price for 51- 100) One strand RG -6 Coaxial Cable Plenum $80.00 Ea. COAXIAL CABLE TO THE OUTLET (Price for 51 - 100) One strand RG -6 Coaxial Cable Plenum $80.00 Ea. Prices above includes installation, termination and testing per the specifications. Includes cable, F connectors, outlet plate, panel cabinet, wire management, firestopping, Cat 5 hangers where required and electronic documentation. The link length can range from 20 to 295 feet. 8 -- Prices listed above includes installation and ail necessary tasteners and nrestoppurg. 9 ` Cost TDescription Measurement FIBER OPTIC RUNS (LOOSE TUBE) Six strand Fiber Optic (62.5/125mm) loose tulle 52.50 Ft- tTwelve Twelvestrand Fiber Optic (62.5/125mm) loose tube $3.00 Ft. Twenty-four strand Fiber Optic (62.5/125mm) loose tube $4.00 Ft. Thirty-six strand Fiber Optic (62.5%125mm) loose tube 55.00 Ft. Forty-eight strand Fiber Optic (62.5/125mm) loose tube $6.50 Ft. ' FIBER OPTIC RUNS (PLENUM AND NON -PLENUM) Six strand Fiber Optic (62.5/125mm) Plenum $1.40 Ft. Six strand Fiber Optic (62.5/125rrim) Non -plenum S1.40 Ft Twelve strand Fiber Optic (62.5/125mm) Plenum S3.00 Ft- tTwelve Twelvestrand Fiber Optic (62.5/125mm)Non-plenum S3.00 Ft Twenty-four strand Fiber Optic (62.5/125mm) Plenum S4.50 Ft. Twenty-four strand Fiber Optic (62.5/125mm) Non -plenum S5.10 Ft Forty-eight strand Fiber Optic (62.5/I25mm) Non -plenum S9.50 Ft FIBER OPTIC RUNS (SINGLE MODE LOOSE TUBE) Six strand Fiber Optic (62.5/125mm) Single Mode loose tube $1.25 Ft- tTwelve Twelvestrand Fiber Optic (62.5/125rnm) Single Mode loose tube S130 Ft Twenty-four strand Fiber Optic (62.5/125mm) Single Mode loose tube S1.35 Ft Thirty-six strand Fiber Optic (62.5/125mm) Single Mode loose tube 52.85 Ft Forty-eight strand Fiber Optic (62.5/125mm) Single Mode loose tube S3.18 Ft FIBER OPTIC RUNS.(SINGLE MODE PLENUM AND NON -PLENUM) Six strand Fiber Optic (62.5/125mm) Single Mode Plenum, $1.35 Ft Six strand Fiber Optic (62.5/125mm) Single Mode Non -plenum SI -37 Ft. Twelve strand Fiber Optic (62.5/125mm) Single Mode Plenum $1.40 Ft. Twelve strand Fiber Optic (62.5/125mrrr)Single Mode Non -plenum $1.40 Ft strand Fiber Optic (62.5/125mm) Single Mode Plenum $5.60 Ft. 9Twenty-four Twenty-four strand Fiber Optic (62.5/125mm) Single Mode Non -plenum S3.00 Ft Prices listed above includes installation and ail necessary tasteners and nrestoppurg. 9 ` • • Description Prices Cost— Measurement MISCELLANEOUS ITEMS (PRICES FOR EACH) Category 5 cable support hangers 55.75 Ea. Category 5 patch cable (3' foot) 53.25 Ea. Categoy 5 patch cable (6' foot) S4.45 Ea. Category 5 patch cable (12' foot) 56.50 Ea. Category 5 patch cable (25' foot) S8.50 Ea. Category 5 patch panel 12 port modular to 110 S100.00 Ea. Category 5 patch panel 16 port modular to 110 S 120.00. Ea. Cate -0 -y 5 patch pa_^el 24 port modular to 110 S180.00 Ea. Category 5 patch panel 32 port modular to 110 S200.00 Ea. Category 5 patch panel 48 port modular to 110 S325.00 Ea. Category 5 patch panel 96 port modular to 110 5640.00 Ea. Wire Management Panel 576.00 Ea_ Wall Mounted Equipment Rack (35" x 19" x 18") S250.00 Ea. Wall Mounted Equipment Rack (21" x 19" x 18") S240.00 Ea. Floor Mounted Equipment Rac (7'x 19") S205.00 Ea. Surface Raceway (Small Capacity) $11.00 Ea Surface Raceway (Large Capacity) S11.20 Ea Surface Mounted Box SIO -25 Ea 100 Pair 110 Wiring Block with legs S50.00 Ea 300 Pair 110 Wiring Block with legs 5120.00 Fa. 100 Pair Tower Systems 599.00 Ea 300 Pair Tower Systems S230.00 Ea Block Connector four pair (C-4 clips) 50.77 Ea Block Connector five pair (C-5 clips) $0.84 Ea. 66 Block with strand off bracket S16.00 Ea- a Prices above include all installation and all necessary fittings. 10 9 • Description —7Cost Measurement MISCELLANEOUS [TEMS.CONTINUED (PRICES FOR EACH) Copper Splice Enclosure 4" x 22" S200.00 Ea Copper Splice Enclosure 6.5" x 22" 5288.00 Ea. Copper Splice Enclosure 8" x 28" S325.00 Ea Building Entrance Protector (2 pair) with Solid.State Modules S110.00 Ea Building Entrance Protector (6 pair) with Solid State Modules S160.00 Ea. Building Entrance Protector (12 pair) with Solid State Modules S260.00 Ea Building Entrance Protector (25 pair) with Solid State Modules S512.00 Ea. Building Enhance Protector (50 pair) with Solid State Modules S770.00 Ea Building Entrance Protector (100 pair) with Solid State Modules . S1,250.00 Ea. Building Entrance Protector (2 pair) with Gas Tube Modules 590.00 Ea Building Entrance Protector (6 pair) with Gas Tube Modules S125.00 Ea Building Entrance Protector (12 pair) with Gas Tube Modules S230.00 Ea. Building Entrance Protector (25 pair) with Gas Tube Modules 5319.00 Ea Building Entrance Protector (50 pair) with Gas Tube Modules.. 5850.00 Ea Building Entrance Protector (100 pair) with Gas Tube Modules S1,275.00 Ea Freestanding Enclosed Cabinet S2,200.00 Ea Wall Mounted Enclosed Cabinet • 51,240.00 Ea Backboard 4" x 8" x 3/4" S77.00 Ea Fiber Splice Closure 4" 5275.00 Ea. Fiber Splice Closure 6 x 22" 5415.00 Ea. Fiber Splice Closure 8.5 x 22" S450.00 Ea Fusion Splice Tray S65.00 Ea. Fusion Splice 566.00 Ea Optical Fiber Jumper SM ST/ST (1 meter) 540.00 Ea. Optical Fiber Jumper SM ST/ST (3 meter) S51.00 Ea Optical Fiber Jumper SM ST/ST (10 meter) S55.00 Ea CJ Description Cost _ Measurement MISCELLANEOUS ITEMS CONTINUED (PRICES FOR EACH) Optical Fiber Duplex Jumber ST/ST 62.5/125mm (I meter) S38.00 Ea. Optical Fiber Duplex Jumber ST/ST 62.5/125mm (2 meter) 541.00 Ea. Optical Fiber Duplex lumber ST/ST 62.5/125mm (3 meter) S44.00 Ea. Optical Fiber Duplex. Jumber ST/SC 62.5/125mm (I meter) S41.00 Ea. Optical Fiber Duplex Jumber ST/SC 62.5/125mm (2 meter) S51.00 Ea. Optical Fiber Duplex Jumber ST/SC 62.5/125mm (3 meter) S54.00 Ea. Optical Fiber Duplex Jumber SC/SC 62.5/125mm (I meter) 545.00 Ea. Ortic2! Fiber Du -lex Jumber SC/SC 62.5/125mm (2 meter) S50.00 Ea. Optical Fiber Duplex Jumber SC/SC 62.5/125mm (3 meter) 553.00 Ea. Optical Fiber Duplex Jumber SFF/SC 62.5/125mm (I meter) S45.00 Ea. Optical Fiber Duplex Jumber SFF/SC 62.5/125mm (2 meter) S47.00 Ea. Optical Fiber Duplex Jumber SFF/SC 62.5/125mm (3 meter) 550.00 Ea. Optical Fiber Duplex lumber SFF/ST 62.5/125mm (1 meter) S38.00 Ea. Optical Fiber Duplex Jumber SFF/ST 62.5/125mm (2 meter) S41.00 Ea Optical Fiber Duplex Jumber SFF/ST 62.5/125mm (3 meter) S44.00 Ea. Optical Fiber Duplex lumber SFF/SFF 62.5/125mm (I meter) 545.00 Ea. Optical Fiber Duplex Jumber SFF/SFF 62.5/125mm (2 meter) S47.00 Ea. Optical Fiber Duplex Jumber SFF/SFF 62.51125mm (3 meter) 550.00 Ea. Optical Fiber ST Connector 520.00 Ea. Optical Fiber SC Connector 526.00 Ea. Optical Fiber SFF Connector 545.00 Ea. Fiber Interconnect Cabinet 12 port loaded S154.00 Ea. Fiber Interconnect Cabinet 24 port loaded 5235.00 Ea. Fiber Interconnect Cabinet 48 port loaded S515.00 Ea Fiber Interconnect Cabinet 72 port loaded S736.00 Ea. Prices above include all installation and all necessary firtings.S4.50 12 Description Cost Measurement MISCELLANEOUS ITEMS CONTINUED (PRICES FOR EACH) Fiber Couplers $3.85 Ea. Plenum lnnerduct 1" $4.50 Ea. Non -plenum Innerduct I" $1.92 Ea.. Buffer Tube Fanout Kits 523.00 Ea. Splice Trays 564.00 Ea. Mechanical Splice 525.60 Ea. Spider Fanout Kits S100.00 Ea. Re -enterable Compound (small) $23.00 Ea Re -enterable Compound,(large) 555.00 Ea. Prices above include all installation and all necessary fittings. ---- Description Cost Measurement COAXIAL RUNS (PRICE PER FOOT) Run .of RG -1 I Plenum $5.00 Ft- tRun Runof RG- I I Non -Plenum (In Conduit) $3.84 Ft Run of RG -6 Plenum S1.40 Ft Run of RG -6 Von -Plenum (In Conduit) $1.00 Ft Run of RG -59 Plenum $ I.35 Ft. Run of RG -59 Non -Plenum (In Conduit) $1.30 Ft Run of Flooded RG -11 (In Conduit) $4.50 Ft rnces aoove induces instatianon, temunauon anti testing per the specifications. Includes cable firestopping and cable support hangers and electronic documentation. 13 Description Costo Measurement MISCELLANEOUS COAXIAL ITEMS (PRICES FOR EACH) Male "F" Connector, Crimp -On, RG -59 Series 53.50 Ea. Male "F" Connector, Crimp -On, RG -6 Series $3.50 Ea. Male "F' Connector, Crimp -On, RG -11 Series 53.85 Ea. Male BNC Connector, Crimp -On, three-piece, RG -59 Series 55.00 Ea. Coaxial Adapter "F' Inline Splices, Female to Female 53.25 Ea. Coaxial Adapter "F' Inline Splices, Female to Female with Nut and Washer $3.90 Ea_ Coaxial "F' Terminator 55.20 Ea. Coaxial BNC Adapter, Female to Female Splice 54.75 Ea. Coaxial BNC Adapter, BNC "T" Female S10.00 Ea. Coaxial BNC Terminator 56.90 Ea. Wall Plate, with Female to Female "F' Connector 54.00 Ea. Passive Two -Way Splitter, 5-750 MHz S4.80 Ea. Passive Three -Way Splitter, 5-750 MHz $5.12 Ea. Passive Four -Way Splitter, 5-750 MHz $5.45 Ea. Passive Eight -Way Splitter, 5-750 MHz 58.80 Ea. Indoor Directional Tap, Four Output, 5-750 MHz 525.60 Ea. Female -to -Male Fixed Attenuator, 5 to 750 MHz 54.50 Ea. Prices for above items includes installation. 14 00- 8ZI o Description Cost — Measurement PRICES FOR CONDUIT PATHWAYS 4" BMT Conduit S1.95 Ft. 1" BMT Conduit $3.60 Ft 2" BMT Conduit 56.00 Ft _" Schedule 40, PVC conduit with 24" of cover $6.80 Ft Schedule 40 PVC conduit with 24" of cover 57.80 Ft 2" Sleeve S15.40 Ea 4" Sleeve 525.60 Ea Stnali SurFce Rncc:,ay (Sized for 2 Cat 5 Cables) $7.60 Ft Large Surface Raceway (Sized for 4 Cat 5 Cables) S8.00 Ft HandhoIe (approximately 2' x 3' x 18" open button with bolt down lid) $6.25 Ea. Plenum lnnerduct I" 54.50 Ft `on -plenum Innerduct I " $1.92 Ft 18i° Standard Cable Tray $25.60 Ft 18" Runway Cable Tray $25.60. Ft 18" Flextray Cable Tray $24.60 Ft Prices for above items includes installation and all necessary ttttrngs, fasteners, ttrestoppmg, andjuncuon coxes with pull strings installed: Description Cost Meuurement PRICING FOR GROUNDING SYSTEM =6 AWG Stranded Copper Wire Cable. S 15.50• rr Ground Termination $32.00 Ea Ground Bar $63.00 Ea Main Ground Bus Bar S140.00 Ea Prices for the above items include installation and all necessary tttrings. Description Cost — Measurement INSTALLATION, TRAINING AND OWNER ASSISTANCE (PRICE PER HOUR) Rate per hour - labor only $37.00 Hr. Demolition of Existing Cabling 529.00 Hr. Overtime per hour - labor only 555.50 Hr. . Site Visit S 0.00 N/A Note: Two hour minimum during regular business hours which are Monday - Friday 8:00 a.m. to 5:00 p.m., excluding County holidays.) Description Price EXTENDED PRODUCT WARRANTY AND SYSTEM ASSURANCE WARRANTY Manufacturer's Warranty Passed to Customer. I N/B L mm� v C CENTURY COMPLIANCE WARRANTY ADDENDUM — NORTEL Exhibit L . THIS CENTURY CCMPLANCE ADDENDUM ( Accencum ) to the Agreement between BellSouth and Customer dated Number ( ASreemert ) is made by and between MIScuth Communication Systems. Inc. ( BellSouth ), with corporate offices at 1936 Blue Hills Drive. Rcarcke. Virghr a 24012 and ( Customer ). This Acdendum becomes, effective as of the last signature care set forth below (the Addercum Effective Date) E xcept as specifically stated below, all terms arc conditions of the Agreement remain in full force and effect. BellSouth and Customer hereby agree as follows. CENTURY COMPLIANCE ARRANTY OR E UIPMENT PURCHASED ROM BELLSOUTH A TER AU UST I. 199 (a) Definition. Century Compliant means that the to Customer the price paid by Customer for such non conforming . E uipme^r satisfies the re wrements cf Seaicn (bX f) Product. below." (2) This Century Compliant warra^ty shall not apply to O ary ' (b) Century Compliant (Y2 ) arranty. E uipment which was not purchased by Customer directly from BellSouth and continually maintairec by BellSouth (i) the failure of (1) BellSouth warrants that the E uipment listed n any E uipment to comply with the applicable manufacturer Ext, tit A to this Acdencum shall function, with specifications if the failure is isolated in products) not covered by this respect to any care cepercent operations. warranty (ii) failure to install the Century Compliant software witl-c:.T ary material. service affecting non release or load and hardware, if arty, identified by the marufacnrer ccrfcr-narce to the .applicable E uipment (iv)E uipment use nctconformirgtothe associated documentation specifications. provided thattne sonware release (v) modification of such E uipment by Cusrcxner or any 04d party or Icac arc hardware, d any. identified by the or'(v) failures that result from other items not property exchanging ma^..facn:rer are irisWed and the use conforms data with the warranted E uipment. with tl^e associated user documentation. Exhibit A is artached to this Addendum. and by this (d) Limitations Of Liability. reference is made a part of this document. Only the E uiprrert listed cn EA*kAiswarrarted as THE REMEDIES SET, ORTH IN SECTICN (c) ABOVE CONSTITUTE behrg Ce-c-ry Compliant. CUSTOMERS SOLE AND E CLUSNE REMEDIES OR BREACH C THIS ARRANTY. SUCH ARRANTY CONSTITUTES THE ONLY (2) The Ce^tury Compliant warraM. shall apply only ARRANTYAS TO THE SUB ECT MATTER O THIS SECT ON AND to thcse E wprriert items fisted in Exhibit A that IS IN LIEU O ALL OTHER ARRANMES. RITTEN OR ORAL. shipper,frc..rthe manufacturer after August I. STATUTORY,E PRESSED CRIMPLIED ITH RESPECTTO CENTURY 199 . or on a subse uent date as indicated in COMPLIANCE. Exhibit A for those Produces that were not Cerrury Compliant as of August 1. 199 . The (e) Replacement Of Any Other Century Compliance arranty Century Compliant warranty period for each Agreement. such Product shall begin on the lata of August 1, 199 or such subse tient date (E identified in This document supersedes any previous agreement in its entirety between Exhibit A for a particular Product) and end on BellSouth and Customer on this sub ect matter. century compliance for August 3 I : 2004. Nortel products. (3) Beflkuf,mpresertsardCustanerunderstards that certain E uipment items may not be Istec on Exhibit A because: (a) century compliance verification is in progress (b) the Century Compliart ver'Cion of the E uipment is not commercially available or (c) a Century Compliant evoLmw or migration path for the prccua has not been specified or is not commercially available. (c) Century Noncompliance Exctrsive Remedy. (1) J. c.,nng the applicable warranty period as set forth in Section (bX2) above for the E uipment lister in Exhibit A and sub ea to the restrictions set forth in Section (cX2) below, any such PrcCua fails to perform in the manner set forth in Section (bX 1). Customer s sole remedy and BellSouth s sole obligation under this warranty is for BeffScuth to correct such Wure through, at BellScuth s expense and in as sole discretion. repair, replacement or modkancn of the E „ hpmenr using commeroally reasonable effcrrs. .f BellSouth is unable to repair, replace. or mochy using such efforts. BellSouth willreturn EXHIBIT A PRODUCT COMMENTS :NOR TEL:: ResidentiallBusiness Terminals National ISDN Meridian Digital Centrex Meridian I Systems Option I IC. SIC, 61C. 81C (X11 Release 23) Meridian Option I IC Compact 'I Meridian I Telephone Products Meridian Modular Telephones M2250 Meridian I Attendant PC MIPLAIN'Release 1.56 Upgrades from previous releases required to perform accurate leap year calculations. Meridian Passport Release 4.2 Spectrum Meridian Administration Tool (TMAT) Release 4.7 and 5.7 MAT T r4r, ic Reports generated by NAT Release 4.72 and 5.72 Releases 4.72, 5.72. and 6.0 cannot function Release 6.0 accurately past the year 2019. MAT 6. 1, extends the accuracy of generated Traffic Release 6.1 Reports to include 2035. Messaging Summary • Meridian Mail Release 11, 12 • Meridian Mail Reporter Release 2.0, 2.1 • Meridian Mail NetGateway 1.0 • Meridian Text Telephony System 1.0.0.4 • Visit Voice 4.0 • Symposium Messenger 2.0 Visit Voice 4.0 is manufacture discontinued, replaced by Symposium Call Manager Release 5.0 Server Software: Rel 2.0.2. 10 (audiofax) Symposium Messenger 2.0 formerly ]mown as Visit Rel 2.0.0.12 (Brooktrout) Messenger 2.0 (this was a name change only) Re! 2.0.2. 10 (MAS) Rel 2.0.2.9 (NMT) Client Software: Rel 2.0.0.14 • Symposium Messenger 3.0 Client Software: Rel 3.0.0.14 • Symposium Messenger 4.0 Server Software. Rel 4.0.0. 10 (audiofax) Rel 4.0.0. 10 (Brooktrout) Rel 4.0.0. 10 (MAS) Rel 4.0.0. 10 (NMT) Client Software: Rel 4.0.0. 10 EXHIBIT A PRODUCT COMMENTS . .... . . .... - Svinponium Desktop Applk2tions • Symposium Multimedia Conferencing (Release PRODUCT 5.0) • Symposium Communicator (Release 1.0. Release 1. 1, Release 1.2.0.4, Release 2.0) • Symposium Fastcall 1.1 • Symposium Fast View 1.6 • Symposium Call Manager (Release 5.0) • Symposium Desktop TAPI Service Provider Release 1.6 • Symposium Desktop TAPI Service Provider Release 2.0 • Meridian I TAPI Release 1.0 • Symposium TAPI Service Provider for Meridian I Release 2.X • Symposium Agent Release I X • Symposium OPEN 1VR. Release 4.0 • Symposium Voice 5.0 • Symposium Call Manager Release 5.0 • Symposium Desktop TAPI Service Provider Release 1.6 • Symposium Desktop TAPI Service Provider Release 2.0 • Me-.,djai I TAN Release 1.0 • Symposium TAPI Service Provider for Meridian I Release 2.X • Symposium Agent Release I A • Symposium Voice 5.0 Voice Response . SMposium OPEN IVR Release 4.0 Norstar • Norstar/Norstar-PLUS Systems • Norstar Voice Mail (Release 2.0 and 3.0) • StarTalk FLASH (Release 1.5) • StarTalk (Release 2.04L) • Health Care Receptionist • Norstar Companion . Norstar IVR :00- 8190 EXHIBIT M BELLSOUTH'S STANDARD TECHNICAL ESCALATION PROCEDURES BellSouth maintains a Standard Technical Escalation Procedure that is to be followed by all BellSouth's qualified technicians. Once a qualified BellSouth technician and/or appropriate management level are on-site, these are the Standard Technical Escalation Procedures that the technician is required to follow: Lapsed Time BellSouth's Action Within 4 hours after Technician Responsibility: arriving at the trouble a. Field forces will request technical assistance when a service fails site. to meet the customer's perfo.ilancc cxpcctations (or when a sez-vice does not meet test requirements) and the problem source cannot be identified. The first point of contact for technical assistance is the Technical Support Group. b. Notify the BelISouth Service Manager After 4 hours have Technician Support Group Responsibility: expired from the time a. The Technical Support Group will render initial assistance by Technical Support was telephone. If travel to the problem location is required, Technical first consulted. Support will attempt to arrange on-site assistance. Field Manager Responsibility: a. Notify the BellSouth District Operations Manager After 8 hours of on-site Technical Support Group Responsibility: assistance, 4 hours by a. The Technical Support Group will contact the appropriate the field forces and 4 equipment vendor for technical support. hours by the Technical District Operations Manager Responsibility: SupportGroup a. Notify the BellSouth General Manager of Operations After 24 hours of on-site District Operations Manager Responsibility: assistance by technicians a. If after 8 hours of on-site assistance from the equipment vendor and Technical Support has not resolved the trouble, additional resources/support will be Group allocated. b. Notify the BellSouth Vice President Operations After 36 hours of on-site Vice President Operations Responsibility: assistance by a. Notify the Vice President Network Staff& Regional Centers technicians, Technical Support and additional resources/support 730-650-99-1 = Telecommunications Equipment -PABX Page 1 of 1 Telecommunications Equipment -Private Automatic Branch Exchange 730-650-99-1 Effective: 2/17/99 through 2/16/04 Certification Special Conditions Specifications Price Sheet Ordering Instructions Complete Contract State Contracts Main Index Contractors: Ordering Information Vendor URL Lucent Technologies Inc. http://www.lucent.com/enterprise/florida Siemens Info. & Comm. Network http://florida.siemenscom.com Sprint http://sprint.com/stategov/florida MAIN INDEX I One -Stop Purchasing I Password I Account Status I HELP Please send comments or questions to Division o/PNrchasing http://fcn.state.fl.us/st—contracts/73 065099 1 / .00 8/11/00 O"'LRALL ANALYSIS including Cots ASSUMPTIONS AND FLEET CARD(S) FACTS 1. POLICE DEPARTMENT PURCHASE REQUIREMENTS: APPROX..7600 GALLONS ANNUALLY • Represents approximately 634 total gallons monthly 2. ADDITIONAL COSTS ASSOCIATED WITH FLEET CARDS • SHELL: MONTHLY SERVICE FEES at I% of billing or $10.00 minimum (waived for tax exempt) Magnetic Billing on Disk: $25.00 Month (optional) • EXXON./ MOBIL: MONTHLY ACCOUNTING FEE AT .5% (waived for tax exempt) Magnetic Billing on Disk: $15.00 Month (optional) Billing on Tape/Cartridge: $10.00 Month (optional) 3. RELEVANT REBATES OFFERED • SHELL: . 10 per gallon: 0 — 799 per month (gallons) 1.50 per gallon: 800-1,999 per month (gallons) . • EXXON / MOBIL: 1% of monthly purchases $0 - $999 (total expenditures) 1.5 % of monthly purchases $1,000 - $3,999. (total expenditures) COST ANALYSIS utilizing Assumptions Above SHELL EXXON / MOBIL 634 month Gallons x average price per gallon $ 1,141.00 $ 1,104.00 Rebates for Shell: $6.34 Exxon: $16.56 6.34 - f6.56 $ 1,134.66 $ 1,087.44 Monthly Service Fees +0.00 +0.00 $ 1,134.66 $ 1,087.44 ( x 12 months) x 12 x 12 ESTIMATED ANNUAL COST $ 13,615.92 $ 13,049.28 Estimated Annual difference in Costs between Shell and Exxon/Mobil: $ 566.64 (based on 7600 gallons per year, 634 gallons per month) OVERALL RESULTS OF COST ANALYSIS: ExxonMobil appears overall to be lower in cost than Shell for these particular services. 00— 890 • EXXON ' MOBIL as of as of as of 6/1/2000 6/15/2000 9/18/2000 PRICE/GAL. PRICE/GAL. — PRICE/GAL. STATION LOCATIONS 93 OCTANE 93 OCTANE 93 OCTANE 1. 4701 N.W. 7 1 Street $ 1.65.9 $ 1.73.9 $ 1.71.9 2. 1290 Coral Way $ 1.69.9 $ 1.75.9 $ 1.69.9 3. 720 S.W. 2nd Avenue $ 1.79.9 $ 1.83.9 $ 1.79.9 4. 3720 W. Flagler Street $ 1.67.9 $ 1.71.9 $ 1.65.9 5. 5 N.E. 79th Street $ 1.67.9 $ 1.69.9 $ 1.65.9 Average: $ 1.70.3 $ 1.75.1. $ 1.70.7 MOBIL • Combined average price per gallon for Exxon and Mobil as of 6/1/2000: $1.72 • Combined average price per gallon for Exxon and Mobil as of 6/15/2000: $1.76 • Overall average for 6/1, 6/15 & 9/18: $1.72.7 per gallon (Exxon & Mobil combined) SHELL as of as of as of 6/1/2000 6/15/2000 9/18/2000 PRICE/GAL. PRICE/GAL. PRICE/GAL. STATION LOCATIONS 93 OCTANE 93 OCTANE 93 OCTANE 1. 901 N.W. 42 Avenue $ 1.76.9 $ 1.78.9 $ 1.73.9 2. 1000 Biscayne Blvd. $ 1.73.9 $ 1.77.9 $ 1.69.9 3. 2160 S.W. 8th Street $ 1.71.9 $ 1.74.9 $ 1.71.9 4. 3201 N.W. 22 Avenue $ 1.75.9 $ 1.77.9 $ 1.72.9 5. 5390 N. Miami Avenue $ 1.69.9 $ 1.69.9 $ 1.63.9 Average: $ 1.73.7 $ 1.75.9 $ 1.70.5 • Combined average price per gallon for Exxon and Mobil as of 6/1/2000: $1.72 • Combined average price per gallon for Exxon and Mobil as of 6/15/2000: $1.76 • Overall average for 6/1, 6/15 & 9/18: $1.72.7 per gallon (Exxon & Mobil combined) SHELL • Overall average for Shell for 6/1, 6/15 & 9/18: $1.78.0 per a�llon as of as of as of 6/1/2000 6/15/2000 9/18/2000 PRICE/GAL. PRICE/GAL. PRICE/GAL. STATION LOCATIONS 93 OCTANE 93 OCTANE 93 OCTANE 1. 2020 N. WA7th Avenue $1.75.9 $ 1.79.9 $ 1.72.9 2. 3601 Biscayne Blvd. $1.79.9 $ 1.83.9 $ 1.79.9 3. 401 S.W. 8' Street $1.78.9 $ 1.83.9 $ 1.71.9 4. 2701 W. Flagler Street $1.75.9 $ 1.78.9 $ 1.70.9 5. 1991 N.W. 7th Avenue $1.79.9 $ 1.81 $ 1.75.9 Average: $1.78.1 $ 1.81.7 $ 1.74.3 • Overall average for Shell for 6/1, 6/15 & 9/18: $1.78.0 per a�llon ARALL ANALYSIS includingfsts ASSUMPTIONS AND FLEET CARD(S) FACTS 1. POLICE DEPARTMENT PURCHASE REQUIREMENTS: APPROX. 7600 GALLONS ANNUALLY • Represents approximately 634 total gallons monthly 2. ADDITIONAL COSTS ASSOCIATED WITH FLEET CARDS • SHELL: MONTHLY SERVICE FEES at 1% of billing or $10.00 minimum (waived for tax exempt) Magnetic Billing on Disk: $25.00 Month (optional) • EXXON / MOBIL: MONTHLY ACCOUNTING FEE AT .5% (waived for tax exempt) Magnetic Billing on Disk: $15.00 Month (optional) Billing on Tape/Cartridge: $10.00 Month (optional) 3. RELEVANT REBATES OFFERED • SHELL: 10 per gallon: 0 — 799 per month (gallons) 1.50 per gallon: 800-1,999 per month (gallons) • EXXON / MOBIL: 1% of monthly purchases $0 - $999 (total expenditures) 1.5 % of monthly purchases $1,000 - $3,999. (total expenditures) COST ANALYSIS utilizing Assumptions Above 634 month Gallons x average price per gallon Rebates for Shell: $6.34 Exxon: $16.56 Monthly Service Fees ( x 12 months) SHELL EXXON / MOBIL $ 1,141.00 $ 1,104.00 -6.34 -16.56 $ 1,134.66 $ 1,087.44 +0.00 +0.00 $ 1,134.66 $ 1,087.44 X12 X12 ESTIMATED ANNUAL COST $13,615.92 $ 13,049.28 Estimated Annual difference in Costs between Shell and Exxon/Mobil: $ 566.64 (based on 7600 gallons per year, 634 gallons per month) OVERALL RESULTS OF COST ANALYSIS: ExxonMobil appears overall to be lower in cost than Shell for these particular services. MMIM111, • SHELL 18 QUALIFIED STATIONS EXXON/MOBIL 14 TOTAL STATIONS SHELL: MONTHLY GAS PURCHASE 0-799 MONTHLY GAS PURCHASE 800-1999 U REBATE PER GALLON: 1 CENT REBATE PER GALLON: 1.5 CENTS 00- 890 ® SURVEY OF GASOLINE COSTS• CONDUCTED ON JUNE 1, 2000 EXXON - 6/ 1 /2000 PRICE/GAL STATION LOCATIONS DISTRICT 93 OCTANE 1. 4701 N.W. 7th Street 1 $1.65.9 2. 1290 Coral Way 3 (*no 2) $1.69.9 3. 720 S.W. 2d Avenue 3 $1.79.9 4. 3720 W. Flagler Street 4 $1.67.9 5. 5 N.E. 791h Street 5 $1.67.9 Aver: $1.70.3 \�I 6/l/2000 PRICE/GAL STATION LOCATIONS DISTRICT 93 OCTANE 1. 901 N.W. 42 Avenue 1 $1.76.9 2. 1000 Biscayne Blvd. 2 $1.73.9 3. 2160 S.W. 8th Street 3 $1.71.9 4. 3201 N.W. 22 Avenue 1 (*no 4) $1.75.9 5. 5390 N. Miami Avenue 5 $1.69.9 Aver: $1.73.7 SHELL 6/1/2000 PRICE/GAL STATION LOCATIONS DISTRICT 93 OCTANE 1. 2020 N.W. 17th Avenue 1 $1.75.9 2. 3601 Biscayne Blvd. 2 $1.79.9 3. 401 S.W. 81h Street 3 $1.78.9 4. 2701 W. Flagler Street 4 $1.75.9 5. 1991 N.W. 7th Avenue 5 $1.79.9 Aver: $1.78.1 `® 90 • EXXON • MOBIL as of as of as of 6/1/2000 6/15/2000 9/18/2000 PRICE/GAL. PRICE/GAL. _ PRICE/GAL. STATION LOCATIONS 93 OCTANE 93 OCTANE 93 OCTANE 1. 4701 N.W. 7`h Street $ 1.65.9 $ 1.73.9 $ 1.71.9 2. 1290 Coral Way $ 1.69.9 $ 1.75.9 $ 1.69.9 3. 720 S.W. 2nd Avenue $ 1.79.9 $ 1.83.9 $ 1.79.9 4. 3720 W. Flagler Street $ 1.67.9 $ 1.71.9 $ 1.65.9 5. 5 N.E. 79h Street $ 1.67.9 $ 1.69.9 $ 1.65.9 Average: $ 1.70.3 $ 1.75.1 $ 1.70.7 MOBIL • Combined average price per gallon for Exxon and Mobil as of 6/1/2000: $1.72 • Combined average price per gallon for Exxon and Mobil as of 6/15/2000: $1.76 • Overall average for 6/1, 6/15 & 9/18: $1.72.7 per gallon (Exxon & Mobil combined) SHELL as of as of as of . 6/1/2000 6/15/2000 9/18/2000 PRICE/GAL. PRICE/GAL. PRICE/GAL. STATION LOCATIONS 93 OCTANE 93 OCTANE 93 OCTANE 1. 901 N.W. 42 Avenue $ 1.76.9 $ 1.78.9 $ 1.73.9 2. 1000 Biscayne Blvd. $ 1.73.9 $ 1.77.9 $ 1.69.9 3. 2160 S.W. 8t' Street $ 1.71.9 $ 1.74.9 $ 1.71.9 4. 3201 N.W. 22 Avenue $ 1.75.9 $ 1.77.9 $ 1.72.9 5. 5390 N. Miami Avenue $ 1.69.9 $ 1.69.9 $ 1.63.9 Average: $ 1.73.7 $ 1.75.9 $ 1.70.5 • Combined average price per gallon for Exxon and Mobil as of 6/1/2000: $1.72 • Combined average price per gallon for Exxon and Mobil as of 6/15/2000: $1.76 • Overall average for 6/1, 6/15 & 9/18: $1.72.7 per gallon (Exxon & Mobil combined) SHELL • Overall average for Shell for 6/1, 6/15 & 9/18: $1.78.0 per ag lion 00- 890 as of as of as of 6/1/2000 6/15/2000 9/18/2000 PRICE/GAL. PRICE/GAL. PRICE/GAL. STATION LOCATIONS 93 OCTANE 93 OCTANE 93 OCTANE 1. 2020 N.W. 17th Avenue $1.75.9 $ 1.79.9 $ 1.72.9 2. 3601 Biscayne Blvd. $1.79.9 $ 1.83.9 $ 1.79.9 3. 401 S.W. 8th Street $1.78.9 $ 1.83.9 $ 1.71.9. 4. 2701 W. Flagler Street $1.75.9 $ 1.78.9 $ 1.70.9 5. 1991 N.W. 7th Avenue $1.79.9 $ 1.81 $ 1.75.9 Averaize: $1.78.1 $ 1.81.7 $ 1.74.3 • Overall average for Shell for 6/1, 6/15 & 9/18: $1.78.0 per ag lion 00- 890 *SURVEY OF GASOLINE COSTS CONDUCTED ON JUNE 1, 2000 U'V,V"IV MOBIL 6/1/2000 PRICE/GAL STATION LOCATIONS DISTRICT 93 OCTANE 1. 901 N.W. 42 Avenue 2. 1000 Biscayne Blvd. 3. 2160 S.W. 8th Street 4. 3201 N.W. 22 Avenue 5. 5390 N. Miami Avenue SHELL 1 $1.76.9 2 $1.73.9 3 $1.71.9 1 (*no 4) $1.75.9 5 $1.69.9 Aver: $1.73.7 6/l/2000 PRICE/GAL STATION LOCATIONS DISTRICT 93 OCTANE 1. 4701 N.W. 7th Street 1 $1.65.9 2. 1290 Coral Way 3 (*no 2) $1,69.9 3. 720 S.W. 2d Avenue 3 $1.79.9 4. 3720 W. Flagler Street 4 $1.67.9 5. 5 N.E. 79th Street 5 $1.67.9 Aver: $1.70.3 MOBIL 6/1/2000 PRICE/GAL STATION LOCATIONS DISTRICT 93 OCTANE 1. 901 N.W. 42 Avenue 2. 1000 Biscayne Blvd. 3. 2160 S.W. 8th Street 4. 3201 N.W. 22 Avenue 5. 5390 N. Miami Avenue SHELL 1 $1.76.9 2 $1.73.9 3 $1.71.9 1 (*no 4) $1.75.9 5 $1.69.9 Aver: $1.73.7 0 890 6/1/2000 PRICE/GAL STATION LOCATIONS DISTRICT 93 OCTANE 1. 2020 N.W. 17th Avenue 1 $1.75.9 2. 3601 Biscayne Blvd. 2 $1.79.9 3. 401 S.W. 8th Street 3 $1.78.9 4. 2701 W. Flagler Street 4 $1.75.9 5. 