Invitation to Bid Document - MyFlorida.com


Jan 7, 2015 - ...

0 downloads 90 Views 2MB Size

SERVICES – 12-14

State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450

INVITATION TO BID REGISTRATION ****************************************************************************** PLEASE COMPLETE AND RETURN THIS FORM ASAP TO THE ABOVE ADDRESS OR E-MAIL TO: [email protected] ****************************************************************************** Bid Number: ITB-DOT-14/15-9021-JP Title: Furnish, Install and Commission Networking Equipment at Locations in Tallahassee Bid Due Date & Time (On or Before): January 7, 2015 at 3:00 P.M., Local Time Potential bidders should notify our office by returning this Registration Form as soon as possible after downloading. Complete the information below and e-mail this sheet only to the Florida Department of Transportation Procurement Office or mail to the address noted above.

THE INVITATION TO BID DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE. Notice of changes (Addenda), will be posted on the Florida Vendor Bid System at www.myflorida.com , under this bid number (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, then click on “Search Advertisements”, click on the drop-down arrow beside the box under Advertisement Type, select Competitive Solicitation, click on the drop-down arrow beside the box under Agency, select DEPARTMENT OF TRANSPORTATION, then go to the bottom of the same page and click on Initiate Search). It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. Company Name: Address: City, State, Zip: Telephone: (

)

Fax Number: (

)

Contact Person: Internet E-Mail Address: __________________________________________________ For further information on this process, you may e-mail or telephone: (Joyce Plummer at [email protected] (850) 414-4568.

1

.

BID SHEET BID NUMBER: ITB-DOT-14/15-9021-JP FOB: Tallahassee Telecommunications Network Sites BID TITLE: Furnish, Install and Commission Networking Equipment at Locations in Tallahassee WORK SITE LOCATIONS Project 1. Transportation Engineering Research Lab (TERL)

PRICE:

Phase 1. Equipment

$_____________________

Phase 2. Equipment Installation Substantial Completion

$_____________________

Phase 3. Testing and Documentation

$_____________________

Project 2. Tallahassee FHP Site (TFHP) Phase 1. Equipment

$_____________________

Phase 2. Equipment Installation Substantial Completion

$_____________________

Phase 3. Testing and Documentation

$_____________________

Project 3. Tallahassee Public Safety Complex (PSC) Phase 1. Equipment

$____________________

Phase 2. Equipment Installation Substantial Completion

$____________________

Phase 3. Testing and Documentation

$____________________

Project 4. FDOT ITS Central Office – Rhyne Building Phase 1. Equipment

$____________________

Phase 2. Equipment Installation Substantial Completion

$____________________

Phase 3. Testing and Documentation

$____________________

Project 5. Statewide Emergency Operation Center (SEOC) Phase 1. Equipment

$_____________________

Phase 2. Equipment Installation Substantial Completion

$_____________________

Phase 3. Testing and Documentation

$_____________________

*Total Price for Projects 1-5

$

_________________

*The Total Price for Projects 1-5 will be used to determine the intended award of this contract. 2

MFMP Transaction Fee: All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the 1% MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14.

NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. Bidder: _______________________________ FEID#_______________________________ Address: _______________________________ City, State, Zip:_______________________ Phone: _____________________Fax:______________ E-mail:_______________________ Authorized Signature: ______________________________________ Date: ______________ Printed/Typed: _________________________________________Title:___________________

3

ITB-DOT-14/15-9021-JP

MINIMUM QUALIFICATIONS STATEMENT How many years has your business performed the type of services being requested? ______________ Provide a written statement detailing your qualifications: ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________

WORK REFERENCES List the names of three references for which your business has provided similar services. BUSINESS NAME

ADDRESS

CONTACT PERSON

PHONE NO.

1. ________________________________________________________________________________________ 2. ________________________________________________________________________________________ 3. ________________________________________________________________________________________

4

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

DRUG-FREE WORKPLACE PROGRAM CERTIFICATION

375-040-18 PROCUREMENT 06/12

287.087 Preference to businesses with drug-free workplace programs. --Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drugfree workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. (6)

Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

Does the individual responding to this solicitation certify that their firm has implemented a drug-free workplace program in accordance with the provision of Section 287.087, Florida Statutes, as stated above? YES NO

NAME OF BUSINESS:

5

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

375-040-24 PROCUREMENT 12/09

MBE PLANNED UTILIZATION FINANCIAL PROJECT NO.

PROCUREMENT NO.

(DEPARTMENT USE ONLY)

DESCRIPTION: ,

I,

(title)

(name)

of plan to subcontract at least Business Enterprises.

% (percent) of the project costs on the above referenced project to Minority

If I have indicated above that a portion of the project costs will be subcontracted to MBE(s), the firms considered as proposed subconsultants/contractors and the types of services or commodities to be subcontracted are as follows: TYPES OF SERVICES/COMMODITIES

MBE SUBCONSULTANTS/CONTRACTORS

I understand that I will need to submit Minority Business Enterprises (MBE) payment certification forms to the Department for reporting purposes only. Signed: Title: Date:

6

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

375-040-27 PROCUREMENT OGC - 10/04

PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, (name)

(hereinafter called Vendor) of (address)

and (hereinafter called Surety) of

(name)

,

(address)

duly authorized to do business in the State of Florida, are held and firmly bound unto the State of Florida in the full and just Dollars ($ sum of

),

lawful money of the United States of America, to be paid to the Florida Department of Transportation (hereinafter called the Department), to which payment will and truly to be made we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally and firmly by these presents; ,

WHEREAS, the above Vendor has subscribed to an agreement with the Department to bear the date of for contractual services agreement in connection with

in

County(ies),

particularly known as (hereinafter called the Agreement), upon certain terms and conditions in said Agreement more particularly mentioned; and NOW, THEREFORE, The condition of this obligation is such that if the above Vendor in all respects will comply with the terms and conditions of said Agreement, and its obligations thereunder, including the Scope of Services, Specifications, General Conditions, Special Conditions, Bid Blank therein referred to and made a part thereof, and such alterations as may be made in said conditions and specifications, as therein provided for; and, further, if such Vendor will promptly make payment to all persons supplying labor, material, equipment and supplies, used directly or indirectly by the said Vendor or any subcontractor(s) in the prosecution of the work provided for in said Agreement, and promptly will pay all State Workers' Compensation and Unemployment Compensation taxes incurred in the performance of the said Agreement and will pay to the Department any amount in money or property, the Department may lose or be overcharged or otherwise defrauded of, by reason of any wrongful or criminal act of the Vendor, its agents, or employees, then this obligation is to be void; otherwise, to be and remain in full force and virtue in law. WITNESS the signature of the Vendor and the signature of the Surety by its (Agent or Attorney-in-Fact, or otherwise) with seals of said Vendor and Surety hereunto affixed this day of

Surety

, Vendor

BY:

BY: Authorized Signature(s)

Signature

TITLE:

TITLE: Attorney-in-Fact/Agent

(Surety Seal)

ATTEST: Secretary/Notary

Name/Telephone #:

BY: Signature

Address:

NOTE: Attach Power of attorney showing authority of Surety's Agent or Attorney-in-Fact. This bond is not for public works contracts required by Section 255.05, Florida Statutes. 7

.

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Florida Statutes 287.135

VENDOR CERTIFICATION REGARDING

375-030-60 PROCUREMENT

SCRUTINIZED COMPANIES LISTS

06/11

Respondent Vendor Name: _________________________________________________________ Vendor FEIN: ___________________ Vendor’s Authorized Representative Name and Title: _____________________________________ Address: _______________________________________________________________________ City: ______________________ State: _____________________________ Zip: ______________ Phone Number: ____________________________________ Email Address:

.

Section 287.135, Florida Statutes, prohibits agencies from contracting with companies, for goods or services of $1 million or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the section entitled “Respondent Vendor Name” is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.

  Certified By: __________________________________________________________, who is authorized to sign on behalf of the above referenced company. Authorized Signature Print Name and Title:_________________________________________     

8

State of Florida Department of Transportation

INVITATION TO BID Furnish, Install and Commission Networking Equipment at Locations in Tallahassee ITB-DOT-14/15-9021-JP CONTACT FOR QUESTIONS:

Joyce Plummer, Procurement Agent [email protected] Fax: (850) 414-4951 Phone: (850) 414-4568 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450

9

INTRODUCTION SECTION 1) INVITATION The State of Florida Department of Transportation (hereinafter referred to as the "Department") is soliciting written bids from qualified bidders to establish a contract to provide Furnish, Install and Commission Networking Equipment at Locations in Tallahassee. It is anticipated that the term of the contract will begin on or about February 1, 2015 and be effective for twelve (12) months thereafter. For the purpose of this document, the term "bidder" means the bidder acting on their own behalf and those individuals, partnerships, firms, or corporations comprising the bidder team. The term "bid package" means the complete response of the bidder to the Invitation to Bid, including properly completed forms and supporting documentation. After the award, said bidder will be referred to as the "Vendor". 2) TIMELINE Provided below is a list of critical dates and actions. These dates are subject to change. Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid.

ACTION / LOCATION

DATE

LOCAL TIME

DEADLINE FOR TECHNICAL QUESTIONS There is no deadline for administrative questions.

December 15, 2014

05:00 PM

BIDS DUE (ON OR BEFORE) -

January 7, 2015

03:00 PM

January 7, 2015

03:00 PM

January 13, 2015

05:00 PM

Florida Department of Transportation Procurement Office – Haydon Burns Building Attn: Joyce Plummer 605 Suwannee Street, Mail Station 20 Fourth Floor – Room 439 Tallahassee, Florida 32399-0450 PUBLIC OPENING -

Florida Department of Transportation Procurement Office – Haydon Burns Building Attn: Joyce Plummer 605 Suwannee Street, Mail Station 20 Fourth Floor – Conference Room 440-A Tallahassee, Florida 32399-0450 POSTING OF INTENDED DECISION/AWARD (on the Florida Vendor Bid System)

3)

BID OPENING AGENDA

The sealed bids will be opened by the Department's Procurement Office personnel at the date, time and location in the Timeline. All bid openings are open to the public and will be conducted according to the following agenda: Opening remarks – Approximate time of 2 minutes by Department Procurement Office personnel. Public input period – To allow a maximum of 15 minutes total for public input related to the bid solicitation. Bids opened – At conclusion of public input or 15 minutes, whichever occurs first, bids received timely will be opened with bidder’s name and prices to be read aloud. Adjourn - After all bids received timely have been opened, the meeting will be adjourned. 10

4) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at a pre-bid conference, public meeting, and/or opening shall contact the contact person at the phone number, e-mail address or fax number provided on the title page at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD).

SPECIAL

CONDITIONS

1) MyFloridaMarketPlace BIDDERS MUST BE REGISTERED IN THE STATE OF FLORIDA’S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE BID OPENING OR THEY MAY BE CONSIDERED NON-RESPONSIVE (see Special Condition 21). All prospective bidders that are not registered should go to https://vendor.myfloridamarketplace.com/ to complete on-line registration, or call 1-866-352-3776 for assisted registration. All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the 1% MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14. 2) Florida Department of Financial Services (DFS) W-9 INITIATIVE The Florida Department of Financial Services (DFS) requires all vendors that do business with the state to submit an electronic Substitute Form W-9. Vendors must submit their W-9 forms electronically at https://flvendor.myfloridacfo.com to receive payments from the state. Contact the DFS Customer Service Desk at (850) 413-5519 or [email protected] with any questions. 3) QUESTIONS & ANSWERS In accordance with section 287.057(23), Florida Statutes, respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Any technical questions arising from this Invitation to Bid must be forwarded, in writing, to the procurement agent identified below. Questions must be received no later than the time and date reflected on the Timeline. The Department’s written response to written inquiries submitted timely by bidders will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”), under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting their bid. WRITTEN TECHNICAL QUESTIONS should be submitted to: [email protected] Questions regarding administrative aspects of the bid process should be directed to Joyce Plummer at [email protected] or by phone: (850) 414-4568.

11

4)

ORAL INSTRUCTIONS / CHANGES TO THE INVITATION TO BID (ADDENDA)

No negotiations, decisions, or actions will be initiated or executed by a bidder as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. All Addenda will be acknowledged by signature and subsequent submission of Addenda with bid when so stated in the Addenda. 5) DIVERSITY ACHIEVEMENT MINORITY BUSINESS ENTERPRISE (MBE) UTILIZATION The Department, in accordance with Title VI of the Civil Rights Act of 1964, 42 USC 2000d- 2000d-4, Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that the Department will affirmatively ensure that in any contract/agreement entered into pursuant to this advertisement, minority and disadvantaged business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated on the basis of race, color, national origin, or sex in consideration for an award. The Department encourages small, minority, women, and service-disabled veteran businesses to compete for Department contracts, both as “Vendor” and as subcontractors. The Department, its vendors, suppliers, and consultants should take all necessary and reasonable steps to ensure that small, minority, women, and service-disabled veteran businesses have the opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. Bidders are requested to indicate their intention regarding MBE participation on the MBE Planned Utilization form and to submit the completed form with their Bid Sheet. The contract vendor will be asked to submit payment certification for MBE subcontractors used. To request certification or to locate certified MBEs, call the Office of Supplier Diversity, Department of Management Services at (850) 487-0915, or access their MBE directory on the Internet at www.osd.dms.state.fl.us/.

6) SCOPE OF SERVICES Details of the services, information and items to be furnished by the Vendor are described in Exhibit "A", Scope of Services, attached hereto and made a part hereof. 7) INTENDED AWARD The Department intends to award this contract to the responsive and responsible bidder that submits the lowest responsive bid. If the Department is confronted with identical pricing or scoring from multiple vendors, the Department shall determine the order of award in accordance with section 295.187(4), Florida Statutes, and Rule 60A-1.011 Florida Administrative Code. 8) PRE-BID CONFERENCE: A PRE-BID CONFERENCE WILL NOT BE HELD.

12

9) QUALIFICATIONS 9.1 GENERAL Bidder must meet the following minimum qualifications: 9.1.1

Been actively engaged in the type of business being requested for a minimum of five (5) years. Bidder must provide written documentation from Avaya that they are a certified Avaya Partner and fully authorized to install, test and commission the equipment.

9.2 BIDDER QUALIFICATIONS When submitting the bid, each bidder must submit a written statement (“Minimum Qualifications Statement” form), detailing their qualifications that demonstrate they meet the minimum qualifications contained in Special Condition 9.1.1, above. Failure by the bidder to provide the above item(s) will constitute a nonresponsive determination. Bids found to be non-responsive will not be considered. 9.3 AUTHORIZED TO DO BUSINESS IN THE STATE OF FLORIDA In accordance with sections 607.1501, 608.501, and 620.9102, Florida Statutes, out of state corporations, out of state limited liability companies, and out of state limited partnerships must be authorized to do business in the State of Florida. Such authorization should be obtained by the bid due date and time, but in any case, must be obtained prior to posting of the intended award of the contract. For authorization, contact: Florida Department of State Tallahassee, Florida 32399 (850) 245-6051 9.4 LICENSE TO CONDUCT SERVICES IN THE STATE OF FLORIDA If the services being provided requires that individuals be licensed by the Department of Business and Professional Regulation, such licenses should be obtained by the bid due date and time, but in any case, must be obtained prior to posting of the intended award of the contract. For licensing, contact: Florida Department of Business and Professional Regulation Tallahassee, Florida 32399-0797 (850) 487-1395 9.5 E-VERIFY Vendors/Contractors: 1. shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and 2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. 10) WARRANTY/SUBSTITUTIONS When performance of the services requires the supply of commodities, a warranty is required on all items provided against defective materials, workmanship, and failure to perform in accordance with required industry performance criteria, for a period of not less than ninety (90) days from the date of acceptance by 13

the purchaser. Any deviation from this criteria must be documented in the bid response or the above statement shall prevail. Delivery of substitute commodities requires prior written approval from the ordering location.

Replacement of all materials found defective within the warranty period shall be made without cost to the purchaser, including transportation if applicable. All fees associated with restocking cancelled orders shall be the responsibility of the vendor. All items provided during the performance of the contract found to be poorly manufactured will not be accepted, but returned to the vendor, at their expense, for replacement. Replacement of all items found defective shall be made without cost to the Department, including transportation, if applicable. As it may be impossible for each facility to inspect all items upon arrival, a reasonable opportunity must be given to these facilities for inspection of the items, and returning those that are defective. 11) LIABILITY INSURANCE The Vendor shall not commence any work until they have obtained the following types of insurance, and certificates of such insurance have been received by the Department. Nor shall the Vendor allow any subcontractor to commence work on this project until all similar insurance required of the subcontractor has been so obtained. The Vendor shall submit the required Certificates of Insurance to the Florida Department of Transportation, Procurement Office, (Joyce Plummer, 605 Suwannee Street, MS 20, Tallahassee, Florida 32399-9450) within ten (10) days after the ending date of the period for posting the intended award decision. (X) The Vendor must carry and keep in force during the period of this contract a general liability insurance policy or policies with a company authorized to do business in the state of Florida, affording public liability insurance with combined bodily injury limits of at least $ (200,000 minimum) per person and $ (300,000 minimum) each occurrence, and property damage insurance of at least $ (200,000 minimum) each occurrence, for the services to be rendered in accordance with this contract. With respect to any general liability insurance policy required pursuant to this Agreement, all such policies shall be issued by companies licensed to do business in the State of Florida. The Vendor shall provide to the Department certificates showing the required coverage to be in effect with endorsements showing the Department to be an additional insured prior to commencing any work under this Contract. The certificates and policies shall provide that in the event of any material change in or cancellation of the policies reflecting the required coverage, thirty days advance notice shall be given to the Department or as provided in accordance with Florida law. The Department shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Vendor or subcontractor providing such insurance. Policies that include Self Insured Retention (SIR) will not be accepted. 12) PERFORMANCE BOND The intended award bidder shall provide the Department with a Performance Bond in the full amount of the bid. The Performance Bond shall be provided by a surety company authorized to do business in the state of Florida. The Performance Bond shall be executed and furnished to the Department prior to contract execution and no later than ten (10) days after the ending date of the period for posting the intended award decision, unless the Department extends the time period in writing. Failure to provide the required Performance Bond (Form 375-040-27) to the Department within the aforementioned timeframe will void the Intended Award’s bid and the Department will proceed in contracting with the next lowest responsive bidder. 14

The bidder must submit, with its bid, a current letter from a surety company or bonding agent authorized to do business in the state of Florida and written on company letterhead, to document the bidder’s present ability to obtain a Performance Bond in the full amount of the bid. Failure by the bidder to provide this letter with its bid will constitute a non-responsive determination for its bid. Bids found to be non-responsive will not be considered.

