Loading...
HomeMy WebLinkAboutItem D4 D4 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting June 18, 2025 Agenda Item Number: D4 2023-4148 BULK ITEM: Yes DEPARTMENT: Tourist Development Council TIME APPROXIMATE: STAFF CONTACT: Kara Franker N.A AGENDA ITEM WORDING: Approval of an Agreement with HyTech Solutions, Inc. for rack installation and cabling electrical services for the data network for the Tourist Development Council (TDC) Office location in Islamorada in an amount not to exceed $26,168.83. Approval to waive additional price quotes due to the vendor's low-voltage technician expertise is also requested. ITEM BACKGROUND: This work is a required element of the project being overseen by Monroe County IT to create a secure county data network at this location for use by the TDC/Visit Florida Keys. A waiver of price quotes for this project is requested due to this vendor having specific low-voltage technicians for the installation of data networks. PREVIOUS RELEVANT BOCC ACTION: INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: New Agreement STAFF RECOMMENDATION: Approval DOCUMENTATION: 1243 Memo and HyTech Agreement with Attachment A and legal stamp.pdf FINANCIAL IMPACT: 116-76007 Insurance certificates pending. 1244 DATE: June 9, 2025 TO: Monroe County Board of County Commissioners FROM: Jeanne Quinn, VP, Partnerships &Technology, Visit Florida Keys RE: Approval to contract with Florida Keys Electric/Hy-Tech Solutions for rack installation and office cabling for the TDC Islamorada office. ---------------------------------------------------------------------------------------------------- We request approval to enter into an agreement with Florida Keys Electric/Hy-Tech Solutions to provide rack installation and office cabling work at the TDC/Visit Florida Keys office in Islamorada (85960 Strahl Plaza, Islamorada, FL 33036). This work is a required element of the project being overseen by Monroe County IT to create a secure county data network at this location for use by the TDC/Visit Florida Keys. Price: $26,168.83. We request a waiver of price quotes for this project due to this vendor having specific low- voltage technicians for the installation of data networks. 1245 AGREEMENT FOR ELECTRICAL INSTALLATION This Agreement ("Agreement") is made and entered into this 161h day of June, 2025 by and between Monroe County Board of County Commissioners, whose address is 1100 Simonton St., Key West, Florida, 33040, its successors and assigns, hereinafter referred to as "County", AND HyTech Solutions, Inc. with an address of 905 Overseas Highway, Key West, FL 33040 its successors and assigns, hereinafter referred to as "Contractor", WITNESSETH: WHEREAS, the COUNTY is in need of rack installation and cabling electrical services for the data network for the Tourist Development Council (TDC) Office location in Islamorada; and WHEREAS, Contractor is able to provide the services, as set forth in more detail in Attachment A which shall collectively be referred to as the "Project"; and WHEREAS, staff seeks to waive the additional price quote requirement due to the vendors responsiveness and low-voltage technician expertise; NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and CONTRACTOR agree as follows: FORM OF AGREEMENT ARTICLE 1 1.1 REPRESENTATIONS AND WARRANTIES 1.2 By executing this Agreement, CONTRACTOR makes the following express representations and warranties to the COUNTY: 1.3 The CONTRACTOR shall maintain all necessary licenses, permits or other authorizations necessary to act as CONTRACTOR for the Project until the CONTRACTOR'S duties hereunder have been fully satisfied; 1.4 The CONTRACTOR has become familiar with the site(s) and the local conditions under which the Project is to be completed. 1.5 The CONTRACTOR shall prepare all documentation required by this Agreement in such a manner that they shall be accurate, coordinated and adequate for use in verifying work completed and shall be in conformity and comply with all applicable law, codes and regulations. The CONTRACTOR warrants that the documents prepared as a part of this Agreement will be adequate and sufficient to document costs in a manner that is 1 1246 acceptable for reimbursement by government agencies, therefore eliminating any additional cost due to missing or incorrect information. 1.6 The CONTRACTOR assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ. 1.7 The CONTRACTOR'S services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Project. In providing all services pursuant to this agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules and regulations pertaining to, or regulating the provisions of such services, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules and regulations shall constitute a material breach of this agreement and shall entitle COUNTY to terminate this contract immediately upon delivery of written notice of termination to the CONTRACTOR. 1.8 At all times and for all purposes under this agreement the CONTRACTOR is an independent contractor and not an employee of COUNTY, the TDC or the Board of County Commissioners for Monroe County. No statement contained in this agreement shall be construed so as to find the CONTRACTOR or any of his/her employees, contractors, servants, or agents to be employees of the Board of County Commissioners for Monroe County. 1.9 The CONTRACTOR shall not discriminate against any person on the basis of race, creed, color, national origin, sex, age, or any other characteristic or aspect which is not job related, in its recruiting, hiring, promoting, terminating, or any other area affecting employment under this agreement or with the provision of services or goods under this agreement. ARTICLE II SCOPE OF BASIC SERVICES 2.1 DEFINITION CONTRACTOR'S Scope of Basic Services consist of those described in Attachment A. The CONTRACTOR shall commence work on the services provided for in this Agreement promptly upon his receipt of a written notice to proceed from COUNTY. 2.2 NOTICE REQUIREMENT All written correspondence to the COUNTY shall be dated and signed by an authorized representative of the CONTRACTOR. Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage pre-paid, to COUNTY by certified mail, return receipt requested, to the following: Kara Franker President/CEO of Visit Florida Keys 1201 White Street, Suite 102 Key West, FL 33040 AND 2 1247 County Attorney's Office 1111 1211 Street, Suite 408 Key West, FL 33040 For the Contractor: HyTech Solutions, Inc. 905 Overseas Highway Key West FL 33040 ARTICLE III ADDITIONAL PRODUCTS AND SERVICES 3.1 Additional products and services are those products and services not included in the Scope of Services (Paragraph 2.) as set forth in Attachment A. Should the COUNTY require additional products or services they shall be paid for by the COUNTY at pricing, rates or fees as negotiated and in accordance with price quote or competitively bid pricing, but only if approved by the COUNTY before commencement. 