Contract Number - PA - eMarketplace

159
All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities FULLY EXECUTED Contract Number: 4400010339 Original Contract Effective Date: 09/20/2012 Valid From: 09/01/2012 To: 11/30/2017 Page 1 of 2 Your SAP Vendor Number with us: 331838 Supplier Name/Address: UNIFY INC 1200 HOWARD BLVD MOUNT LAUREL NJ 08054-2301 US Supplier Phone Number: 610-313-3806 Supplier Fax Number: 856 428 0122 Please Deliver To: To be determined at the time of the Purchase Order unless specified below. Purchasing Agent Name: Millovich Joseph Phone: 717-214-3434 Fax: 717-783-6241 Payment Terms NET 30 Solicitation No.: Issuance Date: Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date: Contract Name: PBX & Key Telephone Systems - Unify Inc Information: Item Material/Service Desc Qty UOM Price Per Unit Total 1 PBX Telephone System 0.000 0.00 1 0.00 -------------------------------------------------------------------------------------------------------------------------------------------------------- 2 Key Telephone System 0.000 0.00 1 0.00 -------------------------------------------------------------------------------------------------------------------------------------------------------- 3 Move - Add - Change 0.000 0.00 1 0.00 -------------------------------------------------------------------------------------------------------------------------------------------------------- 4 Installation 0.000 0.00 1 0.00 -------------------------------------------------------------------------------------------------------------------------------------------------------- 5 Cabling 0.000 0.00 1 0.00 -------------------------------------------------------------------------------------------------------------------------------------------------------- 6 Training 0.000 0.00 1 0.00 -------------------------------------------------------------------------------------------------------------------------------------------------------- This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference. Supplier's Signature _________________________________ Printed Name _________________________________ Title ____________________________________ Date _____________________ Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

Transcript of Contract Number - PA - eMarketplace

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

FULLY EXECUTEDContract Number: 4400010339

Original Contract Effective Date: 09/20/2012 Valid From: 09/01/2012 To: 11/30/2017

Page 1 of 2

Your SAP Vendor Number with us: 331838

Supplier Name/Address: UNIFY INC 1200 HOWARD BLVD MOUNT LAUREL NJ 08054-2301 US

Supplier Phone Number: 610-313-3806

Supplier Fax Number: 856 428 0122

Please Deliver To:

To be determined at the time of the Purchase Order unless specified below.

Purchasing AgentName: Millovich Joseph

Phone: 717-214-3434

Fax: 717-783-6241

Payment Terms NET 30

Solicitation No.: Issuance Date:

Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date:

Contract Name:PBX & Key Telephone Systems - Unify Inc

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

1 PBX Telephone System 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------2 Key Telephone System 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------3 Move - Add - Change 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------4 Installation 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------5 Cabling 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------6 Training 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------

This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attachedto this Contract or incorporated by reference.

Supplier's Signature _________________________________

Printed Name _________________________________

Title ____________________________________

Date _____________________

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

FULLY EXECUTEDContract Number: 4400010339

Original Contract Effective Date: 09/20/2012 Valid From: 09/01/2012 To: 11/30/2017

Supplier Name:UNIFY INC

Page 2 of 2

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

7 Maintenance 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------8 Miscellaneous 0.000 0.00 1 0.00

--------------------------------------------------------------------------------------------------------------------------------------------------------General Requirements for all Items:

Header Text

When the need for a telephone system, equipment or other related services arises, the using agency must

contact the Contractors and

request a quote. It will be the responsibility of the using agency to determine the Contractor who provides

the best value.

All orders must be placed through the Commonwealth’s Enterprise Services Management System (ESMS). All

orders must be authorized by the using agency Telecommunications Management Officer (TMO) or designee.

March 19, 2015 - Contract terms and conditions were amended to include leasing. See the revised terms and

conditions and the signed contract amendment for leasing details.

No further information for this Contract

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

STATE OF MANUFACTURE CHART

THIS FORM MUST BE COMPLETED AND RETURNED WITH THE BID

Revised 6/8/98

The Reciprocal Limitations Act 146 requires the Department to give Pennsylvania resident bidders a preference against a non-resident bidder from any state that gives or requires a preference to bidders from that state. The amount of preference shall be equal to the amount of preference applied by the state of the non-resident bidder. More information on this Act, or how to claim preference, can be obtained at our internet site at www.dgs.state.pa.us, by faxing a request to 717 787 -0725, or by calling Vendor Services at 717 787-2199 or 4705. All bidders must complete the following chart by listing the name of the manufacturer and the state (or foreign country) of manufacture for each item. If the item is domestically produced, the bidder must indicate the state in the United States where the item will be manufactured. This chart must be completed and submitted with the bid or no later than two (2) business days after notification from the Department of General Services to furnish the information. Failure to complete this chart and provide the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid.

ITEM NUMBER NAME OF MANUFACTURER STATE (OR FOREIGN COUNTRY) OF MANUFACTURE

Telephones Siemens Enterprise Communicaitons

Germany Key/PBX smll/med Siemens Enterprise Florida

PBX Large Siemens Enterprise Florida Servers IBM Mexico Software Siemens Florida

BIDDER’S RESIDENCY A. In determining whether the bidder is a nonresident bidder from a state that gives or requires a preference to bidders from that state, the address given on the first page of this invitation for bid shall be used by the Department of General Services. If that address is incorrect, or if no address is given, the correct address should be provided in the space below: Correct Address: Siemens Enterprise Communications 1200 Howard Boulevard Mt. Laurel, New Jersey

Manufacturer(s)Zone 1 – Western Pennsylvania – includes the following counties: Erie, Crawford, Mercer, Lawrence, Beaver, Washington, Greene, Fayette, Westmoreland, Allegheny, Butler, Venango, Warren, McKean, Forest, Elk, Clarion, Jefferson, Armstrong, Indiana, Clearfield, Cambria, Somerset.Zone 2 – Central Pennsylvania – includes the following counties: Potter, Cameron, Clinton, Centre, Blair, Bedford, Fulton, Huntingdon, Tioga, Lycoming, Union, Snyder, Mifflin, Juniata, Perry, Cumberland, Franklin, Adams, York, Lancaster, Lebanon, Dauphin, Northumberland, Montour, Columbia, Schuylkill, Luzerne, Wyoming, Sullivan, Lackawanna, Bradford, Susquehanna.Zone 3 – Eastern Pennsylvania – includes the following counties: Wayne, Pike, Monroe, Carbon, Northampton, Lehigh, Berks, Bucks, Montgomery, Chester, Delaware, Philadelphia

Zones

ZonesThe Bidder must indicate, by checking the appropriate box, the zone(s) where it intends to provide telephone systems, equipment and other related services. The Bidder must indicate the manufacturer of the telephone system(s) being offered.

Siemens Enterprise Communication

Siemens Enterprise Communication

Siemens Enterprise Communication

Weekday Hourly Rate install $125p/h training $95 p/h config/integration $200 p/h tag/test/tone $125 p/h PM $175 p/h Weekend/Holiday Hourly Rate T&M $187.50 p/h*Overtime Hourly Rate T & M $250 p/h*Applies only if a technician exceeds eight (8) continuous work hours within a twenty-four (24) hour period.

Location Assessment Cost $200 per hourService Visit Cost $125 per hour

Labor

Location Assessments & Visitation

Labor, Location Assessment and Service Visit CostsThe Bidder must indicate the costs for labor, location assessments and service visits.

Item Description Item Type Manufacturer Model CostMove35 - HiPath 3500 V7 IP Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 5,491.88

Move35 HiPath 3500 V8 IP Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 3,457.35HiPath 3550 V7 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 3,135.26HP 3000 V9 OSO V3 HX Train & Demo Packet Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 2,568.78HiPath 3500 V7 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 2,400.11HiPath 3300 V7 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,990.13HiPath 3350 V7 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,990.13HG1500 v2.0 - PRO V&D pkg Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,875.00TST1 Trunk Module w/ Front Panel & Cable Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,830.11T1/PRI Trunk mod. TST1 for HiPath 3550 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,830.11T1/PRI Trunk Module TST1 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,830.11HG 1500 V2.1 3350/3550 V&D Pkg Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,800.00HG 1500 V2.1 3300/3500 V&D Pkg Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,800.00HiPath 3500 IP vce/data rtr HG1500 v2.0 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,725.00HiPath 5000 V9 Central Admin License Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,693.43TMST1 Trunk Module w/ Adpter & CSU Cable Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,620.00HP 3500 V9 Systembox 2 S0 / 8 UP0/E/4a/b Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,557.75HP 3550 V9 Systembox 2 S0 / 8 UP0/E/4a/b Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,557.75HiPath 3300/3500 V7 Upgrade Kit w EVM V1 Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 1,516.85HiPath 3350/3550 V7 Upgrade Kit w EVM V1 Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 1,516.85HiPath 3500 V8 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,511.25HiPath 3550 V8 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,511.25OSO V3 HX myReports Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX Contact Center Fax Additional Feature Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02Xpr Compact Mobility Lic. for HP 3000 V9 Additional Feature Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX Base pkg for HP 3300/3500 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX Base pkg for HP 3800 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX Base pkg for HP 3350/3550 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX VoiceMail Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,336.65HiPath 3000 V7 Upgrade Kit (33xx/35xx V5 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,302.83HG1500 V3.0 pkg w 8BChn for HP3800 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,297.46HP 3300 V9 Systembox 2 S0 / 8 UP0/E/4a/b Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,291.43HP 3350 V9 Systembox 2 S0 / 8 UP0/E/4a/b Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,291.43System upg. HP 3300/3500 <V5.0 to V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,273.34System upg. HP 3350/3550 <V5.0 to V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,273.34HiPath 3300 V8 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,252.88HiPath 3350 V8 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,252.88

Small Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Small Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

S0 Module (8 S0) STMD 8 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,188.00HG1500 V3.0 for HiPath 3350/3550 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,107.89Analog SUBSC. Module (16 A/B) Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,080.00System upg. HP 33xx/35xx V5.0-V7 to V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,072.34System upg. for HP 3800 from V5-V7 to V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,072.34OSO V3 HX CC Basic License Package Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,058.27OSO V3 HX Contact Center E-Mail Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,058.27Digi. Subscr. Module SLMO24 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16SLA24N Analog Subscriber Line Module Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG 1500 V3.0 Basic 8 B ch 3300/3500 V8 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG 1500 V3.0 Basic 8 B ch 3350/3550 V8 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG1500 V3.0 pkg w8 BChn for 3300/3500 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG1500 V3.0 pkg w8 BChn for 3350/3550 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG1500 V3.0 for HiPath 3300/3500 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,007.18ANI4R for HiPath 3300/3500 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 904.88Xp Compact Conf. Lic. for HP 3000 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 847.22Upgrd for HiPath 3300/3500 V1.2/3.0/4.0 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 825.00V6.0 Upgrade HiPath 3X50 V1.2/3.0/4.0 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 825.00ISDN S2M Module (DIUT2) for HiPath 3800 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 761.79OSO V3 HX OpenDirectory Connector Lic. Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 752.75OSO MX/LX V3 LX/MX OpenDirectory Cnnctr Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 752.75OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 249.90OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80

Item Description Item Type Manufacturer Model Cost

Small Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 258.06OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 339.66OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 242.76OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 2.04OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 40.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00WTI PBX Cable Base System Non-Siemens Peripherals CDR 119.99Total Manage Annual Maintenance Service Additional Component Non-Siemens Peripherals CDR 59.99Devices/Wireless Additional Component Non-Siemens Peripherals CDR 70.00Total Manage Directory Interface Additional Component Non-Siemens Peripherals CDR 110.00Total Manage Dir. Interface Add Site Additional Component Non-Siemens Peripherals CDR 140.00Total Manage Server RTB SW Additional Component Non-Siemens Peripherals CDR 226.95Devices/Extensions Additional Component Non-Siemens Peripherals CDR 529.99Total Manage Addional Data Source Additional Component Non-Siemens Peripherals CDR 220.00Total Manage Server Additional Component Non-Siemens Peripherals CDR $603.75 Total Manage Base System Additional Component Non-Siemens Peripherals CDR $8,651.25 Total Manage Wireless Web Portal SW Additional Component Non-Siemens Peripherals CDR $161.25 Total Man. Wireless Web PortalStandAlone Additional Component Non-Siemens Peripherals CDR $15.33 ComScendo Plus Licenses License Siemens-Enterprise Communications

Maintenance 85 Resp.$603.75

Disaster Recovery Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$8,651.25

HG1500 Card Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$161.25

HiPath 3000 ComScendo License License Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 3000 IP Subscriber License Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

Item Description Item Type Manufacturer Model Cost

Small Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

HiPath 3000 Station Ports Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 3000 Trunk Ports Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 33XX/35XX Base System Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$161.25

HiPath 38XX Base System Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$322.50

Phone Maintenance Instance Siemens-Enterprise Communications Maintenance 85 Resp 12.00$ 1 CAT3, 1 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 219.87$ 1 CAT3, 1 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals Cbl 237.02$ 2 CAT 5E UP TO 200' Additional Component Non-Siemens Peripherals Cbl $142.592 CAT 5E UP TO 224' Additional Component Non-Siemens Peripherals Cbl $181.792 CAT 5E UP TO 249' Additional Component Non-Siemens Peripherals Cbl $201.392 CAT 5E UP TO 274' Additional Component Non-Siemens Peripherals Cbl $220.992 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl $240.592 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals CBL $260.19

Item Description Item Type Manufacturer Model CostMove35 - HiPath 3500 V7 IP Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 5,491.88

Move35 HiPath 3500 V8 IP Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 3,457.35HiPath 3550 V7 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 3,135.26HP 3000 V9 OSO V3 HX Train & Demo Packet Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 2,568.78HiPath 3500 V7 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 2,400.11HiPath 3300 V7 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,990.13HiPath 3350 V7 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,990.13HG1500 v2.0 - PRO V&D pkg Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,875.00TST1 Trunk Module w/ Front Panel & Cable Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,830.11T1/PRI Trunk mod. TST1 for HiPath 3550 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,830.11T1/PRI Trunk Module TST1 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,830.11HG 1500 V2.1 3350/3550 V&D Pkg Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,800.00HG 1500 V2.1 3300/3500 V&D Pkg Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,800.00HiPath 3500 IP vce/data rtr HG1500 v2.0 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,725.00HiPath 5000 V9 Central Admin License Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,693.43TMST1 Trunk Module w/ Adpter & CSU Cable Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,620.00HP 3500 V9 Systembox 2 S0 / 8 UP0/E/4a/b Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,557.75HP 3550 V9 Systembox 2 S0 / 8 UP0/E/4a/b Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,557.75HiPath 3300/3500 V7 Upgrade Kit w EVM V1 Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 1,516.85HiPath 3350/3550 V7 Upgrade Kit w EVM V1 Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 1,516.85HiPath 3500 V8 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,511.25HiPath 3550 V8 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,511.25OSO V3 HX myReports Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX Contact Center Fax Additional Feature Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02Xpr Compact Mobility Lic. for HP 3000 V9 Additional Feature Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX Base pkg for HP 3300/3500 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX Base pkg for HP 3800 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX Base pkg for HP 3350/3550 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,411.02OSO V3 HX VoiceMail Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,336.65HiPath 3000 V7 Upgrade Kit (33xx/35xx V5 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,302.83HG1500 V3.0 pkg w 8BChn for HP3800 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,297.46HP 3300 V9 Systembox 2 S0 / 8 UP0/E/4a/b Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,291.43HP 3350 V9 Systembox 2 S0 / 8 UP0/E/4a/b Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,291.43System upg. HP 3300/3500 <V5.0 to V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,273.34System upg. HP 3350/3550 <V5.0 to V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,273.34HiPath 3300 V8 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,252.88HiPath 3350 V8 Basic System Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,252.88

Medium Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Medium Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

S0 Module (8 S0) STMD 8 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,188.00HG1500 V3.0 for HiPath 3350/3550 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,107.89Analog SUBSC. Module (16 A/B) Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,080.00System upg. HP 33xx/35xx V5.0-V7 to V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,072.34System upg. for HP 3800 from V5-V7 to V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,072.34OSO V3 HX CC Basic License Package Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,058.27OSO V3 HX Contact Center E-Mail Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,058.27Digi. Subscr. Module SLMO24 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16SLA24N Analog Subscriber Line Module Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG 1500 V3.0 Basic 8 B ch 3300/3500 V8 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG 1500 V3.0 Basic 8 B ch 3350/3550 V8 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG1500 V3.0 pkg w8 BChn for 3300/3500 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG1500 V3.0 pkg w8 BChn for 3350/3550 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,037.16HG1500 V3.0 for HiPath 3300/3500 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 1,007.18ANI4R for HiPath 3300/3500 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 904.88Xp Compact Conf. Lic. for HP 3000 V9 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 847.22Upgrd for HiPath 3300/3500 V1.2/3.0/4.0 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 825.00V6.0 Upgrade HiPath 3X50 V1.2/3.0/4.0 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 825.00ISDN S2M Module (DIUT2) for HiPath 3800 Base System Siemens-Enterprise Communications HiPath 33x0, 35x0 761.79OSO V3 HX OpenDirectory Connector Lic. Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 752.75OSO MX/LX V3 LX/MX OpenDirectory Cnnctr Additional Component Siemens-Enterprise Communications HiPath 33x0, 35x0 752.75OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 249.90OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80

Item Description Item Type Manufacturer Model Cost

Medium Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 258.06OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 339.66OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 242.76OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 2.04OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 40.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00WTI PBX Cable Base System Non-Siemens Peripherals CDR 36Total Manage Annual Maintenance Service Additional Component Non-Siemens Peripherals CDR 12Devices/Wireless Additional Component Non-Siemens Peripherals CDR 20Total Manage Directory Interface Additional Component Non-Siemens Peripherals CDR 2,750.00Total Manage Dir. Interface Add Site Additional Component Non-Siemens Peripherals CDR 750Total Manage Server RTB SW Additional Component Non-Siemens Peripherals CDR 3,000.00Devices/Extensions Additional Component Non-Siemens Peripherals CDR 2.5Total Manage Addional Data Source Additional Component Non-Siemens Peripherals CDR 1,000.00Total Manage Server Additional Component Non-Siemens Peripherals CDR 6,000.00Total Manage Base System Additional Component Non-Siemens Peripherals CDR 13,812.00Total Manage Wireless Web Portal SW Additional Component Non-Siemens Peripherals CDR 13,800.00Total Man. Wireless Web PortalStandAlone Additional Component Non-Siemens Peripherals CDR 13,812.00ComScendo Plus Licenses License Siemens-Enterprise Communications

Maintenance 85 Resp.$603.75

Disaster Recovery Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$8,651.25

HG1500 Card Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$161.25

HiPath 3000 ComScendo License License Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 3000 IP Subscriber License Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

Item Description Item Type Manufacturer Model Cost

Medium Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

HiPath 3000 Station Ports Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 3000 Trunk Ports Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 33XX/35XX Base System Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$161.25

HiPath 38XX Base System Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$322.50

Phone Maintenance Instance Siemens-Enterprise Communications Maintenance 85 Resp $12.00 1 CAT3, 1 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 219.87$ 1 CAT3, 1 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals Cbl 237.02$ 2 CAT 5E UP TO 200' Additional Component Non-Siemens Peripherals Cbl $142.592 CAT 5E UP TO 224' Additional Component Non-Siemens Peripherals Cbl $181.792 CAT 5E UP TO 249' Additional Component Non-Siemens Peripherals Cbl $201.392 CAT 5E UP TO 274' Additional Component Non-Siemens Peripherals Cbl $220.992 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl $240.592 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals CBL $260.19

Item Description Item Type Manufacturer Model CostMove38 - HiPath 3800 V7 Base System Siemens-Enterprise Communications HiPath 3800 7,210.13

Xpressions Comp w/conf V3 - 3800 Base System Siemens-Enterprise Communications HiPath 3800 5,544.83HiPath 3000 V7: Sales-Push-HiPath 3800 Base System Siemens-Enterprise Communications HiPath 3800 5,156.93Move38 HiPath 3800 V9 IP Base System Siemens-Enterprise Communications HiPath 3800 4,678.28Move38 HiPath 3800 V8 IP Base System Siemens-Enterprise Communications HiPath 3800 4,538.63HiPath 3800 V8 Superpackage Base System Siemens-Enterprise Communications HiPath 3800 3,245.78HiPath 3800 V7 Basic System Base System Siemens-Enterprise Communications HiPath 3800 2,483.85HiPath 37xx V5.0 Basic equipment Base System Siemens-Enterprise Communications HiPath 3800 2,250.00HiPath 3800 V5.0 Basic equipment Base System Siemens-Enterprise Communications HiPath 3800 2,250.00HiPath 3800 V6.0 Basic equipment Base System Siemens-Enterprise Communications HiPath 3800 2,250.00HG1500 V3.0 for HiPath 3700/3750 Base System Siemens-Enterprise Communications HiPath 3800 2,067.00TMC16 Trunk Module CO 16 Ports Base System Siemens-Enterprise Communications HiPath 3800 1,842.91HiPath 3800 V7 Upgrade Kit for HiPath V5 Expansion Configuration Siemens-Enterprise Communications HiPath 3800 1,729.13HP 3800 V9 Systembox 0 AL / 0 UP0/E/0a/b Additional Component Siemens-Enterprise Communications HiPath 3800 1,612.02HiPath 3800 V8 Basic System Base System Siemens-Enterprise Communications HiPath 3800 1,563.90SLMA24 for HiPath 3800(75V w/o CLIP) Base System Siemens-Enterprise Communications HiPath 3800 1,559.25HiPath 3800 Expn Box w/ US Power Cord Base System Siemens-Enterprise Communications HiPath 3800 1,411.02Analog SLM (SLMAE200), HiPath 3800 Base System Siemens-Enterprise Communications HiPath 3800 1,403.99SLMAV24 (CLIP) for HiP3800 Base System Siemens-Enterprise Communications HiPath 3800 1,403.99OSO H3000 V8 VoiceMail Only License Base System Siemens-Enterprise Communications HiPath 3800 1,336.65HG 1500 V3.0 Basic 8 B-channels 3800 V8 Base System Siemens-Enterprise Communications HiPath 3800 1,297.46Upg HiPath 3800 V5-V7 to V9 w CBSAP Expansion Configuration Siemens-Enterprise Communications HiPath 3800 1,273.34HiPath HG 1500 V3.0 Pkg w/ 2 B-Channels Base System Siemens-Enterprise Communications HiPath 3800 1,258.73DIU2U Digital Interface Unit 2xPRI Base System Siemens-Enterprise Communications HiPath 3800 1,213.07Analog SLM (SLMA24), HiPath 3800 Base System Siemens-Enterprise Communications HiPath 3800 1,123.59DIGI. SLM (SLMO2), HiPath 3800 Base System Siemens-Enterprise Communications HiPath 3800 1,123.59S0 Module (8 S0) STMD3, HiPath 3800 Base System Siemens-Enterprise Communications HiPath 3800 994.95ISDN S2M Module (DIUT2) Base System Siemens-Enterprise Communications HiPath 3800 773.16OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90

Large Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Large Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 249.90OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 367.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 193.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 258.06OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 339.66OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 242.76OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 2.04OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 40.80OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00APC Smart UPS XL batt pack cable SUA48 Additional Component Non-Siemens Peripherals Battery Back-UP 89.99APC Smart-UPS 1000VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 549APC Smart-UPS 2200VA USB &sERIAL 120V Additional Component Non-Siemens Peripherals Battery Back-UP 945APC Smart-UPS 2200VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 1,050.00APC Smart-UPS XL Additional Component Non-Siemens Peripherals Battery Back-UP 1,250.00APC Smart-UPS XL 2200VA 120V (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 1,097.60APC Smart-Ups 24V bat pack Additional Component Non-Siemens Peripherals Battery Back-UP 349APC Smart-UPS 3000VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 1,250.00APC Smart-UPS XL 3000VA RM 3U 120V Additional Component Non-Siemens Peripherals Battery Back-UP 1,978.00APC Smart-UPS XL 3000VA 120V (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 1,350.00APC Smart-UPS XL 3000VA 208V (5U) Additional Feature Non-Siemens Peripherals Battery Back-UP 1,350.00Smart-UPS XL 48V RM 3U Battery Pack Additional Component Non-Siemens Peripherals Battery Back-UP 699APC Smart-UPS XL 48V Batt Pack (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 569ACP Smart-UPS 5000VA 208V Rackmt/Tower Additional Component Non-Siemens Peripherals Battery Back-UP 3,960.00

Item Description Item Type Manufacturer Model Cost

Large Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

APC Smart-UPS 750VA USB-Serial 120V Additional Component Non-Siemens Peripherals Battery Back-UP 419APC Smart UPS RT 1500VA Rack Tower 120V Additional Component Non-Siemens Peripherals Battery Back-UP 1,125.00APC Smart UPS RT 48V RM Battery Pack Additional Component Non-Siemens Peripherals Battery Back-UP 1,025.00APC RBC for PS250, PS250I, PS450, PS450I Additional Component Non-Siemens Peripherals Battery Back-UP 85APC RBC for BK250B and other APC Systems Additional Component Non-Siemens Peripherals Battery Back-UP 35APC RBC for SU700RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 150APC RBC for SU1000RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 409APC RBC for SU1400RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 485APC RBC for SU1400RMXL3U, SU1400RMXLI3U Additional Component Non-Siemens Peripherals Battery Back-UP 305APC RBC SU2200RMXL3U; SU3000RMXL3U, etc Additional Component Non-Siemens Peripherals Battery Back-UP 456APC RBC for BK450,BK600,BK600C,PCNET Additional Component Non-Siemens Peripherals Battery Back-UP 52APC RBC for SU450,SU450NET,SU700,SU700N Additional Component Non-Siemens Peripherals Battery Back-UP 60APC RBC for BP1000,SUVS1000 and others Additional Component Non-Siemens Peripherals Battery Back-UP 125APC RBC for SU700XL and other APC Sys Additional Component Non-Siemens Peripherals Battery Back-UP 145WTI PBX Cable Additional Component Non-Siemens Peripherals CDR 36Total Manage Annual Maintenance Service Additional Component Non-Siemens Peripherals CDR 12Devices/Wireless Additional Component Non-Siemens Peripherals CDR 20Total Manage Directory Interface Additional Component Non-Siemens Peripherals CDR 2,750.00Total Manage Dir. Interface Add Site Additional Component Non-Siemens Peripherals CDR 750Total Manage Server RTB SW Additional Component Non-Siemens Peripherals CDR 3,000.00Devices/Extensions Additional Component Non-Siemens Peripherals CDR 2.5Total Manage Addional Data Source Additional Component Non-Siemens Peripherals CDR 1,000.00Total Manage Server Additional Component Non-Siemens Peripherals CDR 6,000.00Total Manage Base System Additional Component Non-Siemens Peripherals CDR 13,812.00Total Manage Wireless Web Portal SW Additional Component Non-Siemens Peripherals CDR 13,800.00Total Man. Wireless Web PortalStandAlone Additional Component Non-Siemens Peripherals CDR 13,812.00ComScendo Plus Licenses License Siemens-Enterprise Communications

Maintenance 85 Resp.$603.75

Disaster Recovery Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$8,651.25

HG1500 Card Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$161.25

HiPath 3000 ComScendo License License Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 3000 IP Subscriber License Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 3000 Station Ports Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

HiPath 3000 Trunk Ports Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$15.33

Item Description Item Type Manufacturer Model Cost

Large Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

HiPath 33XX/35XX Base System Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$161.25

HiPath 38XX Base System Instance Siemens-Enterprise CommunicationsMaintenance 85 Resp.

$322.50

Phone Maintenance Instance Siemens-Enterprise Communications Maintenance 85 Resp $12.00 1 CAT3, 1 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 219.87$ 1 CAT3, 1 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals Cbl 237.02$ 2 CAT 5E UP TO 200' Additional Component Non-Siemens Peripherals Cbl $142.592 CAT 5E UP TO 224' Additional Component Non-Siemens Peripherals Cbl $181.792 CAT 5E UP TO 249' Additional Component Non-Siemens Peripherals Cbl $201.392 CAT 5E UP TO 274' Additional Component Non-Siemens Peripherals Cbl $220.992 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl $240.592 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals CBL $260.19

Item Description Item Type Manufacturer Model CostHiPath 4000 V4 ab Disaster Recovery Additional Component Siemens-Enterprise Communications HiPath 4000 44,585.82$

Gateway RG8308 with 192 T1 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 24,354.33$ Gateway RG 8308 V6 with 240 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 24,120.00$ Gateway RG 8308 V5 with 192 T1 channels Additional Component Siemens-Enterprise Communications HiPath 4000 22,821.54$ HiPath 4500 Basic System Base System Siemens-Enterprise Communications HiPath 4000 21,750.00$ RG8305A V6 60 Chs and 120 Analog Ports Additional Component Siemens-Enterprise Communications HiPath 4000 18,090.00$ RG8302A V6 60 Chs and 48 Analog Ports Additional Component Siemens-Enterprise Communications HiPath 4000 18,090.00$ Gateway RG 8304 V6 with 120 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 17,085.00$ Gateway RG8304 with 96 T1 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 16,757.81$ Gateway RG 8304 V5 with 96 T1 channels Additional Component Siemens-Enterprise Communications HiPath 4000 15,703.13$ INSTALLATION KIT XXL Additional Component Siemens-Enterprise Communications HiPath 4000 15,075.00$ Gateway RG 8302 V6 with 60 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 14,070.00$ Gateway RG8302 w 48 Channels and DIUT2 Additional Component Siemens-Enterprise Communications HiPath 4000 13,629.33$ Gateway RG 8302 V5 with 48 T1 channels Additional Component Siemens-Enterprise Communications HiPath 4000 12,771.54$ Gateway RG8302 V4 with 48 T1 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 12,390.30$ Upg Gateway RG 8308 V4/V5 to RG 8308 V6 Additional Component Siemens-Enterprise Communications HiPath 4000 10,050.00$ INSTALLATION KIT XL Additional Component Siemens-Enterprise Communications HiPath 4000 10,050.00$ OS 4K V6 Geo Separated Duplex Additional Component Siemens-Enterprise Communications HiPath 4000 10,050.00$ Performance-Base Pkg 19"-cPCI-CTRL V6 Additional Component Siemens-Enterprise Communications HiPath 4000 10,050.00$ Duplex Control Option HiPath 4000 V2.0 Base System Siemens-Enterprise Communications HiPath 4000 10,050.00$ Linear lab system OS4K V6 Additional Component Siemens-Enterprise Communications HiPath 4000 9,547.50$ HG 3540 SIP L/Trk Interface (120ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 9,049.62$ HG 3570 I/F IP Access (90ch) EQ Additional Component Siemens-Enterprise Communications HiPath 4000 9,049.62$ HG 3530 IP Line I/F (120ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 9,049.62$ HG 3550 IP Trunk I/F (90ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 9,049.62$ HG 3500 V4 (120 Channels)(STMI4) Additional Component Siemens-Enterprise Communications HiPath 4000 9,045.00$ HG 3500 V4 (max 120 Channels) Additional Component Siemens-Enterprise Communications HiPath 4000 9,045.00$ Upg Gateway RG 8304 V4/V5 to RG 8304 V6 Additional Component Siemens-Enterprise Communications HiPath 4000 8,542.50$ NCUI (120) Including Royalties Additional Component Siemens-Enterprise Communications HiPath 4000 8,426.96$ Upgrade RG 8304 V5 to RG 8308 V5 120chs Additional Component Siemens-Enterprise Communications HiPath 4000 8,374.67$ Upgrade RG8304 to RG8308 Additional Component Siemens-Enterprise Communications HiPath 4000 8,374.67$ Gateway RG 8350a V6 w 128 Flex Lic Additional Component Siemens-Enterprise Communications HiPath 4000 8,040.00$ HG3575 V4 (100 Channels)(NCUI4) Additional Component Siemens-Enterprise Communications HiPath 4000 8,040.00$ HG 3575 V4 (100 Channels) Additional Component Siemens-Enterprise Communications HiPath 4000 8,040.00$ HP HG 3575 V2.0+ (90 Chs) NCUI2 Plus Additional Component Siemens-Enterprise Communications HiPath 4000 7,896.59$ HG 3575 (90ch) EQ Additional Component Siemens-Enterprise Communications HiPath 4000 7,896.59$ Expand RG8304 V6 to RG8308 V6(120 Chnl) Additional Component Siemens-Enterprise Communications HiPath 4000 7,537.50$

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

INSTALLATION KIT L Base System Siemens-Enterprise Communications HiPath 4000 7,537.50$ Upg Gateway RG 8302 V4/V5 to RG 8302 V6 Additional Component Siemens-Enterprise Communications HiPath 4000 7,035.00$ Upgrade for APE-Unit to V6 Additional Component Siemens-Enterprise Communications HiPath 4000 7,035.00$ HiPath 4000 V6 Servr EditionBase Lic Pkg Base System Siemens-Enterprise Communications HiPath 4000 6,532.50$ Duplex option for cPCI in V6 Additional Component Siemens-Enterprise Communications HiPath 4000 6,532.50$ Dynamic Pkg DSCXL2 Upg cPCI-CTRL Host V6 Additional Component Siemens-Enterprise Communications HiPath 4000 6,532.50$ HiPath 4300 Basic System Base System Siemens-Enterprise Communications HiPath 4000 5,460.00$ HG 3540 SIP L/Trk Interface (60ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 5,363.89$ HG 3530 IP Line I/F (60ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 5,363.89$ HG 3570 I/F IP Access (45ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 5,363.89$ HG 3550 IP Trunk I/F (45ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 5,363.89$ HiPath Access 500a Additional Component Siemens-Enterprise Communications HiPath 4000 5,100.00$ OpenScape 4000 Duplex-License V6 Base System Siemens-Enterprise Communications HiPath 4000 5,025.00$ HG 3500 V4 (max 60 Channels) Additional Component Siemens-Enterprise Communications HiPath 4000 5,025.00$ HiPath Access 500a Additional Component Siemens-Enterprise Communications HiPath 4000 4,522.50$ HiPath 4000 US Government MLPP Additional Component Siemens-Enterprise Communications HiPath 4000 4,429.54$ NCUI (60) Including Royalties Additional Component Siemens-Enterprise Communications HiPath 4000 4,212.89$ HG 3550 IP Trunk I/F (30ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 4,165.59$ Installation Kit M Additional Component Siemens-Enterprise Communications HiPath 4000 4,020.00$ HiPath 4000 Basic System Base System Siemens-Enterprise Communications HiPath 4000 4,020.00$ HiPath 4000 Survivability Module Base System Siemens-Enterprise Communications HiPath 4000 4,020.00$ HP HG 3575 V2.0+ (45 Chs) NCUI2 Plus Additional Component Siemens-Enterprise Communications HiPath 4000 3,947.74$ HG 3575 (45ch) EQ CH) NCUI Additional Component Siemens-Enterprise Communications HiPath 4000 3,947.74$ Expand RG8302 V6 to RG8304 V6(60 Chnl) Additional Component Siemens-Enterprise Communications HiPath 4000 3,768.75$ Upgrade RG 8302 V5 to RG 8304 V5 60 chs Additional Component Siemens-Enterprise Communications HiPath 4000 3,768.75$ Upgrade RG8302 to RG8304 Additional Component Siemens-Enterprise Communications HiPath 4000 3,768.75$ HG 3575 V4 (50 Channels) Additional Component Siemens-Enterprise Communications HiPath 4000 3,718.50$ HiPath 4000 V5 SoftGate 1000 Application Additional Feature Siemens-Enterprise Communications HiPath 4000 3,517.50$ HiPath AP 3300 IP Expansion Configuration Siemens-Enterprise Communications HiPath 4000 3,316.50$ Perf basic pkg cPCI control 19-inch rack Additional Component Siemens-Enterprise Communications HiPath 4000 3,111.48$ STMI (60) V2 Base System Siemens-Enterprise Communications HiPath 4000 3,022.50$ Dyn Pkg DSCXL2 OS4000V6(Addon to B Unit) Additional Component Siemens-Enterprise Communications HiPath 4000 3,015.00$ Additional System Shelf Expansion Configuration Siemens-Enterprise Communications HiPath 4000 2,605.97$ HiPath Access V1 Base License Base System Siemens-Enterprise Communications HiPath 4000 2,512.50$ Basic Software HiPath 4000 V6 Base System Siemens-Enterprise Communications HiPath 4000 2,512.50$ HiPath4000 Survivability Module Software Base System Siemens-Enterprise Communications HiPath 4000 2,512.50$ HG 3570 I/F IP Access (30ch) EQ Additional Component Siemens-Enterprise Communications HiPath 4000 2,283.75$ HiPath Access PRI (E1) Base System Siemens-Enterprise Communications HiPath 4000 2,145.00$

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

UCS Box for cPCI Shelf Additional Component Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath AP cPCI Server Expansion Shelf Expansion Configuration Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath Access PRI (1xT1 BOS) Additional Component Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath Access PRI (2xT1 MOS) Additional Component Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath Access PRI Base System Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath Access SLA Base System Siemens-Enterprise Communications HiPath 4000 2,010.00$ Starter Kit HG3500 V2 for AC-Win IP V1 Additional Component Siemens-Enterprise Communications HiPath 4000 1,956.74$ HiPath Access PRI (CAS) Base System Siemens-Enterprise Communications HiPath 4000 1,950.00$ Starter Kit HG3530 V2 for AC-Win IP V1 Base System Siemens-Enterprise Communications HiPath 4000 1,898.33$ INSTALLATION KIT S Base System Siemens-Enterprise Communications HiPath 4000 1,809.00$ Analog User Circuits (SLMA24/MWI) EQ Base System Siemens-Enterprise Communications HiPath 4000 1,703.03$ HiPathTrading SLM (SLMY) CP Base System Siemens-Enterprise Communications HiPath 4000 1,662.27$ Direct Inward Dial Trunk EQ Base System Siemens-Enterprise Communications HiPath 4000 1,522.50$ Replacement Customer Dongle/Codeword Additional Component Siemens-Enterprise Communications HiPath 4000 1,507.50$ HiPath 4000 V6 CSPCI Flex Basic Lic Pkg Additional Component Siemens-Enterprise Communications HiPath 4000 1,507.50$ HiPath Access TA Additional Component Siemens-Enterprise Communications HiPath 4000 1,507.50$ HiPath Access SLO Additional Component Siemens-Enterprise Communications HiPath 4000 1,507.50$ HiPath Desk Sharing for 8 Licenses Additional Component Siemens-Enterprise Communications HiPath 4000 1,500.00$ Operating Software V1.0 (24) Base System Siemens-Enterprise Communications HiPath 4000 1,474.84$ Analog User Connections (SLMA24) Base System Siemens-Enterprise Communications HiPath 4000 1,468.13$ Trunk Module Outgoing Multi (TMOM) EQ Base System Siemens-Enterprise Communications HiPath 4000 1,407.00$ Trunk Module DID Analog (TMDID) Base System Siemens-Enterprise Communications HiPath 4000 1,407.00$ Trunk Module Central Office 16 Ports EQ Base System Siemens-Enterprise Communications HiPath 4000 1,365.00$ Subscriber Line Mod Analog w MWI(SLMAE) Base System Siemens-Enterprise Communications HiPath 4000 1,316.25$ HiPath User Access (24) Base System Siemens-Enterprise Communications HiPath 4000 1,251.23$ HiPath Access TA-IM Additional Component Siemens-Enterprise Communications HiPath 4000 1,218.75$ Redundant Power Supply for HiPath AP 350 Base System Siemens-Enterprise Communications HiPath 4000 1,206.00$ SLMAV 24 Port Base System Siemens-Enterprise Communications HiPath 4000 1,206.00$ LTUCA AP Controller Card, w/ LAN Cable Additional Component Siemens-Enterprise Communications HiPath 4000 1,166.81$ Digital PRI, 2 x T1, BOS (DIUT2) Base System Siemens-Enterprise Communications HiPath 4000 1,105.50$ Digital PRI, 2 x T1, MOS (DIUT2) Base System Siemens-Enterprise Communications HiPath 4000 1,105.50$ Digital PRI, 2 x E1 (DIUT2) Base System Siemens-Enterprise Communications HiPath 4000 1,105.50$ Digital T1 Trunk with BOS (DIU2U) EQ Base System Siemens-Enterprise Communications HiPath 4000 1,072.50$ Digital T1 Trunk DIU2U EQ Base System Siemens-Enterprise Communications HiPath 4000 1,072.50$ Analog User Connections (SLMAC) EQ Base System Siemens-Enterprise Communications HiPath 4000 1,072.50$ Analog Trunk Module 8ch (TMANI) Base System Siemens-Enterprise Communications HiPath 4000 1,035.15$ Digital Interface Unit for S2 PRI NTW Base System Siemens-Enterprise Communications HiPath 4000 1,023.00$ HiPath 4000 V5 SoftGate 50 Application Additional Component Siemens-Enterprise Communications HiPath 4000 1,005.00$

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

HiPath AP Remote Surviveability (1) Base System Siemens-Enterprise Communications HiPath 4000 1,005.00$ Upgrade from RG 8300 V4 to RG 8300 V5 Expansion Configuration Siemens-Enterprise Communications HiPath 4000 1,005.00$ HiPath AP 3700 IP V2.0 Base System Siemens-Enterprise Communications HiPath 4000 1,005.00$ DSCXL-X300 (for DSCXL D5 Replacement) Additional Component Siemens-Enterprise Communications HiPath 4000 1,004.60$ HiPath 4000 MLPP Gateway Additional Component Siemens-Enterprise Communications HiPath 4000 956.76$ Digital Line Card (SLMO24) EQ Base System Siemens-Enterprise Communications HiPath 4000 884.40$ SLMAV (24 Ports) as SLMA16 Replacement Additional Component Siemens-Enterprise Communications HiPath 4000 877.50$ HDCF Module for HiPath 4000 V2/V3/V4 Additional Component Siemens-Enterprise Communications HiPath 4000 856.06$ Op System and SoftGate Applicat. SW Additional Component Siemens-Enterprise Communications HiPath 4000 851.24$ AnalogTrnk Mod TMANI wo chg pulse detect Additional Component Siemens-Enterprise Communications HiPath 4000 804.00$ Installation Kit XS Additional Component Siemens-Enterprise Communications HiPath 4000 753.75$ DCFTWARE CD HIPATH PROCENTER AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 8.58$ 1 LICENSE USER AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 245.60$ 1 LICENSE AGENT DESKTOP AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 298.16$ 1 LICENSE ASSOCIATE DESKTOP AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 149.08$ SYSTEM LICENSE CALL DIRECTOR AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 788.29$ 1 LICENSE MANAGER AGILE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 437.58$ 1 LICENSE E-MAIL USER AGILE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 245.60$ 1 LICENSE CALLBACK USER AGILE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 105.11$ SW CD HIPATH PROCENTER ENTERPRISE V7.0 Base System Siemens-Enterprise Communications HIPATH PROCENTER 12.87$ UPGRADE HPPC V6.5 OR OLDER TO OSCC V7.0 Expansion Configuration Siemens-Enterprise Communications HIPATH PROCENTER 149.62$ CRS-MANAGER LICENSE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 249.89$ ENTERPRISE TENANT (1) LICENSE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 4,290.00$ 1 LICENSE USER ENTERPRISE Base System Siemens-Enterprise Communications HIPATH PROCENTER 804.38$ 50 LICENSES USER ENTERPRISE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 30,164.06$ 150 LICENSE USER ENTERPRISE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 67,869.14$ 1 LICENSE AGENT DESKTOP Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 965.25$ 50 LICENSES AGENT DESKTOP Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 36,196.88$ 150 LICENSES AGENT DESKTOP Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 81,442.97$ 1 ASSOCIATE DESKTOP LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 579.15$ 50 ASSOCIATE DESKTOP LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 21,718.13$ 150 ASSOCIATE DESKTOP LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 60,514.74$ 1 ATTENDANT CONSOLE DESKTOP (HP8000) Base System Siemens-Enterprise Communications HIPATH PROCENTER 2,145.00$ 1 LICENSE MANAGER ENTERPRISE Base System Siemens-Enterprise Communications HIPATH PROCENTER 1,072.50$ 1 LICENSE E-MAIL USER ENTERPRISE Base System Siemens-Enterprise Communications HIPATH PROCENTER 750.75$ 50 LICENSE E-MAIL USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 28,153.13$ 150 LICENSE E-MAIL USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 63,344.54$ 1 LICENSE CALLBACK USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 375.38$

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

50 LICENSE CALLBACK USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 14,076.56$ 150 LICENSE CALLBACK USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 31,672.27$ 1 LIC WEB COLLABORATION USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 375.38$ 50 LIC WEB COLLABORATION USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 14,076.56$ 150 LIC WEB COLLABORATIONUSER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 31,672.27$ SYSTEM LIC SKILLSBASED ROUTINGENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 4,182.75$ SYSTEM LICENSE CALL DIRECTOR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 2,359.50$ SYSTEM LICENSE NETWORKING ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 6,756.75$ SYSTEM LICENSE OUTBOUND ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 1,179.75$ 1 LIC SAP CIC DESKTOP INTEGR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 643.50$ 50 LIC SAP CIC DESKTOP INTEGR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 23,441.63$ 1 LIC SAP ICI DESKTOP INTEGR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 643.50$ 50 LIC SAP ICI DESKTOP INTEGR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 28,038.37$ 150 LIC SAP ICI DESKTOP INTEGRENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 54,295.31$ 1 LICENSE SDK RTM CLIENT LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 375.38$ 50 LICENSE SDK RTM CLIENT LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 14,076.56$ 150 LICENSE SDK RTM CLIENT LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 31,672.27$ 1 LICENSE SDK RTM SERVER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 3,753.75$ 1 LIC COLD REDUNDANCY USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 58.99$ 50 LIC COLD REDUNDANCY USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 2,212.04$ 150 LIC COLD REDUNDANCY USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 4,977.08$ BASE PKG REDUNDANCY ENTERPRISE V7.0 Base System Siemens-Enterprise Communications HIPATH PROCENTER 656.37$ 1LIC UPG COLD TO WARM REDUND ENTERPRISE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 353.93$ 50LIC UPG COLD TOWARM REDUND ENTERPRISE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 13,272.19$ CUSTOM RATE TABLES - INTERNATIONAL Base System Non-Siemens Peripherals CAS 1,800.00$ INSTALLATION 1/2 DAY-REMOTE Base System Non-Siemens Peripherals CAS 1,000.00$ USER TRAINING, ONE DAY-REMOTE Additional Component Non-Siemens Peripherals CAS 500.00$ PROJECT MANAGEMENT, PER HOUR Additional Component Non-Siemens Peripherals CAS 220.00$ MTS BUFFER,1MB; DIR CONN/1 SITE ONLY Additional Component Non-Siemens Peripherals CAS 300.00$ PRIVATE CALLS MANAGEMENT Additional Component Non-Siemens Peripherals CAS 4,600.00$ BUFFER SETUP Additional Component Non-Siemens Peripherals CAS 800.00$ PREMIUM BUSINESS DAY COVERAGE: ENHANCED Additional Component Non-Siemens Peripherals CAS 1.00$ SERVICE TO ADD NEW LICENSE FILES Expansion Configuration Non-Siemens Peripherals CAS 500.00$ HIPATH ACCOUNT MANAGER ENTERPRISE BASE Base System Non-Siemens Peripherals CAS 8,000.00$ MTS APP SUITE ENTERPRISE BASIC INSTALL Base System Non-Siemens Peripherals CAS 4,574.00$ MTS APP SUITE ENTERPRISE BASIC IMPONSITE Base System Non-Siemens Peripherals CAS 6,774.00$ HIPATH ACCOUNT MANAGER LITE BASE Base System Non-Siemens Peripherals CAS 2,000.00$ MTS APP SUITE LIGHT ENT. BASIC INSTALL Base System Non-Siemens Peripherals CAS 2,287.00$

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

MTS APPSUITE LE BASIC IMP - ONSITE Base System Non-Siemens Peripherals CAS 4,487.00$ T&E FIRST DAY ON SITE TECH/TRAINER Additional Component Non-Siemens Peripherals CAS 1,400.00$ T&E ONSITE TECHTRAINER ADDITIONAL DAY Additional Component Non-Siemens Peripherals CAS 400.00$ T&E ONSITE TECH/TRAINER ADDITIONAL DAY Additional Component Non-Siemens Peripherals CAS 400.00$ AUDIT SERVICE-CONTACT MTS FOR SOW Additional Component Non-Siemens Peripherals CAS -$ AS CABLE MANAGEMENT FIVE USERS Additional Feature Non-Siemens Peripherals CAS 20,500.00$ AS CABLE MANAGEMENT SINGLE USER Additional Feature Non-Siemens Peripherals CAS 5,500.00$ AS CABLE MANAGEMENT UNLIMITED USERS Additional Feature Non-Siemens Peripherals CAS 43,500.00$ CABLE MANAGEMENT BASIC IMPLEMENTATION Additional Feature Non-Siemens Peripherals CAS 4,500.00$ ALERT NOTIFICATION MODEL /PBX Additional Component Non-Siemens Peripherals CAS 4,000.00$ DIRECTORY INTERFACE Additional Feature Non-Siemens Peripherals CAS 4,000.00$ MULTI SITE PRIVATE NETWORK /SITE Additional Feature Non-Siemens Peripherals CAS 3,000.00$ PRIVATE CALLS MANAGEMENT Additional Feature Non-Siemens Peripherals CAS 13,500.00$ TENANT RESALE CE PLAN Additional Feature Non-Siemens Peripherals CAS 10,500.00$ MTS CUSTOM DEVELOPMENT - PER DAY Additional Component Non-Siemens Peripherals CAS 1,600.00$ MTS BUFFER DIRECT CONNECT Additional Component Non-Siemens Peripherals CAS 300.00$ MTS BUFFER 16MB Expansion Configuration Non-Siemens Peripherals CAS 3,075.00$ MTS BUFFER 32MB Expansion Configuration Non-Siemens Peripherals CAS 3,654.00$ MTS BUFFER 4MB Expansion Configuration Non-Siemens Peripherals CAS 2,276.00$ EMF/SURGE PROTECTION UNIT Additional Component Non-Siemens Peripherals CAS 50.00$ AS TELECOM HELP DESK - 10 USERS Additional Component Non-Siemens Peripherals CAS 12,500.00$ INVOICE MANAGEMENT BASIC IMPLEMENTATION Additional Feature Non-Siemens Peripherals CAS 7,500.00$ STAND-ALONE CABLE MANAGEMENT SINGLE USER Additional Feature Non-Siemens Peripherals CAS 5,500.00$ STAND-ALONE CABLE MANAGEMENT FIVE USERS Additional Feature Non-Siemens Peripherals CAS 20,500.00$ STAND-ALONE CABLE MANAGEMENT UNLIMITED Additional Feature Non-Siemens Peripherals CAS 43,500.00$ STAND-ALONE INVOICE MANAGEMENT Additional Feature Non-Siemens Peripherals CAS 22,500.00$ STAND-ALONE INVOICE MANAGEMENT $10M Additional Feature Non-Siemens Peripherals CAS 92,500.00$ STAND-ALONE INVOICE MANAGEMENT $1M Additional Feature Non-Siemens Peripherals CAS 12,500.00$ STAND-ALONE INVOICE MANAGEMENT $3M Additional Feature Non-Siemens Peripherals CAS 22,500.00$ STAND-ALONE INVOICE MANAGEMENT/PROVIDER Additional Feature Non-Siemens Peripherals CAS 5,500.00$ STAND-ALONE TELECOM WORKFLOW Additional Feature Non-Siemens Peripherals CAS 12,500.00$ ASINVOICEMANAGEMENT MODULE-BASIC PACKAGE Additional Feature Non-Siemens Peripherals CAS 22,500.00$ INVOICE MANAGEMENT PROVIDER Additional Feature Non-Siemens Peripherals CAS 5,500.00$ INVOICE MANAGEMENT-UP TO&OVER $10M SPENT Additional Feature Non-Siemens Peripherals CAS 92,500.00$ INVOICE MANAGEMENT - UP TO $ 1M SPENT Additional Feature Non-Siemens Peripherals CAS 12,500.00$ INVOICE MANAGEMENT - UP TO $ 3M SPENT Additional Feature Non-Siemens Peripherals CAS 22,500.00$ BILLING ENTITY, 1 TO 499 Expansion Configuration Non-Siemens Peripherals CAS 5.00$ BILLING ENTITY, FROM 10000 TO 19999 Expansion Configuration Non-Siemens Peripherals CAS 3.00$

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

BILLING ENTITY; 20,000 + USERS Expansion Configuration Non-Siemens Peripherals CAS 2.00$ BILLING ENTITY, FROM 500 TO 9999 Expansion Configuration Non-Siemens Peripherals CAS 4.00$ LE 50 EXTENSION BLOCK Expansion Configuration Non-Siemens Peripherals CAS 200.00$ ADDITIONAL DATA SOURCE PBX Additional Component Non-Siemens Peripherals CAS 2,500.00$ EXTERNAL DATA SOURCE (WIRELESS, ETC) Additional Component Non-Siemens Peripherals CAS 3,500.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 249.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 367.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 489.60$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 193.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 258.06$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 339.66$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 242.76$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 2.04$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 40.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00$

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

APC Smart UPS XL batt pack cable SUA48 Additional Component Non-Siemens Peripherals Battery Back-UP 89.99$ APC Smart-UPS 1000VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 549.00$ APC Smart-UPS 2200VA USB &sERIAL 120V Additional Component Non-Siemens Peripherals Battery Back-UP 945.00$ APC Smart-UPS 2200VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 1,050.00$ APC Smart-UPS XL Additional Component Non-Siemens Peripherals Battery Back-UP 1,250.00$ APC Smart-UPS XL 2200VA 120V (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 1,097.60$ APC Smart-Ups 24V bat pack Additional Component Non-Siemens Peripherals Battery Back-UP 349.00$ APC Smart-UPS 3000VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 1,250.00$ APC Smart-UPS XL 3000VA RM 3U 120V Additional Component Non-Siemens Peripherals Battery Back-UP 1,978.00$ APC Smart-UPS XL 3000VA 120V (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 1,350.00$ APC Smart-UPS XL 3000VA 208V (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 1,350.00$ Smart-UPS XL 48V RM 3U Battery Pack Additional Component Non-Siemens Peripherals Battery Back-UP 699.00$ APC Smart-UPS XL 48V Batt Pack (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 569.00$ ACP Smart-UPS 5000VA 208V Rackmt/Tower Additional Component Non-Siemens Peripherals Battery Back-UP 3,960.00$ APC Smart-UPS 750VA USB-Serial 120V Additional Component Non-Siemens Peripherals Battery Back-UP 419.00$ APC Smart UPS RT 1500VA Rack Tower 120V Additional Component Non-Siemens Peripherals Battery Back-UP 1,125.00$ APC Smart UPS RT 48V RM Battery Pack Additional Component Non-Siemens Peripherals Battery Back-UP 1,025.00$ APC RBC for PS250, PS250I, PS450, PS450I Additional Component Non-Siemens Peripherals Battery Back-UP 85.00$ APC RBC for BK250B and other APC Systems Additional Component Non-Siemens Peripherals Battery Back-UP 35.00$ APC RBC for SU700RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 150.00$ APC RBC for SU1000RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 409.00$ APC RBC for SU1400RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 485.00$ APC RBC for SU1400RMXL3U, SU1400RMXLI3U Additional Component Non-Siemens Peripherals Battery Back-UP 305.00$ APC RBC SU2200RMXL3U; SU3000RMXL3U, etc Additional Component Non-Siemens Peripherals Battery Back-UP 456.00$ APC RBC for BK450,BK600,BK600C,PCNET Additional Component Non-Siemens Peripherals Battery Back-UP 52.00$ APC RBC for SU450,SU450NET,SU700,SU700N Additional Component Non-Siemens Peripherals Battery Back-UP 60.00$ APC RBC for BP1000,SUVS1000 and others Additional Component Non-Siemens Peripherals Battery Back-UP 125.00$ APC RBC for SU700XL and other APC Sys Additional Component Non-Siemens Peripherals Battery Back-UP 145.00$ WTI PBX Cable Additional Component Non-Siemens Peripherals CDR 36.00$ Total Manage Annual Maintenance Service Additional Component Non-Siemens Peripherals CDR 12.00$ Devices/Wireless Additional Component Non-Siemens Peripherals CDR 20.00$ Total Manage Directory Interface Additional Component Non-Siemens Peripherals CDR 2,750.00$ Total Manage Dir. Interface Add Site Additional Component Non-Siemens Peripherals CDR 750.00$ Total Manage Server RTB SW Additional Component Non-Siemens Peripherals CDR 3,000.00$ Devices/Extensions Additional Component Non-Siemens Peripherals CDR 2.50$ Total Manage Addional Data Source Additional Component Non-Siemens Peripherals CDR 1,000.00$ Total Manage Server Additional Component Non-Siemens Peripherals CDR 6,000.00$ Total Manage Base System Additional Component Non-Siemens Peripherals CDR 13,812.00$