13) METHOD OF COMPENSATION For the satisfactory performance of these services, the Vendor shall be paid up to a Maximum Amount determined by the contract. The Vendor shall submit an invoice (3 copies) upon completion of each project phase in a format acceptable to the Department. Progress payments shall be made to Vendor in the amount specified on the Bid Sheet for the satisfactory completion of each project phase, as approved by the Department. FINANCIAL CONSEQUENCES: Payment will not be made to the Vendor until the products have been delivered and/or the specified services have been satisfactorily performed and accepted by the Department unless advance payments are authorized. 14) CONTRACT DOCUMENT PURCHASE ORDER The MyFloridaMarketPlace “Purchase Order Conditions and Instructions” and the Department’s “Purchase Order Terms & Conditions” are attached hereto and made a part hereof. The terms and conditions contained therein will become an integral part of each Purchase Order issued for this solicitation. In submitting a bid, the bidder agrees to be legally bound by these terms and conditions. 15) REVIEW OF BIDDER'S FACILITIES & QUALIFICATIONS After the bid due date and prior to contract execution, the Department reserves the right to perform or to have performed, an on-site review of the bidder's facilities and qualifications. This review will serve to verify data and representations submitted by the bidder and may be used to determine whether the bidder has adequate facilities, equipment, qualified and experienced staff, and overall management capabilities to provide the required services. The review may also serve to verify whether the bidder has financial capabilities adequate to meet the contract requirements. Should the Department determine that the bid package has material misrepresentations or that the size or nature of the bidder's facilities, equipment, management capabilities, or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the bid. 16) PROTEST OF INVITATION TO BID SPECIFICATIONS Any person who is adversely affected by the contents of this Invitation to Bid must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450: 1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, (the notice of protest may be Faxed to 850-414-5264), and 2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 15

17) UNAUTHORIZED ALIENS The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract.

18) SCRUTINIZED COMPANIES LISTS Section 287.135, Florida Statutes, requires that at the time a company submits a bid or proposal for a contract for goods or services of $1 million or more, the company must certify that the company is not on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. Bid responses of $1 million or more must include the attached Scrutinized Companies Lists Form to certify the respondent is not on either of those lists. 19) RESERVATIONS The Department reserves the right to accept or reject any or all bids received and reserves the right to make an award without further discussion of the bids submitted. Therefore, the bidder should make sure that the bid package submitted is complete and accurate and submitted to ensure delivery on or before the bid opening time and date specified in this solicitation. It is understood that the bid will become a part of the Department's official file, without obligation to the Department. 20) ADDITIONAL TERMS & CONDITIONS No conditions may be applied to any aspect of the ITB by the bidder. Any conditions placed on any aspect of the bid documents by the bidder may result in the bid being rejected as a conditional bid (see “RESPONSIVENESS OF BIDS”). DO NOT WRITE IN CHANGES ON ANY ITB SHEET. The only recognized changes to the ITB prior to bid opening will be a written Addenda issued by the Department. 21) RESPONSIVENESS OF BIDS Bids will not be considered if not received by the Department on or before the date and time specified as the due date for submission. All bids must be typed or printed in ink. A responsive bid is an offer to provide the services specified in this Invitation to Bid in accordance with all requirements of this Invitation to Bid. Bids found to be non-responsive will not be considered. Bids may be rejected if found to be irregular or not in conformance with the requirements and instructions herein contained. A bid may be found to be irregular or non-responsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms, modifying the bid requirements, submitting conditional bids or incomplete bids, submitting indefinite or ambiguous bids, or executing forms or the bid sheet with improper and/or undated signatures. Other conditions which may cause rejection of bids include, evidence of collusion among bidders, obvious lack of experience or expertise to provide the required services, and failure to perform or meet financial obligations on previous contracts. 22) BID SHEET The bidder must use the attached Bid Sheet to submit its bid. The Bid Sheet must be signed and dated in ink by a representative who is authorized to contractually bind the bidder. All bid sheets and other documentation submitted in response to this solicitation must be executed and submitted in a sealed envelope. Indicate the bid number, with the time and date of the bid opening, on the envelope used to return the bid.

16

23) ESTIMATED QUANTITIES The Department anticipates purchasing the estimated quantities shown on the bid sheet(s), for a one (1) year period of any contract resulting from this bid. The estimated quantities are given only as a guideline for preparing your bid and should not be construed as representing the actual quantities to be authorized under this contract. The Vendor(s) shall supply, at bid prices, the actual quantities authorized regardless of whether the total of such quantities is more or less than anticipated. This bid and the resulting contract will be subject to annual appropriated funding. 24) "DRUG-FREE WORK PLACE" PREFERENCE Whenever two or more bids which are equal with respect to price, quality, and service are received, the Department shall determine the order of award in accordance with section 295.187(4), Florida Statutes, and Rule 60A-1.011 Florida Administrative Code, which includes a preference for bid responses that certify the business has implemented a drug-free workplace program in accordance with Section 287.087, F.S. The “Drug-Free Workplace Program Certification” must be completed and submitted with the bid response to be eligible for this preference. 25) COPYRIGHTED MATERIAL Copyrighted material will be accepted as part of a bid only if accompanied by a waiver that will allow the Department to make paper and electronic copies necessary for the use of Department staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public. 26) ATTACHMENT TO ITB SUBMITTAL - CONFIDENTIAL MATERIAL The Bidder must include any materials it asserts to be exempted from public disclosure under Chapter 119, Florida Statutes, in a separate bound document labeled "Attachment to Invitation to Bid, Number ITB-DOT(14/15-9021-JP) - Confidential Material". The Bidder must identify the specific Statute that authorizes exemption from the Public Records Law. Any claim of confidentiality on materials the Bidder asserts to be exempt from public disclosure and placed elsewhere in the bid will be considered waived by the Bidder upon submission, effective after opening. 27) MAIL OR DELIVER BIDS TO: (DO NOT FAX) Florida Department of Transportation Procurement Office Attn: Joyce Plummer 605 Suwannee Street, MS 20 Fourth Floor – Room 439 Tallahassee, Florida 32399-0450 Phone # (850) 414-4568 It is the bidder's responsibility to assure that the bid is delivered to the proper place on or before the Bid Due date and time (See Introduction Section 2 Timeline). Bids which for any reason are not so delivered, will not be considered.

17

28) MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL Bidders may modify submitted bids at any time prior to the bid due date. Requests for modification of a submitted bid shall be in writing and must be signed by an authorized signatory of the bidder. Upon receipt and acceptance of such a request, the entire bid will be returned to the bidder and not considered unless resubmitted by the due date and time. Bidders may also send a change in a sealed envelope to be opened at the same time as the bid. The ITB number, opening date and time should appear on the envelope of the modified bid. 29) POSTING OF INTENDED DECISION/AWARD 29.1 - General: The Department’s decision will be posted on the Florida Vendor Bid System, at www.myflorida.com, (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, on date and time in the Timeline, and will remain posted for a period of seventy-two (72) hours. Any bidder who is adversely affected by the Department's recommended award or intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450: 1. A written notice of protest within seventy-two (72) hours after posting of the Intended Award, (the notice of protest may be Faxed to 850-414-5264), and 2. A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. At the time of filing the formal written protest, a bond (a cashier’s check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount based on the contract price submitted by the protestor. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 29.2 - Inability to Post: If the Department is unable to post as defined above, the Department will notify all bidders by electronic notification on the Florida Vendor Bid System (see special condition 29.1, above) or by mail, fax, and/or telephone. The Department will provide notification of any future posting in a timely manner. 29.3 - Request to Withdraw Bid: Requests for withdrawal will be considered if received by the Department, in writing, within seventy-two (72) hours after the bid opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the bidder. Bidders that do not withdraw as stated above will forfeit their bid bond, if applicable. 30) AWARD OF THE CONTRACT Services will be authorized to begin when the Vendor receives a Purchase Order issued by the Department.

18

31) RENEWAL Upon mutual agreement, the Department and the Contract Vendor may renew the Contract for a period that may not exceed 3 years or the term of the original contract, whichever is longer. The renewal must be in writing and signed by both parties, and is subject to the same terms and conditions set forth in the initial contract and any written amendments signed by the parties. Any renewal shall specify the renewal price, as set forth in the solicitation response except that an agency may negotiate lower pricing. Renewal is contingent upon satisfactory performance evaluations and subject to the availability of funds. 32) ATTACHED FORMS Bid Sheet Minimum Qualifications Statement Drug-Free Workplace Program Certification (Form 375-040-18) Scrutinized Companies Lists (bids of $1 million or more) MBE Planned Utilization (Form 375-040-24) Performance Bond Form 375-040-27 33) TERMS AND CONDITIONS All responses are subject to the terms and conditions of this solicitation, which, in case of conflict, shall have the following order of precedence listed: Special Conditions Scope of Services Bid Sheet Purchase Order Terms and Conditions Purchase Order Conditions and Instructions Instructions to Respondents (PUR 1001) General Conditions (PUR 1000) Introduction Section

34) ATTACHED FORMS PUR 1000, GENERAL CONTRACT CONDITIONS AND PUR 1001, GENERAL INSTRUCTIONS TO RESPONDENTS These are standard forms from the Department of Management Services that the Department is required to include in all formal solicitations. The following paragraphs do not apply to this Invitation to Bid: Paragraph 31, Dispute Resolution - PUR 1000 Paragraph 3, Electronic Submission – PUR 1001 Paragraph 4, Terms and Conditions – PUR1001 Paragraph 5, Questions – PUR 1001 35) ALTERNATES ALTERNATE BRANDS WILL NOT BE CONSIDERED FOR THIS BID. BID AS SPECIFIED. 36) REPLACEMENT/RESTOCKING Replacement of all materials found defective within the warranty period shall be made without cost to the purchaser, including transportation if applicable. All fees associated with restocking cancelled orders shall be the responsibility of the vendor.

19

37) PRODUCT REQUIREMENTS/SPECIFICATIONS Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful bidder will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s). 38) RECYCLED MATERIAL The Department encourages the use of products and materials with recycled content and postconsumer recovered materials. If the item(s) specified herein is available with recycled content, we request that you provide product information to help in our search for recycled products. However, this bid request is for the product as specified herein and does not require prices for recycled product unless specified. This information should be sent separately and not as a part of your bid response. 39) SITE VISIT Each bidder must fully acquaint themselves with the conditions which may in any manner affect the work to be done or the equipment, materials and labor required to perform the services required under the conditions of this bid. This may require an on-site visit. Ignorance of the conditions or requirements will not relieve the Vendor from their liability and obligation under the contract. Bidders may request and make arrangements for a site visit by contacting Mr. David Heupel at [email protected] or call (850) 410-5618 or Mobile (850) 570-5294 or Mr. John Glowczewski at [email protected] or call (850) 322-1408.

20

  EXHIBIT A               

FLORIDA DEPARTMENT OF TRANSPORTATION       

SCOPE OF SERVICES    FOR THE     

CITY OF TALLAHASSEE FIBER RING DEPLOYMENT    TO SUPPORT   

CENTER‐TO‐CENTER COMMUNICATIONS              September 9, 2014      Florida Department of Transportation  2740 Centerview Dr  Suite 3B  Tallahassee, FL  32301  Voice: (850) 410‐5500  Fax: (850) 410‐5501 

21

TABLE OF CONTENTS  PROJECT SCOPE............................................................................................................................................... 5  General Overview ................................................................................................................................ 5  Conduct of the Work ........................................................................................................................... 6  Contractor's Responsibilities .................................................................................................... 6  Examination of Specifications ....................................................................................... 6  Examination of Work Sites ............................................................................................ 6  Contractor's Project Manager ....................................................................................... 7  Authority to Suspend Contractor's Operations ............................................................. 7  Changes in Work ........................................................................................................... 7  No Waiver of Contract .................................................................................................. 8  Site Access and Security Requirements ......................................................................... 8  Right to Remove Personnel from Project ...................................................................... 8  Warranty ...................................................................................................................... 8  Equipment Acceptance and Performance Period ........................................................ 10  Materials and Workmanship ....................................................................................... 10  Software Updates ....................................................................................................... 11  Patents and Royalties ................................................................................................. 11  Pre‐Construction Conference ...................................................................................... 11  Progress Meetings ...................................................................................................... 12  Submittals .................................................................................................................. 12  General ............................................................................................................ 12  Coordination ................................................................................................... 12  Product Data ................................................................................................... 12  Special Reports ................................................................................................ 13  Processing ....................................................................................................... 13  Submittal Preparation ..................................................................................... 13  Submittal Transmittal ...................................................................................... 14  Submittal Actions ............................................................................................ 14  Contractor's Work Schedule ........................................................................................ 14  General Overview ............................................................................................ 14  Distribution ..................................................................................................... 15  Schedule Revision and Updating ...................................................................... 15  Project Closeout .......................................................................................................... 15  Substantial Completion ................................................................................... 15  Final System Inspection ................................................................................... 16  Closeout Checklist ........................................................................................... 16  Final Acceptance .............................................................................................. 17  Definitions ......................................................................................................................................... 19  Acronyms and Abbreviations ............................................................................................................. 20  Applicable Publications, Documents and Standards .......................................................................... 24  Site Locations .................................................................................................................................... 25  Scope of Services ............................................................................................................................... 28  Upgrades of Nortel ERS‐8606 to Avaya ERS‐8806 ................................................................... 29  22 SITSB SWFD Scope of Services                                                                                                                               Page 2 of 50 

Transportation Engineering Research Laboratory (TERL) and Tallahassee FHP Site  (TFHP) ......................................................................................................................... 29  Installation of Avaya VSP‐4450 Ethernet Switches ................................................................. 29  Tallahassee Public Safety Complex (PSC), The Rhyne Building – Koger Executive Center  II, and the State of Florida Emergency Operations Center (SEOC) – ESF 1 Room .......... 30  The City of Tallahassee PSC .................................................................................................... 30  The Rhyne Building – Koger Executive Center ......................................................................... 30  The State Emergency Operations Center ................................................................................ 30  Relocation of Foundry Router from Tallahassee FHP site to Tallahassee Public Safety Complex  (PSC) site. ............................................................................................................................... 31  DRAWINGS & PROJECT PLANS ................................................................. Error! Bookmark not defined.  General Overview .................................................................................................................. 28  As‐Built Documentation .............................................................................................. 28  NETWORK DESIGN OVERVIEW ................................................................. Error! Bookmark not defined.  General Overview .................................................................................................................. 32  Hardware/Software Overview ............................................................................................... 33  Nortel Ethernet Routing Switch 8606 .......................................................................... 33  Management Systems ................................................................................................ 33  SITSB and Network Demarcation Points ................................................................................. 33  Site Installations Summary ..................................................................................................... 33  Technical Design Details ......................................................................................................... 33  Technical Installation Requirements ...................................................................................... 34  Requirements Applicable to the Entire System ........................................................... 34  Functionality and Performance Requirements ................................................. 34  Configuration Requirements ............................................................................ 34  Requirements Applicable to Single‐Mode Fiber‐Optic Infrastructure ..................................... 35  Assumptions ............................................................................................................... 35  Requirements Applicable to All Sites ...................................................................................... 35  Installation Requirements ........................................................................................... 35  Cabling Requirements ................................................................................................. 36  Grounding Requirements ............................................................................................ 37  Per‐Site Requirements ........................................................................................................... 37  Transportation Engineering Research Lab (TERL) ........................................................ 37  Summary ......................................................................................................... 37  Equipment ....................................................................................................... 37  Location and Mounting.................................................................................... 38  Power Connections .......................................................................................... 39  Network Connections ...................................................................................... 39  Tallahassee FHP Site (TFHP) ........................................................................................ 39  Summary ......................................................................................................... 39  Equipment ....................................................................................................... 40  Location and Mounting.................................................................................... 41  Power Connections .......................................................................................... 43  Network Connections ...................................................................................... 43  Tallahassee Public Safety Complex (PSC)..................................................................... 43  Summary ......................................................................................................... 43  Equipment ....................................................................................................... 43  23 SITSB SWFD Scope of Services                                                                                                                               Page 3 of 50 

Location and Mounting.................................................................................... 44  Power Connections .......................................................................................... 46  Network Connections ...................................................................................... 46  FDOT ITS Central Office –Rhyne Bldg (Rhyne) ............................................................. 46  Summary ......................................................................................................... 46  Equipment ....................................................................................................... 46  Location and Mounting.................................................................................... 47  Power Connections .......................................................................................... 49  Network Connections ...................................................................................... 49  Statewide Emergency Operation Center (SEOC) .......................................................... 49  Summary ......................................................................................................... 49  Equipment ....................................................................................................... 50  Location and Mounting.................................................................................... 50  Power Connections .......................................................................................... 50  Network Connections ...................................................................................... 50  APPENDIX A .................................................................................................................................................. 50  TERL Interconnections ............................................................................. Error! Bookmark not defined. 

24 SITSB SWFD Scope of Services                                                                                                                               Page 4 of 50 

PROJECT SCOPE  General Overview  The ITS (Intelligent Transportation Systems) Section of the Traffic Engineering & Operations  Office, a unit of the Florida Department of Transportation (FDOT) has implemented, configured,  manage and maintain the Statewide Intelligent Transportation Systems Backbone (SITSB) to  enable center‐to‐center (C2C) communications and interoperability between districts' traffic  management systems (TMS) software installed at FDOT districts' Regional Traffic Management  Centers (RTMCs), and to share traffic management  data and digital closed‐circuit television  (CCTV) traffic‐camera video between FDOT districts and other users.  C2C communications and  interoperability will encompass both SunGuide TMS software at district RTMCs and SunNav  software at the Turnpike Enterprise (FTE) RTMCs.  The SITSB is a private statewide Internet  Protocol (IP) network. Now fully implemented the SITSB spans statewide, connecting facilities in  each of the seven FDOT districts and the FTE.    The City of Tallahassee Ring (CoT Ring) is an extension of the aforementioned SITSB, connecting  the ITS network core switch/routers to several additional sites within the City of Tallahassee;  FDOT Transportation Engineering Research Laboratory (TERL) and the Tallahassee FHP site, to  the City of Tallahassee Public Safety Center (PSC), the FDOT ITS Rhyne Building and the  Statewide Emergency Operations Center (SEOC).    Existing equipment will be upgraded and new equipment installed at five sites within  Tallahassee to support the ring; connectivity between FDOT Transportation Engineering  Research Laboratory (TERL) and the Tallahassee FHP site, to the City of Tallahassee Public  Safety Center (PSC), the FDOT ITS Central Office at the Rhyne Building, within Koger Executive  Center II, and the Statewide Emergency Operations Center (SEOC).    Detailed technical descriptions of the site installations are given in Section 4, Technical  Installation Requirements. 

25 SITSB SWFD Scope of Services                                                                                                                               Page 5 of 50 

Conduct of the Work  The successful Proposer (hereinafter “Contractor”) shall coordinate with FDOT for access to the  sites and work areas.  The Contractor shall provide security for his equipment as required by  FDOT and shall conduct his operations so as to avoid interference with FDOT's normal  operations.    Before ordering materials or doing work that is dependent for proper size or installation upon  coordination with job conditions, the Contractor shall verify all dimensions by taking  measurements at the sites and shall be responsible for the correctness of same.  No  consideration will be given to any claim based on the difference between the actual dimensions  and those indicated on the drawings.  Any discrepancies between the drawings and/or  specifications and the existing conditions shall be referred to the FDOT Project Manager for  adjustment before any work affected thereby is begun.    Work to be performed outside this Scope of Services shall be referred to as "by others," or if by  FDOT's designated representative, then "by FDOT."  It shall be the responsibility of the  Contractor to coordinate his work with that of FDOT or others whenever and wherever such  coordination is required.  Where the Contractor performs work that ties into existing facilities,  he shall coordinate such work with the FDOT to minimize downtime. 