3.2 If Additional Services are required the COUNTY shall issue a letter requesting and describing the requested products and services to the CONTRACTOR. The CONTRACTOR shall respond with a fee proposal, in accordance with prior price quotes or competitive bid pricing. Only after receiving an amendment to the Agreement and a notice to proceed from the COUNTY, shall the CONTRACTOR proceed with the Additional Services. Any additional services must be funded and approved by the COUNTY board. ARTICLE IV COUNTY'S RESPONSIBILITIES 4.1 COUNTY shall provide complete and accurate information and cooperation regarding requirements for the Project. 4.2 COUNTY shall designate a representative to act on the COUNTY's behalf with respect to the Project. COUNTY or its representative shall render decisions in a timely manner pertaining to request for information submitted by the CONTRACTOR in order to avoid unreasonable delay in the orderly and sequential progress of the CONTRACTOR'S services. 4.3 The COUNTY shall furnish required information and shall render approvals and decisions as expeditiously as necessary for the orderly progress of the CONTRACTOR'S services. ARTICLE V INDEMNIFICATION AND HOLD HARMLESS 5.1 The CONTRACTOR covenants and agrees to indemnify and hold harmless COUNTY, the Monroe County Tourist Development Council, Monroe County and Monroe County Board of County Commissioners, its officers and employees from third party liabilities, damages, losses and reasonable costs, including but not limited to, reasonable attorneys' 3 1248 fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR, subcontractor(s) and other persons employed or utilized by the CONTRACTOR in the performance of the contract. 5.2 The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. 5.3 This indemnification shall survive the expiration or early termination of the Agreement. ARTICLE VI PERSONNEL 6.1 PERSONNEL The CONTRACTOR shall assign only qualified personnel to perform any service concerning the project. ARTICLE VII COMPENSATION and TERM 7.1 COMPENSATION BASED ON SPECIFIED RATES 7.1.1 The COUNTY shall pay the CONTRACTOR for the CONTRACTOR'S performance of this Scope of Work as outlined in Attachment A. The Total Not to Exceed Amount of Twenty Six Thousand One Hundred and Sixty Eight Dollars and Eighty Three Cents ($26,168.83). 7.2 PAYMENTS 7.2.1 For its assumption and performances of the duties, obligations and responsibilities set forth herein, the CONTRACTOR shall be paid monthly. Payment will be made pursuant to the Local Government Prompt Payment Act 218.70, Florida Statutes. As a condition precedent for any payment due under this Agreement, the CONTRACTOR shall submit monthly, unless otherwise agreed in writing by the COUNTY, a proper invoice to COUNTY requesting payment for services properly rendered. The CONTRACTOR'S invoice shall describe with reasonable particularity the service rendered. The CONTRACTOR'S invoice shall be accompanied by such supporting documentation or data in support of expenses for which payment is sought that is acceptable to the Monroe County Clerk of court and Comptroller (Clerk) based on generally accepted account principles and such laws, rules and regulations as may govern the Clerk's disbursal of funds. 7.3 BUDGET AND REIMBURSEABLE EXPENSES 7.3.1 The CONTRACTOR may not be entitled to receive, and the COUNTY is not obligated to pay, any fees or expenses in excess of the amount budgeted for this contract in each fiscal year (October 1 - September 30) by the Monroe County Board of County Commissioners. The budgeted amount may only be modified by an affirmative act of the Monroe County Board of County Commissioners. 4 1249 7.3.2 COUNTY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners and the approval of the Board members at the time of contract initiation and its duration. 7.3.3 Expenses will only be reimbursed if authorized by COUNTY in writing in advance and to the extent and in the amount authorized by Section 112.061, Florida Statutes, Monroe County Code (Chapter 2, Art. II, Div. 3), Monroe County Policies and Procedures and Monroe County TDC Travel Guidelines, as amended. 7.4 TERM OF AGREEMENT The initial term of this Agreement is retroactive from May 15, 2025 to June 30, 2025. This Agreement may be extended upon mutual agreement of the parties. Any renewal of this Agreement must be in writing and signed by both the COUNTY and CONTRACTOR. ARTICLE VIII INSURANCE 8.1 The CONTRACTOR shall obtain the following insurance: A. Worker's Comp- WC1 —Statutory Limits Workers' Compensation insurance as required by the State of Florida, sufficient to respond to Florida Statute 440. B. Employers Liability Insurance with limits of$100,000 per Accident, $500,000 Disease, policy limits, $100,000 Disease each employee. C. General Liability- GL1 $300,000 CSL. Commercial general liability, including Personal Injury Liability, covering claims for injuries to members of the public or damage to property of others arising out of any covered act or omission of the CONTRACTOR or any of its employees, agents or subcontractors or subcontractors, including Premises and/or Operations, Products and Completed Operations, Independent Contractors; Broad Form Property Damage and with $300,000 per occurrence and annual aggregate. D. Vehicle Liability- VL1 $100,000 CSL. Comprehensive business automobile and vehicle liability insurance covering claims for injuries to members of the public and/or damages to property of others arising from use of motor vehicles, including onsite and offsite operations, and owned, hired or non-owned vehicles, with $100,000 combined single limit. Monroe County shall be named as an Additional Insured on the General Liability and Vehicle Liability policies. ARTICLE IX MISCELLANEOUS 5 1250 9.1 SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. 9.2 SUCCESSORS AND ASSIGNS The CONTRACTOR shall not assign or subcontract its obligations under this agreement, except in writing and with the prior written approval of COUNTY and the CONTRACTOR, which approval shall be subject to such conditions and provisions as COUNTY may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or subcontractor shall comply with all of the provisions of this agreement. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 9.3 NO THIRD PARTY BENEFICIARIES Nothing contained herein shall create any relationship, contractual or otherwise, with or any rights in favor of, any third party. 9.4 TERMINATION A. In the event that the CONTRACTOR shall be found to be negligent in any aspect of service, the COUNTY shall have the right to terminate this agreement after five days written notification to the CONTRACTOR. B. Either of the parties hereto may cancel this Agreement without cause by giving the other party thirty (30) days written notice of its intention to do so. C. Termination for Cause and Remedies: In the event of breach of any contract terms, either Party retains the right to terminate this Agreement. Either Party may also terminate this agreement for cause with the other Party should that Party fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the terminating Party shall provide other Party with thirty (30) calendar days' notice and provide the Party with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the COUNTY terminates this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR under this agreement prior to termination, unless the cost of completion to the COUNTY exceeds the funds remaining in the contract; however, the COUNTY reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to CONTRACTOR shall not in any event exceed the total contract amount as set forth in this Agreement. In addition, the COUNTY reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the Monroe County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. 