Loading...
2138 PBA 19/20-34 Radio One CommunicationsCIT SXRFOPD FINANCE DEPARTMENT PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM TO: City Clerk/Maor The item(s) noted below is/are attached and forwarded to your office for the following action(s): E] Development Order R Mayor's signature r --j Final Plat (original mylars) ❑ Recording F-1 Letter of Credit F-1 Rendering Fj Maintenance Bond Safe keeping (Vault) R Ordinance Deputy City Manager F-1 Performance Bond ❑ Payment Bond [--] Resolution F-1 City Manager Signature El R City Clerk Attest/Signature Fj City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department F-1 Return copies 0 Special Instructions: LZA.o(�y Ooja&zi4e,v- From SharePoiiit—Finance—Purchasing_Forms - 2018.doc Date Communications Service Co. of Daytona, Inc. d/b/a Radio One -Communications Service Co. Piggyback Contract (PBA 19/20-34) (Two Way Motorola Radio System) The City of Sanford ("City") enters this "Piggyback" Contract with Communications Service Co. of Daytona, Inc. d/b/a Radio One -Communications Service Co., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address 140 South Beach Street, Suite 310, Daytona Beach, Florida 32114, and whose mailing address is 7041 Grand National Drive, Suite 116, Orlando, Florida 32819, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the government of Lake County, Florida, said contract being identified as "Agreement For Contractor Services" relating to "Bid # 3990DB Two Way Motorola Radio System District Wide Upgrade", as may have been amended, in order for the Vendor to provide all goods and services relating to the provision of two way Motorola radio system goods and services (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. 1 (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Marisol Ordonez, Purchasing Manager, Finance -Purchasing Division, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5028 and whose e-mail address is Marisol.ordonez@sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties 2 arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (1). IF THE CONTRACTORNENDOR HAS QUESTIONS STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, (11). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: 3 (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (111). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. M SIGNATURE BLOCKS FOLLOW: Entered this2 / day of October, 2019. Attest: 't 6d,166,t, Si6natof Aorized Person Printed Name: Attest. Communications Service Co. of Daytona, Inc. d/b/a Radio One - Communications Service Co., a Floridac rporation. By: ;4, J11L David Macdonald President/Vice President/Secretary Sole corporate officer' I C Date: i6— 7 City Of Sanford Traci Houchin, City Clerk, CMC, F(,RM Jeff Trip' t Ma Date: Approved as to form and legal sufficiency. William L. Colbert City Attorney Exhibit "A" [Attach original government contract] Procurement Services • 29529 CR 561 • Tavares • FL 32778 (352) 253-6760 • Fax: (352) 253-6761 • httahlake.02.fl us May 17, 2019 Mr. David MacDonald Communications Service Co. of Daytona, Inc. DBA Radio One Communications Service Co. 7041 Grand National Drive 116 Orlando, FL 32819 Superintendent: Diane S. Kornegay, M.Ed. RE: Bid # 3990DB Two Way Motorola Radio System District Wide Upgrade Dear Mr. MacDonald: School Board Members: District 1 Bill Mathias District 2 Kristi Burns, Ph.D. District 3 Marc Dodd District 4 Sandy Gamble District 5 Stephanie Luke At their meeting held May 13, 2019, the Lake County School Board accepted your offer to renew your annual contract for the above referenced Bid. The contract terms and conditions in this agreement will be firm through January 25, 2020. Enclosed, for your records, is an executed copy of your agreement with the Lake County School Board. We look forward to working with you during this contract period. If you have questions, please call Deb Gardner at (352) 253-6765. Sincerely, Deb Gardner, CPPB "Equal Opportunity in Education and Employment" Procurement Services '29528CR561'Tavares 'FL32778 January 2O.2D18 Mc David MacDonald Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. 