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Total Manage Wireless Web Portal SW Additional Feature Non-Siemens Peripherals CDR 13,800.00$ Total Man. Wireless Web PortalStandAlone Additional Feature Non-Siemens Peripherals CDR 13,812.00$ HiPath 4000 Base System Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 803.75 HiPath 4000 License License Siemens-Enterprise Communications Maintenance 85 Resp. $ 19.10 HiPath 4000 Manager Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 2,893.50 HiPath 4000 SoftGate 1000 Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 19,097.10 HiPath 4000 SoftGate 50 Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 19.10 Mov35 HiPath 3500 V7 IP Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 848.82 Mov38 HiPath 3800 V7 IP Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 1,343.54 HiPath 4000 License Software Subscription Opt Siemens-Enterprise Communications SSO $ 8.40 HiPath 4000 Manager Software Subscription Opt Siemens-Enterprise Communications SSO $ 3.00 OpenScape Contact Center Agile Agent License Siemens-Enterprise Communications Maintenance 85 Resp. $ 85.50 OpenScape Contact Center Base Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 1,042.50 OpenScape Contact Center Enterprise Agent License Siemens-Enterprise Communications Maintenance 85 Resp. $ 104.25 OpenScape Contact Center Redundancy Flat_Rate Siemens-Enterprise Communications Maintenance 85 Resp. $ 5,500.00 OpenScape Xpressions UC Bundle Base Package Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 2,850.00 OpenScape Xpressions UC Bundle Enhancement Package Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 712.50 ACD Miscellaneous % of List Siemens-Enterprise Communications Maintenance 85 Resp. $ 0.18 OSCC Voice Portal % of List Siemens-Enterprise Communications Maintenance 85 Resp. $ 0.25 Xpressions Compact Ports Siemens-Enterprise Communications Maintenance 85 Resp. $ 54.00 Xpressions Unified License V5 and lower License Siemens-Enterprise Communications Maintenance 85 Resp. $ 22.50 Xpressions V6 Unified License License Siemens-Enterprise Communications Maintenance 85 Resp. $ 6.75 Xpressions V6 Voice License License Siemens-Enterprise Communications Maintenance 85 Resp. $ 3.75 OpenScape Contact Center Base Instance Siemens-Enterprise Communications SSO $ 372.00 OpenScape Contact Center Enterprise Agent License Siemens-Enterprise Communications SSO $ 372.00 User Management Ports Siemens-Enterprise Communications Maintenance 85 Resp. $ 3.60 Vendor Coordination Flat_Rate Siemens-Enterprise Communications Maintenance 85 Resp. $ 2,500.00 Vendor Referral Flat_Rate Siemens-Enterprise Communications Maintenance 85 Resp. $ 1,000.00 Phone Maintenance Instance Siemens-Enterprise Communications Maintenance 85 Resp $ 12.00 1 CAT3, 1 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 219.87$ 1 CAT3, 1 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals Cbl 237.02$ 2 CAT 5E UP TO 200' Additional Component Non-Siemens Peripherals Cbl 142.59$ 2 CAT 5E UP TO 224' Additional Component Non-Siemens Peripherals Cbl 181.79$ 2 CAT 5E UP TO 249' Additional Component Non-Siemens Peripherals Cbl 201.39$ 2 CAT 5E UP TO 274' Additional Component Non-Siemens Peripherals Cbl 220.99$ 2 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 240.59$ 2 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals CBL 260.19$

Item Description Item Type Manufacturer Model CostHiPath 4000 V4 ab Disaster Recovery Additional Component Siemens-Enterprise Communications HiPath 4000 44,585.82$

Gateway RG8308 with 192 T1 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 24,354.33$ Gateway RG 8308 V6 with 240 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 24,120.00$ Gateway RG 8308 V5 with 192 T1 channels Additional Component Siemens-Enterprise Communications HiPath 4000 22,821.54$ HiPath 4500 Basic System Base System Siemens-Enterprise Communications HiPath 4000 21,750.00$ RG8305A V6 60 Chs and 120 Analog Ports Additional Component Siemens-Enterprise Communications HiPath 4000 18,090.00$ RG8302A V6 60 Chs and 48 Analog Ports Additional Component Siemens-Enterprise Communications HiPath 4000 18,090.00$ Gateway RG 8304 V6 with 120 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 17,085.00$ Gateway RG8304 with 96 T1 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 16,757.81$ Gateway RG 8304 V5 with 96 T1 channels Additional Component Siemens-Enterprise Communications HiPath 4000 15,703.13$ INSTALLATION KIT XXL Additional Component Siemens-Enterprise Communications HiPath 4000 15,075.00$ Gateway RG 8302 V6 with 60 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 14,070.00$ Gateway RG8302 w 48 Channels and DIUT2 Additional Component Siemens-Enterprise Communications HiPath 4000 13,629.33$ Gateway RG 8302 V5 with 48 T1 channels Additional Component Siemens-Enterprise Communications HiPath 4000 12,771.54$ Gateway RG8302 V4 with 48 T1 Channels Additional Component Siemens-Enterprise Communications HiPath 4000 12,390.30$ Upg Gateway RG 8308 V4/V5 to RG 8308 V6 Additional Component Siemens-Enterprise Communications HiPath 4000 10,050.00$ INSTALLATION KIT XL Additional Component Siemens-Enterprise Communications HiPath 4000 10,050.00$ OS 4K V6 Geo Separated Duplex Additional Component Siemens-Enterprise Communications HiPath 4000 10,050.00$ Performance-Base Pkg 19"-cPCI-CTRL V6 Additional Component Siemens-Enterprise Communications HiPath 4000 10,050.00$ Duplex Control Option HiPath 4000 V2.0 Base System Siemens-Enterprise Communications HiPath 4000 10,050.00$ Linear lab system OS4K V6 Additional Component Siemens-Enterprise Communications HiPath 4000 9,547.50$ HG 3540 SIP L/Trk Interface (120ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 9,049.62$ HG 3570 I/F IP Access (90ch) EQ Additional Component Siemens-Enterprise Communications HiPath 4000 9,049.62$ HG 3530 IP Line I/F (120ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 9,049.62$ HG 3550 IP Trunk I/F (90ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 9,049.62$ HG 3500 V4 (120 Channels)(STMI4) Additional Component Siemens-Enterprise Communications HiPath 4000 9,045.00$ HG 3500 V4 (max 120 Channels) Additional Component Siemens-Enterprise Communications HiPath 4000 9,045.00$ Upg Gateway RG 8304 V4/V5 to RG 8304 V6 Additional Component Siemens-Enterprise Communications HiPath 4000 8,542.50$ NCUI (120) Including Royalties Additional Component Siemens-Enterprise Communications HiPath 4000 8,426.96$ Upgrade RG 8304 V5 to RG 8308 V5 120chs Additional Component Siemens-Enterprise Communications HiPath 4000 8,374.67$ Upgrade RG8304 to RG8308 Additional Component Siemens-Enterprise Communications HiPath 4000 8,374.67$ Gateway RG 8350a V6 w 128 Flex Lic Additional Component Siemens-Enterprise Communications HiPath 4000 8,040.00$ HG3575 V4 (100 Channels)(NCUI4) Additional Component Siemens-Enterprise Communications HiPath 4000 8,040.00$ HG 3575 V4 (100 Channels) Additional Component Siemens-Enterprise Communications HiPath 4000 8,040.00$ HP HG 3575 V2.0+ (90 Chs) NCUI2 Plus Additional Component Siemens-Enterprise Communications HiPath 4000 7,896.59$ HG 3575 (90ch) EQ Additional Component Siemens-Enterprise Communications HiPath 4000 7,896.59$ Expand RG8304 V6 to RG8308 V6(120 Chnl) Additional Component Siemens-Enterprise Communications HiPath 4000 7,537.50$

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

INSTALLATION KIT L Base System Siemens-Enterprise Communications HiPath 4000 7,537.50$ Upg Gateway RG 8302 V4/V5 to RG 8302 V6 Additional Component Siemens-Enterprise Communications HiPath 4000 7,035.00$ Upgrade for APE-Unit to V6 Additional Component Siemens-Enterprise Communications HiPath 4000 7,035.00$ HiPath 4000 V6 Servr EditionBase Lic Pkg Base System Siemens-Enterprise Communications HiPath 4000 6,532.50$ Duplex option for cPCI in V6 Additional Component Siemens-Enterprise Communications HiPath 4000 6,532.50$ Dynamic Pkg DSCXL2 Upg cPCI-CTRL Host V6 Additional Component Siemens-Enterprise Communications HiPath 4000 6,532.50$ HiPath 4300 Basic System Base System Siemens-Enterprise Communications HiPath 4000 5,460.00$ HG 3540 SIP L/Trk Interface (60ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 5,363.89$ HG 3530 IP Line I/F (60ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 5,363.89$ HG 3570 I/F IP Access (45ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 5,363.89$ HG 3550 IP Trunk I/F (45ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 5,363.89$ HiPath Access 500a Additional Component Siemens-Enterprise Communications HiPath 4000 5,100.00$ OpenScape 4000 Duplex-License V6 Base System Siemens-Enterprise Communications HiPath 4000 5,025.00$ HG 3500 V4 (max 60 Channels) Additional Component Siemens-Enterprise Communications HiPath 4000 5,025.00$ HiPath Access 500a Additional Component Siemens-Enterprise Communications HiPath 4000 4,522.50$ HiPath 4000 US Government MLPP Additional Component Siemens-Enterprise Communications HiPath 4000 4,429.54$ NCUI (60) Including Royalties Additional Component Siemens-Enterprise Communications HiPath 4000 4,212.89$ HG 3550 IP Trunk I/F (30ch) EQ Base System Siemens-Enterprise Communications HiPath 4000 4,165.59$ Installation Kit M Additional Component Siemens-Enterprise Communications HiPath 4000 4,020.00$ HiPath 4000 Basic System Base System Siemens-Enterprise Communications HiPath 4000 4,020.00$ HiPath 4000 Survivability Module Base System Siemens-Enterprise Communications HiPath 4000 4,020.00$ HP HG 3575 V2.0+ (45 Chs) NCUI2 Plus Additional Component Siemens-Enterprise Communications HiPath 4000 3,947.74$ HG 3575 (45ch) EQ CH) NCUI Additional Component Siemens-Enterprise Communications HiPath 4000 3,947.74$ Expand RG8302 V6 to RG8304 V6(60 Chnl) Additional Component Siemens-Enterprise Communications HiPath 4000 3,768.75$ Upgrade RG 8302 V5 to RG 8304 V5 60 chs Additional Component Siemens-Enterprise Communications HiPath 4000 3,768.75$ Upgrade RG8302 to RG8304 Additional Component Siemens-Enterprise Communications HiPath 4000 3,768.75$ HG 3575 V4 (50 Channels) Additional Component Siemens-Enterprise Communications HiPath 4000 3,718.50$ HiPath 4000 V5 SoftGate 1000 Application Additional Feature Siemens-Enterprise Communications HiPath 4000 3,517.50$ HiPath AP 3300 IP Expansion Configuration Siemens-Enterprise Communications HiPath 4000 3,316.50$ Perf basic pkg cPCI control 19-inch rack Additional Component Siemens-Enterprise Communications HiPath 4000 3,111.48$ STMI (60) V2 Base System Siemens-Enterprise Communications HiPath 4000 3,022.50$ Dyn Pkg DSCXL2 OS4000V6(Addon to B Unit) Additional Component Siemens-Enterprise Communications HiPath 4000 3,015.00$ Additional System Shelf Expansion Configuration Siemens-Enterprise Communications HiPath 4000 2,605.97$ HiPath Access V1 Base License Base System Siemens-Enterprise Communications HiPath 4000 2,512.50$ Basic Software HiPath 4000 V6 Base System Siemens-Enterprise Communications HiPath 4000 2,512.50$ HiPath4000 Survivability Module Software Base System Siemens-Enterprise Communications HiPath 4000 2,512.50$ HG 3570 I/F IP Access (30ch) EQ Additional Component Siemens-Enterprise Communications HiPath 4000 2,283.75$ HiPath Access PRI (E1) Base System Siemens-Enterprise Communications HiPath 4000 2,145.00$

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

UCS Box for cPCI Shelf Additional Component Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath AP cPCI Server Expansion Shelf Expansion Configuration Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath Access PRI (1xT1 BOS) Additional Component Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath Access PRI (2xT1 MOS) Additional Component Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath Access PRI Base System Siemens-Enterprise Communications HiPath 4000 2,010.00$ HiPath Access SLA Base System Siemens-Enterprise Communications HiPath 4000 2,010.00$ Starter Kit HG3500 V2 for AC-Win IP V1 Additional Component Siemens-Enterprise Communications HiPath 4000 1,956.74$ HiPath Access PRI (CAS) Base System Siemens-Enterprise Communications HiPath 4000 1,950.00$ Starter Kit HG3530 V2 for AC-Win IP V1 Base System Siemens-Enterprise Communications HiPath 4000 1,898.33$ INSTALLATION KIT S Base System Siemens-Enterprise Communications HiPath 4000 1,809.00$ Analog User Circuits (SLMA24/MWI) EQ Base System Siemens-Enterprise Communications HiPath 4000 1,703.03$ HiPathTrading SLM (SLMY) CP Base System Siemens-Enterprise Communications HiPath 4000 1,662.27$ Direct Inward Dial Trunk EQ Base System Siemens-Enterprise Communications HiPath 4000 1,522.50$ Replacement Customer Dongle/Codeword Additional Component Siemens-Enterprise Communications HiPath 4000 1,507.50$ HiPath 4000 V6 CSPCI Flex Basic Lic Pkg Additional Component Siemens-Enterprise Communications HiPath 4000 1,507.50$ HiPath Access TA Additional Component Siemens-Enterprise Communications HiPath 4000 1,507.50$ HiPath Access SLO Additional Component Siemens-Enterprise Communications HiPath 4000 1,507.50$ HiPath Desk Sharing for 8 Licenses Additional Component Siemens-Enterprise Communications HiPath 4000 1,500.00$ Operating Software V1.0 (24) Base System Siemens-Enterprise Communications HiPath 4000 1,474.84$ Analog User Connections (SLMA24) Base System Siemens-Enterprise Communications HiPath 4000 1,468.13$ Trunk Module Outgoing Multi (TMOM) EQ Base System Siemens-Enterprise Communications HiPath 4000 1,407.00$ Trunk Module DID Analog (TMDID) Base System Siemens-Enterprise Communications HiPath 4000 1,407.00$ Trunk Module Central Office 16 Ports EQ Base System Siemens-Enterprise Communications HiPath 4000 1,365.00$ Subscriber Line Mod Analog w MWI(SLMAE) Base System Siemens-Enterprise Communications HiPath 4000 1,316.25$ HiPath User Access (24) Base System Siemens-Enterprise Communications HiPath 4000 1,251.23$ HiPath Access TA-IM Additional Component Siemens-Enterprise Communications HiPath 4000 1,218.75$ Redundant Power Supply for HiPath AP 350 Base System Siemens-Enterprise Communications HiPath 4000 1,206.00$ SLMAV 24 Port Base System Siemens-Enterprise Communications HiPath 4000 1,206.00$ LTUCA AP Controller Card, w/ LAN Cable Additional Component Siemens-Enterprise Communications HiPath 4000 1,166.81$ Digital PRI, 2 x T1, BOS (DIUT2) Base System Siemens-Enterprise Communications HiPath 4000 1,105.50$ Digital PRI, 2 x T1, MOS (DIUT2) Base System Siemens-Enterprise Communications HiPath 4000 1,105.50$ Digital PRI, 2 x E1 (DIUT2) Base System Siemens-Enterprise Communications HiPath 4000 1,105.50$ Digital T1 Trunk with BOS (DIU2U) EQ Base System Siemens-Enterprise Communications HiPath 4000 1,072.50$ Digital T1 Trunk DIU2U EQ Base System Siemens-Enterprise Communications HiPath 4000 1,072.50$ Analog User Connections (SLMAC) EQ Base System Siemens-Enterprise Communications HiPath 4000 1,072.50$ Analog Trunk Module 8ch (TMANI) Base System Siemens-Enterprise Communications HiPath 4000 1,035.15$ Digital Interface Unit for S2 PRI NTW Base System Siemens-Enterprise Communications HiPath 4000 1,023.00$ HiPath 4000 V5 SoftGate 50 Application Additional Component Siemens-Enterprise Communications HiPath 4000 1,005.00$

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

HiPath AP Remote Surviveability (1) Base System Siemens-Enterprise Communications HiPath 4000 1,005.00$ Upgrade from RG 8300 V4 to RG 8300 V5 Expansion Configuration Siemens-Enterprise Communications HiPath 4000 1,005.00$ HiPath AP 3700 IP V2.0 Base System Siemens-Enterprise Communications HiPath 4000 1,005.00$ DSCXL-X300 (for DSCXL D5 Replacement) Additional Component Siemens-Enterprise Communications HiPath 4000 1,004.60$ HiPath 4000 MLPP Gateway Additional Component Siemens-Enterprise Communications HiPath 4000 956.76$ Digital Line Card (SLMO24) EQ Base System Siemens-Enterprise Communications HiPath 4000 884.40$ SLMAV (24 Ports) as SLMA16 Replacement Additional Component Siemens-Enterprise Communications HiPath 4000 877.50$ HDCF Module for HiPath 4000 V2/V3/V4 Additional Component Siemens-Enterprise Communications HiPath 4000 856.06$ Op System and SoftGate Applicat. SW Additional Component Siemens-Enterprise Communications HiPath 4000 851.24$ AnalogTrnk Mod TMANI wo chg pulse detect Additional Component Siemens-Enterprise Communications HiPath 4000 804.00$ Installation Kit XS Additional Component Siemens-Enterprise Communications HiPath 4000 753.75$ DCFTWARE CD HIPATH PROCENTER AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 8.58$ 1 LICENSE USER AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 245.60$ 1 LICENSE AGENT DESKTOP AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 298.16$ 1 LICENSE ASSOCIATE DESKTOP AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 149.08$ SYSTEM LICENSE CALL DIRECTOR AGILE Base System Siemens-Enterprise Communications HIPATH PROCENTER 788.29$ 1 LICENSE MANAGER AGILE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 437.58$ 1 LICENSE E-MAIL USER AGILE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 245.60$ 1 LICENSE CALLBACK USER AGILE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 105.11$ SW CD HIPATH PROCENTER ENTERPRISE V7.0 Base System Siemens-Enterprise Communications HIPATH PROCENTER 12.87$ UPGRADE HPPC V6.5 OR OLDER TO OSCC V7.0 Expansion Configuration Siemens-Enterprise Communications HIPATH PROCENTER 149.62$ CRS-MANAGER LICENSE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 249.89$ ENTERPRISE TENANT (1) LICENSE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 4,290.00$ 1 LICENSE USER ENTERPRISE Base System Siemens-Enterprise Communications HIPATH PROCENTER 804.38$ 50 LICENSES USER ENTERPRISE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 30,164.06$ 150 LICENSE USER ENTERPRISE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 67,869.14$ 1 LICENSE AGENT DESKTOP Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 965.25$ 50 LICENSES AGENT DESKTOP Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 36,196.88$ 150 LICENSES AGENT DESKTOP Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 81,442.97$ 1 ASSOCIATE DESKTOP LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 579.15$ 50 ASSOCIATE DESKTOP LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 21,718.13$ 150 ASSOCIATE DESKTOP LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 60,514.74$ 1 ATTENDANT CONSOLE DESKTOP (HP8000) Base System Siemens-Enterprise Communications HIPATH PROCENTER 2,145.00$ 1 LICENSE MANAGER ENTERPRISE Base System Siemens-Enterprise Communications HIPATH PROCENTER 1,072.50$ 1 LICENSE E-MAIL USER ENTERPRISE Base System Siemens-Enterprise Communications HIPATH PROCENTER 750.75$ 50 LICENSE E-MAIL USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 28,153.13$ 150 LICENSE E-MAIL USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 63,344.54$ 1 LICENSE CALLBACK USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 375.38$

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

50 LICENSE CALLBACK USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 14,076.56$ 150 LICENSE CALLBACK USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 31,672.27$ 1 LIC WEB COLLABORATION USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 375.38$ 50 LIC WEB COLLABORATION USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 14,076.56$ 150 LIC WEB COLLABORATIONUSER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 31,672.27$ SYSTEM LIC SKILLSBASED ROUTINGENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 4,182.75$ SYSTEM LICENSE CALL DIRECTOR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 2,359.50$ SYSTEM LICENSE NETWORKING ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 6,756.75$ SYSTEM LICENSE OUTBOUND ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 1,179.75$ 1 LIC SAP CIC DESKTOP INTEGR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 643.50$ 50 LIC SAP CIC DESKTOP INTEGR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 23,441.63$ 1 LIC SAP ICI DESKTOP INTEGR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 643.50$ 50 LIC SAP ICI DESKTOP INTEGR ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 28,038.37$ 150 LIC SAP ICI DESKTOP INTEGRENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 54,295.31$ 1 LICENSE SDK RTM CLIENT LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 375.38$ 50 LICENSE SDK RTM CLIENT LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 14,076.56$ 150 LICENSE SDK RTM CLIENT LICENSE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 31,672.27$ 1 LICENSE SDK RTM SERVER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 3,753.75$ 1 LIC COLD REDUNDANCY USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 58.99$ 50 LIC COLD REDUNDANCY USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 2,212.04$ 150 LIC COLD REDUNDANCY USER ENTERPRISE Additional Feature Siemens-Enterprise Communications HIPATH PROCENTER 4,977.08$ BASE PKG REDUNDANCY ENTERPRISE V7.0 Base System Siemens-Enterprise Communications HIPATH PROCENTER 656.37$ 1LIC UPG COLD TO WARM REDUND ENTERPRISE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 353.93$ 50LIC UPG COLD TOWARM REDUND ENTERPRISE Additional Component Siemens-Enterprise Communications HIPATH PROCENTER 13,272.19$ CUSTOM RATE TABLES - INTERNATIONAL Base System Non-Siemens Peripherals CAS 1,800.00$ INSTALLATION 1/2 DAY-REMOTE Base System Non-Siemens Peripherals CAS 1,000.00$ USER TRAINING, ONE DAY-REMOTE Additional Component Non-Siemens Peripherals CAS 500.00$ PROJECT MANAGEMENT, PER HOUR Additional Component Non-Siemens Peripherals CAS 220.00$ MTS BUFFER,1MB; DIR CONN/1 SITE ONLY Additional Component Non-Siemens Peripherals CAS 300.00$ PRIVATE CALLS MANAGEMENT Additional Component Non-Siemens Peripherals CAS 4,600.00$ BUFFER SETUP Additional Component Non-Siemens Peripherals CAS 800.00$ PREMIUM BUSINESS DAY COVERAGE: ENHANCED Additional Component Non-Siemens Peripherals CAS 1.00$ SERVICE TO ADD NEW LICENSE FILES Expansion Configuration Non-Siemens Peripherals CAS 500.00$ HIPATH ACCOUNT MANAGER ENTERPRISE BASE Base System Non-Siemens Peripherals CAS 8,000.00$ MTS APP SUITE ENTERPRISE BASIC INSTALL Base System Non-Siemens Peripherals CAS 4,574.00$ MTS APP SUITE ENTERPRISE BASIC IMPONSITE Base System Non-Siemens Peripherals CAS 6,774.00$ HIPATH ACCOUNT MANAGER LITE BASE Base System Non-Siemens Peripherals CAS 2,000.00$ MTS APP SUITE LIGHT ENT. BASIC INSTALL Base System Non-Siemens Peripherals CAS 2,287.00$

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

MTS APPSUITE LE BASIC IMP - ONSITE Base System Non-Siemens Peripherals CAS 4,487.00$ T&E FIRST DAY ON SITE TECH/TRAINER Additional Component Non-Siemens Peripherals CAS 1,400.00$ T&E ONSITE TECHTRAINER ADDITIONAL DAY Additional Component Non-Siemens Peripherals CAS 400.00$ T&E ONSITE TECH/TRAINER ADDITIONAL DAY Additional Component Non-Siemens Peripherals CAS 400.00$ AUDIT SERVICE-CONTACT MTS FOR SOW Additional Component Non-Siemens Peripherals CAS -$ AS CABLE MANAGEMENT FIVE USERS Additional Feature Non-Siemens Peripherals CAS 20,500.00$ AS CABLE MANAGEMENT SINGLE USER Additional Feature Non-Siemens Peripherals CAS 5,500.00$ AS CABLE MANAGEMENT UNLIMITED USERS Additional Feature Non-Siemens Peripherals CAS 43,500.00$ CABLE MANAGEMENT BASIC IMPLEMENTATION Additional Feature Non-Siemens Peripherals CAS 4,500.00$ ALERT NOTIFICATION MODEL /PBX Additional Component Non-Siemens Peripherals CAS 4,000.00$ DIRECTORY INTERFACE Additional Feature Non-Siemens Peripherals CAS 4,000.00$ MULTI SITE PRIVATE NETWORK /SITE Additional Feature Non-Siemens Peripherals CAS 3,000.00$ PRIVATE CALLS MANAGEMENT Additional Feature Non-Siemens Peripherals CAS 13,500.00$ TENANT RESALE CE PLAN Additional Feature Non-Siemens Peripherals CAS 10,500.00$ MTS CUSTOM DEVELOPMENT - PER DAY Additional Component Non-Siemens Peripherals CAS 1,600.00$ MTS BUFFER DIRECT CONNECT Additional Component Non-Siemens Peripherals CAS 300.00$ MTS BUFFER 16MB Expansion Configuration Non-Siemens Peripherals CAS 3,075.00$ MTS BUFFER 32MB Expansion Configuration Non-Siemens Peripherals CAS 3,654.00$ MTS BUFFER 4MB Expansion Configuration Non-Siemens Peripherals CAS 2,276.00$ EMF/SURGE PROTECTION UNIT Additional Component Non-Siemens Peripherals CAS 50.00$ AS TELECOM HELP DESK - 10 USERS Additional Component Non-Siemens Peripherals CAS 12,500.00$ INVOICE MANAGEMENT BASIC IMPLEMENTATION Additional Feature Non-Siemens Peripherals CAS 7,500.00$ STAND-ALONE CABLE MANAGEMENT SINGLE USER Additional Feature Non-Siemens Peripherals CAS 5,500.00$ STAND-ALONE CABLE MANAGEMENT FIVE USERS Additional Feature Non-Siemens Peripherals CAS 20,500.00$ STAND-ALONE CABLE MANAGEMENT UNLIMITED Additional Feature Non-Siemens Peripherals CAS 43,500.00$ STAND-ALONE INVOICE MANAGEMENT Additional Feature Non-Siemens Peripherals CAS 22,500.00$ STAND-ALONE INVOICE MANAGEMENT $10M Additional Feature Non-Siemens Peripherals CAS 92,500.00$ STAND-ALONE INVOICE MANAGEMENT $1M Additional Feature Non-Siemens Peripherals CAS 12,500.00$ STAND-ALONE INVOICE MANAGEMENT $3M Additional Feature Non-Siemens Peripherals CAS 22,500.00$ STAND-ALONE INVOICE MANAGEMENT/PROVIDER Additional Feature Non-Siemens Peripherals CAS 5,500.00$ STAND-ALONE TELECOM WORKFLOW Additional Feature Non-Siemens Peripherals CAS 12,500.00$ ASINVOICEMANAGEMENT MODULE-BASIC PACKAGE Additional Feature Non-Siemens Peripherals CAS 22,500.00$ INVOICE MANAGEMENT PROVIDER Additional Feature Non-Siemens Peripherals CAS 5,500.00$ INVOICE MANAGEMENT-UP TO&OVER $10M SPENT Additional Feature Non-Siemens Peripherals CAS 92,500.00$ INVOICE MANAGEMENT - UP TO $ 1M SPENT Additional Feature Non-Siemens Peripherals CAS 12,500.00$ INVOICE MANAGEMENT - UP TO $ 3M SPENT Additional Feature Non-Siemens Peripherals CAS 22,500.00$ BILLING ENTITY, 1 TO 499 Expansion Configuration Non-Siemens Peripherals CAS 5.00$ BILLING ENTITY, FROM 10000 TO 19999 Expansion Configuration Non-Siemens Peripherals CAS 3.00$

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

BILLING ENTITY; 20,000 + USERS Expansion Configuration Non-Siemens Peripherals CAS 2.00$ BILLING ENTITY, FROM 500 TO 9999 Expansion Configuration Non-Siemens Peripherals CAS 4.00$ LE 50 EXTENSION BLOCK Expansion Configuration Non-Siemens Peripherals CAS 200.00$ ADDITIONAL DATA SOURCE PBX Additional Component Non-Siemens Peripherals CAS 2,500.00$ EXTERNAL DATA SOURCE (WIRELESS, ETC) Additional Component Non-Siemens Peripherals CAS 3,500.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 249.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 367.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 489.60$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 193.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 258.06$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 339.66$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 242.76$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 2.04$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE TDM PHONES 51.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 40.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00$

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

APC Smart UPS XL batt pack cable SUA48 Additional Component Non-Siemens Peripherals Battery Back-UP 89.99$ APC Smart-UPS 1000VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 549.00$ APC Smart-UPS 2200VA USB &sERIAL 120V Additional Component Non-Siemens Peripherals Battery Back-UP 945.00$ APC Smart-UPS 2200VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 1,050.00$ APC Smart-UPS XL Additional Component Non-Siemens Peripherals Battery Back-UP 1,250.00$ APC Smart-UPS XL 2200VA 120V (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 1,097.60$ APC Smart-Ups 24V bat pack Additional Component Non-Siemens Peripherals Battery Back-UP 349.00$ APC Smart-UPS 3000VA USB-Serial RM 2U Additional Component Non-Siemens Peripherals Battery Back-UP 1,250.00$ APC Smart-UPS XL 3000VA RM 3U 120V Additional Component Non-Siemens Peripherals Battery Back-UP 1,978.00$ APC Smart-UPS XL 3000VA 120V (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 1,350.00$ APC Smart-UPS XL 3000VA 208V (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 1,350.00$ Smart-UPS XL 48V RM 3U Battery Pack Additional Component Non-Siemens Peripherals Battery Back-UP 699.00$ APC Smart-UPS XL 48V Batt Pack (5U) Additional Component Non-Siemens Peripherals Battery Back-UP 569.00$ ACP Smart-UPS 5000VA 208V Rackmt/Tower Additional Component Non-Siemens Peripherals Battery Back-UP 3,960.00$ APC Smart-UPS 750VA USB-Serial 120V Additional Component Non-Siemens Peripherals Battery Back-UP 419.00$ APC Smart UPS RT 1500VA Rack Tower 120V Additional Component Non-Siemens Peripherals Battery Back-UP 1,125.00$ APC Smart UPS RT 48V RM Battery Pack Additional Component Non-Siemens Peripherals Battery Back-UP 1,025.00$ APC RBC for PS250, PS250I, PS450, PS450I Additional Component Non-Siemens Peripherals Battery Back-UP 85.00$ APC RBC for BK250B and other APC Systems Additional Component Non-Siemens Peripherals Battery Back-UP 35.00$ APC RBC for SU700RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 150.00$ APC RBC for SU1000RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 409.00$ APC RBC for SU1400RM2U Additional Component Non-Siemens Peripherals Battery Back-UP 485.00$ APC RBC for SU1400RMXL3U, SU1400RMXLI3U Additional Component Non-Siemens Peripherals Battery Back-UP 305.00$ APC RBC SU2200RMXL3U; SU3000RMXL3U, etc Additional Component Non-Siemens Peripherals Battery Back-UP 456.00$ APC RBC for BK450,BK600,BK600C,PCNET Additional Component Non-Siemens Peripherals Battery Back-UP 52.00$ APC RBC for SU450,SU450NET,SU700,SU700N Additional Component Non-Siemens Peripherals Battery Back-UP 60.00$ APC RBC for BP1000,SUVS1000 and others Additional Component Non-Siemens Peripherals Battery Back-UP 125.00$ APC RBC for SU700XL and other APC Sys Additional Component Non-Siemens Peripherals Battery Back-UP 145.00$ WTI PBX Cable Additional Component Non-Siemens Peripherals CDR 36.00$ Total Manage Annual Maintenance Service Additional Component Non-Siemens Peripherals CDR 12.00$ Devices/Wireless Additional Component Non-Siemens Peripherals CDR 20.00$ Total Manage Directory Interface Additional Component Non-Siemens Peripherals CDR 2,750.00$ Total Manage Dir. Interface Add Site Additional Component Non-Siemens Peripherals CDR 750.00$ Total Manage Server RTB SW Additional Component Non-Siemens Peripherals CDR 3,000.00$ Devices/Extensions Additional Component Non-Siemens Peripherals CDR 2.50$ Total Manage Addional Data Source Additional Component Non-Siemens Peripherals CDR 1,000.00$ Total Manage Server Additional Component Non-Siemens Peripherals CDR 6,000.00$ Total Manage Base System Additional Component Non-Siemens Peripherals CDR 13,812.00$

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Total Manage Wireless Web Portal SW Additional Feature Non-Siemens Peripherals CDR 13,800.00$ Total Man. Wireless Web PortalStandAlone Additional Feature Non-Siemens Peripherals CDR 13,812.00$ HiPath 4000 Base System Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 803.75 HiPath 4000 License License Siemens-Enterprise Communications Maintenance 85 Resp. $ 19.10 HiPath 4000 Manager Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 2,893.50 HiPath 4000 SoftGate 1000 Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 19,097.10 HiPath 4000 SoftGate 50 Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 19.10 Mov35 HiPath 3500 V7 IP Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 848.82 Mov38 HiPath 3800 V7 IP Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 1,343.54 HiPath 4000 License Software Subscription Opt Siemens-Enterprise Communications SSO $ 8.40 HiPath 4000 Manager Software Subscription Opt Siemens-Enterprise Communications SSO $ 3.00 OpenScape Contact Center Agile Agent License Siemens-Enterprise Communications Maintenance 85 Resp. $ 85.50 OpenScape Contact Center Base Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 1,042.50 OpenScape Contact Center Enterprise Agent License Siemens-Enterprise Communications Maintenance 85 Resp. $ 104.25 OpenScape Contact Center Redundancy Flat_Rate Siemens-Enterprise Communications Maintenance 85 Resp. $ 5,500.00 OpenScape Xpressions UC Bundle Base Package Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 2,850.00 OpenScape Xpressions UC Bundle Enhancement Package Instance Siemens-Enterprise Communications Maintenance 85 Resp. $ 712.50 ACD Miscellaneous % of List Siemens-Enterprise Communications Maintenance 85 Resp. $ 0.18 OSCC Voice Portal % of List Siemens-Enterprise Communications Maintenance 85 Resp. $ 0.25 Xpressions Compact Ports Siemens-Enterprise Communications Maintenance 85 Resp. $ 54.00 Xpressions Unified License V5 and lower License Siemens-Enterprise Communications Maintenance 85 Resp. $ 22.50 Xpressions V6 Unified License License Siemens-Enterprise Communications Maintenance 85 Resp. $ 6.75 Xpressions V6 Voice License License Siemens-Enterprise Communications Maintenance 85 Resp. $ 3.75 OpenScape Contact Center Base Instance Siemens-Enterprise Communications SSO $ 372.00 OpenScape Contact Center Enterprise Agent License Siemens-Enterprise Communications SSO $ 372.00 User Management Ports Siemens-Enterprise Communications Maintenance 85 Resp. $ 3.60 Vendor Coordination Flat_Rate Siemens-Enterprise Communications Maintenance 85 Resp. $ 2,500.00 Vendor Referral Flat_Rate Siemens-Enterprise Communications Maintenance 85 Resp. $ 1,000.00 Phone Maintenance Instance Siemens-Enterprise Communications Maintenance 85 Resp $ 12.00 1 CAT3, 1 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 219.87$ 1 CAT3, 1 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals Cbl 237.02$ 2 CAT 5E UP TO 200' Additional Component Non-Siemens Peripherals Cbl 142.59$ 2 CAT 5E UP TO 224' Additional Component Non-Siemens Peripherals Cbl 181.79$ 2 CAT 5E UP TO 249' Additional Component Non-Siemens Peripherals Cbl 201.39$ 2 CAT 5E UP TO 274' Additional Component Non-Siemens Peripherals Cbl 220.99$ 2 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 240.59$ 2 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals CBL 260.19$

Item Description Item Type Manufacturer Model CostOpenScape Hosted Starter Kit - Base Lics Base System Siemens-Enterprise Communications OpenScape UC 109,037.86$

Unified License Xpressions V6, 1000 User Base System Siemens-Enterprise Communications OpenScape UC 55,275.00$ OSC Xpressions V7 Unified Usr Lic (1000) Base System Siemens-Enterprise Communications OpenScape UC 55,275.00$ Xpressions V5.0 Unified, per 1000 Users Base System Siemens-Enterprise Communications OpenScape UC 53,724.45$ OSC WebCollab. Meeting, 100 Room Lic Additional Component Siemens-Enterprise Communications OpenScape UC 49,245.00$ Media Server CMS-3000 SEC - AC Duplex Base System Siemens-Enterprise Communications OpenScape Voice 42,534.00$ Media Server CMS-3000 DC Duplex Base System Siemens-Enterprise Communications OpenScape Voice 40,657.50$ OSC WebCollab. Support, 100 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 39,195.00$ Mereon 3000 Duplex 100 ports Additional Feature Siemens-Enterprise Communications OpenScape Voice 33,750.00$ OpenScape UC Adv Solution Base Pkg V5 Additional Feature Siemens-Enterprise Communications OpenScape UC 32,760.00$ HiPath 8000 3650T AC Redundant – 8G Base System Siemens-Enterprise Communications OpenScape Voice 32,640.00$ OSC UC V6 Adv. Base Soln Pkg - OSV Additional Feature Siemens-Enterprise Communications OpenScape UC 30,753.00$ Unified License Xpressions V6, 500 User Additional Feature Siemens-Enterprise Communications OpenScape UC 30,652.50$ OSC Xpressions V7 Unified User Lic (500) Additional Feature Siemens-Enterprise Communications OpenScape UC 30,652.50$ OpenScape UC Server Xpress V5 Base Lic Base System Siemens-Enterprise Communications OpenScape Voice 30,451.50$ OpenScape Xpressions V6 Cluster >10,000 Expansion Configuration Siemens-Enterprise Communications OpenScape UC 30,150.00$ OSC Xpressions V7 Cluster >10,000 Expansion Configuration Siemens-Enterprise Communications OpenScape UC 30,150.00$ VoiceLink V2 (1000) User Lic for OSV Additional Feature Siemens-Enterprise Communications OpenScape UC 30,150.00$ VoiceLink V2 (1000) User Lic for HP4k Base System Siemens-Enterprise Communications OpenScape UC 30,150.00$ Xpressions V5.0 Unified, per 500 Users Additional Feature Siemens-Enterprise Communications OpenScape UC 29,846.70$ Xpressions V5.0 Cluster over 10,000 usr Additional Feature Siemens-Enterprise Communications OpenScape UC 29,846.70$ OSC WebCollab. Meeting, 50 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 29,647.50$ OpenScape UC Advanced Solution Base Pkg Additional Feature Siemens-Enterprise Communications OpenScape UC 29,152.50$ OpenScape Voice/UC/CC Bundle Base Pkg Additional Feature Siemens-Enterprise Communications OpenScape Voice 29,152.50$ OSC UC V6R1 Adv Base Soln Pkg - OSV Base System Siemens-Enterprise Communications OpenScape UC 28,642.50$ OSC UC Adv Soln Pkg Base Old 4000 Mgrt Base System Siemens-Enterprise Communications OpenScape UC 26,910.00$ Voice License Xpressions V6, 1000 User Base System Siemens-Enterprise Communications OpenScape UC 26,632.50$ OSC Xpressions V7 Voice User Lic (1000) Base System Siemens-Enterprise Communications OpenScape UC 26,632.50$ Xpressions V5.0 Voice Lic per 1000 Users Additional Feature Siemens-Enterprise Communications OpenScape UC 26,016.90$ OSC UC Advanced Soln Pkg Base 4000 Mgrt Additional Feature Siemens-Enterprise Communications OpenScape UC 25,740.00$ OSC UC Advanced Soln Pkg Base OSV Upgd Additional Feature Siemens-Enterprise Communications OpenScape UC 25,740.00$ OSC UC V6 Adv. Base Sol Pkg -Old 4k Migr Additional Feature Siemens-Enterprise Communications OpenScape UC 25,326.00$ Netviewer WebConferencing V1 Redundancy Additional Feature Siemens-Enterprise Communications OpenScape Voice 24,633.00$ OSC WebCollab. Support, 50 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 24,622.50$ OSC IBM OEM V1.2 Base License Additional Feature Siemens-Enterprise Communications OpenScape Voice 24,517.35$ OSC UC V6 Adv. Base Soln Pkg - OSV Upgr Additional Feature Siemens-Enterprise Communications OpenScape UC 24,120.00$ OSC UC V6 Adv. Base Sol Pkg -New 4k Migr Additional Feature Siemens-Enterprise Communications OpenScape UC 24,120.00$