Contractor's Responsibilities  The Contractor is solely responsible for providing all equipment, materials, and services  required by this Scope of Services.  Notwithstanding the specific requirements delineated in this  Scope of Services, it is the Contractor's responsibility to verify the completeness of the  materials required and suitability of devices employed to meet the requirements and  specifications contained herein.  The Contractor shall provide and install, without claim, any  additional materials, devices, equipment, and services required for proper operation as  required by and in accordance with this Scope of Services.  Examination of Specifications  The Contractor shall carefully read, examine and understand the specifications contained  herein regarding the site conditions and any requirements that may, in any manner, affect the  work to be performed and/or the materials required to perform such work under the  specifications of this Scope of Services.  It is the responsibility of the Contractor to verify the  completeness of the materials required and suitability of devices employed to meet these  specifications.  Examination of Work Sites 

26 SITSB SWFD Scope of Services                                                                                                                               Page 6 of 50 

The Contractor shall carefully visit, examine and understand the conditions at each worksite  location listed herein and shall make note of the site conditions and any site requirements that  may, in any manner, affect the work to be performed and/or the materials required to perform  such work under the specifications of this Scope of Services.  It is the responsibility of the  Contractor to accommodate all such site conditions and meet such site requirements as may be  necessary to meet these specifications.  Contractor's Project Manager  The Contractor shall designate a Project Manager for the duration of the Contractor's  obligations to FDOT under this Scope of Services.  The Contractor's Project Manager shall:     Be the single point of contact for FDOT with regard to this project.   Be in responsible charge of work at FDOT sites during all on‐site work.   Have authority over all on‐site personnel provided by the Contractor or and/or the  Contractor's sub‐contractors.   Be thoroughly familiar with the requirements of this Scope of Services.   Be available by telephone during normal business hours (8:00 AM to 5:00 PM, Eastern  Time) for the duration of this contract.  Authority to Suspend Contractor's Operations  FDOT has the authority to suspend the Contractor’s operations, wholly or in part.  FDOT will  order such suspension in writing, giving in detail the reasons for the suspension.  Contract time  will be charged during all suspensions of the Contractor’s operations.  FDOT may grant an  extension of contract time when determined appropriate in FDOT’s sole judgment.    No time extension will be granted to the Contractor when the operations are suspended for,  including but not limited to, the following reasons:     The Contractor fails to comply with the contract documents.   The Contractor fails to carry out orders given by FDOT.   The Contractor causes conditions considered unfavorable for continuing the work.  The Contractor shall immediately comply with any suspension order.  The Contractor shall not  resume operations until authorized to do so by FDOT in writing.  Any operations performed by  the Contractor after the issuance of the suspension order, and prior to FDOT’s authorization to  resume operations, will be at no cost to FDOT, without regard to whether otherwise  constructed in conformance with the provisions of the contract.  Further, failure to immediately  comply with any suspension order will also constitute an act of default by the Contractor and is  deemed sufficient basis in and of itself for FDOT to declare the Contractor in default.  Changes in Work 

27 SITSB SWFD Scope of Services                                                                                                                               Page 7 of 50 

FDOT may at any time, by written amendment to the contract for this Scope of Services, make  changes within the general scope of the work, including, but not limited to, revisions, deletions  or additions to portions of the work; or changes in the method of shipment or packaging and  place of delivery, upon appropriate approvals as allowed by FDOT’s procurement code.    If any change order initiated by FDOT causes an increase or decrease in the cost or time  required for the performance of any part of the work under this Scope of Services, an equitable  adjustment shall be made by FDOT in the contract price or delivery schedule, or both, and the  contract shall be modified in writing accordingly.  Adjustments to contract price for labor shall  be based on the actual direct labor and burden reasonably incurred in the additional or  unforeseen work, plus a mark‐up not to exceed 10%.  Adjustments to contract price for actual  equipment and supplies shall be based on the actual cost of equipment and supplies  incorporated into the work, including Contractor‐paid transportation charges, reasonably  incurred in the additional or unforeseen work, plus a mark‐up not to exceed 10%.  No Waiver of Contract  Changes made by FDOT shall not waive any provisions of this Scope of Services, nor may the  Contractor make any claim for loss of anticipated profits due to such changes, or by reason of  any variation between the approximate quantities and the quantities of work actually  performed.  All work shall be performed as directed by FDOT and in accordance with this Scope  of Services.  Site Access and Security Requirements  The SITSB Southwest Florida Deployment addressed in this Scope of Services will support public  safety applications, specifically Intelligent Transportation Systems.  To ensure security for the  SITSB, FDOT may require the Contractors and any and all subcontractors to submit to security  background checks performed by the Florida Department of Law Enforcement after award of  contract.  Right to Remove Personnel from Project  FDOT reserves the right to remove any Contractor or subcontractor personnel from the project  for any reason.  In the event FDOT chooses to exercise this right, a written notification will be  sent to the Contractor, via electronic facsimile, stating that a particular person is to be removed  from the project.  The Contractor shall remove the designated person from the project within  24 hours of transmission of the written notice.  Warranty  All equipment, software, and services furnished by the Contractor as part of this Scope of  Services shall be warranted to be free from defects in material and workmanship, and to  conform to the specifications in this Scope of Services.  In the event any such defects in 

28 SITSB SWFD Scope of Services                                                                                                                               Page 8 of 50 

equipment, software, or services become evident within the warranty period, the Contractor  shall correct the defect by either:     Repairing any defective component of the equipment.   Furnishing and installing necessary replacement parts.   Otherwise correcting any reproducible and/or recurring software defects.   Reperforming the faulty services.  The Contractor shall be responsible for all costs and/or charges incurred in returning defective  parts to Contractor's, subcontractors', or suppliers' facilities, and in shipping repaired and/or  replacement parts to FDOT sites.  Labor to perform warranty services shall be provided at no  charge during the warranty period and shall be performed by either the Contractor or other  service providers approved by the Contractor for such purposes.    The Contractor further warrants that during the warranty period equipment and software  furnished under this Scope of Services shall operate under normal use and service as a  complete system, which shall perform in accordance with:     The specifications in this Scope of Services for the Deployment of the SITSB for C2C  Communications;   The Contractor’s responses thereto;   All exceptions agreed to by the Contractor and FDOT.  If the equipment fails to operate during the warranty period, the contractor shall perform the  contractor’s obligations as specified in this section at the contractor’s expense.    The warranty period shall be a period of at least 12 months, OR may be prorated until the  beginning date of the next contract ‐‐ from the date of Certification of Final Acceptance as  defined herein.  Claims under any of the warranties herein are valid if made within 30 days after  termination of the warranty period.    The following aditional specific requirements apply to the Contractor's warranty:     The Contractor warrants that all equipment furnished hereunder is new and of current  manufacture.   FDOT shall notify the Contractor within a reasonable time after the discovery of any  failure or defect occurring within the warranty period.   Should the Contractor fail to remedy any failure or defect within thirty consecutive days  after receipt of notice thereof, or within the time specified in the notice, the parties  shall meet and discuss an extension of time which may be fair and equitable under the  circumstances.  Failing this, the FDOT shall have the right to replace, repair, or otherwise  remedy such failure or defect at the Contractor’s expense. 

29 SITSB SWFD Scope of Services                                                                                                                               Page 9 of 50 



   

 



The Contractor shall obtain any warranties which subcontractors and/or suppliers give  to the Contractor in the regular course of commercial practice, and shall apply the same  to the benefit of FDOT.  However, no such warranties shall act to diminish the  Contractor’s warranty obligations.  FDOT shall not be responsible for the storage of any equipment associated with this  Scope of Services.  The Contractor shall remedy at his own expense damage caused by the Contractor to  FDOT‐owned or controlled real or personal property.  The Contractor shall be liable to FDOT for supply of information, materials, and labor  necessary for mandatory revisions required by the manufacturer for the duration of the  warranty period, at no cost to FDOT.  The Contractor shall remedy at his own expense any failure to conform to general  contract terms, system requirements, or any other document included by reference into  this Scope of services.  The Contractor also agrees to remedy at his own expense any  defect in materials or workmanship.  Acceptance of systems/equipment by FDOT shall not limit FDOT's warranty rights, as set  forth above, with respect to defects in materials or workmanship.  The Contractor’s warranty obligations shall not apply to:  o Defects which are the result of improper storage, use, or maintenance  performed by other than the contractor, its subcontractors or suppliers, or repair  performed by other than the contractor, its subcontractors, or suppliers (except  as may be provided pursuant to paragraph C above).   o Equipment which has been subjected to any other kind of misuse or accident  causing damage to that equipment.  The Contractor shall furnish to FDOT all information, materials and labor necessary to  accomplish all mandatory hardware and software revisions, updates, and upgrades  issued by the equipment manufacturer, at no cost to FDOT, for the duration of the  warranty period. 

Certification of Final Acceptance as described herein shall in no way limit FDOT’s warranty  rights as set forth herein.  Equipment Acceptance and Performance Period  There shall be a 30‐day equipment acceptance and performance period, which shall start upon  successful Certification of Final Acceptance and shall end 30 days thereafter.  Any and all  failures of the network system, including but not limited to failures to perform adequately, shall  be immediately corrected by the Contractor at no cost to FDOT.  Following correction(s) of any  such failure(s) and subsequent approval of the correction(s), the equipment acceptance and  performance period shall restart and shall end 30 days thereafter.  Materials and Workmanship 

30 SITSB SWFD Scope of Services                                                                                                                               Page 10 of 50 

All equipment and component parts furnished shall be new, shall meet or exceed the minimum  requirements stated herein, and shall perform to manufacturer's specifications.    All equipment and component parts shall be of high quality workmanship and shall utilize the  most current technology available.  No part or attachment shall be substituted or applied  contrary to the manufacturer's recommendations and standard practices.  At the time of  delivery and installation, the most current revision model of each type of equipment meeting or  exceeding the requirements of this contract shall be provided, regardless of the model specified  in this Scope of Services or offered in the proposal.  Software Updates  The Contractor shall provide the most current versions of software available at the time of the  negotiated delivery within the project schedule.  The Contractor shall also provide, at no  additional charge, software releases and associated documentation intended by the  vendor/manufacturer to be generic version updates to correct reproducible and/or recurring  defects (software bugs).    The Contractor shall provide timely pre‐release notification and documentation of all planned  system software upgrades during the project schedule.  Patents and Royalties  The Contractor warrants that the equipment and software furnished hereunder shall be  delivered free of any rightful claim of any third party for infringement of any United States  patent or copyright.  If the Contractor is notified by FDOT of the receipt of any claim that the  equipment or software infringes a United States patent or copyright and FDOT gives the  Contractor information, assistance, and exclusive authority to settle and defend such claim, the  Contractor shall, at his own expense, defend and hold harmless FDOT from, or may settle, any  suit or proceeding against FDOT so far as based on a claimed infringement which breaches this  warranty.  If, in any such suit arising from such claim, the continued use of the equipment and  software for the purpose intended is enjoined by any court of competent jurisdiction, the  Contractor shall, at its expense and option, either procure for FDOT the right to continue using  the equipment and software, or modify the equipment and software so that it becomes non‐ infringing, or replace the equipment and software or portions thereof so that it becomes non‐ infringing.    FDOT reserves the right to be actively involved in any litigation arising hereto.  Pre‐Construction Conference  A pre‐construction conference and organizational meeting will be held in Tallahassee, Florida at  an FDOT location to be determined.  Required attendees will be notified of the date and time.   Minutes of the meeting will be prepared and distributed by the Project Manager. 

31 SITSB SWFD Scope of Services                                                                                                                               Page 11 of 50 

Progress Meetings  FDOT will conduct progress meetings at regularly scheduled intervals, the dates, times and  locations of which are to be determined.  Locations will be FDOT facilities in Florida.  Minutes of  each meeting will be prepared and distributed by FDOT.  Submittals  General  This section specifies administrative and procedural requirements for submittals required for  performance of the work described in this Scope of Services, including but not limited to:     Contractor's construction schedule.   Product data.   Special reports.  Unless otherwise specified herein, all submittals to FDOT shall consist of two identical copies.  Coordination  Preparation and processing of submittals shall be coordinated with performance of  construction activities.  The Contractor shall transmit each submittal sufficiently in advance of  performance of related construction activities to avoid delay.    The Contractor shall coordinate each submittal with purchasing, testing, delivery, other  submittals, and related activities that require sequential activity.    The Contractor shall coordinate transmittal of different types of submittals for related elements  of the work described in this Scope of Services such that processing will not be delayed by the  need to review submittals concurrently for coordination.    FDOT reserves the right to withhold action on a submittal requiring coordination with other  submittals until related submittals are received.  Product Data  The Contractor shall collect all product data into a single submittal for each installed site.  The  product data shall include printed information such as manufacturer's installation instructions,  user manuals, and performance specifications.    The Contractor shall mark each copy to show applicable choices and options.  Where printed  product data includes information on several products, some of which are not required, the  Contractor shall mark copies to indicate the applicable information.  The Contractor's  certification that the product complies with contract document requirements shall be included.   

32 SITSB SWFD Scope of Services                                                                                                                               Page 12 of 50 

The Contractor shall submit four copies of each required submittal.  FDOT will respond to the  Contractor with approval or a listing of any corrections or modifications required.    The Contractor shall furnish copies of product data to installers, subcontractors, suppliers,  manufacturers, and others as necessary for performance of the work.  The Contractor shall  indicate such distribution on transmittal forms.  Special Reports  Except as otherwise indicated herein, the Contractor shall submit special reports directly to  FDOT within one day of any occurrence requiring a special report, with copies to all other  entities affected by the occurrence.    The Contractor shall prepare and submit reports of significant accidents at the sites and  anywhere else work is in progress.  The Contractor shall record and document data and actions  and shall comply with applicable industry standards.  A significant accident is defined as any  incident or occurrence in which personal injury is sustained, loss of property and/or substance  is sustained, or in which a significant threat of personal injury or loss of property/substance  arose.  Processing  The Contractor shall allow sufficient review time so that installation will not be delayed as a  result of the time required to process submittals, including time for resubmittals.    The Contractor shall allow 10 business days for initial review.  Additional time shall be allowed if  processing must be delayed to permit coordination with subsequent submittals.  FDOT will  promptly advise the Contractor when a submittal being processed must be delayed for  coordination.    If an intermediate submittal is necessary, the Contractor shall process the submittal in the same  manner as the initial submittal.    The Contractor shall allow 10 business days for processing each submittal.    No extension of contract time will be authorized due to the Contractor's failure to transmit  submittals to FDOT sufficiently in advance of the work to permit processing.  Submittal Preparation  The Contractor shall place a permanent label or title block on each submittal for identification.   The name of the entity that prepared each submittal shall be indicated on the label or title  block.   

33 SITSB SWFD Scope of Services                                                                                                                               Page 13 of 50 

The Contractor shall provide a space approximately 4" x 5" on the label or beside the title block  on design drawings to record the Contractor's review and approval markings and the action  taken.    The following information shall be indicated on the label:     Project name:  SITSB – City of Tallahassee Fiber Ring   Date:  yyyy‐mm‐dd   Contractor's name and address   Subcontractor name(s) and address(es), if appropriate.   Number and title of applicable specification section in this Scope of Services.  Submittal Transmittal  The Contractor shall package each submittal appropriately for transmittal and handling.  Each  submittal shall be transmitted to FDOT using a transmittal form.  The Contractor shall record  relevant information and requests for data on the transmittal form.  Submittals received from  sources other than the Contractor will be returned without action.    The Contractor shall certufy that the information provided complies with contract document  requirements.  If the Contractor cannot provide such certification due to the presence of any  deviations from contract document requirements, including any variations and limitations, any  and all such deviations shall be recorded and clearly indicated either on the transmittal form or  on a separate sheet appended thereto.  Any and all submittals containing deviations from  contract document requirements shall be reviewed by FDOT to determine if the deviations are  acceptable.  FDOT reserves the right to accept or reject any such deviations for any reason  whatsoever.  Any and all deviations deemed by FDOT to be unacceptable shall be corrected at  no additional cost to FDOT and without affecting the work schedule.  Submittal Actions  Except for submittals for record, information or similar purposes, where action and return is  not required or requested, FDOT shall review each submittal and return comments to the  Contractor.    The Contractor shall comply with FDOT’s review comments.  Contractor's Work Schedule  General Overview  The Contractor shall prepare a fully developed work schedule.  The initial work schedule shall  be submitted within 10 days of Contractor's receipt of Notice to Proceed.    The Contractor shall secure time commitments for performing critical elements of the work  from all parties involved.  Each element on the schedule shall be coordinated with other 

34 SITSB SWFD Scope of Services                                                                                                                               Page 14 of 50 

construction activities, including minor elements involved in the sequence of the work.  Each  activity shall be indicated on the schedule in proper sequence.    The Contractor shall coordinate the work schedule with subcontractors, the submittal schedule,  payment requests and other schedules.  Distribution  The Contractor shall print and distribute copies of the work schedule to FDOT, subcontractors,  and other parties required to comply with scheduled dates and times.    Should revisions/updates to the schedule be made, the Contractor shall distribute the revised  schedule to the same parties as listed in the preceding paragraph.  The Contractor shall remove  parties from distribution when such parties have both (1) completed their assigned portion of  the work and (2) are no longer involved in work activities.  Schedule Revision and Updating  After any meeting or activity in which revisions to the work schedule have been recognized or  made, the Contractor shall revise/update the work schedule.  The revised/updated work  schedule shall be issued concurrently with report of any such meeting.  Project Closeout  Substantial Completion  FDOT will consider the project Substantially Complete when the entire system (equipment,  hardware, software, connections, configuration, etc.) has been fully installed, is operational,  has successfully passed field acceptance testing of all elements, and has succesfully passed all  required walk‐throughs and inspections.    Before requesting inspection for Substantial Completion, the Contractor shall complete the  following:    A. In the application for payment that coincides with, or first follows, the date  Substantial Completion is claimed, include supporting documentation for  completion as indicated in this Scope of Services.  B. If 100‐percent completion cannot be shown, include a list of incomplete items, the  value of incomplete work, and reasons the work is not complete.  C. Advise FDOT of pending insurance change‐over requirements, if any.  D. Submit all required specific warranties, workmanship bonds, maintenance  agreements, final certifications and similar documents. 

