Loading...
HomeMy WebLinkAbout1997-04-07 City Council (22)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES AGENDA DATE: APRIL 7, 1997 CMR:147:97 SUBJECT:AWARD OF CONTRACT TO CTI SOLUTIONS, INC. TO REPLACE MULTI-LINE TELEPHONE SYSTEMS REQUEST This report requests that Council approve and authorize the Mayor to execute-a contract with Computer Telephony Integration (CTI) Solutions, Inc. of San Francisco, California in the amount of $116,950 to replace thirteen multi-line telephone systems at the Junior Museum, DOwntown Library, Mitchell Park Library, Fire Station 1, Fire Station 2, Fire Station 6, Animal Services, Regional Water Quality Control Plant (RWQCP), Lucie Stem Community Center (this facility currently has two systems), Main Library, Cultural Center and Cubberley Community Center. RECOMMENDATION Staff recommends that Council: 1.Authorize the Mayor to execute the attached contract with CTI Solutions, Inc. in the amount of$116,950 for the replacement of thirteen multi-line telephone systems. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract to cover additional related but unforeseen work which may develop during the project. The value of these change orders shall not exceed $17,500 (15 percent). POLICY IMPLICATIONS This contract does not represent any change to existing policies. CMR:147:97 Page I of 4 EXECUTIVE SUMMARY The telecommunications systems supporting the City’s remote locations (outside of the Civic Center) were installed in 1985. These systems support the telephone functions including receiving and placing telephone calls, forwarding calls, and the ability to answer someone else’s telephone. Many of the systems are at their maximum line capacity, parts are difficult to obtain, and maintenance and repair activities are frequent and expensive. A Capital Improvement Project (CIP) was approved in the amount of $140,000 for the FY1994-1996 Budget to replace these outdated systems. The proposed system will provide another ten years of service. The generation of the request for proposal was delayed due to work activities within theCommunications and Telephone Support function. Personnel in this area spent more time than anticipated ensuring successful implementation of Wide and Local Area Networking for six of the remote Community Services sites during the FY 1994-1995 time frame. In the FY1995-96 time frame, staff pursued networking requirements for Animal Services, Downtown Library and Cubberley Community Center. Plans are now in place to satisfy the communications requirements for these three locations. Bid Process A Request for Proposal was submitted to fourteen vendors on November 12, 1996 (See Attachment A). Six vendors attended the pre-bid conference on December 10, 1996. An eight week bidding process was provided. Three vendors responded by the January 7, 1997 closing date. The bids received were from: CTI ($116,950); ComAid ($119,207); and VoicePro ($159,372). The bids consist of hardware, installation, software, service and training. Selection Process VoicePro is the current vendor of the City’s Voice Mail system and, therefore, was a desirable vendor because of their knowledge and experience with the City. However, the offerings from all three vendors were similar; and the CTI bid has been accepted based upon consistency among the alternatives and the fact that CTI was the lowest bidder. CTI will install ten Toshiba DK 280 systems and two NEC 2000IVS systems. The NEC systems will be installed at the two largest remote locations: the Lucie Stern Community Center and the RWQCP. The