Loading...
HomeMy WebLinkAboutagreementTELEPHONE 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 SUBSYSTEMS for BROWARD COUNTY, FLORIDA (RLI #060597-RB) +I a -mil F d 8 I d3S 000Z 1 umma.oct.98, January 25, 2000 TABLE OF CONTENTS Article, Section Paae # Subsection Description 6 1 Definitions and Identifications 10 2 Preamble 10 3 Scope of Services 10 4 Term and Time for Performance 13 5 Compensation 5.2 Method of Billing and Payment 13 1 5.5 Unsatisfactory Work 6 6 Additional Services or Changes in Scope of Work 17 6.5 Minor Changes in County Service Orders 1817 7 Equipment Deliverables 20 7.7 Warranty 20 7.7.1 New System Warranty 20 7.7.2 MAC Warranty 7.7_3 Warranty Disclaimer 20 8 General Conditions 20 8.1 County Access to Work 20 8.2 Project Documentation 21 8.3 Software License 21 $.3.1 Joint Obligations 22 8.3.2 Contractors Warranty and Maintenance Obligations Unaffected 22 by Assignment of Licenses 23 8.4 Year 2000 Warranty 24 8.4.1 Year 2000 Limitation of Liability 24 8.5 Exclusions 24 8.6 Limitation of Liability 27 9.1 Indemnification and Liability 27 9.2 Patent Indemnification27 9.3 County Liability 28 10 Maintenance Schedule of Equipment 28 10.1 Service Plan 28 102 Service Fee 29 10.3 Term 29 10.4 Schedule 29 10.5 Assigned Technicians 10.6 Maintenance Responsibilities 31 10.6.1 Minor Repair Requirements 31 31 10.6.2 Major Repair Requirements 10.6.3 After Hour Coverage. Emergency and Contractor's 33 Required Response Specifications 33 10.6.4 Failure of Contractor to Provide Technical Coverage 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 365 10.6.8 Contractor's Requirements to Stock'Equipment at County Site(s) 36 10.6.9 Equipment Failure 10.6.10 Contractors Responsibility to Provide County Status of Repairs 36 2 tsmrna.oct98, 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 Perfaernance 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 5454 17.13 Amendments 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.oct.48, January 25, 2000 Article, Section Su section 17.21 17.22 17.23 1724 17.25 17.26 17.27 17.28 1729 17.30 17.31 17.32 17.33 17.34 17.35 17.36 17.37 17.38 17.39 17.40 17.41 Exhibit A Exhibit A-1 Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit 1 Exhibit J-1 Exhibit J-2 Exhibit K Exhibit L Exhibit M TABLE OF CONTENTS Desch lion Joint Preparation Compliance with Laws Severance Priority of Provisions Option for Additional Engineering Services Applicability to Participating Govemmept Agencies Drug -Free Workplace Certification Non -Collusion Clause Permits and Licenses Risk of Loss Title Force Majeure Taxes Default by County Prices Warranties Warranty Service Installation Maintenance Service Warranty and Maintenance Service Exclusions Survival Maintenance Schedule of Equipment and Software Maintenance Schedule of Equipment and Software - Aviation Unit Pricing for Nortel Meridian Option 11 - 81 Unit Pricing for Nortel Norstar Example of Vendor's Monthly Statement Nortel Software License Prevailing Wage Rates State of Compliance - Prevailing Wage Rate Ordinance No. 83-72 Essential Station List for Restoration of Service Example of Annual Switch Inventory Requirement Control Form 105-22 'Requisition for Telephone Service" Control Form 105-22C "Authorization to Proceed With Work as Required on Requisition for Tetriphona Service~ CONTRACTOR'S Cable Pricing Century Compliance Warranty Addendum - Nortel BellSouth's Standard Technical Escalation Procedures Pane # 57 57 57 57 57 57 58 58 58 58 59 59 59 59 60 60 61 61 62 62 63 4 tscpwa.oct.98, January 25,2000 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.LC., a Georgia limited liability corporation authorized to do business in the State of Florida, located 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 Norte! 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, 5 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 1 DEFINITIONS AND IDENTIFICATIONS 1.1 Accept 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, I, 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 Court Fort: The Alcohol & hole, Florida.DrugAbuse Treatment Center located at 1011 S.W. 2nd 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 1J998, 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 tsnuna.oct98, January 25, 2000 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.oct.98, 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 patties 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. I0 tsmma.oct98, January 25, 2000 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 11 tsmma.oc .98, January 25, 2000 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. 3.8 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. 3.9 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 As a licensed and certified CONTRACTOR to perform COUNTY -needed voice/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 cable and wiring architectures in telecommunication spaces. Also, all work performed by CONTRACTOR shall be supervised by a Building Industry Consulting Services International (BICSI) certified technical level lead technician. 12 tsmma.oct98. January 25, 2000 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 established 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 time 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 rsmma.oct98, January 25, 2000 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 n t a nly as it relates cost f three dollars and seventy-five additional locations, Services, Equipment, increase ofports 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 unless otherwise provided herein. or 5.1.1 In the event COUNTY should add or purchase equipment, systems 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%) aor sub -system, of the purchase price adjusted d fore of the newlya annual cquired or provided equipment, syst percentage increase by the South Florida CPI over the previous year, as a warranty reserve. 5.2 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 �ok�.ndesignate the nature of the Services performed dexpires.Invoices incurred. 5.2.2 The monthly itemized summary statement, as set forth in Exhibit D, is to be mailed to: 14 tsrruma.oct.98. January 25. 