HomeMy WebLinkAboutAtel Communications Inc; 2011-04-25;RATIFICATION OF AMENDMENT NO.6 TO EXTEND THE AGREEMENT FOR
TELEPHONE SYSTEMS AND VOICE NETWORK MAINTENANCE & SUPPORT SERVICES
ATEL COMMUNICATIONS, INC.
"~~Jt:J
(llTPl$. Jf~ti. "fi?ation of Amendment fi~~ is enter~d into as of the I ,:J, ·/ day of
" _A Ur L)f , 20 i .::.:1 but effective as of the 26th day of July 2015,
extending the agreement dated December 24, 2014 (the "Agreement") by and between the City
of Carlsbad, a municipal corporation ("City"), and Atel Communications, Inc. ("Contractor")
(collectively, the "Parties") for Telephone Systems and Voice Network Maintenance & Support
Services.
RECITALS
A. On May 23, 2012, the Parties executed Amendment No. 1 to the Agreement for
Telephone Systems and Voice Network Maintenance & Support Services; and
B. On February 13, 2013, the Parties executed Amendment No. 2 to the Agreement
for Telephone Systems and Voice Network Maintenance & Support Services; and
C. On May 12, 2014, the Parties executed Amendment No. 3 to the Agreement to
alter the Agreement's term from Annual to Quarterly; with quarterly billing and payments not to
exceed seven thousand four hundred eighty seven dollars ($7,487.00) per quarter. With that
modification to the Agreement's Term from Annual to Quarterly, seven additional quarterly
extensions remain in the Agreement; and
D. On July 7, 2014, the Parties executed Amendment No. 4 to the Agreement to
extend the Agreement from July 26, 2014 to January 25, 2015.
E. On December 24, 2014 the Parties executed Amendment No. 5 to the Agreement
to extend the Agreement from January 26, 2015 to July 25, 2015.
F. The Agreement, as amended from time to time expired on July 25, 2015 and
Contractor continued to work on the services specified therein without the benefit of an
agreement; and
G. The Parties desire to extend the Agreement for a period of nine (9) months (three
quarters), starting July 26, 2015 toApril25, 2016.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. The retroactive extension and amendment of the Agreement is ratified.
2. That the Agreement, as may have been amended from time to time, is hereby
extended for a period of nine (9) months (three quarters) ending on April 25, 2016 for an amount
not to exceed Twenty Two Thousand Four Hundred Sixty One dollars ($22,461.00).
3. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
4. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
City Attorney Approved Version 1/30/13
5. The individuals executing this Amendment and the instruments referenced in it on
behalf of Contractor each represent and warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions of this Amendment.
CONTRACTOR
B~
(s· ere)
~ ul a ~voch !k?e Jk,/Jc?if' ' J (print ~me/title) '
By:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
City Manager-9!=-Mewef-e!F-Btt'el:ftelr-
Kathryn B. Dodson, Interim City Manager
BARBARA ENrlOESON
City Clerk "')
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
City Attorney Approved Version 1/30/13
AGREEMENT FOR TELPHONE SYSTEMS AND VOICE NETWORK
MAINTENANCE AND SUPPORT SERVICES
ATEL COMMUNICATIONS, INC
THIS AGREEMENT is made and entered into as of the *£L day of
Aprt'L _ , 20 f 1, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and ATEL Communications, Inc., a California Corporation, ("Contractor").
RECITALS
A. City requires the professional services of a telephone maintenance contractor
that is experienced in the maintenance and support of NEC telephone systems.
B. Contractor has the necessary experience in providing professional services and
advice related to the maintenance and support of NEC 2000 and 2400 Private Branch
Exchanges (PBX) and the associated components that comprise the City's telephone systems
and voice network.
C. Selection of Contractor is expected to achieve the desired results in an expedited
fashion.
D. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and
skill customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment
while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of 1 year from the date first above
written. The City Manager may amend the Agreement to extend it for 4 additional 1 year periods
or parts thereof in an amount not to exceed thirty five thousand dollars ($35,000) per Agreement
year. Extensions will be based upon a satisfactory review of Contractor's performance, City
needs, and appropriation of funds by the City Council. The parties will prepare a written
amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
City Attorney Approved Version 2.18.11
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will not
exceed thirty five thousand dollars ($35,000). No other compensation for the Services will be
allowed except for items covered by subsequent amendments to this Agreement. The City
reserves the right to withhold a ten percent (10%) retention until City has accepted the work
and/or Services specified in Exhibit "A".