6 1251 D. Termination for Convenience: Either Party may terminate this Agreement for convenience, at any time, upon thirty (30) days' notice to other Party. If the COUNTY terminates this agreement with the CONTRACTOR, COUNTY shall pay CONTRACTOR the sum due the CONTRACTOR under this agreement prior to termination, unless the cost of completion to the COUNTY exceeds the funds remaining in the contract. The maximum amount due to CONTRACTOR shall not exceed the total contract amount as set forth in this Agreement. In addition, the COUNTY reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of Monroe County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. 9.5 MAINTENANCE OF RECORDS CONTRACTOR shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or their authorized representatives, shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for five years following the termination of this Agreement. If an auditor employed by COUNTY, Monroe County or the Clerk determines that monies paid to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by this Agreement, CONTRACTOR shall repay the monies together with interest calculated pursuant to Sec. 55.03; FS, running from the date the monies were paid to CONTRACTOR. 9.6 GOVERNING LAW, VENUE, INTERPRETATION, COSTS, AND FEES This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, COUNTY and CONTRACTOR agree that venue shall lie in the 161h Judicial Circuit, Monroe County, Florida, in the appropriate court or before the appropriate administrative body. This agreement shall not be subject to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 9.7 SEVERABILITY If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 7 1252 9.8 ATTORNEYS FEES AND COSTS The COUNTY and CONTRACTOR agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, court costs, investigative, and out-of-pocket expenses, as an award against the non-prevailing party, and shall include attorney's fees, courts costs, investigative, and out-of-pocket expenses in appellate proceedings. 9.9 BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 9.10 AUTHORITY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary corporate action, as required by law. 9.11 ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This provision does not negate or waive the provisions concerning termination or cancellation. 9.12 COOPERATION In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 9.13 NONDISCRIMINATION CONTRACTOR and COUNTY agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. CONTRACTOR or COUNTY agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI I of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which 8 1253 prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VI11 of the Civil Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 9.14 COVENANT OF NO INTEREST CONTRACTOR and COUNTY covenant that neither presently has any interest, and shall not acquire any interest,which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 9.15 CODE OF ETHICS COUNTY agrees that officers and employees of the Monroe County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. 9.16 NO SOLICITATION/PAYMENT The CONTRACTOR and COUNTY warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the CONTRACTOR agrees that the COUNTY shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 9.17 PUBLIC RECORDS COMPLIANCE. 9 1254 CONTRACTOR must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. COUNTY and CONTRACTOR shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by COUNTY and CONTRACTOR in conjunction with this contract and related to contract performance. COUNTY shall have the right to unilaterally cancel this contract upon violation of this provision by CONTRACTOR. Failure of CONTRACTOR to abide by the terms of this provision shall be deemed a material breach of this contract and COUNTY may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. CONTRACTOR is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. 9.18 NON-WAIVER OF IMMUNITY Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the CONTRACTOR and COUNTY in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, etc. or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage. 9.19 NON-COLLUSION AFFIDAVIT CONTRACTOR by signing this Agreement, according to law on my oath, and under penalty of perjury, depose and say that the person signing on behalf of the CONTRACTOR, the bidder making the Proposal for the project described in the Scope of Work and that I executed the said proposal with full authority to do so; the prices in the bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; the statements contained in this affidavit are true and correct, and made with full knowledge that COUNTY and Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. 9.20 NON-RELIANCE BY NON-PARTIES No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the CONTRACTOR and the COUNTY agree that neither the CONTRACTOR nor the COUNTY or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have to 1255 entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 9.21 ATTESTATIONS AND TRUTH IN NEGOTIATION CONTRACTOR agrees to execute such documents as COUNTY may reasonably require. Signature of this Agreement by CONTRACTOR shall act as the execution of a truth in negotiation certificate stating that wage rates and other factual unit costs supporting the compensation pursuant to the Agreement are accurate, complete, and current at the time of contracting. The original contract fee and any additions thereto shall be adjusted to exclude any significant sums by which the agency determines the contract price was increased due to inaccurate, incomplete, or concurrent wage rates and other factual unit costs. All such adjustments must be made within one year following the end of the Agreement. 9.22 NO PERSONAL LIABILITY No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of COUNTY or Monroe County in his or her individual capacity, and no member, officer, agent or employee of COUNTY or Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 9.23 EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. 9.24 E-VERIFY SYSTEM In accordance with F.S. 448.095, the CONTRACTOR and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the CONTRACTOR during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to the provisions of F.S. 448.095. 