1991 N.W. 7th Avenue 5 $1.79.9 Aver: $1.78.1 0 890 ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F590248365-001 VENDOR: Sprint (A) STREET ADDRESS OR P.O. BOX: 101 N. Monroe, Suite 100 CITY, STATE, ZIP: Tallahassee, FL 32301 TELEPHONE: 850-599-1777 TOLL FREE NO.: 800-703-3663 ORDERING FAX NO.: 850-922-6333 REMIT ADDRESS: P. O. Box 165000 CITY, STATE, ZIP: Altamonte Springs, FL 32716-5000 _X_ WILL ACCEPT THE STATE OF FLORIDA PURCHASING CARD WILL NOT ACCEPT THE STATE OF FLORIDA PURCHASING CARD PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: Roston F. Shuman ADDRESS: P.O. Box 165000 CITY, STATE, ZIP: Altamonte Springs, FL 32716-5000 TELEPHONE: 407-661-5666 TOLL FREE NO.: N/A URL HOME PAGE ADDRESS: hitp://www.utelfla.com:81/fcn ELECTRONIC MAIL ADDRESS: roston.shumanamail.sprint.com 75 00- V'00 AUTHORIZED SERVICE REPRESENTATIVES Diane Alexander -Acct. Exec. 319 S.E. Broadway Street (North Area -Ocala) Ocala, FL 34471 Telephone: 800-743=5998 Jim Rogers -Sr. Acct. Exec. 7406 Fullerton Street, Suite 101 (North Area -Jacksonville) Jacksonville, FL 32256 Telephone: 800-326-5123 . Michelle Bryant -Sr. Acct. Exec. 101 N. Monroe Street, Suite 100 (Western Area -Tallahassee) Tallahassee, FL 32301 Telephone: 800-803-3663 James A. Jones, Jr. -Acct. Exec. 212 Hollywood Blvd. (Western Area -Ft. Walton Beach) Ft. Walton Beach, FL 32548 Telephone: 800-764-6704 Clifford Wright -Acct. Exec. Or 500 Cypress Road West, Suite 600 John Diaz -Acct. Exec. Ft. Lauderdale, FL 32301 (Southern Area -Ft. Lauderdale)' Telephone: 800-735-8900 Ken Baker -Sr. Acct. Exec. Or P.O. Box 370 Mick Johnson -Acct. Exec. Ft. Myers, FL 33902 (Southern Area -Ft. Myers) Telephone: 800-347-3534 Tom Gallogly-Sr. Sales Exec. 5910 Benjamin Center Drive, Ste. 100 Phil Collins -Sr. Acct. Exec. Tampa, FL 33634 (Central Area -Tampa) Telephone: 800-767-61.96 Edwin Wright -Sr. Sales Exec. P:O. Box 165000 Michelle Hanson -Sales Exec. Altamonte, Springs, FL 32716-500 Linda Izbicky-Sales Exec. Telephone:, 800-704-3663 (Central Area -Orlando) Roston Shuman -Sr. Sales Exec. P.O. Box 165000 . (All Areas) Altamonte Springs, FL 32716-5000 ' Telephone: 800-704-3663 0 SERVICE LOCATIONS SOUTHERN AREA SPRINT 500 CYPRESS CREEK -ROAD WEST FT. LAUDERDALE, FL 33020 800-735-8900 CENTRAL AREA SPRINT 151 SOUTHHALL LANE SUITE 400 MAITLAND, FL 32751 800-714-3663 NORTHERN AREA SPRINT 7406 FULLERTON ROAD SUITE 101 JACKSONVILLE, FL 32256 800-326-5123 WESTERN AREA SPRINT 101 N. MONROE STREET TALLAHASSEE, FL 32301 800-803-3663 77 00- 890 • SHELL 18 QUALIFIED STATIONS EXXON/MOBIL 14 TOTAL STATIONS SHELL: MONTHLY GAS PURCHASE 0-799 MONTHLY GAS PURCHASE 800-1999 REBATE PER GALLON: 1 CENT REBATE PER GALLON: 1.5 CENTS Lucent Technologies ( Worldwide Locator Solutions for your Enterprise. • Florida She's the greatest customer a y Transportation Company could have. Welcome to your AVAYA Web site for Florida. Changing the way business communicates - AVAYA AVAYA is already a driving force in converged communications and customer relationship management, AVAYA will bring together voice, data and Internet technology and enable businesses to do one revolutionary thing: communicate. How? By focusing on enterprise businesses and a rapidly expanding portfolio of eBusiness enabling solutions. Today, AVAYA serves nearly one million customers in over 90 countries, including a "who's who" of Fortune 500® clients. With our reputation for reliability and innovation, AVAYA has a portfolio of market -leading products. That includes being a worldwide leader in messaging and structured cabling: and a U.S. market leader for enterprise voice communications and call center, systems. Plus, of course, you can still rely on the professional skill of your existing account team or authorized reseller, as well as the expertise of nearly 3,000 research and development personnel who are now devoted exclusively to your needs. Including many former Bell Mike Williams Area Sales Vice President Sales Carmen Lopez General Manager Services Page 1 of 2 fi 00- 890 hup://www.world-support.com/search3.cgi?action=mainpage&officename=Florida 8/11/00 Lucent Technologies Worldwide Locator Page 2 of 2 Foley uestions; Lab®gineers q please contact: Carlos Fernandez What can you expect? (954) 969-3299 • The creation of our new company -will be seamless - there will be no interruption in your service or support. • We want to be your strategic eBusiness communications partner, both now and in the future, and we'll work hard to support all of your eBusiness efforts and endeavors. How can we make this promise and provide you with the best total solution? We'll have unparalleled capabilities as a new $8 billion organization. We are the worldwide leader in messaging and call centers, and the U.S. leader in voice communications systems. With our resources, we will fully eEnable your operations so'you can better compete and succeed in the new eBusiness arena. • We'll provide all of the personalized eBusiness communications systems you need. This includes optical, data, and wireless solutions that give your organization secure and reliable Web -based access to the public network. • We'll offer you the expertise of eBusiness leaders by joining with Andersen Consulting, eLoyalty, and PriceWaterhouseCoopers. AVAYA videoconferencing solution expands nation's fifth largest school district, Broward County, educational programs Enterprise Solutions Voice Communications Data Communications Converged Network Solutions Messaging Call Centers Voice and Video Conferencing Internet Solutions State of Florida Contract Find out if you are qualified to buy off the State Contract ► Contacts for This Zone r- Office. Locations l — Lucent Technologies_KAPOWS Young Students in Florida P- Free Customer Newsletter I► Defini IP_ Other Sales Zones • Product overview • Work at Lucent Copyright © 2000 Lucent Technologies. All rights reserved. . .00890 http://www.world-support.com/search3.cgi?action=mainpage&off cename=Florida 8/11/00 Lucent Technologies Enterprises 'n -off unveils name, announces leaders team W search lucent qq.!.., I » press roam + prQsa reteases . press archive a investor relations • corporate into neves & investor info press release Pagel of 3 Lucent Technologies Enterprise spin-off unveils name, announces leadership team FOR RELEASE TUESDAY ]UNE 27, 2000 BASKING RIDGE, N.J. - The Enterprise Networks Group soon to .be spun off from Lucent Technologies (NYSE: LU) today announced that it will be named Avaya, pronounced uhv-EYE-uh. The new name and logo wilt begin appearing in advertising and on company buildings and vehicles in the coming weeks. As announced in March, Lucent expects to complete the spin-off by the close of the fourth fiscal quarter of 2000, which ends Sept. 30. "We chose a name that would set us apart and capture what we're doing with the company - focusing on communications solutions for business customers," said Don Peterson, president and CEO. "Avaya sounds open and fluid -reflecting a company that's open-minded and that provides seamless, effortless interconnections among people and businesses." The company's new logo is a word mark formed of letters that fit together and enhance one another. Its red color is bright and strong, and honors the company's Lucent Technologies heritage. The new Avaya will focus on enabling enterprises to succeed in the eBusiness age by providing advanced communication's hardware, software and solutions. The company starts out as a worldwide leader in messaging and structured cabling solutions, and a U.S. leader in call centers and voice communications systems. Avaya has nearly one million business customers in more than 90 countries, including more than three-quarters of the Fortune 500. Avaya has an extensive sales and services force. Almost half a million businesses - from small, neighborhood shops to large multi -national corporations - have Avaya service agreements. In addition, the company offers a portfolio of products to support multi -service network solutions, including its award-winning Cajun Campus'"' LAN switching products and award-winning WAN systems products. Avaya has shipped more than one million LAN switching ports. "We expect the overall market we're in to grow from about $113.8 billion in 1999 to about $176.6 billion in 2003, a compound annual growth rate of 11.6 percent," said Peterson, "And there are four trends in the marketplace that we believe are leading to significantly higher growth within key segments: the adoption of e -Business strategies by businesses worldwide; a focus on customer relationship management; the growth of businesses with widespread operations and mobile workforces; and the evolution toward converged voice and data networks. We believe we are well-positioned to capitalize on these trends and to serve the growing market for advanced enterprise communications products supporting eBusiness solutions." Also today, Avaya named key senior executives. As announced previously, Henry B. Schacht, 65, former chairman and CEO of Lucent Technologies and former CEO of Cummins Engine, is chairman of the new company. Donald K. Peterson, 50, former executive vice president and CFO of Lucent, is president and chief executive officer. Peterson has 25 years of experience in the communications industry. Pdpr to joining Lucent, he served as NORTEL's chief financial officer and president of NORTEL Communications Systems, Inc. "We've selected a leadership team to build on our many strengths, including market leadership, a significant http://www.lucent.com/press/0600/000627.bca.htrnl U 101 m8 90 9/7/00 Lucent Technologies Enterprise spin-off unveils name, announces leadership team Page 2 of 3 base of customers and great technology," said Peterson. "I'm delighted with this team's talent, experience and energy, and I look forward to working with them to create a new, high -performing company for our customers, our shareholders _and our employees:" The leadership team for the new business is as follows: • Homa Firourtash, Ph.D., 57, is chief operating officer. He is: responsible for global operations and manufacturing; materials and logistics; ;product management for voice and data systems, applications, and connectivity solutions; quality and R&D. Dr. Firourtash will lead the new company's technical community of nearly 3,000 developers. Previously, he was president of Worldwide Sales for Lucent's Microelectronics Group. • Karyn Mashima, 46, is vice president of Global Strategy and Technology. She will formulate and drive overall business and technology strategies for the new company. Mashima also is responsible for business development and for cross -product and next -generation solutions architectures. She had similar responsibilities at Lucent's Enterprise Networks Group. • Ravi Sethi, Ph.D., 52, is vice president of Research: He is responsible for advancing high potential technologies, understanding customer trends and needs, and seeking out a variety of alliances in academia and industry to introduce leading-edge technologies and competitive products. Dr. Sethi was previously senior vice president, Communications Science Research, at Bell Labs. • Garry K. McGuire, 53, is chief financial officer. McGuire previously served as president and chief executive officer of Williams Communications Solutions, LLC, and president of Nortel Communications Systems. • David P. Johnson, 40, is vice president of Worldwide Sales and International Services. Johnson will be responsible for overall sales channel strategy, including direct sales, indirect sales, and the company's growing alliances with systems integrators, as well as international services. Johnson was formerly vice president of International Sales and Service for Lucent's Enterprise Networks Group—, • Dana Becker Dunn, 49, is vice president of Transition Operations. She leads the transition planning as Avaya prepares to spin off from Lucent. • Michael A. Dennis, 41, continues as vice president of U.S.' Services. He is responsible for the overall services business, including installation, maintenance and service offerings. • Pamela F. Craven, 46, is vice president, general counsel and.corporate secretary of the new company. She is responsible for all legal services including commercial law, corporate law, labor and employment law, and intellectual property law; and for government relations. Previously, Craven was vice president, Law and Lucent corporate secretary. s Maryanne DiMarzo, 48, is vice president of Human Resources, and will be responsible for compensation and benefits, workforce relations, organizational development and transformation, and recruitment. She was formerly vice president of Lucent's Corporate Centers Human Resources. • Steve Aaronson, 48, is vice president of Communications. He: is responsible for branding and corporate image, investor relations, news media relations, employee communications, industry and financial analyst relations and philanthropy. Previously, Aaronson was vice president of Lucent's Service Provider Networks Public Relations. "This team is totally committed to the enterprise space, and has a deep appreciation for the issues facing our customers. We are working together to maintain and enhance our customer and partner relationships through the transition and spinoff," Peterson. said. Separately today, Avaya announced a global strategic alliance with Siebel Systems that includes joint development and integration of eBusiness solutions as well as joint marketing and sales teams. Avaya, formerly the Enterprise Networks Group of Lucent Technologies, headquartered in Bzsking Ridge, N.J., USA, is a leading provider of communications systems for enterprises, including businesses, government agencies and other organizations. We offer voice, converged voice and data, customer relationship management, messaging, multi -service networking and structured cabling products and services. hq://www.lucent.com/press/0.600/000627.bca.html .9/V00 Lucent Technologies Enterprise spin-off unveils name, announces leadep team Page 3 of 3 We are a worldwide leader in sales of messaging and structured cabling systems and a U.S. leader in sales of enterprise voice communications, and call center systems. We intend to use our leadership positions in enterprise communications systems and software, our broad portfolio of products and services, and strategic alliances with other technology and consulting services leaders to offer our customers comprehensive eBusiness solutions. For more information about Avaya, visit us on the Web at http://www.avaya.com. Lucent Technologies, headquartered in Murray Hill, N.J., USA, designs and delivers the systems, software, silicon and services for next -generation communications networks for service providers and enterprises. Backed by the research and development of Bell Labs, Lucent focuses on high-growth areas such as optical and wireless networks; Internet infrastructure; communications software; communications semiconductors and optoelectronics; Web -based enterprise solutions that link private and public networks; and professional network design and consulting services. For more information on Lucent Technologies, visit its Web site at http://www.lucent.com. Notes to Editors: Our new company b -roll will be broadcast and can be viewed by tuning into the GE3 Satellite, Transponder K15 (downlink frequency 12000 horizontal). The program will be transmitted in the clear, starting with a satellite test from 1:30 to 2:00 p.m. ET. Footage will run from 2:00 to 2:30 p.m. ET. For technical information, contact GE America at 1-800=772-2363 or 1-800-752-7755.' Multimedia files, including our logo, photographs and streaming video can be viewed online at http://www.newstream.com. For more information, reporters may contact: Paula Horii Lucent Technologies 908-953-6633 (office) Email: phorii@lucent.com Richard Larris Lucent Technologies 908-953-2219 (office) Email:larris@lucent.com Yq- Service PRvider I 1 Smallto olid Boshmm I OEM I business Partner I USGareremerrt I Investor Copyright © 2000 Lucent Technologies. Use of this site indicates you accept the Terms of Use and the Privacy Statement. For comments or questions about this site, contact us. 00— '0A http://www.lucent.com/press/0600/000627.bca.html 9/7/00 TO FROM 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Judy Carter DATE: September 7, 2000 FILE: Director Purchasing SUBJECT: Resolution Approving Procurement of Aldo Stancato �, Telecommunications Director V' y REFERENCES : Equipment Information Technology ENCLOSURES: There is a need to acquire additional telecommunications equipment and related services for the two City telecommunications operating platforms, Avaya Communication (formerly Lucent Technologies, Inc.) and Nortel (BellSouth Communications Systems). The current Fire College telecommunications infrastructure is a telephone key system that is over 10 (ten) years old and is inefficient and costly to maintain. The Departments of Information Technology, Fire -Rescue, and Police have jointly agreed to expand the Avaya Communication Definity PBX, originally acquired to serve the backup E911 site, to provide the telecommunications infrastructure needed to support the City Emergency Operations Center (EOC) and the office staff at the Fire College. Additionally, other City facilities, such as the Miami Riverside Center (Nortel/BellSouth) and City Hall (Avaya Communication) need to acquire additional equipment and resources for their telecommunications environments. The State of Florida has awarded Contract No. 730- 650-99-1 to Avaya Communication (formerly Lucent Technologies, Inc.) and Broward County has awarded Broward County Telephone System Master Maintenance Agreement, RLI #060597 -RB to Bellsouth Communications Systems. Telecommunications equipment and related services are being requested to be acquired at an amount not to exceed $500,000. This department has verified with the Department of Budget that funds are available as follows. Funds for this acquisition are to be allocated from the Department Of Fire -Rescue Capital Improvement Project 313238 in an estimated amount of $77,000; Department Of Fire -Rescue Capital Improvement Project 313303 in an.estimated amount of $67,000; and E-911 Operating Budget, account code no. 196002.290461.6.670 in an estimated amount of $16,400. Prior budgetary approval shall be obtained for additional acquisitions from the operating budgets or capital improvement projects of various other city departments on an as needed basis. AGS:ecb BUDGET REVIEWED AND CIP D APPROVED BY: APPROVED BY: �• ,ry 9/8%02 0 ( Linda Haskins, Director 4aZrSaenz-Butler (�Department of Budget Administrator 00- 890 • CERTIFICATION OF CONTRACT TITLE: Telecommunications Equipment - Private Automatic Branch Exchange BID NO.: 43-730-650-W CONTRACTOR(S): Lucent Technologies, Inc. (A) Siemens Information & Communications Network Sprint (A) 11 CONTRACT NO.: 730-650-99-1 EFFECTIVE: February 17, 1999 through February 16, 2004 SUPERSEDES: 730-650-97-1 (A) Suite 315 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF MARVIN WILLIAMS AT (850) 488-8366 SUNCOM 278-8366, E-MAIL william ,dms.state.fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on February 5, 1999, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Telecommunications Equipment - Private Automatic Branch Exchange by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the State Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. PRIOR APPROVAL TO PURCHASE - In accordance with Section 282.102(16); Florida Statutes, all State agencies and institutions are required to submit all requests to purchase communications equipment, including the equipment covered by this contract, to the Division of Communications for review and approval prior to the issuance of a purchase order for Communications Services if the expenditures meet or exceed the Purchasing Category II level. Requests to purchase said equipment by State agencies and institutions shall be submitted per instructions on reverse side of Form COM -9008, which is supplied by the Division of Communications, 4040 Esplanade Way, Tallahassee, Florida 32399-0950, (850) 487-2000, Suncom 277-2000. Law enforcement organizations or political subdivisions and municipalities (sheriffs offices, police departments, etc.) are also required to submit all requests to purchase communications equipment, including the equipment covered by this contract, to the Division of Communications for review prior to issuance of a purchase order. This requirement is in accordance with Section 282.111, Florida Statutes. Emergency -medical service organizations (hospitals, ambulance/rescue services, etc.) of political subdivisions, and of State agencies and institutions are required to obtain written approval from the Division of Communications prior to purchases of commodities. This requirement is in accordance with Section 401.024, Florida Statutes. E. CONTRACTOR PERFORMANCE -Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance is to be filed with this office. F. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted.from the supplier are noted on the ordering instructions. . G. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 70.73 should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature, MW/sec Attachment k, SPECIAL CONDITIONS PURPOSE The purpose of this bid is to establish a sixty (60) month contract for the purchase of -Private Automatic Branch Exchange (PABX) equipment by all State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General Conditions. It is anticipated that the contract will be in effect from August 5, 1998 through August 4, 2003. ADDITIONAL ELIGIBLE USERS In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies and private non-profit educational facilities as defined in Section 240.605, Florida Statutes, which may desire to purchase under the terms and conditions of the contract. ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies and other eligible users will purchase approximately $6,500,000 per year under any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and should not be construed as representing actual figures under the contract. FEDERAL GOVERNMENT AGENCIES In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies which may desire to purchase under the terms and conditions of the contract. OPTIONAL CONTRACT USAGE In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. SPECIAL ACCOMMODATION Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the Division of Purchasing at (904) 850-8440 at least five (5) workdays prior to the pre-bid conference and/or bid opening. If you are hearing of speech impaired, please contact the Division by using the Florida Relay Service which can be reached at 1 (800) 955-8771 (TDD). PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. l l � • NOTICE TO CONTRACTOR W- The'employment of unauthorized aliens by any contractor is considered a violation of section 247A(e) of the Immigration and Nationalization Act. If the contractor knowingly employs. unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. — SURCHARGE USER FEE AND SUMMARY OF TOTAL SALES The Division of Purchasing hereby imposes a surcharge user fee of 1 % on contractors' sales under any contract resulting from this bid. After receipt of payment from the contract purchases; all surcharge fees shall' be"payable to the State of Florida no later than 15 days after the end of each quarter. Vendor user fee should be noted on the check and remitted to: State of Florida Department of Management Services P.O. Box 5438. Tallahassee, FL 32314-5438 ' Contract supplier shall famish the Division of Purchasing a detailed summary of sales at the end of each quarter. By submission of these Sales Summary reports and corresponding surcharge deposits, the contractor(s) is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida. Failure to deposit fees in a timely manner and provide sales summary, even if there are no sales, within thirty (30) calendar days following the end of each quarter may result in the contract supplier" being found in default, in which case any and all reprocurement costs may be charged against the defaulting contractor. VENDOR RESPONSE SYSTEM To access an interactive Voice Response System for vendor payment inquiry, Vendors may call (850) 413-7269 between 7 a.m, and 6 p.m. Monday thru Friday to check on the status of payments by State agencies. The system can accommodate English and Spanish speaking callers. PURCHASING. CARD PROGRAM The State of Florida has implemented a purchasing card program through NationsBank, using the Visa network. Vendors will receive payment from the purchasing card -in the same manner as other Visa purchases. Please indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the bid.. SCOPE This bid delineates the requirements for the design, purchase, delivery, installation, cutover, performance verification, training, warranty, follow-on maintenance, and additional services for digital Private Automatic Branch Exchange (PABX) telephone communications systems of four (4) configuration sizes with capacities of one hundred (100), two hundred (200), five hundred (500) and one thousand (1000) station lines. Each system shall consist of a baseline PABX switch with operational service features; equipped and wired to a demarcation point plug and station connecting block for a specific quantity of trunks, station lines, and attendant consoles.. Station terminal equipment, station wiring, additional.,PABX printed circuit card modules, additional attendant consoles and wiring, additional main distribution frame (MDF) wiring, and additional operational service features are not a part of the "baseline system" and will be purchased as accessories. The contract resulting from this bid will provide a PABX telephone system to enable a purchaser to procure a system configuration to meet present and future requirements. Purchase of multiple systems at the same contiguous locations with station line quantities exceeding 1000, is not within the intent or scope of this contract. Exception to this provision requires approval of the Division of Purchasing and The Information Technology Program. Subsequent to establishing a contract resulting from this ITB, if the State determines additional features, services, modifications, or deletions are needed and it is in the State's best interest, the State may enter into negotiations with the contractor to amend the contract. YEAR 2000 COMPLIANCE WARRANTY The contractor warrants that each item of hardware, software, and/or firmware delivered, developed or modified under this contract shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the item documentation provided by the contractor, provided that all items (e.g. hardware, software, firmware) used in combination with other designated items properly exchange date data with it. The duration of this warranty and the remedies available to the State for breach of this warranty shall be as defined in, and subject to, the terms and limitations of any general warranty provisions of this contract, provided that notwithstanding any provision to the contrary in such warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to the State under this warranty shall include repair or replacement of any item whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit nay rights or remedies the State may otherwise have under this contract with respect to defects other than Year 2000 performance. YEAR 2000 REMEDY CLAUSE In the event of any decrease in hardware or software program functionality related to time and date related codes and internal subroutines that impede the hardware or software programs from operating beyond the Millennium Date Change, Licensors and Vendors of Licensors products, agree to immediately make required corrections to restore hardware and software programs to the same level of functionality as warranted herein at no charge to the licensee, and without interruption to the ongoing business of licensee, time being of the essence. TECHNICAL DOCUMENTATION All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation with the bid submittal shall make the bidder non-responsive. No Technical Documentation is required if the equipment Bid is identical to the equipment contained in Contract # 730-650-97-1. BRAND NAME Certain 'components in this bid are specified by manufacturer's make, model, and part number. If bidder is offering the exact product. so specified and so indicates in the bid response, technical documentation is not required. However, if bidder is offering an alternate approved manufacturer's product, documentation must accompany the bid, sufficiently detailed to substantiate equivalency to the specified approved product. Examples: Tetrad TRD.560 Bus Bar assembly (no technical documentation required) XYZ 123 Bus Bar assembly (technical documentation required to show equivalence) SITE OF WORK The PABX Telephone Communications Systems, shall be delivered within the state of Florida on the site of.the ordering purchaser. The site shall be a building or a group of buildings contiguous to the site street address. QUALITY ASSURANCE The contractor, during the contract term, upon mutual agreement, will provide reasonable travel and lodging accommodations for one '(1) -to three (3) government employees to perform anon site inspection of the manufacturing process(es)and review of the manufacturer's product quality control(s) and total quality management programs(s)..The contractor will reimburse the State for actual transportation cost; per diem and incidental expenses as provided. in Section 112.061, Florida Statutes. It is the State's desire that the contractor provide demonstration of quality control for improvement rather than post production detection. EXAMINATION OF SITES AND TOTAL SYSTEM RESPONSIBILITY Prior to the issuance of the purchase order, the contractor shall visit the proposed site of work to become familiar with any local condition which may in any manner affect the work to be performed. This visit shall be accomplished within 14,calendar days after notification by the purchaser. No allowances will be made because of lack of knowledge of these conditions. Ignorance of the requirements will not relieve the contractor of his liability and obligations under the contract. Bidders shall take note of the following caveat; purchasers are responsible for supplying the A/C power and grounding facilities (see specification paragraph 3.7). On each PABX installation, bidders should obtain, before proceeding, written commitments from the purchaser as to when such facilities will be available. The costs for additional equipment and services not covered in this contract shall be negotiated as non -contract options between the purchaser and contractor prior to issuance of the purchase order. Equipment and services identified as non -contract options required to provide a turnkey system do not require approval as contract exception. Any additional equipment required for the installation and operation of the complete operating system not covered on the purchase order shall be;provided and the cost borne by the contractor. The contractor shall have total system responsibility to assure a "turn -key" operational system including inside and outside cabling and any necessary interfaces with the common carrier, including verifying the availability of all required central office facilities and installation of private lines. Upon request by the Information Technology Program, the contractor shall assist in providing the purchaser with descriptions, quantities, and prices of the telephone service required for the systems and for assisting the purchaser in filling out all forms that are required for Information Technology Program approval and necessary to (a) order telephone services from the local regulated telephone company, (b) order SUNCOM service from the Information Technology Program, and (c) order the removal of the existing telephone equipment and existing station wiring. The forms shall be completed within eighteen (18) consecutive days prior to the receipt of the purchase order. The forms shall consist of the Service Request Document form, the letter of agency, the Communication Purchase or Lease Authorization form COM 9008, and the Telephone Company Central Operations Group (COG's) form. The contractor shall be responsible for submitting the Communication Service Authorization form COM 9001 for local telephone service, the Customer Provided Telephone Service Request form, the letter of agency, and the COG's form to the regulated telephone company and coordinating the need date for the service with the regulated telephone company in accordance with the contractors schedule for cutover. Within (18) consecutive calendar days after receipt of the purchase order, the contractor shall also notify the Information Technology Program in writing if SUNCOM is involved in the installation. The written notification shall be addressed to Ms. Linda Nelson, Director, Information Technology Program, and contain the following minimum information: A. Purchase Order No. B. State Contract No. C. Contractor's Name D. Contractor's Representative (Name) and Telephone No. E. Purchaser's Name of Local Contact, Address, Local Telephone No., SUNCOM No. F. PABX System Manufacturer and Model Number G. Number of Station Instruments The Information Technology Program shall be responsible for placing the order for SUNCOM service. The contractor shall plan for a lead time of 30 calendar days between the date of informing the Information Technology Program of SUNCOM involvement and the tum -up date of SUNCOM services in planning a cutover date with total telephone service availability. Within thirty (30) calendar days after receipt of the written notification from the contractor, the Information Technology Program will provide the contractor with a supply of SUNCOM Station User Guides (SUNCOM dialing instructions) to be distributed by the contractor to the purchaser's employees during training session prior to the system cutover. All necessary contractor interfaces with the regulated telephone company shall be through the Centralized Operations Group (COG) of the regulated telephone company serving the exchange area in which the equipment is installed. 