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OSC UC V6R1 Adv Base Soln Pkg - OSV Upgr Additional Feature Siemens-Enterprise Communications OpenScape UC 24,120.00$ OpenScape UC Standard Solution Base Pkg Additional Feature Siemens-Enterprise Communications OpenScape UC 23,400.00$ OpenScape UC Std Solution Base Pkg V5 Additional Component Siemens-Enterprise Communications OpenScape Voice 23,400.00$ HiPath 8000 3650T AC Redundant -4G Additional Component Siemens-Enterprise Communications OpenScape Voice 23,287.50$ HiPath 8000 IBM 3650T DC Redundant Additional Component Siemens-Enterprise Communications OpenScape Voice 23,287.50$ OSC UC V6 Adv. Base Soln Pkg - 4k Upgr Expansion Configuration Siemens-Enterprise Communications OpenScape UC 22,914.00$ Eicon Voiceboard PRI 96 Ports (PCIe) Base System Siemens-Enterprise Communications OpenScape UC 22,059.75$ Media Server CMS-3000 SEC - AC Simplex Additional Component Siemens-Enterprise Communications OpenScape Voice 21,624.00$ OSC UC V6R1 Adv Base Sol Pkg - H4k Additional Component Siemens-Enterprise Communications OpenScape UC 21,607.50$ OSC UC V6R1 Adv Base Sol Pkg - H4k Upgr Additional Component Siemens-Enterprise Communications OpenScape UC 21,607.50$ OSC UC V6R1 Adv Base Sol Pkg - H4k Migr Additional Component Siemens-Enterprise Communications OpenScape UC 21,607.50$ RG8716 Gateway V1.3 - USA Additional Component Siemens-Enterprise Communications OpenScape Voice 21,607.50$ OSC UC V6 and OSV V6 Base License Base System Siemens-Enterprise Communications OpenScape UC 20,280.00$ OSC WebCollab. Helpdesk, 2500 Client Lic Base System Siemens-Enterprise Communications OpenScape UC 19,848.75$ OSVoice V3.1 BBUA & UC App V3 for H4000 Additional Component Siemens-Enterprise Communications OpenScape UC 19,500.00$ OpenScape UC App V3 Base Pkg w/ OSV V4 Additional Component Siemens-Enterprise Communications OpenScape UC 19,500.00$ OSC UC V3 Pkg Lic with OSC Voice V5 Base System Siemens-Enterprise Communications OpenScape UC 19,500.00$ OSC Xpressions V7 UC Soln Base Pkg Base System Siemens-Enterprise Communications OpenScape UC 19,095.00$ OpenScape Xpressions UC Soln Base Pkg Base System Siemens-Enterprise Communications OpenScape UC 18,525.00$ OpenScape Xpressions V6 Cluster <10,000 Expansion Configuration Siemens-Enterprise Communications OpenScape UC 18,090.00$ OSC Xpressions V7 UC Soln Base Pkg CS+ Expansion Configuration Siemens-Enterprise Communications OpenScape UC 18,090.00$ OSC Xpressions V7 Cluster <10,000 Expansion Configuration Siemens-Enterprise Communications OpenScape UC 18,090.00$ Xpressions V5.0 Cluster up to 10,000 usr Expansion Configuration Siemens-Enterprise Communications OpenScape UC 17,907.83$ Xpressions UC Base Pkg for ComScendo+ Additional Feature Siemens-Enterprise Communications OpenScape UC 17,550.00$ OSC UC Std Soln Pkg Base Old 4000 Mgrt Additional Feature Siemens-Enterprise Communications OpenScape UC 16,672.50$ Voice License Xpressions V6, 500 User Base System Siemens-Enterprise Communications OpenScape UC 16,582.50$ OSC Xpressions V7 Voice User Lic (500) Base System Siemens-Enterprise Communications OpenScape UC 16,582.50$ OSC UC V6 Ent. Base Soln Pkg - OSV Base System Siemens-Enterprise Communications OpenScape UC 16,582.50$ RG 8708 Gateway V1.3 - USA Base System Siemens-Enterprise Communications OpenScape Voice 16,582.50$ HiPath 8000 3650T AC Upg to Redundant-8G Base System Siemens-Enterprise Communications OpenScape Voice 16,575.00$ OpenScape IBM OEM V1.3 Dynamic User Base System Siemens-Enterprise Communications OpenScape Voice 16,512.15$ Xpressions V5.0 Voice Lic, per 500 Users Base System Siemens-Enterprise Communications OpenScape UC 16,167.45$ OSV V3.1R3 Special Bundle Base Pkg Additional Component Siemens-Enterprise Communications OpenScape Voice 16,087.50$ OpenScape UC Entry Solution Base Pkg V5 Additional Feature Siemens-Enterprise Communications OpenScape Voice 16,087.50$ OpenScape UC Entry Solution Base Package Additional Feature Siemens-Enterprise Communications OpenScape Voice 16,087.50$ OpenScape UC Enterprise Base Soln Pkg Additional Feature Siemens-Enterprise Communications OpenScape Voice 16,087.50$ OSC IBM OEM V1.2 Dynamic User Lic Pkg Additional Feature Siemens-Enterprise Communications OpenScape Voice 16,019.25$ HiPath 8000 3650T AC Non-Redundant – 8G Additional Feature Siemens-Enterprise Communications OpenScape Voice 15,600.00$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OSC UC V6R1 Ent Base Soln Pkg - OSV Upgr Additional Component Siemens-Enterprise Communications OpenScape UC 15,577.50$ OSC UC Standard Soln Pkg Base OSV Upgd Additional Component Siemens-Enterprise Communications OpenScape UC 15,502.50$ OSC UC Standard Soln Pkg Base 4000 Mgrt Additional Component Siemens-Enterprise Communications OpenScape UC 15,502.50$ Eicon Voice/Faxboard PRI 24 Ports Additional Feature Siemens-Enterprise Communications OpenScape UC 15,075.00$ Eicon Voice/Faxboard PRI 24 Ports, PCIe Additional Component Siemens-Enterprise Communications OpenScape UC 15,075.00$ OpenScape Voice Upgrade for OS UC App V1 Additional Component Siemens-Enterprise Communications OpenScape Voice 14,361.45$ OpenScape Voice V4 Upgrade Lic from UCAP Additional Component Siemens-Enterprise Communications OpenScape Voice 14,361.45$ OpenScape Voice V5 Base License PKg Base System Siemens-Enterprise Communications OpenScape Voice 14,361.45$ OpenScape Voice V7 Base Package License Base System Siemens-Enterprise Communications OpenScape Voice 14,361.45$ OpenScape Voice Entry V7 Base Packge Lic Base System Siemens-Enterprise Communications OpenScape Voice 14,361.45$ OSC Voice V6 Base Package License Base System Siemens-Enterprise Communications OpenScape Voice 14,361.45$ OSC Voice Entry V6 Base Package License Base System Siemens-Enterprise Communications OpenScape Voice 14,361.45$ OpenScape Voice Package V1 Base SW Lic Base System Siemens-Enterprise Communications OpenScape Voice 13,932.75$ OpenScape Voice V4 Base License Package Base System Siemens-Enterprise Communications OpenScape Voice 13,932.75$ OpenScape Voice LowCost V4 Base Lic Pkg Base System Siemens-Enterprise Communications OpenScape Voice 13,932.75$ OpenScape Voice Entry V5 Base Lic Pkg Base System Siemens-Enterprise Communications OpenScape Voice 13,932.75$ OSV V5 Upgrade Lic Pkg from UC App Additional Feature Siemens-Enterprise Communications OpenScape Voice 13,932.75$ Eicon Voiceboard PRI 48 Ports (PCIe) Base System Siemens-Enterprise Communications OpenScape UC 13,788.60$ OSC UC V6R1 Ent Base Sol Pkg - H4k Base System Siemens-Enterprise Communications OpenScape UC 13,065.00$ OSC UC V6R1 Ent Base Sol Pkg - H4k Upgr Expansion Configuration Siemens-Enterprise Communications OpenScape UC 13,065.00$ OSC UC V6R1 Ent Base Sol Pkg - H4k Migr Expansion Configuration Siemens-Enterprise Communications OpenScape UC 13,065.00$ Netviewer WebConferencing V1 Base Lic. Additional Feature Siemens-Enterprise Communications OpenScape Voice 11,934.00$ OSC UC V6 Base Lic for exsting SEN pltfm Base System Siemens-Enterprise Communications OpenScape UC 11,859.00$ OpenScape IBM eServer x3550 M3 Base System Siemens-Enterprise Communications OpenScape Voice 11,658.00$ OSB 6000 V1 Server x3550 M3 Base System Siemens-Enterprise Communications OpenScape Voice 11,658.00$ OSC Branch 6000 V2 Server IBM x3550 M3 Base System Siemens-Enterprise Communications OpenScape Voice 11,658.00$ OSC SBC 6000 V2 Server IBM x3550 M3 Base System Siemens-Enterprise Communications OpenScape Voice 11,658.00$ HiPath 8000 3650T AC Non-Redundant - 4G Base System Siemens-Enterprise Communications OpenScape Voice 11,643.75$ OpenScape Voice V4 PreProduction License Base System Siemens-Enterprise Communications OpenScape Voice 11,362.53$ OpenScape Voice V5 PreProduction License Base System Siemens-Enterprise Communications OpenScape Voice 11,362.53$ OpenScape UC Server x3550 M2 - 8G Additional Feature Siemens-Enterprise Communications OpenScape Voice 11,310.00$ OSC UC V6 Ent. Base Sol Pkg -Old 4k Migr Additional Component Siemens-Enterprise Communications OpenScape UC 11,155.50$ OSV V6 & OSUC Ent Ed V6 Base Lic H4000 Expansion Configuration Siemens-Enterprise Communications OpenScape UC 11,055.00$ OpenScape UC App V3 for OSVoice V3.1 Additional Feature Siemens-Enterprise Communications OpenScape UC 10,725.00$ OS UC App V3 for existing OSV V4 Additional Feature Siemens-Enterprise Communications OpenScape UC 10,725.00$ OSC UC V3 Pkg Lic for exist OSC Voice V5 Additional Feature Siemens-Enterprise Communications OpenScape UC 10,725.00$ OpnScape UC App V3 Base + OSVoice V3.1 Additional Component Siemens-Enterprise Communications OpenScape UC 10,725.00$ OSV V4 (B2BUA) & UC App V3 Pkg for H4000 Additional Feature Siemens-Enterprise Communications OpenScape UC 10,725.00$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OpenScape UC Application V4 Base License Expansion Configuration Siemens-Enterprise Communications OpenScape UC 10,725.00$ OpenScape UC V3 with OSV V5 for HP4000 Expansion Configuration Siemens-Enterprise Communications OpenScape Voice 10,725.00$ OpenScape Voice V7 Redundancy Demo Lic Additional Component Siemens-Enterprise Communications OpenScape Voice 10,683.15$ OSC Voice V6 Redundant Demo Base License Base System Siemens-Enterprise Communications OpenScape Voice 10,683.15$ NMS Card 96/120 Ports - CorporateConnect Additional Feature Siemens-Enterprise Communications OpenScape UC 10,603.20$ Eicon Voice/Faxboard PRI 24/8 Ports Base System Siemens-Enterprise Communications OpenScape UC 10,200.00$ OpenScape Voice Preproduction Base Lic Additional Component Siemens-Enterprise Communications OpenScape Voice 10,050.00$ OpenScape Voice V7 Pre-Production Licnse Additional Component Siemens-Enterprise Communications OpenScape Voice 10,050.00$ OSC Voice V6 Pre-Production License Additional Component Siemens-Enterprise Communications OpenScape Voice 10,050.00$ OSC Voice V3.1R3 IBM Base License Base System Siemens-Enterprise Communications OpenScape Voice 10,039.95$ OSC WebCollab. Helpdesk, 1000 Client Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 9,949.50$ OSC UC V6 Ent. Base Soln Pkg - OSV Upgr Additional Component Siemens-Enterprise Communications OpenScape UC 9,949.50$ OSC UC V6 Ent. Base Sol Pkg -New 4k Migr Additional Component Siemens-Enterprise Communications OpenScape UC 9,949.50$ Xpressions WebConferencing 3 Rms/50 User Additional Component Siemens-Enterprise Communications OpenScape UC 9,787.50$ OpenScape Voice V5 for IBM-Base Lic Pkg Base System Siemens-Enterprise Communications OpenScape UC 9,740.25$ OpenScape WebCollaboration Base Package Additional Feature Siemens-Enterprise Communications OpenScape UC 9,652.50$ OSC UC Entry Soln Pkg Base Old 4000 Mgrt Additional Component Siemens-Enterprise Communications OpenScape UC 9,652.50$ OpenScape Voice V5 Demo Redundant Lic Additional Component Siemens-Enterprise Communications OpenScape Voice 9,648.00$ OpenScape UC App, Xpressions V6 Edition Additional Feature Siemens-Enterprise Communications OpenScape UC 9,547.50$ HiPath 8000 V3.0 Redundancy Option Base System Siemens-Enterprise Communications OpenScape Voice 9,319.88$ Eicon Voiceboard PRI 24 Ports (PCIe) Base System Siemens-Enterprise Communications OpenScape UC 8,612.85$ Eicon Voiceboard PRI 24 Ports Base System Siemens-Enterprise Communications OpenScape UC 8,612.85$ OpenScape Voice Redundancy V1 Base System Siemens-Enterprise Communications OpenScape Voice 8,612.85$ OpenScape Voice V4 Redundancy Option Expansion Configuration Siemens-Enterprise Communications OpenScape Voice 8,612.85$ OpenScape Voice V5 Redundancy Option Base System Siemens-Enterprise Communications OpenScape Voice 8,612.85$ OpenScape Voice V7 Redundancy Option Base System Siemens-Enterprise Communications OpenScape Voice 8,612.85$ OSC Voice V6 Redundancy Option Base System Siemens-Enterprise Communications OpenScape Voice 8,612.85$ OpenScape Xpressions V6 Cluster <2,000 Expansion Configuration Siemens-Enterprise Communications OpenScape UC 8,542.50$ OSC Xpressions V7 Cluster <2,000 Additional Component Siemens-Enterprise Communications OpenScape UC 8,542.50$ Xpressions V5.0 Cluster up to 2,000 usr Additional Component Siemens-Enterprise Communications OpenScape UC 8,456.18$ OpenScape UC Adv Solution Enhance Pkg V5 L30280D0622F955 Siemens-Enterprise Communications OpenScape UC 8,442.00$ SimplyPhone v4.0 3rd Party 100 lic Additional Feature Siemens-Enterprise Communications OpenScape UC 8,415.00$ OSC UC Entry Soln Pkg Base OSV Upgd Expansion Configuration Siemens-Enterprise Communications OpenScape UC 8,385.00$ OSC UC Entry Soln Pkg Base 4000 Mgrt Expansion Configuration Siemens-Enterprise Communications OpenScape UC 8,385.00$ OSC UC V6R1 Ent Base Soln Pkg - OSV Expansion Configuration Siemens-Enterprise Communications OpenScape UC 8,040.00$ OSC UC V6 Adv. Expan Soln Pkg - OSV Expansion Configuration Siemens-Enterprise Communications OpenScape UC 7,688.25$ Comdasys 3600-Survivability 1500 User US Additional Component Siemens-Enterprise Communications OpenScape Voice 7,588.80$ OSC WebCollab. Helpdesk, 500 Client Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 7,487.25$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OSV V4/V5 and OSC UC V3 Upgr to V6 Expansion Configuration Siemens-Enterprise Communications OpenScape UC 7,462.13$ OpenScape Voice and UC App Upgr to V7 Expansion Configuration Siemens-Enterprise Communications OpenScape UC 7,462.13$ OpenScape UC Advanced Enhancement Pkg Additional Feature Siemens-Enterprise Communications OpenScape UC 7,288.13$ OpenScape Voice/UC/CC Bundle Expansn Pkg Additional Feature Siemens-Enterprise Communications OpenScape Voice 7,288.13$ RG8702 Gateway V1.3 - USA Base System Siemens-Enterprise Communications OpenScape Voice 7,185.75$ OSC UC V6R1 Adv Expan Soln Pkg - OSV Expansion Configuration Siemens-Enterprise Communications OpenScape UC 7,160.63$ OSC UC V6R1 Adv Expn Sol Pkg - H4k Additional Feature Siemens-Enterprise Communications OpenScape UC 7,160.63$ Xpressions Webconference, 3 Rms/1000 Usr Additional Feature Siemens-Enterprise Communications OpenScape UC 7,135.50$ OSC WebCollab. Webcast, 100 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 6,934.50$ OSC WebCollab. Meeting, 10 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 6,934.50$ OSC UC Adv Soln Pkg Enhancmnt Old 4000 Additional Component Siemens-Enterprise Communications OpenScape UC 6,934.50$ NMS Card 48/60 Ports - CorporateConnect Additional Component Siemens-Enterprise Communications OpenScape UC 6,750.00$ OpenScape Voice V7 Demo License Additional Component Siemens-Enterprise Communications OpenScape Voice 6,685.26$ OSC Voice V6 Demo License Additional Component Siemens-Enterprise Communications OpenScape Voice 6,685.26$ Unified License Xpressions V6, 100 User Additional Feature Siemens-Enterprise Communications OpenScape UC 6,633.00$ OSC Xpressions V7 Unified User Lic (100) Additional Feature Siemens-Enterprise Communications OpenScape UC 6,633.00$ OSC UC Adv Soln Pkg Enhancmnt 4000 Mgrt Additional Component Siemens-Enterprise Communications OpenScape UC 6,633.00$ OSC UC Adv Soln Pkg Enhancmnt OSV Upgd Additional Component Siemens-Enterprise Communications OpenScape UC 6,633.00$ Xpressions V5.0 Unified, per 100 Users Additional Feature Siemens-Enterprise Communications OpenScape UC 6,467.18$ OSC UC V6 Adv. Expn Sol Pkg -Old 4k Migr Additional Component Siemens-Enterprise Communications OpenScape UC 6,331.50$ Netviewer WebConferencing V1 Demo Additional Feature Siemens-Enterprise Communications OpenScape Voice 6,104.70$ OSC UC V6 Adv. Expan Soln Pkg - OSV Upgr Additional Feature Siemens-Enterprise Communications OpenScape UC 6,030.00$ OSC UC V6 Adv. Expn Sol Pkg -New 4k Migr Additional Feature Siemens-Enterprise Communications OpenScape UC 6,030.00$ OSC UC V6R1 Adv Expn Soln Pkg - OSV Upgr Expansion Configuration Siemens-Enterprise Communications OpenScape UC 6,030.00$ OpenScape UC Std Solution Enhance Pkg V5 Expansion Configuration Siemens-Enterprise Communications OpenScape Voice 6,030.00$ UC Srvr Ent Migrat Promo Base Pkg Additional Component Siemens-Enterprise Communications OpenScape Voice 6,030.00$ OSC WebCollab. Support, 10 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 5,929.50$ OpenScape Voice V3.1/UC App V3 Demo Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 5,850.00$ OSV V4 & UC App Pkg V3 Demo Lic Additional Component Siemens-Enterprise Communications OpenScape UC 5,850.00$ OSC Voice V5 & UC Appl Demo Lic Additional Component Siemens-Enterprise Communications OpenScape UC 5,850.00$ OpenScape UC Standard Enhancement Pkg Additional Component Siemens-Enterprise Communications OpenScape UC 5,850.00$ OSC UC V6 Adv. Expn Soln Pkg - 4k Upgr Additional Component Siemens-Enterprise Communications OpenScape UC 5,728.50$ OSC UC V6R1 Adv Expn Sol Pkg - H4k Upgr Additional Component Siemens-Enterprise Communications OpenScape UC 5,401.88$ OSC UC V6R1 Adv Expn Sol Pkg - H4k Migr Additional Component Siemens-Enterprise Communications OpenScape UC 5,401.88$ Connect Server V4.0 Upgrade Additional Component Siemens-Enterprise Communications OpenScape UC 5,127.51$ OSC-CMP V6 User Mgmt Feature OSC-ILA Additional Feature Siemens-Enterprise Communications OpenScape Voice 5,025.00$ OpenScape CMP V7 User Management ILA Additional Feature Siemens-Enterprise Communications OpenScape Voice 5,025.00$ OSC UC V6R1 Ent Expn Sol Pkg - H4k Expansion Configuration Siemens-Enterprise Communications OpenScape UC 4,899.38$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OpenScape Xpressions UC Soln Enhanc Pkg Additional Component Siemens-Enterprise Communications OpenScape UC 4,773.75$ OSC Xpressions V7 UC Soln Expn Pkg Additional Component Siemens-Enterprise Communications OpenScape UC 4,773.75$ CMS-3000 SEC 50 G.729 Port Block License Additional Component Siemens-Enterprise Communications OpenScape Voice 4,692.00$ Xpressions UC Enhance Pkg for ComScendo+ Additional Component Siemens-Enterprise Communications OpenScape UC 4,522.50$ OSC Xpressions V7 UC Soln Expn Pkg CS+ Additional Feature Siemens-Enterprise Communications OpenScape UC 4,522.50$ OSC UC Std Soln Pkg Enhnmt Old 4000 Mgrt Additional Feature Siemens-Enterprise Communications OpenScape UC 4,296.38$ OS Branch 1000 V1 - Server Pack X3250 M3 Base System Siemens-Enterprise Communications OpenScape Voice 4,290.00$ OSC UC V6 Ent. Expan Soln Pkg - OSV Additional Component Siemens-Enterprise Communications OpenScape UC 4,145.63$ OpenScape UC Entry Solution Enh Pkg V5 Additional Component Siemens-Enterprise Communications OpenScape Voice 4,145.63$ OpenScape UC Enterprise Expan Soln Pkg Expansion Configuration Siemens-Enterprise Communications OpenScape Voice 4,145.63$ OSV V3.1R3 Special Bundle Enhancment Pkg Additional Feature Siemens-Enterprise Communications OpenScape Voice 4,021.88$ OpenScape UC Entry Solution Enhance Pkg L30220D0622A338 Siemens-Enterprise Communications OpenScape Voice 4,021.88$ Voice License Xpressions V6, 100 User Base System Siemens-Enterprise Communications OpenScape UC 4,020.00$ OSC Xpressions V7 Voice User Lic (100) Base System Siemens-Enterprise Communications OpenScape UC 4,020.00$ OSC UC Std Soln Pkg Enhancmnt 4000 Mgrt Additional Component Siemens-Enterprise Communications OpenScape UC 3,994.88$ OSC UC Std Soln Pkg Enhanemnt OSV Upgd Additional Component Siemens-Enterprise Communications OpenScape UC 3,994.88$ Xpressions V5.0 Voice Lic, per 100 Users Base System Siemens-Enterprise Communications OpenScape UC 3,979.95$ OSC WebCollab. Webcast, 50 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 3,969.75$ Xpressions V6 Addl WebConfServer License L30280D0622B064 Siemens-Enterprise Communications OpenScape UC 3,919.50$ OSC Xpressions V7 Addl WebConfServer Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 3,919.50$ OSWebCollaboration Redundancy/Scalabilty Additional Feature Siemens-Enterprise Communications OpenScape UC 3,919.50$ OSC WebCollab V6 Server/Scalability Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 3,919.50$ OSC WebCollab V7 Server Lic (embedded) Additional Feature Siemens-Enterprise Communications OpenScape UC 3,919.50$ HiPath OpenScape V2.0 Demo Suite L30280D0622F754 Siemens-Enterprise Communications OpenScape UC 3,900.00$ OSC UC V6R1 Ent Expn Soln Pkg - OSV Upgr Additional Feature Siemens-Enterprise Communications OpenScape UC 3,894.38$ OSC UC V6 Upgr. Lic ComAssistant Additional Component Siemens-Enterprise Communications OpenScape UC 3,807.38$ OpenScape-Branch 500i - DP8 V2 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 3,768.75$ HiPath Xpres. Comp.V2.0 (IVMNL-24) Additional Component Siemens-Enterprise Communications OpenScape UC 3,746.25$ OSC UC Base License Upgrade V3/V4 to V6 Additional Component Siemens-Enterprise Communications OpenScape UC 3,567.75$ OpenScape UC App V7 Base SW Upgr Base System Siemens-Enterprise Communications OpenScape UC 3,567.75$ OpenScape UC App V7 ComAssist Base Upgr Additional Component Siemens-Enterprise Communications OpenScape UC 3,567.75$ Fusion V1 Outlook Apps Server License Additional Feature Siemens-Enterprise Communications OpenScape UC 3,517.50$ OpenScape UC Application V3 Redundancy Additional Component Siemens-Enterprise Communications OpenScape UC 3,517.50$ OpenScape UC Application V4 Standby Opt Additional Component Siemens-Enterprise Communications OpenScape UC 3,517.50$ OSC UC V6 Demo License Additional Component Siemens-Enterprise Communications OpenScape UC 3,517.50$ OSC UC V6 Redundancy Option Base System Siemens-Enterprise Communications OpenScape UC 3,517.50$ OpenScape UC App V7 Demo License Additional Component Siemens-Enterprise Communications OpenScape UC 3,517.50$ OpenScape UC App V7 Redundancy Option Additional Feature Siemens-Enterprise Communications OpenScape UC 3,517.50$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OpenScape UC Application V4 Demo License Additional Feature Siemens-Enterprise Communications OpenScape UC 3,412.50$ Mediatrix 3632DG -2-Port T1 / E1 gateway Additional Component Siemens-Enterprise Communications OpenScape Voice 3,386.85$ Mediatrix 3532DG - 2-T1 Gateway USA Additional Component Siemens-Enterprise Communications OpenScape Voice 3,285.75$ OSC UC V6R1 Ent Expn Sol Pkg - H4k Upgr Additional Component Siemens-Enterprise Communications OpenScape UC 3,266.25$ OSC UC V6R1 Ent Expn Sol Pkg - H4k Migr Additional Feature Siemens-Enterprise Communications OpenScape UC 3,266.25$ CMS-3000 SEC 50 G.711 Port Block License Additional Component Siemens-Enterprise Communications OpenScape Voice 3,264.00$ OpenScape Branch 1000 V1 Server Package Additional Component Siemens-Enterprise Communications OpenScape Voice 3,255.00$ HiPath OpenScape TCL Base for HiPath PBX Additional Feature Siemens-Enterprise Communications OpenScape UC 3,064.13$ OpenScape Branch 6000 V1 SW Package Additional Component Siemens-Enterprise Communications OpenScape Voice 3,015.00$ OpenScape Voice Entry Server - X3250 M3 Additional Component Siemens-Enterprise Communications OpenScape Voice 3,015.00$ Xpressions Digital Networking Additional Component Siemens-Enterprise Communications OpenScape UC 3,000.00$ IBM eServer x3250 M3 Base System Siemens-Enterprise Communications OpenScape Voice 2,934.60$ OpenScape Xpressions V6 Multitenant Additional Component Siemens-Enterprise Communications OpenScape UC 2,914.50$ OpenScape Xpressions V6 SMSProvider Additional Component Siemens-Enterprise Communications OpenScape UC 2,914.50$ OSC Xpressions V7 Multitenant Additional Component Siemens-Enterprise Communications OpenScape UC 2,914.50$ OSC Xpressions V7 SMSProvider Additional Component Siemens-Enterprise Communications OpenScape UC 2,914.50$ OpenScape Voice V7 SuSE Upg Protect 3 Yr Additional Component Siemens-Enterprise Communications OpenScape Voice 2,871.79$ OpenScape VoiceLink V2 Base Pkg OSV Additional Component Siemens-Enterprise Communications OpenScape UC 2,871.29$ OpenScape VoiceLink V2 Base Pkg 4000 Additional Component Siemens-Enterprise Communications OpenScape UC 2,871.29$ Eicon Voice/Faxboard BRI 8 Ports Additional Component Siemens-Enterprise Communications OpenScape UC 2,864.25$ Eicon Voice/Faxboard BRI 8 Ports, PCIe Additional Component Siemens-Enterprise Communications OpenScape UC 2,864.25$ IBM X3250 Application Server 1 Base System Siemens-Enterprise Communications OpenScape Voice 2,827.50$ OSC UC V6 Ent. Expn Sol Pkg -Old 4k Migr Additional Component Siemens-Enterprise Communications OpenScape UC 2,788.88$ Comdasys 2600-Survivability 150 Users US Additional Component Siemens-Enterprise Communications OpenScape Voice 2,764.20$ Mediatrix 1124 24-Port Analog adapter US Additional Component Siemens-Enterprise Communications OpenScape Voice 2,743.13$ OpenScape-Branch 500i - DP4 V2 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 2,738.63$ OpenScape Hosted Starter Kit - SW-Phones Additional Component Siemens-Enterprise Communications OpenScape UC 2,681.25$ OpenScape Voice LowCost V4 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 2,632.50$ OpenScape Branch 50i - A048 V2 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 2,532.60$ Xpressions V6 Caller Guide Port Additional Component Siemens-Enterprise Communications OpenScape UC 2,512.50$ OSC Xpressions V7 Caller Guide Additional Component Siemens-Enterprise Communications OpenScape UC 2,512.50$ OpenScape Branch 1000 V1 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 2,512.50$ OSC Branch 1000 V2 Server IBM x3250 M3 Additional Component Siemens-Enterprise Communications OpenScape Voice 2,512.50$ OSC SBC 1000 V2 Server IBM x3250 M3 Additional Component Siemens-Enterprise Communications OpenScape Voice 2,512.50$ Mediatrix 1124 24-Port Analog adapter US Additional Component Siemens-Enterprise Communications OpenScape Voice 2,493.75$ OSC UC Entry Soln Pkg Enhanc Old 4000 Additional Component Siemens-Enterprise Communications OpenScape UC 2,487.38$ OSC UC V6 Ent. Expan Soln Pkg - OSV Upgr Additional Component Siemens-Enterprise Communications OpenScape UC 2,487.38$ OSC UC V6 Ent. Expn Sol Pkg -New 4k Migr Additional Component Siemens-Enterprise Communications OpenScape UC 2,487.38$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

HiPath Xpressions V5 Caller Guide Additional Component Siemens-Enterprise Communications OpenScape UC 2,487.23$ OpenScape Xpressions V6 XML APL Additional Component Siemens-Enterprise Communications OpenScape UC 2,412.00$ OSC Xpressions V7 XML APL (SOAP SAP-ICI) Base System Siemens-Enterprise Communications OpenScape UC 2,412.00$ Mediatrix 3631DG -1-Port T1 / E1 gateway Additional Component Siemens-Enterprise Communications OpenScape Voice 2,412.00$ HiPath Xpressions Cpt V2.0 (IVMS8) Additional Component Siemens-Enterprise Communications OpenScape UC 2,398.50$ Addl Lang for Xpressions V6 Base SW Additional Component Siemens-Enterprise Communications OpenScape UC 2,361.75$ OSC Xpressions V7 Additional Language Additional Component Siemens-Enterprise Communications OpenScape UC 2,361.75$ Addt'l Languages for Base Pckg Additional Feature Siemens-Enterprise Communications OpenScape UC 2,288.33$ OpenScape Branch 250 V1 Server Package Additional Component Siemens-Enterprise Communications OpenScape Voice 2,252.25$ OSC UC Entry Soln Pkg Enhancmnt OSV Upgd Additional Component Siemens-Enterprise Communications OpenScape UC 2,160.75$ OSC UC Entry Soln Pkg Enhncmnt 4000 Mgrt Additional Component Siemens-Enterprise Communications OpenScape UC 2,160.75$ Mediatrix 3531DG - 1-T1 Gateway USA Additional Component Siemens-Enterprise Communications OpenScape Voice 2,125.50$ OpenFire Software Support Additional Component Siemens-Enterprise Communications OpenScape Voice 2,110.50$ 9751 PIMG 8 Port Additional Component Siemens-Enterprise Communications OpenScape UC 2,062.50$ Digital Phone PIMG 8 Port Additional Component Siemens-Enterprise Communications OpenScape UC 2,062.50$ PhoneMail IP Networking V4.0 Additional Feature Siemens-Enterprise Communications OpenScape UC 2,051.21$ OpenScape Xpressions V6 Networking VPIM Additional Feature Siemens-Enterprise Communications OpenScape UC 2,010.00$ OSC Xpressions V7 Networking VPIM Additional Feature Siemens-Enterprise Communications OpenScape UC 2,010.00$ OSC UC V6R1 Ent Expan Soln Pkg - OSV Base System Siemens-Enterprise Communications OpenScape UC 2,010.00$ OSC WebCollab. Helpdesk, 100 Client Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 1,999.95$ Xpressions V5.0 Networking VPIM Additional Feature Siemens-Enterprise Communications OpenScape UC 1,989.98$ OSC UC V6 Speech Portal Channel Additional Feature Siemens-Enterprise Communications OpenScape UC 1,959.75$ OpenScape UC App V7 Speech Portal Channl Additional Feature Siemens-Enterprise Communications OpenScape UC 1,959.75$ OSC WebCollaboration V6 Base Pkg (2 Rms) Additional Feature Siemens-Enterprise Communications OpenScape UC 1,959.75$ OpenScape UC Server Xpress V5 Expan Lic Expansion Configuration Siemens-Enterprise Communications OpenScape Voice 1,929.60$ Mediatrix LP24-port Long Loop Anlg Adptr Additional Component Siemens-Enterprise Communications OpenScape Voice 1,889.40$ Comdasys 1600 -Survivability 50 Users US Additional Component Siemens-Enterprise Communications OpenScape Voice 1,856.40$ OpenScape Branch 50i - A84 Server Pack Additional Component Siemens-Enterprise Communications OpenScape Voice 1,809.00$ HiPath 8000 V3 Media Srvr 25 lic Additional Component Siemens-Enterprise Communications OpenScape Voice 1,756.31$ HiPath 8000 V3 Edge Media Srvr 25 lic Additional Component Siemens-Enterprise Communications OpenScape Voice 1,756.31$ RG8700 Redundancy Unit Additional Component Siemens-Enterprise Communications OpenScape Voice 1,698.45$ OpenScape Branch 50i - A024 V2 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 1,638.15$ SMDI PIMG 8 Port Additional Component Siemens-Enterprise Communications OpenScape UC 1,608.75$ Xpr V6 Conversation Recorder Additional Component Siemens-Enterprise Communications OpenScape UC 1,608.00$ OSC Xpressions V7 Conversation Recorder Additional Component Siemens-Enterprise Communications OpenScape UC 1,608.00$ OpenScape OpenBranch V1 SW Additional Component Siemens-Enterprise Communications OpenScape Voice 1,581.00$ Netviewer WebConferencing V1 Evaluation Additional Component Siemens-Enterprise Communications OpenScape Voice 1,519.80$ OpenScape Xpressions V6 Fax on Demand Additional Component Siemens-Enterprise Communications OpenScape UC 1,507.50$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Xpressions V6 Demo 10 UM User w/ TTS/ASR Additional Feature Siemens-Enterprise Communications OpenScape UC 1,507.50$ OSC Xpressions V7 Demo 10 UM Usr TTS/ASR Additional Component Siemens-Enterprise Communications OpenScape UC 1,507.50$ OSC Xpressions V7 Fax on Demand Additional Component Siemens-Enterprise Communications OpenScape UC 1,507.50$ UC Srvr Ent Migrat Promo Enhancement Pkg Additional Feature Siemens-Enterprise Communications OpenScape Voice 1,507.50$ OS Web Collaboration Tenant Lic V7 Additional Feature Siemens-Enterprise Communications OpenScape UC 1,497.45$ Comdasys 1600 -Survivability 50 Users US Additional Component Siemens-Enterprise Communications OpenScape Voice 1,496.25$ Xpressions V5.0 Fax On Demand Additional Feature Siemens-Enterprise Communications OpenScape UC 1,492.73$ OSC Availability: IBM TSA License Additional Feature Siemens-Enterprise Communications OpenScape Voice 1,463.28$ Xpressions V5.0 Demo Syst w/ TTS, ASR Additional Component Siemens-Enterprise Communications OpenScape UC 1,462.50$ Mediatrix 4124-24 PortAnalog I/F adapter Additional Component Siemens-Enterprise Communications OpenScape Voice 1,396.95$ OpenScape Voice V7 SuSE Upg Protect 1 Yr Additional Component Siemens-Enterprise Communications OpenScape Voice 1,388.41$ HiPath Xpress. Comp. V2.0(IVMN8) Additional Component Siemens-Enterprise Communications OpenScape UC 1,350.00$ OpenScape Branch 50i DP14E V1 Additional Component Siemens-Enterprise Communications OpenScape Voice 1,326.00$ OpenScape Branch 50i DP14T V1 Additional Component Siemens-Enterprise Communications OpenScape Voice 1,306.50$ OSC Branch 50i DP14T V2 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 1,306.50$ OpenScape Branch 50 V1 - Server Pack Additional Component Siemens-Enterprise Communications OpenScape Voice 1,287.00$ OpenScape Xpressions V6 FODMenu Additional Component Siemens-Enterprise Communications OpenScape UC 1,286.40$ OSC Xpressions V7 FODMenu Additional Component Siemens-Enterprise Communications OpenScape UC 1,286.40$ OpenScape Branch 50i D44 V1 Additional Component Siemens-Enterprise Communications OpenScape Voice 1,275.00$ OpenScape Voice V7 Base Upg V6 or before Additional Component Siemens-Enterprise Communications OpenScape Voice 1,271.33$ OpenScape Branch 250 V1 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 1,233.38$ OpenScape Branch 50i A84 V1 Additional Component Siemens-Enterprise Communications OpenScape Voice 1,206.00$ OSC Branch 50i A84 V2 Server Additional Component Siemens-Enterprise Communications OpenScape Voice 1,206.00$ Mediatrix 4116-16 PortAnalog I/F adapter Additional Component Siemens-Enterprise Communications OpenScape Voice 1,075.35$ HiPath CAPv3.0 Std Migration to CAPv3.0 Additional Component Siemens-Enterprise Communications OpenScape UC 1,032.75$ Eicon Voice/Faxboard BRI 2 Ports Additional Component Siemens-Enterprise Communications OpenScape UC 1,005.00$ Eicon Voice/Faxboard BRI 2 Ports, PCIe Additional Component Siemens-Enterprise Communications OpenScape UC 1,005.00$ OSC UC V6 ASR Port License Additional Component Siemens-Enterprise Communications OpenScape UC 984.90$ OSC UC V6 Speech Application Channel Additional Component Siemens-Enterprise Communications OpenScape UC 984.90$ OSC UC V6 Auto Attendant Channel Additional Component Siemens-Enterprise Communications OpenScape UC 984.90$ OpenScape UC App V7 ASR User License Additional Component Siemens-Enterprise Communications OpenScape UC 984.90$ OpenScape UC App V7 ASR Channel License Additional Component Siemens-Enterprise Communications OpenScape UC 984.90$ OpenScape UC App V7 Auto-Attendnt Ch Lic Additional Component Siemens-Enterprise Communications OpenScape UC 984.90$ HiPath 8000 3650T Memory Upg 4G to 8G Additional Component Siemens-Enterprise Communications OpenScape Voice 975.00$ TTS Realspeak Telecom V4.0 Lic Additional Component Siemens-Enterprise Communications OpenScape UC 944.78$ ASR Open Speech Recogniser V3.0 License Additional Component Siemens-Enterprise Communications OpenScape UC 944.78$ OpenScape UC App V7 Base License Additional Component Siemens-Enterprise Communications OpenScape UC 929.63$ Xpressions V6 Demo 10 UM User No TTS/ASR Additional Feature Siemens-Enterprise Communications OpenScape UC 904.50$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OSC Xpressions V7 Demo 10 UM Usr Additional Feature Siemens-Enterprise Communications OpenScape UC 904.50$ OSC WebCollab. Webcast, 10 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 894.45$ OSC WebCollab. Meeting, 1 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 894.45$ OpenScape Instant Meeting Base Pkg Additional Feature Siemens-Enterprise Communications OpenScape UC 894.45$ OpenScape Secure Advisor Base Pkg Additional Feature Siemens-Enterprise Communications OpenScape UC 894.45$ Xpressions V5.0 Demo Lic, 10 Unif Users Additional Feature Siemens-Enterprise Communications OpenScape UC 877.50$ OSC UC V6 Video Conference Channel Additional Feature Siemens-Enterprise Communications OpenScape UC 804.00$ OpenScape UC App V7 Video Channel Lic L30280D0622H172 Siemens-Enterprise Communications OpenScape UC 804.00$ UMN License to manage 1st 20 units Additional Feature Siemens-Enterprise Communications OpenScape UC 773.85$ OSC WebCollab. Support, 1 Room Lic Additional Feature Siemens-Enterprise Communications OpenScape UC 752.75$ OSCC CAMPAIGNDIRECTOR HMP RTPG711 DR LIC Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 18.23$ OSCC CAMPAIGN DIRECTOR HMP CONF DR LIC Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 36.47$ OSCC CAMPAIGN DIRECTOR HMP VOICE DR LIC Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 8.05$ OSCC CAMPAIGN DIRECTOR HMP RTP G.729 LIC Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 87.95$ OSCC CAMPAIGN DIRECTOR HMP RTP G.711 LIC Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 36.47$ OSCC CAMPAIGN DIRECTOR HMPCONFERECNE LIC Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 72.93$ OSCC CAMPAIGN DIRECTOR HMP VOICE LIC Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 16.09$ OSCC CAMPAIGNDIRECTOR HMP RTPG729 DR LIC L30280A0622A398 Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 43.97$ CAMPAIGN DIRECTOR HMP CONFERENCING Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 70.07$ CAMPAIGN DIR HMP ENHNCD RTP G.723&G.729 Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 52.55$ CAMPAIGN DIRECTOR HMP IP CALL CONTROL Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 22.38$ CAMPAIGN DIRECTOR HMP RTP G.711 Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 15.77$ CAMPAIGN DIRECTOR HMP VOICE Additional Feature Siemens-Enterprise Communications OS CAMPAIGN DIRECTOR 15.77$ OSCC-E V2 CONCIERGE 10 USER LICENSE Additional Feature Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 24,024.00$ OSCC-E V2 AGENTREALTIMEVIEW 50 USER LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 5,362.50$ OSCC-E V2 AGENTREALTIMEVIEW 1 USER LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 171.60$ OSCC-E V2 AGENTDSKT-WEB E-MAIL 1 USERLIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX -$ OSCC-E V2 AGENTDESKTOP BOFF 150 USER LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 15,015.00$ OSCC-E V2 AGENTDESKTOP BOFF 50 USER LIC Additional Feature Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 6,703.13$ OSCC-E V2 AGENTDESKTOP BOFF 1 USER LIC Additional Feature Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 214.50$ OSCC-E V2 AGENTDESKTOP-WEB 150 USER LIC Additional Feature Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 81,456.38$ OSCC-E V2 AGENTDESKTOP-WEB 50 USER LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 36,196.88$ OSCC-E V2 AGENTDESKTOP-WEB 1 USER LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 965.25$ OSCC-E V2 STANDBY LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 12,870.00$ OSCC-E V2 REPORTER LICENSE PACKAGE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 5,148.00$ OSCC-E V2 CONCIERGE MONITOR POINT LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 16.09$ OSCC-E V2 REPORTER 1 USER LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 2,574.00$ OSCC-E V2 CONCIERGE 5 USER LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 13,728.00$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OSCC-E V2 CONCIERGE 1 USER LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 3,775.20$ OSCC-E V2 BASE LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 1,072.50$ OSCC-E V2 CONCIERGECALENDARCONNECTOR LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 1,930.50$ OSCC-E V2 CONCIERGE USER UPGRADE LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 900.90$ OSCC-E V2 INTEGRAT CONNECTOR USER UPGLIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 38.61$ OSCC-E V2 REPORTER USER UPGRADE LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 557.70$ OSCC-E V2 REPORTER BASE UPGRADE LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 1,544.40$ OSCC-E V2 AGENTREALTIMEVIEW USER UPG LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 38.61$ OSCC-E V2 AGENTREALTIMEVIEW 150 USER LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 11,797.50$ OSCC-E V2 AGENTDESKTOP USER UPGRADE LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 193.05$ OSCC-E V2 BASE UPGRADE WITHOUT USERS Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 321.75$ OSCC-E V2 BASE UPG W 1 CONCIERGE USER Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 1,447.88$ OSCC-E V2 DEMO LICENSE PACKAGE ADVANCED Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 214,500.00$ OSCC-E V2 EVALUATION LICENSE PACKAGE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX -$ OSCC-E V2 SWITCH NODE LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 965.25$ OSCC-E V2 INTEGRAT CONNECTOR 150 USERLIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 14,478.75$ OSCC-E V2 INTEGRAT CONNECTOR 50 USER LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 6,435.00$ OSCC-E V2 INTEGRAT CONNECTOR 1 USER LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 171.60$ OSCC-E V2 REPORTER SITE LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 3,217.50$ OSCC-E V2 REPORTER 10 USER LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 13,728.00$ OSCC-E V2 REPORTER 5 USER LICENSE Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 8,580.00$ OSCC-E V2 AGENTDESKTOP BOFF USER UPG LIC Additional Component Siemens-Enterprise Communications OPENSCAPE CONTACT CENTER EX 42.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 163.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 249.90$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 367.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 193.80$ OpenStage 20 - HFA Ice Blue Expansion Configuration Siemens-Enterprise Communications OPENSTAGE IP PHONES 280.50$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 397.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 489.60$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 520.20$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 193.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 258.06$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 339.66$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 242.76$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 2.04$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 605.88$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 24.48$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OP/OS ACCESSORIES 40.80$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00$ OpenStage 20 - HFA Ice Blue Base System Siemens-Enterprise Communications OPENSTAGE IP PHONES 153.00$ OpenScape Branch 50 Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Branch 250 Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Branch 1000 Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Branch 6000 Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape UC Application Base System Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape UC Essential License License Siemens-Enterprise Communications Maintenance 85 RespOpenScape UC Professional License License Siemens-Enterprise Communications Maintenance 85 RespOpenScape UC Team License License Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice & UC Standard/Advanced Bundle Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice & UC Standard/Adv Bundle Enh Pkg Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice and UC Application Package Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice and UC Demo Package Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice and UC Evaluation Package Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice Base System Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice Entry Bundle Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice Entry Bundle Enh Pkg Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice Dynamic License License Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice Redundant License Instance Siemens-Enterprise Communications Maintenance 85 RespPhone Maintenance Instance Siemens-Enterprise Communications Maintenance 85 RespOpenScape Voice and UC Accessories Siemens-Enterprise Communications Maintenance 85 RespACME Session Border Controllers % of List Siemens-Enterprise Communications Maintenance 85 RespComdasys 1600 Instance Siemens-Enterprise Communications Maintenance 85 RespComdasys 2600 Instance Siemens-Enterprise Communications Maintenance 85 RespComdasys 3600 Instance Siemens-Enterprise Communications Maintenance 85 RespConvedia CMS-3000 Media Server Duplex Instance Siemens-Enterprise Communications Maintenance 85 RespConvedia CMS-3000 Media Server Simplex Instance Siemens-Enterprise Communications Maintenance 85 Resp

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

External Captive Portal Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 1124 24-Port Analog Adapter Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 1204 4-Port Analog Gateway Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 3631DG - 1-T1 Gateway Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 3632DG - 2-T1 Gateway Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 4102 - 2 Port Analog Adapter Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 4104 - 4 Port Analog Adapter Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 4108 - 8 Port Analog Adapter Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 4116 - 16 Port Analog Adapter Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix 4124 - 24 Port Analog Adapter Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix AP 1120 SIP V5.1- 2 Port Analog Adapter Instance Siemens-Enterprise Communications Maintenance 85 RespMediatrix IAD 2 Port Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespMediatrix IAD 24 Port Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespMediatrix IAD 4 Port Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespNetviewer WebConferencing V1 Base License Instance Siemens-Enterprise Communications Maintenance 85 RespRG 8700 Redundancy Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespRG 8302 Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespRG 8304 Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespRG 8308 Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespRG 8702 Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespRG 8708 Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespRG 8716 Flat_Rate Siemens-Enterprise Communications Maintenance 85 RespOpenScape UC Application Base System Instance Siemens-Enterprise Communications SSOOpenScape UC Essential License License Siemens-Enterprise Communications SSOOpenScape UC Professional License License Siemens-Enterprise Communications SSOOpenScape UC Team License License Siemens-Enterprise Communications SSOOpenScape Voice & UC Standard/Advanced Bundle Instance Siemens-Enterprise Communications SSOOpenScape Voice & UC Standard/Adv Bundle Enh Pkg Instance Siemens-Enterprise Communications SSOOpenScape Voice and UC Application Package Instance Siemens-Enterprise Communications SSOOpenScape Voice and UC Demo Package Instance Siemens-Enterprise Communications SSOOpenScape Voice and UC Evaluation Package Instance Siemens-Enterprise Communications SSOOpenScape Voice Base System Instance Siemens-Enterprise Communications SSOOpenScape Voice Entry Bundle Instance Siemens-Enterprise Communications SSOOpenScape Voice Entry Bundle Enh Pkg Instance Siemens-Enterprise Communications SSOOpenScape Voice Dynamic License License Siemens-Enterprise Communications SSOPhone Maintenance Instance Siemens-Enterprise Communications Maintenance 85 Resp1 CAT3, 1 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 219.87$ 1 CAT3, 1 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals Cbl 237.02$

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

2 CAT 5E UP TO 200' Additional Component Non-Siemens Peripherals Cbl 142.59$ 2 CAT 5E UP TO 224' Additional Component Non-Siemens Peripherals Cbl 181.79$ 2 CAT 5E UP TO 249' Additional Component Non-Siemens Peripherals Cbl 201.39$ 2 CAT 5E UP TO 274' Additional Component Non-Siemens Peripherals Cbl 220.99$ 2 CAT 5E UP TO 299' Additional Component Non-Siemens Peripherals Cbl 240.59$ 2 CAT 5E UP TO 325' Additional Component Non-Siemens Peripherals CBL 260.19$

Appendix D - Lobbying Certification Form

Certification for Contracts, Grants, Loans, and Cooperative Agreements

The undersigned certifies, to the best of his or her knowledge and belief, that:

(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to anyperson for influencing or attempting to influence an officer or employee of any agency, a member ofCongress, an officer or employee of Congress, or an employee of a member of Congress in connectionwith the awarding of any federal contract, the making of any federal grant, the making of any federalloan, the entering into of any cooperative agreement, and the extension, continuation, renewal,amendment, or modification of any federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any person forinfluencing or attempting to influence an officer or employee of any agency, a member of Congress, anofficer or employee of Congress, or an employee of a member of Congress in connection With thisfederal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submitStandard Form- LLL, Disclosure of Lobbying Activities, in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documentsfor all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, andcooperative agreements) and that all subrecipients shall certify and disclose accordingly. Thiscertification is a material representation of fact upon which reliance was placed when this transactionwas made or entered into. Submission of this certification is a prerequisite for making or entering intothis transaction imposed under Section 1352, Title 31, U S. Code. Any person who fails to file therequired certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for such failure.

::::TURE :-t')-~-C-d-cl-cJz-P'-,J--o1-~-K-e.-T--.1----

DATE: ~C>~/~k=~~/~k~p~'~y~-----------------------------------------

DISCLOSURE OF LOBBYING ACTIVITIESComplete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352

Approved by OMS

0348-0046(See reverse for public burden disclosure.)

1. Type of Federal Action:INA Ia. contract

b. grantc. cooperative agreementd.loane. loan guaranteef. loan insurance

2. Status of Federal Action: 3. Report Type:[§:;]a. bid/offer/application INA I a. initial filing

b. initial award b. material changec. post-award For Material Change Only:

year quarter _date of last report _

4. Name and Address of Reporting Entity:EJ Prime D Subawardee

Tier , if known:

Congressional District, if known: 4c6. Federal Department/Agency:

Not Applicable

5. If Reporting Entity in No.4 is a Subawardee, Enter Nameand Address of Prime:

Congressional District, if known:7. Federal Program Name/Description:

Not Applicable

CFDA Number, if applicable: _

8. Federal Action Number, if known:Not Applicable

9. Award Amount, if known:$ Not Applicable

10. a. Name and Address of Lobbying Registrant(if individual, last name, first name, M/):

11 Information requested through this form is authorized by title 31 U.S.C. section• 1352. This disclosure of lobbying activities is a material representation of factupon which reliance was placed by the tier above when this transaction was madeor entered into. This disclosure is required pursuant to 31 U.S.C. 1352. Thisinformation will be available for public inspection. Any person who fails to file therequired disclosure shall be subject to a civil penalty of not less than $10,000 andnot more than $100,000 for each such failure.

b. Individuals Performing Services (including address ifdifferent from No. 10a)(last name, first name, M/):

Signature: -------Print Name: _.~_...,;...··_EI'--~n__'::B_uzz_e_l_li _

Title: Director of Government and Education Markets

Date: 8/28/212

Federal Use Only:

Telephone No.: 412-787-4553

IAuthorized for Local Reproduction

Standard Form LLL (Rev. 7-97)

CO STARS PROGRAM QUESTIONNAIRE

If your firm is awarded a Contract, does it agree to sell the awarded items/services at the same pricesand/or discounts, and in accordance with the contractual terms and conditions, to registered COST ARSMembers who elect to participate in the contract? If your answer is "YES", your firm agrees to pay theapplicable Administrative Fee ($1500 or $500 for Qualified Small Businesses) upon contract award andeach contract renewal date.

Please Answer: YES_X_ NO __

If you are asserting that your firm is a Qualified Small Business, have you completed, signed and includedwith your bid the required Department of General Services Small Business Certification form?Please Answer: YES NO _

\.5 \-e VYI VV$ [VL-krprl1( CQWll11lmlCct.h(ll(lJCorporate or Legal Entity Name

fY\t\!l.~ (I IC'"iJiSu2.'2t' II IPrinted Name/Title

Page 1 of 17

INVITATION FOR BID FOR

PBX & KEY TELEPHONE SYSTEMS, EQUIPMENT AND OTHER RELATED SERVICES

ISSUING OFFICE

OFFICE OF ADMINISTRATION, OFFICE FOR INFORMATION TECHNOLOGY PROCUREMENT

IFB NUMBER

6100022456

DATE OF ISSUANCE

08/06/2012

Page 2 of 17

INVITATION FOR BID

FOR

PBX & KEY TELEPHONE SYSTEMS, EQUIPMENT AND OTHER

RELATED SERVICES

TABLE OF CONTENTS CALENDAR OF EVENTS Page 3 PART I – GENERAL INFORMATION Page 4 PART II – SPECIFICATIONS Page 8 APPENDIX A, TERMS AND CONDITIONS APPENDIX B, STATEMENT OF MANUFACTURE CHART APPENDIX C, COST MATRIX APPENDIX D, LOBBYING CERTIFICATION FORM APPENDIX E, DISCLOSURE OF LOBBYING ACTIVITES APPENDIX F, ZONES APPENDIX G, SERVICE LEVEL AGREEMENTS APPENDIX H, CHANGE REQUEST FORM APPENDIX I, CABLE MANAGEMENT RECORD FORM APPENDIX J, COSTARS PROGRAM QUESTIONNAIRE APPENDIX K, COSTARS SMALL BUSINESS CERTIFICATION

Page 3 of 17

CALENDAR OF EVENTS The Commonwealth will make every effort to adhere to the following schedule:

Activity Responsibility Date

Deadline to submit questions via email to [email protected] with the subject line “IFB 6100022456 Question”

Bidders 8/9/12

Answers to potential Bidder questions posted to the eMarketplace website no later than this date. Issuing Office 8/13/12

Please monitor the eMarketplace website for all communications regarding this IFB.

Bidders On going

Bids must be submitted via the PASupplierPortal website no later than this date.

Bidders 8/17/12 4:00 PM

Page 4 of 17

PART I

GENERAL INFORMATION I-1. Purpose

This Invitation for Bids (IFB) provides to those interested in submitting bids for the subject procurement (Bidders) sufficient information to enable them to prepare and submit bids for the Office of Administration, Office for Information Technology Procurement's consideration on behalf of the Commonwealth of Pennsylvania (Commonwealth) to satisfy a need for private branch exchange (PBX) and key telephone systems, equipment and other related services (Project).

I-2. Issuing Office

The Office of Administration, Office for Information Technology Procurement (Issuing Office) has issued this IFB on behalf of the Commonwealth. The sole point of contact in the Commonwealth for this IFB is Joe Millovich ([email protected]), 613 North St., Finance Building – Rm. 5, Harrisburg, PA 17120, the Issuing Officer for this IFB. Please refer all inquiries to the Issuing Officer.

I-3. Problem Statement The purpose of this IFB is to procure PBX & key telephone systems, equipment and other related services. The contract(s) resulting from this IFB will also cover moves, adds and changes (MACs), cabling, installation, maintenance, training and other related services. Additional detail provided in Part II of this IFB.

I-4. Term The contract(s) resulting from this IFB will commence on the effective date, as defined in

Appendix A – Terms and Conditions, and will end after five (5) years. No service may begin or be reimbursed prior to issuance of a purchase order. Final payment will not be made until all services have been successfully completed.

I-5. Terms and Conditions

The requirements and terms and conditions of Appendix A – Terms and Conditions shall govern any contract or purchase order issued as a result of this IFB.

I-6. Pre-Bid Conference There will be no pre-bid conference for this IFB. If there are any questions, please refer them to the Issuing Officer.

I-7. Electronic Version of IFB This IFB is being made available by electronic means. The Bidder acknowledges and

accepts full responsibility to insure that no changes are made to the IFB. In the event of a conflict between a version of the IFB in the Bidder's possession and the Issuing Office's version of the IFB, the Issuing Office's version shall govern.

Page 5 of 17

I-8. Awards This will be a multiple award IFB. Awards will be made to all responsive and

responsible Bidders who meet the requirements specified in Section II-3 Requirements for a particular zone specified in Appendix F – Zones. The sixty-seven (67) counties of the Commonwealth have been divided into three (3) zones. Bidders may elect to provide telephone systems, equipment and other related services, for any combination of zones. Awards will be made by zone, by manufacturer. A Bidder may bid multiple manufacturers per zone.

When the need for a telephone system, equipment or other related services arises, each using agency will contact the Awarded Bidder(s) and request a quote. It will be the responsibility of the using agency to determine the Awarded Bidder who provides the best value.

I-9. Questions and Answers If a Bidder has any questions regarding this IFB, the Bidder must submit the questions

via email (with the subject line “IFB 6100022456 Question”) to the email address specified in the Calendar of Events. If the Bidder has questions, they must be submitted via email no later than the date and time specified in the Calendar of Events. The Bidder shall not attempt to contact the Issuing Officer by any other means. The Issuing Officer will post the answers to the eMarketplace website. A Bidder who submits a question after the deadline date for receipt of questions indicated on the Calendar of Events assumes the risk that its bid will not be responsive or competitive because the Commonwealth is not able to respond before the bid receipt date or in sufficient time for the Bidder to prepare a responsive or competitive bid. When submitted after the deadline date for receipt of questions indicated on the Calendar of Events, the Issuing Officer may respond to questions of an administrative nature by directing the questioning Bidder to specific provisions in the IFB. To the extent that the Issuing Office decides to respond to a non-administrative question after the deadline date for receipt of questions indicated on the Calendar of Events, the answer will be provided to all Bidders through an addendum.

All questions and responses as posted on the eMarketplace website are considered as an

addendum to, and part of, this IFB. Each Bidder shall be responsible to monitor the eMarketplace website for new or revised IFB information. The Issuing Office shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the IFB or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation.

I-10. Addenda to IFB If the Issuing Office deems it necessary to revise any part of this IFB before the due date,

the Issuing Office will post an addendum to the eMarketplace website. Answers to the questions asked during the questions and answer period will also be posted to the eMarketplace website as an addendum to the IFB.

Page 6 of 17

I-11. Response Date A Bidder’s electronic bid must be submitted via the PASupplierPortal website on or before the due date specified in the Calendar of Events. Any bid submitted to the Issuing Office in hardcopy format will be rejected.

I-12. Incurring Costs The Issuing Office is not liable for any costs a Bidder incurs in preparation and

submission of its bid, in participating in the IFB process or in anticipation of award of a purchase order.

I-13. Restriction of Contact

From the issuing date of this IFB until the Issuing Office selects a bid for award, the Issuing Officer is the sole point of contact concerning this IFB. Any violation of this condition may be cause for the Issuing Office to reject the offending Bidders bid. If the Issuing Office later discovers that a Bidder has engaged in any violations of this condition, the Issuing Office may reject the offending Bidders bid or rescind its contract award. Bidders must agree not to distribute any part of its bid beyond the Issuing Office. Any Bidder who shares information contained in its bid with other Commonwealth personnel and/or competing Bidder personnel may be disqualified.

I-14. Awarded Bidder Responsibilities The Awarded Bidder will be required to assume responsibility for all services offered in

its bid whether it produces them itself or by subcontract. The Issuing Office and Project Manager will consider the Awarded Bidder to be the sole point of contact with regard to contractual and purchase order matters.

I-15. Resources The Awarded Bidder shall provide all services, supplies, facilities, and other support

necessary to complete the identified work.

I-16. Rejection Of Bids The Issuing Office reserves the right, in its sole and complete discretion, to reject any bid

received in response to this IFB.

I-17. Background Checks The Awarded Bidder must, at its expense, arrange for a background check for each of its employees, as well as for the employees of its subcontractors, who will have access to Commonwealth facilities, either through on-site or remote access. Background checks are to be conducted via the Request for Criminal Record Check Form, the procedure can be found here. The background check is to be conducted, by the Awarded Bidder, prior to initial access by the employee and annually thereafter.

Before the Commonwealth will permit an employee of the Awarded Bidder access to a Commonwealth facility, the Awarded Bidder must provide written confirmation to the office designated by the using agency that the background check has been conducted. If, at any time, it is discovered that an employee of the Awarded Bidder or an employee of a

Page 7 of 17

subcontractor of the Awarded Bidder has a criminal record that includes a felony or misdemeanor involving terrorist threats, violence, use of a lethal weapon, or breach of trust/fiduciary responsibility; or which raises concerns about building, system, or personal security, or is otherwise job-related, the Awarded Bidder is not to assign that employee to any Commonwealth facilities, is to remove any access privileges already given to the employee, and is not to permit that employee remote access to Commonwealth facilities or systems, unless the agency consents, in writing, prior to the access being provided. The using agency may withhold its consent at its sole discretion. Failure of the Awarded Bidder to comply with the terms of this paragraph may result in default of the Awarded Bidder under its contract with the Commonwealth.

The Commonwealth specifically reserves the right to conduct or require background checks over and above that described herein.

I-18. Bidding Reference Material Bidding Process Reference Guide Supplier Response to a Solicitation - Brochure Attaching Follow-On Documents to your Bid Bidding Frequently Asked Questions (FAQ's)

Page 8 of 17

PART II

SPECIFICATIONS II-1. Objectives

A. General: This IFB contains instructions governing the bid to be submitted and the information and documents to be included therein; specifications for services which must be met to be eligible for consideration; other requirements to be met by each Bidder; contract terms and conditions; and instructions for submitting electronic bids.

B. Specific: The Commonwealth intends to reduce its cost for telephone systems, equipment and other related services, by channeling the volume of Commonwealth demand.

II-2. Nature and Scope of the Project

This IFB seeks the best prices for telephone systems and the other related services for all executive agencies within specific zones across the Commonwealth as specified in Appendix F – Zones.

II-3. Requirements

A. General: The Awarded Bidder must comply with the following requirements as these general requirements cover all PBX & key telephone systems, equipment and other related services: 1. The Awarded Bidder must comply with all of the Commonwealth’s

Enterprise Information Technology Policies. Click here to view the Enterprise Information Technology Policies.

2. The Awarded Bidder must comply with the Commonwealth’s Prevailing Wage Act (No. 442). Click here to view the Commonwealth’s Prevailing Wage Act (No. 442).

3. The Awarded Bidder must provide a dedicated project manager who will be responsible for coordination of all activities between the Issuing Office, using agency, Awarded Bidder and its subcontractors. The project manager cannot be removed without written consent from the Issuing Officer.

4. All equipment offered by the Bidder must be new. A “new” item is one, which will be used first by the Commonwealth after it is manufactured or produced. Used, remanufactured or reconditioned items are not acceptable. This clause shall not be construed to prohibit Bidders from offering goods, supplies, materials or printing with recycled content, provided the item is new.

5. The Awarded Bidder must have the capability of providing coverage to all counties within a selected zone. a. The Awarded Bidder must provide, install, maintain and support

the equipment which makes the telephone system fully operational. The Commonwealth will consider the Awarded Bidder to be the sole point of contact with regard to contractual matters, including

Page 9 of 17

payment of any and all charges resulting from the cost for an installed telephone system.

b. The Awarded Bidder must have on-hand inventory for most replacement parts for all installed telephone systems.

6. All installed telephone systems must be turnkey; ready for immediate use following installation. All telephone systems must be installed without any loss of service to the Commonwealth. Surge/transient protection must be included for all telephone systems, especially within campus environments. An installed telephone system must operate at 99% up time for a total of fifteen (15) continuous days before it will be accepted by the using agency.

7. The Awarded Bidder must submit a quote to the using agency Telecommunications Management Officer (TMO) for all telephone systems requiring equipment or labor, such as core drilling, conduit, or after hours work. The Awarded Bidder must provide a description why the equipment or labor is needed within its quote. Agency approval must be obtained through an email or signature on the quote and attached to the ESMS Order Screen.

8. The Awarded Bidder must follow the change procedures attached to Appendix H – Change Request Form for all contract changes. The completed Appendix H – Change Request Form must be sent to [email protected] for OA/ES approval.

9. The Awarded Bidder guarantees that the installation of all telephone systems will be in full compliance with all federal, state, and local government building and fire statues, codes and regulations as well as industry standards.

10. The Awarded Bidder must, until the expiration of its contract, after the acceptance date of an installed telephone system, upon the request from the using agency, make available telephones, equipment and/or other components.

11. The cost for a telephone system being offered, including installation, will constitute as the final cost. No travel time or delivery charges are acceptable.

12. Location Assessments: A location assessment includes such things as, but not limited to, the assessment of power, facilities, space, etc. The locations of the telephone systems within the Commonwealth are specified within Appendix F – Zones. The Awarded Bidder must comply with the requirements below when performing location assessments, after a using agency has expressed interest in procuring a telephone system: a. Location assessments must be conducted within five (5) business

days upon notification from the using agency. b. If at the time of the location assessment the Awarded Bidder

determines there are unusual installation factors requiring additional cost, the Awarded Bidder must submit in writing, to the using agency TMO, a detailed explanation of reasons for the additional cost.

Page 10 of 17

c. The Awarded Bidder must indicate the cost for location assessments in Appendix C – Cost Matrix. If it is determined, by the using agency, that the services provided were incomplete and/or unsatisfactory, the Awarded Bidder must return to the location, within twenty-four (24) hours, and correct the issue at no additional cost.

13. The Awarded Bidder will be responsible for investigating and recommending the most effective and efficient configuration for each using agency. Consideration shall be given to the stability of the configuration being offered and the future direction of technology, confirming to the best of their ability that the recommended approach is not short lived. Several approaches may exist for equipment configurations. The Awarded Bidder must provide a justification for its equipment and other products being offered, along with cost therefore. The Awarded Bidder is encouraged to present explanations of benefits and merits of its solution being offered together with any other related services, including warranties and maintenance.

14. If during the term of a contract, resulting from this IFB, new equipment becomes available, an Awarded Bidder may, with the written approval of the using agency TMO, substitute equipment if it offers features equal to or greater than, and at a cost that is equal to or less than the original bid.

15. The Awarded Bidder must provide monthly reports to ES, Contract Compliance via email to [email protected]. In addition, the monthly service level reports must be provided in the format specified in Appendix G – Service Level Agreements, no later than the tenth (10th) calendar day of the succeeding month.

16. A Bidder, if not the manufacturer of a telephone system or the equipment being offered, must submit, along with its bid, a manufacturer authorization letter.

17. The Awarded Bidder must accept orders, via email, from the Commonwealths Enterprise Services Management System (ESMS). The Awarded Bidder must provide an email address.

18. Remedy is the preferred Information Technology Service Management (ITSM) system of the Commonwealth for enterprise asset management, service desk (Incident and problem management), and change management. When a Commonwealth employee is experiencing issues and needs to place a service call, the Commonwealth’s Remedy ITSM system will be used to communicate the issue to the Awarded Bidder. These issues can be handled in the follow ways; the Awarded Bidder will purchase a float license (see Option A below), or the Remedy ITSM system will have a business-to-business (B2B) connection via web services to the Awarded Bidder’s system(see Option B below). The Bidder must indicate which option it selects as the Commonwealth will allow only one (1) of the following options to be utilized. The Awarded Bidder will work with ES, Contract Compliance to setup the

Page 11 of 17

Commonwealth’s Remedy ITSM system, no matter which option it chooses. a. OPTION A: Awarded Bidder utilizes the Commonwealth’s

Remedy ITSM environment exclusively based on the following guidelines: 1) The Awarded Bidder will be notified via email when help

desk cases have been assigned. These help desk cases can then be forwarded or assigned to the Awarded Bidders appropriate personnel. The Awarded Bidder will be responsible for acquiring licenses to gain access to the Commonwealth’s Remedy ITSM environment.