9.25 UNCONTROLLABLE CIRCUMSTANCE Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen,was unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities ll 1256 (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project;(each, a "Uncontrollable Circumstance"). CONTRACTOR'S financial inability to perform, changes in cost or availability of materials, components, or services, market conditions, or supplier actions or contract disputes will not excuse performance by Contractor under this Section. Contractor shall give COUNTY written notice within ten (10) business days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The COUNTY will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek a no cost extension for such reasonable time as the Owners Representative may determine. County Forms: By signing this Agreement, Company has sworn or affirmed to the following requirements as set forth in the Public Entity Crime Statement, Ethics statement, Drug-Free Workplace Statement, Vendor Certification Regarding Scrutinized Companies List and Affidavit Attesting To Noncoercive Conduct For Labor Or Services as set forth in more detail in this Agreement. Public Entity Crime Statement Company certifies and agrees that Company nor any Affiliate has been placed on the convicted vendor list within the last 36 months. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal or reply on contracts to provide any goods or services to a public entity, may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals or replys on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, Company or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement, Company represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from Customer's competitive procurement activities. In addition to the foregoing, Company further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section 12 1257 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Company has been placed on the convicted vendor list. Company will promptly notify the Customer if it or any subcontractor is formally charged with an act defined as a "public entity crime" or ahs been placed on the convicted vendor list. Ethics Clause By signing this Agreement, Company warrants that he/it has not employed, retained or otherwise had act on his/her behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010- 1990. For breach or violation of this provision the Customer may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Company agrees and certifies compliance with the following: Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of$1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Lists which were created pursuant to s. 215.473, Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Company, I hereby certify that the company identified above is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of $1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Terrorism List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism List or been engaged in business operations in Cuba or Syria. Note: The List are available at the following Department of Management Services Site: /nnn :// . nlir7r� .ir7r� cirli l: . a ir7r�/Ik a liirn a ir: licirn / uir l�n: liirn� /� irn lcir liirnfoiriririat� icirn/coirnvlict t_ _________ 7 oj[.1 � _t_______________m ____________ .-w_____________________________. nl__ u l v irn l 1.- l ii it°ii ir7r ii irn: air`!.wa irn Villa i irry ts,.-ve nd oir lists 13 1258 Non-Collusion Affidavit Company by signing this Agreement, according to law on my oath, and under penalty of perjury, depose and say that the person signing on behalf of the firm of Company, the bidder making the Proposal for the project described in the Scope of Work and that I executed the said proposal with full authority to do so; the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES COMPANY is required to provide an affidavit under penalty of perjury attesting that COMPANY does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a), coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of COMPANY, I certify under penalties of perjury that COMPANY does not use coercion for labor or services in accordance with Section 787.06. Additionally, COMPANY has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly authorized representative on the day and year first above written. (Remainder of Page intentionally left blank) 14 1259 (SEAL) BOARD OF COUNTY COMMISSIONERS Attest: KEVIN MADOK, Clerk OF MONROE COUNTY, FLORIDA By: By: As Deputy Clerk Mayor/Chairman Date: MONROE COUNTY ATTORNEY APPROVED AS TO FORM CONTRACTOR 'Ljt% iyt_ z �r CHRISTINE LIMBERT-BARROWS B 1 SR.ASSISTANT�QttyW,„,ZfORNEY 1 DATE:_g[-f_lJ/L� Signature Print Name: Title: Date: 15 1260 Attachment A I:!y -l��Eh SOLUTIONS u~rr PROJECT PROPOSAL: TDC DATA DROPS 85960 STRAHL PLAZA, ISLAMORADA INCLUDED: • (21)2 CABLE CAT 6 VOICE/DATA DROPS • (3)1 CABLE CAT 6 VOICE/DATA DROPS. • (2)1 CABLE CAT 6 WAP RUNS. • TESTING FOR CABLE LISTED DIRECTLY ABOVE. • DATA/VOICE PORTS,DEVICE PLATES,CONNECTIONS—COMPLETE INSTALLATION. • ALL LABELS FOR CABLES AND DEVICES. • (1)120V CIRCUIT WITH QUAD DUPLEX OUTLETS FOR DATA RACK.SEE CLARIFICATIONS. • (1)#6 GROUNDING CONDUCTOR TO GROUND DATA RACK. • (1)'/2 DAY OF EXISTING CABLE REMOVAL/DEMOLITION. • ALL LABOR AND MATERIALS FOR A COMPLETE DATA/VOICE SYSTEM INSTALLATION AS SHOWN AND REQUESTED. • STANDARD 2—POST 3"D X TH X 19"W RACK,2—VERTICAL 5"x80"CABLE MANAGEMENT(BLACK SNP—ON COVER),2-1RU HORIZONTAL MAMNAGEMENT 1.5"X3"(FRONT ONLY),2—2RU FLAT QUICK 48—PORT PATCH PANEL(CABLE MANAGEMENT BAR INCLUDED),94—CAT 6 QUICKPORTS,30-2 SINGLE GANG QUICKPORT FLUSH MOUNT WALLPLATES. EXCLUSIONS: • UTILITIES AND PERMIT FEES. • CEILING TILES PROCUREMENT,REPLACEMENT,REPAIR ETC... • PANEL BOARD BREAKERS. • CONCRETE PROCUREMENT,INSTALLATION,DEMOLITION,CORE DRILL,REMOVAL,REPAIR ETC... • ANY OTHER ELECTRICAL SERVICES OTHER THAN WHAT IS LISTED ABOVE. CLARIFICATIONS: • HY—TECH SOLUTIONS WILL DO THEIR BEST TO REMOVE AND REPLACE CEILING TILES AS NECESSARY,HOWEVER FKE CANNOTTAKE LIABILTIY FOR ANY DAMAGE CEILING TILES,OR CEILING GRID. • IT IS ASSUMED THERE IS A SPARE BREAKER FOR THE ADDITIONAL CIRCUIT NEEDED FOR A NEARBY POWER SOURCE. • IT ROOM RACK POWER IS TO BE DERIVED FROM AN EXISTING CIRCUIT LOCATED INSIDE THE IT ROOM. • #6 GROUND WIRE WILL BE INSTALLED FROM THE NEAREST POINT OF GROUNDING,OR TO A GROUNDING POINT WITHIN THE ELECTRICAL ROOM.IF ANY ASSUMPTIONS BY HY—TECH SOLUTIONS ARE INCORRECT,PLEASE LET US KNOW SO WE CAN ADJUST OUR PROPOSAL ACCORDINGLY. WCAS,l111!4 Tlu!I I Ig)w ,,11 " I" I,„ John Griffin Project Coordinator/Quality Control E. q idlT,fuuuQ)tIIY as re Il ureaVuua,ii�a�u u.re rea u P. (305)296-4028 1 C. (305) 797-0887 Key West:905 Overseas Hwy. Key West, FL 33040 Marathon:7999 Overseas Hwy.Marathon, FL =FLOR/DAKE — ELECTRIC,INC SOLUTIONS INC. PREPMER ELECTRICAL CONTRACTOR .�rvldl 1261 PRODUCT DATA SHEET F\\ Standard Radk, qL!4hity,, cost-effecil'Jive stair age sdufloin fat r lluatcfl t ADVANTAGES )iairids, aiir�d inetvvoidlk svvhldhies. N Z Easy Equipment rr4les Installation laiirwclarci I llad,c Che Ilsesl, d,w(,)dic,,,e Marked and numbered rack-mount spaces(U) aiirwcl rooirns, Prepared Grounding eq�,�ecJaHly ql,,1ac',e Location 10 is III hir)rfltecl. Built-in aLtacho'lerii:point for a ground(earthing)connection KEY FEATURES C us • Supports 19" EIA rack mount equipment I i , I CHCAI OPIM-0261) designed for two-post panel mounting, like LISTED patch panels and network switches. • Easy positioning of equipment with marked and numbered U. SPECIFICATIONS Heights:84"(2.1 m),96"(2.4 m),108",(2.7 m) • Quick attachment of equipment with Available Sizes Width:20.3"(516.1 mm) threaded equipment mounting holes and Depth:15"l381 mm) included equipment-mounting screws. Heights:45U,52U,58U • Delivers unassembled in a single carton— Width:19"EIA(17-3/4"clearance) Equipment Space quick and easy bolt-together assembly takes Depth:20"(508 mm) Note.Double-sided shelvesfor26T(660.4 inm)equipment are available. less than 10 minutes. Ose GuadraRack4-Post Frame when rack-mount equipment exceeds 20"D(508 aim). 