7 Within seven (7) consecutive calendar days after receipt of the purchase order, the contractor will provide the purchaser with a complete "Schedule of Key Events" form showing planned dates of completion leading to system acceptance. HAZARDOUS CONDITIONS Purchaser agrees to notify contractor and the contractor agrees to notify the purchaser, in writing, if to their knowledge any hazardous conditions or materials are encountered or have been encountered in the building where work is to be conducted.. Contractor shall not be liable for any hazardous conditions or materials existing prior to its performance or increased levels beyond the control of the contractor during the. performance. Purchaser shall provide full, free, and safe access to its site. LIMITATION OF REMEDIES Contractor's entire liability and the State's exclusive remedy shall be as follows: In all situations involving performance or non-performance of machines or programming (other than licensed programs) famished under this Agreement, the State's remedy is (a) the adjustment or repair of the machine or replacement of its parts by Contractor, or at Contractor's option, replacement of the machine or correction of programming errors, or (b) if, after repeated efforts, Contractor is unable to install the machine or a replacement machine, model upgrade or feature in good working order, or to restore it to good working order, or to make programming operate, all as warranted, the State shall be entitled to recover actual damages to the limits set forth in this Special Condition: For any other claim concerning performance or non-performance by Contractor pursuant to, or in any other way related to the subject matter of, this Agreement or any order,under this Agreement, the State shall be entitled to recover actual damages to the limits set forth in this Special Condition. If this contract is for purchase 'of machines, then the following shall apply. Contractor's entire liability for damages to the State for any cause whatsoever, and regardless of form of action, whether in contract or in tort including negligence, shall be limited to the greater of $100,000 or the appropriate price stated herein for the specific machines that caused the damages or that are the subject matter of or are directly related to the cause of action. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in the General Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims for personal injury or damage to real or tangible personal property caused by Contractor's negligence or tortious conduct. If this contract is for the purchase of hardware maintenance services, then the following shall apply: Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months maintenance charges for the specific machines under this Agreement that caused the damages or that are the subject matter of, or are directly related to, the cause of action. Such maintenance charges will be those in effect for the specific machines when the cause of action arose. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant to Division of Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the State for, personal injury or damage to real property or tangible personal property caused by the Contractor's negligence or tortuous conduct. 0 � � qJ1 If this contract is for purchase of software maintenance services, then the following shall apply: Contractor's entire liability and the State's exclusive remedy for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to actual damages up to the greater of $100,000 or an amount equal to 12 months maintenance-charges for the specific software product under this Agreement that caused the damages or that are the subject matter of, or are directly related to, the cause of action. Such maintenance charges will be those in effect for the specific software product when the cause of action arose. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties", or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the State for personal injury or damage to real property or tangible personal property caused by Contractor's negligence or tortuous conduct. If this contract is for services other than hardware or software maintenance, then the following shall apply: Contractor's entire liability and the state's exclusive remedy for damages to the state for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to actual damages up to the greater of $100,00 or an amount equal to the charges invoiced for the services which are the subject matter of, or are directly related to, the cause of action. The foregoing limitation of liability will not apply to (a) the payment of cost and damage awards referred to in "Patents and Royalties" or to (b) claims for reprocurement costs or costs to cover pursuant to Division of Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims by the Department for personal injury or damage to real property or tangible personal property caused by the Contractor's negligence or tortuous conduct If this contract is for the acquisition of licensed programs, including personal computer licensed programs, then the following shall apply: Contractor's entire liability and the State's exclusive remedy shall be as follows: In all situations involving performance or non-performance of licensed programs furnished under this Agreement, the State's remedy is (1) the correction by the Contractor of licensed program defects, or (2) if, after repeated. efforts, the Contractor is unable to make the licensed program operate as warranted, the State shall be entitled to recover actual damages to the limits set forth in this section. For any other claim concerning performance or non-performance by the Contractor pursuant to, or in any way related to, the subject matter of this Agreement the State shall be entitled to recover actual damages to the limits set forth in this section. Contractor's liability for damages to the State for any cause whatsoever, and regardless of the form of action, whether in contract or in tort including negligence, shall be limited to the greater of $100,000 or the one time charges paid for, or any monthly license or initial license charges which would be due for 12 months use of the licensed program that caused the damages or that is the subject matter of, or is directly related to, the cause of action and shall include any initial or process charges paid to the Contractor. This limitation of liability will not apply to (a) the payment of cost and damage awards referred to in General Condition 14 entitled "Patents and Royalties" or to (b) claims for reprocurement costs or the cost of cover pursuant to Division of Purchasing Rule 60A-1.006(4) entitled "Default", or to (c) claims for personal injury or damage to real or tangible personal property caused by the Contractor's negligence or tortuous conduct. Contractor shall hold and save the State harmless for any and all suits and judgments against the State for personal injury or damage to real or tangible personal property caused by Contractor's tortuous conduct in the performance of this Agreement provided that, (a) the State promptly notifies Contractor in writing of any claim, and (b) Contractor shall be given the opportunity, at its option, to participate and associate with the State in the control, defense and trial of any claims and any related settlement negotiations and, provided further, that with respect to any claim, or portion thereof, for which Contractor agrees at the initiation of such claim that Contractor shall save and hold the State harmless, Contractor shall have the sole control of the defense, trial and any related settlement negotiations, and (c) the State fully cooperates with Contractor in the defense of any claim. 9 In no event, however, will Contractor be liable for (a) any damages caused by the State's failure to perform the State's responsibilities, or for (b) any lost profits or other consequential damages, even if Contractor has been advised of the possibility of such damages, or for (c) any claim against the State by any other party, except as provided in the hold harmless provision of the preceding paragraph of this Special Condition and except as provided in the General Condition entitled "Patents and Royalties", or for (d) any damages caused by performance or non-performance of machines or programming located outside the United States or Puerto Rico. PURCHASE AND WARRANTY PROVISIONS A. Purchase Each purchaser will be authorized to enter into a contract for equipment by issuance of a purchase order referencing the contract number. State agencies .will not issue purchase orders in excess of $15,000 for new telephone systems prior to receipt of approval from the Information Technology Program. Accessories, features, optional features, and equipment options may be. purchased at any time during the contract period, in any quantity, with or without having previously purchased the baseline system. Maintenance agreements for PABX systems not procured from this contract may be obtained under the terms of this contract. Such agreements are subject to the approval of the contractor and a physical inspection of the equipment by the contractor. Purchasers may opt to delete items from a baseline system and receive credit from the contractor for these deletions when it is deemed to be in the best interest of the purchaser. The contractor remains the owner of this equipment and is responsible for all risk of loss or damage to the equipment from any source up to and including the date and time of acceptance, by the purchaser. After the date of acceptance; the risk of loss or damage will be on the purchaser. Purchaser shall provide a secure area for the storage of equipment prior to installation. B. Warranty INITIAL SYSTEM PURCHASE All equipment including material used therein shall be warranted by the contractor against mechanical, electrical, and workmanship defects. In the event defects become evident within the warranty. period, the contractor shall repair or replace the defective parts and materials at 'no additional cost to the purchaser. The contractor shall be liable to the purchaser for supply of information and material necessary for mandatory revisions determined by the manufacturer at no additional cost to the purchaser for the duration of the warranty period. The duration of this warranty period shall be at least. one (1) year. During systems warranty period, contract prices shall remain firm for the. purpose of moves, adds, and changes. The warranty period shall start with the date of equipment acceptance.. The warranty shall apply.to all equipment purchased under the provisions of this contract regardless of the location (Please refer to page 3, Optional Contract Usage paragraph). Warranties submitted with bids, either appearing separately' or included in pre-printed literature and price lists, shall not be acceptable and provisions herein take precedence. ADDITIONAL EQUIPMENT PURCHASE All equipment covered under this contract and purchased subsequent to the initial installation but during the life of the contract shall be subject to paragraph 1 above. The warranty period for such additional equipment shall be at least one (1) year starting with the dates such equipment is installed in the system. It shall be the responsibility of the purchaser to maintain records of said dates of installation and -warranty periods. The bidder agrees to honor these recorded dates and warranty periods upon presentation of a claim. Alternately, a bidder may elect to establish a system for tracking warranty periods. If so, a bidder shall so state an intention to do so in the bid response and discuss the mechanics of carrying out such a program. If no such intention is declared, the records of the purchaser shall govern as indicated above. ACCEPTABLE EQUIPMENT Bid shall be for new equipment only. Newly manufactured (containing used or rebuilt parts), remanufactured, rebuilt, reconditioned, newly remanufactured, used, shopworn, demonstrator or prototype equipment is not acceptable and will be rejected. When equipment is available from the manufacturer in new and other than new status, i.e.: remanufactured, newly manufactured, etc., each system delivered under this contract.must include a certification from the manufacturer stating the equipment is new and referencing the serial number of the delivered equipment. It is understood that the state will benefit from any revisions, alterations, additions, technical improvements, or necessary modifications in the systems offered during the term of this contract at no additional cost. BALANCE OF LINE The bidder shall bid a balance of line which will include software, hardware, accessories and other equipment and features that are directly related to the PABX telecommunications operational capabilities that fall within the scope of this contract, at a fixed discount equal to or greater than the discount applied to numbered items bid. To be eligible for a balance of line award, the bidder must receive an award for one of the specified basic unit. Items in the balance of line which are duplicative of those specified will be deleted. The Division of Purchasing reserves the right to accept or reject any individual item(s) offered as balance of line. CERTIFICATION AND REFERENCES In the event a bid is submitted by other than the equipment manufacturer, a certification executed by the manufacturer, on the form provided, (Appendix A) shall be required stating the bidder is an authorized agent of the manufacturer. The bidder shall have knowledge of and experience with the installation and maintenance of equipment having the same or similar technology as the equipment bid in a user's environment. Bidder shall list on Appendix B at least six (6) customers, names, addresses, and telephone numbers that have the same or similar systems already installed by the bidder. 890 AUTHORIZED DEALERS/DISTRIBUTORS, ETC. On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service Locations, this information shall be .provided,by. the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a Word for windows.file. Any subsequent revisions shall be submitted in the same format to the DOP CONTRACT ADMINISTRATOR, for review and approval prior.to implementation. Diskette must be formatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs o • Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom Portrait only -no landscape •. No Tables • No Headers or Footers • No Excel Files Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. PRICES AND BIDDING INSTRUCTIONS The bidder may bid any or all configurations. The bidder shall enter on the price sheets the equipment manufacturer, model number, and price of the baseline system. Additionally, the station, trunk, attendant console, and port (if applicable) capacity and the quantity of station, trunk, attendant console, and port (if applicable) capacity which the system bid is equipped with shall also be listed on the price sheets for each configuration bid. The bidder shall enter the name of the manufacturer, model or part number and price of the baseline system. Additionally, the quantity of stations, trunks, and port (if applicable) per printed circuit card module shall be entered in the spaces provided. Additional price pages may be included. A trip charge and an hourly rate shall be bid on the price sheet for all configurations bid. Trip charge shall be bid on a unit basis as a fixed cost per trip and will not reflect any "installation" labor costs. This hourly rate will apply for post warranty maintenance work other than additional services, i.e. adds, moves, and changes when purchaser has opted not to purchase follow-on maintenance. Bidder shall provide equipment and, maintenance pricing (or NC) in all price spaces except for optional features and equipment. Failure to provide pricing (or NC) in any bracketed spaces shall result in the rejection of the bid for this configuration. The bidder is requested to bid other features, equipment, and services available in addition to those specified: Vendor must complete and return with the bid package evaluation award criteria sheet (Appendix F) using prices from price sheet. The Division of Purchasing will verify all entries on the evaluation award formula sheet. Errors will be corrected by the Division of Purchasing. Entries on price sheet shall prevail. 12 V0 PRICE LIST On any contract where pricing is based on a Manufacturer's or Dealer's published price list (net or discounted), the price list must be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette as a Word For Windows file. Any subsequent revisions shall be submitted in the same format to the Division of Purchasing CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs only • Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom • Portrait only -no landscape • No Tables • No Headers or Footers • No Excel Files The Division of Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its own PRICE LIST of eligible offerings and to post the prices on the CONTRACT HOLDERS Internet Home Page. However, all initial pricing and any subsequent price changes must be reviewed and approved by the Division of Purchasing Contract Administrator before they can be posted to the CONTRACT HOLDER Internet Home Page. Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. EQUIPMENT LIST/SPARE PARTS LIST A combined equipment list and spare parts list shall be provided with the bid for each configuration. Each list shall identify all equipment and quantities including all modular equipment within the PABX that comprise each baseline system. (See example on Appendix D attached.) Failure to provide with the bid package a complete list of all equipment and quantities will result in the rejection of your bid for that configuration. BID GUARANTEE Each bid shall be accompanied by a bid guarantee in the form of a Bid Bond, Cashier's Check, or. Certified Check. The bid guarantee shall be payable to the Division of Purchasing in the amount of 5% of total bid.* The unsuccessful bidders' bid guarantees shall be returned within fifteen (15) consecutive calendar days after execution of the contract. The successful bidder's bid guarantee shall be returned upon execution of a legal contract and furnishing the Performance Bond as specified herein. If the successful bidder fails to deliver the Performance Bond as specified herein, the bid guarantee shall be forfeited to the Division of Purchasing. *(Total for each configuration and service area bid.) PERFORMANCE BOND Within twenty (10) consecutive calendar days after notice of award under this contract, the successful bidder(s) shall provide the Division of Purchasing a performance bond from a reliable surety company authorized to do business in the State of Florida and acceptable to the Division of Purchasing for the following amounts: 13 00- 890 Per Service Area Per Service Area Per Service Area Per Service Area 0 The term of the bond shall be concurrent with the term of this contract. The amount of the performance bond shall be the cumulative, total of the amounts above for -all configurations awarded to the contractor. If purchaser determines that the contractor is not in compliance with any of the specifications, general conditions, or special conditions, the contractor shall be found in default. Allowances shall be made if non- compliance arises out of causes beyond the control and without the fault or negligence of the contractor (acts of God, the public enemy, fires, floods, strikes, freight embargoes, regulated telephone company, etc.). In the event the contractor should be found in default, the amount recoverable under the bond shall be the amount equal to any losses that the purchaser has sustained plus the cost of reprocurement where applicable. To be acceptable to the Division of Purchasing as Surety for Performance Bonds, a Surety Company shall comply with the following provisions: A. The Surety Company must be admitted to do business in the State of Florida. B. The Surety Company shall have been in business and have a record of successful continuous operations for at least five years. C. The Surety Company shall have minimum Best's Policy Holder Rating of A and Required Financial - Rating of VIII from Best's Key Rating Guide. D. All bonds shall be signed -by., a Florida Licensed Resident Agency who holds a current Power of Attorney from the Surety Company issuing the bond. LIQUIDATED DAMAGES A. If the contractor fails to deliver, or install, or program, or checkout the equipment, or fails the performance period within the time specified in Special Conditions, it is understood and the contractor hereby agrees that the amount of 0.1 % of the contracted value per day, up to the value of the contracted equipment and service, shall be deducted from the monies due the contractor for each intervening calendar day any work remains incomplete, not as a penalty, but as liquidated damages. Except the contractor shall not be liable if failure to perform arises out of cause beyond the control and ,Without the fault of negligence of the contractor (acts of God, the public enemy, fires, floods, strikes, freight,.embargoes, regulated telephone company delays, existence of hazardous conditions or substances, etc.). B. If the contractor fails to complete on-site repairs of the equipment or provide like equipment on a loan basis within the time specified in Special Conditions, it is understood and the contractor hereby agrees that the amount of 0.1% of the contracted value per day up to the value of the contracted equipment and services shall be deducted from the monies due the contractor for each intervening calendar day, not' as a penalty, but.as liquidated damages._ Except the contractor shall not be. liable if failure to perform arises out of cause beyond the control and without the fault or negligence of the contractor (acts of God, the public enemy, fires, floods, strikes, freight embargoes, regulated telephone company delay, existence of hazardous conditions or substances, etc.). 14 '80 Configuration 1 $ 25,000.00 Configuration 2 $ 50,000.00 Configuration 3 $125,000.00 . Configuration 4 . $187,5.00.00 Per Service Area Per Service Area Per Service Area Per Service Area 0 The term of the bond shall be concurrent with the term of this contract. The amount of the performance bond shall be the cumulative, total of the amounts above for -all configurations awarded to the contractor. If purchaser determines that the contractor is not in compliance with any of the specifications, general conditions, or special conditions, the contractor shall be found in default. Allowances shall be made if non- compliance arises out of causes beyond the control and without the fault or negligence of the contractor (acts of God, the public enemy, fires, floods, strikes, freight embargoes, regulated telephone company, etc.). In the event the contractor should be found in default, the amount recoverable under the bond shall be the amount equal to any losses that the purchaser has sustained plus the cost of reprocurement where applicable. To be acceptable to the Division of Purchasing as Surety for Performance Bonds, a Surety Company shall comply with the following provisions: A. The Surety Company must be admitted to do business in the State of Florida. B. The Surety Company shall have been in business and have a record of successful continuous operations for at least five years. C. The Surety Company shall have minimum Best's Policy Holder Rating of A and Required Financial - Rating of VIII from Best's Key Rating Guide. D. All bonds shall be signed -by., a Florida Licensed Resident Agency who holds a current Power of Attorney from the Surety Company issuing the bond. LIQUIDATED DAMAGES A. If the contractor fails to deliver, or install, or program, or checkout the equipment, or fails the performance period within the time specified in Special Conditions, it is understood and the contractor hereby agrees that the amount of 0.1 % of the contracted value per day, up to the value of the contracted equipment and service, shall be deducted from the monies due the contractor for each intervening calendar day any work remains incomplete, not as a penalty, but as liquidated damages. Except the contractor shall not be liable if failure to perform arises out of cause beyond the control and ,Without the fault of negligence of the contractor (acts of God, the public enemy, fires, floods, strikes, freight,.embargoes, regulated telephone company delays, existence of hazardous conditions or substances, etc.). B. If the contractor fails to complete on-site repairs of the equipment or provide like equipment on a loan basis within the time specified in Special Conditions, it is understood and the contractor hereby agrees that the amount of 0.1% of the contracted value per day up to the value of the contracted equipment and services shall be deducted from the monies due the contractor for each intervening calendar day, not' as a penalty, but.as liquidated damages._ Except the contractor shall not be. liable if failure to perform arises out of cause beyond the control and without the fault or negligence of the contractor (acts of God, the public enemy, fires, floods, strikes, freight embargoes, regulated telephone company delay, existence of hazardous conditions or substances, etc.). 