2000 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 forrn 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 completed 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 Customer 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 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 shall 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 damage.s 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 urnma.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 increaserdecresse,.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.oc .98, 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 77 EQUIPMEIVERABLES 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 d operation of the Equipment covered under this Agreement. If third -party p roviequipment 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 this Ato P maintenance shallf any CONETRACTOR quipment purchased by COUNTY outside o Agreement. provide maintenance for any equipment CONts�CTORin �Ie 10, unless CONTRACTOR may, d by COUNTY and agreed to in writing Y requested by COUNTY in writing and agreed to by CONTRACTOR, and approved by COUNTY's Purchasing Director orSeM eother r proper qu pment�as�COUNTY's , allow for additions to provide maintenance, 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 sub -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 unPricer ing, attached hereto, identify all Equipment that may be purchased his Agreement. CONTRACTOR may add Equipment to Exhibits B and C, Unit Pricing, t $ tsmma.occ.98, January 25, 2000 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 shall supply refurbished-cr remanufactured 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 efforts to return the site to the original condition. 7.6 Based upon the critical nature of the new Equipment to work property, 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.occ98, January 25, 2000 7.7 WARRANTY: 7.7.1 New System Warranty: 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 Section 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 ail times have access to work on the Equipment whenever it is in preparation or progress for the purpose of progress review and inspection. 20 tsrnma.oct.93. 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 Norte) 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 8. 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 1 1 C PBX Switch in Mass Transit Division N. Meridian Option 1-1 E PBX Switch in Traffic Engineering Division i O. Norstar 0 x 32 (ICS) systems at Aviation Terminals 2 and 3 The Equipment utilizes Norte! Software licensed to COUNTY by Norte!, 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"). 2 I ssmnn.ocs.98, January 25, 2000 8.3.1 JOINT OBLIGATIONS: COUNTY will keep the Norte! Software licenses for the Norte! 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 Nortei, Inc. or lessen COUNTY's rights to use such Iicense(s) in accordance with the terms and conditions as set 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 other than 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 csrtuna.oct.98, January 25, 2000 (c) and described in Exhibit A or as Exhibit A may be amended in the future; 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/or firmware 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 tsmma.oct.98. January 25. 2000 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 CONTRACTOR 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 Compliant 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 (vi) 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 COUNTYS 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 Nortel Equipment set forth and described in Exhibits A, B and C attached 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 tsmmanact.98, January 25, 2000 accident, theft or unexplained loss, power failure, connection to foreign current, fire, water. 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 8 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 8 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 tsmrna.oct.93, January 25, 2000 8.8 LIMITATION OF LIABILITY: 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 negligencewhich 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 ismma.oct.98, January 25, 2000 EXHIBIT A MAINTENANCE SCHEDULE OF EQUIPMENT AND SOFTWARE LOCATION SYSFEMIEQUIPMENT ANNUAL COST Governmental Center/Main Library Meridian Option 71 Meridian Mail Auxiliary Equipment S131,571.00 Judicial Complex/Main Jail Meridian Option 71 Meridian Mail CCR Auxiliary Equipment S127,473.00 North Regional Courthouse Meridian Option 21 Auxiliary Equipment S 16,511.00 Office of Environmental Services/WasteWater Meridian Option 61C Meridian Mail, Meridian MAX, Auxiliary Equipment '" S 23,610.00 North Broward Detention Center/Conte Center Meridian Option 61 C Meridian Mail Auxiliary Equipment S 15,457.00 Emergency Operations Center/West Regional Courthouse/West Regional Library Meridian Option 61 C Meridian Mail Auxiliary Equipment S 30,066.00 Alcohol & Drug Treatment Center Meridian Option 21 Auxiliary Equipment S 6,965.00 Mira Barer Building Meridian Option 21 Meridian Mail Auxiliary Equipment S 13,413.00 Parks & Recreation Administration Meridian Option 21 Meridian Mail Auxiliary Equipment S 7,856.00 Port Everglades Meridian Option 21 Meridian Mail Auxiliary Equipment $ 14,487.00 South Regional Courthouse Meridian Option 21 Auxiliary Equipment S 10,333.00 Mass Transit Division Meridian Option I IC Meridian Mail, Meridian MAX Auxiliary Equipment $ 15,975,00 Traffic Engineering Division ` Meridian Option 1 I E Meridian Mail Auxiliary Equipment S 8,005.00 TOTALS: — S421,722.00 EXHIBIT A -I MAINTENANCE SCHEDULE OF EOUIVMENT AND SOFTWARE - AVIATION ' LOCATION ANNUAL COST Aviation 200 Terminal Drive S 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 Sweet S 973.32 • Aviation 3545 S.W. 2' Street S 1,084.20 • TOTALS: S 12,912.66 • • NOTE: The above listed locations are Norte! Norstar telephone systems and are billed directly to the Aviation Department. All locations include lightening protection. Exhibit 8 frIerldlan Option 11- 81 