Toshiba Systems will be installed at the Junior Museum, Downtown Library, Mitchell Park Library, Fire Station 1, Fire. Station 2, Fire Station 6, Animal Services, Lucie Stern Community Center, Main Library, Cultural Center, and Cubberley Community Center. The installation includes survey and design of each site, setting up the hardware, loading required software, programming the switches, and testing. The bid also includes testing the existing cable and connecting the systems to the cable once it has been successfully tested. Training classes will be arranged to specifically meet the City’s needs. CMR:147:97 Page 2 of 4 The CTI proposal is a collaborative proposal with Digital Business Systems. CTI is an authorized Toshiba dealership. Digital Business Systems is an authorized NEC dealership. The Toshiba systems were the preferred alternative for the majority of the City sites involved, as they are the most effective and efficient systems for the size and volume of traffic for most of the City’s sites. The Toshiba systems have high quality and are built in modules that adapt to future expansion. Equipped to interface with up to eight digital telephones, the Toshiba Strata DK16e systems are rated by the industry as one of the best solutions for small installations.The DK16e systems will be installed in Fire Stations 1 and 2, Mitchell Park Library, and Animal Services. The Toshiba Strata DK280 is tailored for small to medium sized business applications. It is efficient, easy to use, and feature rich. The Toshiba DK280 will be installed at the Junior Museum, Downtown Library, Fire Station 6, Main Library, Cultural Center, and Cubberley Community Center. The NEC solution was desired for the larger locations such as the RWQCP and the Lucie Stem Community Center. NEC is the manufacturer and supplier of the switch which services the Civic Center, and reliability has been excellent. The NEC NEAX 2000 IVS proposed for the RWQCP and Lucie Stem Center is also built in modules to be expanded if required. The collaborative proposal offers the City the best choice of solutions from two authorized dealers. The proposal will provide a single point of contact for all telecommunications equipment issues, an 800 number solely for the City of Palo Alto, a single emergency service depot, two service organizations cross-trained in emergency service procedures for both vendor’s systems, and a joint implementation plan. Therefore, staff recommends the collaborative proposal submitted by CTI in the amount of $116,950 and that CTI be declared the lowest responsible bidder. FISCAL IMPACT Funds for this project have been carried over from the FY1994-96 CIP Budget. ENVIRONMENTAL ASSESSMENT This does not constitute a project under the California Environmental Quality Act. Therefore, no environmental assessment is needed. ATTACHMENTS Attachment A Exhibit "A": Request For Proposal. Exhibit "B": Contract CMR:147:97 Page 3 of 4 PREPARED BY: Clifford J. Almeida, Manager Communications & Telephone Services DEPARTMENT I-~AD APPROVAL: CITY MANAGER APPROVAL: CC: n/a Melissh Cavallo Acting Director Administrative Services CMR:147:97 Page 4 of 4 Attachment A Intertel Hayward AT/T San Jose Company Comments No bid & did not attend pre-bid conference No bid & did not attend pre-bid conference Vodavi Technology Arizona Digital Business Systems San Leandro JK Communications Martinez ComAid Pleasanton General Communications, Inc Alameda Federal Telecommunications, Inc Valencia Mitel Telecommunications Systems San Ramon Teledynamic San Francisco CTI Solutions