14 '80 INSURANCE CONTRACTOR'S INSURANCE, The contractor shall not commence any work in connection with the contract until he has obtained all of the following types of insurance, nor shall the contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. All insurance policies shall be with insurers qualified and doing business in Florida. INSURANCE, WORKER'S COMPENSATION The contractor shall take out and maintain during the life of this agreement Worker's Compensation Insurance for all of his employees connected with the work of this project, and in case any work is sublet, the contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida Worker's Compensation law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the contractor shall provide and cause each sub -contractor to provide adequate insurance, satisfactory to the Purchaser, for the protection on his employees not otherwise protected. INSURANCE, SERVICING DEALER PUBLIC LIABILITY AND PROPERTY DAMAGE The contractor shall take out and maintain during the life of this agreement COMPREHENSIVE GENERAL LIABILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect him from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this agreement whether such operations are by himself or by anyone directly or indirectly employed by him, and the amount of such insurance shall be the minimum limits as follows: A. CONTRACTOR'S COMPREHENSIVE GENERAL $300,000.00 LIABILITY COVERAGES, BODILY INJURY Each Occurrence, & PROPERTY DAMAGE Combined Single Limit B. AUTOMOBILE LIABILITY $100,000.00 COVERAGES, BODILY INJURY Each Occurrence, & PROPERTY DAMAGE Combined Single Limit Insuring clause for both BODILY INJURY and PROPERTY DAMAGE shall be amended to provide coverage on an OCCURRENCE BASIS. INSURANCE, SUBCONTRACTOR'S PUBLIC LIABILITY, AND PROPERTY DAMAGE The contractor shall require each of his subcontractors to secure and maintain during the life of the subcontract insurance of the type specified above or insure the activities of his subcontractors in his policy as specified above. 15 9 INSURANCE, LOSS DEDUCTIBLE CLAUSE Mir The purchaser shall be exempt from, and in no way- liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the contractor providing such insurance. Upon*request, the contractor shall furnish the purchaser an insurance certificate which will evidence that all of the appropriate coverage's are in full force and effect... LICENSES, PERMITS, AND TAXES The contractor'shall pay for'all licenses, permits, taxes, and inspection fees required for its performance under this contract; and shall comply with all federal, state, and local codes, laws, ordinances, regulations, and other requirements applicable to the work specified at no additional cost to the purchaser. DELIVERY, INSTALLATION, PROGRAMMING, CUTOVER, AND INSPECTION CHECKOUT A. Delivery The contractor shall deliver, install, program, cutover, and checkout the system on an agreed upon need date within the'following consecutive calendar days (see. Special Conditions - Liquidated Damages) after receipt of the purchase order (Configurations 1, 2. and. 3 -120 days; Configuration 4 - 150 days)., The system shall be available for inspection by the purchaser or his appointed agent on this date. A mutually agreed upon date beyond this point is acceptable. B. Installation and Programming. The contractor shall be responsible for installing the system in accordance with equipment manufacturer's instructions, standard industry practices, and as delineated herein, programming the system to the satisfaction of the purchaser. The cost of the installation, programming, and checkout shall be *included in the cost of the equipment. The purchaser shall be responsible for providing a PABX equipment room including plywood backboards to the requirements specified by the contractors. Inside station wiring shall be installed in conduit where conduit is provided by the purchaser. Station wiring between buildings shall be duct or buried service. The contractor shall be responsible for the removal and reinstallation of any type ceiling tile necessary for the 'installation of station wire. The contractor shall be fully responsible for any and all structural 'damages to new or existing buildings caused by contractors or subcontractors personnel. Should installation be in a "new" building under constructioni, contractor will coordinate all scheduling and installation with the general contractor upon receipt of the purchase order. The installation shall include the following: 1 Physical positioning of the equipment. 2. Interconnection of the equipment., 0 00 9Q. Connection to the purchaser provided power facilities electrical receptacle outlets. 4. Connection to the telephone company local and SUNCOM service. Connection to the purchaser provided paging, dictation, music -on hold equipment at the station connection block. 6. Connection of the ground wire from the single point ground on the MDF to the building main service entrance equipment enclosure and the distribution panelboard on the load side of the building floor distribution stepdown transformer. Identification of all line, station, DSS/BLF console, and other accessory equipment connections to the connector blocks provided by a wiring diagram schematic diagram, cable running list, or other approved manner. 8. Provide the power line surge protector to the purchaser's electrical contractor. 9. Connection of both ends of the interbuilding station cable shield and surge protector assemblies to ground. 10. Grounding and bonding of the unused inter -building cable pairs. A system Interconnection Diagram is shown in attached specifications (Figure 1). The purchaser shall be responsible for providing the required power facilities, sleeves, conduit (with pull wire), raceways, pull boxes, wall outlet boxes, and plywood backboards for the telephone equipment room, the apparatus closet room, and the satellite telephone apparatus closet room where stations may be installed. Other items required for the installation shall be negotiated between the purchaser and the contractor prior to issuance of the purchaser order. All wiring and cabling shall be installed in a neat and workmanlike manner and shall be in accordance with the National Electrical Code. The contractor shall be responsible for meeting all applicable electrical building and fire codes in routing and choice of cable. Trunks, station lines, attendant console, and other equipment connections at the connector blocks shall be identified by a provided wiring diagram, schematic diagram, or cable running list. Drawings, if available, of the site and building(s) floor plan(s) showing in particular the location of the telephone company service entrance, the telephone equipment room, the telephone apparatus closet room, satellite telephone apparatus closet room, raceway and conduit, also present and future telephone outlet boxes, may be obtained from the purchaser during the contractor's visit. The contractor shall specify any telephone apparatus closet room requirements to accommodate his system that exceed the requirements given in the building drawings and this specification. The power facilities will consist of 1) a telephone equipment power panel with a dedicated branch circuit breaker (in the present or new power panel if necessary) to each electrical receptacle outlet as required by the vendor for the telephone and telephone auxiliary equipment, 2) telephone and telephone auxiliary branch circuit electrical receptacle outlets, each wired to a dedicated circuit breaker in the power panel, 3) outlet boxes, conduit, and wiring for 1) & 2). 17 The contractor shall be responsible for providing the purchaser with a description of the required power facilities. A copy of the required power facilities shall be included in the bid response. The need date of the required power facilities shall be given -on the "Schedule of Key Events" .(see special condition, Examination of Sites and Total System Responsibility). At the discretion of the purchaser, the purchaser may direct the contractor to convey his power requirements to a minimum of 3 licensed electrical contractors for written price quotations which will be reviewed, awarded, and funded by the purchaser. Upon the successful selection of the electrical contractor, the PABX contractor shall direct and coordinate to insure the timely installation of the electrical service in accordance with the Schedule of Key Events. Should the purchaser elect to coordinate the electrical installation himself, he assumes the responsibility to meet the electrical installation date:specified in the Schedule of Key Events. Upon successful completion of all electrical requirements, the PABX contractor shall notify the purchaser, in writing, when the electrical contractor has completed his contractual obligation in accordance with the PABX manufacturer's requirements for payment authorization. This notification does not constitute an inspection of the electrical contractor's performance. The installation of the PABX system in a state office building managed by the Department of Management Services and providing a Premise Distribution Wiring System shall fully utilize the existing PDWS, distribution, and station cable whenever possible. The baseline system shall connect with the PDWS cable by means of PDWS modular patch cables. The PABX system telephone sets shall connect with the PDWS NO. 24 AWG 4 pair station cable 8, position wall jacks with telephone line' . cord and modular plugs:: The contractor shall be responsible to install the PDWS module patch cables between the jumper side of the PDWS cable termination blocks and the PABX baseline system to provide dial tone to the telephone sets. The end of the modular patch cable that connects with the baseline system will be provided with either modular plugs or fanned cable pairs according to the type of telephone service protector block and station block provided as part of the baseline system. C. Cutover Subsequent to system installation and prior to checkout, the system shall be cutover and operational in a maximum of two (2) working days except for delays "beyond the control of the contractor." The purchaser will specify the time and day for system cutover. The system shall be cutover within five (5) working days of physical completion of the installation. Working days, for the purposes of this bid; are defined to be 8:00 a.m. - 5:00 p.m., Monday through Friday, excluding State holidays. . A cutover during other thanworking days as defined herein shall be negotiated between the purchaser and the contractor prior to issuance of a purchase order. The contractor shall coordinate the cutover with the regulated telephone company. D. Checkout Subsequent to, cutover, the contractor shall be responsible for "checking out" the system to verify that it is operating properly and performing in compliance with the equipment manufacturer's specifications and the attached specifications. 18 .�'�` E. Inspection Within three (3) days after completion of checkout, the contractor shall notify the Information Technology Program and provide a completed copy of the System Inspection Checklist. Within five (5) working days after receipt of the completed checklist, an on-site inspection will be performed by the purchaser or his appointed agent. If inspection reveals non-compliance, contractor will be given seven (7) consecutive working days to correct problem areas. If corrections are not made, default procedures will follow. Upon satisfactorily completing this inspection, the purchaser shall notify the contractor that performance period can commence and the contractor shall inform the purchaser in writing of the performance period start date. INFORMATION TECHNOLOGY PROGRAM INSPECTION At the discretion of the Information Technology Program or based on an agency's request, the Information Technology Program representative may choose to inspect an installed and operational system that, based on the vendor's report, has already passed inspection and is accepted. If the result of the inspection determines that the system is not in compliance with the special conditions and specification of this contract, the vendor will be contacted. The vendor will be given five (5) working days from the time the vendor is notified to correct the problem areas and submit a new completed System Inspection Checklist. The vendor will be accountable as the owner of the system from the date of installation of the system to the date that the problem is resolved. A new performance period is established and warranty will start after the system is accepted. The purchaser will be reimbursed for all related repair charges. Further, the Information Technology Program will be reimbursed in the amount of $600.00 by the vendor for each inspection that results in failure to pass the installation specification. INTERFACE REQUIREMENTS Contractors are responsible for identifying and resolving any system interface requirements that may be necessary to connect and satisfactorily operate the system with the regulated common carrier dialed switched network, Centrex, and Private Line Service including the State of Florida CCSA SUNCOM Network, the purchaser's PABX, and the purchaser's peripheral equipment. All interface problems are the responsibility of the contractor and should be discovered and resolved during the checkout period. FINAL CLEANUP Upon completion of the work, the contractor shall reconnect any utilities, equipment, or appliances removed in the course of work and replace all furniture, etc., moved for the performance of the work. Debris and rubbish caused by the work shall be removed and the premises left clean. PERFORMANCE PERIOD A performance period of ten (10) consecutive days of successful operation after system cutover and checkout shall constitute a successful performance period. If a malfunction or an interface problem occurs, the contractor will evaluate the cause and remedy the problem. If purchaser is satisfied with the contractor's remedy, contractor will be allowed to continue the performance period as if no interruption had occurred. If not, contractor must restart the performance period. 19 4)0 8� The contractor shall inform the purchaser and the Information Technology Program through their certified system checklist of -the completion of a successful performance period and inquire if there are any additional problems. (Any additional problems shall be resolved to the satisfaction of both the purchaser and the ' , contractor before the system is deemed "accepted.") If there are none, the system shall be deemed "accepted" by both the purchaser and the contractor, and the contractor shall submit his invoice to the purchaser. If a successful performance period cannot be accomplished within thirty (30) consecutive calendar days after system cutover, the purchaser reserves the right to find the contractor in default. If the contractor is found in default, he shall remove his system equipment at no cost to the purchaser, the performance bond shall be forfeited, and the cost of reprocurement assessed. INSTRUCTION MANUALS AND PAMPHLETS Two (2) sets of instruction manuals, attendant console user guide pamphlets, and station user guide pamphlets for all equipment purchased shall be provided to the purchaser. Additionally, a station and console user guide pamphlet shall be provided to the purchaser for each station instrument. and attendant console purchased, respectively. The instruction manuals shall be sufficient to permit the purchaser's personnel to operate and program the equipment., ; Within 20 days of notice of award by the ,Division.of Purchasing; (2) sets of instruction manuals, console user pamphlets, and station user pamphlets and two sets of Technical Documentation shall be provided to the Information Technology Program for all.equipment which the contractor has received an award; except as noted under Evaluation/Award. The cost of the manuals and pamphlets shall be included in the cost of the equipment. The instruction manuals shall contain, but not be limited to: A. A section defining the capabilities of the equipment (specifications). B. A general section describing the technical operation of the equipment, C. A section pertaining to station user instructions. . D. A section pertaining to procedures or instructions which the attendant console user must follow. E. System installation: F. All revision information pertaining to the contractors equipment .shall be supplied to the purchaser and to the Division of Purchasing at no additional cost as it becomes available. (This includes -.corrections; to the instruction manual, etc.) TRAINING The contractor shall provide on-site training to the purchaser's personnel on the operational use of the features of the system and the use of all the purchased equipment. The cost of trainingshall be included in the cost of the equipment: One copy of the training material shall be submitted to the Information Technology Program at no additional cost. The Information Technology Program,. shall be notified prior to training and may participate in training at its discretion. Training shall be as follows: (A) Two (2) Weeks Prior To Cutover - One session of a minimum of four (4) hours to certain key personnel of the purchaser. (B) One (1) Week Prior To Cutover - Group sessions for a maximum of 1-5 people, two (2) hours each, to the purchaser's personnel conducted by both the contractor and the purchaser's key personnel. (C) Day of Cutover - On-site availability of one representative of the contractor between 8:00 a.m. and 5:00 p.m. to provide any required assistance to the purchaser's personnel. The contractor shall provide all material and equipment necessary to perform the training and shall utilize actual equipment. TECHNICIAN TRAINING The contractor shall make available factory training for purchaser's technical personnel covering all aspects of equipment technical operation, installation, programming, administrative functions, maintenance and trouble shooting, and attendant operating procedures. Technician training may be purchased at any time during the contract period. The cost of technician training shall include the cost of a set of the necessary equipment manuals. The contractor shall provide manufacturer's technical training for each configuration bid (if different systems are bid) for two of the Information Technology Program engineering staff. The cost of this technical training shall be borne by the contractor and be a part of the bid proposal. PROGRAMMER TRAINING The contractor shall make available programming training to the purchaser's personnel assigned to make software changes to station operational features and obtain listings of the system configuration. The cost of the programming training shall include a set of the necessary equipment manuals. ADDITIONAL SERVICES AND HARDWARE During the contract period and a purchased follow-on maintenance agreement period, the contractor shall provide additional services not covered by warranty or follow-on maintenance. Such services shall include all software programing associated with moves, changes, relocations, and feature changes of station terminals equim pment, station wiring, and telephone service lines. The contractor shall be responsible for identifying and coordinating the supporting service required of the regulated telephone company; however, the purchaser shall order the services required of the telephone company. Services requiring programming of software existing in the system only shall be completed within three (3) working days following the day the service is requested. The additional services requiring software shall be operational within 30 consecutive calendar days after receipt of the purchase order. The price for additional services shall be on a per occurrence basis (fixed price or cost per hour). These services may be purchased at any time during the contract period and during a purchased follow-on maintenance agreement. 21 00— 890 Additional hardware required during the contract period (i.e. station terminal equipment, PABX printed circuit card modules wiring, hardware, etc.) ordered after installation of the baseline system (or ordered without having ordered a baseline system) shall be purchased at the contract price plus a "trip charge," for each trip necessary for its installation.; . The contractor shall inform the purchaser as to the number of trips that will be necessary to complete the work required of the purchase. The purchaser and contractor shall attempt to consolidate purchases to minimize the number of "trip charges" necessary. Additional hardware shall be operational within 30 consecutive days after receipt of purchase order. If hardware is purchased and delivery and installation is deemed unnecessary (by the purchaser), the equipment shall be mailed to the purchaser at no additional charge and the trip charge will not apply. Upon the expiration of the warranty period and annually, thereafter,, until the purchase of additional services is terminated, the contractor shall provide the purchaser one copy of an up-to-date record of the software status of the operational service features including all additions, moves, changes and relocations. Additionally, one copy of other records that define system hardware configuration shall also be provided. Such records shall include the correlation of station, line, and attendant console numbers to printed circuit card modules and their slot location within the PABX switch. SOFTWARE RECONFIGURATION SERVICES During the warranty and follow-on maintenance periods when additional features necessitate reprogramming of the system with a new software package, the contractor shall provide this service within 15 working days of request. The price for these software reconfiguration services shall be on a per occurrence basis independent of the type and quantity of features ordered. SOFTWARE LICENSE Bidder shall grant to the customer a non-exclusive/non-transferable license to use all -software procured from the contract resulting from this Invitation To Bid., Use of this software is subject to the following provisions: Copyrighted software provisions are contained in the -General Condition entitled "Patents and Royalties". 2. Title to the software shall remain with the titleholder. Customer may reproduce one (1) copy of each diskette based software package procured that is not copy protected; for archival and backup purposes only. Copyright and any proprietary notices shall be included on the backup copies. 4. Software, that is provided on diskette for user work stations shall be supplied as one (1) copy per work station ordered, unless site licenses or volume discounts have been offered by the bidder and so ordered by the customer. 5. Software that is provided on the system and is down loaded to workstations, shall include a backup copy with documented procedures for reloading in event of software becoming unuseable by either a system malfunction or operator error. 6. Software updates or enhancements shall be made available to the customer in accordance with the Special Condition. entitled "Addition/Deletion/Change". ;,. 22 890 7. Bidder shall provide for exchange of software provided on copy protected diskettes in event the distribution diskette is rendered unusable through either operator error or system malfunction. Exchange of software shall not include operator attempts to copy protected software. Bidder shall indicate on the software pricing sheets if there is any cost associated with items 4 through 7 above. 9. The customer shall be responsible for: a) software selection to achieve the customers intended results; b) use thereof; and c) all results obtained there from. 10. Software may be used on only the single central processing unit (CPU) or system configuration for which the software was acquired. The software may be used on another single CPU or system configuration on a temporary basis when the primary CPU or system are inoperable due to hardware failure. 11. Customer shall not make the software available in any form to third parties. Only the customer's employees directly concerned with the licensed use of the software, shall have access to the software. 12. Contractor shall retain the option to terminate software licenses granted in accordance with this section, and require return of the software and all copies thereof if the customer fails to comply with the license provisions. 13. Customer shall not reverse assemble or reverse compile licensed software in whole or in part. 14. Bidder shall warrant the media on which the software is furnished, to be free from defects in materials and workmanship under normal use for a period of 90 days from date of receipt by the customer. 15. Software that is bid on as "AS IS" basis does not include any warranty of performance or quality, except that the media warranty included within this section shall apply. This type of software if bid shall be specifically identified on the price sheets. 16. Software documentation may not be copied without the express prior written approval of the bidder or titleholder as may be appropriate. SECURITY DEVICES Bidders are to identify and price all available optional or installed security devices, such as key locks, plastic card readers, etc., on price sheets. MAINTENANCE The contractor shall provide the necessary labor and transportation to maintain the system in compliance with the equipment manufacturer's specifications and the specifications contained herein during the warranty period (see also Special Conditions -Purchase Provisions). The price of the warranty period maintenance shall be included in the price of the baseline system and each accessory, optional equipment, and other operational service feature and equipment. 23 00- 890 A first year follow-on maintenance agreement beginning at the end of the warranty period shall be bid as.a monthly rate for the baseline system, all accessories, optional equipment, and other operational service features and equipment. The bidder is requested to bid follow-on maintenance prices for the second, third, and fourth years of follow-on maintenance. During the follow-on maintenance period, the contractor shall provide the necessary labor, parts, materials, and transportation to maintain the system in compliance with the equipment manufacturer's specifications and the specifications contained herein. A follow-on maintenance agreement may be purchased at any time during the contract period. Purchasing a follow-on maintenance agreement is at the option of the purchaser for all or a portion of the total equipment. The contractor shall notify the purchaser 30 days before the contract expires that follow-on maintenance should now be ordered if desired— Maintenance Maintenance shall be provided as follows: A. Preventive Maintenance The contractor shall provide preventive maintenance as specified by the equipment manufacturer. B. Trained Personnel The contractor shall provide telephone equipment personnel trained and certified by the equipment manufacturer as qualified to service the equipment. C , Response. In the event of equipment malfunction during warranty and follow-on maintenance agreement periods, the contractor shall respond to service calls and initiate on-site repair service within four (4) working hours after notification of equipment malfunction. In the event that on-site repairs are not possible or will exceed eight (8) working hours after notification of equipment malfunction, the contractor shall provide, at the purchaser's request, and at no additional cost to the purchaser, like equipment within sixteen (16) working hours after notification of equipment malfunction on a loan basis until repairs are completed. Working hours, for the purpose of this bid, are defined to be those hours contained in a normal workday (8:00 a.m. - 5:00 p.m.) Monday through Friday, excluding state holidays. All equipment which cannot be repaired on-site shall be transported at contractor's expense to and from the service station. If equipment is not repaired within three (3) working days after notification of equipment malfunction, the contractor shall advise the purchaser, in writing, why the equipment has not been repaired, when the equipment will be repaired, and when the equipment will be returned to the purchaser. D. Common Carrier Interface The contractor shall be responsible for determining if problems in system operation are the fault of a regulated telephone common carrier and coordinate all services required. The contractor shall pay for any charges from the regulated common carrier to the purchaser when the problem has ultimately been found to be the fault of the contractor's system, as long as the contractor has been notified prior to notification of the regulated common carrier. 24 0� E. Spares The contractor shall maintain a stock of repair replacement parts for all equipment purchased under any contract resulting from this bid. — A parts inventory, sufficient to keep equipment purchased under this contract in operational condition for a minimum of seven (7) years after equipment acceptance, shall be maintained. F. Service Network Bidder shall have in existence at the time of bid and shall maintain during the term of this contract a network of factory authorized service stations within the State of Florida to perform warranty service and follow-on maintenance repairs and adjustments. The service network shall, as a minimum, consist of one (1) service station in each of the four (4) service areas identified on the attached map (Appendix C). A complete list of authorized service stations, including mailing addresses and telephone numbers, shall be submitted as part of the bid response (Appendix E). Should the service station not be owned and . operated by the bidder, a signed statement from each service station sub -contractor verifying their association with the bidder and their willingness to comply to the service conditions of this bid for their entire service area shall accompany each bid. G. Service Station Responsibility The service station shall be responsible for repair and return of equipment and keeping the purchaser fully informed of progress whether repairs are made at the service station, factory, or other authorized location. MAINTENANCE, OPTIONAL FOLLOW-ON PLAN A (MONDAY THROUGH SUNDAYS, STATE HOLIDAYS, 8:00 A.M. TO 5:00 P.M.) All maintenance requirements previously delineated in Special Conditions - Maintenance shall apply except for the following modifications to Section C: In SECTION C, the second paragraph, change "Monday through Friday, excluding state holidays" to "Monday through Sunday (seven days per week), including state holiday." Optional Follow-on Maintenance Plan shall be bid as a percentage (%) increase over the standard (Monday through Friday) follow-on maintenance costs as delineated in Special Conditions - Maintenance. MAINTENANCE, OPTIONAL FOLLOW-ON PLAN B (MONDAY THROUGH SUNDAYS HOLIDAYS, 24 HOURS COVERAGE) All maintenance requirements previously delineated in Special Conditions - Maintenance shall apply except in Section C, in the first paragraph the work "working" will be deleted. The second paragraph shall be deleted and replaced with the following: Hours of service (for Optional Maintenance Plan B) will be 24 hours per day, seven days per week, 365 days per year (including all State holidays). 