Unit-Purchaae/Inatall1ricing ;• Descr3non, Norte! Company Unit Material Unit Labor Total Part # Part # Price Price Unit Price Modules: System Core NTBK45 1,498.01 1,498.0I InterGroup Module NT8D36 1,466.00 1,466.00 'PE Module NT8D37EC 2,932.00 2,932.00 IPE Module NT8D35 2,341.12 690.20 3,031.32 CETletwork Module NT6D3906A 1,872.66 466.65 2,339.31 CENetwork Module NT6D44 5,619.00 5,6I9.00 CE'/Network Module NT8D34 1,872.66 1,872.66 Meridian Mail Module NT6POIAA 2,959.00 1,062.50 4,012.50 RPE Module NT8D47 3,745.32 225.25 3,970.57 Wall Mount Fiber Remote NT1P70 5,266.93 I80.20 5,447.13 Meridian MAX Module NT7D19SA 5,900.00 180.20 6,080.20 Meridian CCRModule NT7D19QA 5,900.00 180.20 6,080.20 Meridian 1VRModule NTD19RA 22,022.34 180.20 22,202.54 Meridian Link Module NT7D19AA 1,769.41 11210 1,881.61 Core/Network Module NT9D I 1 2,106.89 2,106.89 Common Equipment: CPU/Conf. Card NTAK01 924.53 924.53 TDS/DTR 8 Channel NTAKO3DA 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 Intfc NTAK93AA 468.46 102.00 570.46 SDIIDCH 3 Port NTAKO2AB 1,404.79 32.30 1,437.09 DTI/PRI NTAK09 1,404.79 286.60 1,691.39 MMI 68K Processor NTAK14BA 2,460.00 266.90 2,726.90 MM2 Digital Voice Pr NTAK15AB 3,058.00 266.90 3,324.90 MM3 Power Board NTAKI3AA 670.00 266.90 936.90 Release 5 MFA Card NTBK54AB • 386.45 386.45 Release 8 Ell 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 NTNDO2BA 1,732.24 1,732.24 Floppy Disk Unit NTNDISAA 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 NT9D34AA 655.49 129.20 784.69 I/O Processor Card NT6D63AA 1,310.98 32.30 Core Multi Drive Unit NT6D64AA 2,314.12 32.30 1,343.28,34.42 Line Side Ti Interface NT5D1 I 2,446.00 561.85 3,007.85 Dual PortPRI/DTI NT5D12AA 5,383.75 561.85 5,945.60 PAGE 1 Exhibit B M*ridlan Option 11- 81 Unit Purchase/Install Pricing i tDescriDbon Ring Generator CMA Card Multi -Par. ISDN Core to Network Intl Controller 4 Card Universal Trunk Card ' MSDL Card 4 Port Superloop Network Cd Conf/Tonc&Digital I2 Mbyte Memory 4 Mbyte Multi -Disk Unit 1OP & CMDU Line Side T-1 interface Download D Chan. Hd Dual Port PRLDTI card Multi -purpose ISDN Proc Peripheral Signaling Seg. Bus Extender Conference (Up to 10) PRI ISDN Card Clock Controller for 71 Clock Controller for 51 ESPI Card for 51 Perip. Card for 51 MSI Card for 51 Floppy Disk Interface SDI 4 Pori for 21 Digital Line Card Analog MW Line Card . Network DTR Card • E & M Trunk Card Digitone Receiver Cd Remote Carrier Intl. Nortel Part # Company Unit Material Quit Labor Total Part # Price Price Unit Price NT7D05AA NTNDIOAA 649968 NT6D73AA NT6D65AA NTSD01BC 648272 NT8DI4BB NT6D80AB 601126 NT8DO4BA 648275 NT8D17EA 648281 NTND09CA NTNDI6AA NT5D2OBA NTSDI 1AA NTBKSIBA NT5D12AA NT6D73AA QPC43R 092837. QPC215 QPC444 QPC720F 601854 QPC47IH 645378 QPC414C QPC513H 600005 QPC44 1D QPC584F 648484 QPC742F QPC841C NT8D02AB 601343 NT8D09AL NT1063 NTSD 18AB NTSD15AK NT8D 16AB NT7R52AA PAGE 2 795.91 1,006.54 1,638.34 I,030.14 2,106.89 1,685.63 2,106.89 1,638.43 2,341.12 2,457.94 1,404.79 3,651.51 2,341.12 538.67 5,383.75 I,638.43 374.65 1,170.56 1,357.59 2,106.89 702.10 936.33 2,106.00 936.33 655.49 491.47 1,333.99 1,638.43 1,638.43 2,341.12 1,217.17 1,170.56 3,745.32 925.11 1,038.84 1,898.44 1,062.44 2,236.09 2,202.43 2,236.09 1,767.63 2,470.32 2,457.94 1,404.79 32.50 3,684.01 561.85 2,902.97 32.50 571.17 561.85 5,945.60 260.10 1,898.53 129.20 503.85 129.20 1,299.76 129.20 1,486.79 561.85 2,668.74 129.20 831.30 129.20 1,065.53 , 193.80 2,299.80 129.20 1,065.53 129/0 784.69 129.20 620.67 193.80 1,527.79 452.00 2,090.63 323.00 1,961.43 129.20 2,470.32 387.60 1,604.77 129/0 1,299.76 129.20 3,874.52 129.20 32.30 260.10 32.30 129.20 516.80 129.20 129.20 I29.20 Exhibit B LescriEtion Meridian Optjon 11- 81 Unit Pnrchaas(Install Pricing Nortek Company Unit Material Unit Labor Total Part # Part # Price Price Unit Price Equipment for Stock to Maintain/Repair System(s): Regulator - 48 Volt DC QPC 163D 062420 Ringing Generator QPC 187D 646244 Intergroup Switch QPC412C 646322 500 Port Line Card QPC6OH 646175 SL-1 Line Card QPC6IH 062216 Peripheral Buser 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 CFJPE Power Supply NT6D43AA 2,106.89 32.30 2,139.19 MFA150 Unit NTGC I4GB 2,996.02 450.50 3,446.52 CE Power Supply NT6D06AA 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 Enit. Cali 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 I40.42 Opt. 71 Transaction Fee 599SL-1 81125 811.25 Release 23 Software SW000J/Base 2,808.99 2,808.99 Mgtnt. 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 b sold in increments, cost indicated above b for incremental pricing. Miscellaneous Ept.: Cohunn Spacer Kit NT8D49 164.02 64.60 228.62 Blank Faceplate NT8D3 1AA 21.24 21.24 Oneach Lightning Protector 10.62 6.46 17.08 PAGE 3 Exhibit B Meridian QBtion 11- 81 Unit Purchase/Install Pricing Descri tiou Merldlan Mail Options: Meridian Mail Shelf VP8 Card VP4 Card Utility Card 68K Card Release 11 Base Software Additional Language 4 Port Voice Mail & SW 8 Port Voice Mail &SW Storage Level 3 to 4 8 Port Full Svc. Voice Mail Common Eqpt. Cables: PRI/DTI to Clock Network to I/O IntcrCabinet Network MSDL DCH interface SDI I/O to DTFJDCE Network to Controller Network to PE Cable SDI Cable Telephone Sets: M2006 Digital M2008 Digital M2008 Display & PS M2008 Handsfree M2008 }IF & Display M26I6 Digital M2616 Digital Display M2216 ACD M2250 Att. Console M8009 Phone M8314 Handsfree Analog M8417 Handsfree 2 Line M9216 Featuze ISDN M9316 Handsfree ISDN Norte! Part # N'T6D3 9DC NT6P08AA NT6PO4AA NT6P03AA NT6P02AA SW7023 AS7090 AS7091 SW7055 AS7110 NT8D79AB NT8D86BD NT8D98AD NTND26AA NT8D9SAA NT8D91AC NT8D85BB NT7D6IEB Company Part # NT9K05AA++ NT9K08AA++ NT9K08AC4-+ NT2K08XF35 NT9K08AB++ NT9K08AD+ - NT9KI6AA++ NT9K16AC++ NT2K18F03 NT6O00AF A0407773 A0407774 Note: Telephone sets where ++ is indicated above equates Telephone Set Options: Single Key Mod. Foot Double Key Mod. Foot Power Supply Board P0780I++ P07802++ NT2K10WD Unit Material Unit Labor Total Price - Price Unit Psice� 1,660.26 17,696.46 9,176.27 1,802.45 2,752.94 1,368.00 410.00 I,310.98 1,966.47 4,915.88 17,696.46 25.96 48.97 98.53 94.96 39.53 35.99 19.47 25.96 129.20 1,789.46 258.40 17,954.86 258.40 9,434.67 193.80 1,996.25 193.80 2,946.74 1,368.00 410.00 1,310.98 1,966.47 258.40 5,174.28 258.40 17,954.86 32.50 32.50 32.50 32.50 32.50 32.50 88.50 34.85 I57.53 34.85 229.51 255.47. 