San Francisco Voicepro San Francisco NEC Business Communications Systems Pleasanton Capital Telephone Company Sacramento No bid & did not attend pre-bid conference Attended pre-bid conference & submitted joint bid with CTI Solutions No bid & did not attend pre-bid conference Attended pre-bid conference & submitted bid No bid & did not attend pre-bid conference No bid & did not attend pre-bid conference No bid & did not attend pre-bid conference No bid & did not attend pre-bid conference Attended pre-bid conference & submitted joint bid with Digital Business Systems Attended pre-bid conference & submitted bid No bid & did not attend pre-bid conference No bid & did not attend pre-bid conference ~ Pt~NT SERVICe, iNC. * ~ 14081926-3676 ~ F~X: 14081926-2472 AGREEMENT BY THIS AGREEMENT MADE AND ENTERED INTO ON THE BYAND BETWEEN THE CITY OF PALO ALTO "CITY", AND DAY OF CTI Solutions, Inc. NO. fDATE TO BE ENTERED19__"[BY CITY PURCHASING a Nevada corporation (ADDRESS) 224 Fremont Street (C~TY) San Francisco, CA (raP). 94105 (PHONE)(415) 536- 4700"CONTRACTOR" IN CONSIDERATION OF THEIR MUTUAL COVENANTS, THE PARTIES HERETO AGREE AS FOLLOWS: " CONTRACTOR SHALL PROVIDE OR FURNISH THE FOLLOWING SPECIFIED 1) GOODS AND MATERIALS, 2) SERVICES OR 3) A COMBINATION THEREOF AS SPECIFIED IN THE EXHIBITS NAMED BELOW AND ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE: TITLE: (DESCRIPTION) Multi-Line Telephone System Replacement ¯ EXHIBITS THE FOLLOWING ATTACHED EXHIBITS HEREBY ARE MADE PART OF THIS AGREEMENT: "A"-Special Terms and Conditions "B"- ~Price Breakdown and Payment Schedule "C"-Insurance Requirements " ¯TERM THE SERVICES AND/OR MATERIALS FURNISHED UNDERTHIS AGREEMENT SHALL COMMENCE ONthe date of execution hereof AND SHALL BE COMPLETED BEFORE four (4) months after ~ commencement. ¯ COMPENSATION FOR THE FULL PERFORMANCE OF THIS AGREEMENT: ~ ClT~ SHALL PAY CONTRACTOR: The total amount of One Hundred Nine and 48/100 Dollars ($116,949.48) payable forth in Exhibit "B". ¯PAYMENT RECORD(DEPARTMENT USE REVERSE SIDE) ¯ CITY ACCOUNTNUMBER: Sixteen Thousand Nine Hundred.Forty- in accordance with the payment schedule set IKEY CODE OBJECT I PROJECT PHASE NO. I DOLLAR AMOUNT GENERAL TERMS AND CONDITIONS ARE INCLUDED ON BOTH SIDES OF THIS ,AGREEMENT. THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CITY. IN WITNESS THEREOF, THE PARTIES HAVE EXECUTED THIS AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRITTEN ABOVE. .HOLD HARMLESS. CONTRACTOR agrees to indemnify, defend and hold harmless CITY, its Council Members, officers, employees, and agents from any and all demands, claims or liability of any nature, including wrongful death, caused by or arising out of CONTRACTOR’S, its officers’, directors’, employees’ or agents’ negligent acts, errors,or omissions, or willful misconduct, or conduct for which the law imposes strict liability on CONTRACTOR in the performance of or failure to perform this agreement by CONTRACTOR.ENTIRE AGREEMENT. This agreement and the terms and conditions on the reverse hereof represent the entire agreement between the parties with respect to the purchase and sale of the goods, equipment, materials or supplies or payment for services which may be the subject of this agreement. All prior agreements, representations, statements, negotiations and undertakings whether oral or written are superseded hereby. . ~ PROJ LOT MANAGER AND REPRESENTATIVE FOR CITY CO~I,TRx~AOT~RL ~l’i s o lut ions, Inc./ NAME --.BY | ~ _ ~t’.’.’.’.’.’.’.~’..’