25 "` 090 Optional Follow-on Maintenance Plan B shall be bid as a percentage (%) increase over the standard (Monday through Friday) follow-on maintenance costs as delineated in Special Conditions Maintenance. EXISTING WIRE AND CABLE Should purchaser determine that, the existing intra and/or interbuilding wire or cable isin good working condition and is in compliance with local building and -fire codes, purchaser.may decide to utilize said wire with equipment procured from this contract. Under these circumstances; the contractor making the initial site inspection (see Special Conditions - Examination of Sites) shall advise the purchaser of any objections to this proposed action. Any disputes shall be resolved (with the assistance of the Information Technology Program if necessary), prior to the issuance of the purchase order. Should existing wire and/or cable be utilized, contractor shall still be responsible for providing and installing the required hardware, the "buzzing out" of all wire or cable pairs, and terminating'and crossconnecting all utilized pairs appropriately (See 3.25.3) to complete a turn -key system. The contractor shall provide the cost per hour or cost occurrence to test and buzz out existing cable wire. EXISTING EQUIPMENT Should the, purchaser determine that,the existing telephone equipment should be removed, the contractor shall provide the cost per hour to. remove the equipment. TRADE-INS Contractor may, at the discretion of the ordering agency, be required to accept trade-ins under the contract resulting from this bid. At no time shall the monetary allowance for trade-ins be less than the current market value or salvage value, whichever is greater. The�contractor shall determine the value of the trade-ins except that all State agency trade-in transactions must comply with the Bureau of Surplus Property Rule Number 13F. SUMMARY OF TOTAL SALES Summary information shall be provided each calendar quarter to the" Division of Purchasing and shall include. as a minimum the following information for each sale, including moves and changes made under this contract: A. Identity of Purchaser B. State. Contract Number C. Configuration Number D. Model Number of System Sold E. Quantity of Station Voice Terminals (Analog and Digital) F. Quantity of Station Data Terminals Interface Units G. Total Price . H. Total Sales Volume per Quarter I. Total Contract Sales Volume to Date 26 Failure to provide this information within thirty (30) calendar days following the end of each quarter may result in the contract supplier being found in default. INTERNET HOME PAGE — The Contract resulting from this bid will become a public document. The State of Florida, Division of Purchasing (DOP) is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute State Term Contracts and product information to eligible users and other interested entities who may subscribe to this service and pay the appropriate access fee. While not required at this time, each CONTRACT VENDOR is encouraged to develop and maintain a HOME PAGE on the Internet WWW. The Home Page must be compatible with the most recent version of browser software being used by the Division of Purchasing. As of the writing of this solicitation, Netscape Navigator 3.0 is the DOP browser standard. The DOP intends to upgrade to new browser versions as they become available and fully tested, at its discretion. The Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the space provided on the Ordering Instructions page of the bid. EVALUATION/AWARD Award shall be by manufacturer's brand statewide on a multiple or a single award basis, as determined solely by the Division of Purchasing to be in the best interest of the State of Florida. If the same manufacturer's brand is bid by more than one bidder, only the lowest bid shall be considered for an award. All other provisions of Awards Paragraph, General Conditions, shall prevail. The only companies/brands to be considered for award are the following, recommended under Tier I by the Gartner Group: Lucent Technologies /aka/ AT&T, Northern Telecom, and Siemens Communications /aka/ Siemens -Rolm. No other companies or brands will be considered. 27 00- 890 STATE OF FLORIDA Specification NO: 730-650 DEPARTMENT OF MANAGEMENT SERVICES — Effective DIVISION OF PURCHASING Date: 8-20-96 SPECIFICATIONS TELEPHONE SYSTEMS, PRIVATE AUTOMATIC BRANCH EXCHANGE COMMODITY NUMBER(S): See Paragraph 1.0 1.0 SCOPE AND CLASSIFICATION This specification covers Private Automatic Branch Exchange (PABX) Telephone Systems for four (4) configuration sizes with simultaneous voice.and data.applications as follows: CAPACITY SIMULTANEOUS VOICE & DATA CONFIGU- CHARGE RATION COMMODITY SIZE APPLICATION NUMBER NUMBER A. 100 Station 10% 1 730-650-100 Lines B. 200 Station 10% . 2 730-650-200 Lines C. 500 Station 10% 3 730-650-300 Lines D. 1000 Station 10% 4 730-650-400 Lines Simultaneous voice and data applications shall be defined as the percent of the station lines having both voice terminal and data terminal equipment operation simultaneously. 2.0 APPLICABLE PUBLICATIONS AND STANDARDS The following publications and standards of the current issue on the date of Invitation to Bid shall be a part of this specification. In the event of inconsistencies between this specification and these publications and standards, the requirements of this specification shall take precedence. Federal Communications Commission Rules and Remilations Application for copies should be addressed to: Federal Communications Commission Washington, D.C. 20554 28 ou Applicable Manufacturer's Instructions and Standard Practices Electrical Industries Association Standards EIA RS -232 Interface Between Data Terminal Equipment and Data Communication Equipment Employing Serial Binary Data Interchange EIA RS -464 Private Branch Exchange (PBX) Switching Equipment for Voice Bank Applications Application for copies should be addressed to: Electronic Industries Association Engineering Department Standard Sales Office 2001 Eye Street, NW Washington, D.C. 20006 National Electrical Code Application for copies should be addressed to: National Fire Protection Association 470 Atlantic Avenue Boston, Massachusetts 02210 American Telephone and Telegraph Company Notes on the Network Application for copies should be addressed to: Western Electric Company, Incorporated Commercial Sales Post Office Box 20046 Greensboro, North Carolina 27420 Technical Reference Private Line Interconnection - Voice Application PUB 43201 Application for copies should be addressed to: Publishers Data Center, Inc. Post Office Box C 738 Pratt Street Station Brooklyn, New York 11205 Institute of Electrical & Electronics Engineers Standards ANSI/IEEE, C62.41 - 1980 IEEE Guide for Surge Voltages in Low Voltage AC Power Circuits 29 3.0 3.1 Application for copies should be addressed to:.. IEEE Service Center 445 Hoes Lane Piscataway, New'Jersey 08854 ` Code of Federal Regulations Title 47 -Telecommunications, Part 68 -Connection of Terminal Equipment to the Telephone Network Application for copies should be addressed to: Superintendent of Documents U.S. Government Printing Office Washington, D.C. 20402 Underwriters Laboratories Standards UL 1449 Standard for Transient Voltage Surge Suppressor UL 497A Standard for Secondary Protectors for Communications Circuits Application for copies should be addressed to: Underwriters Laboratories, Inc. 333 Pfingsten Road Northbrook, Illinois 60062 REA Telecommunications Bulletins REA 345-50 PE -60 Specification for Trunk Carrier Systems REA 345-83 PE -80 Specification for Gas Tube Surge Arresters Application for copies should be addressed to: Superintendent of Documents U.S. Government Printing Office Washington, D.C. 20402 REQUIREMENTS General: The system described herein shall be a digital Private Automatic Branch Exchange System (PABX) that shall provide non -blocking simultaneous voice and data switching and transmission. The system shall provide access to the'regulated telephone common carrier exchange network, Common Control Switching Arrangement (CCSA) private networks, and private line service. 30 The system shall be compatible and operate properly with general exchange and private line services offered by the regulated telephone common carrier and other telephone carriers. Such general exchange services shall be two wire and four wire exchange trunks (one-way outward, one-way inward, two-way combination), foreign exchange (FX), Direct Inward Dialing (DID), WATS, and 800 service. Such private line services shall be tie -trunks (two wire, four wire), off - premise station (OPS), Direct Inward Access Trunk, Common Control Switching Arrangement (CCSA) SUNCOM access lines, T1 span lines, and ISDN trunks. The system shall provide voice only calling, data only calling, and simultaneous but independent voice and data calling. The system shall be transparent to the connection and operation of data terminal equipment of the same code, protocol, and transmission method, without the use of modems, at data transmission speeds up to 64 Kbps for station -to -station simultaneous voice and data calls. The system shall support data transmission speeds up to 4.8 Kbps asynchronous and synchronous for data calls with the dial-up exchange network and up to 9.6 Kbps asynchronous and synchronous with private line analog facilities using modem pooling. Data terminal equipment shall connect to a station line through a data terminal equipment interface adapter unit connected to a proprietary telephone where a simultaneous voice and data application is required and to a data terminal equipment interface unit where a data only application is required. Data terminal equipment may also be connected through a data terminal equipment interface unit to the same station line as a telephone where a simultaneous voice and data application is required and a data terminal equipment interface adapter unit is not provided. The voice terminal equipment shall be the standard generic analog Type 2500 telephone set with a flash button, analog single and multiline telephones with fixed/programmable buttons, and proprietary single line and multiline appearance telephones with feature buttons utilizing digital or analog transmission through the station line to the PABX switch. The data terminal equipment shall be purchaser provided equipment such as personal computers, printers, word processors, minicomputers, host computer front end, and other ASCII, EBCDIC, etc., coded asynchronous and synchronous data terminal equipment. The system shall have provision that enables connection to purchaser provided terminal and/or peripheral equipment such as IA2 and electronic key telephone systems, dictation, music -on - hold, radio pocket paging, external voice paging, and station message detail accounting equipment. The PABX telephone switch shall be in accordance with EIA Standard RS -464. The system shall consist of: A. A baseline system consisting of: 1. A baseline telephone PABX Switch with a baseline operational service feature generic program and a simultaneous voice and data switching capability 2. Attendant Console(s) 3. Main Distribution Frame (MDF) Wire, Cable, and Hardware (connecting blocks, Telco Network Demarcation Point Plugs, etc.) 31 4. Telephone Service Surge Protector Modules and Protector Module Block 5. Power Line Surge Protector B. Accessories and Features (See Section 3.25) 1. Voice Terminal, Single Line Telephone, (VTSL) Generic 2500 Type Pushbutton Flash, Analog with Fixed/Programmable Buttons, and Proprietary or Non - Proprietary with Function Buttons, -Digital or Analog (See Section 3.25. 1) 2.1 Voice Terminal, Multi Line Appearance Telephone (VTMLA), Analog with Fixed/Programmable Buttons. Proprietary with. Function Buttons, Digital or Analog .(See Section 3.25.2) 3. Station Wiring (See Section 3 25.3) 4. Additional PABX Station Modules (See Section 3.25.4) 5. Additional PABX, Trunk Modules (See Section 3.25.5) 6. Additional MDF Trunk Wiring (See Section 3.25.6) 7. Additional MDF Station Wiring (See Section 3.25.7) 8. Additional Attendant Console(s) (See Section 3.25.8) 9. Attendant Console Wiring (See Section 3.25:9) 10. Terminal Equipment Data, Interface Adapter Units (See Section 3.25. 10) Specification No.: 730-650 11., Terminal Equipment Data Interface Units (See Section 3.25.11) 12. Other Equipment (See Section 3.25.12) 13. Additional Software Operational Service Features (See Section 3.25.13) 14. Administrative ,Equipment (See Section 3.25:14) 15. Direct Digital Interface (T1) Equipment (See Section 3.25.15) 16. Intercept Announcer Equipment (See Section 3.25.16) 17. Music -On -Hold Interface Equipment (See Section 3.25.17) 18. Power and/or Common Control Failure Transfer Equipment (See Section 3.25.18) 19. Remote Administration Interface Equipment (See Section 3.25.19) 32 00'x` 20. Remote Testing Interface Equipment (See Section 3.25.20) 21. Speakerphone Equipment (See Section 3.25.2 1) 22. Traffic Measurement Recording Equipment (See Section 3.25.22) 23. Voice Paging Access Interface Equipment (See Section 3.25.23) 24. Modem Pooling Equipment (See Section 3.25.24) 25. Additional Length of Trunk Feeder Cable (See Section 3.25.25) A schematic diagram of the system interconnection is shown in Figure 1. 3.1.1 Optional Features and Equipment: The following may be bid as optional features and equipment to the system. They are not a part of the system requirements and will not be used in the bid evaluation (See Section 3.26). 1. Optional Software Operational Service Features (See Section 3.26.1) 2. Automatic Trunk Testing Equipment (See Section 3.26.4) 3. Dictation Access Interface Equipment (See Section 3.26.5) 4. Radio Pocket Paging Access Interface Equipment (See Section 3.26.6) 5. Redundancy Equipment (See Section 3.26.7) 6. Station Message Detail Accounting Equipment (See Section 3.26.8) 7. Uninterruptible Power Supply (UPS) (See Section 3.26.9) 8. Voice Mail Equipment (See Section 3.26. 10) 33 ,0 .1090 FIGURE 1 1. Purchaser Provided Power Facilities 2. Powerline Surge Protector 3. Power Cord 4. Telco Provided Network Demarcation Point Jack 5. Demarcation Point Plugs 6. Telephone Service Surge Protector Module Block and Modules 7. Trunk Connecting Block 8. Station Connecting Block 9. MDF Trunk Feeder Cable, 9A. MDF Wire and Cable 10. Purchaser Provided Plywood Backboard in Telephone Equipment Room, or Contractor Provided Stand -Alone MDF Frame 11. Single Point Ground 12. Contractor! Provided Ground Wire 43. Interbuilding Cable Surge Protector Module Block and Protector Modules 14. Multipair Interbuilding Cable 15. Purchaser Provided Plywood Backboard in Telephone Apparatus Closet Room 16. Four (4) Pair Station Cable 16A. Modular Telephone Wall Jack Assembly 17. Multipair Distribution Cable 18. Distribution Connecting Block 19. Voice Terminal, Generic, Analog, Type 2500 20. Voice Terminal, Proprietary, Multiline, Singleline, Non -Proprietary Singleline. 21. Data Terminal Equipment Interface Adapter Unit 22. Purchaser Provided Data Terminal Equipment 23., Voice Terminal, Analog, Multiline, Singleline 24. Data Terminal Equipment Interface Unit 25. Purchaser Provided Key Telephone Equipment 26. Purchaser Provided Paging, Dictation, Music -On -Hold Equipment & Wiring 27. Attendant Console 28. Accessory Equipment 29: Modem in a Modem Pool, Loop 29A. . Twenty -Five (25) Pair Station Cable .30. Ribbon Jack for Key Equipment 31. RS232 Interface 32. Optional Equipment 33. Contractor Provided Ground Wire 34. Purchaser Provided Plywood Backboard in Far End Building 34 000 • 3.1.2 Technical Documentation: All equipment bid must meet or exceed all conditions and specifications of the invitation to bid (ITB). When technical documentation is required by this ITB, its purpose is to demonstrate compliance of the equipment bid with applicable technical requirements of this ITB and to allow technical evaluation. of the equipment. The submittal of the following technical documentation is a requirement of this bid, except as noted under "Evaluation/Award". A. System Description Specification Manual(s) B. Installation and Maintenance Manual(s) C. Feature Description Manual(s) D. Programming Manual(s) E. Station and Console User Guides F. Wire and Cable Specification Sheets G. Accessory Equipment Specification Manual(s)/Pamphlet(s) H. Optional Equipment Specification, Manual(s)/Pamphlet(s) I. Other Equipment Specification, Manual(s)/Pamphlet(s) J. Specifications of equipment offered as a brand name alternate. K. Specifications of surge protectors, and UL Test Results and UL Listing Report if necessary. All technical manuals shall be supplied in loose leaf binders. The sentence and paragraph structure used in such manuals shall reflect conventional English usage. Vendors who propose equipment manuals translated from a language other than English shall state their internal plan for review of such documents to ensure clarity. Manuals intended to provide instruction for programming the PABX from a Maintenance Administration Terminal (MAT) shall be broken down into complete stand-alone instructions; i.e. no prior knowledge of other required programming steps should be required. All manuals shall be supplied complete with no requirement for the purchaser to assemble the manual, insert revision pages or any similar action. Two (2) copies of the required technical documentation shall be provided with the bid, except as noted under "Evaluation/Award". If Technical Documents is required the Technical literature reference sheet (Appendix G) shall be completed by the bidder and reference the technical manual(s), page(s), and paragraph(s) that will verify the equipment bid meets or exceeds specification for each specified section. If the technical documentation is at variance with the technical requirements, the bidder shall provide a written explanation that clarifies the variance and explains how the system will meet the specifications. Individual specifications and requirements must be addressed; a general statement such as "complies with all requirements" is not acceptable. The clarification letter shall be signed by an Engineering or Marketing Manager (or equivalent or superior title). Note: If miscellaneous equipment to be supplied by the vendor is to be the same as specified in the bid specifications, (i.e. make, model, part number and manufacturer are identical), no technical documentation is required for that equipment. 35 3.2.1.1 A station line shall be a communication path capable of carrying voice only, data „only, and voice and data simultaneously. The sizing of the PABX for station line capacity is based upon ten percent of the station lines carrying voice and data simultaneously. The sizing of the PABX for trunk capacity shall be based upon the following trunk types and minimum quantities of each: CENTRAL CONFIGU- OFFICE RATION LS/GS* DIRECT -IN- 4 WIRE DIAL E&M TOTAL 1 12 12 12 36 2 20 16 20 56 3 44 32 40 116 4 76 60 72 208 *Ground Start or Loop Start A port oriented PABX bid with a port capacity to meet the station and trunk capacity requirements of this section shall ensure that the port capacity has included other features that also occupy a port, such as attendant consoles, conference trunks, tone receivers, etc. ISDN: The PABX shall provide an NT12 termination for an ISDN trunk. An NT12 termination is defined as a termination which includes NT1 (Local Loop Terminator) and NT2 (Customer Premises Switching Equipment). Bidders shall list.as options, with prices, all TE1 (ISDN Terminal Equipment) and TA (ISDN Terminal Adapter Equipment) which the bidder is prepared to supply. The cost of the ISDN NT12 termination shall be priced separately in order that agencies may delete it if not needed. 3.2.1.2 T1 INTERFACE: The PABX. shall provide an interface for a central office T-1 trunk. This feature shall enable the purchaser to replace analog central office trunks. Bidders shall price this feature separately in order that it may be deleted if not needed. 36 Example: XYZ Connector Block (technical documentation required to show equivalence). Tetrad TRD 560 Bus Bar Assembly (no technical documentation required). 3.2 Confi uration — 3.2.1 Ca aci Each system configuration shall have the capacity to accommodatea minimum of the station lines, trunks, consoles, and the percent of stations with both voice terminals and data equipment operating simultaneously as given below. STATIONS WITH SIMULTANEOUS CONFIGU- STATION ATTENDANT VOICE & DATA RATION LINES CONSOLE (PERCENT 1 100 1 ,10% 2 200 2 10% 3 500 4 10% 4 1000 6 . 10% 3.2.1.1 A station line shall be a communication path capable of carrying voice only, data „only, and voice and data simultaneously. The sizing of the PABX for station line capacity is based upon ten percent of the station lines carrying voice and data simultaneously. The sizing of the PABX for trunk capacity shall be based upon the following trunk types and minimum quantities of each: CENTRAL CONFIGU- OFFICE RATION LS/GS* DIRECT -IN- 4 WIRE DIAL E&M TOTAL 1 12 12 12 36 2 20 16 20 56 3 44 32 40 116 4 76 60 72 208 *Ground Start or Loop Start A port oriented PABX bid with a port capacity to meet the station and trunk capacity requirements of this section shall ensure that the port capacity has included other features that also occupy a port, such as attendant consoles, conference trunks, tone receivers, etc. ISDN: The PABX shall provide an NT12 termination for an ISDN trunk. An NT12 termination is defined as a termination which includes NT1 (Local Loop Terminator) and NT2 (Customer Premises Switching Equipment). Bidders shall list.as options, with prices, all TE1 (ISDN Terminal Equipment) and TA (ISDN Terminal Adapter Equipment) which the bidder is prepared to supply. The cost of the ISDN NT12 termination shall be priced separately in order that agencies may delete it if not needed. 3.2.1.2 T1 INTERFACE: The PABX. shall provide an interface for a central office T-1 trunk. This feature shall enable the purchaser to replace analog central office trunks. Bidders shall price this feature separately in order that it may be deleted if not needed. 36 3.2.2 Equipped: The baseline system for each configuration shall be equipped with demarcation point plugs (Number 5 in Figure 1), a telephone service surge protector module block including protector modules (Number 6 in Figure 1), trunk connecting blocks (Number 7 in Figure 1), station connecting blocks (Number 8 in Figure 1) for the capacities bid -in compliance with . Section 3.2.1. The voice terminal station lines shall be digital or industry standard analog. The baseline PABX shall be equipped with the following quantities of station lines, trunks, and attendant consoles. The baseline PABX shall be expandable to the capacity requirements of Section 3.2 as described in Section 3.3. The demarcation point plugs shall provide for six (6) pin connections per4 wire E&M trunk and the remainder two (2) pin connections per trunk utilizing USOC RJ21X, RJ2EX, RJGX,.and RJ2HX connections to the telephone network. The telephone service surge protector block including the protector modules shall provide for three (3) protector modules per 4 wire E&M trunk and the remainder one (1) protector module per trunk. The trunk connecting blocks shall provide for three pair connections per 4 wire E&M trunk and the remaining trunks are (1) pair connection. Station connecting blocks shall have the capacity to provide for the connection of four pair station wiring for each station. The station connecting blocks shall also have the capacity required by the operational service features that require the connection with purchaser provided peripheral equipment. The trunk and station connecting blocks shall have the capacity to accommodate the maximum quantity of trunk -to -station power failure transfers provided by this operational service feature. The connecting blocks and the telephone service surge protector block shall be located on the purchaser provided plywood backboard which serves as the MDF. The plywood backboard (Number 10 in Figure 1) and the PABX switch shall be located in the telephone equipment room. Stand alone double -sided main distribution frames on which are mounted the protector blocks and the connecting blocks may be provided. The demarcation point jack (Number 4 in Figure 1) will be located in the telephone equipment room a maximum of twenty-five (25) feet from the PABX. Cost of MDF trunk feeder cable in excess of twenty-five (25) feet from the demarcation point to the telephone service surge protector block shall, be priced separately (See Section 3.25.25). 37 0— 890 DIGITAUANALOG CENTRAL ATTEN- CONFIGU- VOICE TERMINAL OFFICE TWO-WAY DANT RATION STATION LINES TRUNKS (VARIOUS) CONSOLES 1 50 12 1 2 100 20 1 3 200 32 1 4 500 68 2 The baseline PABX shall be expandable to the capacity requirements of Section 3.2 as described in Section 3.3. The demarcation point plugs shall provide for six (6) pin connections per4 wire E&M trunk and the remainder two (2) pin connections per trunk utilizing USOC RJ21X, RJ2EX, RJGX,.and RJ2HX connections to the telephone network. The telephone service surge protector block including the protector modules shall provide for three (3) protector modules per 4 wire E&M trunk and the remainder one (1) protector module per trunk. The trunk connecting blocks shall provide for three pair connections per 4 wire E&M trunk and the remaining trunks are (1) pair connection. Station connecting blocks shall have the capacity to provide for the connection of four pair station wiring for each station. The station connecting blocks shall also have the capacity required by the operational service features that require the connection with purchaser provided peripheral equipment. The trunk and station connecting blocks shall have the capacity to accommodate the maximum quantity of trunk -to -station power failure transfers provided by this operational service feature. The connecting blocks and the telephone service surge protector block shall be located on the purchaser provided plywood backboard which serves as the MDF. The plywood backboard (Number 10 in Figure 1) and the PABX switch shall be located in the telephone equipment room. Stand alone double -sided main distribution frames on which are mounted the protector blocks and the connecting blocks may be provided. The demarcation point jack (Number 4 in Figure 1) will be located in the telephone equipment room a maximum of twenty-five (25) feet from the PABX. Cost of MDF trunk feeder cable in excess of twenty-five (25) feet from the demarcation point to the telephone service surge protector block shall, be priced separately (See Section 3.25.25). 37 0— 890 State office buildings with Premise.Distribution Wiring System may not have the demarcation point.jack located in the telephone equipment room. In this case, the telephone service surge protector block will be patched to the PDWS termination block that contains central office service. — The baseline PABX shall be equipped with cabinets or modules, shelf carriers, processors, memories, switching networks, power supplies, etc., for the operation of the quantities of stations, trunks, and attendant consoles bid in compliance with this section. The quantity of cabinets or modules or other "system building blocks" comprising the baseline shall be only that required to contain the quantities required of this section. The baseline PABX shall be equipped with a quantity of tone receivers, register/senders, etc., to meet the performance requirements of Section 3.6 for the equipped quantity of stations in this section. Additional cabinets or modules, PABX station and trunk. interface printed circuit cards, other printed circuit cards such as tone receivers and register/senders, to expand the baseline PABX within the capacity of -the system bid may be ordered to suit the purchaser's needs (See Sections 3.3, 3.25.4, 3.25.5, 3.25.12). The cost of station equipment and station wiring beyond the station connecting blocks and additional consoles and console wiring shall not be a part of the baseline system cost: However, the cost of these items shall be listed in the bid sheet as accessories (See Sections 3.25.1, 3.25.2, 3.25.3, 3.25.8 through 3.25.11). The quantity of trunks, station lines, and.service to be activated at system cut -over shall be specified on the purchase order. The modular system design of the PABX equipment bid" in compliance with the capacity requirements of Section 3.2.1 may or may not permit the installation of the optional redundancy equipment that provides. this operational service feature. If the redundant equipment cannot be installed within the baseline equipment without taking up trunk and station capacity, then the redundant equipment shall also include any additional cabinets, shelves, etc., to.allow the baseline PABX to still be expanded to the bid capacity. 