34.85 267.00 34.85 261.96 34.85 343.97 34.85 359.00 2,228.43 209.95 31.27 28.90 125.67 28.90 136.00 125.67 28.90 136.00 to colors (03 = Black, 35 = Ash, 93 = Gray) PAGE 4 5.25 14.00 52.51 16.I5 16.15 58.46 81.47 131.03 94.96 72.03 68.49 5I97 25.96 123.35 192.38 229.51 290.32 301.85 296.8I 378.82 359.00 2,438.38 60.17 154.57 136.00 154.57 136.00 21.40 30.15 52.51 Exhibit B Meeldlae OpMon 17 .81 IInk /vrchaertnnslf Aelcie g Descrtftiou Nortel Company Unit Material Unit Labor Total Part # Part # Price -- price Unit Price Meridian Delay Option Meridian Key E.xcp. Opt. Headsets: Headset Headband A0378007 MPA Headset Amplifer A0378008 Headset Earloop A0378005 Headset w/Earloop A0378006 MEC Cushion (10 Pack) Ear Cushion (10 Pk) A0378018 IIaer Guides: ACD User Guides Meridian Mail User 15 Pk Labor Rates: Regular 8:00 am to 5:00pm Overtime 6H03 PAGE 5 137.00 105.02 153.99 111.51 147.50 147,50 22.00 33.04 18.88 18.88 64.60 6,46 6.46 6.46 64.00 96.00 137.00 169.62 160.45 117.97 153.96 147.50 22.00 33.04 18.88 64.00 96.00 Exhibit B Meridian Option 11 41 Unit Purchase/Install Pricing [Description Norte' Part # Meridian Option I1C System Configuration: Option 11 C Single Cabinet (AC) NTSF 1101 Opt. 11 C R24 Eng Document Pkg Coil NT6R7SAD Opt.. 11C Enterprise SW Pkg NTSF8022 SDI/DCH Package AS 1073 T DI D-Channels NTSF8730 TMDI Pkg (1.5MB) NTSF6800 Clock Controller Card NTAK2OAD Enh MM Card Opt 4-12 Pts, 5/10/24/ MMai1 R13 Base Software Opt. 11 C 100 Add TNS Enterprise Opt. 1 IC 30 R Expansion Cab. (AC) 30 ft Dual Port Fiber Danghterboard 30 ft Fiber Daugltterboard M2006 Sg1 Line Dig Tel, Basic, Black M2008 Standard Tel, Basic, Black M2008 Standard TeL wiDisplay, B1k M2008HF Tel, Basic, Black M2008 HF Tel, w/Display, BIack M2216 ACD Telephone, Black M2616 Perf-Plus Tel, Basic, Black M2616 Pcrf-Plus Tel, w/Display, Rik M8004, Charcoal M8009 Universal, Black M8314 Handsfree, Black M3901 Entry, Charcoal M3902 Basic, Charcoal M3903 Enhanced, Charcoal M3904 Profesional, Charcoal • Preprinted Feature Key Cap, Pkg 11 Mer. Telephone User Guide, Pkg 15 M2216 ACD Set User Guide, Pkg 15 M3 901,M3 902,M3 903,M3 904 Guides Analog MW Line Card Line Side T 1 Interface Assam Universal Trunk Card E&M Trunk Card Miran Rel 2 Small (5 Channel) Miran Rel 2 Medium (6 Channel) Miran Rel 2 Large (10 Channel) Class Modem Card Special Console/Line Card Package NTZC49AA NTZC57AA NTSF8103 NTSF2101 NTDK84AA NTDK22AA NT9K05AA03 NT9K08AA03 NT9K08AC03 NT9K08ABO3 NT9K08ADO3 NT9K18AC03 NT9K16AA03 NT9K16AC03 NTNO2AAAC A0404585 A0400006 NTMN31BA70 NTMN32.BA70 NTMN33BA70 NIMN34BA70 AS1182 AS1082 AS1083 NT2F7901 NT8D09BA AS1461 NT8D 14BB NT8D13AK NTVP 1000 NTVP1001 NTVP1002 NT5D6OAA AS 1013 Company Unit Material Unit Labor Total Part # Price - Price Unit Price I PAGE 6 1,217.23 632.26 112.36 3,043.07 1,451.31 157.99 306.64 1,591.76 210.72 468.17 8,520.60 843.06 655.43 3,511.24 1,076.78 316.08 749.06 5.25 468.17 88.49 26.32 114.71 26.32 229.40 26.32 157.30 26.32 253.62 26.32 344.10 26.32 262.17 26.32 344.10 26.32 32.76 26.32 59.13 26.32 125.44 26.32 52.43 26.32 108.14 26.32 219.58 26.32 360.49 26.32 1,638.58 2,528.09 1,685.39 1,217.23 2,359.55 3,539.33 4,194.76 2,621.72 2,340.83 263.46 105.37 157.99 316.08 52.62 52.62 52.62 157.99 105.37 1,849.49 112.36 3,043.07 1,609.30 306.64 1,802.48 468.17 9,363.66 655.43 3,511.24 1,392.86 754.31 468.17 114.81 141.03 255.72 183.62 281.94 370.42 288.49 370.42 59.08 85.45 151.76 78.75 134.46 245.90 386.81 1,902.04 2,633.46 1,843.38 1,533.31 2,412.17 3,591.95 4,247.38 2,779.71 2,446.20 Exhibit B Meridian Option SIC System Mer I Opt 51 C System Pkg DC Mer 1 System Software Rel 24 RTUIFAST TDS ISDN Networking Public ISDN Access Class Software ACD/Message Processing RTU/Enhanced Call Center M Ringing Generator DC Meridian Option 11- 81 Unit PurhassrastallPricing Description Nortel Part # Company Unit Ibiaterial Unit Labor Total Part # Price Price Unit Price Digital Line Card (DLC) Special M1 ATT. PC w/DLC Mat 6, End User C.S. Mat 6 Sys Manage. Mktg. Bun Mat 6 Call Acct. Small Expansion Li P0876391 MVIDR2000 Buffer Box 512kb I I7VAC/NTZK52CA Line Side TI Interface Card, Inst P0907386 VLAN Maintenance Cable NTAG8 LDA Configuration: SYI009D SW0000K SW0028A 5W0051B SW00S3B SW0040A SW0221 C gmt. SW0224A NT6D42CD NTSDOZGA AS1066 NTZCO1AD NTZC04CA Network Card QPC414C MFAI50 Mod Power Asmb-Single Sbel AS 1200D PRI Package Multi -Purpose Serial Data Link MM Exp Storage SW Level 1-2 Elta. MM EC Opt 4-24 Port MMail Rel 13 Base Software 8 Port Full Service Voice Processing Analog Message Waiting Line Card Universal Trunk Card Digitone Receiver Card Class Modem Card Digital Line Card (DLC) Special Console/Line Card Package 68060E CPU 128Mb Network to 1/0 Cable 6 ft 2 Port SDI I/O to DTFJDCE Cbl 16 ft 2 Port SDI I/O to DTE/DCE Cb1 48 ft SDI I/O to DTE1DCE Cbl 48 ft M/M Inter -Cabinet Network Cable 6 ft Network to PE Cable 2 ft AS106I NT6D80AB SW7049 SY7020D NTZR57CA AS7110 NT8D09BA NT8DI4BB NT8D16AB NT5D6OAA NT8D02GA AS1013 NT5D03FB NT8D86BD NT8D93AJ NT8D93AW NT8D95AW NT8D73AD NT8D85BB PAGE 7 1,638.58 3,089.89 573.5I 11,470.04 1,507.49 1,674.63 14.98 98.31 7,490.64 2,808.99 1,053.37 374.53 819.29 936.33 1,053.37 795.88 936.33 2,996.26 2,200.38 2,106.74 4,915.73 7,209.74 1,310.86 17,696.64 1,638.58 1,685.39 1,170.41 2,621.72 1,638.58 2,340.83 5,383.90 49.16 39.33 58.99 72.10 111.42 19.66 105.37 1.743.95 526.90 3,616.79 573.51 1,686.26 13,156.30 1,507.49 105.37 1,780.00 I4.98 98.31 2,107.80 9,598.44 2; 808.99 1,053.37 374.53 819.29 936.33 1,053.37 105.37 901.25 I05.37 1,041.70 210.72 3,206.98 42I.53 2,621.91 2,106.74 4,915.73 1,930.64 9,I40.38 1,310.86 210.72 17,907.36 263.46 1,902.04 157.99 1,843.38 105.37 1,275.78 157.99 2,779.71 105.37 1,743.95 105.37 2,446.20 5,383.90 49.16 39.33 58.99 72.10 111.42 19.66 Exhibit B 1‘Isridian_Qption`11- 81Unit P__urchase/Instal! Pricing 1Descrip Lion Nortel Company Unit Material Unit Labor Total Part # Part # Price Price Unit Price PTI/DTI to Clock Controller Cb1 2 ft NT8D79AB MSDL to I/O