~±i~I A±meiaa An,~nyI ~n PT Informatlon Technology D1vzslonDE . " " " " TITLE Chief Financial OfficerAdministrative Services DepartmentP.O. BOX 10250 SOCIAL SECURITY PALO ALTO, CA 94303 OR LR.S. NUMBER 94-320-5386 Telephone (415) 329-2341 ¯INVOICING SEND ALL INVOICES TO THE CITY, ATTN: PROJECT MANAGER ¯CITY OF PALO ALTO APPROVALS: (ROUTE FOR SIGNATURES ACCORDING TO NUMBERS IN APPROVAL BOXES BELOW) CITY DEPARTMENT [-’] Funds Have Been FINANCEBudgeted (i) (2) IF OVER $5 000, REQUIRES CI~ MANAGER’S SIG.NATURE~I. CITY 0F PALO ALTO " RISK MANAGER PURCHASING & CONTRACT ADMINISTRATION ,(3) (4) .~.. :.’ IF OVER $25;OO0,:RE~ RES MAYOR AND CITY ATTORNEY SIGNATURES ,-_. ATTEST:ADpROVED AS TO F0~~- Exhibit A Page 1 Special Terms and Conditions The following special terms and conditions are a part of and shall apply to the Agreement between the City of Palo Alto and CTI Solutions, Inc. and shall be controlling to the extent that they may conflict with the general terms and conditions. Scope of Services This agreement is for the furnishing and sale by Contractor to City of certain telecommunications equipment, plus incidental services, described as fol!ows: i. Description of Equipment. The equipment to be furnished by Contractor is described on pages 3-6 of Exhibit "B" 2. Description of Services. Contractor shall provide those services described on page 3 -of this exhibit, entitled "Implementation for the City~ of Palo Alto." .Training services under this Agreement shall consist of .hands-on training for all of the users at the facilities where the new system is installed. The training shal! consist of the familiarization with the features and operation of the new telephones. The training shall commence as the system and telephone sets become operational so that rea-time training is performed. Contractor shall provide a users’ telephone handbook for each telephone work station that corresponds with the type of telephone set at the work station. In addition, selected City personnel shall receive technical training that wil! include the operation and management of the Toshiba and NEC systems being installed. City intends to have its telecom technicians observe the installation of the new systems at selected City facilities as part of the technical training. Warranty Contractor warrants, for a period of one year from the date of City’s acceptance of the equipment described on pages 2-6 of Exhibit "B," that the equipment, installation and training of original staff will be free from defects in material and workmanship. If defects appear within the above one-year period, Contractor will have the option of repairing or replacing the equipment, with installation at its expense. This warranty does not extend to any equipment which has been: (a) subject to misuse, neglect, accident or other casualty beyond the control of Contractor or because of .conditions.outside of specifications, including, but not limited to, wiring, electrical power, temperature, humidity or dust; or because other than normal use; or due to improper installation~by someone other.than Contractor or its employees or agents, (b) wired, installed, repaired, or altered by anyone other than Contractor or its authorized representatives, 9703 O} lac 003 ! 