3.2.3 Automatic .Call Distributor: The baseline system shall'be capable of accommodating an Automatic Call Distributor (ACD) capable of distributing.calls to. up to 15 agents. The system shall be capable of handling 18 calls per hour per agent with an average call length of 2.5 minutes. Additional features shall be as follows: A. Agent identification entry B. Individual agent "log in/out" entry C. ACD. supervisor monitor, of agent calls D. Capability for agent and supervisor communication by message display E. ' ACD traffic report printout 38 0 F. Agent performance report printout 3.2.4 Wire: The baseline system for each configuration shall be wired with MDF trunk feeder cable (Number 9 in Figure 1) from the demarcation point plugs (Number 5 in- Figure 1) to the telephone service surge protector block (Number 6 in Figure 1) and from the telephone service surge protector block to the trunk connecting block (Number 7 in Figure 1) for the capacities bid in compliance with Section 3.2.1. Wire for the 4 -wire E&M trunks shall be three (3) pair per trunk. The remainder shall be one (1) pair per trunk. The baseline system for each configuration shall be wired with MDF wire and cable (Number 9A in Figure 1) from the trunk connecting block (Number 7 in Figure 1) to the PABX for the quantity of trunks given in Section 3.2.2. The wire shall be one (1) pair per trunk. The baseline system for each configuration shall be wired with MDF wire and cable from the PABX to the station connecting block (Number 8 in Figure 1) for the quantity of station lines given in Section 3.2.2. The bidder shall specify the MDF wire and cable pair size required for each type of terminal (voice and data) equipment. Additional quantities of trunk MDF wire and cable between the trunk connecting block may be ordered as accessories to meet the purchaser's requirements (see Sections 3.25.6 and 3.25.7). 3.3 Expansion: The baseline PABX shall be expandable to the capacity bid in compliance with Section 3.2.1 by the addition of cabinets or modules, shelves, assemblies, and printed circuit card modules. The bidder shall bid all PABX equipment that is necessary to expand the baseline system to capacity and a description of when each item is required during the expansion process. 3.4 Baseline Operational Service Features: The baseline system shall be provided with a baseline generic and an office data base software program providing the following operational service features by a feature software service package. The baseline system will be equipped with all necessary hardware to support the features. 3.4.1 System Features: A. Automatic Diagnostics B. Automatic Station Release C. Call Waiting D. Exchange Trunks E. Class of Service (Programmable) F. Direct Outward Dialing (DOD) G. Flexible Numbering (Programmable) 39 00 ".° 10 H. Foreign Exchange (FX) Access, I. Hunting (Programmable) . J. ._ Intercept K. Night- Service.(Programmable). L. _ Restrictions - Full (Programmable) M: Restrictions - Miscellaneous Trunk (Programmable) N. Restrictions - Toll 0/1 (Programmable) O. Simultaneous Voice and Data P. Station -to -Station Calling Q. Switchhook Flash R. Trunk Answer From Any Station (TAFAS) (Programmable) S.. Trunk'Groups T. Trunk -to -Station -to -Tie -Trunk Access U. Trunk -to -Trunk Connection 3.4.2 Station Features: A. Automatic Callback - Station Busy B. Call Forwarding - All Calls C. Call Forwarding - Busy,.Don't Answer D. Call Hold E. Call Pick -Up F. Conference G. Dial Access to Attendant H. Transfer - Consultation, add-on 3.4.3 Attendant Features: A. Alarm Display B. Busy Status Display C. Call Identification Display D. Call Splitting E. Call Waiting Display F. Camp On G. Controlled Conference H. Extension of Incoming Call I. Through Dialing Timed Reminder (Recall) K. Transfer All Calls L. Trunk Group Busy Indication The operational service features that require programming (Items E,.G,1, K through N, and R of Section 3.4.1 and Section 3.25.13, items A, G, R, and S) shall be programmable by the purchaser. Equipment required for programming shall be bid as accessories. Jumpers, straps or switch settings on printed circuit card modules are not an acceptable method of programming the operational service features. Additional operational service features that the purchaser may wish to order are listed in Section 3.25.13. A glossary of operational service feature descriptions is contained in Section 6.3. 3.5 Technoloy: The PABX telephone system switch shall be a digital switch with a solid state electronics switch network utilizing time division multiplexing and pulse code modulation (PCM). The switch shall be suitable for direct interface with Tl carrier and D3 Channel bank format with U255 Companding Law. The switch control system shall be stored program using either single or distributive processor solid state common control. The software program stored in a volatile memory and subject to loss due to a commercial power interruption shall be reloaded from a magnetic tape cartridge drive unit or a disk drive after commercial power is restored. The bidder shall specify the reload time of his system. 41 3.6 3.7 Changes to the office data base portion of the software program and inclusion of features within the provided installation independent (generic) portion of the program not initially assigned shall be possible by the contractor (on-site. or remote) .or by the purchaser. The replacement of the installation independent (generic) portion of the program with a later program containing additional or advanced features is required. The method of making changes and the replacement shall be specified as part of the bid response to this action. The system shall have the capability to automatically cause preassigned two-way central office trunks to be. connected to preassigned stations to provide the system .with limited telephone operation with the telephone. dialed switched network when a failure within the stored program common control equipment (without redundancy) has occurred. Performance: The PABX shall provide P.01 grade of service during the busy hour under the following conditions. A. 75% voice connections 6 ccs per station connection 30% internal voice traffic 70% external voice traffic B. 25% data connections 36 ccs per data connection 80% internal data traffic 20% external data traffic The PABX shall be capable of carrying data traffic at rates up to 64 KB/s. Not more than 1.5 .percent of the originating calls placed during the busy hour shall have a dial tone delay greater than three (3) seconds. The performance specified in this Section 3.6 shall be maintained from the baseline system up to the maximum station. lines and trunk capacity for each PABX switch configuration bid in with Section 3.2.1. Power: The ,system shall operate .from 120 VAC two (2) wire and ground, 240 VAC three (3) wire and ground, or 120/208Y VAC four (4) wire -and ground and 60 cycle commercial power. The bidder shall specify the type of power required, the power consumption, the quantity and NEMA designation -of electrical receptacles required, and the circuit breaker rating for.each receptacle as part of the bid response. The purchaser will provide the power facilities (No: l in Figure 1) to these requirements. It shall be the contractor's responsibility to provide any wiring for system components such as rectifiers and inverters required on the system side of the electrical receptacle. The PABX cabinet shall be grounded with a No. 6 AWG or larger solid copper insulated wire to a single point ground (Number 11 in Figure 1) located on the plywood backboard. The contractor shall provide and connect a No. 6 AWG solid copper insulated ground wire (Number 12 in Figure 1) between the single point ground and one of the following: a) the grounding terminal bar inside the building main service entrance equipment enclosure, b) the grounding terminal bar inside the distribution panelboard on the load side of the building floor distribution step-down transformer providing service to the telephone equipment power panel. The ground wire shall be tagged and identified at the service equipment enclosure and panelboard. • • The single point ground shall be bus bar assembly Tetrad 560 or equivalent. 3.8 Electrical Surge Protection: The system shall include a power line surge protector, central office telephone service surge protectors, and interbuilding cable surge protectors to protect user personnel and prevent equipment damage or total loss resulting from voltage and current surges superimposed upon the commercial power line and all telephone line circuits by lightning strikes, commercial power faults, and power line to telephone line faults. The AC power line surge protector shall be a 120V, 220V, or 120/208V permanently connected device, UL listed and rated to the latest revised UL 1449 standard, utilize solid state components, have a maximum peak let -through voltage of 450 volts in both the Normal (L -N) and Common (L+N-G) modes when tested to the Transient -Voltage -Suppression Test and the Duty -Cycle Test of the latest revised UL1449 standard, and must have a UL Suppressor Voltage Rating of 330V or 400V. A rating of 500V is acceptable provided a copy of the UL Test Results and a copy of the UL Listing Report showing a maximum peak let -through voltage of 450 volts is submitted. The bidder shall specify the power line surge protector that will be provided. The central office telephone service (including off -premise stations) and interbuilding cable surge suppressor shall be a direct plug-in type, UL listed to UL 497A, utilized a three electrode gas tube and/or solid state components, have a maximum peak let -through voltage of 300 volts for central office telephone service and interbuilding cable circuits for telephone sets requiring ringing voltage, have a maximum peak let -through voltage of 80 volts or as recommended by the bidder for interbuilding cable circuits for proprietary telephone sets. Consideration should be given to the effect of the line resistance and the DC holdover voltage of the surge protector upon the loop length and line current of the interbuilding cable circuit for the proprietary set. The maximum peak let -through voltage of the surge protector shall not be exceeded when subjected to at least one of the following tests: 1) The metallic voltage surge (between.tip & ring) and the longitudinal voltage surge (between tip & ring tied together and ground) as specified in Part 68.302(d) and (e) of Tile 47 Telecommunications of the Code of Federal Regulations. 2) The Category B 6kV and 3kA bi-wave of ANSMEEE C62.41-1980 (formerly IEEE Std. 587-1980) between tip and ground with ring grounded, between ring and ground with tip grounded, and simultaneously between tip and ground and ring and ground from individual parallel outputs. 3) The Voltage Surge Test in Paragraph 3.4 and the Current Surge Test in Paragraph 3.6 of REA Bulletin 345-50 (PE -60). 4) The Impulse Breakdown Voltage test in Paragraph 4.24 and the Impulse Life Test in Paragraph 4.32 of REA Bulletin 345-83 (PE 80). 5) 1000V peak 10X1000 microsecond 100A waveform between tip and ground with ring grounded, between ring and ground with tip grounded, and simultaneously between tip and ground and ring and ground from individual parallel outputs. 43 010- 890 The surge protectors installed in the surge protector block end termination for interbuilding cable shall have a maximum peak let -through voltage of 300 volts; however, when and where necessary, the contractor shall provide surge protectors with a peak let -through voltage. of 80 volts, or as recommended by the contractor. The bidder shall specify the telephone service surge protectors and protector blocks that will be provided. The telephone service surge protector shall be installed in a suitable protector block. The telephone service surge protector block (Number 6 in Figure 1) and the- interbuilding cable surge protector module block (Number 13 in Figure 1) located on the plywood backboard (Number 10 in Figure 1) in the telephone equipment room shall be connected with a No. 6 AWG or larger solid copper insulated wire to the single point ground (Number 11 in Figure 1) on the plywood.backboard. The interbuilding cable surge protector module block (Number 13 in Figure l) located,on the, plywood backboard (Number 36 in Figure 1) in the far end of building shall be connected with a No. 6 AWG solid copper insulated ground wire (Number 33 in Figure 1) to the grounding terminal bar inside the far end building main service entrance equipment enclosure. 3.9 Environment:' The equipment shall meet all requirements of this specification when subjected to any combination of the following conditions: A. Temperature range: 100C.to 320C, B. Relative humidity: 35% to 80% non condensing 3.10 Voice Transmission: Voice transmission shall be clear and free of distortion, crosstalk, and noise. As part of the site survey, the bidder shall determine whether or not any magnetic or electric fields are present which would interfere with proper operation of the PABX. The bidder is responsible..for notifying the purchaser if any such problems .exist. If such problems are found after the installation, the purchaser shall have the right to reject the PABX if the bidder cannot remedy the problem. 3.11 Transmission Characteristics: The transmission characteristics of the PABX switch shall be in accordance with EIA Standard RS -464. 3.12 Address Signaling: The PABX switch shall be capable of accepting and generating'incoming and outgoing dialed pulse and DTMF address signals in accordance with EIA Standard RS -464. 3.13 Call Progress Signals: The PABX switch shall provide call progress signals in accordance with IEA Standard RS -464. 3.14 Station Wiring Noise: The wiring installation shall be designed to minimize noise from external electromagnetic fields. The noise shall be 29 dBmC maximum at the station modular telephone wall jack'assembly on a station -to -station connection. 3.15 Station Crosstalk: Crosstalk isolation between station wiring shall be 65 dB minimum at the station modular telephone wall jack assembly on a station -to -station connection. 44 00"' 890 3.16 Station Interface: The PABX switch interface operation with the station voice terminal . equipment shall be in accordance with EIA Standard RS -464. The PABX shall accept flash signals to initiate internal calling features. The multiline appearance voice terminal shall function on four (4) pair station wire. The station conductor loop resistance shall accommodate voice terminals and data terminal equipment located at least 1000 feet from the PABX switch. The bidder shall specify the maximum distance that the station terminal equipment may be located from the PABX switch. 3.17 Exchange Trunk Interface: The PABX switch interface operation with exchange and foreign exchange trunks shall be in accordance with EIA Standard RS -464. The impedance of the PBX trunk unit shall be 600 or 900 ohms, selectable, as agreeable with the telephone common carrier. 3.18 Private Line Tie -Trunk Interface: The PABX switch interface with the telephone common carrier private line facilities for tie -trunk operation with other PABX switches shall be a Type 1 (2 -way, 2 -wire with E & M signaling) or a Type III (2 -way, 4 -wire with E & M signaling) tie - trunk interface as defined in bell system publication PUB 43201 where the transmission coupler and channel signaling unit are provided by the telephone common carrier. 0 The PABX switch shall utilize 2 -wire E and M lead control signaling, Type I in accordance with Notes on the Network. Idle, seizure, answer supervision, call supervision, and disconnect status shall be indicated by the signal level of the E and M leads. When the tie -trunk is in the idle state, the M lead shall be at ground and the E lead shall be open. When the tie -trunk has been seized and answer supervision provided, the M lead shall be at negative battery and the E lead at ground. Start dialing signaling options of immediate, delayed, or wink shall be available. As a guide, start dialing timing shall be in accordance with Notes on the Network. Tie -trunks shall receive or send dial pulse or DTMF address signaling in accordance with Section 3.13. The impedance of the tie -trunk unit, 2 -wire or 4 -wire, shall be 600 or 900 ohms, selectable, as agreeable with the telephone common carrier. 3.19 Private Line CCSA Trunk Interface: The PABX switch interface with the Common Control Switching Arrangement (CCSA) SUNCOM trunks shall be a Type III transmission tie -trunk interface as defined in Bell System Publication PUB 43201 and Type I E and M signaling interface, as defined in Notes on the Network. Start dialing signaling shall be wink start operation. The Bell Facility Interface Code (FIC) translator is TL31M. The interface jack normally utilized by the telco will be the RJ2GX. The contractor shall be responsible for obtaining all interface requirements from the telephone common carrier that may be necessary to assure satisfactory operation of the CCSA access feature. 3.20 Peripheral Equipment Interface: The system shall be compatible and operate properly with peripheral equipment that may be separately procured or provided by the purchaser. Such equipment shall be IA2 and Electronic Key Telephone systems, Dictation equipment, Music -On - Hold equipment, Radio Pocket Paging equipment, External Voice Paging equipment, and Station Message Detail Accounting Equipment (SMDA). Special level dial access shall be provided for accessing the dictation and the paging equipment. The bidder shall describe the interface and connection requirements for operation of this equipment with the system. 45 00— 890 3.21 Wire, Cable, and Hardware: Wire, cable, and hardware shall be provided.to interconnect. the system, connect the system to the purchaser provided wall service outlet power receptacle, and to connect the system to the telco network demarcation point. MDF wire shall consist of No. 24 AWG or larger copper conductors insulated with color coded thermoplastic insulation with pairs enclosed within a thermoplastic cable jacket. Station wire shall be of two types, inside and outside, and shall consist of No. 24 AWG or larger copper conductors. Inside station wire shall be of three (3) types, Standard, Air Plenum, and Riser. The Standard type shall be suitable for installation in conduit and shall have conductors insulated with a color coded thermoplastic jacket. The Air Plenum type shall be wire suitable for installation without conduit in ceiling spaces that serve as a return air plenum. The Riser type shall be suitable for installation in vertical riser shafts without conduit. Cable installed in conduit shall be UL Listed as Type CM as being resistant to the spread of fire per NEC Article 800- 3(b)(1). Cable installed without conduit in ceiling spaces serving or not serving as a return air plenum shall be UL Listed as to Type CMP or UL.Classified as to having adequate fire-resistant and low -smoke producing characteristics per NEC Article 800-3(b)(3). Cable installed in vertical riser shafts and runs shall be UL Listed as Type CMR as having fire-resistant characteristics capable of preventing the carrying of fire from floor to floor per NEC section 800 3(b)(2). The conductor insulation shall be color coded.. Outside interbuilding station wire shall be of one type suitable for underground installation when placed in a duct or for direct burial in earth. The mterbuilding station wire shall be in a cable with a jelly filled core of color coded plastic insulated copper conductors with a core binder, an aluminum shield, and an outer polyethylene jacket in accordance with REA specification PE -39. Connecting blocks shall be.Type 66, BIX, 110 Cross -Connect, Krone (or equivalent). Wall jacks shall be 8 conductor modular telephone jack assemblies for surface mounting and for'flush mounting as the installation demands. The teleco network demarcation point plug shall mate with the fifty (50 position miniature ribbon RJ21X, RJ2EX, RJ2GX, and RJ2HX jacks provided by the telco. 3.22 Reserved 3.23 Equipment Description: 3.23.1 PABX Switching Equipment: The PABX switching equipment shall consist of a cabinet or cabinets containing all of the printed circuit, card modules and other assemblies required to process and complete telephone calls utilizing the operational service features. Such modules and assemblies shall be the central processor memory, network service (receiver and tone), line and trunk, serial data input/output interface (programming equipment, traffic measurement recorder, etc.), console control units, software magnetic tape unit, and power supply and panel units. The switching equipment shall utilize connectorized cabling between cabinets and from the cabinets to the connector blocks. EIA Standard RS -232 port -shall be provided for serial data input/output. The switch shall be of modular design and functional packaging for ease of expansion and to permit rapid location and replacement of defective equipment. The PABX switch assemblies shall be housed in cabinets (or modules) with door(s) to provide access. 46 890 The cabinet, shelves, panels, etc., shall be constructed of metal of sufficient strength that the components will be securely supported and of a shape and form to assist heat dissipation and cooling. All metal edges shall be turned or finished such that no burrs or sharp edges remain. All metal surfaces shall be finished to resist rust or corrosion using the7-best commercial practices. All equipment components mounted within the cabinets shall be' located no closer than six (6) inches to the finished surface of the equipment room floor or the cabinet(s) must be installed in an equivalent raised position above the floor. The equipment shall be completely wired and equipped with self protection trouble signals, fuses, and associated equipment. Fuses shall be of an alarm and indicator type and their rating designated by legends, numerals, or color code on the fuse panel. Design precautions shall be taken to minimize the possibility of equipment damage arising from insertion of an electronic module into the wrong connector or the removal of a module from any connector. The equipment shall not be permanently damaged by accidental short circuits across the trunk or station terminals. The cabinet size shall be compatible for installation in an equipment room with an eight (8) foot ceiling and a thirty-six (36) inch entrance door. The cabinet floor load shall not exceed 150 pounds per square foot. The switch shall be provided with a commercial power cord and plug for connection to the electrical power receptacle. The switch may be hardwired directly to a dedicated circuit breaker in the power panel. The bidder shall specify the cabinet size, the quantity of cabinets to met the baseline station line and trunk requirements, and the quantity of expansion cabinets to meet the capacity requirements for each PABX switch configuration. The bidder will also provide a sketch of a recommended telephone equipment room layout for each PABX switch configuration showing the location of the baseline switch, future expansion cabinets, and all other pertinent information with the bid. The bidder shall provide a face layout sketch of each cabinet showing the location and identification of each item in the baseline cabinet and the slots or spaces available for expansion in the baseline and expansion cabinets. 3.23.2 Attendant Console: The attendant console shall contain the necessary alphanumeric displays and operating buttons (keys) necessary for the attendant to process calls utilizing the attendant operational service features. The console shall also provide an alarm indication of a system malfunction. The console shall have the capability of utilizing either a handset or a headset which shall be plugged into either end of the console. A plug equipped handset shall be provided with the console. The console shall be powered from the PABX switch. The bidder shall specify the size of the console, the console wiring pair quantity and size, and the maximum distance the console may be installed from the switch. 3.24 Office Coordination: The purchaser shall assist the contractor in the development of marked floor plans and system worksheets for station instrument type and placement, station number appearances, applicable features, and other items necessary to establish the requirements of each station number such as class -of -service, pick-up group assignment, hunt group assignment, etc. 47 3.25 Accessories and Features: The following -accessories and features enable the purchaser to equip and wire the baseline system to meet the purchaser's operational requirements. All items in Section 3.25 must be bid. 3.25.1 Voice Terminal, Single Line (VTSL): The VTSL shall be of four types - The first type'shall be the industry standard generic analog Type 2500 desk telephone set with a flash button. The second type shall be of the industry standard generic analog desk set with a minimum of seven fixed/programmable buttons that shall control switchhook flash, hold, last number redial, and PABX features. The third type shall be a proprietary digital set if the PABX is designed for use with proprietary digital voice terminals, or a proprietary analog set if the PABX is designed for use with proprietary analog voice terminals only. The set shall be equipped with fixed and/or programmable buttons for operating PABX features including switchhook flash. The proprietary VTSL shall accept the connection of the data terminal equipment interface adapter unit and be able to provide simultaneous voice and digital data transmission with the PABX switch through a single modular line cord and a four (4) pair maximum station wiring run. The fourth type shall be non-proprietary analog set if the PABX system does not include a proprietary analog set. The set shall be equipped with fixed and/or programmable buttons for operating PABX features including switchhook flash. The non-proprietary VTSL shall accept the connection of the data terminal equipment interface adapter unit and be able to provide simultaneous voice and digital data transmission with the PABX switch through the set's single modular line cord and a four (4) pair maximum station wiring run or through the data terminal equipment interface adapter unit line cord and a four (4) pair maximum station wiring run. The VTSL shall have a standard 12 -button touchpad with an audible ringer or tone device and volume control. The analog VTSL shall transmit and receive voice signals with the PABX switch in analog form and the digital VTSL in digital form. The VTSL shall be full modular with a 6 foot minimum flat retractable handset cord and a 7 foot minimum four,(4) pair (maximum) line cord with a miniature modular plug for connection to a modular telephone wall jack assembly. 3.25.2 Voice Terminal, MultiLine Appearance (VTMLAI: The VTMLA shall be of two types. The first type shall be the analog "KSU less" type compatible with PABX, CO and CENTREX/ESSX analog loop start lines with a minimum of 2 line appearance buttons and a minimum of seven fixed/programmable buttons that shall control flash; hold, last number redial, and PABX features. 48 The second type shall be a proprietary digital set if the PABX is designed for use with proprietary digital and analog voice terminals, or a proprietary analog set if the PABX is designed for use with proprietary analog voice terminals only. The set shall be equipped with fixed and programmable buttons, for line appearances and PABX features. The VTMLA shall have a standard 12 -button touchpad, an audible ringer or tone device, a ringer volume control, and be capable of accepting a headset adapter and headset. The line appearances shall be the station number assigned to the voice terminal and the station number(s) assigned to other voice terminal(s). The analog VTMLA shall transmit and receive voice signals with the PABX switch in analog form and the digital VTMLA in digital form. The proprietary VTMLA shall accept the connection of the data terminal equipment interface adapter unit and be able to provide simultaneous voice and digital data transmission with the PABX switch through a single modular line cord and a four (4) pair maximum station wiring run. The transmission between the VTMLA and the PABX switch shall be in accordance with the system's digital communications protocol. The VTMLA shall have a four (4) pair maximum line cord and a miniature modular plug for connection to a modular telephone wall jack assembly. More than one VTMLA model, each with different quantities of line and feature pushbuttons and status lamps, may be bid. 3.25.3 Station Wiring: Station wiring shall connect the wall jack assembly for voice and data terminal equipment and the ribbon jack for key telephone equipment with the baseline system station connecting blocks (Number 8 in Figure 1). Station wiring shall include 4 pair station cable, 4 pair modular wall jack assemblies, 25 pair station cable, ribbon jack, 25 pair distribution cable, riser cable, 25 pair distribution connecting blocks, 10 and 25 pair interbuilding surge protector blocks with surge protector modules, 6, 12, 25, 50, and 100 pair interbuilding cable (Numbers 16, 16A, 29A, 30, 17, 18, 13, and 14 respectively in Figure 1). 