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within
thirty (30) days for any tax, retirement contribution, social security, overtime payment,
unemployment payment or workers' compensation payment which City may be required to
make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work
done under this Agreement. At the City's election, City may deduct the indemnification amount
from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless
specifically noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that
this section will survive the expiration or early termination of this Agreement.
City Attorney Approved Version 2.18.11
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The
insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII". OR
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless City
Attorney or City Manager approves a lower amount. These minimum amounts of coverage will
not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-
limit per occurrence for bodily injury, personal injury and property damage. If the submitted
policies contain aggregate limits, general aggregate limits will apply separately to the work
under this Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
10.1.3 Workers' Compensation and Employer's Liability. Workers'
Compensation limits as required by the California Labor Code. Workers' Compensation will not
be required if Contractor has no employees and provides, to City's satisfaction, a declaration
stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion of the work.
If box is checked, Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required
under this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be named as an additional insured on General Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
City Attorney Approved Version 2.18.11
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's
execution of this Agreement, Contractor will furnish certificates of insurance and endorsements
to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
maintain the required coverages. Contractor is responsible for any payments made by City to
obtain or maintain insurance and City may collect these payments from Contractor or deduct the
amount paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime,
complete and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of
three (3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
City Attorney Approved Version 2.18.11
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behalf of City and on behalf of Contractor under this Agreement.
For City For Contractor
Name Gordon Peterson Name Steven Handelman
Title Director Title President
Department Information Technology Address 8447 Miramar Mall
City of Carlsbad San Diego, CA 92121
Address 1635 Faraday Ave. Phone No. 858-646-4600
Carlsbad CA 92008
Phone No. 760-602-2450
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in any manner affect those employed by Contractor, or in any way affect the
performance of the Services by Contractor. Contractor will at all times observe and comply with
these laws, ordinances, and regulations and will be responsible for the compliance of
Contractor's services with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants that the services required
by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both
parties involved along with recommended methods of resolution, which would be of benefit to
both parties. The representative receiving the letter will reply to the letter along with a
recommended method of resolution within ten (10) business days. If the resolution thus
obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded
City Attorney Approved Version 2.18.11
to the City Manager. The City Manager will consider the facts and solutions recommended by
each party and may then opt to direct a solution to the problem. In such cases, the action of the
City Manager will be binding upon the parties involved, although nothing in this procedure will
prohibit the parties from seeking remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, City may terminate this Agreement upon written notice to
Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any
documents owned by City and all work in progress to City address contained in this Agreement.
City will make a determination of fact based upon the work product delivered to City and of the
percentage of work that Contractor has performed which is usable and of worth to City in having
the Agreement completed. Based upon that finding City will determine the final payment of the
Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product
and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee
payable under this Agreement. City will make the final determination as to the portions of tasks
completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or
violation of this warranty, City will have the right to annul this Agreement without liability, or, in
its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement
for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction
is grounds for City to terminate this Agreement.
City Attorney Approved Version 2.18.11
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and
Contractor and their respective successors. Neither this Agreement or any part of it nor any
monies due or to become due under it may be assigned by Contractor without the prior consent
of City, which shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it,
along with the purchase order for this Agreement and its provisions, embody the entire
Agreement and understanding between the parties relating to the subject matter of it. In case of
conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor
any of its provisions may be amended, modified, waived or discharged except in a writing
signed by both parties.
City Attorney Approved Version 2.18.11
26. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
ATEL Communications,
CITY OF CARLSBAD, a municipal
corporation of the State of California
r -\
iere)
Steven Handelman, President
anager or Mayor or Director
(sign here)
Steven Handelman, Secretary
(print name/title)
LORRAINE M. WOOD
City Clerk
If required by City, proper notarial acknowledgment of execution by contractor must
attached. If a Corporation, Agreement must be signed by one corporate officer from each of the
following two groups.
*Group A.