503 Exhibit A Page 2 or (c) moved from its original location or .no longer owned and used by City. Limitation of Liability Except asspecifically provided in this Agreement, there are no other warranties, express or implied, including but not limited to, any implied warranties of merchantability or fitness for a particular purpose. In no event shall Contractor be liable for !oss of profits. Subcontractor City acknowledges that Contractor, which sells Toshiba equipment, has entered into an agreement with Digita! Business Systems (DBS), which sells NEC equipment. City agrees to this subcontract; however, such agreement on the part of City shall not be .considered an assignment of any right or obligation of Contractor to perform under this Agreement. Contractor’s Representative Gontractor will assign C.P. (Chris) Bruno as its representativefor all purposes under this Agreement. Mr. Bruno’s office address is 950 Comstock Street, Santa Clara, CA 95054, his telephone number is (408) 987-6201; and his fax number is (408) 987-6260. 970305 lac 0031503 EXHIBIT "A" Page 3 DIGITAL BUSINESS SYSTEMS CTI Solutions, Inc. COMPUTER TELEPHONY INTEGRATION IMPLEMENTATION FOR THE CITY OF PALO ALTO PLANNING After the City of Palo Alto has decided to install a CTI SOLUTIONS and DBS telephone system, a detailed installation program will be initiated. As described below, the program is completely planned, including survey and design, programming, testing, installation, and training, INSTALLATION Pre-installation CTI SOLUTIONS and DBS has conducted a pre-field surveys to determine the following: PBXfKEY SYSTEM CPU LOCATION PACIFIC BELL’S DEMARCATION LOCATION OF ALL TELEPHONE TERMINALS FEATURE PROGRAMMING OF TERMINALS In addition CTI SOLUTIONS and DBS will coordinate with PACIFIC BELL and your long distance provider to establish a date for cut-over, schedule the removal of old equipment, and order any special features required on your telephone lines as requested by your Sales Representative. Installation During the months of cut-overs the systems will be programmed, tested and burned-in for 48 ho~rs prior to installation. This assures the reliability of the equipment and confirms that the system’s programming is correct. All cabling appears to be in good and working condition. All existing cabling will be toned and tested.. At cut-over, the actual telephone terminals will be placed, the Main Distribution Frame will be completed and the system will be re-tested. POST INSTALLATION ~orporate Headquarters: San Francisco. CA 94105-2319 phone 415.536.4700 fax 415.536.4707 Service Center: 950 Comstock Street Santa Clara. CA 95054-3406 phone 800.284.9519 fax 40S.987.6260 Your CTI SOLUTIONS and DBS Customer Service Representative will be at the installation site at the start of the first business day following the cut-over. He/She will conduct training classes that have been pre-arranged to meet your needs. The CSR will also note how the system is performing based on the chosen programming perimeters. If changes are needed, they will be noted and communicated to the Installation Manager for immediate adjustment. Feel free to express any concerns or desires that you , may have and the CSR will be happy to make arrangements to resolve these issues. TRAINING The key to getting fult value from your investment is training. An important part of the CTI SOLUTIONS and DBS package is a professional approach to training your attendants, office personnel, and executives prior to and during the installation phase. Additional training is available on an hourly basis at $55.00 per hour. Exhibit B Page 1 Payment Schedule City shall pay to Contractor, on the basis of the price breakdown on page 2 of this exhibit, the sum of $116,949.48, in the following installments: $40,932.32 shall be payable within thirty (30) days after receipt of Contractor’s invoice in triplicate, upon execution of this agreement. $64,322.21 shall be payable upon receipt of the Contractor’s invoice in triplicate, upon delivery of the equipment described on pages 2-6 of this exhibit. This equipment is to be delivered in advance of installation to a secure location in the basement of City Hal!. $11,694.95 shall be payable within thirty (30) days after receipt of Contractor’s invoice in triplicate, upon City’s acceptance of the equipment described on page 2-8 of this exhibit after successful installation and completion of required training. 