Panel Cable 6 ft NTND27AB MSDL DCHI Interface Cable 6 ft NTND26AA Module Side Cover NT9D18AA M2006 Sg1 Line Dig Tel, Basic, Black NT9K05AA03 M2008 Std Bus Tel, Basic, Black NT9K08AA03 M2008 Std Bus Tel w/Display, Black NT9K08AC03 Iv12008HF Std Bus Tel, Basic, Black NT9K08ABO3 M2008 HF Std Bus Tel w/Display, B1acNT9K08AD03 M2216ACD Telephone, Black NT9KI8AC03 M2616 Perf-Plus Tel, Basic, Black NT9K16AA03 M2616 Perf-Plus Tel, w/Display, Black N9KI6AC03 M8004, Charcoal NT2NO2AAAC 26.22 98.31 85.21 81.92 88.49 114.71 229.40 157.30 255.62 344.10 262.17 344.10 32.76 M8009 Universal, Black A0404585 59.13 M8314, Black, Handsfree A0400006 125.44 M3901 Entry, Charcoal NTMN3IBA70 52.43 M3902 Basic, Charcoal NiMN32BA70 108.14 M3903 Enhanced, Charcoal NIMN33BA70 219.58 M3904 Professional, Charcoal NTMN34BA70 360.49 26.22 98.31 85.21 81.92 26.32 114.81 26.32 141.03 26.32 255.72 26.32 183.62 26.32 281.94 26.32 370.42 26.32 288.49 26.32 370.42 26.32 59.08 26.32 85.45 26.32 15I.76 26.32 78.75 26.32 134.46 26.32 245.90 26.32 386.81 Meridian Option 61C System Configuration: Option 61 C System Pkg DC SY1016D 11,235.96 2,529.33 13,765.29 Meridian I Sys. Software Rel 24 SW0000K 2,808.99 2,808.99 RTU/FAST TDS SW0028A ISDN Networking SW0051B 1,053.37 1,053.37 Public ISDN Access SW0053B 374.53 374.53 Class Software SW0040A 819.29 819.29 ESA Enhanced Services SW0165A 1,170.41 1,170.41 Music Broadcast SW015SA 65.54 65.54 ' RAN Broadcast SWO 1 SOA 187.27 187.27 ACD/Message Processing SW022JC 936.33 936.33 RTU/Enhanced Call Center Mgt. SW0224A 1,053.37 1,053.37 Multiple Queue Assignment SWO230A 702.25 702.25 RTU/Enhanced ACD Overflow SW0222A Ringing Generator DC NT6D42CD 795.88 105.37 901.25 Filler Panel -Ringing Generator NT7D05AA 23.41 23.41 Column Spacer Kit (2.75 in) NT8D49AA 163.86 52.62 216.48 Pedestal/Top Cap Package DC AS1081D 3,277.16 1,580.80 4,857.96 Network Card QPC414C 936.33 105.37 1,041.70 MFA150 Mod. PowerAsutb-Single SheAS1200D 2,996.26 - 210.72 3,206.98 PAGE 8 -, Exhibit B !Description Nortel Part # Company Unit Material Unit Labor Part # Price Price Total Unit Price i MPR25E Mod. Power Rectifier 25 VLAN Maintenance Cable Downloadable DCHI for DDP Dual Port DTI/PRI Package PRI Package 4 Port SDI Paddle Board Assembly Multi -Purpose Serial Data Link Analog Message Waiting Line Card Universal Trunk Card Miran Rel 2 Small (5 Channels) Miran ReI 2 Medium (6 Channels) Miran Rel 2 Large (10 Channels) Digitone Receiver Card Class Modem Card Special Console/Line Card Package Digital Line Card (DLC) Special MI ATT PC w/DLC 68060E CPU 128Mb MTE Rh9 S/W (Single User) MMax-IPEE Mod. (Opt. 21-81C) MMax-IPEE Rls 9 Enhanced Software 10 Agent Increment for MMax-IPE/IP MQA Reporting for Max RIs 9 SC RS232 Straight Cable 10 ft Straight Thin Cable M/M 45 ft Straight Thrn Cable M/F 600Mb Data Cassette Tape DEC Terminal Package N• etwork to 110 Cable 6 ft • 2 Port SDI I/O to DTFJDCE Cb1e 48 ft DDP to Clock Controller Cable 7 ft DDP to Clock Controller 2 ft 8 in Network to PE Cable 2 ft PRI/DTI to Clock Controller Cb1 2 ft PRI/DTI to Clock Controller Cb1 4 ft Network to Controller Cbl 6 ft 2 Port SDI 1/0 to DTE/DCE Cb1 16 ft DDP to MSDL Cable 6 ft UdellPheriph Eqpt Mod Pkg DC A Superloop Network Card • AmpNT5C06CC NTAG81DA NTBKSIAA AS7200 AS1061 AS1052 NT6D80AB NT8D09BA NT8D14BB NTVPI000 NTVPI001 NTVP1002 NT8D I6AB NT5D60AA AS1013 NT8D02GA AS1066 NT5D03FB NT1H09AA NTJH17BA NTJH11BA S0005907 S0005901 NTND9LAA NTIR03DV NTIR03EV A0605411 AS7011 NT8DS6BD NT8D93AW NTCG03AD NTCG03AB NT8D85BB NT8D79AB NT8D79AC NT8D91AD NT8D93AI NTCK80AA S1054D 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 1,779.03 98.31 26.32 1.079.69 421.53 6,039.51 421.53 2,621.91 79.06 1,670.82 2,106.74 263.46 1,902.04 157.99 1,843.38 52.62 2,412.17 52.62 3,591.95 52.62 4,247.38 105.37 I,275.78 I57.99 2,779.71 105.37 2,446.20 105.37 1,743.95 526.90 3,616.79 • 5,383.90 105.37 367.54 210.72 8,403.61 105.37 9,936.84 655.43 42.60 203.18 196.63 87.39 79.06 734.49 49.16 58.99 39.33 32.77 19.66 26.22 29.49 36.05 39.33 85.21 316.08 5.934.06 1,638.58 Exhibit B • Me f ian Option_ ll - 81 linit Pat-chase/Install Pricing Description Norte! Put # Company Unit Material Unit Labor Part # Price Price Total I Unit Price M2006 SgI Line Tel, Basic, Black NT9K05AA M2008 Std_ Bus Teti Basic, Black NT9K08AA M2008 Std Bus Tel w/Display. Black NT9K08AC M2008HF Std Bus Tel, Basic. Black NT9K08AB M2008HF Std Bus Tel w/Display, BIac1 NT9K08AD M2216ACD Telephone, Black NT9KI8AC M2616 Perf-Plus Tel, Basic, Black NT9K16AA M2616 Perf-Plus Tel w/Display, Black NT9K16AC M8004 Basic se; Charcoal M8009 Universal set, Black M8314 Black, Handsfree M3901 Entry, Charcoal M3902 Basic, Charcoal M3903 Enhanced, Charcoal I40904 Professional, Charcoal NT2NO2AAA A0404585 A0400006 NTMN3 IBA7 NTIAN32BA7 NTMN33BA7 NTMN34BA7 Meridian Option 81C System Configuration: Meridian 1 Option 81C System Pk DC SY1025D Meridian 1 System Software Rel 24 SW0000K RTU/FAST TDS SW0028A ISDN Networking S W0051 B M Link 5 C & CCR CO Resident Sftwan S W 7461A Opt 81C Regd. for Opt SIC ACD/Message Processing RTU/Enhanced ACD Routing Enhanced Call Center Routing RTU/Hold in Queue for IVR RTU/Meridian Link Module SW Ringing Generator DC Filler Panel -Ringing Generator Network Group Package DC Network Card Line Side T1 Interface Card, Inst. Mat 6, End User C.S. Mat 6 System Manage. Mktg. Bum Mat 6 Call Acct Lg. Expansion Lice SW0013A SW0221 C SW0223A SW0225B SW0227A SW0251A NT6D42CD NT7D05AA AS1006D QPC414C P0907386 NTZCOIAD NTZCO4CA P0876393 MDR2000 Buffer Box 2Mb I I7 Vac/60JNTZK52DA Terminating Plug QPF36B System 600/48 Mod Pwr Pkg Ma Cab AS 1209D Downloadable DCHI for DDP . NTBK51AA PAGE 10 88.49 114.71 229.40 I57.30 255.62 344.10 262.17 344.10 32.76 59.13 125.44 52.43 107.14 2 [9.58 360.49 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 114.8I 141.03 255.72 I83.62 281.94 370.42 288.49 370.42 59.08 85.45 151.76 • 78.75 133.46 245.90 386.81 28,323.98 4,215.69 32,539.67 2,808.99 2,808.99 1,053.37 6,554.31 936.33 374.53 795.88 936.33 795.88 23.41 9,363.30 936.33 14.98 573.51 11,470.04 5,898.88 2,153.08 7.02 11,235.96 263.46 1,053.37 - 26.32 I05.37 210.72 105.37 421.53 1,68626 1,053.37 6,554.31 93633 