Chairman,
President, or
Vice-President
**Group B.
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
By:
-Ooputy City Attorney
City Attorney Approved Version 2.18.11
Exhibit "A"
Scope of Services for
Telecommunications Maintenance
ATEL Communications, Inc. hereinafter referred to as ATEL, will provide maintenance for a
period of one (1) year from the date of agreement for all telephony components including
software upgrades to PBX's and Aimworx for the City of Carlsbad NEC Telephony network at a
cost of Twenty Eight Thousand Seven Hundred and Fifty dollars ($28,750.00) annually.
The general scope of work for maintenance requirements are as follows:
Trouble shoot, repair or replace in a timely manner at no cost to the City, any malfunctioning
piece of hardware or software comprising the City's telecommunication systems. This includes
external hardware, such as digital telephones, cordless equipment and other peripheral devices.
Exclusions are:
• Damages resulting from acts of nature, Government, and third parties; neglect and
misuse, work performed by persons other than those authorized by ATEL.
• The city requires replacement with the same or more current version of any failed
software.
• The City requires replacement with the same or more current version of any failed
hardware.
• ATEL will maintain the stock of necessary components, creating and maintaining system
backup and technical personnel available 24/7/365. Every time ATEL makes a
significant change to the PBX configuration, a backup will be updated. Also, normal
periodic backups are performed weekly or monthly based upon the amount of significant
changes made to the system.
• Vendor is required to work cooperatively with City employees and other vendors, as
required, to determine cause, and best practice solutions, to correct problems relating to
the City's telecommunication systems.
• Two levels of response are provided to the City under this agreement, normal and
emergency:
• EMERGENCY: A malfunction on any of the City's PBX systems which causes a
significant interruption (such determination to be made reasonably and solely by the City)
to telecommunications. Such a situation will be classified a service emergency and
ATEL within two (2) hours of notification, will have a qualified, properly equipped and
certified technician on site.
• NORMAL: Problems not falling into the above category will be deemed normal and
ATEL will have a qualified, properly equipped and certified technician on site at the
appropriate City location on the same or next business day following problem
notification.
The proposed solution includes preventative maintenance per manufacturer specifications
to the components of the City's telephone systems and voice network system including
backup batteries attached to PBX's and DRU's.
Before any technician who has responded to a repair request leaves the City campuses,
they will report either directly or via voice mail the final or current status of the repair to
an appropriate member of the Information Technologies staff. Documentation of services
as well as changes to the City's NEC infrastructure should be completed and submitted to
the City as requested. Charges shall be included in the repair invoice labor hours.
System Overview:
This maintenance proposal covers all existing telephone system(s) and voice network(s)
along with all of the existing components of the City's telephone system(s) and voice
network system(s) listed below (with the exception of the voice mail system) including
Private Branch Exchange (PBX), Aimworx, handset/instruments (digital and analog)
Digital Remote Units (DRU), Key System, and battery backup systems attached to PBX's
and DRU's.
Faraday (1635 Faraday Avenue):
2400 IMX
o Software version 11, Issue 03.00.069
o 424 Extension (81 analog, 274 digital, 73 virtual)
o Fusion Network Control
o 3 Port Interface Modules (PIM)
o Supports 5 Digital Remote Unit (DRU) Sites
1. Harding Community Center (3096 Harding Street)
2. Stagecoach Park/Community Center (3420 Camino DeLos Coches)
3. Swim Complex (3401 Monroe Street)
4. Calavera Park/Community Center (2997 Glasgow Drive)
5. Senior Drive (799 Pine Avenue)
Aimworx
o Version 5.0
o Runs on Microsoft SQL
o Licensed:
1. 5000 Users
2. SPE 2400 5000 Lines
3. SPE 2000 Unlimited Lines
Voice Mail (Maintenance covered under separate agreement)
o AVST
City Hall (1200 Carlsbad Village Drive)
o 2400IMX
o Software Version 11, Issue 03.00.69