2) The Awarded Bidder will have remote access to the Commonwealth’s Remedy ITSM system to view, modify, and resolve help desk cases.

3) Thorough documentation will be provided describing the Commonwealth’s Remedy ITSM system, business processes, escalation procedures, data models, data extraction, and reporting procedures related to the Commonwealth’s Remedy ITSM environment. The Awarded Bidder will be provided with the appropriate documentation needed to access the Commonwealth’s Remedy ITSM environment.

4) Service Level Agreements (SLAs) will be captured for each priority defined, if applicable.

5) Float licenses will allow up to five (5) individuals to be signed into the Remedy ITSM system (only one (1) at a time). If more than one (1) float license is requested by an Awarded Bidder, the Awarded Bidder will be charged for the cost of each additional license. The estimated cost of a float license is $2,500/ea.

b. OPTION B: Awarded Bidder provides its own ticketing/dispatch system and tickets will be shared utilizing a web service/XML based on the following guidelines: 1) The web services (XML) option allows data to pass

between the Commonwealth’s Remedy ITSM system server and the Awarded Bidders choice system. The web services in this scenario will be utilized to pass help desk case information between the Commonwealth’s Remedy ITSM system server and the Awarded Bidders system.

2) The Commonwealth will provide necessary guidelines and specifications for setting up the web service process by providing a back end form to use for the ease of mapping and to eliminate security risks, also included in this document are the requirements to set up web services.

3) The Awarded Bidder must have a web service/XML subject matter expert/developer to configure and maintain

Page 12 of 17

its own environment and to work with Commonwealth Remedy ITSM system personnel to implement based on the guidelines and specifications document provided.

4) The web service is available via the internet however; the Awarded Bidder must have a network administrator to work closely with Commonwealth Remedy ITSM system personnel to resolve any connectivity issues that may arise.

19. Bidders must complete, in its entirety, Appendix C - Cost Matrix.

B. Telephone Systems: The Awarded Bidder must comply with the following telephone system requirements: The telephone system(s) being offered must be configured to meet the small, medium and large needs of the Commonwealth. Each configuration must indicate the minimum and maximum capacity specifications such as, but not limited to, number and type of ports, hours of storage and number of mailboxes. The Bidder must indicate all of the items required, in order to make the telephone system(s) being offered fully operational, and include the equipment and/or other components, if any, which are interchangeable. The Bidder must indicate the cost for all items, as well as the costs for optional items and services within Appendix C – Cost Matrix. 1. The telephone system(s) being offered must include power failure and

surge/transient protection. Bidders must include the cost for optional power failure and surge/transient protections within Appendix C – Cost Matrix.

2. The Awarded Bidder must have security measures in place to control access to the telephone system(s) being installed to prevent toll fraud.

3. The Bidder must provide a voice processing system as an option. The telephone system(s) being offered must include software for voice mail, telephone answering, automated attendant, audiotex, facsimile and forms software that can query a caller for information to be transcribed at a later time. Include all components and all optional capabilities, including expansions options within Appendix C – Cost Matrix.

4. The Bidder must provide automatic call distribution (ACD) as an option. The telephone system(s) being offered must include digital switching and must be expandable. The telephone system(s) being offered must be able to digitally store multiple announcements and have a complete reporting system.

5. The Bidder must provide station message detailed recording (SMDR) as an option. The telephone system(s) being offered must be microprocessor controlled; stand-alone telephone accounting system with fully modular software and expansion capability. Include all standard and optional SMDR capabilities within Appendix C – Cost Matrix.

6. The Awarded Bidder must allow remote access by the Commonwealth as a using agency may elect to perform remote moves, adds and changes

Page 13 of 17

(MACs). The Awarded Bidder must provide remote maintenance 24/7 that includes monitoring of the telephone system for all alarms. A technician must be dispatched for all alarms not cleared remotely, and the location must be notified of the situation.

7. The telephone system(s) being offered must have inherent ISDN (integrated service digital network), ACD, and SMDR, and have IVR (Interactive Voice Response) capabilities, VoIP capability and must be T-1 (DS1)/DS3 compatible and must be capable of enabling Telephony Services Application Programmers Interface (TSAPI) or Telephone API. The telephone system(s) being offered must also have a minimum redundancy level of duplicate central processing units, RAM memory and power supply. The redundant system must be capable of hot swapping, that is, the ability to change integral parts without any loss of service. The telephone system(s) being offered must be configured non-blocking and provide a platform with open face specifications which will allow intra and internetwork videoconferencing and future advances in technology without requiring non-affected elements to be replaced. The telephone system(s) being offered must have sufficient memory to handle for example speed calling and the memory capacity must increase proportionately as configurations increase in size. The Awarded Bidder will be responsible for complete design of each telephone system.

8. The telephone system(s) being offered must be compatible with the Commonwealth’s Voice over Internet Protocol (VoIP) solution and telephone devices.

9. The telephone system(s) being offered must have call tracing ability. 10. The Award Bidder must provide a cutover plan for each telephone system

being installed.

C. Moves, Adds and Changes (MACs): The Awarded Bidder must comply with the following move, add and change requirements: A move, add or change is defined as any ancillary service performed on equipment after a telephone system has been installed. Ancillary services are such things as, telephone moves when employees are relocated, telephone additions when new employees are hired and changes to equipment features. 1. The Awarded Bidder must be capable of performing MACs on installed

telephone systems. The Awarded Bidder must, at a minimum, be able to perform MACs on: a. Key Telephone Systems b. PBX Telephone Systems c. Installing of cable, less than 150 feet d. CPU & Consoles, such as analog/digital e. ISDN sets, attendant consoles, variety of IP sets compatible with

the Commonwealth’s VoIP solution. f. PC voice mail systems g. Conference phones

Page 14 of 17

2. A location service visit charge will apply for all MACs, unless covered by maintenance. The Bidder must include the cost for service visits within Appendix C – Cost Matrix.

D. Cabling: The Awarded Bidder must comply with the following cabling requirements: 1. As a standard all cable installed must be, at a minimum, Cat5e Unshielded

Twisted Pair (UTP). 2. Standard Cat5e cable being installed should not exceed 295 feet from the

demarcation (demarc) point. The demarc being defined as the point between the wiring that comes in from the local telephone company and the wiring used to connect to the telephone system. The cost for cable runs which exceed 295 feet must be included in Appendix C – Cost Matrix.

3. A minimum of one (1) power failure jack and one (1) 2500 type telephone must be included in the cost of each telephone system, if applicable, which must be located in a convenient accessible area such as at the receptionist’s desk or manager’s office, unless otherwise designated by the using agency TMO.

4. The scope of the voice cabling support starts at the demarc, includes the main distribution frame (MDF), any intermediate distribution frames (IDFs), other wiring closets, the jacks located in the user space, and all wiring in-between.

5. All cabling must clearly be labeled at both ends. Additionally, the patch panel or wiring block must be labeled with the telecommunications outlet number and locations of the remote end. The numbering scheme will be kept uniform and consistent throughout an entire location. Each installation will be required to have up-to-date cable records located at the MDF, IDF, or patch panel. The patch panel or wiring block must be labeled with the telecommunications outlet number and locations of the remote end. Documentation/labeling are typically done in accordance with the TIA 606 standards. These cable records are and will remain the property of the Commonwealth.

6. On-site technicians must have all of the necessary tools to perform cabling services.

7. All cabling will be installed and tested in accordance with the current version of the EIA/TIA-568 Commercial Building Wiring Standards and all associated reference documents.

8. Voice circuits are typically terminated with industry standard telecommunications jacks (e.g., RJ11, RJ45). Jacks will be wired according to the current Electronic Industries Association/Telecommunications Industry Association (EIA/TIA)-568 Commercial Building Wiring Standard EIA/TIA 568B, bulletin TSB-36, or bulletin TSB-40A standards, based on relevancy.

9. Testing may include, but is not limited to, attenuation testing, near-end crosstalk (NEXT) testing, distance testing (time domain reflectometer –

Page 15 of 17

TDR), wiremap testing, jitter, and tone testing for any and all of the circuits and systems outlined above. The nature of the testing is determined by the equipment in use and the circuit type. Testing is typically per TIA/EIA TSB-67 standards and all associated reference documents. As a minimum the test results for each telecommunications outlet location must contain the jack number and wire map. Depending on the nature of the problem attenuation, near end crosstalk (NEXT), and cable impedance may also be required.

Testing/troubleshooting specific to ISDN includes full channel (analog only) / half channel (analog and digital) measurements (particularly when there is a PBX with ISDN interface), attenuation, line level, peak code word, crosstalk, idle channel noise, bit error testing, error measurement (short and long term), and coder offset. Due to the higher frequency of ISDN, voltage and current measurement alone is insufficient for ISDN testing.

10. All new cabling is required for each installation and must be Communications Riser cable (CMR) unless cabling is run in air plenum space in which case cabling must be Communications Plenum cable (CMP). The Awarded Bidder may only use a locations existing cable when prior approval is obtained from the using agency TMO. If an exception to use a locations existing cable is obtained the Awarded Bidder must provide a dollar per jack credit. All cable being reused requires testing. The Awarded Bidder must provide a minimum of 25% spare cable pairs at the mainframe and/or IDF.

11. Testing and certification is required to ensure all cables and their associated jacks, patch panels and jumpers meet the appropriate standards for the type of telephone system being installed. The Awarded Bidder must provide a complete copy of all certification test results to the using agency TMO.

12. All cable records must be updated whenever MACs are made that affect the internal building wiring in any way. These records must be updated by the technician performing the cabling service, on the same business day.

13. Appendix I - Cable Management Record Form must be utilized by the Awarded Bidder, its subcontractor(s) and using agency personnel when performing any service that affects cable and wiring information within a Commonwealth facility. The Awarded Bidder will be responsible for filling out the portion of the form which pertains to the cabling services performed and must send the completed form to the using agency TMO. The using agency TMO will enter the information from the form into the Commonwealth’s ESMS.

The Awarded Bidder may be required, in the future, to update cable records through the ESMS. Access to the ESMS website will be provided, to the Awarded Bidder, for updating purposes only, when cable changes and/or new services are requested by the using agency. Information must

Page 16 of 17

be updated through the ESMS website, by the Awarded Bidder, before billing takes place. In the case of a MAC order where a telephone is moved, the Awarded Bidder will be responsible for ensuring the cable records are updated. Until access to the ESMS website is provided to the Awarded Bidder, a hardcopy of the Appendix I - Cable Management Record Form must be provided to the using agency TMO.

E. Maintenance & Warranty: The Awarded Bidder must comply with the following maintenance and warranty requirements: 1. The Awarded Bidder must, if elected by the using agency, service an

installed telephone system until the expiration of its contract. 2. The Awarded Bidder must include, at no cost to the Commonwealth, the

most recent software upgrades during the warranty period. The Awarded Bidder must also include, at no cost to the Commonwealth, the most recent software upgrades when telephone systems are covered by maintenance. If other costs are associated with software upgrades they must be included within Appendix C – Cost Matrix. The Bidder must include a cost for maintenance within Appendix C – Cost Matrix.

3. The Awarded Bidder must have a dispatch center that will be responsible for receiving and handling all service calls from the Commonwealth. The centralized dispatch center must have a toll free telephone number specifically for use by the Commonwealth when placing service calls. Sufficient support must be available, at all times, to meet the needs of the Commonwealth. The Commonwealth will not call a manufacturer directly for any warranty or maintenance issues. The Awarded Bidder must provide a facility to receive service calls on a 24-hour per day basis, 365 days of the year, during the warranty period and any additional maintenance periods. a. The Awarded Bidder must provide a listing of maintenance

locations and list which counties will be covered by each location. 1) Indicate how many service technicians, trained on the

telephone systems and equipment being offered, will be available at each location and the number of locations for which the technicians will be responsible.

2) Indicate how many fully equipped service vehicles will be available and at which locations the vehicles are assigned.

b. The Bidder must provide remote alarm capabilities.

F. Training: The Awarded Bidder must comply with the following training requirements: 1. The Awarded Bidder must provide training for the technical staff

responsible for administrative support of a telephone system during the warranty and any additional maintenance periods. Training must include all processes including, MACs, equipment, voice mail, ACD, call

Page 17 of 17

accounting packages for the telephone system. Specify the costs associated with training within Appendix C – Cost Matrix. Training courses must be provided at the location where the telephone system has been installed. Examples of training elements would be; all varieties of telephones, attendant consoles, equipment, voice mail, ACD, administrative terminal, etc. The date and time of the training courses must be coordinated between the project manager and the using agency.

2. Training courses must be completed prior to acceptance and activation of a telephone system. Specific training courses for the administrator of voice mail, ACD, SMDR and attendant consoles must be conducted separately.

3. Training documentation must be provided to technical staff for each telephone system. The Awarded Bidder must develop, update and maintain all training documentation during warranty and any additional maintenance periods.

4. The Awarded Bidder must provide unlimited follow-up training, when new equipment or features are added, at no cost, when requested by the using agency.

G. Liquidated Damages: The Awarded Bidder must comply with the following liquidated damage requirements: 1. Liquidated damage charges will not be assessed where performance by the

Awarded Bidder is prevented or delayed by acts of God, freight embargoes, strikes, fire or acts of government, provided the Awarded Bidder notifies the using agency of such circumstances and the using agency reasonably determines that the failure to perform within the specified time was beyond the control and without the fault or negligence of the Awarded Bidder. The cost for liquidated damages being imposed by the Commonwealth may be deducted from scheduled payments to the Awarded Bidder or may be billed separately.

2. The liquidated damage charges for services associated with the contract(s) resulting from this IFB are referenced within Appendix G – Service Level Agreements.

H. Reporting: The Award Bidder must comply with the following reporting

requirements: The reporting requirements for the contract(s) resulting from this IFB are referenced within Appendix G – Service Level Agreements, in addition to providing general monthly performance reports.

Table of ContentsSAPPART I - GENERAL INFORMATION...................................................................................................................... 3I.1 IFB-001.1 Purpose (Oct 2006) ............................................................................................................................... 3I.2 IFB-005.1 Type of Contract (Oct. 2006)................................................................................................................ 3I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006) ................................................................................................... 3I.4 IFB-009.1 Questions (February 2012).................................................................................................................... 3I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)............................................................................................................ 3I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011).................................................................... 3I.7 IFB-024.1 Bid Protest Procedure (Oct 2006) ......................................................................................................... 4I.8 IFB-025.1 Electronic Version of this IFB (Oct 2006)............................................................................................ 5I.9 IFB-027.1 COSTARS Program (Oct 2013) ........................................................................................................... 5I.10 IFB-028.1 Participating Addendum with an External Procurement Activity (Dec 6 2006) ................................ 8I.11 IFB-029.1 Prices (Dec 6 2006)........................................................................................................................... 10I.12 IFB-030.1 Approved Equal (Nov 2006)............................................................................................................. 10I.13 IFB-031.1 Alternates (Oct 2013)........................................................................................................................ 10I.14 IFB-032.1 New Equipment (Nov 2006) ............................................................................................................. 10I.15 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006) ............................................................................ 10I.16 I-IFB-034.1 Rejection of Bids (Nov 2006) ........................................................................................................ 12I.17 Submission-001.1 Representations and Authorizations (Oct 2013)................................................................... 12PART II - REQUIREMENTS ................................................................................................................................... 13II.1 IFB-006.1b COSTARS Program Election to Participate (July 2012)................................................................. 13II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006). ........................... 13II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006) ..................................................................... 13II.4 II-IFB-017.1b Reciprocal Limitations Act – Electronic Submittal (February 2007).......................................... 13PART III - SELECTION CRITERIA........................................................................................................................ 14III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006) ............................................................. 14III.2 III-IFB-006.1f Method of Award - All Bidders (April 2011)............................................................................ 14III.3 III-IFB-007.1 Awards (May 2011) .................................................................................................................... 14III.4 III-IFB-008.1 Tie Bids (Nov 2006) ................................................................................................................... 14III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006) ..................................................................................... 14III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006).............................................. 14III.7 III-IFB-014.1 Rebates (Nov 2006) .................................................................................................................... 14PART IV - WORK STATEMENT............................................................................................................................ 16IV.1 IFB-001.1a Specifications (Nov 2006).............................................................................................................. 16PART V - CONTRACT TERMS and CONDITIONS.............................................................................................. 17V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006).............................................................. 17V.2 CONTRACT-002.1a Term of Contract – Contract (May 2012) ........................................................................ 17V.3 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006) ...................................................................... 17V.4 CONTRACT-003.1a Signatures – Contract (Oct 2013)..................................................................................... 17V.5 CONTRACT-004.1a Definitions (Oct 2013)...................................................................................................... 18V.6 CONTRACT-005.1a Purchase Orders (Oct 2013) ............................................................................................. 18V.7 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)......................................................................... 19V.8 CONTRACT-007.01a Supplies Delivery (Nov 30 2006)................................................................................... 19V.9 CONTRACT-007.02 Estimated Quantities (Nov 30 2006)................................................................................ 19V.10 CONTRACT-008.1a Warranty. (Oct 2006) ..................................................................................................... 19V.11 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2013).............................................. 19V.12 CONTRACT-009.1d Ownership Rights (Oct 2006) ........................................................................................ 20V.13 CONTRACT-010.1a Acceptance (Oct 2006)................................................................................................... 20V.14 CONTRACT-010.2 Product Conformance (March 2012) ............................................................................... 20V.15 CONTRACT-010.3 Rejected Material Not Considered Abandoned (March 2012) ........................................ 21V.16 CONTRACT-011.1a Compliance With Law (Oct 2006) ................................................................................. 21V.17 CONTRACT-013.1 Environmental Provisions (Oct 2006).............................................................................. 21V.18 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2013) ................................................................. 21V.19 CONTRACT-014.3 Recycled Content Enforcement (February 2012) ............................................................ 21V.20 CONTRACT-015.1 Compensation (Oct 2006) ................................................................................................ 22V.21 CONTRACT-015.2 Billing Requirements (February 2012) ............................................................................ 22V.22 CONTRACT-016.1 Payment (Oct 2006) ......................................................................................................... 22

Page 1

V.23 CONTRACT-016.2 ACH Payments (Aug 2007) ............................................................................................. 23V.24 CONTRACT-017.1 Taxes (Dec 5 2006) .......................................................................................................... 23V.25 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006) .................................................................... 23V.26 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006)......................................................................... 23V.27 CONTRACT-020.1 Audit Provisions (Oct 2006) ............................................................................................ 24V.28 CONTRACT-021.1 Default (Oct 2013) ........................................................................................................... 24V.29 CONTRACT-022.1 Force Majeure (Oct 2006)................................................................................................ 25V.30 CONTRACT-023.1a Termination Provisions (Oct 2013)................................................................................ 25V.31 CONTRACT-024.1 Contract Controversies (Oct 2011) .................................................................................. 26V.32 CONTRACT-025.1 Assignability and Subcontracting (Oct 2013) .................................................................. 26V.33 CONTRACT-026.1 Other Contractors (Oct 2006)........................................................................................... 27V.34 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (July 2012)............................................. 27V.35 CONTRACT-028.1 Contractor Integrity Provisions (Oct 2013)...................................................................... 28V.36 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010) ........................................................... 31V.37 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006).................................................................... 32V.38 CONTRACT-031.1 Hazardous Substances (Oct 2013) ................................................................................... 32V.39 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006) ............................................................... 33V.40 CONTRACT-033.1 Applicable Law (Oct 2006).............................................................................................. 34V.41 CONTRACT- 034.1b Integration (Nov 30 2006)............................................................................................. 34V.42 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006) ....................................................................... 34V.43 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011) ............................................................... 34V.44 CONTRACT-035.1a Changes (Oct 2006)........................................................................................................ 34V.45 CONTRACT-037.1a Confidentiality (Oct 2013) ............................................................................................. 35V.46 CONTRACT-043.1 Leasing Additional Terms and Conditions (Oct 2013) .................................................... 36V.47 CONTRACT-046.1 Manufacturer’s Price Reduction (Oct 2006) .................................................................... 41V.48 CONTRACT-051.1 Notice (Dec 2006) ............................................................................................................ 41V.49 CONTRACT-052.1 Right to Know Law (Feb 2010) ....................................................................................... 41

Page 2

PART I - GENERAL INFORMATIONPART I - GENERAL INFORMATIONI.1 IFB-001.1 Purpose (Oct 2006)

The Commonwealth of Pennsylvania (Commonwealth) is issuing this Invitation for Bids (IFB) to meet the needs ofCOMMONWEALTH OF PENNSYLVANIA to satisfy a need for PBX & Key Telephone Systems.

I.2 IFB-005.1 Type of Contract (Oct. 2006)

If the Issuing Office enters into a contract as a result of this IFB, it will be a Established Price Contract contractcontaining the Contract Terms and Conditions as shown in Part V of this IFB.

I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006)

There will be no pre-bid conference for this IFB. If there are any questions, please forward them to the IssuingOffice prior to the bid opening date and time.

I.4 IFB-009.1 Questions (February 2012)

All questions regarding the IFB must be submitted in writing to the email address of the Issuing Officer provided inthe solicitation. While there is no set timeline for the submittal of questions, questions received within 48 hoursprior to the bid due date and time will be answered at the discretion of the Commonwealth. All questions receivedwill be answered, in writing, and such responses shall be posted to eMarketplace as an addendum to the IFB. TheIssuing Officer shall not be bound by any verbal information nor shall it be bound by any written information that isnot either contained within the IFB or formally issued as an addendum by the Issuing Office. The Issuing Officedoes not consider questions to be a protest of the specifications or of the solicitation.

I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)

If the Issuing Office deems it necessary to revise any part of this IFB before the bid response date, the Issuing Officewill post an addendum to its website at WWW.OA.STATE.PA.US it is the Bidder's responsibility to periodicallycheck the website for any new information or addenda to the IFB.

I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011)

a. Bids are requested for the item(s) described in the Invitation For Bids and all the documents referenced in theform (collectively called the IFB). Bidders must submit their bids through the Commonwealth's electronicsystem (SRM).

b. It is the responsibility of each bidder to ensure that its Bid is received through the electronic system prior tothe date and time set for the opening of bids ("Bid Opening Time"). No Bid shall be considered if it arrives afterthe Bid Opening Time, regardless of reason for the late arrival.

Bids that are timely received prior to the Bid Opening Time shall be opened publicly in the presence of one ormore witnesses at the time and place designated in this IFB for the Bid opening.

c. Bids must be firm. If a Bid is submitted with conditions or exceptions or not in conformance with the terms

Page 3

and conditions referenced in the IFB Form, it shall be rejected. The Bid shall also be rejected if the items offeredby the Bidder are not in conformance with the specifications as determined by the Commonwealth.

d. The Bidder, intending to be legally bound hereby, offers and agrees, if this Bid is accepted, to provide theawarded items at the price(s) set forth in this Bid at the time(s) and place(s) specified.

I.7 IFB-024.1 Bid Protest Procedure (Oct 2006)

a. Who May File the Protest. Any Bidder or prospective bidder who is aggrieved in connection with the IFB oraward of the contract solicitation or award of a contract may file a protest. Protests relating to cancellation ofinvitations for bids and protests relating to the rejection of all bids are not permitted. A Bidder is a person thatsubmits a bid in response to the IFB. A prospective bidder is a person that has not submitted a bid in responseto the IFB.

b. Time for Filing.

1) If a protest is submitted by a prospective bidder, the protest must be filed before bid opening time or proposalreceipt date.

2) If a protest is filed by a Bidder, the protest must be filed within seven days after the protesting Bidder knewor should have known of the facts giving rise to the protest EXCEPT THAT IN NO EVENT MAY APROTEST BE FILED LATER THAN SEVEN (7) DAYS AFTER THE DATE THE CONTRACT ORPURCHASE ORDER WAS AWARDED. Date of filing is the date of receipt of protest.

3) Untimely filed protests shall be disregarded.

c. Form of Protest.

1) A protest must be in writing and filed with the agency head (or designee) of the purchasing agency.

2) A protest must state all grounds upon which the protesting party asserts that the solicitation or award wasimproper. Issues not raised by the protesting party in the protest are deemed waived and may not be raisedon appeal.

3) The protesting party may submit with the protest any documents or information deemed relevant.

d. Notice of Protest If award has been made, the agency head (or designee) shall notify the successful Bidder orcontractor of the protest. If the protest is received before award and substantial issues are raised by the protest,all Bidders who appear to have a substantial and reasonable prospect of winning the award shall be notified andmay file their agreement/disagreement with the purchasing agency within three (3) days after receipt of notice ofthe protest.

e. Stay of Procurement. The head of the purchasing agency (or designee) shall immediately decide, upon receiptof the protest, whether or not the solicitation or award shall be stayed, or if the protest is timely received after theaward, whether the performance of the contract should be suspended. The Issuing Office shall not proceedfurther with the IFB or with the award of the contract, and shall suspend performance under the contract ifawarded, unless the agency head of the purchasing agency makes a written determination that the protest isclearly without merit or that award of the contract/purchase order without delay is necessary to protect thesubstantial interests of the Commonwealth.

f. Procedures.

1) Contracting Officer Response. Within fifteen (15) days of the receipt of a protest, the contracting officermay submit a written response to the head of the purchasing agency (or designee). The response mayinclude any documents or information that the contracting officer deems relevant to the protest.

2) Protesting Party Reply. Within ten (10) days of the date of the contracting officer response, the protestingparty may file a written reply.

Page 4

3) Review. The head of the purchasing agency (or designee) shall:

a) Review the protest and any response or reply.

b) Request and review any additional documents or information he deems necessary to render a decision.

c) Give the protesting party and the contracting officer reasonable opportunity to review and address anyadditional documents or information requested by the agency head.

d) In his sole discretion, conduct a hearing.

e) Within sixty (60) days of the receipt of the protest, issue a written determination stating the reasons for thedecision.

f) If additional time is required to investigate the protest, inform the protesting party of the additional timeneeded to render a determination and obtain the protesting party's consent.

4) "Clearly Without Merit" Determinations. If the head of the purchasing agency (or designee) determines,upon receipt, that the protest is clearly without merit and does not stay the procurement, the head of thepurchasing agency (or designee) shall immediately issue the decision as required by Subparagraph h below.

g. Settlement. The Issuing Office has the authority to settle and resolve bid protests.

h. Decision. The head of the purchasing agency (or designee) shall promptly, but in no event later than sixty (60)days from the filing of the protest, issue a written decision. The decision shall:

1) State the reasons for the decision.

2) If the protest is denied, inform the protesting party of its right to file an appeal in Commonwealth Courtwithin fifteen (15) days of the mailing date of the decision.

3) If it is determined that the solicitation or award was contrary to law, enter an appropriate order.

The agency head (or designee) shall send a copy of the decision to the protesting party and any other persondetermined by the agency head (or designee) to be affected by the decision.

I.8 IFB-025.1 Electronic Version of this IFB (Oct 2006)

This IFB is being made available by electronic means. If a Bidder electronically accepts the IFB, the Bidderacknowledges and accepts full responsibility to insure that no changes are made to the IFB. In the event of aconflict between a version of the IFB in the Bidder's possession and the Issuing Office's version of the IFB, theIssuing Office's version shall govern.

I.9 IFB-027.1 COSTARS Program (Oct 2013)

COSTARS Purchasers. Section 1902 of the Commonwealth Procurement Code, 62 Pa.C.S. § 1902 (“Section1902”), authorizes local public procurement units and state-affiliated entities (together, “COSTARS Members”) toparticipate in Commonwealth procurement contracts that the Department of General Services (“DGS”) may chooseto make available to COSTARS Members. DGS has identified this Contract as one which will be made availablefor COSTARS Members’ participation.

Page 5

A. Only those entities registered with DGS are authorized to participate as COSTARS Members in this Contract. ACOSTARS Member may be either a local public procurement unit or a state-affiliated entity.

1. A “local public procurement unit” is:

• Any political subdivision (local government unit), such as a municipality, school district, orcommission;

• Any public authority (including authorities formed under the Municipality Authorities Act of 1955 orother authorizing legislation, such as the Public Transportation Law or the Aviation Code);

• Any tax-exempt, nonprofit educational institution or organization;• Any tax-exempt, nonprofit public health institution or organization;• Any nonprofit fire, rescue, or ambulance company; and• Any other entity that spends public funds for the procurement of supplies, services, and construction

(such as a council of governments, an area government, or an organization that receives public grantfunds).

2. A state-affiliated entity is a Commonwealth authority or other Commonwealth entity that is not aCommonwealth agency. The term includes:

• The Pennsylvania Turnpike Commission;• The Pennsylvania Housing Finance Agency;• The Pennsylvania Municipal Retirement System;• The Pennsylvania Infrastructure Investment Authority;• The State Public School Building Authority;• The Pennsylvania Higher Education Facilities Authority, and• The State System of Higher Education.

The term does not include any court or other officer or agency of the unified judicial system, theGeneral Assembly and its officers and agencies, any State-related institution, or any Commonwealthexecutive or independent agencies, boards, or commissions not listed above. Statewide "row" offices,including the Auditor General, Attorney General, and State Treasurer are not State-affiliated entitiesunder the Procurement Code.

However, elements of the court system, the General Assembly, and independent agencies, boards, orcommissions have been deemed eligible for COSTARS membership as entities that spend public fundsfor the procurement of supplies, services, and construction.

3. A complete list of local public procurement units and state-affiliated entities that have registered with DGSand that are authorized to procure items from the Contract can be found at:http://www.dgsweb.state.pa.us/COSTARSReg/Member.aspx

B. COSTARS Members have the option to purchase from this Contract, from any DGS contract establishedexclusively for COSTARS Members in accordance with the requirements of Section 1902 , from any othercooperative procurement contracts, or from their own procurement contracts established in accordance with theapplicable laws governing such procurements. The Contractor understands and acknowledges that there is noguarantee that a COSTARS Member will place an order under this Contract, and that the decision to procure fromthis Contract is within the sole discretion of each COSTARS Member.

C. DGS is acting as a facilitator for COSTARS Members who may wish to purchase under this Contract.COSTARS Members that participate in this Contract and issue purchase orders (“POs”) to Contractors are thirdparty beneficiaries who have the right to sue and be sued for breach of this Contract without joining theCommonwealth or DGS as a party. The Commonwealth will not intervene in any action between a Contractor and aCOSTARS Member unless substantial interests of the Commonwealth are involved.

D. COSTARS Members electing to participate in this Contract will order items directly from the Contractor and beresponsible for payment directly to the Contractor.

Page 6

E. Those Contractors electing to permit COSTARS Members to procure from this Contract shall pay the RequiredAdministrative Fee applicable to the Contractor’s classification:

Contractor Classification Required Administrative Fee

Department of General ServicesSelf-Certified Small Business Bidder $500

All Other Bidders $1,500

1. Each bidder electing to permit COSTARS Members to participate in the Contract must submit theCOSTARS Program Election to Participate form with its bid submittal and pay the applicable AdministrativeFee upon Contract award in order to sell the awarded items/services to COSTARS Members. If the bidder is aDepartment of General Services Self-Certified Small Business, a copy of its active Small Business ProcurementInitiative (SBPI) certificate must be included with the bid submittal.

2. At the beginning of each Contract year and upon any Contract renewal, the Contractor shall submit a checkfor the required amount, payable to “Commonwealth of PA”. The Contractor must pay the Administrative Feeat each contract renewal date to continue to sell the awarded items/services to COSTARS Members. If thebidder is a Department of General Services Self-Certified Small Business, a copy of its active SBPI certificatemust be included with the Administrative Fee for each contract year and upon each renewal.

F. DGS has registered the COSTARS name and logo (together, the “COSTARS Brand”) as a trademark with thePennsylvania Department of State. Therefore, the Contractor may use the COSTARS Brand only as permitted underin this Subsection.

1. The Contractor shall pay the Administrative Fee covering its participation in the program, including withoutlimitation any use of the COSTARS Brand, for each year of the Contract period. The fee is payable uponContract award and prior to the renewal date for each succeeding Contract period.

2. DGS grants the Contractor a nonexclusive license to use the COSTARS Brand, subject to the followingconditions:

a. The Contractor agrees not to transfer to any third party, including without limitation any of itssubcontractors or suppliers, any privileges it may have to use the COSTARS Brand under this Contract.

b. The Contractor agrees not to use the COSTARS Brand to represent or imply any Commonwealthendorsement or approval of its products or services.

c. The Contractor is permitted to use the COSTARS Brand in broadcast, or Internet media solely inconnection with this Contract and any other Contract with the Commonwealth under which it has agreedto make sales to COSTARS Purchasers. The Contractor may use the COSTARS Brand on business cards,brochures, and other print publications so long as the purpose is to identify the Contractor as a COSTARSvendor, and only so long as the required Contract fee is kept current.

d. Should this Contract terminate for any reason, the Contractor agrees promptly to remove theCOSTARS Brand from any and all print and electronic media and to refrain from using the COSTARSBrand for any purpose whatsoever from the date of Contract termination forward.

e. The Contractor agrees to defend, indemnify, and hold harmless the Commonwealth of Pennsylvaniaand DGS from and against all claims, demands, liabilities, obligations, costs, and expenses of any naturewhatsoever arising out of or based upon the Contractor’s use of the COSTARS Brand.

Page 7

f. The Contractor agrees it has no property rights in the use of the COSTARS Brand by virtue of thisnonexclusive license. The Contractor expressly waives any claims, including without limitation dueprocess claims that may otherwise be available under the law in the event of any dispute involving theseterms of use.

G. The Contractor shall furnish to the DGS COSTARS Program Office a quarterly electronic Contract sales reportdetailing the previous quarter’s Contract purchasing activity, using the form and in the format prescribed by DGS.The Contractor shall submit its completed quarterly report no later than the fifteenth calendar day of the succeedingContract quarter.

1. The Contractor shall submit the reports via the web-based COSTARS Suppliers’ Gateway atwww.dgs.state.pa.us/costars . If a Contractor does not have access to the Internet, the Contractor shall send thereports, using the form and in the format prescribed by DGS, on compact disc via US Postal Service to theDGS COSTARS Program Office, Bureau of Procurement, 6th Floor Forum Place, 555 Walnut Street,Harrisburg, PA 17101-1914.

2. For each PO received, the Contractor shall include on the report the name and address of eachCOSTARS-Registered Purchaser that has used the Contract along with the sales date, and dollar volume ofsales to the specific Purchaser for the reporting period.

3. DGS may suspend the Contractor’s participation in the COSTARS Program for failure to provide theQuarterly Sales Report within the specified time.

H. Additional information regarding the COSTARS Program is available on the DGS COSTARS Website atwww.dgs.state.pa.us/costars

1. If the Contractor is aware of any qualified entity not currently registered and wishing to participate in theCOSTARS Program, please refer the potential purchaser to the DGS COSTARS Website atwww.dgs.state.pa.us/costars , where it may register by completing the online registration form and receivingDGS confirmation of its registration. To view a list of currently-registered COSTARS member entities, pleasevisit the COSTARS website.

2. Direct all questions concerning the COSTARS Program to:

Department of General ServicesCOSTARS Program555 Walnut Street, 6th FloorHarrisburg, PA 17101Telephone: 1-866-768-7827E-mail: [email protected]

I.10 IFB-028.1 Participating Addendum with an External Procurement Activity (Dec 6 2006)

Section 1902 of the Commonwealth Procurement Code, 62 Pa.C.S. Section 1902, permits external procurementactivities to participate in cooperative purchasing agreements for the procurement of services, supplies orconstruction.

a. Definitions. The following words and phrases have the meanings set forth in this provision:

1) External procurement activity: The term, as defined in 62 Pa. C. S. Section 1901, means a 'buyingorganization not located in the Commonwealth [of Pennsylvania] which if located in this Commonwealthwould qualify as a public procurement unit [under 62 Pa. C.S. Section 1901]. An agency of the UnitedStates is an external procurement activity.'

2) Participating addendum: A bilateral agreement executed by the Contractor and an external procurementactivity that clarifies the operation of the Contract for the external procurement activity concerned. The

Page 8

terms and conditions in any participating addendum shall affect only the procurements of the purchasingentities under the jurisdiction of the external procurement activity signing the participating addendum.

3) Public procurement unit: The term, as defined in 62 Pa. C. S. Section 1901, means a 'local publicprocurement unit or purchasing agency.'

4) Purchasing agency: The term, as defined in 62 Pa. C. S. Section 103, means a 'Commonwealth agencyauthorized by this part or any other law to enter into contracts for itself or as the agent of anotherCommonwealth agency.'

b. General. A participating addendum shall incorporate the terms and conditions of the Contract resulting fromthis IFB. The Contractor shall not be required to enter into any participating addendum.

c. Additional Terms.

1) A participating addendum may include additional terms that are required by the law governing the externalprocurement activity.

2) A participating addendum may include new, mutually agreed upon terms that clarify ordering proceduresspecific to a participating external procurement activity.

3) The construction and effect of any participating addendum shall be governed by and construed in accordancewith the laws governing the external procurement activity.

4) If an additional term requested by the external procurement activity will result in an increased cost to theContractor, the Contractor shall adjust its pricing up or down accordingly.

d. Prices.

1) Price adjustment For any costs affecting the percent markup that the Contractor will or will not incur orthat differ from costs incurred or not incurred in the fulfillment of this Contract, the Contractor shall adjust itspricing up or down accordingly. These costs may include, but not be limited to:

a) State and local taxes;

b) Unemployment and workers compensation fees;

c) E-commerce transaction fees; and

d) Costs associated with additional terms, established pursuant to the Contract.

2) The Contractor's pricing for an external procurement activity shall be firm and fixed for the duration of theinitial term of the Contract. After the initial term of the Contract, if the Contract is renewed, the Contractor'spricing may be adjusted up or down based on market conditions only with the mutual agreement of both theContractor and any external procurement activity.

e. Usage Reports on External Procurement Activities.

The Contractor shall furnish to the Contracting Officer an electronic quarterly usage report, preferably inspreadsheet format no later than the fifteenth calendar day of the succeeding calendar quarter. Reports shall bee-mailed to the Contracting Officer for the Contract. Each report shall indicate the name and address of theContractor, contract number, period covered by the report, the name of the external procurement activity that hasused the Contract and the total volume of sales to the external procurement activity for the reporting period.

f. Electronic Copy of Participating Addendum. The Contractor, upon request of the Contracting Officer, shallsubmit one electronic copy of the participating addendum to the Contracting Officer within ten days afterrequest.

Page 9

I.11 IFB-029.1 Prices (Dec 6 2006)

The bid submitted by the successful Bidder will be incorporated into any resulting Contract and the Bidder will berequired to provide the awarded item(s) at the prices quoted in its Bid.

I.12 IFB-030.1 Approved Equal (Nov 2006)

Whenever an item is defined in this IFB by trade name and catalogue number of a manufacturer or vendor, the term'or approved equal,' if not inserted therewith shall be implied. Any reference to a particular manufacturer's producteither by trade name or by limited description is solely for the purpose of more clearly indicating the minimumstandard of quality desired, except where a 'no substitute' is requested. When a 'no substitute' is requested, theIssuing Office will consider Bids for the referenced product only. The term 'or approved equal' is defined asmeaning any other make which, in the sole opinion of the Issuing Office, is of such character, quality, andperformance equivalence as to meet the standard of quality of products specified for which it is to be used equally aswell as that specified. A Bidder quoting on a product other than the referenced product shall: a) furnish completeidentification in its Bid of the product it is offering by trade name, brand and/or model number; b) furnishdescriptive literature and data with respect to the substitute product it proposes to furnish; and c) indicate any knownspecification deviations from the referenced product.

I.13 IFB-031.1 Alternates (Oct 2013)

A Bidder who wants to offer an alternate must notify the Issuing Office in writing, at least five (5) days prior to thescheduled Bid opening, that the Bidder intends to offer an alternate in its Bid. An "alternate" is a product thatdeviates from the requirements of the specifications in its composition, qualities, performance, size dimension, etc.The written notification from the Bidder must include a complete description of the alternate and must identify theproduct's deviations from the specifications. Upon receipt of the notification, the Issuing Office will determinewhether the alternate is acceptable. If the Issuing Office, in its discretion, determines that the alternate isacceptable, the Issuing Office will issue a change notice to the invitation for bids that revises the specifications. Ifno change notice is issued revising the specification, a Bid offering the alternate will not be considered for award.If an item or items in the IFB are designated “no substitute,” this provision does not apply and no alternate may beproposed by a bidder nor will any alternate be considered by the Issuing Office.

I.14 IFB-032.1 New Equipment (Nov 2006)

Unless otherwise specified in this invitation for bids, all products offered by Bidders must be new orremanufactured. A 'new' product is one that will be used first by the Commonwealth after it is manufactured orproduced. A 'remanufactured' product is one which: 1) has been rebuilt, using new or used parts, to a conditionwhich meets the original manufacturer's most recent specifications for the item; 2) does not, in the opinion of theIssuing Office, differ in appearance from a new item; and 3) has the same warranty as a new item. Unlessotherwise specified in this invitation for bids, used or reconditioned products are not acceptable. This clause shallnot be construed to prohibit Bidders from offering products with recycled content, provided the product is new orremanufactured.

I.15 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006)

a. Bid Modification Prior to Bid Opening. Bids may be modified only by written notice or in person prior to theexact hour and date specified for Bid opening.

1) If a Bidder intends to modify its Bid by written notice, the notice must specifically identify the Bid to bemodified and must be signed by the Bidder. The Bidder must include evidence of authorization for theindividual who signed the modification to modify the Bid on behalf of the Bidder. The Bid modification mustbe received in a sealed envelope. The sealed envelope must identify the assigned Collective Number and the

Page 10

Bid Opening Time, and should state that enclosed in the envelope is a Bid modification

2) If a Bidder intends to modify its Bid in person, the individual who will modify the Bid must arrive in the BidOpening Room prior to the Bid Opening Time, show a picture identification and provide evidence of his/herauthorization to modify the Bid on behalf of the Bidder. If a Bidder intends to modify its Bid in person, theBidder may do so only in the presence of an agency employee. (The agency employee will observe theactions taken by the individual to modify the Bid, but will not read the Bid or the modification).

b. Bid Withdrawal Prior to Bid Opening. Bids may be withdrawn only by written notice or in person prior to theexact hour and date specified for Bid opening.

1) If a Bidder intends to withdraw its Bid by written notice, the notice shall specifically identify the Bid to bewithdrawn and shall be signed by the Bidder. The Bidder must include evidence of authorization for theindividual who signed the bid withdrawal to withdraw the bid on behalf of the Bidder. Except as provided inSubparagraph c, below, bid withdrawals received after the exact hour and date specified for the receipt ofBids shall not be accepted.

2) If a Bidder intends to withdraw its Bid in person, the individual who will withdraw the Bid must arrive in theBid Opening Room prior to the Bid Opening Time, show a picture identification and provide evidence ofhis/her authorization to withdraw the Bid on behalf of the Bidder.

c. Bid Withdrawal After Bid Opening. Bidders are permitted to withdraw erroneous Bids after Bid opening only ifthe following conditions are met:

1) The Bidder submits a written request for withdrawal.

2) The Bidder presents credible evidence with the request that the reason for the lower Bid price was a clericalmistake as opposed to a judgment mistake and was actually due to an unintentional arithmetical error or anunintentional omission of a substantial quantity of work, labor, material, or services made directly in thecompilation of the Bid.

3) The request for relief and supporting evidence must be received by the Issuing Office within three (3)business days after Bid opening, but before award of the contract.

4) The Issuing Office shall not permit a Bid withdrawal if the Bid withdrawal would result in the award of thecontract on another Bid of the same Bidder, its partner, or a corporation or business venture owned by or inwhich the bidder has a substantial interest.

5) If a Bidder is permitted to withdraw its Bid, the Bidder cannot supply any material or labor or perform anysubcontract or other work agreement for the awarded contractor, without the written approval of the IssuingOffice.

d. Firm Bid. Except as provided above, a Bid may not be modified, withdrawn, or cancelled by any Bidder for aperiod of sixty (60) days following the time and date designated for Bid opening, unless otherwise specified bythe Bidder in its Bid. If the lowest responsible Bidder, as determined by the Issuing Office, withdraws its Bidprior to the expiration of the award period or fails to comply with the requirements set forth in the IFB includingbut not limited to any requirement to submit performance or payment bonds or insurance certificates within therequired time period, the Bidder shall be liable to the Commonwealth for all costs and damages associated withthe re-award or re-bid including the difference between the Bidder's price and the actual cost that theCommonwealth pays for the awarded items.

e. Clarification and Additional Information. After the receipt of Bids, the Issuing Office shall have the right tocontact Bidders for the purpose of seeking:

1) Clarification of the Bid which confirms the Issuing Office's understanding of statements or information in theBid or;

2) Additional information on the items offered; provided the IFB does not require the rejection of the Bid for

Page 11

failure to include such information.

I.16 I-IFB-034.1 Rejection of Bids (Nov 2006)

The Issuing Office reserves the right to reject any and all Bids, to waive technical defects or any informality in Bids,and to accept or reject any part of any Bid if the best interests of the Commonwealth are thereby served.

I.17 Submission-001.1 Representations and Authorizations (Oct 2013)

By submitting its proposal, each Offeror understands, represents, and acknowledges that:

A. All of the Offeror’s information and representations in the proposal are material and important, and theIssuing Office may rely upon the contents of the proposal in awarding the contract(s). The Commonwealthshall treat any misstatement, omission or misrepresentation as fraudulent concealment of the true factsrelating to the Proposal submission, punishable pursuant to 18 Pa. C.S. § 4904.

B. The Offeror has arrived at the price(s) and amounts in its proposal independently and withoutconsultation, communication, or agreement with any other Offeror or potential offeror.

C. The Offeror has not disclosed the price(s), the amount of the proposal, nor the approximate price(s)or amount(s) of its proposal to any other firm or person who is an Offeror or potential offeror for this RFP,and the Offeror shall not disclose any of these items on or before the proposal submission deadlinespecified in the Calendar of Events of this RFP.

D. The Offeror has not attempted, nor will it attempt, to induce any firm or person to refrain fromsubmitting a proposal on this contract, or to submit a proposal higher than this proposal, or to submit anyintentionally high or noncompetitive proposal or other form of complementary proposal.

E. The Offeror makes its proposal in good faith and not pursuant to any agreement or discussion with, orinducement from, any firm or person to submit a complementary or other noncompetitive proposal.

F. To the best knowledge of the person signing the proposal for the Offeror, the Offeror, its affiliates,subsidiaries, officers, directors, and employees are not currently under investigation by any governmentalagency and have not in the last four years been convicted or found liable for any act prohibited by State orFederal law in any jurisdiction, involving conspiracy or collusion with respect to bidding or proposing onany public contract, except as the Offeror has disclosed in its proposal.

G. To the best of the knowledge of the person signing the proposal for the Offeror and except as theOfferor has otherwise disclosed in its proposal, the Offeror has no outstanding, delinquent obligations tothe Commonwealth including, but not limited to, any state tax liability not being contested on appeal orother obligation of the Offeror that is owed to the Commonwealth.

H. The Offeror is not currently under suspension or debarment by the Commonwealth, any other state orthe federal government, and if the Offeror cannot so certify, then it shall submit along with its proposal awritten explanation of why it cannot make such certification.

I. The Offeror has not made, under separate contract with the Issuing Office, any recommendations tothe Issuing Office concerning the need for the services described in its proposal or the specifications for theservices described in the proposal.

J. Each Offeror, by submitting its proposal, authorizes Commonwealth agencies to release to theCommonwealth information concerning the Offeror's Pennsylvania taxes, unemployment compensationand workers’ compensation liabilities.

K. Until the selected Offeror receives a fully executed and approved written contract from the IssuingOffice, there is no legal and valid contract, in law or in equity, and the Offeror shall not begin to perform.

Page 12

PART II - REQUIREMENTSPART II - REQUIREMENTSII.1 IFB-006.1b COSTARS Program Election to Participate (July 2012)

If the bidder is willing to sell the awarded items/services at the same prices and/or discounts, and in accordance withthe contractual terms and conditions, to COSTARS members, the bidder should complete and return the COSTARSProgram Election to Participate form which is an attachment to this IFB. If the bidder is asserting that it is aDepartment of General Services Certified Small Business, the bidder must submit its active certification with the bidresponse.

II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006).

With respect to an award of a federal contract, grant, or cooperative agreement exceeding $100,000 or an award of afederal loan or a commitment providing for the United States to insure or guarantee a loan exceeding $150,000 allrecipients must certify that they will not use federal funds for lobbying and must disclose the use of non-federalfunds for lobbying by filing required documentation. Offerors must complete and return the Lobbying CertificationForm and the Disclosure of Lobbying Activities Form, which are attached to and made a part of this IFB. Thecompleted and signed Lobbying Certification Form and the Disclosure of Lobbying Activities Form should besubmitted with the Bid Response. Commonwealth agencies will not contract with outside firms or individuals toperform lobbying services, regardless of the source of funds.

II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006)

T he Commonwealth may, during its evaluation of the bids, require any bidder to submit cuts, illustrations,drawings, prints, test data sheets, specification sheets and brochures which detail construction features, design,components, materials used, applicable dimensions and any other pertinent information which the Issuing Officemay require in order to evaluate the product(s) offered. The required information must be submitted within two (2)business days after notification from the Issuing Office. Failure to submit the required information prior to theexpiration of the second business day after notification shall result in the rejection of the bid as non-responsive.

II.4 II-IFB-017.1b Reciprocal Limitations Act – Electronic Submittal (February 2007)This procurement is subject to the Reciprocal Limitations Act. Bidders must complete and submit with the BidResponse the State of Manufacture Chart , which is contained in GSPUR-89 ("Reciprocal Limitations ActRequirements") which is attached to and made part of this IFB. The completed State of Manufacture Chart shouldbe submitted as part of the Bid Reponse

Page 13

PART III - SELECTION CRITERIAPART III - SELECTION CRITERIAIII.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006)

To be eligible for selection, a bid must be:

a. Timely received from a Bidder;

b. Properly signed by the Bidder.

III.2 III-IFB-006.1f Method of Award - All Bidders (April 2011)

Award will be made to all responsive and responsible bidders.

III.3 III-IFB-007.1 Awards (May 2011)

Unless all Bids are rejected, and except as otherwise provided by law, award will be made through the issuance of acontract/purchase order in accordance with the method of award. Unless otherwise specified by the Issuing Officein the IFB form the Commonwealth reserves the right to award by item or on a total Bid basis, whichever is deemedmore advantageous to the Commonwealth. In cases of discrepancies in prices, the unit price will be binding unlessthe unit price is obviously in error and the extended price is obviously correct, in which case the erroneous unit pricewill be corrected. As a condition for receipt of award of a contract/purchase order, the Bidder must be registered inthe Commonwealth of Pennsylvania's Vendor Master file. In order to register, bidders must visit the Pa SupplierPortal at https://www.pasupplierportal.state.pa.us/ or call the Customer Support Center at 877-435-7363 or717-346-2676.

III.4 III-IFB-008.1 Tie Bids (Nov 2006)

All tie bids will be broken by the Issuing Office.

III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006)

Prompt payment discounts will not be considered in making an award. If prompt payment discounts are offered byany Bidder, however, the Issuing Office will take advantage of such offer.

III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006)

The Commonwealth reserves the right to purchase products or services covered under this Contract through aseparate competitive bidding procedure, whenever Commonwealth deems it in the best interest of theCommonwealth. The right will generally be exercised only when a specific need for a large quantity of the productor service exists or when the price offered is significantly lower than the Contract price.

III.7 III-IFB-014.1 Rebates (Nov 2006)

Any rebate applicable at the time of bid should be taken into consideration by the bidder in calculating its bid price.Bidders must specifically state in their bid proposal, when applicable, that rebates have been considered in arrivingat the bid price. Following award, the Commonwealth will assign to the awarded bidder, any rebates which thebidder stated that he took into consideration. If the bidder fails to include such a statement, the Commonwealth willreceive the full benefit of the manufacturer's rebate.

Page 14

Page 15

PART IV - WORK STATEMENTPART IV - WORK STATEMENTIV.1 IFB-001.1a Specifications (Nov 2006)

The Commonwealth is seeking bids to procure the item(s) set forth in the attached document entitled"Specifications."

Page 16

PART V - CONTRACT TERMS and CONDITIONSPART V - CONTRACT TERMS and CONDITIONSV.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006)

The Contract with the awarded bidder (who shall become the "Contractor") shall include the following terms andconditions:

V.2 CONTRACT-002.1a Term of Contract – Contract (May 2012)

The initial term of the Contract shall be 05 year(s) and 00 month(s).

The term of the Contract shall commence on the Effective Date (as defined below) and shall end on the ExpirationDate identified in the Contract, subject to the other provisions of the Contract.

The Effective Date shall be: a) the Effective Date printed on the Contract after the Contract has been fully executedby the Commonwealth (signed and approved as required by the Commonwealth contracting procedures) or b) the"Valid from" date printed on the Contract, whichever is later.

V.3 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006)

The Commonwealth reserves the right, upon notice to the Contractor, to extend any single term of the Contract forup to three (3) months upon the same terms and conditions.

V.4 CONTRACT-003.1a Signatures – Contract (Oct 2013)

The Contract shall not be a legally binding contract until the fully-executed Contract has been sent to the Contractor.No Commonwealth employee has the authority to verbally direct the commencement of any work or delivery of anysupply under this Contract prior to the Effective Date. The Contractor hereby waives any claim or cause of actionfor any service or work performed prior to the Effective Date.

The Contract will not include an "ink" signature by the Commonwealth. The electronically-printed name of thePurchasing Agent represents the signature of that individual who has the authority, on behalf of the Commonwealth,to bind the Commonwealth to the terms of the Contract. If the Contract output form does not have "FullyExecuted" at the top of the first page and does not have the name of the Purchasing Agent printed in the appropriatebox, the Contract has not been fully executed.

The fully-executed Contract may be sent to the Contractor electronically or through facsimile equipment. Theelectronic transmission of the Contract shall require acknowledgement of receipt of the transmission by theContractor. Receipt of the electronic or facsimile transmission of the Contract shall constitute receipt of thefully-executed Contract.

The Commonwealth and the Contractor specifically agree as follows:

a. No handwritten signature shall be required in order for the Contract to be legally enforceable.

b. The parties agree that no writing shall be required in order to make the Contract legally binding,notwithstanding contrary requirements in any law. The parties hereby agree not to contest the validity orenforceability of a genuine Contract or acknowledgement issued electronically under the provisions of a statute offrauds or any other applicable law relating to whether certain agreements be in writing and signed by the partybound thereby. Any genuine Contract or acknowledgement issued electronically, if introduced as evidence onpaper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible as between the partiesto the same extent and under the same conditions as other business records originated and maintained indocumentary form. Neither party shall contest the admissibility of copies of a genuine Contract oracknowledgements under either the business records exception to the hearsay rule or the best evidence rule on thebasis that the Contract or acknowledgement were not in writing or signed by the parties. A Contract oracknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designated for

Page 17

such documents.

c. Each party will immediately take steps to verify any document that appears to be obviously garbled intransmission or improperly formatted to include re-transmission of any such document if necessary.