35 SITSB SWFD Scope of Services                                                                                                                               Page 15 of 50 

Upon receipt of a request for inspection for Substantial Completion, FDOT will either proceed  with inspection or advise the Contractor of unfulfilled requirements.  FDOT will advise the  Contractor of work that must be completed or corrected.    FDOT will repeat inspection when requested and assured by the Contractor that the work has  been substantially completed.  Final System Inspection  Upon submission of the testing documentation described in this Scope of Services, the  Contractor shall, within seven calendar days of such submission, coordinate with FDOT to  establish an acceptable schedule (dates, times and locations) to meet at each and every  installation site for a final walk‐through and inspection.  This schedule shall be distributed to all  personnel involved no later than the end of the specified one week.  This schedule shall be  designed as to complete all walk‐throughs and inspections within 14 calendar days of its  distribution.    Final system inspection shall be regarded as complete upon:     Successful completion of all site walk‐throughs and inspections; and   Signed certification by the Contractor that all work has been completed in accordance  with, and that the network system performs to, the specifications in this Scope of  Services.  Closeout Checklist  All items listed below, with the exception of item A, shall be bound in individual heavy‐duty 3‐ ring vinyl‐covered binders.  The Contractor shall make appropriate identification on the front  and spine of each binder.    Three sets of all items shall be submitted within 15 calendar days of Substantial Completion for  the project.    A. Testing documentation as required herein.  B. Application and Certification for Payment (Final), four copies with original signatures  and seals.  C. CONTRACTOR’S AFFIDAVIT OF PAYMENT OF DEBTS, AIA Document G706.  D. CONTRACTOR’S AFFIDAVIT OF RELEASE OF LIENS, AIA Document G706A, and releases or  waivers of liens from all subcontractors and material and equipment suppliers.  E. Power of attorney to make final payment, from surety company.  F. CONSENT OF SURETY COMPANY TO FINAL PAYMENT, AIA Document G707. 

36 SITSB SWFD Scope of Services                                                                                                                               Page 16 of 50 

G. Warranties as required by this Scope of Services, in the name of FDOT.  H. Verification that FDOT personnel have been trained in the use of the equipment, which  shall include a signature sheet signed by personnel who have received training.  I. As‐built documentation and operation and maintenance manuals.  J. Equipment inventory list, which shall include for all items name of manufacturer and  item serial number.  K. Notarized affidavit of all subcontractor payrolls, bills for materials/equipment and other  indebtedness paid and satisfied.  L. Transmittal letters signed by FDOT Project Engineer showing that maintenance stock has  been turned over to FDOT.  Final Acceptance  FDOT will Final Accept the project when all required work is completed, the entire system is  fully operational, all closeout forms are completed and submitted, and equipment spares,  manuals, and training have been provided.    Before requesting inspection for Final Acceptance, the Contractor shall complete the following:     Successfully complete all testing as set forth in this Scope of Services and provide all  required documentation thereof.   Successfully complete final system inspection as set forth in this Scope of Services and  provide all required documentation thereof.   Submit all required as‐built documentation, equipment manuals, and similar final record  information.   Deliver all required spare parts and similar items.   Complete final clean up requirements.   Submit the final payment request together with any required releases and/or supporting  documentation not previously submitted and accepted.   Submit an updated final invoice.   Submit a copy of FDOT's final inspection list of items to be completed or corrected, stating  that each item has been completed or otherwise resolved for acceptance.  Any and all  exceptions shall be indicated on this list.   Prior to Final Acceptance of the work, the Contractor shall furnish to FDOT the following  executed documents (forms to be provided by FDOT at pre‐construction conference):   o CONTRACTOR’S AFFIDAVIT OF RELEASE OF LIENS, AIA Document G706A, and  releases or waivers of liens from all subcontractors and material and equipment  suppliers.  o CONTRACTOR'S AFFIDAVIT OF DEBTS AND CLAIMS, AIA Document G706.  o CONSENT OF SURETY COMPANY TO FINAL PAYMENT, AIA Document G707. 

37 SITSB SWFD Scope of Services                                                                                                                               Page 17 of 50 

 

Submit all required inspection certificates, bonds, and written guarantees.  Return all keys, security cards, ID cards. etc. provided by FDOT for access to sites.  Include  affidavit that duplications of keys. security cards, ID cards, etc. have not been made. 

Upon receipt of notice that all work has been completed, including inspection‐list items from  earlier inspections, FDOT will either proceed with inspection or advise the Contractor of  unfulfilled requirements.  FDOT will prepare the Certification of Final Acceptance following the  inspection, or advise the Contractor of work that must be completed or corrected before  certification will be issued.  FDOT has the sole right to make exceptions for items whose  completion has been delayed, if such are deemed acceptable by FDOT.    FDOT will repeat inspection when requested and assured by the Contractor that the work is  ready for Final Acceptance.   

38 SITSB SWFD Scope of Services                                                                                                                               Page 18 of 50 

Definitions  FDOT: 

Scope of Services 

Proposer: 

Contractor: 

Local Contact Persons:  FDOT Project Manager  (referred to in text as  Project Manager): 

State of Florida  Florida Department of Transportation  Contact person is the FDOT Project Manager (see below)  in Tallahassee, Florida.  This document, the Scope of Services for the Southwest  Florida Deployment of the SITSB for Center‐to‐Center  Communications.  The individual, firm, partnership, corporation, company,  association, or other legal entity permitted by law to  construct projects, or portions of projects, in the State of  Florida to whom this specification is submitted and from  whom a sealed proposal is received.  The individual, firm, partnership, corporation, company,  association, or other legal entity to whom the contract is  awarded by FDOT and who is subject to the terms  thereof.  Names and contact information for FDOT Local Contact  Persons will be provided at the preconstruction meeting.  Randy Pierce, ITS Central Office  605 Suwannee Street, MS 90  Tallahassee, Florida 32399‐0450   Voice: (850) 410‐5608.  Fax: (850) 414‐8673  [email protected]  

39 SITSB SWFD Scope of Services                                                                                                                               Page 19 of 50 

Acronyms and Abbreviations  '  "  #  10/100BASE‐T  1000BASE‐SX  100BASE‐T  15K  5200  8606  A  AC  add  ANSI  ATM  b/w  C2C  CAT 6  CCTV  CD‐ROM  CIDR  cir, cir.  CO  CPU  CWDM  D1  D2  D4  D5  D6  D7  dB  DC  demarc  DOT 

Foot; feet.  Inch; inches.  Number.  Ethernet physical medium:  10 or 100 Mb/s, copper wire, four twisted pairs.  Ethernet physical medium:  1 Gb/s, multimode fiber optic, short haul.  Ethernet physical medium:  100 Mb/s, copper wire, four twisted pairs.  Passport 15000:  multi‐service ATM switch manufactured by Nortel Networks,  Inc.  Optical Metro 5200:  Ethernet over CWDM/DWDM optical networking  platform manufactured by Nortel Networks, Inc.  Ethernet Routing Switch 8606:  IP switch/router  manufactured by Nortel  Networks, Inc.  Ampere (amp).  Alternating current.  Address.  American National Standards Institute.  Asynchronous transfer mode:  layer‐2 protocol used to transport IP over the  SMS.  Bandwidth.  Center‐to‐center.  Category 6:  describes a high‐quality grade of twisted‐pair Ethernet cable.  Closed‐circuit television.  Compact‐disc read‐only memory.  Classless Inter‐Domain Routing  Circuit.  Central office.  Central processing unit.  Coarse wave‐division multiplexing.  District One; District One RTMC.  District Two; District Two RTMC.  District Four; District Four RTMC.  District Five; District Five RTMC.  District Six; District Six RTMC.  District Seven; District Seven RTMC.  Decibel.  Direct current.  Demarcation point:  Physical point in a network demarcating network portions  under different ownership, management, or responsibility.  Florida Department of Transportation. 

40 SITSB SWFD Scope of Services                                                                                                                               Page 20 of 50 

DWDM  EIA  ETSI  FDN 

FDOT  FHP  FO  FW  FWP  Gb/s  GbE  GBIC  GHz  IP  ISID  ITS  IWAN 

IWMN 

km  LAN  LC  lic, lic.  m  MAN  Mb/s  MDN  mgmt, mgmt.  MHz  MIP  MMFO 

Dense wave‐division multiplexing.  Electronic Industries Association.  European Telecommunications Standards Institute.  Field Data Network:  The IP network portion of the SMS used for Corridor  Monitoring and RWIS stations (IP address block 10.240/16); one of the  subdivisions of the SMS.  Florida Department of Transportation.  Florida Highway Patrol.  Fiber‐optic; fiber‐optic cable.  Firewall; an FW VLAN is an 8606 internal VLAN connecting an 8606 internal  firewall module (iSD) to an exterior physical port on the 8606.  Firewall peering; an FWP VLAN is an 8606 internal VLAN connecting the 8606  internal routing entity to a firewall module (iSD).  Gigabits per second:  1 Gb/s = 1,000,000,000 (billion) bits per second = 1 000  Mb/s.  Gigabit Ethernet (1000BASE‐SX).  Gigabit interface converter:  designates the original GBIC type; used  generically to refer to any GBIC type (original or SFP).  Gigahertz:  1 GHz = 1,000,000,000 (billion) hertz = 109 hertz = 0.001 THz.  Internet Protocol.  Intermediate System IDentifier  Intelligent transportation system(s).  SITSB Applications Network:  Routed IP network transporting SITSB  management data; one of the two subdivisions of the SITSB.  (IP address  blocks 10/8, 172.16/12, and 192.168/16 less 10.240/16 (FDN), 172.16/16  (MMN), 192.168.0/24 (NSN), and 192.168.240/20 (IWMN).)  SITSB Management Network:  Routed IP network transporting ITS applications  data; one of the two subdivisions of the SITSB.  (IP address block  192.168.240/20.)  Kilometer (1 km = 1000 meters = 1000 m).  local‐area network  Type of fiber‐optic connector.  License.  Meter (unit of length).  Metropolitan area network.  Megabits per second:  1 Mb/s = 1,000,000 (million) bits per second = 0.1 Gb/s.  Microwave Data Network:  The ATM and IP services, networks and devices  portion of the SMS; one of the subdivisions of the SMS.  Management.  Megahertz:  1 MHz = 1,000,000 (million) hertz = 106 hertz = 0.001 GHz.  Management IP address; one of two IP addresses that each iSD in an 8606  must have for management.   Multimode fiber‐optic; multimode fiber‐optic cable. 

41 SITSB SWFD Scope of Services                                                                                                                               Page 21 of 50 

MMN 

MW  n/a  NAAP  NDSF  NEC  NFPA  nm  NMS  NOC  NSN 

NT  NTCIP  OCI  OCLD  OCM  OEO 

OM 5200  OMX  opt, opt.  PC  POC  PS  PSC  QoS  ROW  RTMC  RU  s 

Microwave Management Network:  The IP network portion of the SMS used  for management of the SMS (IP address block 172.16/16); one of the  subdivisions of the SMS.  Microwave.  Not applicable.  Nortel Appliance Acceleration Protocol.  Non‐dispersion‐shifted fiber:  Type of single‐mode optical fiber.  National Electrical Code.  National Fire Protection Association.  Nanometer:  1 nm = 0.000 000 001 m = 10‐9 m.  Network management system.  Network operations center.  NetBoss Support Network:  The IP network portion of the SMS used for  supporting back‐end functions of the NetBoss NMS (IP address block  192.168.0/24); one of the subdivisions of the SMS.  Nortel Networks, Inc.  National Transportation Communications for ITS Protocol:  ITS‐specific high‐ level communications protocol.  Optical channel interface card:  OM 5200 card providing 1000BASE‐SX  connections, on tributary side of OM 5200.  Optical channel laser and detector card:  OM5200 card providing wide‐area  optical connections, on line side of OM 5200.  Optical channel multiplexer card:  OM 5200 card providing backplane  interconnections.  Optical‐electrical‐optical:  Used to describe optical signal regeneration.  A  received optical signal is converted into an electrical signal which is reshaped,  retimed and amplified, then converted back into an optical signal which is  retransmitted.  Optical Metro 5200:  Ethernet over DWDM/CWDM optical networking  platform manufactured by Nortel Networks, Inc.  Optical multiplexer card:  OM 5200 card providing wavelength multiplexing  function.  Optical (fiber‐optic).  Personal computer.  Point of contact.  Power supply.  Public Safety Complex, at 911 Easterwood Dr, Tallahassee, FL, 32308  Quality of service.  Right of way.  Regional traffic management center.  Rack unit:  1.75" of vertical space in an EIA‐standard 19" rack frame or rack  cabinet.  Second (unit of time). 

42 SITSB SWFD Scope of Services                                                                                                                               Page 22 of 50 

SC  SEOC  SFP  SITSB  SMF  SMFO  SMS 

SNMP  SR  ST  CoT Ring  T‐1  TBS  TERL  TFHP  TGC  THz  TIWAN  TIWMN  TMC  TMS  TTBN  TVSS  UPS  V  VAC  VDC  ver, ver.  VLAN  WAN  wkstn.  XCVR  XFP   

Type of fiber‐optic connector.  State Emergency Operations Center  Small‐form‐factor pluggable:  designates a type of GBIC.  ITS Wide‐Area Network:  Entire SITSB infrastructure, both optical and  microwave; subdivided into the IWAN and IWMN.  Single‐mode fiber; single‐mode fiber‐optic cable.  Single‐mode fiber optic; single‐mode fiber‐optic cable.  Statewide Microwave System:  Entire microwave infrastructure, including  Orlando, Stuart and McArthur/Sunrise fiber‐optic components; subdivided into  the MDN, FDN, MMN and NSN.  Simple Network‐Management Protocol.  State road.  Type of fiber‐optic connector.  City of Tallahassee Fiber Optic Ring  Digital circuit:  1.544 Mb/s raw b/w, 1.536 Mb/s usable b/w.  To be specified.  Transportation Engineering Research Laboratory.  Tallahassee FHP Site, at 2100 Mahan Dr, Tallahassee, FL,  32308  Telecommunications General Consultant.  Terahertz:  1 THz = 1,000,000,000,000 (trillion) hertz = 1012 hertz = 1000 GHz.  TERL SITSB Applications Network:  A part of the IWAN located at the TERL.  TERL SITSB Management Network:  A part of the IWMN located at the TERL.   Traffic management center.  Traffic management system.  TMC Test‐Bed Network (located at the TERL).  Transient‐voltage surge suppressor.  Uninterruptible power system.  Volt (e.g., 4.0 V); version (e.g., V4.0).  Volts alternating current.  Volts direct current.  Version.  virtual LAN  Wide‐area network.  Workstation.  Transceiver (combination transmitter and receiver).  10‐Gigabit small‐form‐factor pluggable:  designates a type of GBIC. 

43 SITSB SWFD Scope of Services                                                                                                                               Page 23 of 50 

Applicable Publications, Documents and Standards  The following publications and standards of the latest issue on the date, unless otherwise  specified, of this Scope of Services shall be included herein by reference.  In the event of  inconsistencies between this Scope of Services and these publications and standards, the  requirements of this Scope of Services shall take precedence.  Refer to the following Avaya technical Publications for the proper procedure to install the  equipment:     NN46205‐302, 03.01 for version 7.2 date September 2012.   NN46205‐320, 07.02 for version 7.20.10, date August 2013   NN46205‐303, 07.02 for version 7.2 date November 2012 (for reference only)   NN46251‐309, 01.02 for version 4.0, date April 2014   NN46251‐301, 04.01 for version 4.0.40, date August 2014   NN47205‐300, 07.01 for version 5.8, date June 2014   NFPA 70 National Electrical Code (NEC).   IEEE C62.41‐1994:  Recommended Practice on Surge Voltages in Low‐Voltage Data,  Communications, and Signaling Circuits.   Title 47 Code of Federal Regulations (CFR), Telecommunications, Federal  Communications Commission Rules and Regulations.   Applicable manufacturer's instructions and standard practices. 

44 SITSB SWFD Scope of Services                                                                                                                               Page 24 of 50 

Site Locations  FDOT ITS Central Office  FDOT ITS HQ  2740 Centerview Drive  Suite 3B  Tallahassee, FL 32301  Technical Contact 1  John D. Glowczewski  [email protected]  850 322 1408  Technical Contact 2  David Heupel  [email protected]  850 410 5618 – office  850 570 5294 – cell  Contact 3  Frank Deasy  [email protected]  850 410 5608    FDOT ITS TERL  2612 Springhill Road  Tallahassee, FL 32304    Technical Contact 1  John D. Glowczewski  [email protected]  850 322 1408  Technical Contact 2  David Heupel  [email protected]  850 410 5618 – office  850 570 5294 – cell  Contact 3  Frank Deasy  [email protected]  850 410 5608    Tallahassee FHP  FDOT ITS TFHP  2100 Mahan Drive  Tallahassee, FL 32304 

45 SITSB SWFD Scope of Services                                                                                                                               Page 25 of 50 

  Technical Contact 1  John D. Glowczewski  [email protected]  850 322 1408  Technical Contact 2  David Heupel  [email protected]  850 410 5618 – office  850 570 5294 – cell  Contact:   David Combs  [email protected]  813 918 3295  Contact:  Jim Bush  [email protected]  321 229 1465    State Emergency Operations Center  Rudd Building  2575 Shumard Oak Blvd  Tallahassee, FL 32399    Contact:  SEOC Network Manager  Kevin Smith  [email protected]  850 922 9921  850 443 0170    Contact:  Facilities Management   Jeff Swain  [email protected]  850 413 9962    Contact:  FDOT Emergency Manager   Jerry Rudd  850 414 4852  [email protected]    SEOC ESF‐1  FDOT EM On Call  fdot‐[email protected]  850 545 1232 

46 SITSB SWFD Scope of Services                                                                                                                               Page 26 of 50 

  Contact:  Phoenix Projector video wall  Christie    City of Tallahassee  Public Safety Complex / COT Traffic Management Center  911 Easterwood Drive  Tallahassee, FL 32311  Contact:    Wayne Bryan  [email protected]  850 891 8509  850 891 2080 

47 SITSB SWFD Scope of Services                                                                                                                               Page 27 of 50 

Scope of Services  General Overview  The drawings and project plans of this Scope of Services are essentially diagrammatic in nature.   They are, however, as accurate as scale permits and the Contractor shall follow them as closely  as possible.  It shall be the responsibility of the Contractor to verify all conditions and  measurements relating to the work in the field prior to proceeding with installation.  The  Contractor shall verify all wall locations and dimensions, rack profiles, cable tray locations and  conduit lengths at the existing facilities, including all conditions required to install equipment  and systems as described herein and as shown on the drawings.  All offsets required for  installation of conduit and wiring systems shall be included in this project at no additional cost  to FDOT.  The Contractor shall coordinate any modifications required by existing conditions to  avoid conflicts with building systems and other building components.    The drawings, project plans, and specifications are complimentary, and any work required by  one and not the other shall be considered to be required by both.  The FDOT Project Manager  shall be the sole interpreter of the drawings and specifications.    The Contractor shall note that all drawings and details are diagrammatic in general and indicate  the character of the work included.  Work intended, but having minor details obviously omitted  or not shown, shall be furnished and installed complete to perform the functions desired.  As‐Built Documentation  Any departure from the installation instructions and/or diagrams provided herein, which may  be necessary to accomplish this scope of services, shall be documented by the contractor in  writing.  If such departure represents a change or changes to any diagram or diagrams herein,  the contractor shall provide a new, corrected diagram or diagrams illustrating such change or  changes.  Such new, corrected diagrams shall also include and illustrate all information  contained in the original diagram or diagrams that remains unchanged.  This writing and  diagram or diagrams, if any, shall constitute required as‐built documentation.    It is the Contractor's responsibility to collect and maintain any and all information resulting  from this scope of services that may be necessary to incorporate into as‐built documentation.    Furthermore, any material changes made by the Contractor to the body of work described  herein that may become necessary during the equipment acceptance and performance period  shall be documented as described above in the first paragraph of this section, and provided  within one month of the completion of such changes.  The five sites are broken into two unique hardware configuration scenarios; the two existing  sites TERL and TFHP upgrade of the ERS 8600 to the ERS 8800, and the installation of ERS 4450’s  at the remaining three sites, PCS, Rhyne Building and the SEOC.  The following sections are 

48 SITSB SWFD Scope of Services                                                                                                                               Page 28 of 50 

broken down into two sections, physical installation of the two disparaging equipment types;  the ERS 8600/8800 and the ERS 4450.  Additionally, a Brocade FastIron layer three device will  be relocated from one site to another.    The logical configuration information is unique to each device.  Detailed and proprietary  information will be provided to the winner of the bid in a COT Configuration and Design  Document.  This document will provide detailed management, routing and multicast protocol,  port assignments, VLAN, ACLs and other information in order to install the basic functionality of  each device.  The COT Configuration and Design Document is a design guideline and the  information may be improved upon between the bid winner and FDOT.    Other design information, parts lists, drawings and photos appears in the following section and  Appendices. 