970317 lac 0031504 EXHIBIT "B" Page 2 Executive SummaD" Price Schedu~ A TTN: TO: TEL: FAX: Cliff Almeida Project Manager City of Palo Alto 250 Hamilton Street Palo Alto, CA 94303 ’ DA TEe !/7/97 REF:Executive Suramary CUT DATE: TBD TEI~IS:x’3~i~+X~li~i See Payment x~5~,~N~Schedule CTI Solutions, Inc. will. supply, instal!, and pro~am the equipment limed below fo: the prices stated. Junior Museum Downtown LibraD’ Mitchell Park Library. 1~ire Station #1 Fire Station #2 Fire Station #6 Animal Services RWQCP LSCC. Main Library Cultural Center Cubberley Community Center tree.) 6,304.20 4,848.20 3,297.00 . 3,864.00 4,851.00 7,571.20 4,662.00 22,400.00 !3,100.00 10,935.40 10,.?.18.60 6,486.20 Subtotal:108,537.80 SSC Tax:8,411.68 TOTALq $ 116,949.48! All pricing, unless stated otherwise, includes installation on existing cables, sales t,xx, training, and a complete 1 year ~-arranb" on parts and labor. Any changes irt location of any of the equipment or change in programming from initial configuration will be billed on a Time & Material bas~s. Additiona! labor rates, when necesm~" ~511 be billed separately at $105.00 for the first hour and $18.75 for eve~" 114 hour thereafter. iXccepted ~ignature ~ame Title Date CTI Solutions, Xnc. C.P. (Chris) Bruno Partner CTI Solutions, Inc. 224 F.-e~ont St.~t, San Francisco, CA 94105 Phone: (415] 53~-4700 Fax (415) A TTN:Ci~ "f Palo Alto C ,4 Adiminstration TO:Junior bluseum 1451 biidd[efiel.d Road Palo Alto, CA 94303 TEL: FAX: E.;~,[ail: 1 DKSUB280 1 RCTUA 1 KCOU 1 RCOS 2 PDKU 12 DKT2010-H 1 DKT2020-SD I BATY 1 PBTC-3M DK 280 Base Cabinet CPU: Smal! Confio~ration 4 Port CO Card 4 Port CO Daughter Card 8 Poet Digital Station Card 10 Button Digital Handsfree - Gray 20 Button Digital Speakerphone Di~lay - Gray Battery Back-up Reserve Power Cable (gft) A TTN: TO: TEL: FAX: E-Maih City of Palo Alto Contra~ Adiminstration Downtown Library 270 Forest Avenue Palo Alto, CA 94303. I DKSUB280 DK 280 Bas,’: Cabinet 1 I 1 7 1 l 1 RCTUA RCOU RCOS PDKU DKT2010-H DKT2020-SD BATT PBTC-3M CPU: Small Corthgau’arion 4 Port CO Card 4 Port CO Daughter Card 8 Por~ Digital Station Card 10 Button Digital Handsfree - Gray 20 Button Digi~tl Speaketphon~ Display - Cnay BaaeD¯ Back-up B.~sewe Power Cable (9~) A TTN: TO: TEL: .FAX: E-Mail: City. of Palo Alto Cont~’-t Adimi~’~ati0n Mitchell Park LibraD" 3"700 M.iddlefield Road Pato Alto, CA 94303 1 DKSUB16 DR16 B~e C.abine~ 1 DKSUEI6 1 KCDU 6 DKT2010-H 1 DKT2020-SD 1 BATT 1 PBTC-3M DK16 Expansion Cabinet 2 Port CO Line/4Port Digital Station Card 10 Button Digital Handsfi’ee - Gray 20 Button Distal Speakerphbne DispL.