V.5 CONTRACT-004.1a Definitions (Oct 2013)As used in this Contract, these words shall have the following meanings:

a. Agency: The department, board, commission or other agency of the Commonwealth of Pennsylvania listed asthe Purchasing Agency. If a COSTARS entity or external procurement activity has issued an order against thiscontract, that entity shall also be identified as "Agency".

b. Contracting Officer: The person authorized to administer this Contract for the Commonwealth and to makewritten determinations with respect to the Contract.

c. Days: Unless specifically indicated otherwise, days mean calendar days.

d. Developed Works or Developed Materials: All documents, sketches, drawings, designs, works, papers, files,reports, computer programs, computer documentation, data, records, software, samples or any other tangiblematerial without limitation authored or prepared by Contractor as the work product covered in the scope of work forthe Project.

e. Documentation: All materials required to support and convey information about the services required by thisContract. It includes, but is not necessarily restricted to, written reports and analyses, diagrams, maps, logical andphysical designs, system designs, computer programs, flow charts, disks, and/or other machine-readable storagemedia.

f. Services: All Contractor activity necessary to satisfy the Contract.V.6 CONTRACT-005.1a Purchase Orders (Oct 2013)

Commonwealth agencies may issue Purchase Orders against the Contract. These orders constitute the Contractor'sauthority to make delivery. All Purchase Orders received by the Contractor up to and including the expiration dateof the Contract are acceptable and must be performed in accordance with the Contract. Each Purchase Order willbe deemed to incorporate the terms and conditions set forth in the Contract.

Purchase Orders will not include an "ink" signature by the Agency. The electronically-printed name of thepurchaser represents the signature of that individual who has the authority, on behalf of the Commonwealth, toauthorize the Contractor to proceed.

Purchase Orders may be issued electronically or through facsimile equipment. The electronic transmission of apurchase order shall require acknowledgement of receipt of the transmission by the Contractor. Receipt of theelectronic or facsimile transmission of the Purchase Order shall constitute receipt of an order. Orders received bythe Contractor after 4:00 p.m. will be considered received the following business day.

a. No handwritten signature shall be required in order for the Contract or Purchase Order to be legallyenforceable.

b. The parties agree that no writing shall be required in order to make the Purchase Order legally binding. Theparties hereby agree not to contest the validity or enforceability of a Purchase Order or acknowledgement issuedelectronically under the provisions of a statute of frauds or any other applicable law relating to whether certainagreements be in writing and signed by the party bound thereby. Any Purchase Order or acknowledgement issuedelectronically, if introduced as evidence on paper in any judicial, arbitration, mediation, or administrativeproceedings, will be admissible as between the parties to the same extent and under the same conditions as otherbusiness records originated and maintained in documentary form. Neither party shall contest the admissibility ofcopies of Purchase Orders or acknowledgements under either the business records exception to the hearsay rule orthe best evidence rule on the basis that the Purchase Order or acknowledgement were not in writing or signed by theparties. A Purchase Order or acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to

Page 18

the location designated for such documents.

c. Each party will immediately take steps to verify any document that appears to be obviously garbled intransmission or improperly formatted to include re-transmission of any such document if necessary.

Purchase Orders under ten thousand dollars ($10,000) in total amount may also be made in person or by telephoneusing a Commonwealth Purchasing Card. When an order is placed by telephone, the Commonwealth agency shallprovide the agency name, employee name, credit card number, and expiration date of the card. Contractors agree toaccept payment through the use of the Commonwealth Purchasing Card.

V.7 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)

In performing its obligations under the Contract, the Contractor will act as an independent contractor and not as anemployee or agent of the Commonwealth. The Contractor will be responsible for all services in this Contractwhether or not Contractor provides them directly. Further, the Contractor is the sole point of contact with regard toall contractual matters, including payment of any and all charges resulting from the Contract.

V.8 CONTRACT-007.01a Supplies Delivery (Nov 30 2006)

All item(s) shall be delivered F.O.B. Destination. The Contractor agrees to bear the risk of loss, injury, ordestruction of the item(s) ordered prior to receipt of the items by the Commonwealth. Such loss, injury, ordestruction shall not release the Contractor from any contractual obligations. Except as otherwise provided in thiscontract, all item(s) must be delivered within the time period specified. Time is of the essence and, in addition toany other remedies, the Contract is subject to termination for failure to deliver as specified. Unless otherwise statedin this Contract, delivery must be made within thirty (30) days after the Effective Date.

V.9 CONTRACT-007.02 Estimated Quantities (Nov 30 2006)

It shall be understood and agreed that any quantities listed in the Contract are estimated only and may be increasedor decreased in accordance with the actual requirements of the Commonwealth and that the Commonwealth inaccepting any bid or portion thereof, contracts only and agrees to purchase only the materials and services in suchquantities as represent the actual requirements of the Commonwealth. The Commonwealth reserves the right topurchase materials and services covered under the Contract through a separate competitive procurement procedure,whenever Commonwealth deems it to be in its best interest.

V.10 CONTRACT-008.1a Warranty. (Oct 2006)

The Contractor warrants that all items furnished and all services performed by the Contractor, its agents andsubcontractors shall be free and clear of any defects in workmanship or materials. Unless otherwise stated in theContract, all items are warranted for a period of one year following delivery by the Contractor and acceptance by theCommonwealth. The Contractor shall repair, replace or otherwise correct any problem with the delivered item.When an item is replaced, it shall be replaced with an item of equivalent or superior quality without any additionalcost to the Commonwealth.

V.11 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2013)

The Contractor warrants that it is the sole owner or author of, or has entered into a suitable legal agreementconcerning either: a) the design of any product or process provided or used in the performance of the Contract whichis covered by a patent, copyright, or trademark registration or other right duly authorized by state or federal law orb) any copyrighted matter in any report, document or other material provided to the Commonwealth under thecontract.

The Contractor shall defend any suit or proceeding brought against the Commonwealth on account of any allegedpatent, copyright or trademark infringement in the United States of any of the products provided or used in the

Page 19

performance of the Contract.

This is upon condition that the Commonwealth shall provide prompt notification in writing of such suit orproceeding; full right, authorization and opportunity to conduct the defense thereof; and full information and allreasonable cooperation for the defense of same.

As principles of governmental or public law are involved, the Commonwealth may participate in or choose toconduct, in its sole discretion, the defense of any such action.

If information and assistance are furnished by the Commonwealth at the Contractor's written request, it shall be atthe Contractor's expense, but the responsibility for such expense shall be only that within the Contractor's writtenauthorization.

The Contractor shall indemnify and hold the Commonwealth harmless from all damages, costs, and expenses,including attorney's fees that the Contractor or the Commonwealth may pay or incur by reason of any infringementor violation of the rights occurring to any holder of copyright, trademark, or patent interests and rights in anyproducts provided or used in the performance of the Contract.

If any of the products provided by the Contractor in such suit or proceeding are held to constitute infringement andthe use is enjoined, the Contractor shall, at its own expense and at its option, either procure the right to continue useof such infringement products, replace them with non-infringement equal performance products or modify them sothat they are no longer infringing.

If the Contractor is unable to do any of the preceding, the Contractor agrees to remove all the equipment or softwarewhich are obtained contemporaneously with the infringing product, or, at the option of the Commonwealth, onlythose items of equipment or software which are held to be infringing, and to pay the Commonwealth: 1) anyamounts paid by the Commonwealth towards the purchase of the product, less straight line depreciation; 2) anylicense fee paid by the Commonwealth for the use of any software, less an amount for the period of usage; and 3) thepro rata portion of any maintenance fee representing the time remaining in any period of maintenance paid for. Theobligations of the Contractor under this paragraph continue without time limit. No costs or expenses shall beincurred for the account of the Contractor without its written consent.

V.12 CONTRACT-009.1d Ownership Rights (Oct 2006)

The Commonwealth shall have unrestricted authority to reproduce, distribute, and use any submitted report, data, ormaterial, and any software or modifications and any associated documentation that is designed or developed anddelivered to the Commonwealth as part of the performance of the Contract.

V.13 CONTRACT-010.1a Acceptance (Oct 2006)

No item(s) received by the Commonwealth shall be deemed accepted until the Commonwealth has had a reasonableopportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to thespecifications may be rejected upon initial inspection or at any later time if the defects contained in the item(s) or thenoncompliance with the specifications were not reasonably ascertainable upon the initial inspection. It shallthereupon become the duty of the Contractor to remove rejected item(s) from the premises without expense to theCommonwealth within fifteen (15) days after notification. Rejected item(s) left longer than fifteen (15) days will beregarded as abandoned, and the Commonwealth shall have the right to dispose of them as its own property and shallretain that portion of the proceeds of any sale which represents the Commonwealth's costs and expenses in regard tothe storage and sale of the item(s). Upon notice of rejection, the Contractor shall immediately replace all suchrejected item(s) with others conforming to the specifications and which are not defective. If the Contractor fails,neglects or refuses to do so, the Commonwealth shall then have the right to procure a corresponding quantity of suchitem(s), and deduct from any monies due or that may thereafter become due to the Contractor, the differencebetween the price stated in the Contract and the cost thereof to the Commonwealth.

V.14 CONTRACT-010.2 Product Conformance (March 2012)

Page 20

The Commonwealth reserves the right to require any and all Contractors to:

1. Provide certified data from laboratory testing performed by the Contractor, or performed by an independentlaboratory, as specified by the Commonwealth.

2. Supply published manufacturer product documentation.

3. Permit a Commonwealth representative to witness testing at the Contractor's location or at an independentlaboratory.

4. Complete a survey/questionnaire relating to the bid requirements and specifications.

5. Provide customer references.

6. Provide a product demonstration at a location near Harrisburg or the using agency location.

V.15 CONTRACT-010.3 Rejected Material Not Considered Abandoned (March 2012)

The Commonwealth shall have the right to not regard any rejected material as abandoned and to demand that theContractor remove the rejected material from the premises within thirty (30) days of notification. The Contractorshall be responsible for removal of the rejected material as well as proper clean-up. If the Contractor fails orrefuses to remove the rejected material as demanded by the Commonwealth, the Commonwealth may seek paymentfrom, or set-off from any payments due to the Contractor under this or any other Contract with the Commonwealth,the costs of removal and clean-up. This is in addition to all other rights to recover costs incurred by theCommonwealth.

V.16 CONTRACT-011.1a Compliance With Law (Oct 2006)

The Contractor shall comply with all applicable federal and state laws and regulations and local ordinances in theperformance of the Contract.

V.17 CONTRACT-013.1 Environmental Provisions (Oct 2006)

In the performance of the Contract, the Contractor shall minimize pollution and shall strictly comply with allapplicable environmental laws and regulations, including, but not limited to: the Clean Streams Law Act of June22, 1937 (P.L. 1987, No. 394), as amended 35 P.S. Section 691.601 et seq.; the Pennsylvania Solid WasteManagement Act, Act of July 7, 1980 (P.L. 380, No. 97), as amended, 35 P.S. Section 6018.101 et seq. ; and theDam Safety and Encroachment Act, Act of November 26, 1978 (P.L. 1375, No. 325), as amended , 32 P.S. Section693.1.

V.18 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2013)

Except as specifically waived by the Department of General Services in writing, any products which are provided tothe Commonwealth as a part of the performance of the Contract must meet the minimum percentage levels for totalrecycled content as specified by the Environmental Protection Agency in its Comprehensive ProcurementGuidelines, which can be found at http://www.epa.gov/epawaste/conserve/tools/cpg/index.htm .

V.19 CONTRACT-014.3 Recycled Content Enforcement (February 2012)

The Contractor may be required, after delivery of the Contract item(s), to provide the Commonwealth withdocumentary evidence that the item(s) was in fact produced with the required minimum percentage ofpost-consumer and recovered material content.

Page 21

V.20 CONTRACT-015.1 Compensation (Oct 2006)

The Contractor shall be required to furnish the awarded item(s) at the price(s) quoted in the Purchase Order. Allitem(s) shall be delivered within the time period(s) specified in the Purchase Order. The Contractor shall becompensated only for item(s) that are delivered and accepted by the Commonwealth.

V.21 CONTRACT-015.2 Billing Requirements (February 2012)

Unless the Contractor has been authorized by the Commonwealth for Evaluated Receipt Settlement or VendorSelf-Invoicing , the Contractor shall include in all of its invoices the following minimum information:

- Vendor name and "Remit to" address, including SAP Vendor number;- Bank routing information, if ACH;- SAP Purchase Order number;- Delivery Address, including name of Commonwealth agency;- Description of the supplies/services delivered in accordance with SAP Purchase Order (include purchaseorder line number if possible);- Quantity provided;- Unit price;- Price extension;- Total price; and- Delivery date of supplies or services.

If an invoice does not contain the minimum information set forth in this paragraph, the Commonwealth may returnthe invoice as improper. If the Commonwealth returns an invoice as improper, the time for processing a paymentwill be suspended until the Commonwealth receives a correct invoice. The Contractor may not receive paymentuntil the Commonwealth has received a correct invoice.

Contractors are required to establish separate billing accounts with each using agency and invoice them directly.Each invoice shall be itemized with adequate detail and match the line item on the Purchase Order. In no instanceshall any payment be made for services to the Contractor that are not in accordance with the prices on the PurchaseOrder, the Contract, updated price lists or any discounts negotiated by the purchasing agency.

V.22 CONTRACT-016.1 Payment (Oct 2006)

a. The Commonwealth shall put forth reasonable efforts to make payment by the required payment date. Therequired payment date is: (a) the date on which payment is due under the terms of the Contract; (b) thirty (30)days after a proper invoice actually is received at the "Bill To" address if a date on which payment is due is notspecified in the Contract (a "proper" invoice is not received until the Commonwealth accepts the service assatisfactorily performed); or (c) the payment date specified on the invoice if later than the dates established by(a) and (b) above. Payment may be delayed if the payment amount on an invoice is not based upon the price(s)as stated in the Contract. If any payment is not made within fifteen (15) days after the required payment date, theCommonwealth may pay interest as determined by the Secretary of Budget in accordance with Act No. 266 of1982 and regulations promulgated pursuant thereto. Payment should not be construed by the Contractor asacceptance of the service performed by the Contractor. The Commonwealth reserves the right to conduct furthertesting and inspection after payment, but within a reasonable time after performance, and to reject the service ifsuch post payment testing or inspection discloses a defect or a failure to meet specifications. The Contractoragrees that the Commonwealth may set off the amount of any state tax liability or other obligation of theContractor or its subsidiaries to the Commonwealth against any payments due the Contractor under any contractwith the Commonwealth.

b. The Commonwealth shall have the option of using the Commonwealth purchasing card to make purchases underthe Contract or Purchase Order. The Commonwealth's purchasing card is similar to a credit card in that there willbe a small fee which the Contractor will be required to pay and the Contractor will receive payment directly from

Page 22

the card issuer rather than the Commonwealth. Any and all fees related to this type of payment are theresponsibility of the Contractor. In no case will the Commonwealth allow increases in prices to offset credit cardfees paid by the Contractor or any other charges incurred by the Contractor, unless specifically stated in theterms of the Contract or Purchase Order.

V.23 CONTRACT-016.2 ACH Payments (Aug 2007)

a. The Commonwealth will make contract payments through the Automated Clearing House (ACH). Within 10days of award of the contract or purchase order, the contractor must submit or must have already submitted theirACH information within their user profile in the Commonwealth's procurement system (SRM).

b. The contractor must submit a unique invoice number with each invoice submitted. The unique invoice numberwill be listed on the Commonwealth of Pennsylvania's ACH remittance advice to enable the contractor to properlyapply the state agency's payment to the invoice submitted.

c. It is the responsibility of the contractor to ensure that the ACH information contained in SRM is accurate andcomplete. Failure to maintain accurate and complete information may result in delays in payments.

V.24 CONTRACT-017.1 Taxes (Dec 5 2006)

The Commonwealth is exempt from all excise taxes imposed by the Internal Revenue Service and has accordinglyregistered with the Internal Revenue Service to make tax free purchases under Registration No. 23-23740001-K.With the exception of purchases of the following items, no exemption certificates are required and none will beissued: undyed diesel fuel, tires, trucks, gas guzzler emergency vehicles, and sports fishing equipment. TheCommonwealth is also exempt from Pennsylvania state sales tax, local sales tax, public transportation assistancetaxes and fees and vehicle rental tax. The Department of Revenue regulations provide that exemption certificates arenot required for sales made to governmental entities and none will be issued. Nothing in this paragraph is meant toexempt a construction contractor from the payment of any of these taxes or fees which are required to be paid withrespect to the purchase, use, rental, or lease of tangible personal property or taxable services used or transferred inconnection with the performance of a construction contract.

V.25 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006)

The Contractor and the Commonwealth recognize that in actual economic practice, overcharges by the Contractor'ssuppliers resulting from violations of state or federal antitrust laws are in fact borne by the Commonwealth. As partof the consideration for the award of the Contract, and intending to be legally bound, the Contractor assigns to theCommonwealth all right, title and interest in and to any claims the Contractor now has, or may acquire, under stateor federal antitrust laws relating to the products and services which are the subject of this Contract.

V.26 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006)

a. The Contractor shall hold the Commonwealth harmless from and indemnify the Commonwealth against any andall third party claims, demands and actions based upon or arising out of any activities performed by theContractor and its employees and agents under this Contract, provided the Commonwealth gives Contractorprompt notice of any such claim of which it learns. Pursuant to the Commonwealth Attorneys Act (71 P.S.Section 732-101, et seq.), the Office of Attorney General (OAG) has the sole authority to represent theCommonwealth in actions brought against the Commonwealth. The OAG may, however, in its sole discretionand under such terms as it deems appropriate, delegate its right of defense. If OAG delegates the defense to theContractor, the Commonwealth will cooperate with all reasonable requests of Contractor made in the defense ofsuch suits.

b. Notwithstanding the above, neither party shall enter into any settlement without the other party's written consent,which shall not be unreasonably withheld. The Commonwealth may, in its sole discretion, allow the Contractorto control the defense and any related settlement negotiations.

Page 23

V.27 CONTRACT-020.1 Audit Provisions (Oct 2006)

The Commonwealth shall have the right, at reasonable times and at a site designated by the Commonwealth, to auditthe books, documents and records of the Contractor to the extent that the books, documents and records relate tocosts or pricing data for the Contract. The Contractor agrees to maintain records which will support the pricescharged and costs incurred for the Contract. The Contractor shall preserve books, documents, and records that relateto costs or pricing data for the Contract for a period of three (3) years from date of final payment. The Contractorshall give full and free access to all records to the Commonwealth and/or their authorized representatives.

V.28 CONTRACT-021.1 Default (Oct 2013)

a. The Commonwealth may, subject to the Force Majeure provisions of this Contract, and in addition to its otherrights under the Contract, declare the Contractor in default by written notice thereof to the Contractor, and terminate(as provided in the Termination Provisions of this Contract) the whole or any part of this Contract or any PurchaseOrder for any of the following reasons:

1) Failure to begin work within the time specified in the Contract or Purchase Order or as otherwise specified;

2) Failure to perform the work with sufficient labor, equipment, or material to ensure the completion of thespecified work in accordance with the Contract or Purchase Order terms;

3) Unsatisfactory performance of the work;

4) Failure to deliver the awarded item(s) within the time specified in the Contract or Purchase Order or as otherwisespecified;

5) Improper delivery;

6) Failure to provide an item(s) which is in conformance with the specifications referenced in the Contract orPurchase Order;

7) Delivery of a defective item;

8) Failure or refusal to remove material, or remove and replace any work rejected as defective or unsatisfactory;

9) Discontinuance of work without approval;

10) Failure to resume work, which has been discontinued, within a reasonable time after notice to do so;

11) Insolvency or bankruptcy;

12) Assignment made for the benefit of creditors;

13) Failure or refusal within 10 days after written notice by the Contracting Officer, to make payment or showcause why payment should not be made, of any amounts due for materials furnished, labor supplied or performed,for equipment rentals, or for utility services rendered;

14) Failure to protect, to repair, or to make good any damage or injury to property;

15) Breach of any provision of the Contract;

16) Failure to comply with representations made in the Contractor's bid/proposal; or

17) Failure to comply with applicable industry standards, customs, and practice.

Page 24

b. In the event that the Commonwealth terminates this Contract or any Purchase Order in whole or in part asprovided in Subparagraph a. above, the Commonwealth may procure, upon such terms and in such manner as itdetermines, items similar or identical to those so terminated, and the Contractor shall be liable to theCommonwealth for any reasonable excess costs for such similar or identical items included within the terminatedpart of the Contract or Purchase Order.

c. If the Contract or a Purchase Order is terminated as provided in Subparagraph a. above, the Commonwealth, inaddition to any other rights provided in this paragraph, may require the Contractor to transfer title and deliverimmediately to the Commonwealth in the manner and to the extent directed by the Contracting Officer, suchpartially completed items, including, where applicable, reports, working papers and other documentation, as theContractor has specifically produced or specifically acquired for the performance of such part of the Contract orPurchase Order as has been terminated. Except as provided below, payment for completed work accepted by theCommonwealth shall be at the Contract price. Except as provided below, payment for partially completed itemsincluding, where applicable, reports and working papers, delivered to and accepted by the Commonwealth shall bein an amount agreed upon by the Contractor and Contracting Officer. The Commonwealth may withhold fromamounts otherwise due the Contractor for such completed or partially completed works, such sum as the ContractingOfficer determines to be necessary to protect the Commonwealth against loss.

d. The rights and remedies of the Commonwealth provided in this paragraph shall not be exclusive and are inaddition to any other rights and remedies provided by law or under this Contract.

e. The Commonwealth's failure to exercise any rights or remedies provided in this paragraph shall not be construedto be a waiver by the Commonwealth of its rights and remedies in regard to the event of default or any succeedingevent of default.

f. Following exhaustion of the Contractor's administrative remedies as set forth in the Contract ControversiesProvision of the Contract, the Contractor's exclusive remedy shall be to seek damages in the Board of Claims.

V.29 CONTRACT-022.1 Force Majeure (Oct 2006)

Neither party will incur any liability to the other if its performance of any obligation under this Contract is preventedor delayed by causes beyond its control and without the fault or negligence of either party. Causes beyond a party'scontrol may include, but aren't limited to, acts of God or war, changes in controlling law, regulations, orders or therequirements of any governmental entity, severe weather conditions, civil disorders, natural disasters, fire, epidemicsand quarantines, general strikes throughout the trade, and freight embargoes.

The Contractor shall notify the Commonwealth orally within five (5) days and in writing within ten (10) days of thedate on which the Contractor becomes aware, or should have reasonably become aware, that such cause wouldprevent or delay its performance. Such notification shall (i) describe fully such cause(s) and its effect onperformance, (ii) state whether performance under the contract is prevented or delayed and (iii) if performance isdelayed, state a reasonable estimate of the duration of the delay. The Contractor shall have the burden of provingthat such cause(s) delayed or prevented its performance despite its diligent efforts to perform and shall produce suchsupporting documentation as the Commonwealth may reasonably request. After receipt of such notification, theCommonwealth may elect to cancel the Contract, cancel the Purchase Order, or to extend the time for performanceas reasonably necessary to compensate for the Contractor's delay.

In the event of a declared emergency by competent governmental authorities, the Commonwealth by notice to theContractor, may suspend all or a portion of the Contract or Purchase Order.

V.30 CONTRACT-023.1a Termination Provisions (Oct 2013)

The Commonwealth has the right to terminate this Contract or any Purchase Order for any of the following reasons.Termination shall be effective upon written notice to the Contractor.

a. TERMINATION FOR CONVENIENCE: The Commonwealth shall have the right to terminate the Contract ora Purchase Order for its convenience if the Commonwealth determines termination to be in its best interest. TheContractor shall be paid for work satisfactorily completed prior to the effective date of the termination, but in no

Page 25

event shall the Contractor be entitled to recover loss of profits.

b. NON-APPROPRIATION: The Commonwealth's obligation to make payments during any Commonwealthfiscal year succeeding the current fiscal year shall be subject to availability and appropriation of funds. When funds(state and/or federal) are not appropriated or otherwise made available to support continuation of performance in asubsequent fiscal year period, the Commonwealth shall have the right to terminate the Contract or a Purchase Order.The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized inthe price of the supplies or services delivered under the Contract. Such reimbursement shall not include loss ofprofit, loss of use of money, or administrative or overhead costs. The reimbursement amount may be paid from anyappropriations available for that purpose.

c. TERMINATION FOR CAUSE: The Commonwealth shall have the right to terminate the Contract or aPurchase Order for Contractor default under the Default Clause upon written notice to the Contractor. TheCommonwealth shall also have the right, upon written notice to the Contractor, to terminate the Contract or aPurchase Order for other cause as specified in the Contract or by law. If it is later determined that theCommonwealth erred in terminating the Contract or a Purchase Order for cause, then, at the Commonwealth'sdiscretion, the Contract or Purchase Order shall be deemed to have been terminated for convenience under theSubparagraph a.

V.31 CONTRACT-024.1 Contract Controversies (Oct 2011)

a. In the event of a controversy or claim arising from the Contract, the Contractor must, within six months afterthe cause of action accrues, file a written claim with the contracting officer for a determination. The claim shallstate all grounds upon which the Contractor asserts a controversy exists. If the Contractor fails to file a claim orfiles an untimely claim, the Contractor is deemed to have waived its right to assert a claim in any forum. At thetime the claim is filed, or within sixty (60) days thereafter, either party may request mediation through theCommonwealth Office of General Counsel Dispute Resolution Program.

b. If the Contractor or the contracting officer requests mediation and the other party agrees, the contractingofficer shall promptly make arrangements for mediation. Mediation shall be scheduled so as to not delay theissuance of the final determination beyond the required 120 days after receipt of the claim if mediation isunsuccessful. If mediation is not agreed to or if resolution is not reached through mediation, the contractingofficer shall review timely-filed claims and issue a final determination, in writing, regarding the claim. The finaldetermination shall be issued within 120 days of the receipt of the claim, unless extended by consent of thecontracting officer and the Contractor. The contracting officer shall send his/her written determination to theContractor. If the contracting officer fails to issue a final determination within the 120 days (unless extended byconsent of the parties), the claim shall be deemed denied. The contracting officer's determination shall be thefinal order of the purchasing agency.

c. Within fifteen (15) days of the mailing date of the determination denying a claim or within 135 days of filinga claim if, no extension is agreed to by the parties, whichever occurs first, the Contractor may file a statement ofclaim with the Commonwealth Board of Claims. Pending a final judicial resolution of a controversy or claim,the Contractor shall proceed diligently with the performance of the Contract in a manner consistent with thedetermination of the contracting officer and the Commonwealth shall compensate the Contractor pursuant to theterms of the Contract.

V.32 CONTRACT-025.1 Assignability and Subcontracting (Oct 2013)

a. Subject to the terms and conditions of this paragraph, this Contract shall be binding upon the parties andtheir respective successors and assigns.

b. The Contractor shall not subcontract with any person or entity to perform all or any part of the work to beperformed under this Contract without the prior written consent of the Contracting Officer, which consent may bewithheld at the sole and absolute discretion of the Contracting Officer.

c. The Contractor may not assign, in whole or in part, this Contract or its rights, duties, obligations, or

Page 26

responsibilities hereunder without the prior written consent of the Contracting Officer, which consent may bewithheld at the sole and absolute discretion of the Contracting Officer.

d. Notwithstanding the foregoing, the Contractor may, without the consent of the Contracting Officer, assignits rights to payment to be received under the Contract, provided that the Contractor provides written notice of suchassignment to the Contracting Officer together with a written acknowledgement from the assignee that any suchpayments are subject to all of the terms and conditions of this Contract.

e. For the purposes of this Contract, the term "assign" shall include, but shall not be limited to, the sale, gift,assignment, pledge, or other transfer of any ownership interest in the Contractor provided, however, that the termshall not apply to the sale or other transfer of stock of a publicly traded company.

f . Any assignment consented to by the Contracting Officer shall be evidenced by a written assignmentagreement executed by the Contractor and its assignee in which the assignee agrees to be legally bound by all of theterms and conditions of the Contract and to assume the duties, obligations, and responsibilities being assigned.

g. A change of name by the Contractor, following which the Contractor's federal identification numberremains unchanged, shall not be considered to be an assignment hereunder. The Contractor shall give theContracting Officer written notice of any such change of name.

V.33 CONTRACT-026.1 Other Contractors (Oct 2006)

The Commonwealth may undertake or award other contracts for additional or related work, and theContractor shall fully cooperate with other contractors and Commonwealth employees, and coordinate itswork with such additional work as may be required. The Contractor shall not commit or permit any actthat will interfere with the performance of work by any other contractor or by Commonwealth employees.This paragraph shall be included in the Contracts of all contractors with which this Contractor will berequired to cooperate. The Commonwealth shall equitably enforce this paragraph as to all contractors toprevent the imposition of unreasonable burdens on any contractor.

V.34 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (July 2012)

The Contractor agrees:1. In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activityrequired under the contract or any subcontract, the Contractor, each subcontractor, or any person acting on behalf ofthe Contractor or subcontractor shall not, by reason of gender, race, creed, or color, discriminate against any citizenof this Commonwealth who is qualified and available to perform the work to which the employment relates.

2. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminateagainst or intimidate any employee involved in the manufacture of supplies, the performance of work, or any otheractivity required under the contract on account of gender, race, creed, or color.

3. The Contractor and each subcontractor shall establish and maintain a written sexual harassment policy andshall inform their employees of the policy. The policy must contain a notice that sexual harassment will not betolerated and employees who practice it will be disciplined.

4. The Contractor and each subcontractor shall not discriminate by reason of gender, race, creed, or coloragainst any subcontractor or supplier who is qualified to perform the work to which the contract relates.

5. The Contractor and each subcontractor shall, within the time periods requested by the Commonwealth,furnish all necessary employment documents and records and permit access to their books, records, and accounts bythe contracting agency and the Bureau of Small Business Opportunities (BSBO), for purpose of ascertainingcompliance with provisions of this Nondiscrimination/Sexual Harassment Clause. Within fifteen (15) days afteraward of any contract, the Contractor shall be required to complete, sign and submit Form STD-21, the “InitialContract Compliance Data” form. If the contract is a construction contract, then the Contractor shall be required tocomplete, sign and submit Form STD-28, the “Monthly Contract Compliance Report for Construction Contractors”,

Page 27

each month no later than the 15th of the month following the reporting period beginning with the initial jobconference and continuing through the completion of the project. Those contractors who have fewer than fiveemployees or whose employees are all from the same family or who have completed the Form STD-21 within thepast 12 months may, within the 15 days, request an exemption from the Form STD-21 submission requirement fromthe contracting agency.

6. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in everysubcontract so that those provisions applicable to subcontractors will be binding upon each subcontractor.

7. The Commonwealth may cancel or terminate the contract and all money due or to become due under thecontract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual HarassmentClause. In addition, the agency may proceed with debarment or suspension and may place the Contractor in theContractor Responsibility File.

V.35 CONTRACT-028.1 Contractor Integrity Provisions (Oct 2013)

It is essential that those who seek to contract with the Commonwealth of Pennsylvania (“Commonwealth”) observehigh standards of honesty and integrity. They must conduct themselves in a manner that fosters public confidence inthe integrity of the Commonwealth procurement process.

In furtherance of this policy, Contractor agrees to the following:

1. Contractor shall maintain the highest standards of honesty and integrity during the performance of thiscontract and shall take no action in violation of state or federal laws or regulations or any other applicable laws orregulations, or other requirements applicable to Contractor or that govern contracting with the Commonwealth.

2. Contractor shall establish and implement a written business integrity policy, which includes, at a minimum, therequirements of these provisions as they relate to Contractor employee activity with the Commonwealth andCommonwealth employees, and which is distributed and made known to all Contractor employees.

3. Contractor, its affiliates, agents and employees shall not influence, or attempt to influence, any Commonwealthemployee to breach the standards of ethical conduct for Commonwealth employees set forth in the Public Officialand Employees Ethics Act, 65 Pa.C.S. §§1101 et seq.; the State Adverse Interest Act, 71 P.S. §776.1 et seq.; and theGovernor’s Code of Conduct, Executive Order 1980-18, 4 Pa. Code §7.151 et seq ., or to breach any other state orfederal law or regulation.

4. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity toa Commonwealth official or employee or to any other person at the direction or request of any Commonwealthofficial or employee.

5. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity toa Commonwealth official or employee or to any other person, the acceptance of which would violate the Governor’sCode of Conduct, Executive Order 1980-18, 4 Pa. Code §7.151 et seq. or any statute, regulation, statement ofpolicy, management directive or any other published standard of the Commonwealth.

6. Contractor, its affiliates, agents and employees shall not, directly or indirectly, offer, confer, or agree to conferany pecuniary benefit on anyone as consideration for the decision, opinion, recommendation, vote, other exercise ofdiscretion, or violation of a known legal duty by any Commonwealth official or employee.

7. Contractor, its affiliates, agents, employees, or anyone in privity with him or her shall not accept or agree toaccept from any person, any gratuity in connection with the performance of work under the contract, except asprovided in the contract.

8. Contractor shall not have a financial interest in any other contractor, subcontractor, or supplier providingservices, labor, or material on this project, unless the financial interest is disclosed to the Commonwealth in writingand the Commonwealth consents to Contractor’s financial interest prior to Commonwealth execution of the contract.Contractor shall disclose the financial interest to the Commonwealth at the time of bid or proposal submission, or ifno bids or proposals are solicited, no later than Contractor’s submission of the contract signed by Contractor.

Page 28

9. Contractor, its affiliates, agents and employees shall not disclose to others any information, documents,reports, data, or records provided to, or prepared by, Contractor under this contract without the prior writtenapproval of the Commonwealth, except as required by the Pennsylvania Right-to-Know Law, 65 P.S. §§67.101-3104, or other applicable law or as otherwise provided in this contract. Any information, documents, reports,data, or records secured by Contractor from the Commonwealth or a third party in connection with the performanceof this contract shall be kept confidential unless disclosure of such information is:

a. Approved in writing by the Commonwealth prior to its disclosure; or

b. Directed by a court or other tribunal of competent jurisdiction unless the contract requires prior Commonwealthapproval; or

c. Required for compliance with federal or state securities laws or the requirements of national securitiesexchanges; or

d. Necessary for purposes of Contractor’s internal assessment and review; or

e. Deemed necessary by Contractor in any action to enforce the provisions of this contract or to defend or prosecuteclaims by or against parties other than the Commonwealth; or

f. Permitted by the valid authorization of a third party to whom the information, documents, reports, data, orrecords pertain: or

g. Otherwise required by law.

10. Contractor certifies that neither it nor any of its officers, directors, associates, partners, limited partners orindividual owners has been officially notified of, charged with, or convicted of any of the following and agrees toimmediately notify the Commonwealth agency contracting officer in writing if and when it or any officer, director,associate, partner, limited partner or individual owner has been officially notified of, charged with, convicted of, orofficially notified of a governmental determination of any of the following:

a. Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making falsestatements or receiving stolen property.

b. Commission of fraud or a criminal offense or other improper conduct or knowledge of, approval of oracquiescence in such activities by Contractor or any affiliate, officer, director, associate, partner, limited partner,individual owner, or employee or other individual or entity associated with:

(1) obtaining;(2) attempting to obtain; or(3) performing a public contract or subcontract.

Contractor’s acceptance of the benefits derived from the conduct shall be deemed evidence of such knowledge,approval or acquiescence.

c. Violation of federal or state antitrust statutes.

d. Violation of any federal or state law regulating campaign contributions.

e. Violation of any federal or state environmental law.

f. Violation of any federal or state law regulating hours of labor, minimum wage standards or prevailing wagestandards; discrimination in wages; or child labor violations.

g. Violation of the Act of June 2, 1915 (P.L.736, No. 338), known as the Workers’ Compensation Act, 77 P.S. 1 etseq.

h. Violation of any federal or state law prohibiting discrimination in employment.

Page 29

i. Debarment by any agency or department of the federal government or by any other state.

j. Any other crime involving moral turpitude or business honesty or integrity.

Contractor acknowledges that the Commonwealth may, in its sole discretion, terminate the contract for cause uponsuch notification or when the Commonwealth otherwise learns that Contractor has been officially notified, charged,or convicted.

11. If this contract was awarded to Contractor on a non-bid basis, Contractor must, (as required by Section 1641of the Pennsylvania Election Code) file a report of political contributions with the Secretary of the Commonwealthon or before February 15 of the next calendar year. The report must include an itemized list of all politicalcontributions known to Contractor by virtue of the knowledge possessed by every officer, director, associate,partner, limited partner, or individual owner that has been made by:

a. Any officer, director, associate, partner, limited partner, individual owner or members of the immediate familywhen the contributions exceed an aggregate of one thousand dollars ($1,000) by any individual during the precedingyear; or

b. Any employee or members of his immediate family whose political contribution exceeded one thousand dollars($1,000) during the preceding year.

12. Contractor shall comply with requirements of the Lobbying Disclosure Act, 65 Pa.C.S. § 13A01 et seq., andthe regulations promulgated pursuant to that law. Contractor employee activities prior to or outside of formalCommonwealth procurement communication protocol are considered lobbying and subjects the Contractoremployees to the registration and reporting requirements of the law. Actions by outside lobbyists on Contractor’sbehalf, no matter the procurement stage, are not exempt and must be reported.

13. When Contractor has reason to believe that any breach of ethical standards as set forth in law, the Governor’sCode of Conduct, or in these provisions has occurred or may occur, including but not limited to contact by aCommonwealth officer or employee which, if acted upon, would violate such ethical standards, Contractor shallimmediately notify the Commonwealth contracting officer or Commonwealth Inspector General in writing.

14. Contractor, by submission of its bid or proposal and/or execution of this contract and by the submission ofany bills, invoices or requests for payment pursuant to the contract, certifies and represents that it has not violatedany of these contractor integrity provisions in connection with the submission of the bid or proposal, during anycontract negotiations or during the term of the contract.

15. Contractor shall cooperate with the Office of Inspector General in its investigation of any allegedCommonwealth employee breach of ethical standards and any alleged Contractor non-compliance with theseprovisions. Contractor agrees to make identified Contractor employees available for interviews at reasonable timesand places. Contractor, upon the inquiry or request of the Office of Inspector General, shall provide, or ifappropriate, make promptly available for inspection or copying, any information of any type or form deemedrelevant by the Inspector General to Contractor's integrity and compliance with these provisions. Such informationmay include, but shall not be limited to, Contractor's business or financial records, documents or files of any type orform that refers to or concern this contract.

16. For violation of any of these Contractor Integrity Provisions, the Commonwealth may terminate this and anyother contract with Contractor, claim liquidated damages in an amount equal to the value of anything received inbreach of these provisions, claim damages for all additional costs and expenses incurred in obtaining anothercontractor to complete performance under this contract, and debar and suspend Contractor from doing business withthe Commonwealth. These rights and remedies are cumulative, and the use or non-use of any one shall not precludethe use of all or any other. These rights and remedies are in addition to those the Commonwealth may have underlaw, statute, regulation, or otherwise.

17. For purposes of these Contractor Integrity Provisions, the following terms shall have the meanings found inthis Paragraph.a. “Confidential information” means information that a) is not already in the public domain; b) is not available to

Page 30

the public upon request; c) is not or does not become generally known to Contractor from a third party without anobligation to maintain its confidentiality; d) has not become generally known to the public through a act or omissionof Contractor; or e) has not been independently developed by Contractor without the use of confidential informationof the Commonwealth.

b. “ Consent” means written permission signed by a duly authorized officer or employee of the Commonwealth,provided that where the material facts have been disclosed, in writing, by pre-qualification, bid, proposal, orcontractual terms, the Commonwealth shall be deemed to have consented by virtue of execution of this contract.

c. “ Contractor” means the individual or entity that has entered into this contract with the Commonwealth, includingthose directors, officers, partners, managers, and owners having more than a five percent interest in Contractor.

d. “Financial interest” means:

(1) Ownership of more than a five percent interest in any business; or

(2) Holding a position as an officer, director, trustee, partner, employee, or holding any position ofmanagement.

e. “Gratuity” means tendering, giving or providing anything of more than nominal monetary value including, butnot limited to, cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money,services, employment, or contracts of any kind. The exceptions set forth in the Governor’s Code of Conduct,Executive Order 1980-18 , the 4 Pa. Code §7.153(b), shall apply.

f. “Immediate family” means a spouse and any unemancipated child.

g. “Non-bid basis” means a contract awarded or executed by the Commonwealth with Contractor without seekingbids or proposals from any other potential bidder or offeror.

h. “Political contribution” means any payment, gift, subscription, assessment, contract, payment for services, dues,loan, forbearance, advance or deposit of money or any valuable thing, to a candidate for public office or to apolitical committee, including but not limited to a political action committee, made for the purpose of influencingany election in the Commonwealth of Pennsylvania or for paying debts incurred by or for a candidate or committeebefore or after any election.

V.36 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010)

For the purpose of these provisions, the term contractor is defined as any person, including, but not limited to, abidder, offeror, loan recipient, grantee or lessor, who has furnished or performed or seeks to furnish or perform,goods, supplies, services, leased space, construction or other activity, under a contract, grant, lease, purchase orderor reimbursement agreement with the Commonwealth of Pennsylvania (Commonwealth). The term contractorincludes a permittee, licensee, or any agency, political subdivision, instrumentality, public authority, or other publicentity in the Commonwealth.

1. The Contractor certifies, in writing, for itself and its subcontractors required to be disclosed or approved bythe Commonwealth, that as of the date of its execution of this Bid/Contract, that neither the Contractor, nor any suchsubcontractors, are under suspension or debarment by the Commonwealth or any governmental entity,instrumentality, or authority and, if the Contractor cannot so certify, then it agrees to submit, along with itsBid/Contract, a written explanation of why such certification cannot be made.

2. The Contractor also certifies, in writing, that as of the date of its execution of this Bid/Contract it has no taxliabilities or other Commonwealth obligations, or has filed a timely administrative or judicial appeal if suchliabilities or obligations exist, or is subject to a duly approved deferred payment plan if such liabilities exist.

3. The Contractor's obligations pursuant to these provisions are ongoing from and after the effective date of theContract through the termination date thereof. Accordingly, the Contractor shall have an obligation to inform theCommonwealth if, at any time during the term of the Contract, it becomes delinquent in the payment of taxes, orother Commonwealth obligations, or if it or, to the best knowledge of the Contractor, any of its subcontractors are

Page 31

suspended or debarred by the Commonwealth, the federal government, or any other state or governmental entity.Such notification shall be made within 15 days of the date of suspension or debarment.

4. The failure of the Contractor to notify the Commonwealth of its suspension or debarment by theCommonwealth, any other state, or the federal government shall constitute an event of default of the Contract withthe Commonwealth.

5. The Contractor agrees to reimburse the Commonwealth for the reasonable costs of investigation incurred bythe Office of State Inspector General for investigations of the Contractor's compliance with the terms of this or anyother agreement between the Contractor and the Commonwealth that results in the suspension or debarment of thecontractor. Such costs shall include, but shall not be limited to, salaries of investigators, including overtime; traveland lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible forinvestigative costs for investigations that do not result in the Contractor's suspension or debarment.

6. The Contractor may obtain a current list of suspended and debarred Commonwealth contractors by eithersearching the Internet at http://www.dgs.state.pa.us/ or contacting the:

Department of General ServicesOffice of Chief Counsel603 North Office BuildingHarrisburg, PA 17125Telephone No: (717) 783-6472FAX No: (717) 787-9138

V.37 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006)

a. Pursuant to federal regulations promulgated under the authority of The Americans With Disabilities Act, 28C.F.R. Section 35.101 et seq., the Contractor understands and agrees that it shall not cause any individual with adisability to be excluded from participation in this Contract or from activities provided for under this Contract onthe basis of the disability. As a condition of accepting this contract, the Contractor agrees to comply with the"General Prohibitions Against Discrimination," 28 C.F.R. Section 35.130, and all other regulations promulgatedunder Title II of The Americans With Disabilities Act which are applicable to all benefits, services, programs,and activities provided by the Commonwealth of Pennsylvania through contracts with outside contractors.

b. The Contractor shall be responsible for and agrees to indemnify and hold harmless the Commonwealth ofPennsylvania from all losses, damages, expenses, claims, demands, suits, and actions brought by any partyagainst the Commonwealth of Pennsylvania as a result of the Contractor's failure to comply with the provisionsof Subparagraph a. above.

V.38 CONTRACT-031.1 Hazardous Substances (Oct 2013)

The Contractor shall provide information to the Commonwealth about the identity and hazards of hazardoussubstances supplied or used by the Contractor in the performance of the Contract. The Contractor must comply withAct 159 of October 5, 1984, known as the "Worker and Community Right to Know Act" (the "Act") and theregulations promulgated pursuant thereto at 4 Pa. Code Section 301.1 et seq.a. Labeling. The Contractor shall ensure that each individual product (as well as the carton, container or packagein which the product is shipped) of any of the following substances (as defined by the Act and the regulations)supplied by the Contractor is clearly labeled, tagged or marked with the information listed in Subparagraphs (1)through (4):

1) Hazardous substances:

a) The chemical name or common name,

b) A hazard warning, and

c) The name, address, and telephone number of the manufacturer.

Page 32

2) Hazardous mixtures:

a) The common name, but if none exists, then the trade name,

b) The chemical or common name of special hazardous substances comprising .01% or more of the mixture,

c) The chemical or common name of hazardous substances consisting 1.0% or more of the mixture,

d) A hazard warning, and

e) The name, address, and telephone number of the manufacturer.

3) Single chemicals:

a) The chemical name or the common name,

b) A hazard warning, if appropriate, and

c) The name, address, and telephone number of the manufacturer.

4) Chemical Mixtures:

a) The common name, but if none exists, then the trade name,

b) A hazard warning, if appropriate,

c) The name, address, and telephone number of the manufacturer, and

d) The chemical name or common name of either the top five substances by volume or those substancesconsisting of 5.0% or more of the mixture.A common name or trade name may be used only if the use of the name more easily or readily identifies the truenature of the hazardous substance, hazardous mixture, single chemical, or mixture involved.

Container labels shall provide a warning as to the specific nature of the hazard arising from the substance in thecontainer.

The hazard warning shall be given in conformity with one of the nationally recognized and accepted systems ofproviding warnings, and hazard warnings shall be consistent with one or more of the recognized systems throughoutthe workplace. Examples are:

· NFPA 704, Identification of the Fire Hazards of Materials.· National Paint and Coatings Association: Hazardous Materials Identification System.· American Society for Testing and Materials, Safety Alert Pictorial Chart.· American National Standard Institute, Inc., for the Precautionary Labeling of Hazardous Industrial Chemicals.

Labels must be legible and prominently affixed to and displayed on the product and the carton, container, or packageso that employees can easily identify the substance or mixture present therein.

b. Material Safety Data Sheet. The contractor shall provide Material Safety Data Sheets (MSDS) with theinformation required by the Act and the regulations for each hazardous substance or hazardous mixture. TheCommonwealth must be provided an appropriate MSDS with the initial shipment and with the first shipment afteran MSDS is updated or product changed. For any other chemical, the contractor shall provide an appropriate MSDS,if the manufacturer, importer, or supplier produces or possesses the MSDS. The contractor shall also notify theCommonwealth when a substance or mixture is subject to the provisions of the Act. Material Safety Data Sheetsmay be attached to the carton, container, or package mailed to the Commonwealth at the time of shipment.V.39 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006)

Page 33

The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure theContract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, exceptbona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for thepurpose of securing business. For breach or violation of this warranty, the Commonwealth shall have the right toterminate the Contract without liability or in its discretion to deduct from the Contract price or consideration, orotherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.

V.40 CONTRACT-033.1 Applicable Law (Oct 2006)

This Contract shall be governed by and interpreted and enforced in accordance with the laws of the Commonwealthof Pennsylvania (without regard to any conflict of laws provisions) and the decisions of the Pennsylvania courts.The Contractor consents to the jurisdiction of any court of the Commonwealth of Pennsylvania and any federalcourts in Pennsylvania, waiving any claim or defense that such forum is not convenient or proper. The Contractoragrees that any such court shall have in personam jurisdiction over it, and consents to service of process in anymanner authorized by Pennsylvania law.

V.41 CONTRACT- 034.1b Integration (Nov 30 2006)

This Contract, including the Invitation for Bids, the Contractor's bid, all referenced documents, and any PurchaseOrder constitutes the entire agreement between the parties. No agent, representative, employee or officer of eitherthe Commonwealth or the Contractor has authority to make, or has made, any statement, agreement orrepresentation, oral or written, in connection with the Contract, which in any way can be deemed to modify, add toor detract from, or otherwise change or alter its terms and conditions. No negotiations between the parties, nor anycustom or usage, shall be permitted to modify or contradict any of the terms and conditions of the Contract. Nomodifications, alterations, changes, or waiver to the Contract or any of its terms shall be valid or binding unlessaccomplished by a written amendment signed by both parties.

V.42 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006)

In the event there is a conflict among the documents comprising this Contract, the Commonwealth and theContractor agree on the following order of precedence: the Contract; the IFB; and the Contractor's Bid in Responseto the IFB.

V.43 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011)

The terms and conditions of this Contract shall be the exclusive terms of agreement between the Contractor and theCommonwealth. All quotations requested and received from the Contractor are for obtaining firm pricing only.Other terms and conditions or additional terms and conditions included or referenced in the Contractor's quotations,invoices, business forms, or other documentation shall not become part of the parties' agreement and shall bedisregarded by the parties, unenforceable by the Contractor and not binding on the Commonwealth.

V.44 CONTRACT-035.1a Changes (Oct 2006)

The Commonwealth reserves the right to make changes at any time during the term of the Contract or any renewalsor extensions thereof: 1) to increase or decrease the quantities resulting from variations between any estimatedquantities in the Contract and actual quantities; 2) to make changes to the services within the scope of the Contract;3) to notify the Contractor that the Commonwealth is exercising any Contract renewal or extension option; or 4) tomodify the time of performance that does not alter the scope of the Contract to extend the completion date beyondthe Expiration Date of the Contract or any renewals or extensions thereof. Any such change shall be made by theContracting Officer by notifying the Contractor in writing. The change shall be effective as of the date of thechange, unless the notification of change specifies a later effective date. Such increases, decreases, changes, ormodifications will not invalidate the Contract, nor, if performance security is being furnished in conjunction with theContract, release the security obligation. The Contractor agrees to provide the service in accordance with the

Page 34

change order. Any dispute by the Contractor in regard to the performance required by any notification of changeshall be handled through Contract Controversies Provision.

V.45 CONTRACT-037.1a Confidentiality (Oct 2013)

(a) The Contractor agrees to protect the confidentiality of the Commonwealth’s confidential information. TheCommonwealth agrees to protect the confidentiality of Contractor’s confidential information. In order forinformation to be deemed confidential, the party claiming confidentiality must designate the information as“confidential” in such a way as to give notice to the other party (notice may be communicated by describing theinformation, and the specifications around its use or disclosure, in the SOW). Neither party may assert thatinformation owned by the other party is such party’s confidential information. The parties agree that suchconfidential information shall not be copied, in whole or in part, or used or disclosed except when essential forauthorized activities under this Contract and, in the case of disclosure, where the recipient of the confidentialinformation has agreed to be bound by confidentiality requirements no less restrictive than those set forth herein.Each copy of such confidential information shall be marked by the party making the copy with any noticesappearing in the original. Upon termination or cancellation of this Contract or any license granted hereunder, thereceiving party will return to the disclosing party all copies of the confidential information in the receiving party’spossession, other than one copy, which may be maintained for archival purposes only, and which will remain subjectto this Contract’s security, privacy, data retention/destruction and confidentiality provisions (all of which shallsurvive the expiration of this Contract). Both parties agree that a material breach of these requirements may, afterfailure to cure within the time frame specified in this Contract, and at the discretion of the non-breaching party,result in termination for default pursuant to the DEFAULT provision of this Contract, in addition to other remediesavailable to the non-breaching party.

(b) Insofar as information is not otherwise protected by law or regulation, the obligations stated in this Section donot apply to information:

(1) already known to the recipient at the time of disclosure other than through the contractual relationship;

(2) independently generated by the recipient and not derived by the information supplied by the disclosing party.

(3) known or available to the public , except where such knowledge or availability is the result of unauthorizeddisclosure by the recipient of the proprietary information;

(4) disclosed to the recipient without a similar restriction by a third party who has the right to make suchdisclosure; or

(5) required to be disclosed by law , regulation, court order, or other legal process.

There shall be no restriction with respect to the use or disclosure of any ideas, concepts, know-how, or dataprocessing techniques developed alone or jointly with the Commonwealth in connection with services provided tothe Commonwealth under this Contract.

(c) The Contractor shall use the following process when submitting information to the Commonwealth it believes tobe confidential and/or proprietary information or trade secrets:

(1) Prepare an un-redacted version of the appropriate document, and

(2) Prepare a redacted version of the document that redacts the information that is asserted to be confidential orproprietary information or a trade secret, and

(3) Prepare a signed written statement that states:

(i) the attached document contains confidential or proprietary information or trade secrets;

(ii) the Contractor is submitting the document in both redacted and un-redacted format in accordance with 65 P.S.§ 67.707(b); and

Page 35

(iii) the Contractor is requesting that the document be considered exempt under 65 P.S. § 67.708(b)(11) frompublic records requests.

(4) Submit the two documents along with the signed written statement to the Commonwealth.

V.46 CONTRACT-043.1 Leasing Additional Terms and Conditions (Oct 2013)

To the extent that the Contractor offers the Commonwealth or any purchasing agency ("Lessee") the option to leaseany items covered by the Contract, these Leasing Terms And Conditions shall, in addition to the other terms andconditions of the Contract, govern the Lease, except to the extent the Contractor assigns a Lease to an InitialAssignee, in which case the Initial Assignee shall be bound to the obligations of the Contractor only as specified inthese Leasing Terms and Conditions. If a Lessee desires to lease contract items, the Lessee shall indicate its leasingelection on the PO issued to the Contractor ("Lease PO"). By issuing a Lease PO, the Lessee explicitly agrees tothese Leasing Terms and Conditions. Any items covered by a Lease shall be called "Leased Property" in theseLeasing Terms and Conditions. To the extent that there is a conflict between the other terms and conditions of theContract and these Leasing Terms and Conditions, these Leasing Terms and Conditions shall prevail to the extentthat the Lessee has elected a leasing option.

A. Term of Lease

The Contractor may provide any Leased Property under the Contract for any term up to 60 months, including a FairMarket Value Option for Lease/Purchases. The Lessee shall identify the term selected, as well as its election ofeither a Lease or Lease/Purchase option, on the Lease PO. The Lease term shall commence on the date the Lesseeaccepts the Leased Property by executing the Acceptance Certificate, and the term shall continue for the lengthspecified on the Lease PO. The form of the Acceptance Certificate can be found on the Forms page of theDepartment of General Services’ webpage (www.dgs.state.pa.us).

If the Contractor delivers the Leased Property in more than one delivery, unless otherwise specified in theSpecifications for this procurement, the Lessee will provide separate acceptance certificates for each delivery of theitems, and the Lessee will make periodic payments for the Leased Property corresponding to the amount of theLeased Property delivered and accepted 30 days prior to the payment due date.

B. Payments

1. Full Term Intention. The Lessee shall pay the applicable monthly or annual rent payment for the LeasedProperty for the full Lease term, unless the Lessee terminates the Lease, either for Contractor default as set forth inthe Default provision of the Contract or for non-appropriation of funds as specified in this section.

2. Non-Appropriation. The Lessee's obligation is payable only and solely from funds allotted for the purpose of theLease. If sufficient funds are not appropriated for continuation of performance under any Lease for any fiscal yearsubsequent to the one in which the Lessee issued the Lease PO, the Lessee may return the Leased Property to theContractor/Initial Assignee (as applicable), and thereafter the Contractor/Initial Assignee shall release the Lessee ofall further obligations under the Lease, provided:

a. The Lessee delivers unencumbered title to the Leased Property to the Contractor or Initial Assignee (ifapplicable);

b. The Lessee returns the Leased Property to the Contractor/Initial Assignee in good condition, reasonable wearand tear excepted; and

c. The Lessee gives 30 days written notice of the failure of appropriations to the Contractor/Initial Assignee, alongwith a certification that the Leased Property is not being replaced by similar items from another vendor. In the eventthe Lessee returns the Leased Property for failure of appropriations, the Lessee shall pay all amounts then due underthe Lease through the end of the fiscal year for which sufficient funds were appropriated for the Lease.