Upgrades of Nortel ERS‐8606 to Avaya ERS‐8806  Transportation Engineering Research Laboratory (TERL) and Tallahassee FHP Site  (TFHP)  The TERL and TFHP sites have a Nortel ERS‐8606 Ethernet Routing Switch, which will be  upgraded to an Avaya ERS‐8800 Ethernet Routing Switch.    The chassis for these two devices are the same, but component‐level changes need to be made  to perform the upgrade.    The following parts will be changed out on the ERS‐8606 to turn it into an ERS‐8800:   Fan tray cooling module   SuperMezz CPU blade (x 2)   Fiber Optic blade   48‐port copper Ethernet blade   

Refer to the following Avaya technical Publications for the proper procedure to install the  equipment:     NN46205‐302, 03.01 for version 7.2 date September 2012.   NN46205‐320, 07.02 for version 7.20.10, date August 2013   NN46205‐303, 07.02 for version 7.2 date November 2012 (for reference only)    Additional Technical Publications can be found at https://support.avaya.com/documents/ 

Installation of Avaya VSP‐4450 Ethernet Switches 

49 SITSB SWFD Scope of Services                                                                                                                               Page 29 of 50 

Tallahassee Public Safety Complex (PSC), The Rhyne Building – Koger Executive  Center II, and the State of Florida Emergency Operations Center (SEOC) –  ESF 1 Room  An Avaya VSP‐4450 Ethernet Switch will be installed at the PSC, Rhyne Building and the SEOC.   Each VSP‐4450 will have a unique hardware configuration based on the number of supporting  GBIC’s required for the site.  Regardless of the aforementioned differences, the installation  procedure is the same for these three sites.  Refer to the following Avaya Technical Publications  for the physical installation of the VSP‐4450.     NN46251‐309, 01.02 for version 4.0, date April 2014   NN46251‐301, 04.01 for version 4.0.40, date August 2014   NN47205‐300, 07.01 for version 5.8, date June 2014    Additional Technical Publications can be found at https://support.avaya.com/documents/ 

The City of Tallahassee PSC  An Avaya VSP‐4450 Ethernet Switch will be installed in a cabinet in the video wall room of the  COT Traffic Management Center within the PSC Building.    Install Foundry router removed from the Tallahassee FHP site.    Please see Appendix A for inter‐connection diagrams. 

The Rhyne Building – Koger Executive Center  An Avaya VSP‐4450 Ethernet Switch will be installed at the Rhyne Building, at the Koger  Executive Center II.  There is a server room on the second floor of the Rhyne Building within the  Business Services Solutions Office (BSSO).  Escort will be required to access this room.  The  equipment cabinet assigned to FDOT SITSB contains a rack‐mounted fiber patch panel equipped  to support 12‐strand single‐mode fiber with SC connectors.  Mount the VSP‐4450 under the  patch panel labeled “FDOT ITS to COT”.  Connect the AC power to the cabinet’s AC strips.    Please see Appendix A for inter‐connection diagrams. 

The State Emergency Operations Center  Within the SEOC, the ESF‐1 Room has been allocated for FDOT and other agencies.  Within that  room there is a wall‐mounted, 19‐inch 12‐unit, ventilated equipment cabinet with a locking  door (keys in the lock).  Identify this cabinet for installation.  There is a 19” rack‐mountable  power distribution strip with a 25‐foot AC cord (NEMA 15‐5) within the cabinet which will be  used to supply power to the Avaya VSP‐4450.  The power strip obviously must be plugged into a 

50 SITSB SWFD Scope of Services                                                                                                                               Page 30 of 50 

receptacle within the ESF‐1 room in order to power the VSP‐4450.  Also within the cabinet  there is a fiber patch panel to support 12‐strand single‐mode fiber with SC connectors labeled  “FDOT ITS WAN”.  Patch cables (SC to LC connectors) are already in the cabinet, as well as a 10  meter CAT 6E patch cable.    Please see Appendix A for inter‐connection diagrams. 

Relocation of Brocade Router from Tallahassee FHP Site to Tallahassee Public  Safety Complex (PSC) Site.  Located at the Tallahassee FHP Site, exists a Brocade FastIron layer 3 device.  When at  Tallahassee FHP Site to install the upgrades for the Nortel 8606, this device will be removed  from the rack, as pictured further within this document, in the Per Site Requirements section of  this Scope of Services document.    The Brocade FastIron device will be taken to the Tallahassee PSC Site, and re‐installed there,  also as described and pictured in the Per Site Requirements section of this document. 

51 SITSB SWFD Scope of Services                                                                                                                               Page 31 of 50 

Network Design Overview  General Overview  SMS Network

District 3  Network

ITS WAN Network 8006 5

7

9

11

13

15

21

23

25

27

29

31 33

1

2

3

4

17

18

19

34

8634 XGRS

20 Onl ine

10/100

6

8

10

1 Link /A ct

3

5

7

9

11

13

15

12

17

14

19

16

21

23

25

27

29

31

22

24

33

26

35

28

37

30

39

32

41

43

45

2

4

6

8

10

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

44

46

8648T XE47

Online

48

8690SF Management Link 100

Console

Modem (DTE)

Utilization %

PCMCIA

1

2

3

S wi tch

Reset

DCE/DTE

25

50

75

1 00

Power Sup ply

Mas te r

2

On lin e

CP U 1

T em p

Fan

8690SF Management Link 100

Modem (DTE)

Console

Utilization %

PCMCIA

Reset

DCE/DTE

1

2

3

S witch 25

50

75

1 00

Power Supply

Mas ter

2

Online

C PU 1

T emp

F an

100-240V ~ 47-63 Hz 9.5-16A

100-240V ~ 47-63 Hz 9.5-16A

Tallahassee FHP SITE ERS 8806 Upgrade

4850GT S

1

3

5

7

9

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

43

45

47

47

49

2

4

6

8

10

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

44

46

48

48

50

P wr S t atus USB

RPS Up Down

CO NSO LE

B ase

FOUNDRY

FastIron 4802

NETWORKS

Li Actn ivitk y

Po wer

City of Tallahassee  Public Safety Complex New VSP 4450

Con sole

Li n Act k ivit y

Relocate District 3 Brocade Switch D3‐TLH FOUNDRY

FastIron 4802

N ETWO RKS

Li nk Acti vity

Con sole

Po wer

Li nk Acti vity

Relocated District 3 Brocade Switch D3‐TLH 8006 5

7

9

11

13

15

21

23

25

27

29

31 33

1

2

3

4

17

18

19

34

86 34XGRS

20 On line

6

8

10

1 Link/ Ac t

3

5

7

9

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

43

45

2

4

6

8

10

12

14

16

12

18

14

20

16

22

24

26

28

30

32

22

24

34

26

36

28

38

30

40

32

42

44

46

310 10/100

8648TXE47

On line

48

COT Existing Juniper SRX 1400 Firewall 8690SF Management Link 100

Console

Modem (DTE)

Console

Modem (DTE)

Utilization %

PCMCIA

1

2

3

S wit ch

Reset

DCE/DTE

25

50

75

1 00

Powe r Supply

Mas te r

C PU 1

2 Fan

T em p Onlin e

8690SF Management Link 100

Utilization %

PCMCIA

1

2

3

S wit ch

Reset

DCE/DTE

25

50

75

1 00

Powe r Supply

Mas te r

C PU 1

2

T em p Onlin e

Fan

4850GT S

1

3

5

7

9

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

43

45

47

47

49

2

4

6

8

10

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

44

46

48

48

50

P wr S tat us

100-240V ~ 47-63 Hz 9.5-16A

100-240V ~ 47-63 Hz 9.5-16A

USB

RPS Up Down

CONSO LE

B ase

Koger Executive Center II  Rhyne Building New VSP 4450

Traffic Engineering and  Research Lab (TERL) ERS 8806 Upgrade 49

51

Li nk 50 Ac t

52

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48 Passport 1648T

49 50 Powe r 51 R PSU 52 Status 2

Lin k Act

16

Amber 10 Mb/s Green 100 Mb/s

18

32

34

48

C ons ole

Existing Nortel ES‐425 4850GT S

1

3

5

7

9

2

4

6

8

10

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

43

45

47

47

49

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

44

46

48

48

50

P wr Stat us USB

RPS Up Down

CONSO LE

B ase

4850GT S

Spare VSP 4450

Existing TERL Cisco 4507

1

3

5

7

9

11

13

15

17

19

21

23

25

27

29

31

33

35

37

39

41

43

45

47

47

49

2

4

6

8

10

12

14

16

18

20

22

24

26

28

30

32

34

36

38

40

42

44

46

48

48

50

Pwr Status

Florida Department of Transportation  City of Tallahassee Fiber Ring  Deployment Overview

 

USB

RPS Up Down

CO NSO LE

Base

The State Emergency Operations Center  the ESF‐1 Room New VSP 4450

 

52 SITSB SWFD Scope of Services                                                                                                                               Page 32 of 50 

Hardware/Software Overview  Avaya Ethernet Routing Switch 8806  An Avaya Ethernet Routing Switch 8806, a multi‐function carrier‐class IP networking switch, will  be located at TERL and TFHP.  These 8806s, together with the VSP‐4450 switches, will be the  SITSB demarcation points in the CoT Fiber Ring.  Management Systems  All devices on the SITSB will be configured and managed by existing Nortel and/or Avaya  software running on a server at the TERL.  This software includes the Nortel Enterprise Network  Management System (ENMS) and Nortel Device Manager.  All devices on the SITSB should be  managed by the Simple Network Management Protocol (SNMP).  Proper community strings,  user names, and passwords will be configured by the winning bidder based upon the COT  Configuration and Design Document. 

SITSB and Network Demarcation Points  To clearly designate the points at which network ownership/management/responsibility  transitions from the SITSB to connected networks, the demarcation point (demarc) is defined as  an optical port on the on‐site 8806, to which will be connected the 1000BASE‐SX duplex fiber‐ optic jumper to the partner’s edge device.  Thus on the CO's side of the demarc will be the  SITSB and the core 8806 optical interface; on the district's side of the demarc will be the fiber‐ optic jumper and the FDOT partner’s optical interface on their edge device, and the partner’s  network.  The CO will be responsible for assuring connectivity at the optical port of the 8806  interface; the FDOT partner will be responsible for assuring connectivity at the optical  connector on the 8806 end of the 1000BASE‐SX fiber‐optic jumper coming from the partner’s  edge device.  Coordination between the installer and the FDOT partner is required to  accommodate this connection. 

Site Installations Summary  The CoT Fiber Ring requires the installation and configuration of C/DWDM optical transport  equipment (supported by 10 Gig SFP+) and Internet Protocol (IP) routers/switches.  Also  required is the configuration of all installed equipment; such that it can be managed from the  existing SITSB Network Management System, located at the TERL in Tallahassee. 

Technical Design Details  In‐depth information concerning the SITSB CoT Ring technical design is available from FDOT.   The Contractor is advised to request this information and read, understand, and develop  familiarity with it. 

53 SITSB SWFD Scope of Services                                                                                                                               Page 33 of 50 

Technical Installation Requirements  Requirements Applicable to the Entire System  Functionality and Performance Requirements  The network resulting from the execution of the work described in this scope of services, which  is the SITSB CoT Fiber Ring, shall be carrier‐class, standards‐based, scalable, upgradeable, and  capable of 99.999% uptime.  Based on the COT Configuration and Design Document, the  network shall support unicast and multicast IP and shall be state‐of‐the‐art with respect to  general IP capabilities.  Via IP the network shall support the following application traffic  throughout the network:    1. C2C communications between instances of SunGuide TMS software, and/or instances of  SunNav TMS software with the SunGuide interface.  2. Digital traffic‐camera video and other multicast sources.  3. General ITS data communications.  4. Other application traffic (general IP transport).    Supported features of the network shall include, at a minimum, the following:    1. IP quality‐of‐service (QoS).  2. PIM‐SM and PIM‐SSM multicast.  3. CWDM, of a type which shall be expandable to DWDM in the future.  4. 1000 BASE‐SX full‐duplex GbE user interfaces.  5. 10/100/1000 BASE‐TX full‐duplex Ethernet user interfaces.  6. Integral hardware redundancy.  7. SNMP management.  Configuration Requirements  After award of contract, FDOT shall provide detailed equipment‐configuration specifications to  the Contractor via the COT Configuration and Design Document.  The provided specifications  shall include configuration requirements for both the SITSB equipment required by this Scope  of Services, and for certain existing equipment which must be reconfigured so as to interface  with that of District 3.  The provided specifications will generally be organized on a per‐site  basis, and will include but are not limited to:     Overall SITSB architecture, rationale and design summary:  o Layer Seven design (applications to be served).  o Layer Three design (TCP/IP details).  o Layer Two design (10/100/1000 BASE‐T and 1000 BASE‐SX Ethernet)  o Wide‐area long‐haul optical architecture.  o Fiber‐optic backbone (existing cable). 

54 SITSB SWFD Scope of Services                                                                                                                               Page 34 of 50 

  



Site floor plans, equipment rack profiles, patch‐panel port designations, and other site‐ specific equipment placement and mounting details.  Equipment external configuration:  o Slot, card and port (GBIC) insertion, location and usage.  o Cabling and interconnection details for both network and power connections.  Equipment internal configuration:  o "Hard" configuration such as jumper positions, internal switches settings, etc.  o "Soft" configuration via front‐panel controls, craft ports, command‐line  interfaces, network management system, etc. of:   Optical parameters   Ethernet parameters   VLANs, internal and external (tagged)   Routing   Access control lists   QoS and priority   Names of network entities   Management  NNI to the existing infrastructures must be designed and implemented according to the  COT Configuration and Design Document 

Requirements Applicable to Single‐Mode Fiber‐Optic Infrastructure  Assumptions  In determining the equipment, supplies and procedures required to meet the requirements of  this scope of services, the contractor may make the following assumptions:    1) A fiber characterization test was performed on all portions of the fiber between the sites  and the results support the design of the specified SFP’s in this document.  The Fiber  Characterization Report is available upon request to the winner of the bid.    2) All existing single‐mode fiber‐optic infrastructure is non‐dispersion‐shifted fiber (NDSF).  3) Span loss is 0.3 dB/km (includes a 10% repair budget).  4) Each span has four fiber patch panels:  local end, two intra‐span (with jumper between),  and remote end.  5) Each patch panel connection has a 0.3 dB loss (e.g., a patch panel with a jumper between  two ports would have a loss in dB of 2 X (0.3) + J, where J is the loss of the jumper cable).  6) Proper patch cables are available for the 10 Gigabit COT Ring proper.  All connecting fiber  patch cables may need to be provided by the winner of the bid. 

Requirements Applicable to All Sites  Installation Requirements 

55 SITSB SWFD Scope of Services                                                                                                                               Page 35 of 50 

All installation work shall be performed in a neat and orderly fashion, following generally  accepted good engineering and installation practices, except as otherwise required herein.  The  Contractor shall adjust, reposition, bolt, clamp, tighten, affix, etc. existing rack and/or frame  components and/or hardware as may be necessary to firmly and safely mount equipment and  accomplish the work specified herein.    The Contractor shall provide all miscellaneous hardware (wood screws, machine screws, bolts,  nuts, washers, rack‐mounting hardware, brackets, small metal stock, shims, cable ties, etc.) as  may be necessary to accomplish the work specified herein.    All cables, attenuators, components, hardware, devices, and other items provided under this  scope of services and shipped to sites, whether used or not, will become the property of FDOT.   Any and all such cables, components, hardware, devices, and other items not used in the  installations described herein shall be turned over to either the FDOT Project Manager or the  Project Manager's designated representative upon completion of each site installation.  Cabling Requirements  All electrical and optical cabling and wiring shall be installed in accordance with good  engineering practice, neatly tied, bundled, and dressed, and shall conform to NEC, NFPA and  local codes.  Efficient use shall be made of existing cable management systems, hardware,  trays, etc.  Consideration shall be given to maintaining consistency with existing cabling practice  at all sites.  Labeling of cables is not a requirement of this scope of services.    Copper signal, AC power and fiber‐optic cables, jumpers and wiring shall be run in separate  bundles.  Bundling shall be accomplished using black ultraviolet‐resistant nylon cable ties of  appropriate size(s) and/or separate wiring‐management ducts and/or devices.  These bundles  shall be affixed using black ultraviolet‐resistant nylon cable ties of appropriate size(s), which are  separate from those ties used to create the bundles, to racks, rack and cabinet hardware, cable  trays, cable troughs, walls, backboards etc.  Such affixing is not required if affixing is  accomplished by means of wiring management ducts and/or devices.    Copper signal and AC power cables and bundles thereof shall be separated from one another  with as great a distance as is reasonable.  If such cables and/or bundles must cross one another,  every attempt shall be made to make the angle of crossing equal to 90˚ (a right angle); if a 90˚  angle is not possible, the angle of crossing shall be kept as close to 90˚ as possible.    Optical cables and jumpers which have one end terminated in a given 19" frame or rack and the  other end in a location external to the rack shall be run in innerduct of appropriate size.   Multiple optical cable/jumpers may share a common innerduct.  Innerduct shall extend into the  interior of the rack; optical cables and jumpers shall not be exposed external to the rack.  Those  optical cables and jumpers having both ends terminated in the same 19" frame or rack need  not be run in innerduct.   

56 SITSB SWFD Scope of Services                                                                                                                               Page 36 of 50 

For ‐48 VDC power cabling, the “A” power bus cabling shell employ red‐jacketed cable for the  negative 48 VDC (hot) side of the power supply and black‐jacketed cable shall be used for the  positive (return, ground) side.  The “B” power bus cabling shell employ white‐jacketed cable for  the negative 48 VDC (hot) side of the power supply and black‐jacketed cable shall be used for  the positive (return, ground) side.    Both AC and DC power cables shall be sized in accordance with NEC and manufacturers’  recommendations.  Grounding Requirements  The Contractor must assure that all equipment racks in which equipment is mounted are  grounded to the existing site ground bus in a manner consistent with other grounding at each  site. 