7041 Grand National Drive 11O Orlando, Florida 3281B Diane S. Kornegay, N.Ed RE: Bid #3990DBTwo Way Motorola Radio System District Wide Upgrade Dear Mr. MacDonald: At their meeting held January 22.2018.the Lake County School Board accepted your offer to renew your annual contract for the above referenced Bid. The contract terms and conditions inthis agreement will bo firm through January 25`2O1S. Enclosed, for your records, is an executed copy of your agreement with the Lake County School Board. We look forward to working with you during this contract period. If you have questions, nke8SR call Deb Gardner et/3S2\253-8765. Sincerely, "Equal Opportunity in Education and Employment" Superintendent: School Board Members: Diane S. Komegay, M.Ed. District 9 Bill Mathias District 2 y Kristi Burns, Ph.D. District 3 Marc Dodd District 4 Procurement Services • 29529 GR 561 - Tavares • FL 32778 Sandy Gamble (352) 253-6760 • Fax: (352) 253-6761 • htt DYAake.kl2tl us District 5 Stephanie Luke January 24, 2019 Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. 7041 Grand National Drive 116 Orlando, Florida 32819 RE: Bid # 3990DB Two Way Motorola Radio System District Wide Upgrade Dear Mr. MacDonald: The above referenced bid is currently awarded to your company, but unfortunately will expire on January 25, 2019. The School Board of Lake County would be interested in the extension of this bid, per contract specifications, by your company if possible. Please complete the form below to indicate whether you do or do not agree to extend this contract and return to our office at gardnerd@lake.kl2.fl.us by 1/25/2019. Thank you in advance for your assistance in this bid extension. Please contact me at 352-253-6765 or at gardnerd@lake.kl2.fl.us if you have any questions. Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. is in agreement f o r the extension of the above referenced bid at the original bid prices. Period of agreement shall be an additional t w o (2) month, expiring on 03/25/2019 Please Check One: I gree to extend at original contract prices [Ir Yes ❑ No 411, & & Authorized Signature Date Sincerely, Buyer II, Procurement Services "Equal Opportunity in Education and Employment" Procurement Services • 29529 CR 561 • Tavares - FL 32778 (352) 253-6760 • Fax: (352) 253-6761 • httpJ/lake.k12Aus Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. 7041 Grand National Drive 116 Orlando, Florida 32819 Superintendent: Diane S. Komegay, M.Ed. RE: Bid 4 3990DB Two Way Motorola Radio System District Wide Upgrade Dear Mr. Parker: School Board Members: District 1 Bill Mathias District 2 Kristi Burns, Ph.D. District 3 Marc Dodd District 4 Sandy Gamble District 5 Stephanie Luke The above referenced bid is currently awarded to your company, but unfortunately will expire. The School Board of Lake County would be interested in the extension of this bid, per contract specifications, by your company if possible. Please complete the form below to indicate whether you do or do not agree to extend this contract and return to our office at gardnerd@lake.kl2.fl.us. Thank you in advance for your assistance in this bid extension. Please contact me at 352-253-6765 or at gardnerd@lake.kl2.fl.us if you have any questions. Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. is in agreement f r the extension of the above referenced bid at the original bid prices. Period of agreement shall be an additional t w o (2) months, expiring on 05/25/2019 S Sincerely, Buyer II, Procurement Services I agree to extend at original contract prices Yes ❑ No "Equal Opportunity in Education and Employment" SECOND RENEWAL TO AGREEMENT FOR CONTRACTOR SERVICES This Contract Renewal is made as of the 134 day of `M O _, 2019, between the School Board of Lake of County, Florida ("SCHOOL BOARD"), and Communications Service Co. of Daytona, Inc. d/b/a Radio One Communications Service Co. ("CONTRACTOR"). WITNESSETH: WHEREAS, on January 26, 2015 the parties entered into an Agreement for Contractor Services whereby the CONTRACTOR agreed to provide two way Motorola systems to SCHOOL BOARD (the "Agreement"). WHEREAS, on January 22, 2018 the parties entered into the First Renewal to the Agreement, which extended the Agreement through January 25, 2019. WHEREAS, on January 25, 2019, to allow both parties the proper time to renew the Agreement, the parties extended the Agreement through March 25, 2019. WHEREAS, on March 25, 2019, to allow both parties the proper time to renew the Agreement, the parties extended the Agreement through May 25, 2019. WHEREAS, NOW, the parties wish to renew the term of the Agreement, as authorized in Section 14 of the Agreement, up through and including January 25, 2020. 