C. Title

Page 36

1. Title to the Leased Property shall not pass to the Lessee but shall remain in the Contractor or Initial Assignee,whichever applies; except in the case of a Lease/Purchase, the title shall pass to the Lessee upon payment of the finalinstallment or other concluding payment option.

a. Upon payment of the final installment or other concluding payment option, neither the Contractor nor itsassignee shall have any further interest in the Leased Property.

b. The Leased Property shall remain personal property and shall not become a fixture or affixed to real propertywithout consent of the Contractor/assignee.

c. At the request of the Contractor or Initial Assignee, the Lessee will join the Contractor/assignee in executingone or more UCC-1 financing statements.

d. The Lessee will keep the Leased Property free and clear of all encumbrances except the Contractor's/assignee'ssecurity interest.

D. Use And Location Of, and Alteration to Leased Property

The Lessee shall keep the Leased Property within the confines of the Commonwealth of Pennsylvania and shallinform the Contractor/Initial Assignee upon request of the location of the Leased Property. The Lessee, at its owncost and expense, shall maintain the Leased Property in good operating condition and will not use or deal with theLeased Property in any manner which is inconsistent with the terms of the Contract or any applicable laws andregulations. The Lessee agrees not to misuse, abuse, or waste the Leased Property and the Lessee will not allow theLeased Property to deteriorate, except for ordinary wear and tear resulting from their intended use. No alterations,changes, or modifications to the Leased Property shall be made without the approval of the Contractor/InitialAssignee.

E. Risk of Loss

The Contractor shall assume and bear the risk of loss or damage to, or theft of, the Leased Property and allcomponent parts while the Leased Property or parts are in the Lessee's possession, unless the Lessee could haveprevented such loss, damage, or theft by exercising reasonable care or diligence in the use, protection, or care of theLeased Property or parts. No loss or damage to the Leased Property or parts shall impair any Contractor or Lesseeobligation under the Lease, except as expressly provided in these Leasing Terms and Conditions. If the damagecould not have been prevented by the Lessee's exercise of reasonable care or diligence, and the Contractordetermines the Leased Property or parts can be economically repaired, the Contractor shall repair or cause to berepaired all damages to the Leased Property or their parts. In the event that the any of the Leased Property or theirparts are stolen or destroyed, or if in the Contractor's opinion they are rendered irreparable, unusable, or damaged,the affected Leased Property shall be considered a total loss and the Lease shall terminate as to that Leased Property,and the Lessee's obligation to pay rent for the affected Leased Property shall be deemed to have ceased as of the dateof the loss.

F. Warranties

1. The Lessee shall have the benefit of any and all manufacturer or supplier warranties for the Leased Propertyduring the Lease term.

2. The Contractor/Initial Assignee and any subsequent assignee warrants that neither the Contractor/InitialAssignee or subsequent assignee, nor anyone acting or claiming through these parties by assignment or otherwise,will interfere with the Lessee's quiet enjoyment of the Leased Property so long as no event of default as defined inSubsection J of this Section shall have occurred and be continuing.

G. Liability

1. The Lessee assumes all risks and liabilities for injury to or death of any person or damage to any property,arising out of the Lessee's possession, use, operation, condition, or storage of any Leased Property, whether suchinjury or death be of agents or employees of the Lessee or of third parties, and whether such property damage be to

Page 37

the Lessee 's property or the property of others; provided, however, that the damage or injury results from the actionor inaction of the Lessee, its agents or employees, and provided that judgment has been obtained against the Lessee,its agents or employees. This provision shall not be construed to limit the governmental immunity of any Lessee.

2. The Lessee shall, during the Lease term, either self-insure or purchase insurance to cover the risks it hasassumed under Paragraph 1 of this Subsection, including but not limited to risks of public liability and propertydamage.

H. Assignment

1. The Lessee shall not assign any Lease PO or other interest in the Leased Property without the prior writtenconsent of the Contractor or its assignee. The Contractor may assign, and/or grant security interests in whole or inpart in, the Lease PO and Leased Property to an Initial Assignee, who in turn may further assign and/or grant asecurity interest in a Lease to a subsequent assignee without the Lessee's consent. Any other Contractor assignmentshall require the Lessee's prior written consent. Upon written notice to the Lessee, the Contractor may assignpayments under any Lease to a third party.

2. The Contractor may assign, without Lessee consent, any Lease PO to a third party ("Initial Assignee") who willfund the purchase of the Leased Property. The Initial Assignee may take title to, and assume the right to receive allrental payments for, the Leased Property. The Contractor shall notify the Lessee of any Lease PO assignment in itsacknowledgment of the Lease PO to the Lessee, providing the Lessee with a copy of the assignment agreementbetween the Contractor and the Initial Assignee.

3. Notwithstanding any provisions to the contrary in the Contract, in the event of an assignment to an InitialAssignee, the Initial Assignee shall be bound only to the Contractor's obligations specified in these Leasing Termsand Conditions. An Initial Assignee shall not be responsible for any of the Contractor's additional representations,warranties, covenants, or obligations under the Contract Documents. By issuing a Lease PO, the Lessee waives anyclaims it may have under the Lease against the Initial Assignee for any loss, damage, or expense caused by, defectin, or use or maintenance of any Leased Property. The Lessee acknowledges that the Initial Assignee is not thesupplier of the Leased Property and is not responsible for their selection or installation. After the ordering Lesseeexecutes, and the Initial Assignee receives, an Acceptance Certificate, if any portion of the Leased Property isunsatisfactory for any reason, the ordering Lessee shall, nevertheless, continue to make payments under theapplicable Lease terms and shall make any claim against the Contractor or the manufacturer, not against the InitialAssignee or any subsequent assignee of the Initial Assignee.

4. After a Lessee executes and the Initial Assignee receives an Acceptance Certificate:

a. The Lessee shall, regardless of whether any portion of the Leased Property is unsatisfactory for any reason,nevertheless, continue to make payments under the applicable Lease and shall make any claim relating to the LeasedProperty against the Contractor or the manufacturer, not against the Initial Assignee or any subsequent assignee; and

b. The rights of the Initial Assignee and any subsequent assignee to receive rental payments are absolute andunconditional and shall not be affected by any defense or right of set-off.

5. Warranty Disclaimer

IN THE EVENT THE CONTRACTOR ASSIGNS A LEASE TO AN INITIAL ASSIGNEE, SUCH INITIALASSIGNEE AND ANY SUBSEQUENT ASSIGNEE MAKE NO WARRANTY (OTHER THAN A WARRANTYOF QUIET ENJOYMENT OF THE LEASED PROPERTY), EXPRESS OR IMPLIED, AS TO ANY MATTERWHATSOEVER, INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OFMERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. AS TO THE INITIAL ASSIGNEEAND ANY SUBSEQUENT ASSIGNEE, THE LESSEE TAKES THE LEASED PROPERTY "AS IS". IN NOEVENT SHALL THE INITIAL ASSIGNEE OR ANY SUBSEQUENT ASSIGNEE HAVE ANY LIABILITYFOR, NOR SHALL THE LESSEE HAVE ANY REMEDY AGAINST, THE INITIAL ASSIGNEE OR ANYSUBSEQUENT ASSIGNEE FOR CONSEQUENTIAL DAMAGES, LOSS OF SAVINGS, OR LOSS OF USE.

I. Financing and Prepayment

Page 38

1. If the Contractor is not the supplier of the Leased Property, the Contractor will pay the charges for the LeasedProperty directly to the supplier. In the event the Contractor assigns the Lease to an Initial Assignee, the InitialAssignee will pay the charges directly to the Contractor or the supplier, as applicable. If the Contractor has assignedrental payments under the Lease to an Initial Assignee, the Lessee's obligation to make rental payments for theLeased Property for which the Lessee has executed and delivered acceptance certificates shall not be affected by anydiscontinuance, return, or destruction of any license or licensed program materials, or by any Lessee dissatisfactionwith any Leased Property.

2. The Lessee may at any time terminate the financing for any Leased Property by prepaying its remaining rentalpayments. The Lessee shall provide notice of the intended prepayment date, which shall be at least one month afterthe date of the notice. Depending on market conditions at the time, the Contractor/Initial Assignee may reduce thebalance of the remaining rental payments to reflect the requested prepayment and shall advise the Lessee of thebalance to be paid.

3. If the Lessee purchases Contract items related to Leased Property prior to the expiration of the Lease term, or ifthe Lease is terminated for any reason except non-appropriation as described in Subsection B of this Subsection, andif the Leased Property has been delivered and the Lessee has executed and delivered to the Contractor an acceptancecertificate, the Lessee shall prepay such Leased Property.

J. Remedies for Default

1. If the Lessee does not make a required payment within 30 days after its due date and such nonpayment continuesfor 15 days after receipt of written notice from the Contractor/Initial Assignee that the Lessee is delinquent inpayment, if the Lessee breaches any other provision under these Leasing Terms and Conditions and such breachcontinues for 15 days after receipt of written notice of the breach from the Contractor/Initial Assignee, or if theLessee files any petition or proceeding (or has a petition or proceeding filed against it) under any bankruptcy,insolvency, or similar law, the Contractor/Initial Assignee may pursue and enforce the following remedies,individually or collectively:

a. Terminate the applicable Lease.

b. Take possession of any or all Leased Property in the Lessee's possession, without any court order or otherprocess of law. For such purpose, upon written notice of its intention to do so, the Contractor or its assignee mayenter upon the premises where the Leased Property may be and remove and repossess the Leased Property, from thepremises without being liable to the Lessee in any action or legal proceedings. The Contractor/assignee may, at itsoption, sell the repossessed Leased Property at public or private sale for cash or credit. The Lessee shall be liablefor the Contractor's/assignee's expenses of retaking possession, including without limitation the removal of theLeased Property and placing the Leased Property in good operating condition (if not in good operating condition atthe time of removal) in accordance with the manufacturer's specifications. Repossessed Leased Property shallinclude only those items that were leased or lease/purchased under the Lease.

c. Recover from the Lessee all rental payments then due, plus the net present value of the amount of the remainingrental payments. The present value of such remaining rental payments shall be calculated using a discount rateequal to the average of the weekly two- and three-year Treasury Constant Maturities published by the FederalReserve Board for the last calendar week of the month preceding the contractor's/assignee's termination of theapplicable Lease. The Treasury Constant Maturities are published in Statistical Release .15 and may be accessed viathe Federal Reserve Board’s Internet website.

2. In the event of Contractor default under the Default provision of the Contract, the Lessee may pursue one or moreof the following remedies:

a. If the rental payments under the Lease have been assigned to an Initial Assignee, the Lessee shall continue tomake payments for that Leased Property which has been delivered and for which the Lessee has providedacceptance certificates to the Contractor/Initial Assignee.

b. The Lessee may cancel, without liability for payment, its order for any Leased Property which has not beendelivered and for which it has not issued acceptance certificates. In this instance, the amount of the rental payments

Page 39

will be recalculated to take into consideration and pay for the actual amount of Leased Property which was deliveredand accepted. If no Leased Property has been delivered and accepted, the Lessee may terminate the Lease withoutliability for any payment.

c. If payments have not been assigned, the Lessee may set off or counterclaim any and all damages incurred by theLessee as a result of the Contractor's default against its obligation to make rental payments.

K. Purchase Option

If the Lessee is not in default, it shall have the right at the expiration of the Lease term to buy the Leased Property"as is with no additional warranty" by tendering the purchase option amount the parties have established. For anyLease with a Fair Market Value Option, the fair market value of the equipment shall be established by theContractor/Initial Assignee and shall not exceed the then-current purchase price of the Leased Property asestablished in the Contract. Upon the Lessee's exercise of a purchase option and payment of the required amount tothe Contractor/Initial Assignee, all right, title, and interest in the Leased Property shall pass to the Lessee.

L. Extension

If the Lessee does not elect to purchase the Leased Property at the expiration of a Lease term, and the Lessee is notin default under the Lease, the Lessee may elect to extend the Lease by written notification to the Contractor/InitialAssignee. The Lessee will make any elective extension under the same Leasing Terms and Conditions, includingany rent payable (not less than fair market rental value), and will continue until the earlier of termination by eitherparty upon one month's prior written notice, or five years from the date of installation.

M. Return of Leased Property

At the expiration or termination of a Lease for any Leased Property, or upon Contractor/Initial Assignee demandpursuant to Subsection J. of this Section, the Lessee shall promptly return the Leased Property, freight prepaid, toany location in the continental United States specified by the Contractor/Initial Assignee. The Lessee shall pay therequired rent for the Leased Property until they have been shipped to the Contractor.

1. Since DGS has, as a matter of policy, determined that all hard drives contain information that is confidential orsensitive, the Contractor shall, at its discretion, either remove and destroy any hard drive from the Leased Propertyor clean the hard drive to Office of Administration/U.S. Department of Defense standards, and the Contractor shallprovide written certification to the Lessee that the hard drive has been destroyed or cleaned to Office ofAdministration/U.S. Department of Defense standards.

2. Except in the event of a total loss of any or all Leased Property as described in Subsection E. of this Section, andexcept for any costs associated with the removal, destruction, and cleaning of any hard drives, the Lessee shall payany costs the Contractor/Initial Assignee incurs to restore the Leased Property to good operating condition inaccordance with the Contract specifications. All parts the Contractor/Initial Assignee may remove and replace shallbecome the Contractor's/Initial Assignee's property.

3. The Contractor's/Initial Assignee's costs associated with the cleaning of any hard drive to Office ofAdministration/U.S. Department of Defense standards and the removal and destruction of any hard drive(s) shall beincluded in the rental amount. The Lessee shall not be required to pay additional charges for the Contractor's/InitialAssignee's cleaning of a hard drive to Office of Administration/U.S. Department of Defense standards nor for theContractor's/Initial Assignee's removal and destruction of any hard drive(s) upon the return of a Leased item.

N. Compliance with Internal Revenue Code

1. Tax Exemption Financing. If it intends to provide tax exempt financing, the Contractor/Initial Assignee mustfile, in timely fashion, any reports the Internal Revenue Service may require with respect to the order under theInternal Revenue Code (IRC). The Lessee shall cooperate with the Contractor/Initial Assignee in the preparation andexecution of these documents. The Lessee shall also keep a copy of each notification of assignment with theLessee's counterpart of the order and shall not, during the Lease term, permit the Leased Property to be directly orindirectly used for a private business use within the meaning of Section 141 of the IRC.

Page 40

2. Governmental Status. Eligible Lessees include State entities or political subdivisions of a State for the purposeof Section 103(a) of the IRC as well as tax exempt non-profit corporations and entities under 501(c)(4) of the IRC.Any misrepresentation of a Lessee's status under the IRC shall constitute an event of default by the Lessee. If theInternal Revenue Service rules that the Lessee does not so qualify under either Section 103(a) or 501(c)(4) of theIRC, or if the Lessee fails to cooperate with the Contractor/Initial Assignee in the preparation and execution of anyreports required under Section 124 or 149 of the IRC (including 8038G and 8038GC forms), the Lessee will, upondemand, pay the Contractor/Initial Assignee a sum the Contractor/Initial Assignee determines sufficient to return theContractor/Initial Assignee to the economic status it would otherwise have received.

O. Governing Law

All Leases made under these Leasing Terms and Conditions shall be governed by and construed in accordance withthe laws of the Commonwealth of Pennsylvania, except that the parties agree that Article 2A of the UniformCommercial Code shall not apply or govern transactions under these Leasing Terms and Conditions.

P. Notices

Service of all notices under these Leasing Terms and Conditions shall be sufficient if delivered to the Lessee at theaddress set forth in the applicable Lease PO, or to the Contractor/Initial Assignee at the address set forth in itsacknowledgment of the Lease PO, including any attached document. Notices by mail shall be effective whendeposited in the U.S. mail, properly addressed, with sufficient paid postage. Notices delivered by hand or byovernight courier shall be effective when actually received.

V.47 CONTRACT-046.1 Manufacturer’s Price Reduction (Oct 2006)

If, prior to the delivery of the awarded item(s) by the Contractor, a price reduction is announced by the originalequipment manufacturer, a comparative price reduction will be given to the Commonwealth by the Contractor.

V.48 CONTRACT-051.1 Notice (Dec 2006)

Any written notice to any party under this Contract shall be deemed sufficient if delivered personally, or byfacsimile, telecopy, electronic or digital transmission (provided such delivery is confirmed), or by a recognizedovernight courier service (e.g., DHL, Federal Express, etc.) with confirmed receipt, or by certified or registeredUnited States mail, postage prepaid, return receipt requested, and sent to following:

a. If to the Contractor: the Contractor's address as recorded in the Commonwealth's Supplier Registrationsystem.

b. If to the Commonwealth: the address of the Issuing Office as set forth on the Contract.

V.49 CONTRACT-052.1 Right to Know Law (Feb 2010)a. The Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, (“RTKL”) applies to this Contract. For the

purpose of these provisions, the term “the Commonwealth” shall refer to the contracting Commonwealth agency.

b. If the Commonwealth needs the Contractor’s assistance in any matter arising out of the RTKL related to thisContract, it shall notify the Contractor using the legal contact information provided in this Contract. The Contractor,at any time, may designate a different contact for such purpose upon reasonable prior written notice to theCommonwealth.

c. Upon written notification from the Commonwealth that it requires the Contractor’s assistance in responding to arequest under the RTKL for information related to this Contract that may be in the Contractor’s possession,constituting, or alleged to constitute, a public record in accordance with the RTKL (“Requested Information”), theContractor shall:

1. Provide the Commonwealth, within ten (10) calendar days after receipt of written notification, access to,

Page 41

and copies of, any document or information in the Contractor’s possession arising out of this Contract that theCommonwealth reasonably believes is Requested Information and may be a public record under the RTKL; and2. Provide such other assistance as the Commonwealth may reasonably request, in order to comply with theRTKL with respect to this Contract.

d. If the Contractor considers the Requested Information to include a request for a Trade Secret or ConfidentialProprietary Information, as those terms are defined by the RTKL, or other information that the Contractor considersexempt from production under the RTKL, the Contractor must notify the Commonwealth and provide, within seven(7) calendar days of receiving the written notification, a written statement signed by a representative of theContractor explaining why the requested material is exempt from public disclosure under the RTKL.

e. The Commonwealth will rely upon the written statement from the Contractor in denying a RTKL request for theRequested Information unless the Commonwealth determines that the Requested Information is clearly not protectedfrom disclosure under the RTKL. Should the Commonwealth determine that the Requested Information is clearlynot exempt from disclosure, the Contractor shall provide the Requested Information within five (5) business days ofreceipt of written notification of the Commonwealth’s determination.

f. If the Contractor fails to provide the Requested Information within the time period required by these provisions,the Contractor shall indemnify and hold the Commonwealth harmless for any damages, penalties, costs, detriment orharm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damagesassessed against the Commonwealth.

g. The Commonwealth will reimburse the Contractor for any costs associated with complying with these provisionsonly to the extent allowed under the fee schedule established by the Office of Open Records or as otherwiseprovided by the RTKL if the fee schedule is inapplicable.

h. The Contractor may file a legal challenge to any Commonwealth decision to release a record to the public withthe Office of Open Records, or in the Pennsylvania Courts, however, the Contractor shall indemnify theCommonwealth for any legal expenses incurred by the Commonwealth as a result of such a challenge and shall holdthe Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth mayincur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth,regardless of the outcome of such legal challenge. As between the parties, the Contractor agrees to waive all rightsor remedies that may be available to it as a result of the Commonwealth’s disclosure of Requested Informationpursuant to the RTKL.

i. The Contractor’s duties relating to the RTKL are continuing duties that survive the expiration of this Contract andshall continue as long as the Contractor has Requested Information in its possession.

Page 42

STATE OF MANUFACTURE CHART

THIS FORM MUST BE COMPLETED AND RETURNED WITH THE BID

Revised 6/8/98

The Reciprocal Limitations Act 146 requires the Department to give Pennsylvania resident bidders a preference against a non-resident bidder from any state that gives or requires a preference to bidders from that state. The amount of preference shall be equal to the amount of preference applied by the state of the non-resident bidder. More information on this Act, or how to claim preference, can be obtained at our internet site at www.dgs.state.pa.us, by faxing a request to 717 787 -0725, or by calling Vendor Services at 717 787-2199 or 4705. All bidders must complete the following chart by listing the name of the manufacturer and the state (or foreign country) of manufacture for each item. If the item is domestically produced, the bidder must indicate the state in the United States where the item will be manufactured. This chart must be completed and submitted with the bid or no later than two (2) business days after notification from the Department of General Services to furnish the information. Failure to complete this chart and provide the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid.

ITEM NUMBER NAME OF MANUFACTURER STATE (OR FOREIGN COUNTRY) OF MANUFACTURE

BIDDER’S RESIDENCY A. In determining whether the bidder is a nonresident bidder from a state that gives or requires a preference to bidders from that state, the address given on the first page of this invitation for bid shall be used by the Department of General Services. If that address is incorrect, or if no address is given, the correct address should be provided in the space below: Correct Address:

INSTRUCTIONSZONES: The Bidder must indicate, by checking the appropriate box, the zone(s) where it intends to provide telephone systems, equipment and other related services. The Bidder must indicate the manufacturer of the telephone system(s) being offered.ADDITIONAL COSTS: The Bidder must indicate the costs for labor, location assessments and service visits.TELEPHONE SYSTEMS: The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Manufacturer(s)Zone 1 – Western Pennsylvania – includes the following counties: Erie, Crawford, Mercer, Lawrence, Beaver, Washington, Greene, Fayette, Westmoreland, Allegheny, Butler, Venango, Warren, McKean, Forest, Elk, Clarion, Jefferson, Armstrong, Indiana, Clearfield, Cambria, Somerset.Zone 2 – Central Pennsylvania – includes the following counties: Potter, Cameron, Clinton, Centre, Blair, Bedford, Fulton, Huntingdon, Tioga, Lycoming, Union, Snyder, Mifflin, Juniata, Perry, Cumberland, Franklin, Adams, York, Lancaster, Lebanon, Dauphin, Northumberland, Montour, Columbia, Schuylkill, Luzerne, Wyoming, Sullivan, Lackawanna, Bradford, Susquehanna.Zone 3 – Eastern Pennsylvania – includes the following counties: Wayne, Pike, Monroe, Carbon, Northampton, Lehigh, Berks, Bucks, Montgomery, Chester, Delaware, Philadelphia

Zones

ZonesThe Bidder must indicate, by checking the appropriate box, the zone(s) where it intends to provide telephone systems, equipment and other related services. The Bidder must indicate the manufacturer of the telephone system(s) being offered.

Weekday Hourly RateWeekend/Holiday Hourly Rate*Overtime Hourly Rate*Applies only if a technician exceeds eight (8) continuous work hours within a twenty-four (24) hour period.

Location Assessment CostService Visit Cost

Labor

Location Assessments & Visitation

Labor, Location Assessment and Service Visit CostsThe Bidder must indicate the costs for labor, location assessments and service visits.

Item Description Item Type Manufacturer Model Cost

Small Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Medium Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Large Key Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Small PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Medium PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Item Description Item Type Manufacturer Model Cost

Large PBX Telephone System Configuration(s)The Bidder must indicate all of the items required in order to make the telephone system(s) being offered fully operational. The Bidder must indicate the cost for all items, as well as the costs for those optional items and services within Section II - Specifications of the IFB. The Bidder must indicate each item type; Base System: required to make the telephone system fully operational, Expansion Configuration: required to make the telephone system more robust, Additional Component: additional components which are functional with the telephone system, Additional Feature: additional features which are compatible with the telephone system.

Appendix D - Lobbying Certification Form

Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that:

(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, Disclosure of Lobbying Activities, in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documents

for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed under Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for such failure.

SIGNATURE:_________________________________________________________________ TITLE:_______________________________________________________________________ DATE:_____________________________________________________________________________

DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB

Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 0348-0046

(See reverse for public burden disclosure.) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type:

a. contract a. bid/offer/application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. loan year _________ quarter _________ e. loan guarantee date of last report ______________ f. loan insurance

4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and Address of Prime:

Tier ______, if known :

Congressional District, if known : Congressional District, if known : 6. Federal Department/Agency: 7. Federal Program Name/Description:

CFDA Number, if applicable: _____________

8. Federal Action Number, if known : 9. Award Amount, if known :

$

10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if ( if individual, last name, first name, MI): different from No. 10a )

(last name, first name, MI ):

11. Signature:

Print Name:

Title:

Telephone No.: _______________________

Authorized for Local Reproduction

Standard Form LLL (Rev. 7-97)

Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be available for public inspection. required disclosure shall be subject to a not more than $100,000 for each such failure.

Prime Subawardee

Federal Use Only:

Date:

who fails to file the Any person $10,000 and than civil penalty of not less

INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employeeof any agency, a Member of Congress, an officer or employeeof Congress, or an employeeof a Member of Congress in connectionwith a coveredFederalaction. Completeall items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information.

1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action.

2. Identify the status of the covered Federal action.

3. Identify the appropriateclassification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action.

4. Enter the full name, address, city, State and zip code of the reporting entity. Include CongressionalDistrict, if known. Check the appropriateclassification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee,e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants.

5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address, city, State and zip code of the prime Federal

recipient. Include Congressional District, if known.

6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizationallevel below agency name, if known. For

example, Department of Transportation, United States Coast Guard.

7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance

(CFDA) number for grants, cooperative agreements, loans, and loan commitments.

8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001."

9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan

commitment for the prime entity identified in item 4 or 5.

10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action.

(b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI).

11. The certifying official shall sign and date the form, print his/her name, title, and telephone number.

According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503.

Appendix F – Zones

ZONE 1 ZONE 2 ZONE 3

Zone 1 – Western Pennsylvania – includes the following counties: Erie, Crawford, Mercer, Lawrence, Beaver, Washington, Greene, Fayette, Westmoreland, Allegheny, Butler, Venango, Warren, McKean, Forest, Elk, Clarion, Jefferson, Armstrong, Indiana, Clearfield, Cambria, Somerset. Zone 2 – Central Pennsylvania – includes the following counties: Potter, Cameron, Clinton, Centre, Blair, Bedford, Fulton, Huntingdon, Tioga, Lycoming, Union, Snyder, Mifflin, Juniata, Perry, Cumberland, Franklin, Adams, York, Lancaster, Lebanon, Dauphin, Northumberland, Montour, Columbia, Schuylkill, Luzerne, Wyoming, Sullivan, Lackawanna, Bradford, Susquehanna. Zone 3 – Eastern Pennsylvania – includes the following counties: Wayne, Pike, Monroe, Carbon, Northampton, Lehigh, Berks, Bucks, Montgomery, Chester, Delaware, Philadelphia.

Current Installed PBX/Key Telephone System within the Commonwealth Zone 1 Zone 2 Zone 3

179 247 91

Appendix G – Service Level Agreements

Table 1 SLA #1 Sys tem In s ta lla tion on Time Start Date

SLA # 1 – System Installation On Time

Service Level Description System Installation Complete

Service Level Definition Installation must be completed within 60 days of the ESMS order submit date.

Service Measurement Timeliness

Metric Description Installations whose 60-day end date period falls within the calendar month but do not meet the 60-day requirement as completed will be reported as in violation.

Metric Inclusions All ESMS PBX/Key requests for installations

Metric Exclusions The following request types will be excluded from service level counts: All other ESMS requests

Service Level 60 days

Calculation >60 days to install

(# days to install = difference between ESMS order submit date and ESMS actual complete date)

Data Source/s Enterprise Service Management System (ESMS)

Reporting Format/s Preferred Format: PDF

Report Elements

: SUMMARY REPORT – Header to include, but not limited to: SLA, SLA Description, Agency Name, # of Misses, Remedies Paid. DETAIL REPORT - Header to include, but not limited to: Total Number of PBX/Key Installations Due, Total Number of PBX/Key Installations Completed, Service Level, Service Level Achieved [Yes/No]; Detail to include PBX/Key installations due, Requesting Agency, Purchase Order number, Purchase Order Issuance Date, Installation Completed Date

Detailed Exclusion Report:

Measurement Window

To include, but not limited to: PBX/Key Installation(s) due, Requesting Agency, Purchase Order number, Purchase Order Issuance Date, Installation Completed Date, Reason for Exclusion

Monthly

Service Level Reporting Window Statistics will be provided by the vendor within ten (10) business days after the end of the month measured

Liquidated Damages Calculation (.5 x .01 x # business days delinquent) but no more than (.5 x total price of phone system) or stated as:

One-half of 1% per business day of delinquency, but not to exceed fifty (50) percent of the total price of the phone system.

Agency Recoupment method Deducted from scheduled payment, shown on invoice

Appendix G – Service Level Agreements

Table 2 SLA #2 Routine Service Repair Start Date

SLA # 2 – Routine Service Repair

Service Level Description

Routine Service Repair

Service Level Definition

Vendor must respond to the agency request within 24 hours of the Trouble Ticket Create date/time.

Vendor must perform repair services within 24 hours after initial response to original request.

Service Measurement Timeliness

Metric Description Repair services within 24 hours after response to service request, within normal working hours; 8 am to 5 pm, Monday thru Friday. Definitions include:

• Trouble Ticket Create date/time – the time the request was initiated for service

• Resolved date/time – the time that the request was determined to be completed by the Awarded Bidder

• “Pending” elapsed time – the amount of time that the trouble ticket is set to this status, which will stop the clock from running

• Initial response date/time – the time that the request was initially acted upon by the Awarded Bidder

• Trouble Ticket (TT) elapsed time – the time between the resolved date/time and initial response date/time, minus the “pending” elapsed time

Metric Inclusions All Remedy tickets for PBX/Key systems

Metric Exclusions Remedy tickets for non-PBX/Key systems

Service Level Less than 24 hours

Calculation TT elapsed time = ((resolved date/time – initial response date/time) – “pending” elapsed time) < 24

Data Source/s Enterprise Remedy System

Reporting Format/s Preferred Format: PDF

Report Elements

: SUMMARY REPORT – Header to include, but not limited to: SLA, SLA Description, Agency Name, # of Misses, Remedies Paid. DETAILED REPORT – Header to include, but not limited to:: SLA, SLA Description, Agency , Remedy PBX/Key Incident ID, Initial Response Date/Time, Resolved Date/Time, TT Elapsed Time

Detailed Exclusion Report:

Measurement Window

To include, but not limited to: Requesting Agency, Remedy PBX/Key Incident ID, Incident Request Date/Time, Incident Response Date/Time, Incident Resolved Date/Time, Reason for Exclusion

Monthly

Appendix G – Service Level Agreements

Service Level Reporting Window

Statistics will be provided by the vendor within ten (10) business days after the end of the month measured

Liquidated Damages Calculation

$100.00 initial charge plus $10.00 per hour for each additional hour until service is repaired

Agency Recoupment method

Deducted from scheduled payment, shown on invoice

Appendix G – Service Level Agreements

Table 3 SLA #3 Minor Malfunction Res pons e

Start Date

SLA # 3 – Minor Malfunction Response

Service Level Description

Minor Malfunction Response

Service Level Definition Vendor must respond by arriving at the location of the minor malfunction within 8 hours after notification.

Service Measurement Timeliness

Metric Description Respond to Remedy incident request by arriving at site of minor malfunction within 8 hours.

• Create date/time – the time the request was initiated for service

• Arrival date/time – the time that the Awarded Bidder arrived at the site

• Elapsed time – the arrival date/time minus the create date/time

Metric Inclusions A minor malfunction must be defined as, but not limited to, an occurrence of any or all of the following: 1) A failure of between 10% and up to 39% of the trunks or a total number of three (3) trunks or greater to function as normally intended. 2) A failure of between 10% and up to 39% of the stations or equipment or a total of three (3) stations or greater. 3) Any failure of supervisor and answering positions. 4) A failure of any equipment, which renders it incapable of functioning as it was intended. This includes features such as, ACD, auto attendant,

voice mail, SMDR, etc. 5) An indication of minor alarm condition.

Metric Exclusions Remedy tickets for non-PBX/Key systems

Service Level Arrive at location of minor malfunction within 8 hrs after notification

Calculation Elapsed time = (Arrival date/time – create date/time) < 8 hours

Data Source/s Enterprise Remedy System

Reporting Format/s Preferred Format: PDF

Report Elements

: SUMMARY REPORT – Header to include, but not limited to: SLA, SLA Description, Agency Name, # of Misses, Remedies Paid. DETAILED REPORT – Header to include, but not limited to:: SLA, SLA Description, Agency , Remedy PBX/Key Incident ID, Create Date/Time, Arrival Date/Time, Elapsed Time

Detailed Exclusion Report:

Measurement Window

To include, but not limited to: Requesting Agency, Remedy PBX/Key Incident ID, Incident Create Date/Time, Incident Response Date/Time, Incident Resolved Date/Time, Reason for Exclusion

Monthly

Service Level Reporting Statistics will be provided by the vendor within ten (10) business days after the end of the month measured

Appendix G – Service Level Agreements

Window

Liquidated Damages Calculation

$100.00 initial charge plus $10.00 per hour for each additional hour until service is repaired

Agency Recoupment method

Deducted from scheduled payment, shown on invoice

Appendix G – Service Level Agreements

Table 4 SLA #4 Major Malfunction Res pons e

Start Date

SLA # 4 – Major Malfunction Response

Service Level Description

Major Malfunction Response

Service Level Definition Vendor must respond by arriving at the location of the major malfunction within 2 hours after notification.

Service Measurement Timeliness

Metric Description Respond to Remedy incident request by arriving at site of major malfunction within 2 hours.

• Create date/time – the time the request was initiated for service

• Arrival date/time – the time that the Awarded Bidder arrived at the site

• Elapsed time – the arrival date/time minus the create date/time

Metric Inclusions A major malfunction must be defined as, but not limited to, an occurrence of any or all of the following: 1) A failure of the telephone system, which renders it incapable of performing its normal functions. 2) A failure of any or all of the consoles which prevents the telephone system from receiving or transmitting calls. 3) A failure of any equipment, which renders it incapable of functioning. This includes features such as ACD, auto

attendant, voice mail, paging, SMDR, etc. 4) A failure of 40% or more of the trunks to function as they are normally intended to. 5) A failure of 40% or more of the stations to function as they are normally intended to. 6) An indication of a major alarm condition. .

Metric Exclusions Remedy tickets for non-PBX/Key systems

Service Level Arrive at location of major malfunction within 2 hrs after notification

Calculation Elapsed time = (Arrival date/time – create date/time) < 2 hours

Data Source/s Enterprise Remedy System

Reporting Format/s Preferred Format: PDF

Report Elements

: SUMMARY REPORT – Header to include, but not limited to: SLA, SLA Description, Agency Name, # of Misses, Remedies Paid. DETAILED REPORT – Header to include, but not limited to:: SLA, SLA Description, Agency , Remedy PBX/Key Incident ID, Create Date/Time, Arrival Date/Time, Elapsed Time

Detailed Exclusion Report: To include, but not limited to: Requesting Agency, Remedy PBX/Key Incident ID, Incident Create Date/Time, Incident Response Date/Time, Incident Resolved Date/Time, Reason for Exclusion

Appendix G – Service Level Agreements

Measurement Window Monthly

Service Level Reporting Window

Statistics will be provided by the vendor within ten (10) business days after the end of the month measured

Liquidated Damages Calculation

$200.00 initial charge plus $20.00 per hour for each additional hour until service is repaired

Agency Recoupment method

Deducted from scheduled payment, shown on invoice

Appendix G – Service Level Agreements

Service Level Methodology

I. General Provisions: The following terms must have the following meanings: A. General:

(i) The service levels measure whether the Awarded Bidder has met certain agreed, measurable criteria for the services that the Awarded Bidder is contractually committed to provide to the Commonwealth. The Awarded Bidder must monitor, measure, collect, record and report to the Commonwealth its performance beginning on the service level commencement date and thereafter during the term against all service levels then in effect.

(ii) This schedule sets forth certain service levels against which the Awarded Bidder’s performance of the services must be measured. The Awarded Bidder must perform the services at or above the levels of performance indicated and if the Awarded Bidder fails to do so and is not otherwise excused from such failure, the Awarded Bidder must take the corrective actions and may be subject to the other remedial measures specified in this schedule and the contract.

(iii) The Awarded Bidder must be responsible for, and have in place as of the applicable service level commencement date, all of the measuring, monitoring and reporting capabilities necessary for measuring, monitoring and reporting the Awarded Bidder’s performance against the service levels.

(iv) Except as otherwise stated, all service levels must be measured by the Awarded Bidder on a twenty-four (24) hours-per-day, (7) days-a-week, three hundred sixty-five (365) days-per-year basis. The Awarded Bidder must report to the Commonwealth its performance against service levels upon the measurement window frequency specified for each service level in schedule

(v) The Awarded Bidder must promptly investigate and remediate all failures associated with service levels in accordance with Section VII below.

(vi) The Awarded Bidder must provide the Commonwealth with the performance reporting for the services as specified in this schedule.

(vii) The Commonwealth will have the right to receive service level credits and ultimately to terminate the services notwithstanding any of the aforesaid efforts of the Awarded Bidder, if and to the extent such rights accrue in accordance with the contract or this schedule.

(viii) The Commonwealth and the Awarded Bidder will each provide a single point of contact for the prompt resolution of all service level defaults and all failures to provide services to the Commonwealth in accordance with this schedule and the contract.

B. Reporting of Performance Measures: Commencing on the service level commencement date and continuing throughout the term:

(i) The Awarded Bidder must assemble and create the reports described in this schedule on the performance of the services, in order to assist in the effective management of the services and support the improvement of the service levels as described herein.

(ii) The Awarded Bidder must provide detailed supporting information for each report to the Commonwealth in electronic form suitable for use on a personal computer, upon request.

(iii) Commencing with the service level commencement date, within ten (10) business days after the last day of each month during the term, the Awarded Bidder will provide a monthly performance report that reports various metrics, including: a. The Awarded Bidder’s performance against and calculations with respect to each

service level during the preceding month; b. The Awarded Bidder’s performance with respect to each service level as a trend

analysis against a thirteen (13) month rolling performance trend report; and

Appendix G – Service Level Agreements

c. Potential problems of which the Awarded Bidder is aware that could reasonably be

expected to result in a failure to meet a service level and remedial actions including summaries of the reports submitted to the Commonwealth.

(iv) If any monthly performance report provided by the Awarded Bidder to the Commonwealth does not have sufficient detail and accuracy for the Commonwealth to determine whether the Awarded Bidder achieved or failed to achieve the service level for each service level in the immediately preceding measurement window, then the Commonwealth may provide written notice thereof to the Awarded Bidder, for a replacement report. The Awarded Bidder must provide the replacement report to the Commonwealth within ten (10) calendar days after receiving such notice.

II. Service Level Obligations: A. Service Level Obligations:

The metrics, measurement standards, and other pertinent features are described in schedule. B. Commencement of Service Level Obligations:

The Awarded Bidder must begin delivering the services in accordance with the service levels as each service offering is procured, maintained, or repaired. C. Service Level Defaults, Service Level Termination Event, and Excused Performance:

(i) Generally: The Commonwealth believes that all service levels are important to the proper support and operation of the Commonwealth’s business.

(ii) Service Level Defaults: The Awarded Bidders performance that results in a service level default must: a. Entitle the Commonwealth to receive a service level credit, b. Result in the Awarded Bidder promptly preparing a written root cause and recovery

plan designed to prevent the reoccurrence of such service level default. (iii) Excused Performance

a. Any occasional request by the Awarded Bidder for temporary SLA relief on a per incident basis must be submitted in advance in writing to the Commonwealth in accordance with the Change Procedures. The Commonwealth must in its sole discretion determine whether SLA relief should be granted and the period of time for such relief (if any), and its decision in this respect must not be subject to dispute resolution.

b. The Awarded Bidder’s failure to achieve the service level will not constitute a service level default or accrue toward a service level termination event to the extent such failure is excused in accordance with the terms of the contract.

D. Dispute Resolution:

If, after negotiating in good faith, the Commonwealth and the Awarded Bidder are unable to agree on an equitable adjustment for the service levels within ninety (90) days after completion of the applicable measurement period, either party may escalate the matter in accordance with the dispute resolution procedures set forth in the contract. Until such adjustment is resolved pursuant to such procedures, service level must remain as originally agreed by the Commonwealth and the Awarded Bidder.

Appendix G – Service Level Agreements

III. Additions, Modifications, Deletions and Reclassifications of Service Levels:

A. Additions and Modifications of Service Levels: (i) The Commonwealth may require the Awarded Bidder to modify the definition, metrics, data

elements, measurement standards, or other pertinent features of any existing service level, by sending a written request to the Awarded Bidder at least ninety (90) days prior to the date that such modifications are to be effective; provided that the Commonwealth may send such a request (which request may contain multiple changes) not more than once each calendar quarter. The terms and conditions upon which such modifications of metrics are implemented must be subject to the reasonable and mutual agreement of the Commonwealth and the Awarded Bidder and must be determined pursuant to the Change Procedures (in which measurement tools and design changes appropriate to each new service level or modified metric or measurement standard must be negotiated in good faith and agreed). The Awarded Bidder may not withhold its consent to add new service levels or modify the definition, metrics, data elements, measurement standards, or other pertinent features of any existing service levels, but the Awarded Bidder is permitted to negotiate in good faith the implementation specifics for such requested additions and modifications, including equitable adjustments to the charges.

(ii) For new service levels, the Awarded Bidder must submit its proposal to the Commonwealth for review and approval through the Change Procedures.

(iii) The Awarded Bidder must begin providing monthly performance measurements within thirty (30) calendar days of Commonwealth approval.

B. Deletions of Service Levels:

The Commonwealth may delete service levels by sending written notice to the Awarded Bidder at least thirty (30) days prior to the date that such deletions are to be effective.

IV. Measuring Tools:

A. Commencing on each applicable service level commencement date, the Awarded Bidder must provide, implement, maintain and utilize the necessary measurement and monitoring tools and procedures required to measure and report on the Awarded Bidder’s performance of the services against the applicable service levels. The Awarded Bidder’s measurement and monitoring of service level performance must permit reporting at a level of detail sufficient to permit the Commonwealth to verify compliance with the service levels, and must be subject to audit by the Commonwealth pursuant to the contract. The Awarded Bidder must provide the Commonwealth with information about and access to such procedures upon request for purposes of verification.

B. Notwithstanding the foregoing, any new tools required for new service levels added after the effective date must be identified in the Change Request Form or other documentation approving such new service level. In connection therewith, the Awarded Bidder must be obligated to propose a commercially reasonable measuring tool or methodology for a service level, and if it fails to do so, such tool or methodology must be determined by mutual agreement between the Commonwealth and Awarded Bidder.

C. If, after the effective date or the implementation of tools for new service levels either the Commonwealth or the Awarded Bidder desires to use a different measuring tool or methodology for a service level, it must request such change through the Change Procedures. If the other Party approves the new measuring tool or methodology, the Commonwealth and the Awarded Bidder will reasonably adjust the service level measurements to account for any increased or decreased sensitivity in the new measuring tools. It is not anticipated that changes in the measuring tools or methodologies will drive changes in service levels; rather, the need to collect and accurately reflect the performance data should drive the development or change in measuring tools or methodologies.

Appendix G – Service Level Agreements

V. Remedies and Waivers: The exercise by the Commonwealth of its rights under this schedule, including the right to receive service level credits must be without prejudice to its other rights or remedies under the contract or at law or equity, including the Commonwealth’s right to claim and collect damages and the Commonwealth's right to terminate the contract in whole or in part in accordance with the contract.

VI. Annual Review:

Within twelve (12) months after each applicable service level commencement date, and at least annually thereafter (after all initial service level commencement dates have passed, the Commonwealth and Awarded Bidder must agree to synchronize to a single date for future use), or at the request of either the Commonwealth or the Awarded Bidder, the Awarded Bidder and the Commonwealth will review the service levels and any proposed adjustments to them as appropriate pursuant to the Change Control Procedures to reflect any improved performance capabilities associated with advances in the technology and methods used to perform the services or material changes in volumes and metrics used to determine the service levels. The Commonwealth and the Awarded Bidder will also review any other considerations relating to the service levels raised by either the Commonwealth or the Awarded Bidder. As part of this review process, the Commonwealth and the Awarded Bidder may:

A. jointly determine and agree on the addition and/or removal of service levels, B. revise the categorization of service levels,

VII. Investigation and Correction:

The Awarded Bidder must promptly investigate and correct each failure to meet the service levels (whether or not such failure constitutes a service level default) by: A. Promptly initiating problem investigations; B. Promptly reporting problems and findings to the Commonwealth; C. Correcting problems and meeting or restoring service levels as soon as practicable; D. Advising the Commonwealth of the root cause of problems and the status of remedial efforts being

undertaken with respect to such problems; E. Providing reasonable evidence to the Commonwealth that the causes of such problems have been or will

be corrected; and F. Making written recommendations to the Commonwealth for improvement in procedures.

Appendix H – Change Request Form

Change Request Number

and Name: PBX_CCR_ Related CR/Contract

Section #:

Date Created: Date Submitted to COPA:

Description (Brief): Priority:

_____ URGENT _____ ORDINARY _____ LOW

Status: (Please Check)

Approved Pending

Rejected Cancelled Completed On Hold

Category: (Please Check)

Data Ops Voice Ops Security ISS Support

REQUESTOR INFORMATION Requestor:

Requestor Email: Requestor Phone Number:

Date Change Requested: COPA CONTACT INFORMATION

COPA Contact: COPA Email:

COPA Phone Number: Date Submitted:

Target Date: SERVICES AFFECTED

Service Name: Product Code:

Code: ___ New Service ___ Change Existing Service

FOR EACH PRODUCT CODE Unit Price:

Amt of Increase/Decrease: ___ Increase * – (Reference Cost Impact Study)

___ Decrease * - (Reference Cost Impact Study)

___ Revised ___ New Catalog Entry – Add new codes to Product Cat.

___No Unit Price Change

COST IMPACT Cost Impact – (None, brief

description or attached doc):

Technology: (check all that apply):

___ New ___ Revised ___ Hardware ___ Software

SAP Account Information, if applicable: SAP Fund: SAP Cost Center:

Performance Impact: Business Justification:

(*) NOTE: All statements that affect billing must be immediately forwarded to the Comptroller upon acceptance

Commonwealth of PA Awarded Bidder

_____________________________ _____________________________

Lanny Black, Director _[printed name, title]_______________

Commonwealth Telecommunications Services _[company, division]______________

Date_________________________ Date_________________________

Appendix H – Change Request Form

CHANGE PROCEDURES

I-1. General This schedule describes the process and procedures to be followed by the Commonwealth and the Awarded Bidder to make a change (the "Change Procedures"). The Commonwealth or the Awarded Bidder may, by joint agreement, amend or waive any part of the Change Procedures including, but not limited to, where the Commonwealth or the Awarded Bidder agree that shorter or longer time frames are more appropriate.

I-2. Objectives The objectives of the Change Procedures are as follows: A. to review each request for a change (a "Change Request") to determine whether such change is appropriate; B. to determine whether a change is within the scope of the services or constitutes a new service or is considered

to be a change to the in-scope services without constituting a change in the scope; C. to prepare a more detailed proposal to implement a Change Request (such proposal, a “Change Proposal”); D. to prioritize all Change Requests and Change Proposals; E. to minimize the risk of exceeding both time and cost estimates, if any, associated with the requested change

by identifying, documenting, quantifying, controlling, managing and communicating: (i) Change Requests, (ii) the preparation of Change Proposals, and (iii) their disposition;

F. to identify the different roles, responsibilities and actions that will be assumed and taken by the Commonwealth and the Awarded Bidder to define and implement the changes; and

G. to document a change whether or not such change results in any extra charge. The Commonwealth and the Awarded Bidder will be responsible for all costs and expenses incurred by its employees, agents and subcontractors with respect to its participation in, and responsibilities and obligations under, Change Procedures, unless expressly agreed otherwise in writing by the Commonwealth and the Awarded Bidder.

II-1. Change Requests The Commonwealth or the Awarded Bidder may initiate a Change Request by delivering to the other's Project Manager or his/her nominated representative a document (a “Change Request Form”) that describes the change and sets forth the reasons for it. Such Change Request Form will be the same or similar to that set forth in “Change Request Form”. Commonwealth will assign a unique number to any such request and will register the Change Request in the Change Request Log as described in Section III-1 below. Each Change Proposal that may be prepared for a Change Request will be tracked by reference to the Change Request to which it relates.

The Commonwealth’s and the Awarded Bidder’s respective Project Manager or his/her nominated representatives will be responsible for reviewing and considering any Change Request, and will approve it for further investigation, if deemed necessary. If the Commonwealth and the Awarded Bidder agree that the Change Request requires further investigation, the Project Managers will authorize such investigation, which will be performed as required by the Awarded Bidder and/or Commonwealth. In accordance with Section III below, the Commonwealth Project Manager (with review and concurrence from the Awarded Bidder’s Project Manager) will be responsible for keeping up to date the status of each Change Request in the Change Request Log as the status of the Change Request changes through the Change Procedures.

Appendix H – Change Request Form

II-2. Effectiveness of a Change A. Signed Change Orders:

Upon the signature of a Change Proposal by both Project Managers, the contents of such Change Proposal will be deemed to be agreed and incorporated into the contract on the date of the last signature or as the Commonwealth and the Awarded Bidder may otherwise agree (each such accepted Change Proposal will become a “Change Order”). All services added or modified by a Change Order will be “Services” under the contract, and the performance of Change Orders will in all respects be governed by the contract. Except as expressly provided herein, no part of the discussions or interchanges between the Commonwealth and the Awarded Bidder will be obligated to approve any change or will constitute an amendment or waiver of the contract unless and until reflected in a Change Proposal and adopted in accordance with this agreement. Neither the Commonwealth nor the Awarded Bidder will have any obligation to commence or comply with any change, perform services that would be covered by any change, or pay any charges that would be covered by any change, until such time as the Project Managers have signed the appropriate Change Order.

B. Acceptance Criteria: The Commonwealth’s acceptance of, and payment for, work under other Change Orders will be subject to the Commonwealth’s approval that such work materially complies with the mutually agreed objective acceptance criteria set forth in the Change Order during an acceptance period designated in the Change Order. If the Awarded Bidder’s work under a Change Order does not comply, the Awarded Bidder will correct such work and resubmit the change for the Commonwealth’s acceptance.

III-1. Change Request Log A. The Commonwealth will maintain the Change Request Log which will consist of the following fields:

(i) number of the Change Request; (ii) name of the originating Party; (iii) a brief description of the change; (iv) the current status of the change; and (v) the date of registration of the Change Request in the Change Request Log.

B. The Commonwealth will provide the Change Request Log to the Awarded Bidder upon request. C. The status of the Change Request at any stage in Change Procedures will be one of the following:

(i) approved (i.e., change request is approved for signature) (ii) pending (i.e., ) (iii) rejected (i.e., ) (iv) cancelled (i.e., change request is no longer required) (v) completed (i.e., change request has been signed and awaiting implementation) (vi) on hold (i.e., progress is temporarily halted)

Appendix I – Cable Management Form SECTION 1

Agency: Building Number:

Building Address: State Service Order (ESMS):

Maintenance Vendor/Technician: Maintenance Date:

Technician Comments: Service Provider:

Circuit Carrier:

SECTION 2

Billing Telephone #: WTN /Circuit #:

Type of Service: Cable System Type:

2 or 4 Wire Circuit: LEC Office Equipment:

LEC Primary Cable: LEC Primary Patch Panel/Block:

LEC Primary Port/Pair: LEC Secondary Cable:

LEC Secondary Patch Panel/Block: LEC Secondary Port/ Pair:

Ext. Demark Primary Cable: Ext. Demark Primary Patch Panel/Block:

Ext. Demark Primary Port/Pair: Ext. Demark Secondary Cable:

Ext. Demark Secondary Patch Panel/Block: Ext. Demark

Secondary Port/Pair:

SECTION 3

MDF Cable: MDF Patch Panel/Block:

MDF Port/Pair: IDF Floor:

IDF ID: IDF Cable:

IDF Patch Panel/Block: IDF Port/Pair:

Station Cable: Station Patch Panel/Block:

Station Port/Pair: Station Jack Number:

Station Cable Category:

COSTARS PROGRAM QUESTIONNAIRE

If your firm is awarded a Contract, does it agree to sell the awarded items/services at the same prices and/or discounts, and in accordance with the contractual terms and conditions, to registered COSTARS Members who elect to participate in the contract? If your answer is “YES”, your firm agrees to pay the applicable Administrative Fee ($1500 or $500 for Qualified Small Businesses) upon contract award and each contract renewal date. Please Answer: YES ______ NO ______ If you are asserting that your firm is a Qualified Small Business, have you completed, signed and included with your bid the required Department of General Services Small Business Certification form? Please Answer: YES ______ NO ______ __________________________________ Corporate or Legal Entity Name __________________________________ Signature/Date __________________________________ Printed Name/Title

(Rev. 01-19-2010)

DEPARTMENT OF GENERAL SERVICES SMALL BUSINESS CERTIFICATION

If the Bidder/Offeror is a Qualified Small Business, the Bidder/Offeror must complete, sign and submit the following certification with its Bid/Proposal.

I, ________________________________, being the _____________________________ [title] of _________________________________ [Contractor], ("Contractor") do hereby certify and represent to the Commonwealth of Pennsylvania ("Commonwealth") that: 1. Contractor is not a subsidiary of another firm. Yes No 2. Contractor is not dominant in its field of operation. Yes No 3. Contractor employs no more than 100 full-time or

full-time equivalent employees. Yes No

Total Number of Full-time or Full-time Equivalent Employees on Payroll 4. Contractor earned less than $20,000,000 in gross annual revenues ($25,000,000 in gross annual

revenues for those businesses in the information technology sales or service business) in each of its last two fiscal years. Yes No

Gross Annual Revenues in its Last Fiscal Year $ Gross Annual Revenues in its Preceding Fiscal Year $

5. If Contractor is a new business (less than 1 year), Contractor has an approved business plan

by the Small Business Development Center or by a Pennsylvania Enterprise Center authorized by the Minority Development Agency of the United States Department of Commerce. Yes No

6. The information and certifications provided by Contractor are material and important and

will be relied upon by the Commonwealth in awarding the contract. The Department shall treat any misstatement as fraudulent concealment of the true facts punishable under Section 4904 of the Pennsylvania Crimes Code, Title 18, of Pa. Consolidated Statutes.