Per‐Site Requirements  Transportation Engineering Research Lab (TERL)  Summary  A Nortel ERS‐8606 in an existing rack will be upgraded to an Avaya ERS‐8806.  Two appropriate  GBICs shall be provided for the existing fiber network.  A duplex multimode fiber‐optic patch  cord shall interconnect the TERL Cisco 4507 switch and the 8806 (1000BASE‐SX).    The 8806 shall be managed by the existing SITSB NMS.  Equipment  The equipment required for the TERL installation is:    AA1403001-E5

1-port 10GBase-LR/LW XFP. LAN/WAN functionality based on port configuration/capability. Supports single-mode fiber for interconnects up to 10km.

6

AA1419048-E6

1-port 1000BASE-SX Small Form Factor Pluggable (SFP) Gigabit Ethernet Transceiver, connector type: LC. Digital Diagnostic Monitoring Interface.

4

AL1905E21-E6

Ethernet Routing Switch 4800GTS-PWR+ 1000W AC redundant power supply. EUED RoHS 6/6 compliant]. NA Power Cord

DS1404120-E5

Ethernet Routing Switch 8895SF Switch Fabric/CPU to enable redundant terabit core configurations. One required with R/RS Modules, 2nd for load-sharing and redundancy. Operable with R/RS modules. Includes 1GB SDRAM and 2GB Compact Flash.

DS1404123-E6

8834XG Routing Switch Module. Combination module with 2 port 10GBase-X XFP, 24 port SFP (inc 100FX support) and 8 port autosensing 10BASE-T/100BASE-TX/1000Base-T baseboard (XFPs and SFPs purchased separately). The 8834XG requires the 8692wMezz or 8895S

2

1

1

57 SITSB SWFD Scope of Services                                                                                                                               Page 37 of 50 

1

1

1

DS1404124-E6

8848GT Routing Switch Module. 48 port autosensing 10BASET/100BASE-TX/1000Base-T Ethernet Layer 3 switching interfaces. 8848GT requires the 8692SFwMezz or 8895SF.

DS1410026

Ethernet Routing Switch 8800 Premier License Kit, for 1 chassis. Enabled features: Advanced features, VRF-Lite, MP-BGP, IPVPN MPLS RFC2547, IP-VPN-Lite (IP-in-IP) & Mcast Virtualization for VRF-Lite (IGMP, PIM-SM/SSM). Refer to release notes for list of

DS1411018-E6

Spare 8006CMHS fan tray for 8006 chassis. Required for use with ERS8600 RS series modules and MERS8600 RC series modules. 8006 chassis uses 1 x DS1411018-E6. 1m Cat 6 patch cable - blue 1m Cat 6 patch cable - white 1m Cat 6 patch cable - black

1

1m Cat 6 patch cable - purple 1m Cat 6 patch cable - yellow 1m Cat 6 patch cable - red

  The Contractor shall provide the most recent versions/releases of all equipment and software,  which may differ from the versions listed above.  Location and Mounting  The equipment shall be mounted in the existing SITSB Rack provided by FDOT ITS Central Office,  located in the TERL equipment room.   

58 SITSB SWFD Scope of Services                                                                                                                               Page 38 of 50 

  Power Connections  No additional power connections are required; the existing chassis is in place and powered up.  Network Connections  Please refer to the COT Design and Configuration Document for network connection  information and diagrams.  Tallahassee FHP Site (TFHP)  Summary  TFHP is a Layer 3 network point of presence location for the Tallahassee Fiber Ring, and the  FDOT Statewide Telecommunications Network.   

59 SITSB SWFD Scope of Services                                                                                                                               Page 39 of 50 

A Nortel ERS‐8606 in an existing rack will be upgraded to an Avaya ERS‐8806.  Two appropriate  optical interfaces shall be provided for the existing fiber network.  A copper Ethernet patch cord  shall interconnect the TFHP SMS Connection and the 8806 (100 BASE‐TX).    The 8806 shall be managed by the existing SITSB NMS.    Equipment  The equipment required for the TFHP installation is:    1

1

2

2

1

1

1

1

AA1403001-E5

1-port 10GBase-LR/LW XFP. LAN/WAN functionality based on port configuration/capability. Supports single-mode fiber for interconnects up to 10km.

AA1419048-E6

1-port 1000BASE-SX Small Form Factor Pluggable (SFP) Gigabit Ethernet Transceiver, connector type: LC. Digital Diagnostic Monitoring Interface.

AA1419049-E6

1-port 1000BASE-LX Small Form Factor Pluggable (SFP) Gigabit Ethernet Transceiver, connector type: LC. Digital Diagnostic Monitoring Interface.

DS1404120-E5

Ethernet Routing Switch 8895SF Switch Fabric/CPU to enable redundant terabit core configurations. One required with R/RS Modules, 2nd for load-sharing and redundancy. Operable with R/RS modules. Includes 1GB SDRAM and 2GB Compact Flash.

DS1404123-E6

8834XG Routing Switch Module. Combination module with 2 port 10GBase-X XFP, 24 port SFP (inc 100FX support) and 8 port autosensing 10BASE-T/100BASE-TX/1000Base-T baseboard (XFPs and SFPs purchased separately). The 8834XG requires the 8692wMezz or 8895S

DS1404124-E6

8848GT Routing Switch Module. 48 port autosensing 10BASET/100BASE-TX/1000Base-T Ethernet Layer 3 switching interfaces. 8848GT requires the 8692SFwMezz or 8895SF.

DS1410026

Ethernet Routing Switch 8800 Premier License Kit, for 1 chassis. Enabled features: Advanced features, VRF-Lite, MP-BGP, IPVPN MPLS RFC2547, IP-VPN-Lite (IP-in-IP) & Mcast Virtualization for VRF-Lite (IGMP, PIM-SM/SSM). Refer to release notes for list of

DS1411018-E6

Spare 8006CMHS fan tray for 8006 chassis. Required for use with ERS8600 RS series modules and MERS8600 RC series modules. 8006 chassis uses 1 x DS1411018-E6. 1m Cat 6 patch cable - blue 1m Cat 6 patch cable - white 1m Cat 6 patch cable - black

1

1m Cat 6 patch cable - purple 1m Cat 6 patch cable - yellow 1m Cat 6 patch cable - red

 

60 SITSB SWFD Scope of Services                                                                                                                               Page 40 of 50 

The Contractor shall provide the most recent versions/releases of all equipment and software,  which may differ from the versions listed above.  Location and Mounting  The equipment shall be mounted in the existing SITSB Rack provided by FDOT ITS Central Office,  located in the TFHP equipment shelter. 

  Fiber connectivity to the upgraded ERS‐8806 will come from the patch panel, located in the  same rack, and shown in the photograph below. 

61 SITSB SWFD Scope of Services                                                                                                                               Page 41 of 50 

 

  The Brocade FastIron layer 3 device shown in the photograph below will be removed from this  site, and relocated to the Tallahassee PSC.  Please note the installation details in the  Tallahassee PSC section directly below. 

62 SITSB SWFD Scope of Services                                                                                                                               Page 42 of 50 

 

  Power Connections  No additional power connections are required; the existing chassis is in place and powered up.  Network Connections  Please refer to the COT Design and Configuration Document for network connection  information and diagrams.  Tallahassee Public Safety Complex (PSC)  Summary  PSC is dual‐purpose Layer 3 handoff and optical signal regeneration site providing OEO  regeneration between TFHP to the west and the Rhyne Bldg to the east.  Equipment  The equipment required for the PSC installation is:    2

AA1403001-E5

1-port 10GBase-LR/LW XFP. LAN/WAN functionality based on port configuration/capability. Supports single-mode fiber for interconnects up to 10km.

63 SITSB SWFD Scope of Services                                                                                                                               Page 43 of 50 

AA1403013-E6

1-port 10GBASE-ER Small Form Factor Pluggable Plus (SFP+) 10 Gigabit Ethernet Transceiver, connector type: LC. Supports single-mode fiber for interconnects up to 40km.

AA1419049-E6

1-port 1000BASE-LX Small Form Factor Pluggable (SFP) Gigabit Ethernet Transceiver, connector type: LC. Digital Diagnostic Monitoring Interface.

1

AA1419048-E6

1-port 1000BASE-SX Small Form Factor Pluggable (SFP) Gigabit Ethernet Transceiver, connector type: LC. Digital Diagnostic Monitoring Interface.

1

AL1905E21-E6

Ethernet Routing Switch 4800GTS-PWR+ 1000W AC redundant power supply. EUED RoHS 6/6 compliant]. NA Power Cord

1

EC4400E05-E6

VSP 4450GSX with 12 10/100/1000 BaseT PoE+ ports, 36 1G SFP ports and two 10G SFP+ uplink ports. Inc. Base Software License, 1 Field replaceable 1000W PSU. NA Power Cord

1

EC4810015

VSP4000 PREMIER LICENSE - 1 UNIT

GE5300ERW

VSP 4K 4450 – Avaya Express Direct Delivered Technical Support Services – SLN ERW

1

2

1

1m Cat 6 patch cable - blue 1m Cat 6 patch cable - white 1m Cat 6 patch cable - black 1

1m Cat 6 patch cable - purple 1m Cat 6 patch cable - yellow 1m Cat 6 patch cable - red

  The Contractor shall provide the most recent versions/releases of all equipment and software,  which may differ from the versions listed above.  Location and Mounting  The equipment shall be mounted in the existing Racks #1 & 2, provided by the City of  Tallahassee, located in Room 166 of the PSC.    The FDOT fiber ring termination point at this location is a 1U Corning LANScape fiber patch  panel, located in Rack #1, and shown in the photograph below.  Fiber patch cords are already  present with the proper connector types for both the patch panel and equipment for the COT  Fiber Ring.  However, any multimode patch cords distance and connector types will have to be  researched and provided by the Contractor. 

64 SITSB SWFD Scope of Services                                                                                                                               Page 44 of 50 

  The Avaya VSP‐4450 switch and Brocade FastIron layer 3 device referenced above will be  installed in rack units 5 and 6, and 2 and 3, respectively, at the bottom of Rack #2, as shown in  the photo below. 

65 SITSB SWFD Scope of Services                                                                                                                               Page 45 of 50 

 

 

    Power Connections  The equipment shall be powered from the existing AC power distribution system in the PSC.  Network Connections 

 

Please refer to the COT Design and Configuration Document for network connection  information and diagrams.  FDOT ITS Central Office –Rhyne Bldg (Rhyne)  Summary  An Avaya 4450 shall be installed in an existing wall‐mounted cabinet located in the ESF‐1 break‐ out room in the SEOC.    In addition to the COT Ring connection, there are seventeen (17) user ports that will be active  at this location.  All in house wiring and patch panels ports were tested and available for use.    Equipment 

66 SITSB SWFD Scope of Services                                                                                                                               Page 46 of 50 

The equipment required for the Rhyne installation is:    2

AA1403001-E5

1-port 10GBase-LR/LW XFP. LAN/WAN functionality based on port configuration/capability. Supports single-mode fiber for interconnects up to 10km.

12

AA1419043-E6

1-port 1000BASE-T Small Form Pluggable (SFP), 8-pin modular connector (RJ-45).

1

EC4400E05-E6

VSP 4450GSX with 12 10/100/1000 BaseT PoE+ ports, 36 1G SFP ports and two 10G SFP+ uplink ports. Inc. Base Software License, 1 Field replaceable 1000W PSU. NA Power Cord

1

EC4810015

VSP4000 PREMIER LICENSE - 1 UNIT

GE5300ERW

VSP 4K 4450 – Avaya Express Direct Delivered Technical Support Services – SLN ERW

1

1m Cat 6 patch cable - blue 1m Cat 6 patch cable - white 1m Cat 6 patch cable - black 1

1m Cat 6 patch cable - purple 1m Cat 6 patch cable - yellow 1m Cat 6 patch cable - red

    The Contractor shall provide the most recent versions/releases of all equipment and software,  which may differ from the versions listed above.  Location and Mounting  The equipment shall be installed in the existing SITSB Rack located in the Room 291F of the  Rhyne Building.  This room is the server closet for the facility.  The SITSB Rack is the rack on the  left side of the room (as one enters), and at the rear – it is shown in the photo below. 

67 SITSB SWFD Scope of Services                                                                                                                               Page 47 of 50 

  At the top of this cabinet, there is a 48‐port patch panel.  The contracted installers punched  down the copper LAN drops beginning at port #24, as shown below. 

 

68 SITSB SWFD Scope of Services                                                                                                                               Page 48 of 50 

  Below the CAT 6 patch panel is a 1U space for the Avaya VSP‐4450 being installed at this site.   Cat 6 patch cables will be connected to this switch as described in Appendix A.  A 1U Corning  fiber patch panel is located beneath the space, and single‐mode fiber jumpers will connect to  the VSP‐4450 as described in Appendix A.  Power Connections  The equipment shall be powered from the existing AC power distribution system located in the  Rhyne server equipment room.  Network Connections  Please refer to the COT Design and Configuration Document for network connection  information and diagrams.  Statewide Emergency Operation Center (SEOC)  Summary 

69 SITSB SWFD Scope of Services                                                                                                                               Page 49 of 50 

 

An Avaya 4450 shall be installed in an existing wall‐mounted cabinet located in the ESF‐1 break‐ out room in the SEOC.  In addition to the COT Fiber Ring connections, there will be a limited  number (six or fewer) user ports that will be active and turned up.    Equipment  The equipment required for the D1 installation is:    AA1403001-E5

1-port 10GBase-LR/LW XFP. LAN/WAN functionality based on port configuration/capability. Supports single-mode fiber for interconnects up to 10km.

1

AA1403013-E6

1-port 10GBASE-ER Small Form Factor Pluggable Plus (SFP+) 10 Gigabit Ethernet Transceiver, connector type: LC. Supports single-mode fiber for interconnects up to 40km.

1

AL1905E21-E6

Ethernet Routing Switch 4800GTS-PWR+ 1000W AC redundant power supply. EUED RoHS 6/6 compliant]. NA Power Cord

1

EC4400E05-E6

VSP 4450GSX with 12 10/100/1000 BaseT PoE+ ports, 36 1G SFP ports and two 10G SFP+ uplink ports. Inc. Base Software License, 1 Field replaceable 1000W PSU. NA Power Cord

1

EC4810015

VSP4000 PREMIER LICENSE - 1 UNIT

GE5300ERW

VSP 4K 4450 – Avaya Express Direct Delivered Technical Support Services – SLN ERW

1

1

  The Contractor shall provide the most recent versions/releases of all equipment and software,  which may differ from the versions listed above.  Location and Mounting  The equipment shall be mounted in the existing SITSB cabinet provided by FDOT ITS Central  Office, located in the SEOC, ESF‐1 (Transportation) break‐out room.  Power Connections  The equipment shall be powered from the existing AC power distribution system located in the  SEOC, ESF‐1 (Transportation) break‐out room.  Network Connections  Please refer to the COT Design and Configuration Document for network connection  information and diagrams.   

70 SITSB SWFD Scope of Services                                                                                                                               Page 50 of 50 

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

375-040-55 PROCUREMENT OGC – 10/14 Page 1 of 7

PURCHASE ORDER TERMS & CONDITIONS

Purchase Order No.: Appropriation Bill Number(s) / Line Item Number(s) for 1st year of contract, pursuant to s. 216.313, F.S.: (required for contracts in excess of $5 million)

1.

SERVICES AND PERFORMANCE A.

The Department does hereby retain the Vendor to furnish, within the manner and at the location specified, certain services, information and items as specified in the competitive procurement documents, the completed purchase order form, and attached Exhibits which are integral parts of this purchase order contract (hereinafter called the Purchase Order). If additional terms and conditions of the Vendor are attached, only those provisions not in conflict with the State of Florida Purchase Order Conditions and Instructions and Purchase Order Terms and Conditions herein may be made a part of this Purchase Order. The Purchase Order Terms and Conditions, whether generic or specific, shall take precedence over and supersede any inconsistent or conflicting provision in the State of Florida Purchase Order Conditions and Instructions, and any attached terms and conditions of the Vendor.

B.

Before making any additions or deletions to the work described in this Purchase Order, and before undertaking any changes or revisions to such work, the parties shall negotiate any necessary cost changes and the Department shall issue a Change Order covering such work and compensation. Reference herein to this Purchase Order shall be considered to include any Change Orders.

C.

All tracings, plans, specifications, maps, computer files, and reports prepared or obtained under this Purchase Order, as well as all data collected, together with summaries and charts derived therefrom, shall be the exclusive property of the Department without restriction or limitation on their use and shall be made available, upon request, to the Department at any time during the performance of such services and/or upon completion or termination of this Purchase Order. Upon delivery to the Department of said document(s), the Department shall become the custodian thereof in accordance with Chapter 119, Florida Statutes. The Vendor shall not copyright any material and products or patent any invention developed under this Purchase Order. The Department shall have the right to visit the site for inspection of the work and the products of the Vendor at any time.

D.

All final plans, documents, reports, studies, and other data prepared by the Vendor shall bear the professional’s seal/signature, in accordance with applicable Florida law that governs and Administrative Rules promulgated by the Department of Business and Professional Regulation, and guidelines published by the Department, in effect at the time of execution of this Purchase Order. In the event that changes in the statute or rules create a conflict with the requirements of the published guidelines, requirements of the statute and rules shall take precedence.

E.

The Vendor agrees to provide project schedule progress reports in a format acceptable to the Department and at intervals established by the Department. The Department shall be entitled at all times to be advised, at its request, as to the status of work being done by the Vendor and of the details thereof. Coordination shall be maintained by the Vendor with representatives of the Department, or of other agencies interested in the project on behalf of the Department. Either party to the Purchase Order may request and be granted a conference.

F.

All services shall be performed by the Vendor to the satisfaction of the Director who shall decide all questions, difficulties and disputes of any nature whatsoever that may arise under or by reason of this Purchase Order. The Director’s decision upon all claims, questions, and disputes shall be final and binding upon all parties. Adjustments of compensation and contract time because of any major changes in the work that may become necessary or desirable shall be left to the absolute discretion of the Director. Reference herein to the Director shall mean the Department's Chief Engineer

.

71

375-040-55 PROCUREMENT OGC 10/14 Page 2 of 7

2.

TERM A.

Initial Term. Unless otherwise specified, this Purchase Order begins on the date of issuance. Services to be rendered by the Vendor shall be completed by the date specified on the Purchase Order.

B,

EXTENSIONS. In the event that circumstances arise which make performance by the Vendor impracticable or impossible within the time allowed or which prevent a new contract from being executed, the Department, in its discretion, may grant an extension of this Purchase Order. Extension of this Purchase Order must be in writing for a period not to exceed six (6) months and is subject to the same terms and conditions set forth in this Purchase Order and any written amendments signed by the parties; provided the Department may, in its discretion, grant a proportional increase in the total dollar amount based on the method and rate established herein. There may be only one extension of this Purchase Order unless the failure to meet the criteria set forth in this Purchase Order for completion of this Purchase Order is due to events beyond the control of the Vendor. It shall be the responsibility of the Vendor to ensure at all times that sufficient time remains in the Project Schedule within which to complete services on the project. In the event there have been delays which would affect the project completion date, the Vendor shall submit a written request to the Department which identifies the reason(s) for the delay and the amount of time related to each reason. The Department shall review the request and make a determination as to granting all or part of the requested extension.