1 pair C-shaped equipment mounting channels fixed in place • Lightweight aluminum construction for easy 19"W,EIA-310-D compliant transport and positioning during installation. Equipment Support Universal hole pattern,5/8"-5/8"-112"(15.9 mm x 15.9 mm x 12.7 mm)vertical hole spacing Threaded#12-24 equipment mounting holes,includes 50 each il 2-24 equipment mounting • Integrated grounding with a built-in screws attachment point for a ground(earthing) Load Capacity 1000 lb(453.6 kg)of equipment connection. Top angles,base angles and side channels are electrically bonded by assembly hardware • Quickly attach any CPI vertical cable manager Grounding/Bonding A masked mounting location for a ground lug with two 1/4-20 threaded studs spaced 5/8"apart is provided inside the side channel,near the top and bottom of the rack to the side of the rack through pre-punched Use Grounding Jumper(PN 40159-008)as a rack bonding conductor web channel holes. Certifications EIA-31 J-D compliant,UL and cUL Listed as a communications circuit accessory • Floor mountholes on the base angles make OSHPD Preapproval of Manufacturer's Certification (OPM-0261) Material Aluminum extrusion it easy to secure the rack to the floor with Bolted assembly a concrete,wood or raised floor installation Construction Ships unassembled kit. Finish Clear grained aluminum or Epoxy polyesterhybrid powder coat paint Available in Black,Gray or Glacier White Environment For indoor use only,in environmentally controlled areas;may not be used outdoors,in industrial or harsh environments or in plenum spaces. 10 Irr 1262 PRODUCT DATA SHEET � gi DIMENSIONS 7hIYv 11ilil at1ioin 2s l e Stanrd�37. panels and neRwork switchesg f t ive r solutionage that use lessfloar spacethanacabinet op patch a s2s, A? ��' four-post rack.The small 20.3"W x 15"D�516.1 mm x 381 mm)footprint makes 7"� s8gmm E �� Standard Rack the best choice in many telecommunications and equipment rooms,especially where floor space is limited. I 12-24,THD : dill➢o4:ll filR all t11(111r'll III MTG Holes, II 135 PLS The Standard Rack meets project specifications,will hold 1,030 lb 1453.1 kg)of III (45 RMU) :a equipment,has integrated grounding and is UL Listed as a communications circuit accessory.Support 19"W EIA rack-mount equipment or shelves with the Standard III Rack,which is available in three heights.Equipment attaches to the front or rear of the 3"D(80 mm)vertical mounting channels with screws.Mounting positions B8 23 l2 0, 6mm are marked and numbered,making it easy to position and install equipment or 4.2mm1 j shelves. I :a I jA,ss e Irnu Il IIV �sz5' �ml Racks deliver unassembled in a compact carton and are easy to assemble. sss,Holes 9,�9g 6 6 P Components bolt together with included hardware;assembly takes approximately I a9os\ 10 minutes.Two-post racks must be secured to building structure.The Standard e�q Rack has pre-punched base angles,making it easy to attach the rack to the floor (99p.6 3s \Facg� gmm using a CPI installation kit for woad,slab or raised floors. 0" \R' yes\ m'hl I No ovni�8 2�c� i I v� �ab5�� h Q ll,'lle IIA uuuaga rnielrlr9t Job? ao'0)i Because most Standard Rack applications require cable management,CPI's vertical cable managers attach directly to the side of the Standard Rack.Vertical 750"DIA(19.05 mm) cable managers organize cables by U simplifying future moves,adds and changes 4.p., (ro,.s HOLES.4 PL. to the network.The best solution includes horizontal managers in-between patch panels and network switches to fan patch cords into individual port connections. (3870s00„smm� �p0 ,e 10) Contact CPI Technical Support fur configuration assistance. / �yo 7'1 2.1 m)Rack Shown ORDERING INFORMATION 55053-X03 7'H j2.1 m)x 19"W,45U 31(14.1) 55053-X15 8'H j2.4 m)x 19"W,52U 37116.8) 55053-X08 9'H j2.7 m)x 19"W,58U 40118.1) X=color.I=Gray 5=Clear,7=81ack,E=Glacier White For product CSI Specs,visit the Support&Downloads page on vnvrrvhnl chi ul svvaiil Ifllll r°arl;p;p,, v 1��rU1���l 11�.����11w�v���1w�1114��v1v�vv�lvvlii l ilf i vvv�v 1v1 vv�ti���1�h�vv��11w1�111111111�11111��11Vt1111t\\11�01�� � � 1 � � ti 1 1 \ Un 1 I 1 III III III .. V � � � I 1, �� ��i r�r�t� 7 1lht��od�yCv�i�I�U�uli r1r aL�oUr 1V1�lal v, avv���hr r� vv ,� l��vl��ti��� ro vvv 1263 PRODUCT 4940L-VFx, - -xxx, 59265-5DC Network Solutions 5.72" 4.22" 0.90" CD 1.82 5.72" 4.22" L21" 1.21" O� 1 O 1.75" 1.17"� v Duct Cover Hinge Mounting Bracket 00 40.00" 1 50" so.19" C= � 1.60" T X 3.49" Available in—I 9 94„ 1"and 2"versions r.120" Slack Loop Organizer and Extended Version Cable Retainer 7.07" 5.83" 5.83" CD Vertical Slotted Duct �9.94 (front and rear) i iaaaOlaaaaaaaaaaaaaa011aaaaaaaaaaaaaa011aaaaaaaaaaaaaa011aaaaaaaaaaaaaa011aaaaaaaaaaaaaa011aaaaaaaaaaaaaa011aaaaaaaaaaaaaa011aaaaaaaaaaaaaa011aaaaaaaaaaaaaa011aaaaaaaaaai/ Description Part No. Versi-Duct®Vertical Slotted Duct-4"x 5"rear and 4"x 5"front(front and rear)40"H 494OL-VFR Versi-Duct Vertical Slotted Duct-4"x 5"(front only)40"H 494OL-VFO Versi-Duct Vertical Slotted Duct-4"x 5"rear and 4"x 5"front(front and rear)80"H 498OL-VFR Versi-Duct Vertical Slotted Duct 4"x 5"(front only)80"H 498OL-VFO Versi-Duct Cable Retainer 49265-WR1 Versi-Duct Slack Loop Organizer 49265-SL1 Versi-Duct Slack Loop Organizer(extended) 49265-SL2 Versi-Duct Mounting Bracket 49265-BKT Versi-Duct Duct Cover Hinge 49265-HNG Vertical 40"Designer Cover,5"channel,gray(set of 2) 59265-5DC Vertical 40"Cover,5"channel,snap-on, black(set of 4) 4940L-SRC For further support information, visit leviton.com/ns/support Page 2 of 2 USA Asia Pacific Canada Europe Latin America Middle East&Africa Network Solutions Headquarters +852 3620 2602 +1 1800]461 2002 +44(0)1592 772124 MX:+52(55)2128 6286 +971(4]247 9800 +11800]722 2082 infoAPAC@leviton.uom infoCarada@leviton.com infoEurope@levitor.com LATAM:+52(55)23335963 infoMEA0aleviton.com infoUSA@levlton.com info LATAM@[evlton.com Leviton Berk-Tek Cable:+1 1600]237 5835 '...... NETWORK SOLUTIONS PRODUCTS ARE AVAILABLE WORLDWIDE IN OVER 100 COUNTRIES.VISIT US ONLINE AT LEVITON.COM/NS TO LEARN MORE. berktek.i nfo@levitor.com CapyritIN U 2022 l...evitan NlarnrCacturinel Co.,inc,All rit1h'is reserved. 4 F22 S61168-Gi I:::.Nv1 1 264 l.