Attest or Witness: ______________________________ Corporate or Legal Entity's Name _____________________________ ______________________________ Signature/Date Signature/Date _____________________________ ______________________________ Printed Name/Title Printed Name/Title

Commonwealth of Pennsylvania

Form Revised 02/26/08 Page 1 of 1

Date: 08/13/2012 Subject: IFB - PBX & Key Telephone Systems

Solicitation Number: 6100022456 Opening Date/Time: 08/31/2012 4:00 PM Addendum Number: 1

To All Suppliers: The Commonwealth of Pennsylvania defines a solicitation “Addendum”” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals). List any and all changes: The following changes are being made to the Calendar of Event listed on Page 3 of the IFB: The Commonwealth has extended the due date of the IFB until Friday, August 31, 2012 at 4:00pm. The Commonwealth has extended the posting date for the answers to questions until Wednedsay, August 15, 2012 by 4:00pm.. For electronic solicitation responses via the SRM portal:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • To attach the Addendum, download the Addendum and save to your computer. Move to ‘My Notes”, use the

“Browse” button to find the document you just saved and press “Add” to upload the document. • Review the Attributes section of your solicitation response to ensure you have responded, as required, to any

questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

For solicitations where a “hard copy” (vs. electronic) response is requested:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • If you have already submitted a response to the original solicitation, you may either submit a new response, or

return this Addendum with a statement that your original response remains firm, by the due date to the following address:

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the solicitation and any previous solicitation addenda, remain as originally written. Very truly yours, Name: Joseph M. Millovich Title: Commodity Specialist Phone: 717-214-3434 Email: [email protected]

Commonwealth of Pennsylvania

Form Revised 02/26/08 Page 1 of 1

Date: 08/15/2012 Subject: IFB - PBX & Key Telephone Systems

Solicitation Number: 6100022456 Opening Date/Time: 08/31/2012 4:00 PM Addendum Number: 2

To All Suppliers: The Commonwealth of Pennsylvania defines a solicitation “Addendum”” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals). List any and all changes: The following documentation has been added to this IFB as part of this addendum: Questions and Answers For electronic solicitation responses via the SRM portal:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • To attach the Addendum, download the Addendum and save to your computer. Move to ‘My Notes”, use the

“Browse” button to find the document you just saved and press “Add” to upload the document. • Review the Attributes section of your solicitation response to ensure you have responded, as required, to any

questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

For solicitations where a “hard copy” (vs. electronic) response is requested:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • If you have already submitted a response to the original solicitation, you may either submit a new response, or

return this Addendum with a statement that your original response remains firm, by the due date to the following address:

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the solicitation and any previous solicitation addenda, remain as originally written. Very truly yours, Name: Joseph M. Millovich Title: Commodity Specialist Phone: 717-214-3434 Email: [email protected]

QUESTIONS AND ANSWERS FOR

INVITATION FOR BID FOR

PBX & KEY TELEPHONE SYSTEMS (6100022456)

Number Question Answer

1 (Section II-3, B-3) Can you provide an example of the Facsimile and Form Software you are asking for?

No. This statement is requiring that the software provided with the system be able to support the functions identified.

2

What are the criteria for small, medium and large Key Systems and PBX? Are there standard line and station size configurations that you are looking for in the Cost Matrix?

The base criteria for each size telephone system is as follows: Small: up to 100 Medium: 101 to 250 Large: 250 and up It is important to note that each manufacturer may have different specifications for each size of telephone system. The Commonwealth does not favor one manufacturer over another. The notation of small, medium and large is to merely state that the Commonwealth will have different requirements based on size of telephone systems.

3

(Section II-3, B-8) Where can I find information on what the Commonwealth's Voice over Internet Protocol solution and telephone devices are?

The statement in Section II-3, B-8 was made to make all vendors aware that the Commonwealth will be leveraging a VOIP platform for the enterprise going forward. The CoPA solution and devices are defined at the site. http://www.oa.state.pa.us/portal/server.pt/community/penn_connect/20642

4

Is there a base quantity we should use for each system size? Small Key Telephone system Phones___ Lines ____ Medium Key Telephone system Phones___ Lines ____ Large Key Telephone system Phones___ Lines ____ Small PBX Telephone system Phones___ Lines ____ Medium PBX Telephone system Phones___ Lines ____ Large KPBX Telephone system Phones___ Lines ____

Refer to the answer to question number 2.

5

What determines the size requirements for small, medium and large Key Systems and PBX systems? We need more specific port counts on phones and trunks and voice mails requirements in order to do configurations. Each vendor should be sizing the same configuration in order to be competitive.

Refer to the answer to question number 2.

6 You mention IVR capability in the IFB. What size IVR and what applications will be running on the system?

This would be determined by the agency that is purchasing equipment via this contract & the processes they are supporting.

7

We respectfully request an extension in the response due date by 4 weeks, until Sept. 14, 2012. We believe the response is important enough to warrant the additional time.

The Commonwealth has extended this IFB until August 31, 2012.

8

(Section II-3. B-8) Please explain this statement including an explanation of the “Commonwealth’s VoIP solution”.

Telephone systems being provided must be able to send and receive VoIP .. The CoPA solution and devices are defined at the site. http://www.oa.state.pa.us/portal/server.pt/community/penn_connect/20642

9 Requesting an extension of the due date for this IFB. We feel two weeks is not enough time to submit a complete response.

The Commonwealth has extended this IFB until August 31, 2012.

10

On the state web portal for the bid, when I created a response there is one line item. It lists local and long distance services not PBX & Key Telephone Systems. Is this just a mistake? Do you want a dollar amount entered here or just on the documents provided in the bid?

Line item #1, Bid Package Total, within the PASupplierPortal may intentionally be left blank. The costs for PBX & key telephone systems, equipment and other related services must be specified and attached using Appendix C – Cost Matrix.

11 Please let me know if you can provide an estimated budget for this contract.

There is no estimated budget at this time.

12

(Section II-3. D-2) Does this requirement refer to extending the demarc beyond 295 feet? Provide an example of why this would be required. Provide a distance beyond 295 feet so a price can be determined.

In a campus type environment you may have one demarc in one building for several buildings. Cabling beyond the normal distance would be needed in this scenario. A price per ft or such over 295 feet would be acceptable.

13 Will SLAs apply only to new systems covered by warranty and maintained systems?

Yes, the SLAs will apply to both new systems with a warranty and systems that are in a maintenance mode.

14 Is COSTARS participation mandatory? No.

15 Can the Cost Matrix-Appendix C be uploaded? Yes, see I-18 “Attaching Follow-On Documents to your Bid”.

16 Is there a maximum file size limitation for an upload to the PASupplierPortal?

There is no file size limitation.

17

What companies are currently on the Commonwealth of Pennsylvania PBX and Key System contracts?

The Commonwealth does not currently have contracts for PBX and key telephone systems, equipment and other related services. All information related to the expired contracts can be found on the eMarketplace website (reference contract number 5805-55).

18 How much business was conducted over the life of those contracts? And what was the time period of these contracts?

The total cost of the expired contracts is unknown at this time. The time period for those expired contracts was January 1, 2007 through March 31, 2012

19

Will the Commonwealth be providing specifics as to line size, trunking, applications, etc. for each of the six systems to be proposed? Page 14 of the IFB specifies the Telephone Systems must meet a minimum redundancy level, please specify if this redundancy is required in the smaller (key) systems.

Refer to the answer to question number 2. Redundancy is required for all PBX telephone systems, regardless of its size, however, key telephone systems do not require redundancy.

20

(Section II-3. B-8) The IFB states that Telephone Systems must be compatible with the Commonwealth’s VoIP system. What VoIP System does the Commonwealth currently have and what sort of compatibility would you be looking for?

Refer to the answer to question number 3.

21

Is there a separate document indicating the required response format? If so, where can it be found?

The following documentation is attached to the IFB and available via the eMarketplace and PASupplierPortal websites. Each document must be completed and attached to your bid: Appendix B - State of Manufacture Chart Appendix C - Cost Matrix Appendix D - Lobbying Certification Form Appendix E - Disclosure of Lobbying Activities Appendix J - COSTARS Program Questionnaire Appendix K - COSTARS Small Business Certification Manufacturer Authorization Letter(s) (if applicable)

22 (Section II-3, B) Can you give an idea of what is a small, medium and large phone system (current systems)?

Refer to the answer to question number 2.

23 Are you deploying VMWare in your data center? If yes, are you willing to deploy Mitel Virtualization Solution in your Datacenter?

Yes, the Commonwealth’s Data Center currently deploys VMWare. No, not at this time.

24 Are you looking for carrier services pricing also on T-1 circuits, MPLS or CO trunks?

No.

25

Can I submit one spreadsheet that covers all the design and if so how do I specific that is what I am doing? In reality the system size (small, medium, large) is not the consideration in today’s technology, it is more specific to applications required, so any one of the platforms proposed may be necessary to meet end-user requirements.

No. Please follow directions of Appendix C – Cost Matrix.

26

I have a large amount of data to enter into the Cost Data Matrix and the cells on the sheet are locked. I want to cut and paste info and I am unable?

A Bidder must submit its bid for telephone systems, equipment and other related services following the format specified within Appendix C – Cost Matrix, as the Appendix C – Cost Matrix has been protected to ensure the uniformity of the data received from all Bidders.

27

(Page 15) Cannot find anywhere in the IFB documentation what constitutes small, medium and large configuration for the telephone systems. This also does not appear in the cost matrix – Appendix C other than a main title.

Refer to the answer to question number 2.

28

(Section II-3. B-8) Does not define what the Commonwealth’s VoIP solution and telephone devices are? Does the installed systems have to communicate with this network? If so, what are the particulars of the VoIP system now being used?

Telephone systems being provided must be able to send and receive VoIP. Installed systems must be able to connect via the COs. The CoPA solution and devices are defined at the site. http://www.oa.state.pa.us/portal/server.pt/community/penn_connect/20642

Commonwealth of Pennsylvania

Form Revised 02/26/08 Page 1 of 1

Date: 08/17/2012 Subject: IFB - PBX & Key Telephone Systems

Solicitation Number: 6100022456 Opening Date/Time: 08/31/2012 4:00 PM Addendum Number: 3

To All Suppliers: The Commonwealth of Pennsylvania defines a solicitation “Addendum”” as an addition to or amendment of the original terms, conditions, specifications, or instructions of a procurement solicitation (e.g., Invitation for Bids or Request for Proposals). List any and all changes: The following documentation has been added to this IFB as part of this addendum: Addendum #3 Questions & Answers Appendix L - PBX & Key Telephone System Data For electronic solicitation responses via the SRM portal:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • To attach the Addendum, download the Addendum and save to your computer. Move to ‘My Notes”, use the

“Browse” button to find the document you just saved and press “Add” to upload the document. • Review the Attributes section of your solicitation response to ensure you have responded, as required, to any

questions relevant to solicitation addenda issued subsequent to the initial advertisement of the solicitation opportunity.

For solicitations where a “hard copy” (vs. electronic) response is requested:

• Attach this Addendum to your solicitation response. Failure to do so may result in disqualification. • If you have already submitted a response to the original solicitation, you may either submit a new response, or

return this Addendum with a statement that your original response remains firm, by the due date to the following address:

Except as clarified and amended by this Addendum, the terms, conditions, specifications, and instructions of the solicitation and any previous solicitation addenda, remain as originally written. Very truly yours, Name: Joseph M. Millovich Title: Commodity Specialist Phone: 717-214-3434 Email: [email protected]

QUESTIONS AND ANSWERS FOR

INVITATION FOR BID FOR

PBX & KEY TELEPHONE SYSTEMS (6100022456)

Number Question Answer

1 (Section II-3, B-3) Can you provide an example of the Facsimile and Form Software you are asking for?

No. This statement is requiring that the software provided with the system be able to support the functions identified.

2

What are the criteria for small, medium and large Key Systems and PBX? Are there standard line and station size configurations that you are looking for in the Cost Matrix?

The base criteria for each size telephone system is as follows: Small: up to 100 Medium: 101 to 250 Large: 250 and up It is important to note that each manufacturer may have different specifications for each size of telephone system. The Commonwealth does not favor one manufacturer over another. The notation of small, medium and large is to merely state that the Commonwealth will have different requirements based on size of telephone systems.

3

(Section II-3, B-8) Where can I find information on what the Commonwealth's Voice over Internet Protocol solution and telephone devices are?

The statement in Section II-3, B-8 was made to make all vendors aware that the Commonwealth will be leveraging a VOIP platform for the enterprise going forward. The CoPA solution and devices are defined at the site. http://www.oa.state.pa.us/portal/server.pt/community/penn_connect/20642

4

Is there a base quantity we should use for each system size? Small Key Telephone system Phones___ Lines ____ Medium Key Telephone system Phones___ Lines ____ Large Key Telephone system Phones___ Lines ____ Small PBX Telephone system Phones___ Lines ____ Medium PBX Telephone system Phones___ Lines ____ Large KPBX Telephone system Phones___ Lines ____

Refer to the answer to question number 2.

5

What determines the size requirements for small, medium and large Key Systems and PBX systems? We need more specific port counts on phones and trunks and voice mails requirements in order to do configurations. Each vendor should be sizing the same configuration in order to be competitive.

Refer to the answer to question number 2.

6 You mention IVR capability in the IFB. What size IVR and what applications will be running on the system?

This would be determined by the agency that is purchasing equipment via this contract & the processes they are supporting.

7

We respectfully request an extension in the response due date by 4 weeks, until Sept. 14, 2012. We believe the response is important enough to warrant the additional time.

The Commonwealth has extended this IFB until August 31, 2012.

8

(Section II-3. B-8) Please explain this statement including an explanation of the “Commonwealth’s VoIP solution”.

Telephone systems being provided must be able to send and receive VoIP .. The CoPA solution and devices are defined at the site. http://www.oa.state.pa.us/portal/server.pt/community/penn_connect/20642

9 Requesting an extension of the due date for this IFB. We feel two weeks is not enough time to submit a complete response.

The Commonwealth has extended this IFB until August 31, 2012.

10

On the state web portal for the bid, when I created a response there is one line item. It lists local and long distance services not PBX & Key Telephone Systems. Is this just a mistake? Do you want a dollar amount entered here or just on the documents provided in the bid?

Line item #1, Bid Package Total, within the PASupplierPortal may intentionally be left blank. The costs for PBX & key telephone systems, equipment and other related services must be specified and attached using Appendix C – Cost Matrix.

11 Please let me know if you can provide an estimated budget for this contract.

There is no estimated budget at this time.

12

(Section II-3. D-2) Does this requirement refer to extending the demarc beyond 295 feet? Provide an example of why this would be required. Provide a distance beyond 295 feet so a price can be determined.

In a campus type environment you may have one demarc in one building for several buildings. Cabling beyond the normal distance would be needed in this scenario. A price per ft or such over 295 feet would be acceptable.

13 Will SLAs apply only to new systems covered by warranty and maintained systems?

Yes, the SLAs will apply to both new systems with a warranty and systems that are in a maintenance mode.

14 Is COSTARS participation mandatory? No.

15 Can the Cost Matrix-Appendix C be uploaded? Yes, see I-18 “Attaching Follow-On Documents to your Bid”.

16 Is there a maximum file size limitation for an upload to the PASupplierPortal?

There is no file size limitation.

17

What companies are currently on the Commonwealth of Pennsylvania PBX and Key System contracts?

The Commonwealth does not currently have contracts for PBX and key telephone systems, equipment and other related services. All information related to the expired contracts can be found on the eMarketplace website (reference contract number 5805-55).

18 How much business was conducted over the life of those contracts? And what was the time period of these contracts?

The total cost of the expired contracts is unknown at this time. The time period for those expired contracts was January 1, 2007 through March 31, 2012

19

Will the Commonwealth be providing specifics as to line size, trunking, applications, etc. for each of the six systems to be proposed? Page 14 of the IFB specifies the Telephone Systems must meet a minimum redundancy level, please specify if this redundancy is required in the smaller (key) systems.

Refer to the answer to question number 2. Redundancy is required for all PBX telephone systems, regardless of its size, however, key telephone systems do not require redundancy.

20

(Section II-3. B-8) The IFB states that Telephone Systems must be compatible with the Commonwealth’s VoIP system. What VoIP System does the Commonwealth currently have and what sort of compatibility would you be looking for?

Refer to the answer to question number 3.

21

Is there a separate document indicating the required response format? If so, where can it be found?

The following documentation is attached to the IFB and available via the eMarketplace and PASupplierPortal websites. Each document must be completed and attached to your bid: Appendix B - State of Manufacture Chart Appendix C - Cost Matrix Appendix D - Lobbying Certification Form Appendix E - Disclosure of Lobbying Activities Appendix J - COSTARS Program Questionnaire Appendix K - COSTARS Small Business Certification Manufacturer Authorization Letter(s) (if applicable)

22 (Section II-3, B) Can you give an idea of what is a small, medium and large phone system (current systems)?

Refer to the answer to question number 2.

23 Are you deploying VMWare in your data center? If yes, are you willing to deploy Mitel Virtualization Solution in your Datacenter?

Yes, the Commonwealth’s Data Center currently deploys VMWare. No, not at this time.

24 Are you looking for carrier services pricing also on T-1 circuits, MPLS or CO trunks?

No.

25

Can I submit one spreadsheet that covers all the design and if so how do I specific that is what I am doing? In reality the system size (small, medium, large) is not the consideration in today’s technology, it is more specific to applications required, so any one of the platforms proposed may be necessary to meet end-user requirements.

No. Please follow directions of Appendix C – Cost Matrix.

26

I have a large amount of data to enter into the Cost Data Matrix and the cells on the sheet are locked. I want to cut and paste info and I am unable?

A Bidder must submit its bid for telephone systems, equipment and other related services following the format specified within Appendix C – Cost Matrix, as the Appendix C – Cost Matrix has been protected to ensure the uniformity of the data received from all Bidders.

27

(Page 15) Cannot find anywhere in the IFB documentation what constitutes small, medium and large configuration for the telephone systems. This also does not appear in the cost matrix – Appendix C other than a main title.

Refer to the answer to question number 2.

28

(Section II-3. B-8) Does not define what the Commonwealth’s VoIP solution and telephone devices are? Does the installed systems have to communicate with this network? If so, what are the particulars of the VoIP system now being used?

Telephone systems being provided must be able to send and receive VoIP. Installed systems must be able to connect via the COs. The CoPA solution and devices are defined at the site. http://www.oa.state.pa.us/portal/server.pt/community/penn_connect/20642

29

(Section II-3, B-7) Are the telephone system requirements required for Small, Medium, Large Key Telephone Systems as well as Small, Medium, Large PBX Telephone Systems?

At minimum, mandatory requirements on small key systems are VoIP capability, lightning protection & one (1) hour battery backup power. All other systems must meet the system requirements listed in Section II-3, B-7.

30

(Section II-3, B-8) Please confirm the Commonwealth’s Voice over IP solution and telephone devices (equipment manufacture, equipment model and software revision).

The CoPA VoIP solution and devices are defined at the site. http://www.oa.state.pa.us/portal/server.pt/community/penn_connect/20642

31

(Section II-3, D-2) Will the Costs (Labor & Services) tab with-in the Appendix C-Cost Matrix be an appropriate location for the pricing of cable runs which exceed 295 feet? There is no field currently in the Appendix C-Cost Matrix for cable runs.

No, the cost for cable runs which exceed 295 must be specified for each telephone system. Specify the cost for these cable runs on the sheets labeled Sm., Med., Lg. Telephone System(s).

32

(Section II-3, D-3) Will the cable run for the “power failure jack” be provided by the Commonwealth or will the bidder be required to provide this cable run at each location? If the bidder is required to provide this cable run, please provide the distance from the telephone system to the termination point for each location required and the total number of locations in each zone.

Awarded bidder will provide cable run for which length will vary per site. Depending on the needs of the customer, each installation will dictate if new power failure jack(s) installations are needed. Estimate the cost of the cable by submitting a cost per linear foot. Estimate the cost of the termination hardware per unit price.

33

(Section II-3, D-5) Are the cabling records for each location currently up-to-date? Or will the awarded bidder be responsible for labeling and documenting the cable at each location?

Cable records exist for most locations, however, they may not be up to date. Awarded Bidder(s) will be responsible for labeling cables or maintaining cable records only at locations where work is performed. A separate request may be submitted for toning and tagging services at the Agency’s discretion.

34 (Section II-3, D-10) Please provide a list of the number location in each zone and the number of expected cable runs at each location.

Please see Appendix L – PBX & Key Telephone System Data. The expected number of cable runs cannot be determined at each location at this time.

35 Please provide a list of the physical address of each Commonwealth location in each zone.

Please see Appendix L – PBX & Key Telephone System Data as it contains the physical address of each location and the zone.

36

(Section II-3, E-1) Does this include existing telephone systems, not installed by the awarded bidder? If the awarded bidder is required to maintain existing telephone systems, not installed by the awarded bidder, please provided a list of the existing telephone systems, their physical address and zone number.

The awarded bidder will be responsible for maintaining existing telephone systems. Please see Appendix L – PBX & Key Telephone System Data.

37

(Section II-3, E-2) Are any of the existing telephone systems currently covered under warranty? Is the awarded bidder required to maintain software on existing telephone systems, not installed by the awarded bidder, that are currently under warranty? If the awarded bidder is required to maintain software on current telephone systems, not installed by the awarded bidder, that are covered under warranty, please provide a list of telephone system types, model numbers, warranty information, current software revision and physical address.

Warranty information is not kept in the system – each individual Agency keeps that information. There is an activation date with Appendix L - PBX & Key Telephone System Data.

38

(Section II-3, F-1) Is training required to include all available telephone system options or is training covering the site specific telephone system and options?

Training should be specific to the site’s telephone system. A list of all features of that telephone system may be provided as long as an inventory of what options the specific system has is included.

39

Please provide the Commonwealth’s definition of a Small Key Telephone System, Medium Key Telephone System, Large Key Telephone System, Small PBX Telephone System, Medium PBX Telephone System and Large PBX Telephone System. (i.e. number of digital stations, number of IP stations, number of analog stations, number / type of CO circuits, etc.)

Refer to the answer to question number 2.

BILLING IDENTIFIER (BT SYSTEM IDENTIFIER ACTIVATION DATE DEACTIVATION DATE SYSTEM MANFACTUR SYSTEM CONFIGURAT IP STATUS MAINTENANCE TYPE MAINTENANCE CONTR CONTRACT EXPIRATIO VOICE MAIL TYPE VOICE MAIL MANUFA NBR OF VOICE MAIL P ACD CAPABILITY NBR OF ACD AGENTS NBR OF ACD SUPERVIS NBR OF DID TRUNKS NBR OF DOD TRUNKS NBR OF COMBO TRUN NBR OF 2-WAY TRUNK NBR OF ISDN TRUNKS NBR OF DS1 TRUNKS NBR OF CENTREX LINE NBR OF BUSINESS LINE NBR OF TIE LINES NBR OF INSTALLED AN NBR OF INSTALLED DIG TOTAL NBR OF INSTAL MAX NBR OF ANALOG MAX NBR OF DIGITAL MAX TOTAL NBR OF ST AGENCY NOTES LOCATION SERVICE ID Dpt LAST ISS PON County ZonePBX-Maint 2728670001 5/24/2012 12-CI-SYPBX008260 - NEC - NEAX 2400 None None No 2 112 32 240 30 N 3rd St - State Em 6795 70 272867 Dauphin 2PBX-Maint 2728660001 5/24/2012 12-CI-SYPBX008230 - NEC - NEAX 2000 None None No 12 12 Rte 257 - SERS Suite 6 12859 70 272866 Venango 1PBX-Maint 2728650001 5/24/2012 12-CI-SYPBX008230 - NEC - NEAX 2000 None None No 12 12 93 Pierce Ln - SERS Mo 14718 70 272865 Lycoming 2PBX-Maint 2728640001 5/24/2012 12-CI-SYPBX008230 - NEC - NEAX 2000 None None No 12 12 681 Andersen Dr - SER 8698 70 272864 Allegheny 1PBX-Maint 2728630001 5/24/2012 12-CI-SYPBX008230 - NEC - NEAX 2000 None None No 12 12 Bldg II - 3331 Street Rd 5471 70 272863 Bucks 3PBX-Maint 2728620001 5/24/2012 12-CI-SYPBX008230 - NEC - NEAX 2000 None None No 12 12 2525 Green Tech Dr - 9259 70 272862 Centre 2PBX-Maint 2728600001 5/24/2012 12-CI-SYPBX008230 - NEC - NEAX 2000 None None No 12 8 100 W Broad St - SERS 6944 70 272860 Luzerne 2Key Systems 2689830001 4/16/2012 12-CI-SYKEY008430 - Executone - Encore 4/8 Compatible Time & Material None No 52 192 770 E Pittsburgh St - D 6597 78 268983 Westmoreland 1Key Systems 2689810001 4/16/2012 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Compatible Time & Material None No 52 192 1710 Hoover Ave - DL 5278 78 268981 Lehigh 3Key Systems 2689800001 4/16/2012 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Compatible Time & Material None No 52 192 4201 Neshaminy Blvd 5475 78 268980 Bucks 3Key Systems 2689790001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 Franklin Cnty Welcom 14128 78 268979 Franklin 2Key Systems 2689780001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 1 Fort Pitt Tunnel - Dis 8745 78 268978 Allegheny 1Key Systems 2689760001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 Fort Pitt Garage - 4 Pa 12574 78 268976 Allegheny 1Key Systems 2689740001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 1598 Juniata St - ITS D 10830 78 268974 Blair 2Key Systems 2689730001 4/16/2012 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Compatible Time & Material None No 52 192 1445 Cumberland St - 7387 78 268973 Lebanon 2Key Systems 2689710001 4/16/2012 12-CI-SYKEY008720 - N Key - 32 Trunks - 88 St Compatible Time & Material None No 15 72 192 540 W North St - Distr 5758 78 268971 Cumberland 2Key Systems 2689700001 4/16/2012 12-CI-SYKEY008430 - Executone - Encore 4/8 Compatible Time & Material None No 52 192 1901 Ruffner St - Distr 11163 78 268970 3Key Systems 2689690001 4/16/2012 12-CI-SYKEY008430 - Executone - Encore 4/8 Compatible Time & Material None No 52 192 2005 Swede Rd - Distr 11162 78 268969 3Key Systems 2689660001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 426 S Old Middletown 7698 78 268966 3Key Systems 2689640001 4/16/2012 12-CI-SYKEY008600 - Inter-Tel AXXESS Compatible Time & Material None No 52 192 229 N Broad St - Distr 6116 78 268964 3Key Systems 2689620001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 1586 N 9th St - Distric 9297 78 268962 3Key Systems 2689610001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 930 Bridge St - District 11157 78 268961 Carbon 3Key Systems 2689600001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 1 Franklin Ave - Distric 9436 78 268960 Wyoming 2Key Systems 2689580001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 111 Spruce St - Susqu 7846 78 268958 2Key Systems 2689560001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 101 Bennett Ave - Dist 7771 78 268956 3Key Systems 2689550001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 Luzerne County Maint 24106 78 268955 2Key Systems 2689540001 4/16/2012 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material None No 612 Fairground Rd - D 7444 78 268954 2Key Systems 2689530001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 15 72 192 322 Park St - DGS Con 22551 78 268953 Sullivan 2Key Systems 2689520001 4/16/2012 12-CI-SYKEY008430 - Executone - Encore 4/8 Compatible Time & Material None No 52 192 355 Dewart St - Distric 12581 78 268952 Northumberland 2Key Systems 2689510001 4/16/2012 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Compatible Time & Material None No 52 192 723 Elm St - District 1 11167 78 268951 Forest 1Key Systems 2689500001 4/16/2012 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material None No 52 192 32 Saint Leo Ave - Dist 14849 78 268950 Elk 1Key Systems 2689480001 4/16/2012 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material None No 255 Elm St - District 1 12803 78 268948 1

5707244051 2688770001 4/1/2012 12-CI-SYKEY008450 - E Key - 32 Trunks - 88 Stations Verizon Contract None No 12 144 East Ave - Tioga C 9654 21 268877 27177497904 2688750001 4/1/2012 12-CI-SYKEY008710 - N Key - 16 Trunks - 32 Stations Verizon Contract None No 10056 South Mounta 9202 21 268875 2

PBX Systems 2679410001 4/7/2012 12-CI-SYPBX008290 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC UM4730 24 No 1920 Technology Park 23646 11 267941 2PBX Systems 2679350001 4/7/2012 12-CI-SYPBX008020 - PBX - 226 to 450 Univ Compatible Time & Material Integrated AVST CallXpress 25 No 3001 Beaver Ave - SCI 8618 11 267935 Allegheny 1PBX Systems 2679050001 4/6/2012 12-CI-SYPBX008280 - PBX - 226 to 450 Univ Compatible Time & Material Standalone NEC UM4730 12 No 7 21 4 400 1030 E Roy Furman H 9622 11 267905 Greene 1Key Systems 2000590 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 18492 Smock Hwy - D 11164 78 268804 Crawford 1Key Systems 2000589 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 9 89 Murtland Ave - Dis 9588 78 268803 1Key Systems 2000587 1/1/2007 12-CI-SYKEY009250 - T Key - 75 Trunks - 125 Stations Time & Material Standalone NEC AD-40 Repartee 144 Donohoe Rd - Dist 6601 78 268842 Westmoreland 1Key Systems 2000586 1/1/2007 12-CI-SYKEY009250 - T Key - 75 Trunks - 125 Stations Star Rte 120 - District 6336 78 268844 2Key Systems 2000585 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 9031 Peach St - Distric 9601 78 268801 1Key Systems 2000584 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material Grove St & Morgan Av 5863 78 268800 2Key Systems 2000583 1/1/2007 12-CI-SYKEY009230 - T Key - 16 Trunks - 32 Stations Time & Material 5 18 8 lines 28 stations 6 Berwert St - District 9660 78 268798 2Key Systems 2000580 1/1/2007 12-CI-SYKEY009320 - Toshiba Time & Material Eastway Plz - 4221 Bu 6388 78 268797 Erie 1Key Systems 2000579 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 1530 S Columbus Blvd 8274 78 268796 3Key Systems 2000578 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 11620 Keleket Dr - DLC 8206 78 268795 Allegheny 1Key Systems 2000577 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 2130 S Queen St - DLC 9935 78 268792 2Key Systems 2000576 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 500 E Lancaster Ave - 9113 78 268791 3Key Systems 2000575 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material Regency Square Shopp 15770 78 268790 2Key Systems 2000574 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 4218 Manor Dr - DLC- 9288 78 268724 3Key Systems 2000571 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 225 Lancaster Ave - D 7554 78 268720 3Key Systems 2000570 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 6400 Frankford Ave - 8452 78 268719 3Key Systems 2000568 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 1085 Hanover St - DLC 9803 78 268717 Luzerne 2Key Systems 2000567 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 4 14 1015 Rte 522 S - DLC-4 9032 78 268715 Snyder 2Key Systems 2000566 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 Time & Material 2320 Island Ave - DLC- 8318 78 268714 3Key Systems 2000565 1/1/2007 12-CI-SYKEY009210 - Toshiba - DKT 2010-H Time & Material 129 Jefferson Rd - Dist 9626 78 268712 Greene 1Key Systems 2000564 1/1/2007 12-CI-SYKEY009320 - Toshiba Time & Material 5 22 45 Lunger Dr - District 5557 78 268710 Columbia 2Key Systems 2000563 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible Time & Material 28 192 Eastern PA Training Fa 18716 78 268709 2Key Systems 2000561 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible Time & Material 24 155 Stewart Ave - Dist 8946 78 268707 1Key Systems 2000560 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible Time & Material 75 192 1905 Washington Ave 7095 78 268706 1Key Systems 2000559 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible Time & Material Integrated 18 16 347 32 192 45 Thoms Run Rd - Dis 5926 78 268705 1Key Systems 2000558 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible Time & Material 24 68 192 351 New Castle Rd - D 5672 78 268704 Butler 1Key Systems 2000556 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material 52 192 2579 E Pennsylvania A 9551 78 268700 1Key Systems 2000555 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material 36 192 1460 Pittsburgh Rd - D 6488 78 268703 Venango 1Key Systems 2000554 1/1/2007 12-CI-SYKEY008720 - N Key - 32 Trunks - 88 St Compatible Time & Material AHN 2 Fox Chapel Rd - 11172 78 268697 Allegheny 1Key Systems 2000552 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material Integrated 4 36 192 504 S Waters St - Dist 7266 78 268696 1Key Systems 2000549 1/1/2007 12-CI-SYKEY008600 - I Key - 16 Trunks - 32 St Compatible Time & Material 8 2140 Herr St Rear - Di 14525 78 268693 Dauphin 2Key Systems 2000548 1/1/2007 12-CI-SYKEY008600 - I Key - 16 Trunks - 32 Stations Time & Material Integrated 4 7 24 8 lines 32 stations 340 York Ave - District 9395 78 268691 Bradford 2Key Systems 2000547 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible Time & Material 2 6 24 413 W Main St - Distr 7948 78 268690 2Key Systems 2000546 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible Time & Material 8 3 Mi East of Rt 6 - Dist 7025 78 268686 Wayne 3Key Systems 2000543 1/1/2007 12-CI-SYKEY008540 - Executone Time & Material 7000 Geerdes Blvd - D 11071 78 268683 3Key Systems 2000542 1/1/2007 12-CI-SYKEY008540 - Executone Time & Material 619 N Franklin St - Dis 5799 78 268681 Franklin 2Key Systems 2000541 1/1/2007 12-CI-SYKEY008440 - Executone - Encore 6/16 Time & Material 161 N Main St - DLC-5 6139 78 268680 3Key Systems 2000539 1/1/2007 12-CI-SYKEY008440 - Executone - Encore 6/16 Time & Material Stonehendge Square S 5759 78 268676 Cumberland 2Key Systems 2000538 1/1/2007 12-CI-SYKEY008440 - Executone - Encore 6/16 Time & Material 563 Walters Ave - DLC 7200 78 268846 1Key Systems 2000537 1/1/2007 12-CI-SYKEY008440 - Executone - Encore 6/16 Time & Material 149 Stewart Ave - DLC 6201 78 268673 1Key Systems 2000536 1/1/2007 12-CI-SYKEY008440 - Executone - Encore 6/16 Time & Material 2022 E County Line Rd 7091 78 268665 Hunt 2Key Systems 2000535 1/1/2007 12-CI-SYKEY008440 - Executone - Encore 6/16 Time & Material 1025 Washington Pke 5597 78 268664 1Key Systems 2000534 1/1/2007 12-CI-SYKEY008440 - Executone - Encore 6/16 Time & Material 919B Levick St - DLC-1 8492 78 268662 3Key Systems 2000531 1/1/2007 12-CI-SYKEY008430 - Executone - Encore 4/8 16942 Patricia Dr - DL 7646 78 268656 Crawford 1Key Systems 2000529 1/1/2007 12-CI-SYKEY008430 - Executone - Encore 4/8 Time & Material 1701 Duncan Ave - Mc 11145 78 268655 1Key Systems 2000528 1/1/2007 12-CI-SYKEY008420 - Executone - Encore 2464 Time & Material 15 99 2nd Ave - District 2 7501 78 268649 2Key Systems 2000526 1/1/2007 12-CI-SYKEY008720 - NEC - Electra Elite 192 Time & Material 1712 Lehigh St - Distri 5279 78 268808 Lehigh 3Key Systems 2000525 1/1/2007 12-CI-SYKEY008600 - Inter-Tel AXXESS Time & Material 14 22907 Great Cove Rd 7611 78 268807 2Key Systems 2000524 1/1/2007 12-CI-SYKEY009320 - Toshiba Time & Material 22 5 630 E Penn St - PennD 13079 78 268806 2Key Systems 2000522 1/1/2007 12-CI-SYKEY008720 - NEC - Electra Elite 192 Time & Material 41 1312 N Center Ave - D 9171 78 268805 Somerset 1Plants 2000521 1/1/2007 12-CI-SYKEY009300 - T Key - 75 Trunks - 125 Stations Time & Material Integrated 8 57 57 7 Agriculture Bldg - 230 6769 68 268524 Dauphin 2VET LAB 2000519 1/1/2007 12-CI-SYPBX008285 - Key - 75 Trunks - 125 Stations Time & Material Integrated 8 11 95 512 Agriculture Bldg - 230 6769 68 268520 Dauphin 2Region 5 2000518 1/1/2007 12-CI-SYKEY009250 - T Key - 16 Trunks - 32 Stations Time & Material Integrated 4 11 95 6 1307 N 7th St - Altoon 13429 68 268518 2Region 2 2000517 1/1/2007 12-CI-SYKEY009250 - T Key - 75 Trunks - 125 Stations Time & Material Integrated 4 8 26 6 542 County Farm Rd - 7832 68 268514 Lycoming 2Farm Show 2000516 1/1/2007 12-CI-SYKEY009250 - T Key - 75 Trunks - 125 Stations Time & Material Integrated 4 5 49 7 Farm Show Building - 6689 68 268512 Dauphin 2Food Safety 2000515 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material Integrated 4 11 26 6 Agriculture Bldg - 230 6769 68 268510 Dauphin 2Region 6 2000514 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material Integrated 4 6 38 2 Farm Show Building - 6689 68 268508 Dauphin 2Animal Health 2000513 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material Integrated 4 10 30 2 Agriculture Bldg - 230 6769 68 268504 Dauphin 2Region 4 2000512 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material Integrated 4 6 23 1 6 McIntyre Rd - Agricu 17049 68 268503 1Region 1 2000511 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material Integrated 6 34 6 13410 Dunham Rd - M 7645 68 268499 Crawford 1R&M 2000510 1/1/2007 12-CI-SYKEY008640 - I Key - 06 Trunks - 16 Stations Time & Material Integrated 2 5 10 2 Agriculture Bldg - 230 6769 68 268497 Dauphin 2Human Resource 2000508 1/1/2007 12-CI-SYKEY008640 - I Key - 06 Trunks - 16 Stations Time & Material Integrated 4 5 10 2 Agriculture Bldg - 230 6769 68 268496 Dauphin 2Info Tech 2000507 1/1/2007 12-CI-SYKEY008500 - E Key - 16 Trunks - 32 Stations Time & Material Integrated 4 6 17 7 Agriculture Bldg - 230 6769 68 268494 Dauphin 2Region 3 2000506 1/1/2007 12-CI-SYKEY008460 - E Key - 16 Trunks - 32 Stations Time & Material Integrated 8 8 30 5 113 State Rte 92 S - Tu 9428 68 268489 Wyoming 2Region 7 2000505 1/1/2007 12-CI-SYKEY008610 - I Key - 16 Trunks - 32 St Compatible Time & Material Integrated 8 8 30 2 1015 Bridge Rd - Crea 6016 68 268485 3Key Systems 2000504 1/1/2007 12-CI-SYKEY009240 - Toshiba - Strata DK 228 None Standalone 8 Yes 12 60 200 240 Stateside Insurance Bu 6758 67 268998 Dauphin 2Key Systems 2000503 1/1/2007 12-CI-SYKEY009220 - Toshiba - Strata None Standalone 4 18 60 64 Forum Place - 555 Wa 6828 67 269021 Dauphin 2Key Systems 2000502 1/1/2007 12-CI-SYKEY009220 - Toshiba - Strata None Standalone 8 20 82 240 Kline Plaza - 32 Kline P 16204 67 269022 Dauphin 2Key Systems 2000501 1/1/2007 12-CI-SYKEY009320 - Toshiba None Standalone 4 20 45 240 130-A Kline Plz - Harri 17774 67 269025 Dauphin 2Key Systems 2000500 1/1/2007 12-CI-SYKEY009320 - Toshiba None Standalone 4 15 54 240 665 Carey Ave - Wilke 9827 67 269027 Luzerne 2Key Systems 2000499 1/1/2007 12-CI-SYKEY009100 - Samsung - Falcon 50-SI 151 W 5th St - Cheste 5824 67 269028 3Key Systems 2000498 1/1/2007 12-CI-SYPBX008200 - NEC None Integrated 3 223 N State St - North 10749 67 269029 1Key Systems 2000497 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations 2 7 192 1661 Old Philadelphia 6191 67 269031 2Key Systems 2000496 1/1/2007 12-CI-SYKEY008710 - N Key - 16 Trunks - 32 Stations None Integrated 8 10 40 192 184 Donald Ln - Johns 16229 67 269033 1Key Systems 2000495 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations None Integrated 2 3 7 192 1123 Linden St - Clear 10752 67 269035 1Key Systems 2000494 1/1/2007 12-CI-SYKEY008710 - N Key - 06 Trunks - 16 Stations None Integrated 2 3 9 192 Lakeview Industrial Pa 10159 67 269039 1Key Systems 2000493 1/1/2007 12-CI-SYKEY008710 - N Key - 06 Trunks - 16 Stations None Integrated 2 2 9 192 Rte 6 - Wysox 9913 67 269042 2Key Systems 2000492 1/1/2007 12-CI-SYKEY008710 - N Key - 06 Trunks - 16 Stations None Integrated 2 8 8 192 Stateside Insurance Bu 6758 67 269045 Dauphin 2Key Systems 2000491 1/1/2007 12-CI-SYKEY008710 - N Key - 06 Trunks - 16 Stations None Integrated 2 2 7 192 432 E Oakview Dr - Wa 9632 67 269048 Greene 1Key Systems 2000490 1/1/2007 12-CI-SYKEY008710 - N Key - 06 Trunks - 16 Stations None Integrated 2 2 5 192 5632 SR 6 - Wyoming 9429 67 269052 Wyoming 2Key Systems 2000489 1/1/2007 12-CI-SYKEY008710 - N Key - 06 Trunks - 16 Stations None Integrated 2 2 4 192 305 S Elm St - Tionest 9373 67 269055 Forest 1Key Systems 2000488 1/1/2007 12-CI-SYKEY008710 - N Key - 06 Trunks - 16 Stations None Integrated 2 3 10 192 778 Washington Rd - S 9243 67 269058 1Key Systems 2000487 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations None Integrated 2 3 8 192 651 S Center Ave - Som 9186 67 269063 Somerset 1Key Systems 2000486 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations None Integrated 2 3 6 192 3298 State Rte 257 - S 9050 67 269066 Venango 1Key Systems 2000485 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations None Integrated 2 3 9 192 203 N Main St - Punxs 8832 67 269068 1Key Systems 2000484 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations 2 7 192 103 One Norwegian P 8809 67 269074 2Key Systems 2000483 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations None Integrated 2 3 7 192 106 Margaret St - New 7964 67 269078 1Key Systems 2000482 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations None Integrated 2 2 6 192 35 Spruce St - Montro 7847 67 269080 2Key Systems 2000481 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 Stations None Integrated 2 4 9 192 Eastgate 8 - Monessen 7807 67 269081 1Key Systems 2000480 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 16 192 207 W Willow Ave - M 7723 67 269083 2Key Systems 2000479 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 8 192 900 Water St - PA Win 7662 67 269084 Crawford 1Key Systems 2000478 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible None Integrated 2 4 8 192 239 Butler Rd - Kittan 7250 67 269085 1Key Systems 2000477 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 4 14 8 192 120 Harrison Ave - Gr 6579 67 269086 Westmoreland 1Key Systems 2000476 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 15 192 424 E Middle St - Gett 6531 67 269087 Adams 2Key Systems 2000475 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 16 192 329 Church St - Danvi 6069 67 269088 2Key Systems 2000474 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 8 192 162 S 2nd Ave - Clario 5845 67 269142 1Key Systems 2000473 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 4 16 192 431 E North St - Carlis 5752 67 269143 Cumberland 2Key Systems 2000472 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 5 8 192 167 N Main St - Wash 9577 67 269144 1Key Systems 2000471 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 2 13 192 1750 N George St - Yo 9927 67 269145 2Key Systems 2000470 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 2 11 192 153 Red Hill Rd - New 8048 67 269147 Perry 2Key Systems 2000469 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 4 9 192 State Health Center - 2 7456 67 269148 2Key Systems 2000468 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 11 192 9 N 9th St - Lebanon 7398 67 269150 Lebanon 2Key Systems 2000467 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 4 7 192 809 Market St - Port R 5779 67 269151 2Key Systems 2000466 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 4 10 192 909 Moore St - Huntin 7078 67 269152 Hunt 2Key Systems 2000465 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 2 9 192 Rte 16 - McConnellsbu 7610 67 269153 Fulton 1Key Systems 2000464 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 4 11 192 518 Cleveland Ave - C 5796 67 269154 Franklin 2Key Systems 2000463 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 4 7 192 615 Howard Ave - Alto 5335 67 269155 2Key Systems 2000462 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 2 6 192 130 Vondersmith Ave 5424 67 269159 2Key Systems 2000461 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 9 192 Gleason Bldg - 84-90 B 5589 67 269160 1Key Systems 2000460 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 16 192 1123-C Old Berwick Rd 5550 67 269161 Columbia 2Key Systems 2000459 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible None Integrated 2 4 10 192 300 S Walnut Ln - Bea 5406 67 269162 1Key Systems 2000458 1/1/2007 12-CI-SYKEY008740 - N Key - 06 Trunks - 16 St Compatible None 4 8 48 100 New Salem Rd - D 9467 67 269163 1Key Systems 2000457 1/1/2007 12-CI-SYKEY008740 - N Key - 06 Trunks - 16 St Compatible None Integrated 2 3 6 48 75 N 2nd St - Indiana 7120 67 269164 1Key Systems 2000456 1/1/2007 12-CI-SYKEY008700 - NEC - Dterm Series II None 4 26 192 915 Ridge Ave - Pittsb 8726 67 269165 Allegheny 1Key Systems 2000455 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible None Integrated 2 2 9 1024 Stateside Insurance Bu 6758 67 269167 Dauphin 2Key Systems 2000454 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible None Integrated 4 9 1024 1600 Northampton St 11733 67 269170 3Key Systems 2000453 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible None Integrated 2 5 12 1024 3730 Lehigh St - White 9778 67 269172 3Key Systems 2000452 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible None 20 48 1024 Reading State Office B 8885 67 269176 3Key Systems 2000451 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible None Integrated 2 3 8 1024 MiIlford Professional P 7767 67 269180 3Key Systems 2000450 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible None Integrated 2 2 7 1024 616 North St - Jim Tho 7168 67 269181 3Key Systems 2000449 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible None Integrated 2 3 9 1024 615 Erie Heights - Hon 7021 67 269183 Wayne 3Key Systems 2000448 1/1/2007 12-CI-SYKEY008540 - Executone Standalone 4 13 Stateside Insurance Bu 6758 67 269228 Dauphin 2Key Systems 2000447 1/1/2007 12-CI-SYKEY008540 - Executone Standalone 8 16 74 1937 New Hope St - N 8085 67 269234 3Key Systems 2000446 1/1/2007 12-CI-SYKEY008540 - Executone Standalone 8 13 50 Lakeview Industrial Pa 12773 67 269236 1Key Systems 2000445 1/1/2007 12-CI-SYKEY008540 - Executone 2 5 260 Reitz Blvd - Lewis 7440 67 269238 2Key Systems 2000444 1/1/2007 12-CI-SYKEY008540 - Executone 2 5 269 Rte 6 W - Potter C 14654 67 269240 Potter 2Key Systems 2000443 1/1/2007 12-CI-SYKEY008540 - Executone 4 9 247 Pennsylvania Ave 9307 67 269242 Northumberland 2Key Systems 2000442 1/1/2007 12-CI-SYKEY008540 - Executone 3 5 215 E Church St - Lock 7489 67 269243 2Key Systems 2000441 1/1/2007 12-CI-SYKEY008540 - Executone 4 10 280 W Hamilton Ave - 10754 67 269247 Centre 2Key Systems 2000440 1/1/2007 12-CI-SYKEY008540 - Executone Standalone 8 20 30 Scranton State Office 8998 67 269249 2Key Systems 2000439 1/1/2007 12-CI-SYKEY008540 - Executone 20 110 Pickering Way - Li 7483 67 269250 1Key Systems 2000438 1/1/2007 12-CI-SYKEY008540 - Executone Standalone 4 12 36 130-A Kline Plz - Harri 17774 67 269251 Dauphin 2Key Systems 2000437 1/1/2007 12-CI-SYKEY008540 - Executone Standalone Octel with SMDI link 30 98 75 site has KTS used w/ c 101 S Mercer St - New 7962 67 269252 1Key Systems 2000436 1/1/2007 12-CI-SYKEY009280 - Toshiba - Strata VI Time & Material 5 1 Park Office - 1454 Lau 9173 38 268482 Somerset 1Key Systems 2000435 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 6 13 Park Office - 2200 Ros 7436 38 268481 2Key Systems 2000434 1/1/2007 12-CI-SYKEY009230 - T Key - 16 Trunks - 32 Stations Time & Material 4 Park Office - RR 1 Box 7143 38 268480 2Key Systems 2000433 1/1/2007 12-CI-SYKEY008500 - E Key - 06 Trunks - 16 Stations Time & Material 8 15 28 Park Office - 687 Tusca 5396 38 268479 2Key Systems 2000432 1/1/2007 12-CI-SYKEY008750 - NEC - Electra Elite IPK Time & Material 15 21 24 Park Office - 3000 Stat 7043 38 268478 1Key Systems 2000431 1/1/2007 12-CI-SYKEY009400 - Western Electric - 1A2 13 Publications Buildings 6849 30 269632 Dauphin 2Key Systems 2000430 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 30 1112 River Rd - Washi 9593 30 269633 1Key Systems 2000429 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 9 AHN 22 Bald Mountai 9031 30 269635 2Key Systems 2000428 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 6 Somerset Historical Ce 9167 30 269636 Somerset 1Key Systems 2000427 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 15 150 E Front St - Erie M 6361 30 269637 Erie 1Key Systems 2000426 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 27 Vistor Center - 2451 K 7305 30 269638 2Key Systems 2000425 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 13 2 Eckley Main Street - 9649 30 269639 3Key Systems 2000424 1/1/2007 12-CI-SYKEY008900 - Panasonic - KX-TD 1232 5 5660 US Rte 6 W - PA 6512 30 269640 2Key Systems 2000423 1/1/2007 12-CI-SYKEY008770 - NEC - Prof II 8 Rte 993 Bushy Run Rd 6908 30 269642 1Key Systems 2000422 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible Time & Material 15 192 Fort Pitt Museum - 10 10493 30 269667 Allegheny 1Key Systems 2000421 1/1/2007 12-CI-SYKEY008730 - N Key - 16 Trunks - 32 St Compatible Time & Material 12 192 1401 Church St - Old E 5340 30 269669 1Key Systems 2000420 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material 18 192 Drake Well Museum - 9379 30 269670 1Key Systems 2000419 1/1/2007 12-CI-SYKEY008540 - Executone 6 2103 Rexmont Rd - Co 5973 30 269672 2Key Systems 2000418 1/1/2007 12-CI-SYKEY008540 - Executone 4 18 S 17th St - Anthrac 5364 30 269673 2Key Systems 2000417 1/1/2007 12-CI-SYKEY008520 - Executone - IDS 84 11 PA Railroad Museum - 9282 30 269675 2Key Systems 2000416 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 10 601 Boalsburg Pke - P 5569 30 269676 2Key Systems 2000415 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 8 553 Bethlehem Pke - H 6478 30 269677 3Key Systems 2000414 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 7 400 Daniel Boone Rd - 5528 30 269679 3Key Systems 2000413 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 4 472 Priestley Ave - Jos 8142 30 269680 1Key Systems 2000412 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 18 Crozier House - 400 Pe 7863 30 269681 3Key Systems 2000411 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 5 859 County Line Rd - G 7048 30 269683 3Key Systems 2000410 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 10 Rte 1 S of 202 - Brand 5780 30 269686 3Key Systems 2000409 1/1/2007 12-CI-SYKEY008490 - Executone - IDS 32 11 632 W Main St - Ephra 6345 30 269687 Lancaster 2Key Systems 2000408 1/1/2007 12-CI-SYKEY008460 - Executone - IDS 108 Time & Material 14 16 Northwest Office Build 6852 26 267539 Dauphin 2Key Systems 2000406 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 Standalone AVT Phone Express 20 Riverfront - 300 Libert 8615 25 269688 Allegheny 1Key Systems 2000405 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 Standalone Phone Xpress 75 4 L cards 7 ext cards 990 Spring Garden St 8498 25 269689 3Key Systems 2000404 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 Standalone Stratagy 372 7 Cab 18 L cards 46 ex Riverfront Office Cente 6693 25 269691 Dauphin 2Key Systems 2000403 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material Integrated Stratagy IVP8 21 335 5th Ave - PBPP M 11215 25 269693 1Key Systems 2000402 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone AVT Phone Express 8 16 207 Sunset Dr - PBPP 5661 25 269781 Butler 1Key Systems 2000401 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Integrated Stratagy 8 23 1272 Elk St - PBPP Fra 6487 25 269784 Venango 1Key Systems 2000400 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material Integrated Stratagy DK 16 24 6260 Broad St - PBPP 16760 25 269786 Allegheny 1Key Systems 2000399 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone AVT 10 48 1304 7th St - PBPP Alt 5318 25 269788 2Key Systems 2000398 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone 27 29 40 450 Little League Blvd 9863 25 269789 2Key Systems 2000397 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone Phone Xpress 48 2L cards 6 ext cards 5828 Market St - PBPP 8436 25 269793 3Key Systems 2000396 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone Phone Xpress 65 3 cab 3 L cards 8 ext c 430 Penn Ave - PBPP S 16067 25 269796 2Key Systems 2000395 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone Phone Xpress 58 2 cab 4 L cards 6 ext c 701 Crosby St - PBPP C 5833 25 269798 3Key Systems 2000394 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone Phone Xpress 60 3 L cards 10 Ext cards 220 W Chelten Ave - P 15353 25 269801 3Key Systems 2000393 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone Yes 14 3 cabinets 1221-1223 Bainbridge 8244 25 269804 3Key Systems 2000392 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Integrated Analog Voice Mail 43 3 L cards 20 l 6 ext car 1961 New Hope St - P 8088 25 269807 3Key Systems 2000391 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone Phone Xpress 36 3 cab 5 L cards 6 ext c Ollie Building - 1303 N 6709 25 269813 Dauphin 2Key Systems 2000390 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Integrated Strategy DK 36 2 L cards 3 ext cards 635 Union St - PBPP L 15340 25 269815 2