3.

COMPENSATION AND PAYMENT A.

Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes. Deliverable(s) must be received and accepted in writing by the Contract Manager on the Department’s invoice transmittal forms prior to payment. If the Department determines that the performance of the Vendor is unsatisfactory, the Department shall notify the Vendor of the deficiency to be corrected, which correction shall be made within a time-frame to be specified by the Department. The Vendor shall, within five days after notice from the Department, provide the Department with a corrective action plan describing how the Vendor will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan in unacceptable to the Department, the Vendor shall be assessed a non-performance retainage equivalent to 10% of the total invoice amount. The retainage shall be applied to the invoice for the then-current billing period. The retainage shall be withheld until the Vendor resolves the deficiency. If the deficiency is subsequently resolved, the Vendor may bill the Department for the retained amount during the next billing period. If the Vendor is unable to resolve the deficiency, the funds retained may be forfeited at the end of the agreement period.

B.

Vendors providing goods and services to the Department should be aware of the following time frames. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services, unless the Purchase Order specifies otherwise. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved. Interest penalties of less than one (1) dollar shall not be enforced unless the Vendor requests payment. Invoices which have to be returned to a Vendor because of Vendor preparation errors shall result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department.

C.

The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(23), Florida Statutes, all payments shall be assessed a transaction fee of one percent (1%), which the Vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the transaction fee shall, when possible, be automatically deducted from payments to the Vendor. If automatic deduction is not possible, the Vendor shall pay the transaction fee pursuant to Rule 60A1.031(2), Florida Administrative Code. By submission of these reports and corresponding payments, Vendor certifies their correctness. All such reports and payments shall be subject to 72

375-040-55 PROCUREMENT OGC 10/14 Page 3 of 7

audit by the State or its designee. The Vendor shall receive a credit for any transaction fee paid by the Vendor for the purchase of any item(s) if such item(s) are returned to the Vendor through no fault, act, or omission of the Vendor. Notwithstanding the foregoing, a transaction fee is nonrefundable when an item is rejected or returned, or declined, due to the Vendor’s failure to perform or comply with specifications or requirements of the Purchase Order. Failure to comply with these requirements shall constitute grounds for declaring the Vendor in default and recovering reprocurement costs from the Vendor in addition to all outstanding fees. VENDORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE.

4.

D.

Records of costs incurred under terms of this Purchase Order shall be maintained and made available upon request to the Department at all times during the period of this Purchase Order and for three years after final payment for the work pursuant to this Purchase Order is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred shall include the Vendor's general accounting records and the project records, together with supporting documents and records, of the Vendor and all subcontractors performing work on the project, and all other records of the Vendor and subcontractors considered necessary by the Department for a proper audit of project costs.

E.

The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years. Accordingly, the State of Florida's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature.

INDEMNITY AND PAYMENT FOR CLAIMS A.

INDEMNITY: To the extent permitted by Florida Law, the Vendor shall indemnify and hold harmless the Department, and its officers and employees from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Vendor and persons employed or utilized by the Vendor in the performance of this Purchase Order. It is specifically agreed between the parties executing this Purchase Order that it is not intended by any of the provisions of any part of the Purchase Order to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Purchase Order to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Purchase Order. PAYMENT FOR CLAIMS: The Vendor guaranties the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Vendor or any subcontractor, in connection with the Purchase Order. The Department’s final acceptance and payment does not release the Vendor’s bond until all such claims are paid or released.

B.

LIABILITY INSURANCE. (Select and complete as appropriate): No general liability insurance required. The Vendor shall carry and keep in force during the term of this Purchase Order a general liability insurance policy or policies with a company or companies authorized to do business in Florida, affording public liability insurance with combined bodily injury limits of at least $ 200,000.00 per person and $ 300,000.00 each occurrence, and property damage insurance of at least $ 200,000.00 each occurrence, for the services to be rendered in accordance with this Purchase Order. The Vendor shall have and maintain during the term of this Purchase Order, a professional liability insurance policy or policies or an irrevocable letter of credit established pursuant to 73

375-040-55 PROCUREMENT OGC 10/14 Page 4 of 7

chapter 675 and section 337.106, Florida Statutes, with a company or companies authorized to do business in the State of Florida, affording liability coverage for the professional services to be rendered in accordance with this Purchase Order in the amount of $ . C.

WORKERS’ COMPENSATION. The Vendor shall also carry and keep in force Workers’ Compensation insurance as required for the State of Florida under the Workers’ Compensation Law.

D.

PERFORMANCE AND PAYMENT BOND. (Select as appropriate): No Bond required. Prior to commencement of any services pursuant to this Purchase Order and at all times during the term hereof, including renewals and extensions, the Vendor will supply to the Department and keep in force a bond provided by a surety authorized to do business in the State of Florida, payable to the Department and conditioned for the prompt, faithful, and efficient performance of this Purchase Order according to the terms and conditions hereof and within the time periods specified herein, and for the prompt payment of all persons furnishing labor, materials, equipment, and supplies therefor.

E.

5.

CERTIFICATION. With respect to any general liability insurance policy required pursuant to this Purchase Order, all such policies shall be issued by companies licensed to do business in the State of Florida. The Vendor shall provide to the Department certificates showing the required coverage to be in effect with endorsements showing the Department to be an additional insured prior to commencing any work under this Contract. Policies that include Self Insured Retention (SIR) will not be accepted. The certificates and policies shall provide that in the event of any material change in or cancellation of the policies reflecting the required coverage, thirty days advance notice shall be given to the Department or as provided in accordance with Florida law.

COMPLIANCE WITH LAWS A.

The Vendor agrees that it shall make no statements, press releases, or publicity releases concerning this Purchase Order or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with this Purchase Order, or any particulars thereof, during the period of the Purchase Order, without first notifying the Department's Contract Manager and securing prior written consent.

B.

If the Vendor is licensed by the Department of Business and Professional Regulation to perform the services herein contracted, then section 337.162, Florida Statutes, applies as follows:

C.

(1)

If the Department has knowledge or reason to believe that any person has violated the provisions of state professional licensing laws or rules, it shall submit a complaint regarding the violations to the Department of Business and Professional Regulation. The complaint shall be confidential.

(2)

Any person who is employed by the Department and who is licensed by the Department of Business and Professional Regulation and who, through the course of the person's employment, has knowledge to believe that any person has violated the provisions of state professional licensing laws or rules shall submit a complaint regarding the violations to the Department of Business and Professional Regulation. Failure to submit a complaint about the violations may be grounds for disciplinary action pursuant to chapter 455, Florida Statutes, and the state licensing law applicable to that licensee. The complaint shall be confidential.

(3)

Any complaints submitted to the Department of Business and Professional Regulation are confidential and exempt from Section 119.07(1), Florida Statutes, pursuant to chapter 455, Florida Statutes, and applicable state law.

The Vendor covenants and agrees that it and its employees and agents shall be bound by the standards of conduct provided in applicable Florida law and applicable rules of the Board of Business and Professional Regulation as they relate to work performed under this Purchase Order. The Vendor further covenants and agrees that when a former state employee is employed by the Vendor, the Vendor shall require that strict adherence by the former state employee to Sections 74

375-040-55 PROCUREMENT OGC 10/14 Page 5 of 7

112.313 and 112.3185, Florida Statutes, is a condition of employment for said former state employee. These statutes will by reference be made a part of this Purchase Order as though set forth in full. The Vendor agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to the work performed pursuant to this Purchase Order. 6.

7.

TERMINATION AND DEFAULT A.

This Purchase Order may be canceled by the Department in whole or in part at any time the interest of the Department requires such termination. The Department further reserves the right to terminate or cancel this Purchase Order in the event an assignment is made for the benefit of creditors.

B.

If the Department determines that the performance of the Vendor is not satisfactory, the Department shall have the option of (a) immediately terminating the Purchase Order, or (b) notifying the Vendor of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Purchase Order will be terminated at the end of such time, or (c) take whatever action is deemed appropriate by the Department.

C.

If the Department requires termination of the Purchase Order for reasons other than unsatisfactory performance of the Vendor, the Department shall notify the Vendor of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Purchase Order is to be terminated.

D.

If the Purchase Order is terminated before performance is completed, the Vendor shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the agreement price as the amount of work satisfactorily completed is a percentage of the total work called for by this Purchase Order. All work in progress shall become the property of the Department and shall be turned over promptly by the Vendor.

E.

For Agreements $1,000,000 and greater, if the Department determines the Vendor submitted a false certification under Section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in the Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the Department shall either terminate the Agreement after it has given the Vendor notice and an opportunity to demonstrate the Department’s determination of false certification was in error pursuant to Section 287.135(5)(a), Florida Statutes, or maintain the Agreement if the conditions of Section 287.135(4), Florida Statutes, are met.

ASSIGNMENT AND SUBCONTRACTS A.

The Vendor shall maintain an adequate and competent staff so as to enable Vendor to timely perform under this Purchase Order and must be authorized to do business within the State of Florida and may associate with it such subcontractors, for the purpose of its services hereunder, without additional cost to the Department, other than those costs within the limits and terms of this Purchase Order. The Vendor is fully responsible for satisfactory completion of all subcontracted work. The Vendor, however, shall not sublet, assign, or transfer any work under this Purchase Order to other than subcontractors specified in the proposal, bid and/or Purchase Order without the prior written consent of the Department.

B.

Select the appropriate box: The following provision is not applicable to this Purchase Order. The following provision is hereby incorporated in and made a part of this Purchase Order: It is expressly understood and agreed that any articles that are the subject of, or required to carry out this Purchase Order shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036(1) and (2), Florida Statutes; and for purposes of this Contract the person, firm, or other business entity carrying out the provisions of this Purchase Order shall be deemed to be substituted for the state agency insofar as dealings with such qualified nonprofit agency are concerned. RESPECT of Florida provides governmental agencies within the State of Florida with quality products and services produced by persons with disabilities. 75

375-040-55 PROCUREMENT OGC 10/14 Page 6 of 7

Available pricing, products, and delivery schedules may be obtained by contacting: RESPECT 2475 Apalachee Pkwy Tallahassee, Florida 32301-4946 Phone: (850) 487-1471 The following provision is hereby incorporated in and made a part of this Purchase Order: It is expressly understood and agreed that any articles that are the subject of, or required to carry out this Purchase Order shall be purchased from the corporation identified under Chapter 946, Florida Statutes, in the same manner and under the procedures set forth in section 946.515(2) and (4), Florida Statutes; and for purposes of this Purchase Order, the person, firm, or other business entity (Vendor) carrying out the provisions of this Purchase Order shall be deemed to be substituted for this agency (Department) insofar as dealings with such corporation are concerned. The "Corporation identified" is Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Available pricing, products, and delivery schedules may be obtained by contacting: PRIDE Enterprises 12425 - 28th Street, North St. Petersburg, Florida 33716-1826 Telephone: (800) 643-8459 This Purchase Order involves the expenditure of Federal funds and hence, Section 946.515, as noted above, does not apply. However, Appendix I is applicable to all parties and is hereof made a part of this Purchase Order. 8.

MISCELLANEOUS A.

The Vendor and its employees, agents, representatives, or subcontractors are not employees of the Department and are not entitled to the benefits of State of Florida employees. Except to the extent expressly authorized herein, Vendor and its employees, agents, representatives, or subcontractors are not agents of the Department or the State for any purpose or authority such as to bind or represent the interests thereof, and shall not represent that it is an agent or that it is acting on the behalf of the Department or the State. The Department shall not be bound by any unauthorized acts or conduct of the Vendor or its employees, agents, representatives, or subcontractors. Vendor agrees to include this provision in all its subcontracts under this Purchase Order.

B.

All words used herein in the singular form shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders.

C.

It is understood and agreed by the parties hereto that if any part, term or provision of this Purchase Order is by the courts held to be illegal or in conflict with any law of the State of Florida, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Purchase Order did not contain the particular part, term or provision held to be invalid.

D.

This Purchase Order shall be governed by and construed in accordance with the laws of the State of Florida.

E.

In any legal action related to this Purchase Order, instituted by either party, the Vendor hereby waives any and all privileges and rights it may have under Chapter 47 and section 337.19, Florida Statutes, relating to venue, as it now exists or may hereafter be amended, and any and all such privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those grounded on convenience. Any such legal action may be brought in the appropriate Court in the county chosen by the Department and in the event that any such legal action is filed by Vendor, Vendor hereby consents to the transfer of venue to the county chosen by the Department upon the Department filing a motion requesting the same.

F.

Time is of the essence as to each and every obligation under this Purchase Order. 76

375-040-55 PROCUREMENT OGC 10/14 Page 7 of 7

G.

If this Purchase Order involves the purchase or maintenance of information technology as defined in Section 282.0041, Florida Statutes, the selected provisions of the attached Appendix II are made a part of this Purchase Order and shall take precedence over any inconsistent provisions in this Purchase Order.

H.

If this Purchase Order is the result of a formal solicitation (Invitation to Bid, Request for Proposal or Invitation to Negotiate), the Department of Management Services Forms PUR1000 and PUR1001, included in the solicitation, are incorporated herein by reference and made a part of this Purchase Order.

I.

This Purchase Order embodies the whole agreement of the parties. There are no promises, terms, conditions, or obligations other than those contained herein, and this Purchase Order shall supersede all previous communications, representations, or agreements, either verbal or written, between the parties hereto.

J.

Vendor/Contractor: 1. shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and 2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term.

The provisions in the PURCHASE ORDER TERMS & CONDITONS constitute an integral part of the Purchase Order contract. The Vendor acknowledges acceptance of the terms and conditions of this Purchase Order by providing the services described in this Purchase Order.

77

PURCHASE ORDER CONDITIONS AND INSTRUCTIONS Revised Effective July 1, 2010 1.

This purchase order was issued via MyFloridaMarketPlace and is thereby subject to a Transaction Fee of 1%, unless exempted by rule. Each line item, or portion thereof, is subject to the 1 % Transaction Fee unless a specific exemption code accompanies the line item or portion thereof. For reference, a table and description all exemption codes follows these terms and conditions.

2.

Pursuant to section 287.058(1), F.S., the provisions of section 287.058(1)(a)-(i), F.S. are hereby incorporated by reference, to the extent applicable. Pursuant to section 287.0582, F.S., if this purchase order binds the State or an executive agency for the purchase of services or tangible personal property for a period in excess of one (1) fiscal year, the State of Florida's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature. Travel expenses are not reimbursable unless specifically authorized in writing, and shall be reimbursed only in accordance with section 112.061, F.S.

3.

This purchase order may be unilaterally cancelled by the customer for vendor's refusal to allow public access to all documents, papers, letters or other material, whether made or received in conjunction with this agreement which are subject to the public records act, Chapter 119, F.S.

4.

Items may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at vendor’s expense. Any increase in cost may be charged against the vendor.

5.

Items received in excess of quantities specified may, at purchaser’s option, be returned at the vendor’s expense. Substitutions are not permitted. Section 215.422, F.S., provides that agencies have 5 working days to inspect and approve goods and services, unless bid specifications or the purchase order specifies otherwise.

6.

In accordance with Section 287.133(2)(a) and 287.134(2)(a), F.S., an entity or affiliate who has been on the convicted vendor list or the discriminatory vendor list, respectively, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not award or perform work as a contractor, supplier, sub-contractor, or consultant under contract with any public entity; and may not transact business with any public entity.

7.

The vendor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, State, and local agencies having jurisdiction and authority. By way of non-exhaustive example, the vendor shall comply with section 247A(e) of the Immigration and Nationalization Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. Violation of such laws shall be grounds for termination or cancellation of this purchase order.

8.

Pursuant to section 216.347, F.S., the vendor may not expend any State funds for the purpose of lobbying the Legislature, the judicial branch, or a state agency. In addition, the Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), “gratuity” means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advance, deposits of money, services, employment, or contracts of any kind. Upon request of the Inspector General or any other authorized State official, the vendor shall provide any type of information the Inspector General deems relevant to the vendor’s integrity or responsibility. Such information may include, but shall not be limited to, the vendor’s business or financial records, documents, or files of any type or form that refer to or relate to the purchase order. The vendor shall retain such records for the longer of (1) three years after the expiration of the purchase

78

order or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dlis.dos.state.fl.us/barm/genschedules/gensched.htm). The vendor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the vendor's compliance with the terms of this or any other agreement between the vendor and the State which results in the suspension or debarment of the vendor. Such costs shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The vendor shall not be responsible for any costs of investigations that do not result in the vendor’s suspension or debarment. 9.

The purchaser assumes no liability for merchandise shipped to other than the specified destination.

10.

The terms of this purchase order may not be modified. Any attempt to modify a purchase order for goods or services shall not be accepted as the basis for additional compensation.

11.

Interest penalties for late payment are available subject to the provisions of section 215.422, F.S. A Vendor Ombudsman, whose duties include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a state agency may be contacted at 850-413-5516 or by calling the State Comptroller’s Hotline, 1-800-848-3792.

12.

The following provisions shall apply to all purchase orders UNLESS OTHERWISE INDICATED IN A SEPARATE APPLICABLE DOCUMENT agreed to by the purchaser and the vendor: A.

All purchases are F.O.B. Destination, transportation charges prepaid.

B. Each shipment must be shipped to the address indicated on the face of this purchase order and marked to the attention of the individual identified, if any. Each shipment must be labeled plainly with the purchase order number and must show the gross, tare, and net weight. A complete packing list must accompany each shipment. This paragraph shall also apply to any third party who ships items against this purchase order on behalf of the vendor. C.

No extra charges shall be applied for boxing, crating, packing, or insurance.

D.

The following delivery schedule shall apply: 8:00 AM – 4:00 PM, Monday through Friday, excluding legal holidays.

E.

If delivery to the specified destination cannot be made on or before the specified date, notify the purchaser immediately using the contact information provided in the MyFloridaMarketPlace system.

13.

By accepting this electronic purchase order, the vendor agrees to be bound by these conditions and instructions.

14.

Unless specifically addressed in the Purchase Order or attachment thereto, intellectual property rights to preexisting property will remain with the vendor. Unless specifically addressed in the Purchase Order or attachment thereto, intellectual property rights to all property created or otherwise developed by vendor for the purchasing agency will be owned by the State of Florida through the agency at the end of the purchase order. Proceeds to any state agency derived from its sale, licensing, marketing or other authorization related to any such agency-controlled intellectual property right shall be handled in the manner specified by applicable state statute.