374.53 795.88 936.33 901.25 23.41 9,574.02 1,041.70 14.98 995.04 13,156.30 5,898.88 2,153.08 7.02 11,499.42 1,079.69 • Exhibit B (Description Meridian Option 11- 81 Unit Pyrcha,e/Install Pricing Dual Port DTI/PRI Package PRI Package Multi -Purpose Serial Data Link Enh. UM EC Opt 28-48 Port MMai1 Rel 13 Base Software 8 Port Full Service Voice Processing Meridian Companion Base Pkg. C3060 Portable Only and Doc Portable Credit Companion PCI-B Kit Remote Set Device (RAD) Companion Manager Analog Message Waiting Line Card Line Side T1 Interface Assemb 2 Universal Trunk Card Digitone Receiver Card Special Console/Line Card Package Digital Line Card (DLC) Special Ml Ati.PC w/DLC 68060E CPU 128 Mb 150 MByte Data Cassette Tape Meridian Link & CCR (PEE Module Straight Thin Cable M/M 45 ft Straight Thru Cable M/F SDI Multi -Port Cable 2 ft Network toUOCable 6ft Ext Sys Mntr Serial Link Cable 25 ft 2 Port SDI I/O to DTEJDCE Cb148 ft ▪ DDP to Clock Controller Cable 7 ft ▪ DDP to Clock Controller Cable 14 ft Network to PE Cable 8 ft Network to Controller Cable I0 ft Network to Controller Cable 12 ft Network to Controller Cable 8 ft Appl Mod to SDI PDL BRD Cble 6 ft MSDL to I/O Panel Cable 6 ft Straight Thin Cable M/M 4 ft Intel Periph. Eqpt. Mod Pkg DC Column Spacer Kit (2.75 in) PedestallTop Cap Package DC Nortel Part # AS7200 AS1061 NT6D80AB SY7021D NTZR57CA AS7110 SY8502N NTHH11GA SW850I NTHBO8AA NT8B80AP NTHB09AA NT8D09BA AS1460 NT8D14BB NTSD 16AB AS1013 NT8D02GA AS I066 NT5D03FB A0352271 SYI223 NT1R03DV NTIR03EV NT8D96AB NT8D86BD NT8D46AP NT8D93AW NTCG03AD NTCGO3AA NT8D85BE NT8D91AF NT8D9IAG NT8D91AE NT7D46AD NTND27AB NTIRO3DC AS 1054D NT8D49AA AS 1081D Company Unit Material Unit Labor Total Part # Price - Price Unit Price PAGE 11 5,617.98 2,200.38 2,106.74 14,419.48 1,310.86 17,696.64 4,391.39 311.34 98.31 294.94 198.98 • 163.86 1,638.58 2,528.09 1,685.39 1,170.4I 2,340.83 1,638.58 3,089.89 5,383.90 32.77 8,192.89 203.18 196.63 58.99 49.16 9.84 58.99 39.33 49.16 22.95 39.33 42.60 39.33 32.77 983I 49.16 5,617.98 163.86 3,277.16 421.53 6.039.51 421.53 2,621.91 2,106.74 2,107.80 16,527.28 1,310.86 210.72 17,907.36 421.53 4,812.92 3I1.34 98.31 294.94 198.98 I63.86 263.46 1,902.04 105.37 2,633.46 157.99 1,843.38 105.37 1,275.78 105.37 2,446.20 105.37 1,743.95 526.90 3,616.79 5,383.90 32.77 210.72 8,403.61 203.18 196.63 58.99 49.16 9.84 58.99 39.33 49.I6 22.95 3933 42.60 3933 32.77 9831 49.16 316.08 5,934.06 163.86 - 52.62 3,329.78 Exhibit B Meridian QRtIon 11- 81 Unit_Eittchas tallP ' ' r a [Description Nortel Part # Company Part # Unit Material Unit Labor Total Price - Price Unit Price SuperIoop Network Card M2006 SglLine Tel, Basic, Black M2008 Std. Bus Tel, Basic, Black M2008 Std Bus Tel w/Display, Black M2008HF Std Bus Tel, Basic, Black M2008HF Std Bus Tel w/Display, Blac1 M2216ACD Telephone, Black M2616 Perf-Plus Tel, Basic, Black M2616 Perf-Plus Tel w/Display, Black M8004 Basic set, Charcoal M8009 Universal set, Black M8314 Black, Handsfree M3901 Entry, Charcoal M3902 Basic, Charcoal M3903 Enhanced, Charcoal M3904 Professional, Charcoal NT8D04BA NT9K05AA NT9K08AA NT9K08AC NT9K08AB NT9K08AD NT9KI8AC NT9K16AA NT9KI6AC NT2NO2AAA A0404585 A0400006 N'TMN31BA7 NTMN32BA7 NTMN33BA7 NTMN34BA7 . PAGE12 1,638.58 88.49 114.71 229.40 157.30 255.62 344.10 262.I7 344.10 32.76 59.13 125.44 52.43 107.14 219.58 360.49 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 26.32 1,638.58 114.81 141.03 255.72 183.62 281.94 370.42 288.49 370.42 59.08 85.45 151.76 78.75 133.46 245.90 386.8I Exhibit C Norstar Unit Purchase/Install Pricing 1D,Acripdon Nortel Part # Company Unit Material luit Labor Total Part # Price Price Unit Price 0 X 32 ICS KSU CICS Bundled W/LS/DS Card CICS Bundled W/Caller ID Card CICS Bundled W/2 Port BRI U Card CICS Bundled W/4 Port BRI U Card CICS Services Card CICS Combo Services Card/1'CM Exp 4.1 Restricted Software W/RAD 4.1 Standard Software W/RAD 4.1 Standard Software W/RAD & AA Rest. S/W to Standard S/W Upgrade MICS Re14.1 NA Software MICS Re14.1 XC Software MICS NA Upgrade Tool MICS XC Upgrade Tool 2 Port Fiber Expansion Card 6 Port Fber Expansion Card 6 Port Combo Fber Expansion W/B58 Services Card MICS Services Cartridge Fiber Tnmk Module Fiber Station Module Analog Station Module Analog Station Module/Message Waiting MICS 6 Port Copper Expansion Card DR5 Software Copper Trunk Module (8x24 & MICS) Copper Station Module (8x24 &MICS) NT'7B53FA93 NT7B58AA-93 NT7B58AB-93 NT7B58AC-93 NT7B58AD-93 NTBBO4GD-93 . NTBBO4GC-93 T7B65AAAH NT7B65AAAG NT7B65AAA] NTAB2000 NT7B83AAAI NT7B83AAAK NTAB2569 NTAB2567 NTBBO2GA NTBBO6GA Ni'BB25GA-93 NTBB24GA NTBB2OFB NTBB41FB NIBB51 CA-93 NTBB51 CB-93 NTBBO7 GA-93 N]'5E25DX93 NT5B32FA NT5B50FA 8x24 2-Port Copper Expansion CartridgNT5B26GA 882195 882196 882I97 882235 882208 831813 882674 882660 882675 830132 882661 882676 882249 882248 882207 792955 796151 882209 792957 882210 831642 800.10 411.93 574.22 823.88 1273.27 199.73 686.56 274.63 424.42 512.99 299.60 849.01 1298.24 199.73 199.73 274.69 748.98 786.43 299.60 337.04 586.70 699.05 831.641 798.92. 792956 1248.30 • 452.97 299.60 549.25 249.66 169025 169035 1690I5 PAGE 1 591.57 1,391.67 526.90 938.83 526.90 1,101.12 632.26 1,456.14 526.90 1,800.17 26.32 226.05 26.32 712.88 13.12 287.75 105.37 529.79 13.12 526.11 52.62 352.22 105.37 954.38 13.12 1,311.36 26.32 226.05 26.32 226.05 26.32 301.01 26.32 77530 26.32 812.75 26.32 325.92 148.81 485.85 157.99 744.69 105.37 804.42 105.37 904.29 26.32 1,274.62 68.00 520.97 148.81 448.41 105.37 654.62 26.32 275.98 Exhibit Norstar Unit Purchase/Install Pricing Description Nortel Part # 8x24 6-Port Copper Expansion CartridgNT5B27GA 8x24 DR2 to DR5 Software Upgrade U82I6 8x24 DR3/4 to DR5 Software Upgrade U8220 LS/DS (Loop Start/Disconnect Supervis NT7B75GA Caller ID 2 Port BRI U Interface Card 4 Port BRI U Interface Card 4 Port BRI Sir Interface Card DTI (Digital Trunk Inte face) PRI Enabler Keycode (Use With DTI) E&M (Tie Lines) DID (Direct Inward Dial) Data Communication Interface M7100 (Black) M7100 (Ash) M7100 (Gray) M7208 (Black) M7208 (Ash) M7208 (Gray) M7310 (Black) M7310 (Ash) M7310 (Gray) M7324 (Black) M7324 (Ash) M7324 (Gray) M7410 (Black) M7410 (Ash) M7410 (Gray) M74I0 Earbud Headset M7410 Headband Headset BLF - Black BLF-Ash BLF - Gray KLM - Black KLM - Ash KLM - Gray NACU (Norstar Audio Conf. Unit) CTA 100 CTA 150 CTA 500 Digital Modem N1'SB4I GA-93 NT7B86GA-93 NT7B87GA-93 NT7B76AA-93 NT7B74GA NTAB2769 NT5B38GA-93 NT5B37GA-93 NT8B53AA-H- NT8BI4AGO3 NT8B14AG35 N'T8B 14GA93 NT8B30AH03 NT8B30AH35 NT8830AH93 NT8B20AK03 NT8B2OAK35 NT8B20AK93 NT8B40AH03 NT8B40AH35 NT8B40AH93 NTSB 16AA03 NT8BI6AA35 NT8B 16AA93 A0653404 A0653406 NT8B91 CA-03 NT8B9I CA-35 NT8B9! CA-93 NT8B41FA-03 NT8B4IFA-35 NT8B41FA-93 NfAB2666 NT8B83AAAC NT8B83AA4F NTBB33GA93 Company Unit Material -Unit Labor Total Part # Price Price Unit Price 169020 586.70 796031 372.00 796033 112.35 792934 287.11 789633 449,39 882202 699.05 882203 1148.44 882199 1148,44 882198 1797.56 882321 299.60 169640 436.91 169641 549.25 293.58 831719 112.10 831720 112.10 831721 112.10 831722 167.02 831723 I67.02 831724 167.02 831725 182.01 831726 182.0! 831727 182.01 831728 244.42 831729 244.42 81730 244.42 821521 574.22 821523 574.22 821508 574.?2 821536 81.92 821537 I14.70 882283 89.88 882284 89.88 882285 89.88 882275 232.18 882276 232.18 882277 232.18 881681 569.23 882280 162.27 882281 274.63 831815 274.63 PAGE 2 26.32 613.02 157.99 529.99 0.00 112.35 26.32 313.43 26.32 475.71 26.32 725.37 26.32 1,174.76 26.32 1,174.76 210.72 2,008.28 26.32 325.92 26.32 463.23 2632 575.57 67.00 360.58 26.32 138.42 26.32 138.42 26.32 138.42 26.32 193.34 26.32 193.34 26.32 193.34 26.32 208.33 26.32 20833 26.32 20833 26.32 270.74 26.32 270.74 26.32 270.74 26.32 600.54 26.32 600.54 26.32 600.54 5.25 87.17 5.25 119.95 52.62 142.50 52.62 142.50 52.62 142.50 52.62 284.80 52.62 284.80 52.62 284.80 52.62 621.85 26.32 188.59 26.32 300.95 26.32 300.95 ;Description Exhibit C ing Norte! Part # Company Unit Material Unit Labor Total Part # Price Price Unit Price ATA (Analog Terminal Adapter) SAP (Station Amilliary Power Supply FASTRADII SMDR 6 Norstar Manager VMI (Voice Mail Interface) Norstar Doorpltone (Steel Faceplate) Norstar Doorphone (Brass Faceplate) Door Opening Controller Norstar Remote Utilities Rls. 8.0 Fiber Cable Kit MICS Cable Management Kit Power Strip Flash Voice Mail Light Flash Light to Flash Model 2 Upgrade Flash Voice Mail, R1s 1.9, Model2 Flash Voice Mail, R1s 1.9, Model 4 Flash Voice Mail Upgrade I.7 to 1.9 Flash 2 to 4 Upgrade Flash ACD, Model 2 Flash ACD, Model 4 Flash ACD and Voice Mail, Model Flash ACD Softkey Kit Voice Mall 4.0, Model 2 (w/Mtnuet) Voice Mail 4.0, Model 4 (w/Minuet) Voice Mail 4.0, Model 6 (w/Mrnnet) Voice Mail 4.0, Model 8 (w/Minnet) Voice Mail 4.0, Model 10 (w/Minuet) Voice Mail 4.0, Model 12 (w/Mmuet) Voice Mail 4.0, Model 14 (w/&frnnet) Voice Mai 4.0, Model I6 (w/Mnnnet) DS-30 (Fiber) to DVC (TCM) Adapter ICS Voice Mail Service (4 Ch. 30 Hr.) Fax Messaging Fax Messaging (w/8 Port Mail only) Digital Networking Option Desktop Messaging (10 Seat License) Desktop Messaging (25 Seat License) Desktop Messaging (50 Seat License) Desktop Messaging (100 Seat License) NT8B90AL93 ) NT8B60CA NT8B80AAAB NTAB2767 NT8B81AK NT8B89DA93 NT8B79FA NTAB 1223 NT8B79FB NTAB2792 NTAB I829 NTAB I521-93 NT5B56AA NTSB31AAAC NTAB4015 NT5B07AAAG NTAB07AAAE NTAB2782-Y2 NTAB 1265 NT5B06AAAA NT5B06AAAB NT5B74AABC NTAB2463 NT5B74AAAG NT5B74AAAJ NT5B74AAAL NTSB74AAAN NTSB74AAAQ NT5B74AAAR NT5B74AAAV NT5B74AAAX NTAB2261 SPP101 SPP108 SPP109 NTAB2606 NTAB26I 1 NTAB2618 NTAB2620 NTAB2622 830049 169226 881791 882320 789240 796131 796133 796132 881790 830256 796150 169230 882690 882691 881787 881788 882455 796129 882218 882219 882228 881676 882220 882221 882222 882223 882224 882225 882226 882227 831792 831826 831827 882260 882289 882291 882292 882293 PAGE 3 124.83 39.53 164.36 42.44 13.12 55.56 212.21 26.32 238.53 349,53 26.32 375.85 133.20 32.00 165.20 748.98 26.32 775.30 162.28 26.32 188.60 172.27 26.32 198.59 92.38 13.12 105.50 374.49 52.62 427.11 34.95 13.12 48.07 32.46 52.62 85.08 14.98 0.00 14.98 978.67 316.08 1,294.75 1,248.30 316.08 1,564.38 1,909.90 632.26 2,542.16 2,833.65 632.26 3,465.91 0.00 105.37 105.37 998.65 210.72 I,209.37 1,909.92 421.53 2,33I.45 2,833.66 421.53 3,255.19 3,495.26 843.06 4,338.32 998.65 105.37 1,104.02 4,241.74 632.26 4,874.00 5,240.39 - 632.26 5,872.65 6,738.35 1,053.90 7,792.25 8,236.32 1,053.90 9,290.22 9,734.30 1,159.26 10,893.56 11,232.27 I,159.26 12,391.53 12,730.24 1,159.26 13,889.50 14,228.21 1,159/6 15,387.47 424.42 52.62 477.04 4,529.70 1,033.00 5,562.70 4,369.07 210.72 4,579.79 4,369.07 210.72 4,579.79 1,497.97 105.37 1,603.34 998.65 0.00 998.65 2,246.95 0.00 2,246.95 3,994.58 0.00 3,994.58 6,990.52 0.00 6,990.52 EYhIbit C N orstar Unit Purcb astaustall Pricing Description Nortel Part # Company Unit Material 'Unit Labor Total Part # Price Price Unit Price 2 Channel Upgrade 4 Channel Upgrade 6 Channel Upgrade 8 Channel Upgrade MS-PEC (8 Channel Expansion) DVC (Digital Voice Card) 2 Channel Keycode (DVC Only) 8 MB RAM Upgrade 16 MB RAM Upgrade 4.0 VM Software Pkg. NTAB2602 NTAB2603 N"TAB2604 NTAB2605 NTBB80AB93 SPP138 NTAB 1306 NTAB 1326 NTAB2529 NTAB2594 4.0 VM Upgrade Kit (Used 2/882454) NTAB2598 Startalk A,B, and C Y2K Upgrade NTAB1695 Instant Internet 100 w/ISDN CQ1001108 Instant Internet 100 w/56K Flex CQ I001109 Instant Internet 100 w/56x7N.90 CQ 1001110 Instant Internet 400 w/T1 CQ1001078 Instant Internet 400 w/V.35 CQ1001082 24 Port 255 10/100 Hub AT220IE10 100 Base-T Cascade Cable (use w/255 ] AT2218002 12 Port 350 10/100 Switch AL2012E18 24 Port 35010/100 Switch AL2012E17 1 Port 250 I00 Base-FX MDA AT2204003 4 Pod 400 100 Base-FX MDA AL2033003 4 Port 40010 Base-T/100 Base -TX Nil AL2033004 Datasmart 658 T1 Single Port Add/Dro172658 Datasmart T1 Max Dual Part Add/Drop72761 Crosspath T 1 Mini DCS TI to Datasmart/Crosspath Unit Datasmart to V.35 Router Datasmart Mounting Tray NDI, License, V.35 Cable NDI, License, Bay DB-44 Cable NDI, License, Cisco DB-60 Cable Norstar Data Interface (NDI) Bandwidth Allocation License NDI V.35 Cable ND1 RS-449 Cable NDI EAI-530A Cable NDI EAI-530/RS-232 Cable NDI Bay DB-44 Cable 77710 93010151 95010052 78031 NTAB2943 NTAB3098 NTAB3099 NTBB26CA 93 NTAB2447 NTAB2936 NTAB2937 NTAB2938 NTAB2939 NTAB2940 881785 882257 