Key Systems 2000389 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Standalone Strategy 6.225-5.5 31 2 L cards 4 ext cards 53 E Market St - PBPP 10500 25 269817 2Key Systems 2000388 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material Standalone 11 44 221 E 18th St - PBPP E 6376 25 269819 Erie 1Key Systems 2000387 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material Standalone AVT Phone Xpress 8 48 8362 Sharon-Mercer R 7712 25 269821 Mercer 1Key Systems 2000386 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material Standalone AVT Phone Xpress 51 1121 W North Ave - P 8563 25 269823 Allegheny 1Key Systems 2000385 1/1/2007 12-CI-SYKEY009230 - T Key - 06 Trunks - 16 Stations Time & Material Integrated AVT Phone Xpress 5 15 600 6th St - PBPP Bea 15176 25 269824 1Key Systems 2000384 1/1/2007 12-CI-SYKEY009120 - Samsung - IDCS 100 Compatible Integrated SVMI Card Menu card 6tk card 8 100 Eagleville Rd - Eag 6179 25 269826 3Key Systems 2000383 1/1/2007 12-CI-SYKEY008750 - NEC - Electra Elite IPK 9 4820 Rte 711 - PGC So 17454 23 267597 1Key Systems 2000382 1/1/2007 12-CI-SYKEY008550 - Executone Mitel 5000 Compatible 8 1 22 PO#4500653738 1509 Pittsburgh Rd - N 10502 23 267595 Venango 1Key Systems 2000381 1/1/2007 12-CI-SYKEY008780 - N Key - 16 Trunks - 32 Stations Time & Material 12 52 192 Rte 22 PO Box 537 - So 7079 23 267593 Hunt 2Key Systems 2000380 1/1/2007 12-CI-SYKEY008550 - Executone Mitel 5000 Time & Material 8 22 PO 4500628451 1566 S Rte 44 Hwy - Je 12142 23 267592 2Key Systems 2000379 1/1/2007 12-CI-SYKEY008540 - Executone None 4 5 448 Snyder Rd - South 12151 23 267591 3Key Systems 2000378 1/1/2007 12-CI-SYKEY008550 - Executone Mitel 5000 Compatible Time & Material 2 6 16 PO4500560347 Intersection Rte 415 & 6048 23 267590 2Key Systems 2000377 1/1/2007 12-CI-SYKEY008550 - Executone Mitel 5000 Compatible Time & Material 47 48 1 129 PO #4300245908 2001 Elmerton Ave - H 6740 23 267545 Dauphin 2Key Systems 2000376 1/1/2007 12-CI-SYKEY009280 - Toshiba - Strata VI 4 6 11528 State Hwy 98 - 7644 22 269838 Crawford 1Key Systems 2000375 1/1/2007 12-CI-SYKEY009280 - Toshiba - Strata VI 4 7 1601 Elmerton Ave - F 10570 22 269839 Dauphin 2Key Systems 2000374 1/1/2007 12-CI-SYKEY009270 - Toshiba - Strata DK 96 12 1115 Spring Creek Rd 5445 22 269843 Centre 2Key Systems 2000373 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 4 9 13300 Hartstown Rd - 7480 22 269846 1Key Systems 2000372 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 4 19 1735 Shiloh Rd - FBC B 9249 22 269848 Centre 2Key Systems 2000371 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Integrated 8 12 15 84 450 Robinson Ln - FBC 5452 22 269852 Centre 2Key Systems 2000370 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 2 6 2000 Lohrer Rd - FBC 6437 22 269853 1Key Systems 2000369 1/1/2007 12-CI-SYKEY009310 - Toshiba - Encore 4/8 4 7 1704 Pine Rd - FBC So 8069 22 269855 2Key Systems 2000368 1/1/2007 12-CI-SYKEY009100 - Samsung - Falcon 50-SI 2 11 Great Bend Tpk - FBC 8757 22 269856 3Key Systems 2000367 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible 2 9 11 162 Fish Hatchery Ln - 8031 22 269858 2Key Systems 2000366 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible 1 4 4 9450 Rte 6 - FBC Unio 14070 22 269859 Erie 1Key Systems 2000365 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible 2 8 4 43 Hatchery Ln - FBC T 12003 22 269860 2Key Systems 2000364 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible 2 5 3 13365 Rte 6 - FBC Cor 5975 22 269861 Erie 1Key Systems 2000363 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible 2 11 9 195 Lebo Rd - FBC Hun 5744 22 269870 Cumberland 2Key Systems 2000362 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible 2 8 4 1115 Spring Creek Rd 5445 22 269872 Centre 2Key Systems 2000361 1/1/2007 12-CI-SYKEY008740 - N Key - 06 Trunks - 16 St Compatible Integrated 2 4 12 4 236 Lake Rd - FBC Sou 9178 22 269876 Somerset 1Key Systems 2000360 1/1/2007 12-CI-SYKEY008740 - N Key - 16 Trunks - 32 St Compatible 1 6 2 96 State Rte 244 E - FB 6003 22 269877 Potter 2Key Systems 2000359 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 4 7 1601 Elmerton Ave - F 10570 22 269878 Dauphin 2Key Systems 2000358 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 5 10 5565 Main Rd - FBC N 9327 22 269879 2Key Systems 2000357 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 2 7 Rt 62 HRC 2 Box 1 - FB 9368 22 269881 Forest 1Key Systems 2000355 1/1/2007 12-CI-SYKEY008710 - N Key - 32 Trunks - 88 Stations Verizon Contract Integrated 8 No 3 22 145 Race St - Elk CAO 12904 21 267659 Elk 1Key Systems 2000354 1/1/2007 12-CI-SYKEY008710 - N Key - 32 Trunks - 88 Stations Verizon Contract No 7 1 100 Greene Plz - Gree 10869 21 267662 Greene 1Key Systems 2000352 1/1/2007 12-CI-SYKEY008710 - N Key - 32 Trunks - 88 Stations Verizon Contract No 3 7 MiIlford Professional P 7767 21 267656 3Key Systems 2000351 1/1/2007 12-CI-SYKEY008710 - N Key - 75 Trunks - 125 Stations Verizon Contract No 12 14 1084 Water St - Crawf 7641 21 267657 Crawford 1Key Systems 2000349 1/1/2007 12-CI-SYKEY008710 - N Key - 16 Trunks - 32 Stations Verizon Contract Integrated 16 No 3 3 7 411 Chestnut St - Cam 6317 21 267645 2Key Systems 2000348 1/1/2007 12-CI-SYKEY008450 - E Key - 32 Trunks - 88 Stations Verizon Contract Integrated 8 No 12 13 111 Spruce St - Susqu 7846 21 267688 2Key Systems 2000347 1/1/2007 12-CI-SYKEY008450 - E Key - 16 Trunks - 32 Stations Integrated 4 No 12 11 268 Overton Rd - Sulli 6176 21 267648 2Key Systems 2000345 1/1/2007 12-CI-SYKEY008450 - E Key - 75 Trunks - 125 Stations Verizon Contract Integrated 8 No 48 48 2 5 130 N Duke St - York C 9923 21 267663 2Key Systems 2000344 1/1/2007 12-CI-SYKEY008450 - E Key - 32 Trunks - 88 Stations Verizon Contract No 12 8 3 Skyline Complex - W 9443 21 267685 Wyoming 2Key Systems 2000343 1/1/2007 12-CI-SYKEY008470 - Executone - IDS 228 Verizon Contract Integrated 9 12 18 1 Progress Plz - Bradfo 11598 21 268879 Bradford 2Key Systems 2000342 1/1/2007 12-CI-SYKEY008450 - E Key - 32 Trunks - 88 Stations Verizon Contract Integrated 6 No 12 9 570 S High St - Snyder 9038 21 267654 Snyder 2Key Systems 2000341 1/1/2007 12-CI-SYKEY008450 - E Key - 32 Trunks - 88 Stations Verizon Contract Integrated 6 No 12 7 1610 Industrial Blvd - 7439 21 267651 2Key Systems 2000275 1/1/2007 12-CI-SYKEY009270 - Toshiba - Strata DK 96 8 10 14 12 lines x 24 stations North Office Building - 6703 15 269888 Dauphin 2Key Systems 2000274 1/1/2007 12-CI-SYKEY009230 - Toshiba - Strata DK 16 12 12 9 12 lines x 18 stations Forster Street Office B 6763 15 269889 Dauphin 2Key Systems 2000273 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 9 31 5 8 lines x 36 stations 110 S 17th St - DGS Pr 10128 15 269890 Dauphin 2Key Systems 2000272 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 8 10 10 12 lines x 24 stations State Record Center - 6731 15 269894 Dauphin 2Key Systems 2000271 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 24 53 3 56 lines x 56 stations Capitol Building - 501 6860 15 269895 Dauphin 2Key Systems 2000270 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 77 84 12 80 lines x 96 stations DGS Public Works - Ar 6735 15 269897 Dauphin 2Key Systems 2000269 1/1/2007 12-CI-SYKEY009260 - Toshiba - Strata DK 424 59 54 40 72 lines x 96 stations DGS Public Works - Ar 6735 15 269899 Dauphin 2Key Systems 2000268 1/1/2007 12-CI-SYKEY009240 - Toshiba - Strata DK 228 35 40 8 36 lines x 48 stations Harristown II - 333 Ma 6802 15 269901 Dauphin 2Key Systems 2000267 1/1/2007 12-CI-SYKEY008760 - NEC - ExecuTech 820 4 13 7 8 lines x 20 stations Kemp Building - 454 N 7277 15 270379 3Key Systems 2000266 1/1/2007 12-CI-SYKEY008500 - Executone - IDS 42 7 14 10 12 lines x 24 stations Commonwealth Techn 6678 15 270382 Dauphin 2Key Systems 2000265 1/1/2007 12-CI-SYKEY008470 - Executone - IDS 228 90 78 9 84 lines x 96 stations North Office Building - 6703 15 270385 Dauphin 2Key Systems 2000264 1/1/2007 12-CI-SYKEY008460 - Executone - IDS 108 Yes 7 1 12 1 10 14 10 24 lines x 24 stations Finance Building - 613 6882 15 270386 Dauphin 2Key Systems 2000263 1/1/2007 12-CI-SYKEY008450 - Executone - IDS Time & Material Integrated 4 8 24 4 12 lines x 36 stations Forster Street Office B 6763 15 270388 Dauphin 2Key Systems 2000262 1/1/2007 12-CI-SYKEY008450 - Executone - IDS Time & Material Integrated 8 84 121 48 84 lines x 144 stations Forster Street Office B 6763 15 270389 Dauphin 2Key Systems 2000261 1/1/2007 12-CI-SYKEY008450 - Executone - IDS Time & Material Integrated 8 78 83 25 90 lines x 108 stations North Office Building - 6703 15 270390 Dauphin 2Key Systems 2000260 1/1/2007 12-CI-SYKEY008750 - NEC - Electra Elite IPK Time & Material 12 18 820 Frank Ave - New C 7982 13 268476 1Key Systems 2000257 1/1/2007 12-CI-SYPBX008215 - NEC - IPK II Time & Material 10 15 1720 E Caracas Ave - H 6977 13 268475 Dauphin 2Key Systems 2000256 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 21 30 835 5th Ave - Coraopo 5971 13 268421 1Key Systems 2000254 1/1/2007 12-CI-SYKEY009110 - S Key - 06 Trunks - 16 St Compatible Time & Material 5 6 22 S 23rd St - Philadel 8313 13 268419 3Key Systems 2000250 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible Time & Material 9 8 192 1810 Shumway Hill Rd 16628 13 268417 2Key Systems 2000248 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible Time & Material 3 20 192 151 Park Ave - Btry C 17111 13 268415 1Key Systems 2000247 1/1/2007 12-CI-SYKEY008750 - NEC - Electra Elite IPK Compatible Time & Material 4 8 RR 2 Box 33A - Milford 16877 13 268414 Susque 2Key Systems 2000246 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible Time & Material 20 26 192 RD 4 Box 1133 - Mt Pl 7896 13 268413 1Key Systems 2000245 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible Time & Material 13 44 192 28 Armory Ln - Lewist 7457 13 268411 2Key Systems 2000244 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible Time & Material 19 12 192 565 Walters Ave - Joh 7201 13 268410 1Key Systems 2000243 1/1/2007 12-CI-SYKEY008750 - N Key - 06 Trunks - 16 St Compatible Time & Material 5 14 192 108 Valley View Dr - F 6467 13 268409 1Key Systems 2000242 1/1/2007 12-CI-SYKEY008750 - NEC - Electra Elite IPK Compatible Time & Material 6 7 701 Petersburg Rd - N 17269 13 268408 1Key Systems 2000241 1/1/2007 12-CI-SYPBX008310 - Key - 16 Trunks - 32 St Compatible Time & Material 10 52 192 Bldg P-O-47 - Corner o 5346 13 268406 2Key Systems 2000240 1/1/2007 12-CI-SYKEY008720 - N Key - 16 Trunks - 32 St Compatible Time & Material 7 56 Hometown Armory - 1 15553 13 268404 2Key Systems 2000239 1/1/2007 12-CI-SYKEY008720 - NEC - Electra Elite 192 Compatible Time & Material 16 32 192 2601 River Rd - Readin 8871 13 268397 3Key Systems 2000238 1/1/2007 12-CI-SYKEY008720 - N Key - 32 Trunks - 88 Stations Time & Material 19 31 192 66 Armory Rd - Lock H 7505 13 268395 2Key Systems 2000235 1/1/2007 12-CI-SYKEY008750 - NEC - Electra Elite IPK Time & Material 22 15 125 Goodridge Ln - W 9574 13 268390 1Key Systems 2000234 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 Stations Time & Material 8 4 390 College Blvd - Kut 7274 13 268388 3Key Systems 2000233 1/1/2007 12-CI-SYPBX008285 - Key - 32 Trunks - 88 Stations Time & Material 35 45 1501 Allen St - HQ 213 5272 13 268387 Lehigh 3Key Systems 2000232 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 4 7 2 Kane Ln - Taylor 9345 13 268384 2Key Systems 2000231 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 16 15 225 E Park Ave - Seller 9044 13 268383 3Key Systems 2000230 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 23 20 280 Market St - HQ 1s 9820 13 268378 Luserne 2Key Systems 2000228 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 6 8 369 N George St - Yor 9947 13 268377 2Key Systems 2000227 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 7 6 2048 Eden Rd - York 9932 13 268373 2Key Systems 2000226 1/1/2007 12-CI-SYKEY009700 - Cisco IP - National Guard Network Time & Material 8 8 1307 Grove St - Willia 9846 13 268374 2Key Systems 2000225 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 4 7 1308 Susqehanna Ave 9738 13 268369 2Key Systems 2000223 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 7 6 109 Mile Hill Rd - 3rd 9317 13 268366 Northumberland 2Key Systems 2000220 1/1/2007 12-CI-SYPBX008215 - NEC - IPK II Time & Material 7 6 461 N Findley St - Co B 8835 13 268365 1Key Systems 2000218 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 5 7 747 W Main St - Plym 8764 13 268364 3Key Systems 2000217 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 24 20 324 Emerson St - Pitts 8631 13 268362 Allegheny 1Key Systems 2000215 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 15 16 1159 Rapps Dam Rd - 8533 13 268360 3Key Systems 2000214 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 3 5 490 E Main St - Nantic 7925 13 268359 2Key Systems 2000212 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 15 16 1000 E Cumberland St 7381 13 268356 Lebanon 2Key Systems 2000211 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 4 9 570 Airport Rd - OMS 18202 13 268355 1Key Systems 2000210 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 20 23 554 Airport Rd - Johns 7199 13 268352 1Key Systems 2000209 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 8 7 Indiana Armory - 280 7111 13 268346 1Key Systems 2000208 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 7 8 740 N Hermitage Rd - 6974 13 268343 1Key Systems 2000207 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 7 10 515 E Samuels Ave - H 6958 13 268341 Luzerne 2Key Systems 2000206 1/1/2007 12-CI-SYPBX008215 - NEC - IPK II Time & Material 4 9 51 W Clearview Rd - H 6668 13 268340 2Key Systems 2000205 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 5 7 160 George Jr Rd - Gro 6630 13 268338 1Key Systems 2000204 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 7 7 RD 12 Box 372 Donoh 6605 13 268337 Westmoreland 1Key Systems 2000202 1/1/2007 12-CI-SYKEY008750 - NEC - Electra Elite IPK Time & Material 5 7 135 Armory St - Evere 6422 13 268335 2Key Systems 2000200 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 5 7 652 Coal Hill Rd - Clea 5886 13 268332 1Key Systems 2000199 1/1/2007 12-CI-SYPBX008215 - NEC - IPK II Time & Material 25 11 250 Kriess Rd - Butler 5667 13 268330 Butler 1Key Systems 2000198 1/1/2007 12-CI-SYPBX008215 - NEC - IPK II Time & Material 3 4 38 Barbour St - Bradfo 5585 13 268329 1Key Systems 2000196 1/1/2007 12-CI-SYKEY008010 - Meridian - Norstar Time & Material 7 5 201 Pine St - Co C 2d B 5488 13 268327 Columbia 2Key Systems 2000195 1/1/2007 12-CI-SYKEY008010 - M Key - 06 Trunks - 16 Stations Time & Material 6 6 150 Janet St - Beaver F 5413 13 268326 1Key Systems 2000191 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 4 BWC 9300 Capital Associates Bui 6847 12 268262 Dauphin 2Key Systems 2000190 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 63 FAS 2625 1309 French St - Erie 10882 12 268261 Erie 1Key Systems 2000188 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 35 BWC 1357 225 Lancaster Ave - D 7554 12 268260 3Key Systems 2000187 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 7 UCBR 9110 224 Nazareth Pke - UC 5503 12 268259 Lehigh 3Key Systems 2000186 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 16 BWC 1377 1500 Garret Rd - PA W 9497 12 268258 3Key Systems 2000185 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material BWC 1374 1309 French St - Erie 10882 12 268257 Erie 1Key Systems 2000184 1/1/2007 12-CI-SYKEY009250 - Toshiba - Strata DK 280 Time & Material 21 FAS 2521 1 Alexandra Ct - Carlis 5738 12 268256 Cumberland 2Key Systems 2000183 1/1/2007 12-CI-SYKEY009230 - Toshiba - Strata DK 16 Time & Material 6 UCBR 9115 1309 French St - Erie 10882 12 268255 Erie 1Key Systems 2000180 1/1/2007 12-CI-SYKEY009220 - Toshiba - Strata Time & Material 6 FAS 2643 8419 Sharon-Mercer R 18626 12 268254 Mercer 1Key Systems 2000179 1/1/2007 12-CI-SYKEY009220 - Toshiba - Strata Time & Material 10 BWC 1382 306 E Locust St - Clear 5880 12 268253 1Key Systems 2000178 1/1/2007 12-CI-SYKEY009220 - Toshiba - Strata Time & Material 12 FAS 2426 140 N Beeson Ave - U 9470 12 268252 1Key Systems 2000176 1/1/2007 12-CI-SYKEY009210 - Toshiba - DKT 2010-H Time & Material Integrated 34 BWDP 0728 102 Margaret St - CTL 7963 12 268171 1Key Systems 2000175 1/1/2007 12-CI-SYKEY009210 - Toshiba - DKT 2010-H Time & Material Integrated 41 BWDP 0110 1885 New Hope St - N 11119 12 268167 3Key Systems 2000174 1/1/2007 12-CI-SYKEY009210 - Toshiba - DKT 2010-H Time & Material Integrated 31 BWOP 012 701 Crosby St - PBPP C 5833 12 268164 3Key Systems 2000173 1/1/2007 12-CI-SYKEY009210 - Toshiba - DKT 2010-H Time & Material 30 BWDP 0604 2103 9th Ave - Team P 5414 12 268160 1Key Systems 2000172 1/1/2007 12-CI-SYKEY009210 - Toshiba - DKT 2010-H Time & Material 13 DWDP 0622 1270 N Water St - KIT0 7247 12 268162 1Key Systems 2000171 1/1/2007 12-CI-SYKEY009200 - Toshiba - DK 8 Time & Material 6 BWC 1382 395 Main St - Brookvi 5628 12 268161 1Key Systems 2000170 1/1/2007 12-CI-SYKEY009600 - System Eng Intl Time & Material 16 UCBR 9145 Riverfront - 300 Libert 8615 12 268157 Allegheny 1Key Systems 2000168 1/1/2007 12-CI-SYKEY009100 - Samsung - Falcon 50-SI Time & Material Integrated 4 12 19 BWC 1350 315 W James St - CATS 12999 12 268153 2Key Systems 2000167 1/1/2007 12-CI-SYKEY009100 - Samsung - Falcon 50-SI Time & Material Integrated 4 5 20 BWC 1355 160 W Hamilton St - U 5274 12 268152 Lehigh 3Key Systems 2000166 1/1/2007 12-CI-SYKEY009100 - Samsung - Falcon 50-SI Time & Material 8 BWC 1353 101-105 N Main St - W 9800 12 268150 Luzerne 2Key Systems 2000165 1/1/2007 12-CI-SYKEY009000 - Premier - ESPMDX Time & Material 12 32 BWDP 0314 243 Schneider Dr - Leb 7390 12 268148 Lebanon 2Key Systems 2000164 1/1/2007 12-CI-SYKEY008900 - Panasonic - KX-TD 1232 Time & Material Integrated 28 BWDP 0516 54 Pennsylvania Ave - 7074 12 268147 Hunt 2Key Systems 2000163 1/1/2007 12-CI-SYKEY008810 - Northern Telcom - Norstar 824 (8x24) Time & Material 40 BWDP 0518 200 Lincoln St - JHN06 7182 12 268146 1Key Systems 2000162 1/1/2007 12-CI-SYKEY008810 - Northern Telcom - Norstar 824 (8x24) Time & Material 21 OVR 6240 1 Corporate Dr - Bedfo 17729 12 268144 2Key Systems 2000161 1/1/2007 12-CI-SYKEY008800 - Northern Telcom - Norstar (6x16) Time & Material 40 BWDP 0634 90 W Chestnut St - WS 9589 12 268143 1Key Systems 2000160 1/1/2007 12-CI-SYKEY008800 - N Key - 06 Trunks - 16 Stations Time & Material 9 BWC 1381 615 Howard Ave - Alto 5335 12 268139 2Key Systems 2000157 1/1/2007 12-CI-SYPBX008200 - NEC Time & Material OVR 6245 The Grit Building - 208 9852 12 268142 2Key Systems 2000155 1/1/2007 12-CI-SYPBX008200 - NEC Time & Material Integrated 8 24 63 OVR 6220 2550 Kingston Rd - YR 9940 12 268135 2Key Systems 2000153 1/1/2007 12-CI-SYPBX008200 - NEC Time & Material 6 UCBR 9138 106 Duncomb St - Oil 8152 12 268130 1Key Systems 2000152 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 11 BWC 1364 2901 Grant Ave - Phila 8343 12 268128 3Key Systems 2000151 1/1/2007 12-CI-SYKEY008720 - NEC - Electra Elite 192 Time & Material Integrated 8 16 40 OVR 6275 201 W Wheeling St - W 9580 12 268124 1Key Systems 2000150 1/1/2007 12-CI-SYKEY008710 - NEC - Electra Elite Time & Material OVR 6250 199 Beaver Dr - DuBoi 6144 12 268120 1Key Systems 2000148 1/1/2007 12-CI-SYKEY008710 - NEC - Electra Elite Time & Material 10 SWIF 1646 25 Westwood Ctr - Po 13211 12 268118 2Key Systems 2000147 1/1/2007 12-CI-SYKEY008710 - NEC - Electra Elite Time & Material 10 SWIF 1647 216 N 6th St - Sunbur 9306 12 268105 Northumberland 2Key Systems 2000146 1/1/2007 12-CI-SYKEY008710 - NEC - Electra Elite Time & Material OVR 6225 1090 Commons Blvd - 8865 12 268104 3Key Systems 2000144 1/1/2007 12-CI-SYKEY008110 - Meridian - Mark II Time & Material Integrated 20 BWDP 0520 218 N Kimberly Ave - 9177 12 268102 Somerset 1Key Systems 2000141 1/1/2007 12-CI-SYKEY008110 - Meridian - Mark II Time & Material 31 FAS 2700 933 Penn Ave - Pittsb 8727 12 268096 Allegheny 1Key Systems 2000139 1/1/2007 12-CI-SYKEY008600 - Inter-Tel AXXESS Time & Material Integrated 8 58 BWC 1370 933 Penn Ave - Pittsb 8727 12 268093 Allegheny 1Key Systems 2000137 1/1/2007 12-CI-SYKEY008600 - Inter-Tel AXXESS Time & Material Integrated 4 32 16 OVR 6205 1855 New Hope St - N 13869 12 268091 3Key Systems 2000136 1/1/2007 12-CI-SYKEY008540 - Executone Time & Material 4 BWC 1386 The Grit Building - 208 9852 12 268088 2Key Systems 2000134 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material Integrated 4 12 26 OVR 6265 102 Margaret St - CTL 7963 12 268075 1Key Systems 2000133 1/1/2007 12-CI-SYKEY008540 - Executone Time & Material 8 The Grit Building - 208 9852 12 268073 2Key Systems 2000132 1/1/2007 12-CI-SYKEY008540 - Executone Time & Material 8 UCBR 6148 Reading State Office B 8885 12 268069 3Key Systems 2000131 1/1/2007 12-CI-SYKEY008540 - Executone Time & Material 10 UCBR 9150 Polish National Union 8999 12 268065 2Key Systems 2000129 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material Integrated 4 24 44 OVR 6255 Hiram G Andrews Cen 7206 12 268063 1Key Systems 2000127 1/1/2007 12-CI-SYKEY008540 - Executone Time & Material Integrated 4 12 21 BWC 1380 607 Main St - Johnsto 7202 12 268060 1Key Systems 2000126 1/1/2007 12-CI-SYPBX008285 - Key - 16 Trunks - 32 Stations Time & Material Integrated 6 24 37 OVR 6235 45 N 4th St - Allentow 16602 12 268055 Lehigh 3Key Systems 2000116 1/1/2007 12-CI-SYKEY009320 - Toshiba Time & Material 7 7 301 Washington St - C 7186 11 267933 1Key Systems 2000115 1/1/2007 12-CI-SYKEY009320 - Toshiba Time & Material 6 6 219 E High St - CCC Ph 8310 11 267930 3Key Systems 2000114 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible Time & Material Integrated Elitemail 8 40 137 W 2nd St - CCC Er 16188 11 267929 Erie 1Key Systems 2000113 1/1/2007 12-CI-SYKEY008750 - N Key - 16 Trunks - 32 St Compatible Time & Material Integrated Elitemail 7 7 317 W Market St - CCC 9945 11 267928 2Key Systems 2000112 1/1/2007 12-CI-SYKEY008750 - N Key - 32 Trunks - 88 St Compatible Time & Material Integrated Elitemail 25 68 27 N Cameron St - CCC 6782 11 267927 Dauphin 2Key Systems 2000111 1/1/2007 12-CI-SYKEY008110 - Meridian - Mark II Time & Material 2 2 4 535 S Aiken Ave - CCC 8675 11 267926 Allegheny 1Key Systems 2000107 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible Time & Material Integrated 4 4 7 608-610 Hamilton Ma 5298 11 267925 Lehigh 3Key Systems 2000106 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible Time & Material 4 2 8 407 N 8th St - CCC Ph 8384 11 267923 3Key Systems 2000105 1/1/2007 12-CI-SYKEY008600 - I Key - 06 Trunks - 16 St Compatible Time & Material 5 8 1628 N 15th St - CCC 8281 11 267921 3Key Systems 2000102 1/1/2007 12-CI-SYKEY008540 - E Key - 06 Trunks - 16 Stations Time & Material 7 7 300 W State St - CCC S 9075 11 267901 1Key Systems 2000101 1/1/2007 12-CI-SYKEY008540 - E Key - 06 Trunks - 16 Stations Time & Material 7 7 240 Adams Ave - CCC 9016 11 267898 2PBX Systems 1000178 1/1/2007 12-CI-SYPBX008020 - Fujitsu - 9600 ES Time & Material 13 13 18 240 715 Jordan Ave - Distr 7834 78 268647 Lycoming 2PBX Systems 1000177 1/1/2007 12-CI-SYPBX008020 - Fujitsu - 9600 ES Compatible Time & Material Integrated 12 23 9 2 17 6 1620 N Juniata St - Dis 6998 78 268639 Blair 2PBX Systems 1000176 1/1/2007 12-CI-SYPBX008230 - PBX - 901 and greater Universal Ports Standalone 8 21 85 512 1000 Commerce Park 9843 67 270392 2PBX Systems 1000175 1/1/2007 12-CI-SYPBX008230 - PBX - 901 and greater Universal Ports 20 52 512 101 S 25th St - Kline P 6711 67 270394 Dauphin 2PBX Systems 1000174 1/1/2007 12-CI-SYPBX008230 - NEC - NEAX 2000 Integrated 8 14 40 192 Riverfront - 300 Libert 8615 67 270395 Allegheny 1PBX Systems 1000173 1/1/2007 12-CI-SYPBX008275 - PBX - 1 to 225 Univers Compatible Time & Material 9 52 RR 1 Box 486 - Forest 14685 38 268477 2PBX Systems 1000172 1/1/2007 12-CI-SYPBX008240 - PBX - 901 and greater Universal Ports Time & Material Integrated 16 300 3 8 255 2000 2575 Interstate Dr - D 15661 35 267428 Dauphin 2PBX Systems 1000170 1/1/2007 12-CI-SYPBX008020 - PBX - 226 to 450 Univ Compatible Time & Material Integrated 4 48 48 1 2 2 4 300 400 2605 Interstate Dr - Pe 6779 31 267426 Dauphin 2PBX Systems 1000169 1/1/2007 12-CI-SYKEY008540 - Executone Integrated Infostar EVX V 64 2L cards 18 L 4 ext car 2040 S 12th St - PBPP 13092 25 270396 Lehigh 3PBX Systems 1000167 1/1/2007 12-CI-SYPBX008210 - PBX - 451 to 900 Univ Compatible Verizon Contract Integrated 20 16 27 Polk Center - 1 Lakewo 8771 21 267642 1PBX Systems 1000166 1/1/2007 12-CI-SYPBX008210 - PBX - 451 to 900 Univ Compatible Verizon Contract Integrated 20 No 16 32 Ebensburg Center - 45 6259 21 267639 1PBX Systems 1000165 1/1/2007 12-CI-SYPBX008010 - PBX - 901 and greater Compatible Verizon Contract Integrated 12 No 35 2 35 1001 Sterigere St - No 8079 21 267641 3PBX Systems 1000164 1/1/2007 12-CI-SYPBX008200 - NEC Rte 422 & Sportsman 9673 21 268893 3PBX Systems 1000163 1/1/2007 12-CI-SYPBX008200 - NEC Torrance State Hospit 9383 21 268892 1PBX Systems 1000162 1/1/2007 12-CI-SYPBX008200 - NEC 33 Main Dr - Warren S 8134 21 268891 1PBX Systems 1000161 1/1/2007 12-CI-SYPBX008010 - PBX - 226 to 450 Univ Compatible Verizon Contract No 9 26 108 Woody Dr - Butle 5650 21 267636 Butler 1PBX Systems 1000160 1/1/2007 12-CI-SYPBX008010 - PBX - 451 to 900 Univ Compatible Verizon Contract Integrated 16 No 23 24 13 Administration Bldg - 14377 21 267633 2PBX Systems 1000159 1/1/2007 12-CI-SYPBX008010 - PBX - 226 to 450 Univ Compatible Verizon Contract No 8 22 White Haven Center - 9770 21 267628 2PBX Systems 1000158 1/1/2007 12-CI-SYPBX008010 - PBX - 226 to 450 Univ Compatible Verizon Contract 8 16 South Mountain Resto 9199 21 267616 2PBX Systems 1000157 1/1/2007 12-CI-SYPBX008010 - PBX - 451 to 900 Univ Compatible Verizon Contract No 40 40 1000 Rte 522 - Selinsg 9041 21 267632 Snyder 2PBX Systems 1000156 1/1/2007 12-CI-SYPBX008010 - PBX - 226 to 450 Univ Compatible Verizon Contract Integrated 8 No 12 24 1745 Frew Mill Rd - N 7995 21 267626 1PBX Systems 1000155 1/1/2007 12-CI-SYPBX008010 - PBX - 226 to 450 Univ Compatible Verizon Contract Integrated 8 No 7 21 10 Opportunity Dr - Lo 7533 21 267622 2PBX Systems 1000154 1/1/2007 12-CI-SYPBX008010 - PBX - 226 to 450 Universal Ports No 12 16 Hamburg Center - 356 6655 21 267619 Berks 3

8144612000 1000152 1/1/2007 12-CI-SYPBX008000 - PBX - 226 to 450 Univ Compatible Verizon Contract Integrated 12 No 28 2 20 1316 Holland St - Erie 6356 21 267301 Erie 1PBX Systems 1000148 1/1/2007 12-CI-SYPBX008230 - NEC - NEAX 2000 Time & Material 100 17 90 PA Soldier's & Sailor's 6396 13 268325 Erie 1PBX Systems 1000147 1/1/2007 12-CI-SYPBX008310 - Nortel 81 C Time & Material 5000 216 100 4000 P-9-61 FTIG - Stahr Av 5349 13 268319 2PBX Systems 1000146 1/1/2007 12-CI-SYPBX008290 - NEC - SV8300 Time & Material 144 13 135 Southwestern Veteran 8701 13 268317 Allegheny 1PBX Systems 1000145 1/1/2007 12-CI-SYPBX008215 - NEC - IPK II Time & Material 21 18 826 Crane Ave - Pittsb 8714 13 268314 Allegheny 1PBX Systems 1000144 1/1/2007 12-CI-SYPBX008230 - NEC - NEAX 2000 Time & Material 120 23 110 512 Delaware Valley Veter 12976 13 268303 3PBX Systems 1000143 1/1/2007 12-CI-SYPBX008230 - PBX - 1 to 225 Universal Ports Time & Material 114 150 512 Bldg 1 - 1400 N 14th S 10170 13 268301 Dauphin 2PBX Systems 1000141 4/11/2012 12-CI-SYPBX008010 - Fujitsu - 9600 Compatible Time & Material None No 260 15 21 Southeastern Veteran 9222 13 268311 3PBX Systems 1000139 1/1/2007 12-CI-SYPBX008020 - Fujitsu - 9600 ES Compatible Time & Material Integrated 8 12 24 240 144 384 Rte 220 & Meadows I 7004 13 268299 Blair 2PBX Systems 1000138 1/1/2007 12-CI-SYKEY008550 - Executone Mitel 5000 Compatible Time & Material 180 33 170 Northeastern Veteran 9018 13 268297 2PBX Systems 1000137 1/1/2007 12-CI-SYPBX008300 - Nortel - Meridian 1 Time & Material Integrated 62 BWDP 0606 Pullman Commerce Ce 14494 12 268054 Butler 1PBX Systems 1000136 1/1/2007 12-CI-SYPBX008300 - Nortel - Meridian 1 Time & Material 9 UCBR 9113 313 W Liberty Ave - LA 12783 12 268053 2PBX Systems 1000135 1/1/2007 12-CI-SYPBX008230 - NEC - NEAX 2000 Time & Material Integrated 8 16 24 67 OVR 6260 1309 French St - Erie 10882 12 268048 Erie 1PBX Systems 1000134 1/1/2007 12-CI-SYPBX008230 - NEC - NEAX 2000 Time & Material Integrated 8 16 76 OVR 6415 Forum Place - 555 Wa 6828 12 268044 Dauphin 2PBX Systems 1000133 1/1/2007 12-CI-SYPBX008230 - NEC - NEAX 2000 Time & Material 32 85 OVR 6230 300-G Laird St - Wilke 15377 12 268039 Luzerne 2PBX Systems 1000132 1/1/2007 12-CI-SYPBX008220 - PBX - 1 to 225 Universal Ports Time & Material 12 FAS 2339 160 W Hamilton St - U 5274 12 268030 Lehigh 3PBX Systems 1000129 1/1/2007 12-CI-SYPBX008285 - NEC - SV8100 Time & Material 65 150 OVR 6255 Hiram G Andrews Cen 7206 12 268033 1PBX Systems 1000128 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC AD64 12 15 20 11 Rte 6 - SCI Waymart - 9608 11 267897 3PBX Systems 1000127 1/1/2007 12-CI-SYPBX008300 - PBX - 226 to 450 Universal Ports Time & Material 40 3 660 State Rte 11 - SCI 7063 11 267896 2PBX Systems 1000126 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC AD64 8 4 1 17 13 546 Box 307 Hard Rock Dr 16000 11 267895 1PBX Systems 1000125 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC AD40 8 4 36 13 300 SCI Fayette - 50 Overlo 14992 11 267893 1PBX Systems 1000124 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC AD64 8 34 1 482 1120 Pike St - SCI Smi 7066 11 267891 Hunt 2PBX Systems 1000123 1/1/2007 12-CI-SYPBX008270 - PBX - 901 and greater Compatible Time & Material Integrated NEC AD64 8 15 75 1 750 PO Box 246 Rte 29 - SC 6562 11 267889 3PBX Systems 1000122 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC AD64 4 39 48 1111 Altamont Blvd - 6480 11 267887 2PBX Systems 1000121 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC UM4730 8 20 290 801 Butler Prk - SCI M 6454 11 267885 Mercer 1PBX Systems 1000120 1/1/2007 12-CI-SYPBX008280 - PBX - 451 to 900 Univ Compatible Time & Material Integrated Repartee LX 8 3 11 9 13 7 6554 Rte 405 - SCI Mu 7909 11 267881 2PBX Systems 1000118 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC AD64 8 27 280 681 Correction Rd - SC 6024 11 267879 1PBX Systems 1000117 1/1/2007 12-CI-SYPBX008110 - Harris 2020 Compatible 7 21 4 400 1030 E Roy Furman H 9622 11 270398 Greene 1

PBX Systems 1000116 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC AD64 12 10 15 1 3 400 1590 Walters Mill Rd 9176 11 267874 Somerset 1PBX Systems 1000115 1/1/2007 12-CI-SYPBX008110 - PBX - 226 to 450 Univ Compatible Time & Material 9 31 2 500 301 Morea Rd - SCI M 6482 11 267871 2PBX Systems 1000114 1/1/2007 12-CI-SYPBX008270 - PBX - 451 to 900 Univ Compatible Time & Material Integrated NEC AD64 12 56 350 1 Kelley Dr - SCI Coal T 5904 11 267870 2PBX Systems 1000113 1/1/2007 12-CI-SYPBX008110 - PBX - 226 to 450 Univ Compatible Time & Material 9 17 18 350 Administration Bldg - 5251 11 267865 1PBX Systems 1000112 1/1/2007 12-CI-SYPBX008020 - PBX - 451 to 900 Univ Compatible Time & Material 6 23 189 Fyock Rd - SCI Pin 10388 11 267862 1PBX Systems 1000111 1/1/2007 12-CI-SYPBX008020 - PBX - 451 to 900 Univ Compatible Time & Material Integrated AVST CallXpress 12 17 1 Bldg A - 5706 Glades P 9184 11 267857 Somerset 1PBX Systems 1000110 1/1/2007 12-CI-SYPBX008020 - PBX - 226 to 450 Univ Compatible Time & Material 27 3 4395 Quehanna Hwy - 7219 11 267854 1PBX Systems 1000109 1/1/2007 12-CI-SYPBX008020 - PBX - 451 to 900 Univ Compatible Time & Material 4 41 260 1100 Pike St - SCI Hun 7065 11 267851 Hunt 2PBX Systems 1000108 1/1/2007 12-CI-SYPBX008020 - PBX - 451 to 900 Univ Compatible Time & Material Integrated AVST CallXpress 9 5 15 260 2009 Industrial Dr - SC 7053 11 267846 1PBX Systems 1000107 1/1/2007 12-CI-SYPBX008020 - PBX - 226 to 450 Univ Compatible Time & Material Integrated AVST CallXpress 33 Rte 119 S - SCI Greens 6965 11 267843 Westmoreland 1PBX Systems 1000106 1/1/2007 12-CI-SYPBX008020 - PBX - 226 to 450 Univ Compatible Time & Material Integrated AVST CallXpress 8 13 18 260 1451 N Market St - Eli 6278 11 267809 2PBX Systems 1000105 1/1/2007 12-CI-SYPBX008020 - PBX - 451 to 900 Univ Compatible Time & Material Integrated AVST CallXpress 3 11 15 26 260 1000 Follies Rd - SCI D 6047 11 267798 2PBX Systems 1000104 1/1/2007 12-CI-SYPBX008020 - PBX - 451 to 900 Univ Compatible Time & Material Integrated AVST CallXpress 8 48 264 500 E 4th St - SCI Ches 5718 11 267801 3PBX Systems 1000103 1/1/2007 12-CI-SYPBX008020 - PBX - 226 to 450 Univ Compatible Time & Material 10 62 2 211 Central Office Building 5702 11 267796 2PBX Systems 1000102 1/1/2007 12-CI-SYPBX008020 - PBX - 451 to 900 Univ Compatible Time & Material Integrated AVST CallXpress 8 85 2 264 2500 Lisburn Rd - SCI 5701 11 267791 2PBX Systems 1000101 1/1/2007 12-CI-SYPBX008020 - PBX - 226 to 450 Univ Compatible Time & Material Integrated AVST CallXpress 6 15 9 3 264 Bldg 1 Washington - 4 5695 11 267788 1PBX Systems 1000100 1/1/2007 12-CI-SYPBX008020 - PBX - 226 to 450 Univ Compatible Time & Material Integrated AVST CallXpress 4 49 432 Rte 26 - Correction DR 9218 11 267785 Centre 2

816

BILLING IDENTIFIER (BTN) INDENTIFIER ACTIVATION DATE DEACTIVATION DATE CONTRACT EXPIRATION DATE CONFIGURATION MANUFACTURER - MODEL IP STATUS MAINTENANCE TYPE MAINTENANCE CONTRACT NUMBER VOICE MAIL TYPE VOICE MAIL MANUFACTURER NBR OF VOICE MAIL PORTS NBR OF DID TRUNKS NBR OF DOD TRUNKS NBR OF COMBO TRUNKS NBR OF 2-WAY TRUNKS NBR OF DS1 TRUNKS NBR OF ISDN TRUNKS NBR OF CENTREX LINES NBR OF BUSINESS LINES TOTAL NBR OF INSTALLED STATIONS/LINES TOTAL NUMBER OF WIRED STATIONS MAX NBR OF DIGITAL STATIONS/LINES MAX TOTAL NBR OF STATIONS/LINES NBR OF ACD AGENTS NBR OF ACD SUPERVISORS TIE LINES (YES/NO) NUMBER OF TIE LINES AGENCY NOTES LOCATION SERVICE ID Dpt County ZoneKey Systems 2000339 1/1/2007 8/1/1990 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888054 - Toshiba - Strata VI KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 0 0 0 No 0 23170 Great Cove Rd - Troop G - McConnellsburg - McConnellsburg 12638 20 Fulton 2Key Systems 2000338 1/1/2007 1/1/1995 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware RD 1 Box 43DD - Troop C - Tionesta - Tionesta 9371 20 Forest 1Key Systems 2000337 1/1/2007 7/1/1996 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware HCR 1 Box 106 - Troop C - Ridgway - Ridgway 8927 20 Elk 1Key Systems 2000336 1/1/2007 9/1/1996 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 101 Preston Way - Troop C - Dubois - Falls Creek 6439 20 Jefferson/Clearfie 1Key Systems 2000335 1/1/2007 11/1/1997 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 3178 Rte 219 - Troop C - Kane - Kane 7216 20 McKean 1Key Systems 2000334 1/1/2007 6/30/2005 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 12 0 0 0 240 0 0 No 0 240 with HW upgrades 5950 Meadville Rd - Troop E - Girard - Girard 6544 20 Erie 1Key Systems 2000333 1/1/2007 6/30/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 14 0 0 0 240 0 0 No 0 240 with HW upgrades 6724 US 322 - Troop E - Franklin - Franklin 11111 20 Venango 1Key Systems 2000332 1/1/2007 1/22/2006 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 15 0 0 0 240 0 0 No 0 240 with HW upgrades 11088 Rte 6 E - Troop E - Corry - Union City 12743 20 Erie 1Key Systems 2000331 1/1/2007 6/30/2004 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 36 0 0 0 240 0 0 No 0 240 with HW upgrades 4320 Iroquois Ave - Troop E - HQ - Erie 6391 20 Erie 1Key Systems 2000330 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 19 0 0 0 240 0 0 No 0 240 with HW add-on RR 6 Collan Park - Troop R - Honesdale - Honesdale 7030 20 Wayne 3Key Systems 2000329 1/1/2007 1/1/2000 KY-PK-KYOTH888002 - KEY2 - 16 trunks - 32 stations KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 745 S Eagle Valley Rd - Troop G - Rockview - Bellefonte 5453 20 Centre 2Key Systems 2000328 1/1/2007 9/1/1995 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 255 Elm Dr - Troop B - Waynesburg - Waynesburg 13531 20 Greene 1Key Systems 2000327 1/1/2007 11/1/1995 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 826 Franklin Rd - Troop D - Mercer - Mercer 7711 20 Mercer 1Key Systems 2000326 1/1/2007 5/1/1997 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 200 Barracks Rd - Troop D - HQ - Butler 5659 20 Butler 1Key Systems 2000325 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 0 0 0 No 0 PSP Headquarters - 1800 Elmerton Ave - PSP Department Headquarters - Harrisburg 6729 20 Dauphin 2Key Systems 2000324 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 11 0 0 240 0 0 No 0 240 with HW upgrades 915 SR 6 W - Troop P - Tunkhannock - Tunkhannock 15589 20 Wyoming 2Key Systems 2000323 1/1/2007 KY-PK-KYOTH888003 - KEY3 - 32 trunks - 88 stations KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 2 0 0 0 240 0 0 No 0 240 with HW upgrades 872 Salem Blvd - Troop P - Shickshinny - Berwick 13317 20 Columbia 2Key Systems 2000322 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 8 0 0 240 0 0 No 0 240 with HW upgrades 2856 State Route 848 - Troop R - Gibson - New Milford 12807 20 Susque 2Key Systems 2000321 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 240 0 0 No 0 240 with HW upgrades 479 Wyoming Ave - Forensics - Wyoming Crime Lab - Wyoming 9907 20 Luzerne 2Key Systems 2000320 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888023 - Maintenance Type - Unknown KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 44 0 0 240 0 0 No 0 240 with HW upgrades 475 Wyoming Ave - Troop P - HQ - Wyoming 9906 20 Luzerne 2Key Systems 2000319 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888023 - Maintenance Type - Unknown KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 0 0 0 No 0 1095 Hanover St - LCE - DO # 2 - Wilkes Barre 9804 20 Luzerne 2Key Systems 2000318 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 44 0 0 0 240 0 0 No 0 240 with HW upgrades 250 Dessen Dr - Troop N - HQ - Hazleton 9715 20 Luzerne 2Key Systems 2000317 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 3 12 0 0 240 0 0 No 0 240 with HW upgrades RR 1 Box 166A - Troop P - Towanda - Towanda 9402 20 Bradford 2Key Systems 2000316 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 13 0 0 0 240 0 0 No 0 240 with HW upgrades HC1 Box 121 - Troop N - Swiftwater - Swiftwater 9332 20 Monroe 3Key Systems 2000315 1/1/2007 6/30/2005 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 11 0 240 0 0 No 0 240 with HW upgrade 11176 Murray Rd - Troop E - Meadville - Meadville 7643 20 Crawford 1Key Systems 2000314 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 9 24 0 240 0 0 No 0 Adding HW to 240 1745 Valley Rd - Troop F - Mansfield - Mansfield 7570 20 Tioga 2Key Systems 2000313 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 25 0 0 0 240 0 0 No 0 Adding HW to 240 2632 State Route 72 - Troop L - Jonestown - Jonestown 7212 20 Lebanon 2Key Systems 2000312 1/1/2007 1/1/2005 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 15 0 32 0 240 0 0 No 0 Adding HW to 240 Rt 191 Cherry Ridge - Troop R - Honesdale - Honesdale 7029 20 Wayne 3Key Systems 2000311 1/1/2007 1/1/1996 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 15 0 32 0 240 0 0 No 0 Adding HW to 240 3218 Rickert Rd - Troop M - Dublin - Perkasie 6993 20 Bucks 3Key Systems 2000310 1/1/2007 1/1/1997 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 15 0 35 35 48 0 0 No 0 16 lines/48 stations w/o adding hardware; 244 stations adding hardware 175 E Hershey Park Dr - State Police Academy - Hershey 6978 20 Dauphin 2Key Systems 2000309 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 15 0 35 35 48 0 0 No 0 16 lines/48 stations w/o adding hardware; 244 stations adding hardware 171 E Hershey Park Dr - BESO - Hershey 6976 20 Dauphin 2Key Systems 2000308 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888023 - Maintenance Type - Unknown KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 44 0 0 240 0 0 No 0 240 with Hw upgrades 614 N Front St - B.D.L.E. - Harrisburg 6831 20 Dauphin 2Key Systems 2000307 1/1/2007 1/1/1997 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 15 0 35 35 48 0 0 No 0 16 lines/48 stations w/o adding hardware; 244 stations adding hardware 1850 Arsenal Blvd - Harrisburg 6745 20 Dauphin 2Key Systems 2000306 1/1/2007 7/1/1997 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 240 0 0 No 0 144 lines 240 stations 3033 Old Harrisburg Pke - Troop H - Gettysburg - Gettysburg 6527 20 Adams 2Key Systems 2000305 1/1/2007 3/1/1996 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 240 0 0 No 0 144 lines 240 stations 301 State Rd - Troop H Lykens - Elizabethville 6285 20 Dauphin 2Key Systems 2000304 1/1/2007 2/1/1996 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 72 0 0 0 0 0 0 No 0 85 Keystone Industrial Prk - Troop R - HQ - Dunmore 6171 20 Lack 2Key Systems 2000303 1/1/2007 5/1/1997 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 72 0 0 0 0 0 0 No 0 200 Barracks Rd - Troop D - HQ - Butler 5659 20 Butler 1Key Systems 2000302 1/1/2007 6/1/1996 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 12 0 0 0 0 0 0 No 0 6850 Hidlay Church Rd - Troop N - Bloomsburg - Bloomsburg 5558 20 Columbia 2Key Systems 2000301 1/1/2007 1/1/1991 KY-PK-KYOTH888002 - KEY2 - 16 trunks - 32 stations KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 745 S Eagle Valley Rd - Troop G - Rockview - Bellefonte 5453 20 Centre 2Key Systems 2000300 1/1/2007 1/1/1996 KY-PK-KYOTH888002 - KEY2 - 16 trunks - 32 stations KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 4 0 0 0 0 0 0 11 0 11 11 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 2 Moxley Ln - Troop J - Avondale - CHES680 - Avondale 5381 20 Chester 3Key Systems 2000299 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 240 0 0 No 0 Approx 240 with HW upgrades 23 Meadowbrook Dr - Troop L - Schuylkill Haven - Schuylkill Haven 8988 20 Schuylkill 2Key Systems 2000298 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware RR 1 Box 64A - Troop G - Philipsburg - Philipsburg 8524 20 Centre 2Key Systems 2000297 1/1/2007 6/1/1998 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888030 - VM Type - Standalone 0 0 0 0 0 0 0 84 0 0 0 240 0 0 No 0 144 lines 240 stations 52 Red Hill Ct - Troop H - Newport - Newport 8046 20 Perry 2Key Systems 2000296 1/1/2007 10/1/1996 KY-PK-KYOTH888001 - KEY1 - 6 trunks - 16 stations KY-PK-KYDVC888051 - Toshiba - Strata DK 280 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 32 0 0 No 0 24 lines/32 stations w/o adding hardware; 144 lines/240 stations adding hardware 4451 Rte 66 - Troop A - Kiski Valley - Apollo 5356 20 Arms 1Key Systems 2000295 1/1/2007 7/1/1993 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888037 - Northern Telcom - Norstar 824 (8 x 24) KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 0 0 0 No 0 PSP Headquarters - 1800 Elmerton Ave - PSP Department Headquarters - Harrisburg 6729 20 Dauphin 2Key Systems 2000294 1/1/2007 3/1/1995 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888037 - Northern Telcom - Norstar 824 (8 x 24) KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 40 11 0 0 No 0 3 lines 11 stations 679 Franklin Farms Ln - Troop H - Chambersburg - Chambersburg 5802 20 Franklin 2Key Systems 2000293 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888028 - NEC - Electra Elite 192 KY-PK-KYOTH888010 - IP Status - Compatible KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 24 0 0 0 0 0 0 No 0 8320 Schantz Rd - Troop M - Fogelsville - Breinigsville 12982 20 Lehigh 3Key Systems 2000292 1/1/2007 6/1/1997 KY-PK-KYOTH888003 - KEY3 - 32 trunks - 88 stations KY-PK-KYDVC888028 - NEC - Electra Elite 192 KY-PK-KYOTH888010 - IP Status - Compatible KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 84 128 192 0 0 No 0 RD 1 Box 10A - Troop G - Huntingdon - Huntingdon 7080 20 Hunt 2Key Systems 2000291 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888028 - NEC - Electra Elite 192 KY-PK-KYOTH888010 - IP Status - Compatible KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 5 0 0 0 0 0 0 No 0 2930 Airport Rd - Troop M - HQ - Bethlehem 5505 20 Lehigh 3Key Systems 2000290 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888027 - NEC - Electra Elite KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 0 0 0 No 0 1989 Wyoming Ave - NE Training Center - Forty Fort 6479 20 Luzerne 2Key Systems 2000289 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888020 - Inter-Tel - AXXESS KY-PK-KYOTH888010 - IP Status - Compatible KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 0 0 0 0 No 0 HC 6 Box 6810 - Troop R - Blooming Grove - Hawley 6934 20 Wayne 3Key Systems 2000288 1/1/2007 6/30/2006 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888017 - Executone - IDS 84 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 2 0 0 0 84 0 0 No 0 84Ln/84Sta 3140 E 2nd St - Troop F - Coudersport - Coudersport 14095 20 Potter 2Key Systems 2000287 1/1/2007 1/1/2003 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888017 - Executone - IDS 84 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 3 22 0 84 0 0 No 0 84Ln/84Sta PO Box 70 - Troop P - Laporte - Laporte 7359 20 Sullivan 2Key Systems 2000286 1/1/2007 6/30/2005 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888017 - Executone - IDS 84 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 7 0 0 0 84 0 0 No 0 84 Ln/84 Sta. 90 Industrial Dr - Troop L - Hamburg - Hamburg 6654 20 Berks 3Key Systems 2000285 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888017 - Executone - IDS 84 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 16 0 0 0 84 0 0 No 0 84Ln/84Sta. RD 2 Box 83 - Troop F - Stonington - Sunbury 9319 20 Northumberland 2Key Systems 2000284 1/1/2007 12/1/1999 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888017 - Executone - IDS 84 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 7 0 0 0 84 0 0 No 0 84 Ln/84 Sta. 142 Sagamore St - Troop A - Somerset - Somerset 9172 20 Somerset 1Key Systems 2000283 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888017 - Executone - IDS 84 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 18 18 0 84 0 0 No 0 84Ln/84Sta. 50 Lawton Ln - Troop F - Milton - Milton 7795 20 Northumberland 2Key Systems 2000282 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888015 - Executone - IDS 42 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 2 0 2 0 42 0 0 No 0 42Ln/42Sta 1526 Airport Rd - B.E.S.O. - FRANKLIN - Franklin 13319 20 Venango 1Key Systems 2000281 1/1/2007 6/30/2005 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888013 - Executone - IDS 28 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 10 0 0 28 0 0 No 0 28Ln/28sta RD 1 Box 131 - Troop F - Selinsgrove - Selinsgrove 9039 20 Snyder 2Key Systems 2000280 1/1/2007 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888012 - Executone - IDS 228 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 11 0 34 0 228 0 0 No 0 228Ln/228Sta. 5730 Interchange Rd - Troop N - Lehighton - Lehighton 7413 20 Carbon 3Key Systems 2000279 1/1/2007 1/1/2000 KY-PK-KYOTH888003 - KEY3 - 32 trunks - 88 stations KY-PK-KYDVC888011 - Executone - IDS 108 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 9 0 24 24 12 0 0 No 0 3 lines/12 stations w/o adding hardware; 108 Universal Ports adding hardware 21 Springhouse Rd - Troop J - Ephrata - Ephrata 10585 20 Lancaster 2Key Systems 2000278 1/1/2007 1/1/1994 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888011 - Executone - IDS 108 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 0 0 60 108 0 0 No 0 1538 Commerce Ave - Troop H - Carlisle - Carlisle 5743 20 Cumberland 2Key Systems 2000277 1/1/2007 6/30/2006 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888004 - Digital - 228 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888021 - Maintenance Type - Month to Month KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 12 0 0 228 0 0 No 0 228 station PSP Headquarters - 1800 Elmerton Ave - PSP Department Headquarters - Harrisburg 6729 20 Dauphin 2Key Systems 2000276 1/1/2007 6/30/2003 KY-PK-KYOTH888005 - KEY - Unknown Configuration KY-PK-KYDVC888003 - Comdial - 616 KY-PK-KYOTH888013 - IP Status - Unknown KY-PK-KYOTH888020 - Maintenance Type - Agency Contract KY-PK-KYOTH888032 - WM Type - Unknown 0 0 0 0 0 0 0 0 9 0 0 0 0 0 No 0 11 Park Ave - Troop N - Fern Ridge - Blakeslee 17707 20 Monroe 3