3.25.3.1 Station Wiring: The station wiring between the modular telephone wall jack assembly and connecting blocks shall be four (4) pair station cable. The station wiring between the ribbon jack for key equipment and the station connecting blocks shall be twenty-five pair cable. The station distribution wiring between connecting blocks and between interbuilding surge protector block and connecting block shall be 25 pair cable. Interbuilding station wiring shall be 6, 12, 25, 50, and 100 pair duct or buried cable terminated on surge protector blocks. Inside building type wiring shall be installed in conduit. Air plenum type inside building wiring shall be installed without conduit in return air plenum spaces. Riser cable shall be installed in riser spaces. Interbuilding station wiring shall be installed in the underground duct or shall be direct buried. A surge protector block shall be provided at each end of interbuilding station wiring. Surge protection modules shall be installed in the surge protector block across each pair. All cable pairs shall be terminated. Cable shield, protector blocks, and all inactive cable pairs shall be grounded at each end. Buried cable shall be trenched at a depth of no less that eighteen (18) inches below finish grade. The contractor shall restore the buried area to its original condition. If the area is covered by a permanent surface, (e.g. concrete, asphalt, etc.) the cost to restore this permanent surface shall be negotiated between the purchaser and the contractor prior to issuance of the purchase order. 49 00- 890 3.25.3.2 Station Wiring _Run s: Station wiring shall be of four'inside building station run types and six interbuilding station run types. The bidder shall provide the cost of each inside building station run type on an inside building cost per foot basis from the modular telephone jack assembly and the ribbon jack, to the station connecting block on the plywood backboard in the telephone equipment room. The cost shall include the installation and material cost of the: 1) cable, 2) modular telephone wall jack or ribbon jack, 3) necessary distribution, connecting blocks, 4) termination of all cable pairs, and 5) the cross connection of all active.cable pairs.' The distribution connecting block shall be sized to terminate all cable pairs. An inside station wiring run may utilize distribution cable and riser cable in addition to the four (4) pair cable run to the wall jack. The cost per foot for a station run shall be based upon a four (4) pair circuit in each of the cables utilized. The bidder shall provide the cost of interbuilding station run type on a cost per foot basis for the cable and on a cost per surge protector block end termination: The cost for the cable shall include the material and installation cost of the cable. The cost for each surge protector block end termination shall include 1) the material and installation cost of surge protector block with a surge'protector for each cable pair, 2) the cost to connect all interbuilding cable pairs to the surge protector block, 3) the cost to connect the surge protector block to ground, 4) the cost to connect. all of the inside wiring cable pairs to the surge protector block, 5) the cost to connect the interbuilding cable shield to ground, and 6) the cost to ground all inactive cable pairs. The ten (10) station wiring types and the five (5) surge protector block types shall be defined as follows: 51 UOm 890 End Termination Type Location Cable Type Near End Far End 1 Inside Building 4 Pair Standard * 4 Pair Wall Jack 2 Inside Building 25 Pair Standard * 25 Pair Ribbon Jack 3 Inside Building 4 Pair Air Plenum * 4 Pair Wall Jack 4 Inside Building 25 Pair Air Plenum * 25 Pair Ribbon Jack 5 Interbuilding 6 Pair Duct 6 Pair Surge 6 Pair Surge Protector Protector Block Block 6 Interbuilding 12 Pair Duct 6 Pair Surge 6 Pair Surge Protector Protector Block Block 7 Interbuilding 25 Pair Duct 25 Pair Surge 25 Pair Surge Protector Protector Block Block 8 Interbuilding 50 Pair Duct 50 Pair Surge 50 Pair Surge Protector Protector Block Block 9 Interbuilding 100 Pair Duct 100 Pair 100 Pair Surge Surge Protector Protector Block Block 10 Interbuilding 6 Pair Buried 6 Pair Surge 6 Pair Surge Protector Protector Block Block 11 Interbuilding 12 Pair Buried 12 Pair Surge 12 Pair Surge Protector Protector Block Block 12 Interbuilding 25 Pair Buried 25 Pair Surge 25 Pair Surge Protector Protector Block Block 51 UOm 890 13. Interbuilding 50 Pair Buried 50 Pair Surge 50 Pair Surge Protector Protector Block Block 14 Interbuilding 1.00 Pair Buried 100 Pair 100 Pair Surge Surge Protector Protector Block Block * Station connecting block on the plywood backboard in the telephone equipment room or distribution block. The bidder shall bid all station wiring run andsurge protector block types. The contractor shall determine the type and the length of each of the station wiring runs required. 3.25.4 PABX Station Lines - Additional Quantities: Additional quantities of PABX voice terminal station lines above the baseline_ quantity and other types of station lines such as digital lines for digital data terminal equipment interface units, and off-premise extensions for single line telephone instruments may be ordered. The bidder shall specify in the price sheets the quantity of PABX station line circuits that are provided on each type of station printed circuit card module and the cost of each type of additional station line printed circuit card module mith installation. Installation shall include any necessary programming. The bidder shall provide any necessary footnotes on the price sheet describing their application. 3.25.5 PABX Trunks Additional Quantities: Additional quantities, of trunks above the baseline quantity, and other types of trunks such as DID, E&M tie-trunks (4&2 wire), CCSA SUNCOM Trunks (4 wire) and modem pooling trunks may be ordered. The bidder shall specify in the price sheets the quantity, of trunk circuits that are provided on each type of trunk printed circuit card module and the cost of each type of trunk printed circuit card module with installation. Installation shall include any necessary programming. The bidder shall provide any necessary footnotes on the price sheet describing their application.,.,. 3.25.6 MDF Trunk Wiring: Additional quantities of PABX MDF trunk wiring above the baseline quantity may be ordered. The cost for each additional trunk wiring shall include the wire, installation, connection to the PABX;.and connection to connector block. Trunk wiring shall be one (1) pair, two (2) pair, three (3). pair.per trunk. 3.25.7 MDF Station Wiring: Additional quantities of PABX MDF station wiring above the baseline quantity may be ordered. The cost for each additional station wiring shall include the wire, installation, connection to the PABX, and connection to the station connector block. MFD station wiring shall be bid as required by the proprietary VSTL & VTMLA, the industry standard generic analog VSTL, the "KSU less" VTMLA, and the DTEIU. 52 3.25.8 Attendant Consoles - Additional Quantities: Additional quantities of consoles (See Section 3.23.2) above the baseline quantity may be ordered. The bidder shall specify on the price sheet the cost of each additional console with installation. The cost shall consider the console and any additional PABX switch printed circuit card modules that may be required to support the additional console. Installation shall include any necessary programming. 3.25.9 Attendant Console Wiring: Quantities of attendant console wiring runs shall be ordered to the purchasers needs. A console wiring run shall be between the PABX switch equipment console jack and the console equipped plug -ended cord. The wiring may be inside standard or inside air plenum station wire. The pro rata cost per foot installed is required. 3.25.10 Data Terminal Equipment Interface Adapter Unit (DTEIAU): This unit shall connect to the proprietary VTSL, and VTMLA and the non-proprietary VTSL and provide a RS232C interface connection to data terminal equipment (DTE) for use of the proprietary VTSL and VTMLA and the non-proprietary VTSL independently or simultaneously with other voice terminals and DTE connected to other station lines, or accessed through modem polling and analog transmission facilities. The unit shall support asynchronous data rates up to 19.2 Kbps and synchronous data rates up to a minimum of 19.2 Kbps. The unit may contain lamps and accessible controls to match the transmission characteristics of the data terminal. equipment. More than one model of this unit may be provided according to the data transmission characteristics the unit can support. The VTSL and VTMLA with the DTEIAU shall be operable at a distance of at least 1000 feet from the PABX switch. The DTEIAU may have a power cord for connection to a 110 VAC outlet near the location of the VTSL and VTMLA. 3.25.11 Data Terminal Equipment Interface Unit (DTEIU): This unit shall connect to a station line and provide a RS232 interface connection to data terminal equipment (DTE) for operation with other DTE connected to station lines or accessed through modem pooling and analog transmission facilities. The DTE may also be used to connect a modem to the PABX in a modem pool. The transmission between the DTEIU and the PABX switch shall be in accordance with the system's digital communications protocol. The DTEIU shall support asynchronous data rates up to 19.2 Kbps and synchronous data rates up to a minimum of 19.2 Kbps. The unit may contain lamps and accessible controls to match the transmission characteristics of the DTE. More than one model of this unit may be provided according to the transmission characteristics the unit can support. The DTEIU shall be operable at a distance of at least 1000 feet from the PABX switch. The DTEIU may have a power cord for connection to a 110 Vac outlet. 3.25.12 Other Equipment: Each bidder shall bid other equipment that is necessary for the PABX switch bid to comply with the Simultaneous Voice and DATA, and the Modem Pooling features. 3.25.13 Additional Software Operational Service Features: One or more of the following operational service software features may be ordered with and become an integral part of the software package for the system. Each feature description is contained in Section 6.3. The descriptions shall be a part of these specifications. Equipment necessary for operation of the feature shall be provided separately under the applicable sections. 53 00- 890 A. Authorization Code (Programmable) B. CCSA SUNCOM.Trunks (See Section 3.25.5) C. Customer Administration (See Section 3.25.14) D. Direct Digital Interface (T1), Per Connection, (See Section. 3.2 5.15) E. Direct.Inward Dialing (See Section 3.2 5.5) F. Direct Inward System Access (DISA) G. DISA Code Set -Up (Programmable) H... Distinctive,Ring I. Intercept, DID J. Intercept,.DID, to Announcer, (See Section 3.25.46). K. Least Cost Routing - Modified L. Music -On -Hold (See Section 3.25.17) M. Off -Premise Station (See Section 3.25.4) N. :Outgoing Trunk Queuing O. Power and Common Control Failure Transfer (See Section 3.25.18) P. Remote Administration (See Section 3.25.19) Q, Remote Testing (See Section 3.25.20) R. Restrictions - Origination (Programmable) S. Restrictions - Termination (Programmable) T. Restrictions - Toll,3/6 Digit U. Speakerphone (See Section 3.25.21) V. Speed Calling W. Station Message Detail X. Tie -Trunks (See Section 3.25.5) Y. Traffic Measurement (See Section 3.25.22) 54 Z. Voice Paging Access (See Section 3.25.23) AA. Modem Pooling (See Section 3.25.24) 3.25.14 Administrative Equipment: This equipment shall enable the purchaser to perform the Customer Administrator feature function or the Remote Administration function. Additional equipment does not have to be bid if equipment comprising the baseline system can be used for administrative functions; however, it shall be possible to use the equipment in a room other than where the PABX switch is located. An administrative terminal shall be a keyboard send -receive data terminal capable of communicating with PABX switch common control central process unit and provide input commands and receive responses from the system during administrative procedures. English language prompts shall be provided to input commands and/or receive responses with the terminal during administrative procedures. Manuals supporting this function shall comply with paragraph 3.1.2. The characteristics of the keyboard, printer, and operator controls shall be compatible for operation with the PABX switch. The data transmission characteristics and transmission rates shall be compatible with the switch. The data interface shall be in accordance with EIA Standard RS -232. The bidder shall specify if this equipment is capable of being used to record traffic measurement data and can be used in lieu of the associated traffic measurement recording equipment. The administrative console shall contain all the necessary controls, indicators, and displays necessary for administration. The bidder shall specify whether the equipment is a keyboard send -receive data terminal, an administrative console or other equipment, the size, the maximum distance the equipment can be located from the PABX switch, and the separate commercial power requirements of the equipment. It shall be possible to command the system to print out a listing of all station numbers which shall include the characteristics of the station such as digital, analog, virtual number, etc. In addition, it shall be possible for the purchaser to record the following information associated with each number: A. Building designator: one character B. Room number: three characters C. Agency: six characters D. Individual's name: ten characters E. DID number transmitted when 9-1-1 or 9-9-1-1 call is made: seven characters. See 3.25.26. The station listing shall include all information above. The bidder shall specify on the price sheet the cost of the equipment with installation including all wiring. 55 Q��- 890 3.25.15 Direct Digital Interface (T1) Equipment: This equipment and wiring shall enable the purchaser to transmit up to 24 voice grade circuits that are internal to the PABX over a T 1 span line provided by the regulated telephone company or other common carrier to another PABX with the same capability. The equipment shall convert the signals into a DS` --1 signal level for direct interface into the span line. The bidder shall specify the equipment to be provided for each T 1 span line'connection. 3.25.16 Intercept Announcer Equipment: This equipment shall provide a recorded announcement for DID Intercept'. The equipment shall provide a single. trunk route channel for Configurations 1 and 2 and two (2) trunk route channels for Configurations 3 and 4. The equipment shall provide. a single announcement channel for Configurations I and 2 and two (2) announcement channels for simultaneous announcing for Configurations 3 & 4. Each announcement channel shall provide an announcement duration of at least 12 seconds. The equipment shall enable the purchaser to enter, check, erase and re-enter a new announcement. This equipment start/stop . operation shall be under control of the DID Intercept to Recorder operational service feature. The bidder shall specify the size of the equipment and the maximum. distance the equipment can be located from the PABX switch. The bidder shall specify on the price sheet the cost of the equipment with installation including all wiring. 3.25.17 Music -On -Hold Interface Equipment: This equipment and wiring shall enable the purchaser provided music system to be accessed by the PABX when an outside call is placed on hold. The bidder shall specify the equipment to be provided. 3.25.18 Power and Common Control Failure Transfer Equipment: During a commercial power failure and a common control failure, the system shall enable designated station lines to be used to place an outside call or answer an incoming call on certain two-way exchange trunks on a one trunk per station basis. An audible indication of an incoming call on an assigned line when a transfer has occurred shall be provided by the station instrument 'or a separate bell at the station instrument location. A special version of the proprietary telephone instrument or a standard single line station instrument with ringer connected to,a line is acceptable. The use of batteries to provide power for system operation during the commercial power failure shall be unacceptable. This feature shall be bid on a one trunk per station location basis. The bidder shall specify the equipment to be provided and the maximum number of trunks that can be transferred. 3.25.19 Remote Administration Interface Equipment: This on-site equipment and wiring shall enable the contractor and the purchaser to perform customer administrative functions on the PABX from a remote center at his premise by one or more of the following: a) direct -inward -dialing, b) dialing the PABX attendant, c) dialing a line directly connected to a modem. The bidder shall specify the equipment to be provided. The PABX shall provide a capability for the purchaser to store a required password which shall consist of at least six alpha characters. Any attempt to gain access to the maintenance and administration feature shall require entry of the password. In addition, sequential entry attempts of non valid passwords exceeding three in any five minute period shall cause this feature to "lock up" and not accept any more entry attempts until a reset button on the PABX has been activated. A bright red light shall illuminate if such an event has occurred. There shall be no other way to gain access to this feature except through the password, i.e. there shall be no bypass methods.supposedly known only to the bidder's technicians. — 56 3.25.20 Remote Testing Interface Equipment: This on-site equipment and wiring shall enable the contractor to perform remote testing of PABX from a remote center at his premise by one or more of the following: a) direct -inward -dialing, b) dialing the PABX attendant, c) dialing a line directly connected to a modem. Remote testing may be performed during the non -business hours if interference with PABX operation will occur. The bidder shall specify the equipment to be provided. 3.25.21 Speakerphone Equipment: This equipment and wiring shall enable the station.user to make, receive, and conduct calls without lifting the voice terminal handset. The equipment may be an adjunct unit connected to the voice terminal, an internal modification to the voice terminal, or a voice terminal in Sections 3.25.1 and 3.25.2 with a build -in speakerphone. The bidder shall specify the equipment to be provided. 3.25.22 Traffic Measurement Recording Equipment: This equipment shall print out the traffic data collected by Traffic Measurement service feature under control of the administrative equipment. The equipment shall be a printer compatible with the RS -232 output port of the PABX switch. It shall be possible to use this equipment in a room other than where the PABX switch is located. The bidder shall specify the equipment to be provided and the maximum distance the equipment can be located from the PABX switch. It shall be possible to print out the hour by hour traffic in CCS of individual trunks without changing the configuration of any trunk group. The PABX shall also be capable of printing out the hour by hour traffic of any trunk group. The system shall be capable of accumulating traffic data over a 24 hour period, either single trunks or trunk groups, and printing it out either on site or remotely. 3.25.23 Voice Paging Access Interface Equipment: This equipment and wiring shall enable the purchaser to access the purchaser provided voice paging equipment. The equipment shall be . wired to the station connecting block. The bidder shall specify the equipment to be provided. 3.25.24 Modem Pooling Equipment: The equipment and wiring shall permit a station with a DTEIAU (See Section 3.25. 10) or a DTEIU (See Section 3.25.11) to contend for incoming and outgoing asynchronous and synchronous analog data calls over analog transmission facilities using a pool of modem loops. The bidder shall specify in addition to equipment previously covered in these specifications the equipment to be provided. Commercial available modems required shall not be bid but shall be identified by manufacturer and part number. 3.25.25 MDF Trunk Feeder Cable Additional: An additional length of MDF trunk feeder cable may be ordered if the distance between the demarcation point jack and the telephone service surge protector block exceeds twenty-five feet. Except interbuilding MDF trunk feeder cable, the feeder cable shall consist of individual twenty-five pair cables. Interbuilding MDF trunk feeder cable shall be in accordance with REA PE -39 and installed in accordance with Section 3.25.3. The bidder shall provide the cost of feeder cable by configuration and on a cost per foot basis in excess of twenty-five feet. The cost shall include the cable and installation. 57 890 3.25.26 Nine One One (94-1) Capability: A. CAMA TRUNKS: The PABX shall provide an interface for two telephone industry CAMA trunks for interconnection with a county enhanced E94-4 system. It shall be possible to dial from any PABX station the, digits 9-9-1-1 or 9-1-1 andhave the call routed over these trunks along with the assigned Direct Inward Dial (DID number) of that station. It shall be possible to program the PABX such that any station not having a DID number will have transmitted the DID number _of a station in close proximity. This capability shall be included for evaluation in the bidder's response. The price shall be identified in order that state agencies may delete it if necessary. It shall be the responsibility of the vendor to cooperate actively with the purchaser and the local telephone company to determine the feasibility of installing .this feature. B.. ISDN TRUNKS: The PABX shall have 'a capability for interconnection with a telephone company central office and a county E9-1-1 system using ISDN and Signalling System Seven. It shall be possible to dial from any PABX stationthe digits 9-9-1-1 or 9-1-1 and have the call routed over an ISDN trunk along with the assigned Direct Inward Dial (DID) number of that station. It shall be possible to program the PABX such that any station not having a DID number will have transmitted the DID number of a station in close proximity. This capability shall be included for evaluation in the bidder's response. The price shall be identified in order that state agencies may delete it if necessary: It shall be the responsibility of the vendor to cooperate actively with the purchaser and the local telephone company to determine the feasibility of installing this feature. 3.26 Optional Features & Equipment: The bidder is requested to bid the following optional features and equipment that will enable the purchaser to equip the system to meet their special operational requirements. The features and equipment are not a part of the system requirements and will not be used in the bid evaluation. 3.26.1 Optional Software Operational Service Feature: One or more of the following service features may be ordered with and become an integral part of the software package for the system. Each feature description is contained in. Section 6.3. The descriptions shall be a part of these specifications. Equipment necessary for the operation of the feature shall be provided separately under the applicable sections: A. Automatic Call Distribution (ACD) (See Section 3.26.2) B. Automatic Identification of Outward Dialing (See Section 3.26:3) C. Automatic Trunk Testing (See Section 3:26.4) D. Call Park E. Class of Service Day/Night 58 g� Ou� F. Control of Trunk Group Access G. Data Security H. Dictation Access (See Section 3.26.5) I. Direct -In Termination Executive Override K. Least Cost Routing - 3/6 Digit L. Radio Pocket Paging (See Section 3.26.6) M. Redundancy (See Section 3.26.7) N. Single Digit Dialing (Group Alert) O. Tandem Switching P. Tenant Service Q. Uniform Call Distribution R. Voice Mail (See Section 3.26. 10) 3.26.2 Automatic Call Distribution (ACD) Equipment: This equipment (and software) shall enable operation of the ACD operational service feature. The bidder shall specify the equipment and software to be provided and whether any of the accessories can be utilized. 3.26.3 Automatic Trunk Testing_ Equipment: This equipment shall on site and remotely test the signaling integrity and transmission quality of the trunking facilities provided by the regulated telephone company and other common carriers. The equipment shall generate and print test reports. The bidder shall specify the equipment to be provided. 3.26.4 Dictation Access Interface Equipment: This equipment and wiring shall provide an access interface with the purchaser provided dictation equipment. The equipment shall be wired to the station connecting block. The bidder shall specify the equipment to be provided. 3.26.5 Radio Pocket Paging Access Interface Equipment: This equipment and wiring shall enable the purchaser to access the purchaser provided radio pocket paging equipment. The equipment shall be wired to the station connecting blocks. The bidder shall specify the equipment to be provided. 3.27.6 Redundancy Equipment: This equipment and wiring shall enable the PABX to function when critical modules such as central processors, local processors, memory, switching networks, power supplies, etc., fail. The bidder shall identify the equipment to be provided. 59 00- 890 3.26.7. Station Message Detail Accounting Equipment: This equipment shall utilize station message detail from the RS232 data port on the PABX and generate and print accounting and management reports on telephone usage. The bidder shall specify the equipment to be provided, the format of the data and a definition of the "handshake" required to transfer data from the PABX SMDR output to external call accounting equipment. In the event of an AC power failure, either transient or extended, or in the event of a failure of the call accounting 'equipment, the SMDR output shall not cease operation. In no case shall it be necessary to physically reset a button on the SMDR output circuit after such a failure. 3.26.8 Uninterruptible Power Supply(UPS) Equipment: This feature shall provide uninterruptible power to the PABX switch during normal availability of commercial power and during commercial power transients and failure. The UPS may be either of the following types. The equipment shall be sized for the trunk/station capacity of the configuration. The inverter can be omitted if the total system requires only DC power. The bidder shall specify the equipment to be provided. The UPS may be either of the following types. 3.26.9.1 Prime Power: AC: The UPS shall consist of a battery rectifier/charger, sealed batteries, an inverter, and a UPS failure bypass transfer switch. The battery discharge time with 50% of the stations off hook shall be 90 minutes and the battery recharge time shall be 8-15 times the discharge time. The purchaser shall be responsible for providing a space for the battery pack meeting all applicable building and fire codes. If the purchaser does not do so, the vendor shall advise the purchaser and the Division of Communications in writing. The vendor shall state in the bid response the vendor's plan for ensuring that the batteries are operational throughout the life of the PABX. 3.26.9.1 Prime Power: DC: The UPS shall consist of a battery rectifier charger and sealed batteries. The PABX shall operate directly from the battery pack which is continuously being charged. The capacity of the batteries shall be sufficient to operate the PABX for 90 minutes with 50% of the stations off hook. The rectifier charger shall have sufficient capacity to recharge the batteries within 8-15 times the discharge time while simultaneously powering the PABX system. The purchaser shall be responsible for providing a space for the battery pack meeting all applicable building and fire codes. If the purchaser does not do so, the vendor shall advise the purchaser and the Division of Communications in writing. The vendor shall state in the bid response the vendor's plan for ensuring that the batteries are operational throughout the life of the PABX. 3.26.10 Voice Mail Equipment: This equipment shall enable callers to leave voice messages for the called station and enable the called station to retrieve the store message and add to and forward the message to another station. The equipment may be bid in channel, mail boxes, and hours of storage configurations suitable for the system capacity. The bidder shall specify the equipment to be provided. 3.27 Other Equipment and Features: Each bidder is requested to bid other equipment and features that will enhance the capability of the PABX system. 60 0 3.28 Federal Communications Commission (FCC) Registration: Registration in accordance with Federal Communications Commission (FCC) Rules and Regulations is required for all equipment connected to the regulated common carrier switched and private networks. The bidder shall submit with his bid the FCC registration number and the ringer equivalence of the applicable equipment. 4.0 SAMPLING, INSPECTION, AND TESTING 4.1 Sampling, Inspection, and Testing: Upon request, the contractor shall provide a sample, free of all charges, of each contract equipment item for nondestructive testing during the term of the contract. These samples will be checked for contract compliance and may be kept up to thirty (30) consecutive calendar days and thereafter returned at contractor's expense. Upon completion of the contract compliance check, the Division of Purchasing shall notify the contractor, in writing, of noted deficiencies. This notification will state what will be required of the contractor and/or what action will be taken by the Division of Purchasing. 