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,.,