o 224 Extensions (23 analog, 141 digital, 60 virtual)
o 2PIM's
o Supports 2 Remote DRU Sites
1. Housing and Redevelopment (2965 Roosevelt)
2. Public Works - Oak (405 Oak Avenue)
o Supports 3 Remote Sites via copper feed
1. Arts Office (2955 Elmwood Avenue)
2. Public Works - Parks Maintenance (1166 Carlsbad Village Drive)
3. Georgina Cole Library (1250 Carlsbad Village Drive)
o Supports 4 Remote Site via OPX lines
1. Adult Learning Center (1207 Carlsbad Village Drive)
* 4OPEXLines
* NEC Electra Key Telephone System
2. Holiday House (3235 Eureka Place)
* 4 OPX Lines
3. Kruger House (3218 Eureka Place)
* 1 OPX Line
4. Scout House (3255 Eureka Place)
* 1 OPX Line
Safety (2560 Orion Way)
2400 IMX
o Software Version 11, Issue: 03.00.69
o Extensions 330 (29 analog, 195 digital, 106 virtual)
1. Several extensions have ADA units installed to interface with
external analog recording devices
o 3PIM's
o Supports 5 Remote DRU Sites
1. Fire Station 1 (1275 Carlsbad Village Drive)
2. Fire Station 2 (1906 Arenal Road)
3. Fire Station 3 (3701 Catalina Drive)
4. Fire Station 4 (6885 Batiquitos Drive)
5. Fire Station 6 (3131 Levante Street)
o Supports 2 Remote Sites via copper wire
1. Fire Station 5 (2540 Orion Way)
2. Fleet Maintenance (2480 Impala Drive)
Library (1775 Dove Lane)
2000 IPS
o Software SC Number: SC-3248, Issue: Hl-0005.05
o 82 Extensions (15 analog, 79 digital, 12 virtual)
o 3PIM's
o WCS Wireless System
1. 6 Zone Transceivers (ZT)
2. 4 PSII handsets
Maintenance & Water Operation (5950 El Camino Real)
2000 IVS
1. Software Series 1820-1730 Issue: CJ 02.03
2. 82 Extensions (27 analog, 43 digital, 12 virtual)
3. 2PIM's
Handsets / Instruments
Digital Handsets/Instruments
o D-Term Series E
1. 8 (DTP-8D-1/DTP-8-1). 16 (DTP-16D-1), and 32 (STP-32D-1) Button
o Cordless
1. DTERM Cordless (ETW-4R-1)
2. DTERM Cordless II (DTR-4R-2)
Analog Handsets/Instruments
o A wide variety of single line and dual line analog phones are in use
Conference Phones
o Several locations use Polycom Sound Station conference phones
Each of the City's PBX's is inter-networked using Fusion between each of the 2400's and using
CCIS between each of the 2000's.
Telecommunications
Adds / Moves / Changes
The general scope of work for the Add/Move/Change aspect of the proposal will include the
following:
• For Add/Move/Change requests and requests for estimates, ATEL will have a qualified,
properly equipped and certified (if applicable) technician on site at the City within five
(5) working days to begin work on such requests. For large and/or complex requests,
ATEL and City Staff will negotiate a mutually agreeable date upon which the estimation
process will be completed. All estimates must be submitted in a line item, detailed
format that discloses the scope of work, labor hours and cost breakdowns for hardware
and software components.
• The City will have the ability to order additional NEC equipment such as telephone
instruments and PBX cards.
• All equipment purchased by the City from ATEL will be covered by a minimum of
twelve (12) months full parts and labor guarantee.
• Before any technician who has responded to an Add/Move/Change request leaves the
City campus, they will report either directly or via voice mail the final or current status of
the Add/Move/Change to an appropriate member of the Information Technology staff.
From time to time, the City, at its expense, will relocate equipment from one physical
location to another. The relocation of the equipment does not suspend, change or limit
the terms of the maintenance coverage of any such relocated equipment in any way.
Relocations involving individual telephone instruments will usually be done by City staff.
City of Carlsbad
Summary Pricing Overview
ANNUAL FEE:
Telecommunications Maintenance
$28,750.00
DISCOUNT PLAN:
DISCOUNTED LABOR RATE:
MINIMUM CHARGE:
TRIP TIME:
Telecom m u n ications
Adds / Moves / Changes
20% parts and labor
$ 99.60/hr during normal business hours
Normal business hours are:
Monday through Friday 8:00 AM-5:00 PM
$149.40/hr emergency business hours
Emergency hours are anytime before 8:00 AM and after 5:00 PM
Monday through Friday
1 hour (Including trip-time)
Actual time billed, not to exceed 30 minutes (max=$49.80)
Trip time is defined as the travel time from the location notification
point to the actual job-site. Minimum charge is 15 minutes and
maximum is 30 minutes. Time is allotted towards the one (1) hour
minimum.