79

State of Florida PUR 1000 General Contract Conditions Contents 1. Definitions. 2. Purchase Orders. 3. Product Version. 4. Price Changes Applicable only to Term Contracts. 5. Additional Quantities. 6. Packaging. 7. Inspection at Contractor’s Site. 8. Safety Standards. 9. Americans with Disabilities Act. 10. Literature. 11. Transportation and Delivery. 12. Installation. 13. Risk of Loss. 14. Transaction Fee. 15. Invoicing and Payment. 16. Taxes. 17. Governmental Restrictions. 18. Lobbying and Integrity. 19. Indemnification. 20. Limitation of Liability. 21. Suspension of Work. 22. Termination for Convenience. 23. Termination for Cause. 24. Force Majeure, Notice of Delay, and No Damages for Delay. 25. Changes. 26. Renewal. 27. Purchase Order Duration. 28. Advertising. 29. Assignment. 30. Antitrust Assignment 31. Dispute Resolution. 32. Employees, Subcontractors, and Agents. 33. Security and Confidentiality. 34. Contractor Employees, Subcontractors, and Other Agents. 35. Insurance Requirements. 36. Warranty of Authority. 37. Warranty of Ability to Perform. 38. Notices. 39. Leases and Installment Purchases. 40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). 41. Products Available from the Blind or Other Handicapped. 42. Modification of Terms. 43. Cooperative Purchasing. 44. Waiver. 45. Annual Appropriations. 46. Execution in Counterparts. 47. Severability. 1. Definitions. The definitions contained in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined: 80

(a) “Contract” means the legally enforceable agreement that results from a successful solicitation. The parties to the Contract will be the Customer and Contractor. (b) “Customer” means the State agency or other entity identified in a contract as the party to receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services via purchase order or other contractual instrument from the Contractor under the Contract. The “Customer” may also be the “Buyer” as defined in the PUR 1001 if it meets the definition of both terms. (c) “Product” means any deliverable under the Contract, which may include commodities, services, technology or software. (d) “Purchase order” means the form or format a Customer uses to make a purchase under the Contract (e.g., a formal written purchase order, electronic purchase order, procurement card, contract or other authorized means). 2. Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be deemed to incorporate by reference the Contract and solicitation terms and conditions. Any discrepancy between the Contract terms and the terms stated on the Contractor’s order form, confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. A purchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shall designate a contract manager and a contract administrator as required by subsections 287.057(15) and (16) of the Florida Statutes. 3. Product Version. Purchase orders shall be deemed to reference a manufacturer’s most recently release model or version of the product at the time of the order, unless the Customer specifically requests in writing an earlier model or version and the contractor is willing to provide such model or version. 4. Price Changes Applicable only to Term Contracts. If this is a term contract for commodities or services, the following provisions apply. (a) Quantity Discounts. Contractors are urged to offer additional discounts for one time delivery of large single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products offered under the Contract. State Customers shall document their files accordingly. (b) Best Pricing Offer. During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price. (c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then-authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion. (d) Trade-In. Customers may trade-in equipment when making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair market value when trading equipment, and to keep accurate records of the process. For State agencies, it may be necessary to provide documentation to the Department of Financial Services and to the agency property custodian pursuant to Chapter 273, F.S. (e) Equitable Adjustment. The Customer may, in its sole discretion, make an equitable adjustment in the Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, 81

by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor’s control, (2) the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss. 5. Additional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to exceed the threshold for Category Two at the prices submitted in the response to the solicitation. 6. Packaging. Tangible product shall be securely and properly packed for shipment, storage, and stocking in appropriate, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packaging shall become and remain Customer’s property. 7. Inspection at Contractor’s Site. The Customer reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 8. Safety Standards. All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers’ Association for electrically operated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. 9. Americans with Disabilities Act. Contractors should identify any products that may be used or adapted for use by visually, hearing, or other physically impaired individuals. 10. Literature. Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc. 11. Transportation and Delivery. Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause for Contract cancellation and Contractor suspension. 12. Installation. Where installation is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor’s authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 13. Risk of Loss. Matters of inspection and acceptance are addressed in s. 215.422, F.S. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible 82

damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Contractor. Rejected product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product. 14. Transaction Fee. The State of Florida has instituted MyFloridaMarketPlace, a statewide eProcurement System (“System”). Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assessed a Transaction Fee of one percent (1.0%), which the Contractor shall pay to the State, unless exempt pursuant to 60A-1.032, F.A.C. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor’s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES’ VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C. 15. Invoicing and Payment. Invoices shall contain the Contract number, purchase order number if applicable, and the appropriate vendor identification number. The State may require any other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract. At the State's option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the system. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms – EDI 810, cXML, or web-based invoice entry within the ASN. Payment shall be made in accordance with sections 215.422 and 287.0585 of the Florida Statutes, which govern time limits for payment of invoices. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State Agencies. The Customer is responsible for all payments under the Contract. A Customer’s failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers. 16. Taxes. The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees’ wages. Any exceptions to this paragraph shall be explicitly noted by the Customer in the special contract conditions section of the solicitation or in the Contract or purchase order. 17. Governmental Restrictions. If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to the Customer. 18. Lobbying and Integrity. Customers shall ensure compliance with Section 11.062, FS and Section 216.347, FS.The Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) 83

offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), “gratuity” means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Customer’s Inspector General, or other authorized State official, the Contractor shall provide any type of information the Inspector General deems relevant to the Contractor’s integrity or responsibility. Such information may include, but shall not be limited to, the Contractor’s business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dlis.dos.state.fl.us/barm/genschedules/gensched.htm). The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor’s compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor’s suspension or debarment. 19. Indemnification. The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer. Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer’s misuse or modification of Contractor’s products or a Customer’s operation or use of Contractor’s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit, or in the Contractor’s opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties. The Contractor’s obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or Customer giving the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the State or Customer in any legal action without the Contractor’s prior written consent, which shall not be unreasonably withheld. 20. Limitation of Liability. For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor’s liability under a contract or purchase order for direct damages shall be limited to the greater of $100,000, the dollar amount of the contract or purchase order, or two times the charges rendered by the Contractor under the purchase order. This limitation shall not apply to claims arising under the Indemnity paragraph contain in this agreement. Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain 84

such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. 21. Suspension of Work. The Customer may in its sole discretion suspend any or all activities under the Contract or purchase order, at any time, when in the best interests of the State to do so. The Customer shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer shall either (1) issue a notice authorizing resumption of work, at which time activity shall resume, or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation. 22. Termination for Convenience. The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State’s interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. 23. Termination for Cause. The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance of the Contract, (3) honor any term of the Contract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A-1.006(3), F.A.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Customer. The rights and remedies of the Customer in this clause are in addition to any other rights and remedies provided by law or under the Contract. 24. Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor’s control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR’S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract 85

in whole or in part. 25. Changes. The Customer may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them. 26. Renewal. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the solicitation response. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds. 27. Purchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract’s term to be considered timely. The Contractor is obliged to fill those orders in accordance with the contract’s terms and conditions. Purchase orders received by the contractor after close of business on the last day of the state term or agency contract’s term shall be considered void. Purchase orders for a one-time delivery of commodities or performance of contractual services shall be valid through the performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the single delivery/performance, and shall survive the termination of the Contract. Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery will occur after expiration of the state term or agency contract. For example, if a state term contract calls for delivery 30 days after receipt of order (ARO), and an order specifies delivery will occur both in excess of 30 days ARO and after expiration of the state term contract, the Contractor will accept the order. However, if the Contractor expressly and in writing notifies the ordering office within ten (10) calendar days of receipt of the purchase order that Contractor will not accept the extended delivery terms beyond the expiration of the state term contract, then the purchase order will either be amended in writing by the ordering entity within ten (10) calendar days of receipt of the contractor’s notice to reflect the state term contract delivery schedule, or it shall be considered withdrawn. The duration of purchase orders for recurring deliveries of commodities or performance of services shall not exceed the expiration of the state term or agency contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Timely purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the recurring delivery/performance as provided herein, and shall survive the termination of the Contract. Ordering offices shall not renew a purchase order issued pursuant to a state term or agency contract if the underlying contract expires prior to the effective date of the renewal. 28. Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise linking the Contractor’s name and either a description of the Contract or the name of the State or the Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. 29. Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance of the contract, unless the Customer expressly waives such secondary liability. The Customer may assign the Contract with prior 86

written notice to Contractor of its intent to do so. 30. Antitrust Assignment. The Contractor and the State of Florida recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida. Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as to goods, materials or services purchased in connection with the Contract. 31. Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by the Customer's designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the Customer a petition for administrative hearing. The Customer’s decision on the petition shall be final, subject to the Contractor’s right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120. Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial. 32. Employees, Subcontractors, and Agents. All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State may conduct, and the Contractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor, or agent furnished by the Contractor. The State may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with a Customer’s security or other requirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may reject and bar from any facility for cause any of the Contractor’s employees, subcontractors, or agents. 33. Security and Confidentiality. The Contractor shall comply fully with all security procedures of the United States, State of Florida and Customer in performance of the Contract. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State’s or Customer’s confidential information, or material that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract. 34. Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor's employees, subcontractors, and other agents receive benefits and necessary insurance (health, workers' compensations, and unemployment) from an employer other than the State of Florida. 35. Insurance Requirements. During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Upon request, the Contractor shall provide certificate of insurance. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor’s liability and obligations under the Contract. All insurance policies shall be through insurers authorized or eligible to write policies in Florida. 87

36. Warranty of Authority. Each person signing the Contract warrants that he or she is duly authorized to do so and to bind the respective party to the Contract. 37. Warranty of Ability to Perform. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Customer in writing if its ability to perform is compromised in any manner during the term of the Contract. 38. Notices. All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the agency designee identified in the original solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. 39. Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section 17.001, F.S.) is required for State agencies to enter into or to extend any lease or installment-purchase agreement in excess of the Category Two amount established by section 287.017 of the Florida Statutes. 40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Section 946.515(2), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles which are the subject of, or required to carry out, the Contract shall be purchased from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the same procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of the Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned." Additional information about PRIDE and the products it offers is available at http://www.pridefl.com. 41. Products Available from the Blind or Other Handicapped. Section 413.036(3), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in section 413.036(1) and (2), Florida Statutes; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the State agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency and the products it offers is available at http://www.respectofflorida.org. 42. Modification of Terms. The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Customer and the Contractor. The Contract may only be modified or amended upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, “shrink wrap” terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor’s order or fiscal forms or other documents forwarded by the Contractor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. 43. Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases at the terms and conditions contained herein. Non-Customer purchases are independent of the agreement between Customer and Contractor, and Customer shall not be a party to any transaction between the Contractor and any other purchaser. State agencies wishing to make purchases from this agreement are required to follow the provisions of s. 287.042(16)(a), F.S. This statute requires the Department of Management Services to determine that the requestor's use of the contract is cost-effective and in the best interest of the State. 88

44. Waiver. The delay or failure by the Customer to exercise or enforce any of its rights under this Contract shall not constitute or be deemed a waiver of the Customer’s right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 45. Annual Appropriations. The State’s performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature. 46. Execution in Counterparts. The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 47. Severability. If a court deems any provision of the Contract void or unenforceable, that provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain in full force and effect.

89

State of Florida PUR 1001 General Instructions to Respondents Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict of Interest. 7. Convicted Vendors. 8. Discriminatory Vendors. 9. Respondent’s Representation and Authorization. 10. Manufacturer’s Name and Approved Equivalents. 11. Performance Qualifications. 12. Public Opening. 13. Electronic Posting of Notice of Intended Award. 14. Firm Response. 15. Clarifications/Revisions. 16. Minor Irregularities/Right to Reject. 17. Contract Formation. 18. Contract Overlap. 19. Public Records. 20. Protests. 21. Limitation on Vendor Contact with Agency During Solicitation Period 1. Definitions. The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined: (a) "Buyer" means the entity that has released the solicitation. The “Buyer” may also be the “Customer” as defined in the PUR 1000 if that entity meets the definition of both terms. (b) "Procurement Officer" means the Buyer's contracting personnel, as identified in the Introductory Materials. (c) "Respondent" means the entity that submits materials to the Buyer in accordance with these Instructions. (d) "Response" means the material submitted by the respondent in answering the solicitation. (e) "Timeline" means the list of critical dates and actions included in the Introductory Materials. 2. General Instructions. Potential respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare responses accordingly. 3. Electronic Submission of Responses. Respondents are required to submit responses electronically. For this purpose, all references herein to signatures, signing requirements, or other required acknowledgments hereby include electronic signature by means of clicking the "Submit Response" button (or other similar symbol or process) attached to or logically associated with the response created by the respondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submitting its response constitutes:  an electronic signature on the response, generally,  an electronic signature on any form or section specifically calling for a signature, and  an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement. 4. Terms and Conditions. All responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed:  Technical Specifications,  Special Conditions and Instructions,  Instructions to Respondents (PUR 1001),  General Conditions (PUR 1000), and 90



Introductory Materials.

The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent’s response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response. 5. Questions. Respondents shall address all questions regarding this solicitation to the Procurement Officer. Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with the Timeline. All questions submitted shall be published and answered in a manner that all respondents will be able to view. Respondents shall not contact any other employee of the Buyer or the State for information with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site for new or changing information. The Buyer shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of these Instructions. 6. Conflict of Interest. This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates. 7. Convicted Vendors. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list:  submitting a bid on a contract to provide any goods or services to a public entity;  submitting a bid on a contract with a public entity for the construction or repair of a public building or public work;  submitting bids on leases of real property to a public entity;  being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and  transacting business with any public entity in excess of the Category Two threshold amount ($25,000) provided in section 287.017 of the Florida Statutes. 8. Discriminatory Vendors. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134 of the Florida Statutes may not:  submit a bid on a contract to provide any goods or services to a public entity;  submit a bid on a contract with a public entity for the construction or repair of a public building or public work;  submit bids on leases of real property to a public entity;  be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity; or  transact business with any public entity. 9. Respondent’s Representation and Authorization. In submitting a response, each respondent understands, represents, and acknowledges the following (if the respondent cannot so certify to any of following, the respondent shall submit with its response a written explanation of why it cannot do so).  

The respondent is not currently under suspension or debarment by the State or any other governmental authority. To the best of the knowledge of the person signing the response, the respondent, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract. 91

  





   

 

Respondent currently has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract. The submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive response. The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other respondent or potential respondent; neither the prices nor amounts, actual or approximate, have been disclosed to any respondent or potential respondent, and they will not be disclosed before the solicitation opening. The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as defined in section 287.133(1)(a) of the Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company. Neither the respondent nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or position involving the administration of federal funds: o Has within the preceding three years been convicted of or had a civil judgment rendered against them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or o Has within a three-year period preceding this certification had one or more federal, state, or local government contracts terminated for cause or default. The product offered by the respondent will conform to the specifications without exception. The respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions. If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the Contract that is formed with the State. The respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the response, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the response. The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any cost, damage, or expense which may be incurred or be caused by any error in the respondent’s preparation of its bid. All information provided by, and representations made by, the respondent are material and important and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes.

10. Manufacturer’s Name and Approved Equivalents. Unless otherwise specified, any manufacturers’ names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer’s prior approval, the Contractor may provide any product that meets or exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a product is acceptable as an equivalent. 11. Performance Qualifications. The Buyer reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent shall at all times during the Contract term remain responsive and responsible. In determining Respondent’s responsibility as a vendor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Respondent’s capability to fully satisfy the requirements of the solicitation and the contract. Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the production, distribution, 92

and servicing of the product bid. If the Buyer determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be disqualified from receiving awards if respondent, or anyone in respondent’s employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements. 12. Public Opening. Responses shall be opened on the date and at the location indicated on the Timeline. Respondents may, but are not required to, attend. The Buyer may choose not to announce prices or release other materials pursuant to s. 119.071(1)(b), Florida Statutes. Any person requiring a special accommodation because of a disability should contact the Procurement Officer at least five (5) workdays prior to the solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida Relay Service at (800) 955-8771 (TDD). 13. Electronic Posting of Notice of Intended Award. Based on the evaluation, on the date indicated on the Timeline the Buyer shall electronically post a notice of intended award at http://fcn.state.fl.us/owa_vbs/owa/vbs_www.main_menu. If the notice of award is delayed, in lieu of posting the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabulations or notices of award by telephone. 14. Firm Response. The Buyer may make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Buyer awards the Contract or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Buyer's sole discretion, be accepted or rejected. 15. Clarifications/Revisions. Before award, the Buyer reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of submissions from all respondents deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response. 16. Minor Irregularities/Right to Reject. The Buyer reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer determines that doing so will serve the State’s best interests. The Buyer may reject any response not submitted in the manner specified by the solicitation documents. 17. Contract Formation. The Buyer shall issue a notice of award, if any, to successful respondent(s), however, no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract. The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or for any work performed before the Contract is effective. 18. Contract Overlap. Respondents shall identify any products covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest. 19. Public Records. Article 1, section 24, Florida Constitution, guarantees every person access to all public records, and Section 119.011, Florida Statutes, provides a broad definition of public record. As such, all responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that its response contains information that is exempt from the public records law shall clearly segregate and mark that information and provide the specific statutory citation for such exemption. 20. Protests. Any protest concerning this solicitation shall be made in accordance with sections 120.57(3) and 287.042(2) of the Florida Statutes and chapter 28-110 of the Florida Administrative Code. Questions to the Procurement Officer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that specifications are written to obtain the best value for the State and that specifications are written to ensure competitiveness, fairness, necessity and 93

reasonableness in the solicitation process. Section 120.57(3)(b), F.S. and Section 28-110.003, Fla. Admin. Code require that a notice of protest of the solicitation documents shall be made within seventy-two hours after the posting of the solicitation. Section 120.57(3)(a), F.S. requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." Section 28-110.005, Fla. Admin. Code requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.” 21. Limitation on Vendor Contact with Agency During Solicitation Period. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.

94

BID CHECKLIST (DOES NOT NEED TO BE RETURNED WITH YOUR BID) This Checklist is provided as a guideline, only, to assist bidders in the preparation of their bid response. Included are some important matters that the bidder should check. This checklist is just a guideline, and is not intended to include all matters required by the ITB. Bidders are responsible to read and comply with the ITB in its entirety. Check off each the following: ____

1.

The “Bid Sheet” has been filled out completely, signed, and enclosed in the bid response.

____

2.

The Federal Employers Identification Number or Social Security Number has been entered in the space provided.

____

3.

“Drug-Free Workplace Program Certification” form has been read, signed, and enclosed in the bid response, if applicable.

____

4.

“Scrutinized Companies Lists” certification form has been read, signed, and enclosed in the bid response, if applicable (bids of $1 million or more).

____

5.

The Scope of Services section has been thoroughly reviewed for compliance to the bid requirements.

____

6.

The prices bid have been reviewed for accuracy and all price corrections have been initialed in ink.

____

7.

The www.myflorida.com website has been checked and any Addendums posted have been completed, signed, and included in the bid response.

____

8.

The bid response must be received, at the location specified, on or before the Bid Due Date and Time designated in the ITB.

____

9.

On the Lower Left Hand Corner of the Envelope transmitting your bid response, write in the following information: Bid No.: ITB-DOT-14/15-9021-JP Title: Furnish, Install and Commission Networking Equipment at Locations in Tallahassee Opening Date & Time: January 7, 2015 at 3:00p.m., Local Time

95