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Budget to replace these outdated systems.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