-evilrm i eserves the right to iTiodily product specifications Without notice„ Revised..tune 2022 PRODUCT SPECIFICATIONS LEVIT 4940L-VFx, - -xxx, Network Solutions Versi-Duct'5 Vertical Cable Management System APPLICATION FEATURES CD The Versi-Duct Cable Management System uses slotted Versatile solution for fiber and copper cable organization ducts to route cable.The system mounts onto an industry- and management standard equipment rack.Two vertical 40-inch ducts, or Front only and front/rear configurations one 80-inch duct(comprised of two 40-inch ducts) span the Cable concealing covers full length of a standard seven-foot equipment rack.The vertical slotted ducts come with cable concealing covers.An Mount on standard equipment racks with top, bottom, assortment of compatible cable management accessories and side cable entry is available. Duct fingers align with standard rack spacing CONSIDERATIONS00 DESIGN y Use on side of rack to route, protect, and manage fiber y or copper cable CD Ji i r' lip STANDARDS & REGULATIONS • ANSI/TIA-568 • cULus Listed Ln CD MECHANICAL SPECIFICATIONS Dimensions: See page two SPECIFICATION Materials(channel): ABS rated for UL94HB The vertical cable management system shall be a slotted Materials(cover): PVC rated for UL 94V 0 duct configuration for copper and fiber cable systems.The management system shall be cULus listed, PVC rated UL 94V 0,ABS rated UL 94HB, and compliant with ANSI/TIA-568 standards. It shall mount onto an industry COUNTRY OF ORIGIN - standard 19-inch equipment rack.The management system Taiwan: 4940L-VFx, 4980L-VFx, 49265-BKT shall offer an assortment of accessories including cable USA: 49265-xxx, 59265-5DC retainers, slack loop organizers, cover hinges, and designer covers. INFORMATIONWARRANTY For Leviton product warranties, go to leviton.com/ns/warranty ACCESSORIES Accessories sold separately: • Cable Retainer-Mounts on the duct fingers, is adjustable to slide along the duct finger, and includes break-away detail to accommodate all duct sizes • Mounting Bracket Kit-Used to attach a vertical duct to an adjacent equipment rack(each kit comes with#8 screws) • Slack Loop Storage Organizer-Stores slack cable and maintains a minimum of 1.18-inch bend-radius. Designed to be mounted on the duct fingers and can be adjusted to a variety of slack loop sizes • Duct Cover Hinge- Designed to easily open and close duct cover for increased protection and easy access Page 1 of 2 Copyrigi it J 2022 1 fn eviton M urActuring Co,,Ilru:r.All rights reserved, 5 F22 SS 11 68d:;1...Iii:.N\ 1 265 1 evik)n reserves(lie right to rnodily pioduct specifications without notice„ Revised..lung;2 2.., PRODUCT SPECIFICATIONS LEVIT 1 - -HFx, 49265-xxx Network Solutions Versi-Duct'5 Horizontal Cable Management System APPLICATION I CONSIDERATIONS The Versi-Duct Horizontal Cable Management System uses • Use on front and rear of equipment racks to route and CD slotted ducts to route cable.The ducts come with concealing manage patch-cords and cabling covers and bend radius compliant routers. An assortment of Use with fiber or copper cabling compatible cable management accessories is available.They mount onto a standard 19-inch equipment rack. STANDARDSL TI ONS x • ANSI/TIA 568 • cULus Listed s wMECHANICAL SPECIFICATIONS Dimensions: See page two Materials: PVC rated UL 94V 0 1 RU Horizontal Slotted Duct ACCESSORIES Accessories sold separately: t • Cable Retainer—Adjusts to slide along the duct finger and includes break-away detail to accommodate all duct sizes • Designer Covers—Gray snap-on covers provide a high-end look while concealing cables transitioning from horizontal to vertical ducts 2RU Horizontal Slotted Duct • Duct Cover Hinge—The Duct Cover Hinge is designed to easily open and close duct cover for increased protection and easy access SPECIFICATION Cable management system shall mount horizontally to Taiwan: 491 RU-HFx,492RU-HFx a standard 19-inch equipment rack.The system shall be USA: 49265-xxx designed with slotted duct configuration for copper and fiber cabling systems. It shall be cULus listed and compliant with ANSI/TIA 568 standards.The material shall be PVC rated for WARRANTY INFORMATION 94V-0. It shall have a snap-on duct cover, and bend-radius compliant router to transition between horizontal and vertical For Leviton product warranties, go to leviton.com/ns/warranty slotted ducts. Page 1 of 2 Copyright J 2022 l fn eviton M urActuring Co,,Ilru:r.All rights rrservrd, 6 r:22 S511 70-C;L..I:::.IV� 1 266 1 evi[,:m reserves(lie light to rnodily product specifications without notice„ Revised..lung;2 2.., PRODUCT II 1RU-HFx, 492RU-HFx, 49265-xxx Network Solutions 7.SO" ------- 1750"---------------- 1 886" 425 1941" f343" Horizontal Slotted Duct(front and rear),1 RU Horizontal Slotted Duct(front and rear),2RU 3.74" o.9a" 1 so 1.75" Bend Radius Compliant Router Duct Cover Hinge Cable Retainer (included with Horizontal Slotted Duct) r 1 � Designer Cover,1 RU Is��o9 L 7 50" — 0 � Designer Cover,2RU i Description Part No. Horizontal Slotted Duct(front and rear)1.5"x 3"front and 1.5"x 4"rear, 1 RU,with black covers 491 RU-HFR Horizontal Slotted Duct(front only)1.5"x 3",with black covers 491 RU-HFO Horizontal Slotted Duct(front and rear)3"x 3"front and 2"x 4"rear,2RU,with black covers 492RU-HFR Horizontal Slotted Duct(front only)3"x 3",with black covers 492RU-HFO Cable Retainer 49265-WR1 Duct Cover Hinge 49265-HNG Designer Cover,gray, 1 RU(includes two 1 RU covers) 49265-DC1 Designer Cover,gray,2RU` 49265-DC2 *Part number includes 2RU cover for front and 1.5RU cover for rear. For further support information, visit leviton.com/ns/support Page 2 of 2 USA Asia Pacific Canada Europe Latin America Middle East&Africa Network Solutions Headquarters +852 3620 2602 +1 1800]461 2002 +44(0)1592 772124 MX:+52(55)2128 6286 +971(4]247 9800 +11800]722 2082 infoAPAC@leviton.uom infoCanada@levitowuom infoEurope@leviton.com LATAM:+52(55)23335963 infoMEA0aleviton.com info USA@levlton.com info LATAM@[evlton.com Leviton Berk-Tek Cable:+1 1600]237 5835 '....... NETWORK SOLUTIONS PRODUCTS ARE AVAILABLE WORLDWIDE IN OVER 100 COUNTRIES.VISIT US ONLINE AT LEVITON.COM/NS TO LEARN MORE. berktek.i nfa@levitor.com Capyriejhl U 2022 l...evitan Nlant.Jr2durinej CO.,,IInc,All rie.1lrts reserved. 7 F:22 SS1170-ruL I:::.lgv1 1 267 1.-evilrm reserves the right to iTiodily product specifications without notice„ Revised..tune 2022 PRODUCT SPECIFICATIONS LEVIT 49x55-Hxx, -Lxx Network Solutions Flat QUICKPORT TM Patch Panels APPLICATION I CONSIDERATIONS CD QUICKPORT Patch Panels are compatible with all Mounts on 19-inch equipment racks QUICKPORT modular connectors to maximize versatility with Accepts all QUICKPORT-style connectors a variety of media applications and enable easy upgrades. Includes port numbers The panel fits all industry-standard 19-inch racks and cabinets. 