5.0 PREPARATION FOR DELIVERY 5.1 Packing: Items shall be packed in containers to insure safe delivery to the destination. 5.2 Marking: All containers delivered to the purchaser shall bear markings and/or a packing slip on the outside of the container showing: A. Contractor's name B. Purchaser Order Number 6.0 NOTES 6.1 Specification Deviation: Commodities procured under this specification shall not deviate from those originally contracted for without written approval from the Division of Purchasing. 6.2 Specification Revision: This specification shall, until revised or rescinded by the Division of Purchasing, apply to each future purchase and contract for the commodities described herein. 6.3 Glossary of Operational Service Feature Descriptions: Alarm Display: Allows the attendant to be visually alerted that a malfunction has occurred within the PABX switch equipment or the attendant console. Authorization Code: Allows a station user to override the class -of -service assigned to that station number by dialing a code number. The authorization code number may be recorded by the SMDR feature with the toll call detail. The authorization code shall be inspected for validity as a security check. 61 M WE Automatic Call Distribution (ACD 1: This feature shall provide an equitable distribution of a large. volume of incoming calls to answering positions. If all answering positions are busy, the calls will be answered by a recorded announcement and then held in order of their arrival in queue until an answering position becomes available. If more than one -answering position is available, the call will be 'distributed to the answering position that has answered the fewest calls. This feature shall permit the answering position's supervisor to enter and monitor a call in progress without the knowledge of the answering position. This feature shall provide the following real and buffered time statistics: number of calls received, number of calls answered, number of calls in queue, duration of call in queue, duration of call answered, etc. Automatic Callback. Station Busv: Allows. a station user calling a busy station to be automatically connected to the called station when the station becomes idle. A recall ring shall inform the calling station when the switch.has completed the connection to the called station. Automatic Diagnostics: The PABX,switch shall automatically perform continuous on-line self testing diagnostics to detect circuit malfunctions, identify the faulty circuit card, and provide an alarm. An alarm signal shall be provided to the attendant console and information on the cause and location of malfunction shall appear on the equipment used for maintenance purposes. Automatic Identification of Outward "911" Dialing:. This feature shall enable stations to directly dial the 911 emergency number without any dial level access code. The system will also provide the 7 -digit station number of the station dialing 911 to a special data line provided by the regulated telephone company. Automatic Trunk Testing: This feature shall enable the purchaser to issue commands to the PABX to perform end-to-end test on C.O. trunks'and tie -trunks, detect faulty trunks, and print out the test results. Automatic Station Release: An off -hook station shall be released from an established transmission path and busied out, if the station fails to dial, dial properly or completely, or is left off -hook after completing a call. The busied out condition shall terminate when the station is placed on -hook. Busy Status Display: Allows the attendant to visually observe the busy or idle status of any station number. Call Forwarding - All Calls: Allows a station user to program calls directed to his station to any other station or the attendant regardless of the busy or idle state of his station. This feature can be initiated from any station. Call Forwarding - Busy Line, Don't Answer: Allows a station user to program calls directed to his station to any other station or the attendant whenever his station is either busy or does not answer within a prescribed number of rings. This feature can be initiated from any station. Call Hold: Allows a station user on an established call to place the call on hold, replace the telephone handset or make another call, and then return to complete the call. Call Identification Display: Allows the attendant to visually identify the station or trunk group number and class of service of the station or the trunk group of the call directed to or placed by the attendant position. 62 00- 89U Call Park: Allows a station user on an active call to place the call on hold, replace the telephone handset, and then complete the call from any other station. Call Pick -Up: Allows a group of stations to be assigned to Pick -Up group and allows any station within the group to pick up a call to any station within the group. The station picking up may be idle or on another established call. Call Splitting: Allows the attendant to talk privately to either party of call established through the attendant position. Call Waiting: The switch shall allow a call from a calling station to a busy station to be held while a tone burst is directed towards the busy station user. The busy station user may connect to the waiting call by hanging up whereby the called station will ring and will be connected to the calling station. Alternatively, the busy station user can activate the call hold feature to hold the call in progress and answer the waiting call. Call Waiting Display: Allows the attendant to visually identify the quantity of calls being held for disposition. Camp On: Allows the attendant to extend an incoming call to a busy station. The incoming call shall be automatically connected to the station when the station becomes idle. The attendant shall be signaled if the busy station does not answer within a predetermined interval of time: The caller on the busy station shall hear a tone to indicate he has been camped on. CCSA SUNCOM Trunks: The switch shall accommodate Common Control Switching Arrangement (CCSA) SUNCOM trunks provided by the telephone common carrier CCSA SUNCOM Network. This feature shall allow a station to access and direct -outward dial calls to the network and receive direct -inward dialed calls from the network without the aid of an attendant. Class of Service: The system shall allow each station number to be assigned and identified with a level of class of service to control the station user degree of access to the local exchange, toll, and CCSA networks, and to service features and special services. Class of Service, Dgy Night: The level of class of service assigned to stations can be automatically altered to a predetermined night class of service when the attendant console is placed in the night service mode or when a predetermined time interval is reached. Conference: Allows a station user to establish multi -station conference connections between stations within the system or outside the system. Control of Trunk Group Access: Allows the attendant to restrict station dial access to trunk groups. When activated, such calls shall be routed to the attendant. _ 63 00- 890 Customer Administration: This feature shall enable the purchaser's personnel to perfoim system administrative functions.such as changes to the office data base (station number assignment/reassignment, authorization code assignment, class -of -service assignment, pick-up group assignment,, hunt assignment; etc.). control of the traffic measurement feature, and activate portions of the installation independent (generic) program not initially activated. Data Security: Allows a station with data terminal equipment to be protected from any intrusion that could cause damage to the transmission of data such as executive override and call waiting tones, etc. This feature shall be subject to a class -of -service assignment. Dial Access to Attendant: Allows station users on the system to reach the attendant. Dictation Access: _ Allows a station user to access purchaser provided dictation equipment by first dialing the appropriate access code. This feature shall be subject to class of service assignment. Direct Digital Interface (T1): This feature provides a means of converting a group of up to twenty-four (24) PABX trunk circuits into a DS -1 signal level for direct connection to a T1 span. provided by the regulated telephone or other common carrier at the demarcation point. The system shall be capable. of connecting to at least two (2) T 1 span lines. Both Master and Slave operation are required. Direct -In Termination: Allows incoming trunk calls to be programmed to route directly to preselected stations without attendant intervention. The Hunting feature shall operate with this feature. Direct -Inward Dialing((DID):. The switch shall allow a station to, receive incoming calls from the exchange network in conjunction with exchange network DID trunks and facilities without the aid of an attendant. DID service will be provided by and at the availability of the exchange network facilities: Direct -Inward System Access (DISA): The PABX switch shall allow a caller using the regulated telephone common carrier exchange network to access the PABX switch using a special DISA trunk (and 7 digit number) and dialing- a carrier code. After the code is dialed the PABX switch shall return dial tone to the caller who may then use the PABX with the class of service assigned to the RISA trunk. DISA Code Setup: Allows the attendant to change the Direct-Inward'System Access (DISA) security code number. Direct Outward Dialing (DOM: This feature shall enable a station -to access the exchange network.or the CCSA Network.without the aid of an attendant by first dialing an appropriate trunk access code. This feature shall be subject to class of service assignment. Access to.the CCSA network shall be by dialing a single digit. Distinctive Rini: The PABX switch shall provide two (2) distinctive ringing patterns to the station instrument to allow the station user to determine if the call is an inside (station -to - station) call .or an outside (trunk) call. A third ringing pattern to allow the station user to determine if the automatic callback feature is recalling the station (recall ring) is acceptable but not mandatory. 64 0 .0 Exchange Trunks: The switch shall accommodate ground start or loop start local or foreign exchange and WATS trunks provided as part of the regulated telephone common carrier exchange network. The trunks shall be 1) two-way combination, 2) one-way incoming, 3) one- way outgoing, 4) one-way incoming (Direct -Inward Dialing). Toll calls will be billed to the Listed Directory Number assigned to the switch. Executive Override: Allows a station user, upon encountering a busy station call, to bridge on to the call. Before the bridge is established, an executive override tone will be applied to advise the talking parties of the impending bridge. This feature shall be subject to class of service assignment. Extension of Incoming Call: Allow the attendant to extend incoming trunk calls to the requested station Or trunk group. Flexible Numbering: Allows the station numbers assigned to station lines at the time of installation in accordance with the purchaser's numbering plan be reassigned to another station line when personnel are moved. Foreign Exchange (FX) Access: The switch shall accommodate foreign exchange (FX) trunks and allow a station to access the FX trunk, without the aid of an attendant. Incoming calls from the FX trunk will be answered and handled by the attendant. Hunting: Allows a group of stations to be assigned to a hunt group and have calls routed to an idle station within a group when the called station in the group is busy. Hunting shall always start with the called station and terminate at the first idle station found. Hunting shall take place in the order in which the stations are assigned into the hunt group. Intercept: The switch shall automatically route calls to the attendant which cannot be completed because of vacant or unassigned number, calling station number class of service restrictions, and dialing irregularities. The system shall provide an intercept tone to the calling station if attendantless operation is in effect. Intercept, DID: Direct -inward dialed calls to reserved, idle, and unassigned DID station numbers shall be intercepted and routed to the attendant. Intercept, DID, to Recorder: Direct -inward dialed calls to reserved, idle, and unassigned DID station numbers shall be intercepted and routed to a recorded announcement machine on one trunk channel for Configurations 1 and 2 and two (2) trunk channels for Configurations. 3 and 4. Simultaneous calls shall be held in queue until the call(s) in progress with the recorded announcement is completed. The PABX shall provide an audible ringing to the callers in queue. Least Cost Routing - 3/6 Digit: The switch shall automatically select -the most economical route available for an outgoing call based upon the called number, the calling station class -of -service, available facilities, and time of day. The operation of this feature shall be transparent to the dialing of the trunk access code by the calling station. Least Cost Routing, Modified: The switch shall automatically route any call which is dialed DDD as an off -net CCSA SUNCOM call if a CCSA SUNCOM trunk is available. This feature is applicable only to stations not restricted from Toll 0/1 access. 65 Modem Pooling: Allows the switched connection between stations with data terminal equipment and analog transmission facilities,. such as central office trunks and private lines, through a pool of modems and data terminal equipment interface units. The feature shall provide more than one modem pool. Each modem pool -shall be set up -to support a specific set of data transmission characteristics or parameters such as synchronous or asynchronous, full duplex or half duplex, incoming and/or outgoing, and the data rate. The contractor shall provide a list of modems suitable for use with this feature. Music -On -Hold: Allows a purchaser provided music source such as an AM/FM tuner to be provided to the PABX switch and provided to outside •calls placed on hold. Night Service: This feature shall provide arrangements to direct calls normally answered .by or directed to the attendant(s) to preselected station(s) within the system when regular attendant positions are riot occupied. The night answer station(s) shall be provided with call transfer capability. The, selected station and the control of night service shall be controlled by the attendant console. Off -Premise Station: The switch shall provide service to a station that is located on a premise other than that of the switch and connected through the regulated telephone common carrier private line facilities. The bidder shall specify the Bell,Facility Interface Code (FIC). OutgoingTrunk Queuing: Allows a station user accessing a busy trunk group to be held in a queue and to be signaled within a predetermined interval of time by a recall ring -when a trunk in the group is. available. Power and Common Control Failure- Transfer: During a commercialpower failure and a common control failure, the system shall enable designated station users to place an outside call or answer an incoming call on certain two-way exchange trunks at designated station locations. on a one trunk per station location basis. An audible indication of an incoming call on an assigned line when a transfer has occurred shall be provided by the. station instrument or a separate bell at the station instrument location. A special version of the proprietary telephone instrument or a standard single line station instrument with ringer connected to a line is acceptable. The use of batteries to provide power for system operation during the commercial power failure shall be unacceptable. This. feature shall be bid on a one trunk per station location basis. Radio Pocket Paging Access: Allows a station user or attendant to access purchaser provided radio pocket. paging equipment by first dialing.the appropriate. access code. This feature shall be subject to class of service assignment: Redundancy: This feature shall improve the reliability of the:PABX.switch by providing redundant circuitry of critical,functions such as central processors, local processors, memory, switching network, control, power supplies, etc. The bidder shall identify on the price sheet with footnotes the function level of each redundancy provided. Remote Administration: This feature shall"allow the contractor and the purchaser to perform customer administrative functions from a,remote center at his premise by dial-up'access to the PABX switch. 66 { Remote Testing: This feature shall allow the contractor (or equipment manufacturer) to remotely test system performance on a daily and monthly basis, or as requested, by dial-up access of the maintenance and self -test diagnostic capability of the PABX switch, analyze the results, and if necessary, conduct additional troubleshooting test programs to locate the source of trouble. These tests shall be performed during the non -business hours if interference with PABX switch operation is possible. Restrictions - FulI: Allows selected stations to be restricted only to placing or receiving station - to -station calls. All other call attempts shall be intercepted. This feature shall be subject to class of service assignment. Restrictions - Miscellaneous Trunk: Allows selected stations to be restricted from dial access to preselected miscellaneous trunk group including CCSA SUNCOM trunks. Restricted call attempts shall be intercepted. This feature shall be subject to class of service assignment. Restrictions - Oriination: Allows selected stations to be restricted from originating any calls. However, terminating calls can be completed to this station line. This feature shall be subject to class of service assignment. Restrictions - Termination: Allows selected stations to be restricted from receiving any calls. This feature shall be subject to class of service assignment. Restrictions - To110/1: Allows selected stations to be restricted from access to the toll operator or the DDD network. Restricted call "0" or "1" attempts shall be intercepted. This feature shall be subject to -class of service assignment. Restrictions - Toll 3/6 Digit: Allows a station to be restricted to dialing common unrestricted codes, specific area codes, exchange codes, and exchange codes within specific area codes over all or selected trunk group types. Common unrestricted codes shall be for emergency assistance (911), local area directory assistance (411), and telephone repair service (611). Simultaneous Voice and Data: Allows a station user to originate or receive any voice call using the station voice terminal and simultaneously originate or receive any data call using the station data terminal equipment. The PABX station -to -station data calls shall be at data speeds up to 19.2 Kbps asynchronous and up to 19.2 Kbps synchronous. Sin lg a Digit DialinGroun Alert,): Allows a group of stations to be assigned to an alert group and simultaneously called by dialing a single digit assigned to the group. The single digit shall not conflict with the system numbering plan. Speed Calling: Allows a station user to place frequently called station, local, DDD, or CCSA SUNCOM calls by dialing fewer digits than normally required. Station Message Detail: This feature shall enable the purchaser to identify the contribution of each station number to the total long distance bill (DDD and CCSA) rendered by the telephone company to the common number(s) assigned to the system and enable the purchaser to bill to each station number, department, etc. 67 00- 890 The station message detail shall provide as a minimum -the following detail on each outgoing call: the calling station number, the called number, date of call, call start time and'duration, and a call accounting code. The call duration shall be measured from the establishment of the connection to the time the'station goes on hook. The collected station -message detail shall be available from a SMDR output data port in accordance with EIA Standard RS -232 on the PABX switch. This feature shall require additional station message detail accounting equipment. Station -to -Station Calling: Allows a station to dial another station without the aid of an attendant if the called station is not termination restricted. Switchhook Flash: The system shall permit a momentary on -hook switchhook flash to operate certain station features. An on -hook condition between 300ms and 1. second shall be recognized- as ecognizedas a valid switchhook flash. Tandem Switching: This feature shall enable the switch to be used as an intermediate switching point for calls between other PABX switches when connected by tie -trunks to the other switches by completing a tie -trunk to tie -trunk connection without attendant assistance. Tenant Service: Allows the capabilities of the PABX to be partitioned or shared between two or more users where each user or tenant will have their own trunk groups and attendant console(s). Throu h Dialing: Allows an attendant to select a trunk facility. on an attendant handled outgoing call so that the station user can complete the dialing. ,,% Tie -Trunks: The PABX switch shall accommodate interswitch tie -trunks to permit calling with another PABX or between two other PBX's using tandem switching., The PABX switch shall . allow connection of the incoming tie -trunk call to the attendant and to local, FX WATS, CCSA, etc., trunk groups. Timed Reminder (Recall): Allows the attendant to be automatically alerted after an assigned timeout period when a call that has been extended from the attendant console is waiting or unanswered. Traffic Measurement. Allows traffic data to be measured and accumulated in the PABX switch over assignable time periods. The start time and run time shall be assignable. The data shall be available from a traffic output data. port. in accordance with EIA Standard RS -232 on the PBX switch. The control of this feature shall be by the customer administration feature. As a minimum, traffic measurement data in the.form of peg counts and usage (CCS) shall be provided for the following parameters: Identified Trunk Groups' Outgoing Calls (peg count and usage) Incoming; Calls (peg count and usage) r1 LJ All Calls, Busy (peg count and usage) Quantity Working (peg count) Identified Station Features Each (peg count) Identified Consoles Calls Handled (peg count and usage) Calls Waiting (peg count and usage) PABX Switch Calls Handled (usage) • Transfer All Calls: Enables the attendant to transfer a station on any call in progress to any other trunk or station on the switch. Transfer -Consultation -Add On: Allows a station user, on any established call, to transfer the call to the attendant or a third station, to converse with a third station and return to the call, or add the third station to the call. The station user may hang up before the third station answers the transferred call. The third station may be a call established on a trunk group. Trunk Answer From any Station (TAFAS): Allows incoming calls directed to the attendant to activate a common ring gong chime signal when the attendant positions are in Night Service and the night stations are unassigned or all busy. Any station may answer the call by dialing a special TAFAS code. Trunk Groups: The switch shall accommodate at least eight (8) trunk groups. A trunk group shall be considered as combination two-way, one-way in, one-way out, CCSA SUNCOM, In- WATS, foreign exchange, tie -line, DISA, and terminating OPX from another PABX. Dial level access shall be provided to trunk groups. Trunk Group Busy Indication: The attendant console shall provide an indication when all the trunks within a trunk group are busy. Trunk -to -Station -to -Tie -Trunk Access: The PABX shall accommodate off -premise extension(s) (OPX) from other PABX's and enable a station user to access the OPX without the aid of the attendant. Incoming calls from the OPX will be answered and handled by the attendant. Trunk -to -Trunk Connection: Allows the attendant to connect any two trunks together. Uniform Call Distribution: Allows a group of station lines to be assigned to a group and have incoming CO calls, FX calls, and In-WATS calls to be directed without attendant assistance to the group. The call will be answered by the first idle station line available from a circular hunt sequence. .5 um� Uninterruptible Power Supply (UPS): This feature shall provide uninterruptible power to. the PABX switch during normal availability of commercial power and during commercial power transients and failure. The UPS shall be non -redundant and consist of a battery rectifier/charger, a sealed lead -calcium "gel -cell' type battery pack, an inverter, and a UPS failure bypass transfer switch. The battery discharge time shall be 90 minutes and the battery recharge rate shall be 8-15 times the discharge time. The purchaser shall be responsible for providing a space for the battery pack meeting all applicable building and fire codes. Voice Mail`. This feature shall enable callers to leave voice messages for the called station and enable the called station to retrieve the stored messages and add to and forward the message to another station. Voice Pa ing Access: Allows a station user to access purchaser provided voice paging equipment by first dialing the appropriate access code for one or more paging zones. This feature shall be subject to class of service assignment: Lucent Technologies Inc. Siemens Information & Communications, Inc. Sprint • PRICE SHEETS http://www.1ucentdirect.com/Flonda hM2://florida.siemenscom.com hM2://www.utelfla.com:81 /fcn PLEASE CLICK ON THE VENDOR HTML ADDRESS FOR PRICING. 71 0— 890 ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: — SPURS VENDOR NUMBER: F223408857-001 VENDOR: Lucent Technologies Inc. A) STREET ADDRESS OR P.O` BOX: 2536 Capital Medical Blvd. CITY, STATE, ZIP: Tallahassee, FL 32308 TELEPHONE: -850-216-4010 TOLL FREE NO.: 1-888-287-7930 ORDERING FAX NO.: 850-216-2173 REMIT ADDRESS: 2536 Capital Medical Blvd. CITY, STATE, ZIP: Tallahassee, FL 32308 _X_ WILL ACCEPT THE STATE OF FLORIDA PURCHASING CARD WILL NOT ACCEPT THE STATE OF FLORIDA PURCHASING CARD PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: Michael Weis National Account Manajzer Gov't Markets ADDRESS: 2536 Capital Medical Blvd. CITY, STATE, ZIP: Tallahassee, FL 32308 TELEPHONE: 850-216-4010 TOLL FREE NO.: 1-888-287-7930 URL HOME PAGE ADDRESS: hM2://www.lucentdirect.com/Flo'n*da ELECTRONIC MAIL ADDRESS: hmweis@,lucent.com 72 U— 8 k -y 0 ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: — SPURS VENDOR NUMBER: F061277966-001 VENDOR: Siemens Information & Communications Networks, Inc. (A) STREET ADDRESS OR P.O. BOX: 1800 Pembrook Drive, Suite 260 CITY, STATE, ZIP: Orlando, FL 32810 TELEPHONE: -407-661-2258 TOLL FREE NO.: 1-800-444-0344 ORDERING FAX NO.: 407-661-2261 REMIT ADDRESS: P. O. Box 99076 CITY, STATE, ZIP: Chicago, Illinois 60693 _X_ WILL ACCEPT THE STATE OF FLORIDA PURCHASING CARD WILL NOT ACCEPT THE STATE OF FLORIDA PURCHASING CARD PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: Deborah Alvarado, Sr. Administrator ADDRESS: 1800 Pembrook Drive, Suite 260 CITY, STATE, ZIP: Orlando, FL 32810 TELEPHONE: 407-661-2258 TOLL FREE NO.: 1-800-444-0344 URL HOME PAGE ADDRESS: hM://www.siemenscom.com ELECTRONIC MAIL. ADDRESS: deborah.alvarado(i ,siemenscom.com 73 00—�Z® AUTHORIZED SERVICE REPRESENTATIVES WESTERN: Dan Bishop 1313 North Gadsen _St. 850-224-8.100 Bruce Kieser Tallahassee NORTHERN: Tom Kennedy 10407 Centurion Pkwy. N: 904-565-2360 Randy Logan Jacksonville John McCreery CENTRAL: Bob Beninati 1511 North Westshore Blvd. 813-282-2100 Larry Hunter Tampa Rick Parker Eddie Perdomo Dale Bradford 2600 Maitland Center Pkwy., Ste.. 300 407-660-2200 David Camacho Orlando Jay Edmondson Mike Falconer Ted Sanner Jerry Williams SOUTHERN: Scott Burke 6600 North Andrews Ave., Ste. 275 954-776-7656 Don Fennell Ft. Lauderdale Todd Hyman Jerry Jacobs Ralph Martin Mark Truman Luis Velez ITEM: AWARD UNDER STATE OF FLORIDA CONTRACT NO. 730-650-99-1 Telecommunications Equipment DEPARTMENT: ITD TYPE OF PURCHASE: Contract REASON: The Department of Information Technology has a need to acquire additional telecommunications equipment and related services for the two telecommunications operating platforms. RECOMMENDATION: It is recommended that the purchase of telecommunications equipment from Avaya Communication (formerly Lucent Technologies, Inc.), awarded under existing State of Florida Contract No. 730-650-99-1, effective through February 16, 2004, and from' Bellsouth Communications Systems, L.L.C., awarded under Broward County Telephone System Master Maintenance Agreement, RLI No. 060597 -RB, effective through February 16, 2005; and subject to further extensions by. the State of Florida and Broward County, in a total annual amount not to exceed of $500,000, for the Department of Information Technology; allocating funds therefore from the Department of Fire -Rescue' Capital Improvement Project 313238, Department of Fire - Rescue Capital Improvement Project 313303, #-911 Operating Budget, Account Code No. 196002.290461.6.670; and prior budgetary approval of funds from various user departments to utilize this purchase from individual departmental accounts prior to usage. Arectoof Purchask T� Date AwardStateContractsj