882258 882259 831817 824417 796060 796064 823620 882454 882255 794524 864700 864701 864702 864704 864705 864707 864709 864710 864711 864708 864712 864713 821801 821814 822057 824445 821459 821806 882702 882703 882704 882694 823614 882696 882697 882698 882699 882700 PAGE4 1,747.63 3,245.60 4,743.56 6,241.53 748.98 1,747.63 1,747.63 274.63 499.32 49.93 499.32 1.33 1,226.22 1,226.22 1,226.22 6,382.81 4,575.74 1,934.85 99.88 2,575.07 3,220.45 773.17 2,058.76 I,284.31 2,195.14 2,965.36 7,611.25 55.02 ' 115.11 80.41 2,327.35 2,327.35 2,327.35 719.36 1,730.71 372.38 372.38 372.38 372.38 372,38 368.81 2,116.44 526.90 3,772.50 526.90 5,270.44 526.90 6,768.43 210.72 959.70 0.00 1,747.63 3I6.08 2,063.71 105.37 380.00 79.06 578.38 0.00 49.93 105.37 604.69 210.72 212.05 421.53 1,647.75 421.53 1,647.75 421.53 1,647.75 526.90 6,909.71 526.90 5,102.64 421.53 2,356.38 26.32 126.20 421.53 2,996.60 421.53 3,641,98 421.53 1,194.70 421.53 2,480.29 421.53 1,705.84 105.37 2,300.51 I57.99 3,123.35 52.62 7,663.87 26.32 81.34 26.32 141.43 26.32 106.73 157.99 2,485.34 157.99 2,485.34 157.99 2,485.34 131.68 851.04 0.00 1,730.71 13.12 385.50 13.12 385.50 13.12 385.50 13.12 . 385.50 13.12 385.50 Description Exhibit C Noritar Craft Purchase/Install Pricing NDI Cisco DB-60 Cable Monaural (Headband) Binuaral (Headband) Binaural NC (Headband) Norte! Part # NTAB2941 A0651109 A0651110 A0378152 Wireless Amplifier (Headset Separate) A0651108 3 in 1 Headset (For Use w/Wireless) A0651112 Ear Hook Kit A0378013 PC Console with CTA100 FT8B83AAAA PC Console with CTA 1501 NTSB83AAAB PC Console CD -Rom (Software only) A0720202 1 Attendant License Upgrade NTAB2231 4 Attendant License Upgrade NTAB2232 5 Watt Hom (One Way) 456074 5 Watt Talkback Horn (One Way) 456071 15 Watt Horn (One Way) 456055 8" Ceiling Speaker (One Way) 456077 8" Ceiling Speaker (Talkback) 456075 Bridge/k3ackbox Mounting Hardware 456059 V-2000 Page Control (1 Zone, 12P.U.) 436178 V 2001 Page Control (1 Zone, 20P.U.) V2001-A V-2006 Page Control (6 Zone, 30P.U.) 436452 6 P.U. Power Supply 433512 FM Tuner 455187 Tuner Power Supply (Use w/455087) 433159 Volume Control (Wall Mount) 457083 Message/Music On Hold SC4 Message On Hold - 4 Mina. 451617 Message On Hold - 8Mns. 451666 Maestro 900 DSS (Black) A0664093 Maestro 4625CT (Black) A0658355 Tropez 1 Line Cordless 900NDX Tropes 2 Line Cordless 6400-70 Tropez Clip -On Holster GRIPTT Noisy Area Handset/Confiidencer (Black NTOCO9NL03 Noisy Area Handset/Conftdencer (Gray; NT0009NL93 Noisy Area Ha ndset/Confidencer (Beige NT0C09NL35 Polvcoru Soundstation 454128 Polycom EX (3 Speakers) 454132 M7324 Feature Card P0709289 M7310 Feature Card P0749850 Company Unit Material Unit Labor Total I Part 4 Price Price Unit Price 882701 16963I 830264 830298 831628 831698 169302 882278 882279 823656 882239 882240 580520 580673 580609 580500 580674 580679 580540 580682 580556 580627 580665 580626 580615, 820206 729187 729186 823521 831738 794573 764575 820408 796154 796156 796155 793066 793074 723897 723889 PAGE 5 372.38 159.96 186.60 197.26 499.9I 134.96 20.00 1,416.73 . 1,588.11 1,256.77 936.86 • 1,860.02 138.37 74.19 163.14 47.55 36.18 22.81 204.45 296.37 617.49 34.24 112.21 17.46 30.43 899.30 774.46 941.49 210.98 141.28 313.00 492.90 24.04 50.78 47.61 47.6I 791.91 1,585.41 0.67 0.67 13.12 385.50 6.18 166.14 6.18 192.78 6.18 203.44 61.91 561.82 6.18 141.14 6.18 26.18 123.96 1,540.69 123.96 1,712.07 0.00 1,256.77 0.00 936.86 0.00 1,860.02 46.50 184.87 46.50 120.69 46.50 209.64 46.50 94.05 46.50 82.68 30.96 53.77 123.96 328.41 123.96 420.33 123.96 741,45 0.00 34.24 61.91 174.12 0.00 17.46 30.96 61.39 61.91 961.21 61.91 836.37 61.91 1,003.40 26.32 237.30 26.32 167.60 30.96 393.96 30.96 523.86 0.00 24.04 0.00 50.78 0.00 47.61 0.00 47.61 30.96 822.87 30.96 I,516.37 - 0.00 0.67 0.00 0.67 Exhibit C Norstar Unit Purchase/Install Pricing !Description Nortek Company Unit Material Unit Labor Total Part # Part# Price Price Unit Price M7208 Feature Card Startalk Flash User Guide Norstar Voice Mail User Guide VM Training Video Norstar CBT CD Analog Line Protector T 1 Line Protector OPX Line Protector 2x1 Package w/XC Software 6x2 Package w/XC Software Base Station Omni Outdoor Antenna Portable Handset Charger Kit w/Battery Portable Credit Portable Clip -On Holster Companion Headset 8-Bix Remote Power Interface I 6-Brit Remote Power interface 1 I0V Plug -In Transformer LABOR RATES: Regular 8:00 am to 5:00 pm Overtime P0709283 P0803806 P0869198 VT030 980451 6-AP RJ-AP45 6-DP AS1231 AS1252 NTAE20AA NTAESOAA NTHH1 IEA NTHH06CA SW8501 NTHH24AA NTHI123BA NTE023AA NTE024AA A0386334 723895 796137 821251 796I46 881662 302520 789334 302521 821492 821493 797035 797136 821495 797042 797049 797047 797046 881004 881005 797026 PAGE 6 0.67 1.33 1.33 13.32 39.94 10.61 36.83 10.61 1,802.44 4,260.30 473.19 376.87 311.33 131.09 98.32 16.38 114.70 458.80 786.52 3932 .416 0.00 0.00 0.00 0.00 0.00 5.25 13.12 5.25 316.08 843.06 105.37 105.37 26.32 0.00 0.00 0.00 5.25 26.32 0.00 0.00 0.67 1.33 1.33 13.32 39.94 15.86 49.95 15.86 2,118.52 5,103.36 580.56 482.24 337.65 131.09 98.32 I638 1I9.95 485.12 786.52 39.32 64.00 64.00 96.00 96.00 (EXHIBIT D) EXAMPLE OF MONTHY SUMMARY STATEMENT BellSouth Communication Systems, Inc. (BCSI) Itemized summary statement for the month of: (Month, Year) Chargeable to (Br'oward County Purchase Order Number) IPON Number 99-0001 99-0002 99-0003 Agency Name/ Location County Attorney 123 Court Administration 124 Libraries Division 125 Vendor Ticket # Date Completed 10-26-98 10-28-98 10-29-98 Sub -total: Billing Amount S I00.00 $200.00 $300.00 $600.00 Monthly Maintenance Charges: (Monthly maintenance is based upon BCSI meeting full contract requirements.) Governmental Center/Main Library Judicial Complex/Main Jail North Regional Courthouse EOC/West Courthouse and Library OES/WasteWater Alcohol & Drug Treatment Center DNRP Midrise Building Parks & Recreation Administration Port Everglades/Public Safety Building South Regional Courthouse Mass Transit Traffic Engineering $ 7,302.55 S 8,664.23 S 653.56 S 1,934.42 $ 1,621.07 $ 366.35 $ 835.84 $ 1,341.09 • $ 438.68 5 732.36 5 500.25 5 870.12 $ 477.37 Sub -total: $25,737.89 Total: 526,337.89 PAGE I