49255-H24,49255-H48, 49255-48N, and 49355-Hxx include write-on blocks • Includes mounting location for rear cable management bar(49005-CMB) CD 49x55-H24 Magnifying lens ensures visibility of port labels (49255-1-24, 49255-1-48) REGULATIONS00 STANDARDS & own • ANSI/TIA-568 CD 49x55-H48 c(UL)us Listed MECHANICAL SPECIFICATIONS Capacity: 24-and 48-port Materials: 16 AWG steel; 49255-48N black powder coat finish Dimensions: See page two Mounting: 19-inch rack mount Color: Black 49255-L24 Temp. (Storage): -40°C to+70°C (40°F to+158 °F) Temp. (Installation): Refer to cable installation temperature Temp. (Operating):-10°C to+60°C (+14°F to+140°F) Humidity(Max.): 95% relative humidity, non-condensing 49255-L48 COUNTRY OF ORIGIN 49x55-H24: Taiwan 49x55-H48: Taiwan SPECIFICATION 49255-48N: Taiwan Patch panels shall be made of 16 AWG steel, and shall have 49255-Lxx: Please Contact Customer Service a black powder coat finish with port numbers silk screened above or below each port.The panel shall be offered in 24-and 48-port configurations.The panel shall have the WARRANTY ability to allow for single port replacement of inoperative ports. Panels with label holders shall magnify the label printing. For Leviton product warranties, go to leviton.com/ns/warranty Page 1 of 2 Copyrigi it J 2023 1 eviton ManurActuring Co,,Ilru:r.All rights rrservrd, $ 1123 SS'1051•••c;l Iiii.lW, 1 268 1 evik)n reserves(lie light to rnodily product specifications without notice„ Revised August 202.:, PRODUCT SPECIFICATIONS LEVIT -Hxx, 49255-48N, 49255-Lxx Network Solutions O o00000 000000 000000 00000o O E 49x55-H24 1.73" ❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑Lmma O s a s v . i n n w x s r n r r w a a a a O CA 4.98" 0 0 CA 49x55-H48 ❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑ 3.48" OOOOOO DD0000 000000 DDDDDOuNA 000000 000000 000000 000000 000000 000000 000000 00000� �.: 0 0 19.001, 4.98" CA o ❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑❑ 0 49255-48N00 348„ 000000 000000 000000 000000 000000 nn00000 000000 000000 000000�100000 000000 000000 LCD_ 0 F 19.00" CA .50" 4.98" 1 CA O O 49255-L24 1.73" LLD=DUD=U=00 O O 19.001, 4.98" 0 ❑❑❑❑®❑❑❑❑®❑❑❑❑®❑❑® 0 49255-L48 3.48" 0 000000 000000 000000 0[�LI00F O 19.00„ / Description Part No. QUICKPORTT"Patch Panel, 1 RU,24-port,cable management bar included,black 49255-H24 QUICKPORT Patch Panel,2RU,48-port,cable management bar included,black 49255-H48 QUICKPORT Patch Panel with vertical numbering,2RU,48-part,cable management bar included,black 49255-48N QUICKPORT Patch Panel with Magnifying Lens Label Holder. 1 RU,24-port,cable management bar included,black 49255-1-24 QUICKPORT Patch Panel with Magnifying Lens Label Holder;2RU,48-port,cable management bar included,black 49255-148 QUICKPORT Patch Panel, 1 RU,24-Port,without cable management bar,black 49355-H24 QUICKPORT Patch Panel,2RU,48-Port,without cable management bar,black 49355-H48 For further support information, visit leviton.com/ns/support Page 2 of 2 USA Asia Pacific Canada Europe Latin America Middle East&Africa Network Solutions Headquarters +852 3620 2602 +1(800]461 2002 +44(0)1592 772124 MX:+52(55)2128 6286 +971(4]247 9800 +1(800]722 2082 infoAPAC@leviton.uom infoCaradaLalevitow-om infoEurope@leviton.com LATAM:+52(55)23335963 infoMEA0aleviton.com info USA@leviton.com info LATAM@[evlton.com Leviton Berk-Tek Cable:+1 1600]237 5835 '....... NETWORK SOLUTIONS PRODUCTS ARE AVAILABLE WORLDWIDE IN OVER 100 COUNTRIES.VISIT US ONLINE AT LEVITON.COM/NS TO LEARN MORE. berktek.i nfo@levitor.com Capyriclhf.C-)20231 evitan Nlanlrlac[urincl CO.,IInc,All rit1his reserved. 9 1..123 SS1051..(31 I:::.NvS 1 269 l.-eviIon i eserves the rip:.lht to iTiodily product specifications without notice„ Revised August 2023 PRODUCT II 111 O-xx6 Network Solutions EXTREME TM Cat 6 Component—RatedTM Jack APPLICATION T The EXTREME Cat 6 jack is designed to be used with Terminates 26 to 22 AWG solid conductors and 24 all QUICKPORT compatible products.The jack includes to 22 AWG stranded conductors patented Retention Force TechnologyT"'which promotes Terminates 26 AWG stranded conductors up to 5 times ' consistent performance over the life of the system. It features Capable of multiple re-terminations unique pair separation towers allowing for quicker and easier terminations.The jack is built on a 180-degree configuration Gas-tight IDC jacks prevent corrosion with the punch field in the back, allowing for rear termination. Dual-layer T568B/T568A wiring label simplifies punchdown • Patented Retention Force Technology protects tines from damage and increases system longevity • Pair Separation Tower design facilitates separation of conductors and minimizes untwisting Vh 180-degree configuration allows for rear termination Available in 13 ANSI/TIA-606-C compatible colors for color �f4 coding or organization Available individually, in bulk packages of 25, and in bulk packages of 150 with a JACKRAPIDT"^ Punchdown Tool • Select colors available in 200 pack Sustainably Smart Packaging that uses no single-use plastic and is fully recyclable SPECIFICATION IGN CONSIDERATIONS The jack shall meet or exceed the requirements for channel Use in any QUICKPORT housing to support EXTREME and component-level electrical transmission performance Cat 6 UTP connectivity in surface-mount, flush-mount, or as described in ANSI/TIA-568.2-D (Cat 6), modular furniture outlets and field-configurable panels ISO/IEC 11801-1 (Class E), and EN 50173-1 (Class E). Can be used in conjunction with other QUICKPORT snap-in The jack shall be compliant with ANSI/TIA-1096-A, modules for voice/data and video applications over UTP, c(UL)us Listed, and be independently verified for electrical coax, and fiber transmission performance and power delivery. In addition to Category 6 compliance, the jack shall have the ability to support high megabit and shared-sheath applications.All STANDARDS & REGULATIONS plastics used in construction of the jack bodies shall be fire ANSI/TIA-568.2-D(Cat 6) retardant with a UL flammability rating of 94V-0.Termination ISO/IEC 11801-1 (Cat 6) of all jacks shall be 110-type insulation displacement EN 50173-1 (Cat 6) connectors (IDC).The jack shall provide a ledge directly adjacent to the 110-style termination against which the wires ANSI/TIA-1096-A(formerly FCC Part 68) can be terminated and cut in one action by the installation IEC 60512-99-002 craftsperson.Jack wiring is universal and will accommodate IEC 60603-7 (includes IEC 60512-5-2) installation color codes for T568A and T568B wiring schemes. c(UL)us Listed (UL 1863) The jack shall be individual snap-in style and the termination UL 2043 Plenum Certified field shall be in the rear for easy access.The jack shall include a snap on dust cap with high pullout force and shall IEEE 802.3bt PoE Type 1, 2, 3,4 (100 watts max) fit in a variety of telecommunications wallplates, outlets, and Cisco UPOE, UPOE+(90 watts max) field-configurable patch panels and patch blocks.The jack Power over HDBaseTT11 PoH (95 watts max) shall be compliant with IEEE 802.3 PoE Type 1,2, 3, 4(100 ETL verified to meet the IEC 60512-99-002 standard for watts max). support of IEEE 802.3 Type 4 PoE (100-watt) applications COUNTRY OF ORIGIN USA Page 1 of 2 Copyrigi it J 2023 1 eviton ManurActuring Co,,Ilru:r.All rights reserved. t 0 1123 SS1053-C1 Iiii.lW, 1 270 1 evi[,:m reserves(lie light to rnodiry product sper.,irications without notice„ Revised August 202.:, PRODUCT SPECIFICATIONS LEVI T 1 O-xx6 Network Solutions MECHANICAL SPECIFICATIONS WARRANTY INFORMATION Dimensions: See below For Leviton product warranties, go to leviton.com/ns/warranty Materials: Connector Body: High-impact, fire-retardant plastic rated UL 94V 0. Spring-Wire Contacts: High-quality, copper-based alloy, plated with 50 microinches of gold over 100 I i ] �i,,,,r,,,, microinches of nickel for lowest CD contact resistance, maximum life. Temp. (Storage): -40°C to+70°C (40 OF to+158 OF) Temp. (Installation): Refer to cable installation temperature 88 Temp. (Operating): -10°C to+60°C (+14 OF to+140°F) Humidity(Max.): 95% relative humidity, non-condensing I I hi Irl 1 oo/G�!a/in Description Jack QUICKPACKTM 150/13ag