~" - Gray BaaeD, Back-up Reserve Power Cable (gR) TEL: FAX: E-Mail: Cit)" of Pal Contract Adiminsu:adon Fire Statiort # 1 301 Alma Street Pa!o A!to, CA 94303 EXHIBIT "B" Page 4 1 1 1 9 1 1 1 DKSUB16 DKSUE16 ¯ KCDU D KT2010-H DKT2020.SD BATI" PBTC-3M DK!6 Base Cabinet DK!6 Expan~on Cabinet 2 Port CO Linel4Port Distal Station Card 10 Button Digital Handsfree - Gray 20 Burton Digital Speakerphoae Display - Gray BatteD" Back-up. Reserve Power Cable (gft) A TTN: TO: TEL: FAX’: E.Mail: City of Palo Alto Contract Adiminstration Fire Station #2 2675 Hanover Street Palo Alto, CA 94303 1 DKSUB16 DK16 Base Cabhne’, 1 DKSUE16 2 KCDU. 13 DKT2010-H 1 DKT2020-SD 1 BATT 1 PBTC-3M DK16 E.xpa.,’tsion Cabinet 2 Pqrt CO Line/4Por~ Distal Station Card 10 Button Digital Handsfre¢ - Gr~’ 20 Button Digital Spemkerphone Display - Gray Batter)" B ack-up Keserve Powe~ Cable (gft) A TTN: TO: TEL: .FAX: E-Maih City of Palo Alto Contract Adiminstration Fire Station #6 711 Serra Street Palo Alto, CA 94303 1 DKSUB280 l KCTUA 1 P.COU 1 RCO5 3 PDKU 16 DKT2010-H 1 DKT2020-SD l BATT 1 PBTC-3M DK 280 Base Cabinet CPU: Small Cov.figxu-ation 4 Port CO Card 4 Port CO Daughter Card 8 Port DiStal Station Card 10 Button Digital Handsfi:ee - Gray . ¯ 20 Button Dig~.tal Sp*.a.kerphone Display - Gray Battery Back-up Resev,’e Power Cable (gft) Exhibit B Page 5a ,4 TTN: TO: TEL: FAX: E.Ala~.l: City ofPalo Aho Contract Adim~.stration Animal Se~’ic~ 3281 East BayshoreStreet Palo Alto, CA 94303 1 DKSUB16 1 DKSrJE16 2 KCDU 12 DKT2010-H 1 DKT2020-SD 1 BAT? 1 PBTC-3M DK!6 Base Cabinet DK.16 Expansion Cabin~ 2 Port CO Line/4Port Di#tal Station Card IO Burton Di~tat I-L~.ud~-f~ - Gray 20 Button Digita! Speakerphonc Display - Gray Battery Back-up P.eser~ Power Cable City of Palo Alto Regional Water Quality Control Plant 2501 Embarcadero Way Palo Alto, CA 94303 I System 2000IVS, Manufactured by NEC America, inc. City of Palo Alto Lucie Stern Community C~nter 1305 Middlefield Road Palo Alto, CA 94303 1 System 2000IVS, Manufactured by NEC America, Inc. Exhibit B Page 5b SYSTEM ITEMIZATION NEC NEAX 2000 IVS-Regional Water Plant 2-15001 O- UA-64 PORT INTERFACE MODULE 2 - 151301 - IN TERNAL B A TIE R Y- 30 MINUTE B A C K- UP 1-150025-COMPACT SMALL BUSINESS & H/M 1520S ~4,/CCIS 1-15 0 3 2 6-AD VANTA GE/UPGRADE (FD) 1530 8-150205-PN-4DLCD-4-PORT Dterm III DIGITAL STATION CARD 4-15 0100-PN-CO TB-4 PORT CO/TRUNK CARD 4-150200-PN-4LCD-4 PORT ANALOG STATION CARD 1-150 312-NEAX2000 MAT SOFTWARE 1-151460-PN-BSOO-B BUS INTERFACE PIM 0 1-151146-PN-BSO1 BUS INTERFACE PIM 1 32-5 70011-ETJ-16DC-2-16 BUTTON DIGITAL DISPLAY SET 16- 730050-ETJ-l-1 SINGLE LINE TELEPHONE Exhibit B Page 5c S YS TEM ITEMIZATION NEC NEAX 2000 IVS-L UCIE STERN 2-150010-UA-64 PORT INTERFA CE MODULE 2-151301-INTERNAL BATTERY-30 MINUTE BACK-UP 1-150025-COMPACT SMALL BUSINESS & HiM 1520S w/CCIS 1-150326-ADVANTAGE!UPGRADE (FD) 1530 10-150205-PN-4DLCD-4-PORT Dterm III DIGITAL STATION CARD 8-15 010 0-PN-C O TB-4 PORT CO/TRUNK CARD 1-150312-~2000 MAT SOFTWARE 1-151460-PN-BSOO-B BUS IN~RFA CE PIM 0 1-151146-PN-BSO1 BUS IN~RFACE PIM 1 32-570011-ETJ-16DC-2-16 BUTTON DIGITAL DISPLAY SET 2-5 70515-ETJ-16DD-2-16 BUTTON DIGITAL DISPLAY w/SD A TTN: TO: TEL: FAX: E.~ 4_ait. City of Palo Contra~ AdimLustradon b, gai n Libra,’3." 1213 Newel! Road Palo Alto, CA 94303 EXHIBIT ’" Page 6 L DKSUB280 1 RCTUA 2 RCOU 2 RCOS 3 PDKU 22 DKT2010-SD 1 DK’I’2020-SD 1 BATT 1 PBTC.3M DK 280 Base Cabinet CPU: Small Con_fi.guraIion 4 Port CO Card ¯ ~ Port CO Daughter Card 8 Port Digital Station Card 10 Button Digital Spe, akerphone Displa7 - Crray 20 Button Digital Speakerphone Display - Gray Battery. Back-up Reserve Power Cable (gR) A TTN: TO: TEL: FAX: E-3,.!aih City of Palo Alto C~nt~a~ Adiminstration Cultural Center 1313 Newell Road Palo Alto, CA 94303 1 DKSUB2g0 !RCTUA 2 RCOU 3 KeGS 3 PDKU ¯ 18 DKT2010-SD 1 DKT2020-SD 1 " BAT1" 1 PBTC-3M DK 280 Base Cabinet CPU: Small Configuration 4 Port CO Card 4 Port CODaughter Card 8 Port Di~tal Station Card 10 Buttou Dicta.1 Spea.kerphene Display - Gray 20 Button Distal Spea.k~-n’phone Display - Gray BatteD’ Back-u.c Reserve Power Cable (gft) A TTN: TO: TEL: FAX: E-Marl: City of Pal~ Alto Contra~ Adiminstration Cubberle.’," Commuuity Center (Recreation) 4000 bliddlefield Road Palo Alto, CA 94303 l DKSUB280 DK 280 Base Cabinet I RCTUA 2 RCOU I KCOS 2 PDKU I I DKT2010-H I DKT2020-SD I BATT 1 PBTC-3M CPU: Smal~ Corffi.mxrafion 4 Port CO Card 4 Port CO Daughte[ C~d . ¯ 8 Port Digital Sition Card 10 Button Digital Hands’free - Gray 20 Button Digital Spemkerphone Display - Gray Battery Back-up Reserve Po~,er Cable (gft) EXHIBIT "C" PART III - INSURANCE IUIREMENTS Long Form City Palo Alto:SECTION 65~ CONTRACTOR: PROJECT MANAGER: CONTRACT NAME: Insurance Requirements for Contractors I" Cliff Almeida, ASD/ITS Multi-Line Telephone System Replacement GENERAL TERMS AND INSTRUCTIONS THIS INSTRUCTION SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENTi"~ROKER REQUIRED TO PRO~DE A CER~FI~ ~DENCING ~E INSU~CE ~O ~ING ~E C~ ~ ~ ~D~IO~ INSURED ~L INSU~NCE CO~GE REQUIRED S~L BE ~E CER~FI~ OF INSU~CE ~U~ BE CO~PL~D ~D ~C~D BY ~ A~OR~ED REPRESE~A~VE OF ~E CO~P~ PRODDING INSU~CE. FILED ~ ~E ~D ~PRO~D BY ~E C~ BEFORE ~CT ~LL BE C~SlDERED CO~PL~ ~ RESPECTS INSU~CE RETURN THE COMPLETED CERTIFICATE TO-THE CI~OF PALO ALTO, PURCHASING & CONTRACT ADMINISTRATION, 250 HAMILTON AVENUE, PALO ALTO 94301. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT. . REQUIREMENT D. E. F. TYPE OF COVERAGE . ~Worker’s Compensation [] Auton~bile Liability ~.Cornprehensive General Liability: INCLUDING: ¯ PERSONAL INJURY ¯ BROAD FORM PROPERTY DAMAGE ¯ BLANKET CONTRACTUAL ¯ FiRE LEGAL LiAbILITY ~1 Comprehensive Automobile Liability: INCLUDING: ¯OWNED ¯HIRED ¯NON-OWNED Statutory BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED BODILY INJURY ~,E ~.~ PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED []Professional Liability: INCLUDING: . ¯ ERRORS AND OMISSIONS ¯ MALPRACTICE (If h, pplicable) ¯ NEGLIGENT PERFORMANCE j~ *THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED ALL DAMAGES $1,000,000 The City of Palo Alto, its officers, agents and employees are named as additional insured, but only as to work performed under contract. Said ¢=~a-age as to the City of Pab Alto, etc., shal~ be primary coverage, without offset against City’s existing insurance and any other insurance carried by the City being excess insurance only. VVhe’e the ~ invokes grading, paving, excavating, ddlling or other underground work, the policy includes destruction of wires, conduits, pipes, mains, or el:her s~m~r property or any apparatus in connection therewfth below the.surface of the ground whether owned by third parties or the C~ of Palo Alto. Where the work involves excavating, collapse coverage is provided in the amounts a~ove. The policy includes a "Severabil~ of Interest" provision. Deductibles over $5,600 must be indicated and are subject to approval. If such policies are canceled or changed during the period of coverage as stated herein, in such a manner as to affect the Certificate, thirty (30) days written notice will be mailed to the City of Palo Alto, Contract Administration, P.O. Box 10250, 94303 The ~bility insurance po~L’.-’y ir~JL~s a contractual liability endorsement providing insurance coverage for Contractor’s agreement to indemnify the C~. The coverage afforded under the policies is subject to all terms of the pali¢ies designated herein and meets all of the provisions called for herein. DATE:CONTRACT ADMINISTRATOR:,~ Ken M.-Haskins, Manager {415) 329-2~ END OF SECTION " CITY OF PAL0 ALTO: Insurance Requirements (REVI6/94)SECTION 00650-1