with M 200/Bag 25/Bag JACKRAPID Tool EXTREME TM Cat 6 Component-Rated UTP QUICKPORT TM Jack,white 61110-RW6 61110-BW6 61110-JW6 61110-2W6 EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,ivory 61110-RI6 61110-13I6 61110-JI6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,orange 61110-RO6 61110-1306 61110-JO6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,blue 61110-RL6 61110-131-6 61110-JL6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,black 61110-RE6 61110-BE6 61110-JE6 61110-2E6 EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,light almond 61110-RT6 61110-13T6 61110-JT6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,gray 61110-RG6 61110-13G6 61110-JG6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,crimson 61110-RC6 61110-BC6 61110-JC6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,yellow 61110-RY6 61110-BY6 61110-JY6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,green 61110-RV6 61110-BV6 61110-JV6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,purple 61110-RP6 61110-13P6 61110-JP6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,brown 61110-RB6 61110-13136 61110-JB6 — EXTREME Cat 6 Component-Rated UTP QUICKPORT Jack,dark red 61110-RR6 61110-13R6 61110-JR6 — For further support information, visit leviton.com/ns/support Page 2 of 2 USA Asia Pacific Canada Europe Latin America Middle East&Africa Network Solutions Headquarters +852 3620 2602 +1(800)461 2002 +4410]1592 772124 MX.+52 155]2128 6286 +971 14)247 9800 +1(800)722 2082 InfoAPAC@levTon.com Info Canada@levltor.com InfoEurope@[evlton.-om LATAM.+52(55]23335963 IrfoMEA@Ieviton.Com infoUSA@leviton.com '..... infoLATAM@levTon.com Leviton Berk-Tek Cable:+1(800)237 5635 '...... NETWORK SOLUTIONS PRODUCTS ARE AVAILABLE WORLDWIDE IN OVER 100 COUNTRIES.VISIT US ONLINE AT LEVITON.COM/NS TO LEARN MORE. berktek info@levlton-om Capyripghf.Cc-)20231 evitnr7 Nlanirlacturirn:.�CO.,IInc,All rip..jhts resrrved. �� 1123 SS1053-C1 I:::.Nv5 1 271 l..evilon reserves the rip:.lht to TiodIly produ ct specifications without notice„ Revised August 2023 PRODUCT II - -xxP, 42080-12x Network Solutions Single-Gang - T Wallplates withWindows APPLICATION T Leviton single-gang and dual-gang wallplates accept Includes ID designation windows for each wallplate QUICKPORT snap-in modules to support multimedia station Color-matched wallplate screws 00 applications with 1, 2, 3,4, 6, 8, and 12 ports. Use where Fits standard NEMA box mount dimensions and ' port designation windows in a single-gang or dual-gang accommodates low-voltage box eliminators for a economical flush-mount housing is desired.Available in five flush installation colors:white, light almond, grey, ivory, and black. • Compatible with all individual QUICKPORT modules • Individual port configurability allows specification flexibility • Narrow module width allows high port density in a 00 small area DESIGN CONSIDERATIONS • Single-gang fits standard NEMA single-gang back boxes; dual-gang fits dual-gang standard NEMA back boxes; 00 fits 4-square and 5-square boxes with appropriate reducer • Put blanks(41084-OBx) in unused ports for - future expansion • Differentiate ports with designation labels and up to 13 different color options for connectors • 4, 6, 8, and 12 port plates may be used for MUTOA(multi- user telecommunications outlet assembly)applications REGULATIONSSTANDARDS & ",amfely CULus Listed (UL 1863&CAN/CSA-C22.2 No. 182.4) i irrrnr, rrra ;iz�,,., • ANSI/TIA 568 Series PHYSICAL SPECIFICATIONS Dimensions: See page two SPECIFICATION Materials: High-impact,fire-retardant plastic rated UL 94V-0 The wallplate shall be a one-piece, single-or dual-gang flush-mount style that fits standard NEMA openings and Capacity: Single-gang:Available in 1, 2, 3, 4, accommodates low-voltage box eliminators for a flush or 6 ports installation.The wallplate shall be available with 1, 2, 3, Dual-gang:Available in 1, 2, 3,4, 6, 8, 4, 6, 8, or 12 ports.The wallplate shall accept all Leviton or 12 ports QUICKPORT connectors.The wallplate shall feature clear port ID windows and include white label stock.The wallplate shall be molded from high-impact, fire-retardant plastic rated COUNTRY OF ORIGIN UL 94V 0, and be cULus Listed and compliant with ANSUTIA 568 Series.The included wallplate mounting Please Contact Customer Service screws shall match wallplate color. INFORMATIONWARRANTY For Leviton product warranties, go to leviton.com/ns/warranty Page 1 of 3 Copyrigi it J 2023 1 fn eviton M urActuring Co,,Ilru:r.All rights reserved. t 2 C23 SS1196-(31 Iiii.lW, 1 272 1 evik)n reserves(lie light to rnodily product specifications without notice„ Revised March 27 .:, PRODUCT SPECIFICATIONS LEVI T - -xxP, 42080-12x Network Solutions Single-Gang 46 co 4.50" ❑ 4.50" ❑ 4.50" ❑❑ 4.50" ❑ 4.50" ❑ co 2.75" 2.75" 2.75" 2.75" 2.75" 1 I Dual-Gang co ❑ ❑ 4.50" ❑ 4.50" ❑ ❑ 4.50" ❑ 4.50" ❑ ❑ ® a ❑ 4.56" 4.56" 4.56" 4.56" ❑ ❑ ❑❑ ❑❑ ❑❑ ❑❑ 4.50" ❑ ❑ 4.50" 4.50" ❑❑ ❑❑ ❑ ❑ ❑❑ ❑❑ ❑❑ ❑❑ ji E�LEM—A 4.56" 4.56" 4.56" Page 2 of 3 Capyrie.1lil Cc-)2023 1 evitan Nla11Uracturinej Co.,IInc,All rie.1h'is rrsrrved. 1 3 C2 SS"1196,-Gl I:::.Iw 1 273 1 evilon reserves the right to mocily product specifications without notice„ Revised Mach 2023 / rat/�,. PRODUCT SPECIFICATIONS " k, - -xxP, 42080-12x Network Solutions r, L.. mar„ Description White Lt.Almond Ivory Gray Black 6-Port Wall plate 42080-6WS 42080-6TS 42080-61S 42080-6GS 42080-6ES CD 4-Port Wall plate 42080-4WS 420804TS 42080-41S 42080-4GS 42080-4ES Go 3-Port Wall plate 42080-3WS 42080-3TS 42080-31S 42080-3GS 42080-3ES 2-Port Wall plate 42080-2WS 42080-2TS 42080-21S 42080-2GS 42080-2ES Cn 1-Port Wall plate* 42080-1WS 42080-1TS 42080-11S 42080-1GS 42080-1ES r 00 Description White Lt.Almond Ivory Gray Black 12-Port WaIlplate 42080-12W 42080-12T 42080-121 42080-12G 42080-12E 8-Port WaIlplate 42080-8WP 42080-8TP 42080-81P 42080-8GP 42080-SEP r 6-Port WaIlplate 42080-6WP 42050-6TP 42080-61P 42080-6GP 42080-6EP 4-Port WaIlplate 42080-4WP 420804TP 42080-41P 42080-4GP 42080-4EP 3-Port WaIlplate 42080-3WP 42080-3TP 42080-31P 42080-3GP 42080-3EP 1 2-Port Wallplatet 42080-2WP 42080-2TP 42080-21P 42080-2GP 42080-2EP 1-Port Wallplatet 42080-lWP 42080-1TP 42080-1TP 42080-1GP 42080-1EP Wallplates are sold empty *=Single-gang 1-port wallplates only have one ID window on top t=Dual-gang 1-and 2-port wallplates only have two ID windows on top For further support information, visit leviton.com/ns/support Page 3 of 3 USA Asia Pacific Canada Europe Latin America Middle East&Africa Network Solutions Headquarters '...... +a52 3620 2602 +1(800]461 2002 +44(0)1592 772124 MX:+52(55)212a 62a6 +971(4]247 9800 +1(600]722 2062 infoAPACOaleviton.com info Canada@leviton.com infoEurope@leviton.com LATAM:+52(55)23335963 infoMEA0aleviton.com info USA@leviton.com infoLATAMoaleviton.com Leviton Berk-Tek Cable:+1(800)237 5335 '...... NETWORK SOLUTIONS PRODUCTS ARE AVAILABLE WORLDWIDE IN OVER 100 COUNTRIES.VISIT US ONLINE AT LEVITON.COM/NS TO LEARN MORE. berktek.i nfo@levuon.com Copyripgh'f.Cc-)2023 l...eviton Nlrun.r(acta.irinp..j Co.,Inc:,Ali ripghts reserved. 14 C2 SS1196-Cl...Iii:.N, 1 274 1.-eviton reserves(Ire right to modify pi odi.ct specilications without notice„ Revised March.202,.,