'NOW, THEREFORE, in consideration of the mutual benefits accruing to the parties and for other good and valuable considerations, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. Recitals. The above recitals are true and correct and by reference are incorporated herein and made a part hereof. 2. Renewal. The Agreement is hereby renewed through January 25, 2020. 3. Modification. Except as specifically modified by the First Renewal or this Second Renewal to Agreement, the terms and conditions of the Agreement shall continue in full force and effect as originally executed. Nothing herein shall be deemed or construed to modify any other contract or undertaking between the parties other than as defined above. IN WITNESS WHEREOF, the parties hereto have made and executed this Contract Renewal on the respective dates under each signature: "SCHOOL BOARD" THE SCHOOL BOARD OF LAKE COUNTY, FLORIDA By: A441L,6Z Approve to form: Sc o Board Atr Sandy Gamble, Chairperson Date: Attest: D ane S. K egay, Supe i t ndent "CONTRACTOR" COMMUNICATIONS SERVICE CO.O DAYTONA,Y,.D/A RADIOCOMMiJNI SSERVIBy: lf� David MacDonald, President Date: 1! f 3 ar 5/14/2019 BoardDocs® Pro Agenda Item Details Meeting May 13, 2019 - Lake County Schools - Regular School Board Meeting-REVISED(2) Category 8. NEW BUSINESS -CONSENT AGENDA -BUSINESS AND SUPPORT ITEMS Subject 8.05 Renewal (2) Bid # 3990DB Two Way Motorola Radio System District Wide (John Carr, Chief of Operations) Fiscal Impact: $95,000.00 from Safety & Security Services Operational Funds Type Action (Consent) BACKGROUND and RATIONALE: Two way Motorola radio systems for this District are reviewed on an annual basis. Due to the anticipated volume, such needs are purchased from a competitively sealed bid. Pursuant to the competitive bidding process, award of Bid # 399ODB Two Way Motorola Radio System District Wide, was approved by the Board on January 26, 2015, for a three-year term. Included in the terms and conditions of this agreement is the option to renew for two (2) additional 12 month terms. To retain this agreement, the parties extended the agreement terms through May 25, 2019 (as allowed within School Board Policy 7.70, Purchasing and Bidding, Section 12.1.) This contract period is currently scheduled to expire on March 25, 2019. This renewal has been reviewed by Purchasing and Safety & Security. Communications Service Co. of Daytona, Inc. d/b/a Radio One -Communications Service Co., located in Orlando, FL has indicated their desire to renew their agreement, for the final renewal term. If renewal is approved by the Board, the expiration of the agreement would be January 25, 2020. All other terms and conditions of the original agreement will remain the same. This item supports Focus Area #1 — Student Achievement based on the School Board's Strategic Priorities and is beneficial to the students because it is necessary to ensure all students have a safe, healthy and inviting academic community. ALTERNATIVES: 1. Approve the recommendation to renew and execute the agreement for Bid # 399ODB Two Way Motorola Radio System. 2. Do not renew Bid # 399ODB Two Way Motorola Radio System at this time. RECOMMENDATION: I recommend that the Board approve the execution of the agreement for Bid # 399ODB Two Way Motorola Radio System. FISCAL IMPACT: The financial impact to the district would be will be approximately $95,000.00 and will be funded through the Safety & Security Services Operational Funds. DATA SOURCE: The renewal process for this item was prepared by Purchasing in accordance with School Board Policy 7.70. The funding sources for this bid were submitted by Safety & Security. Questions may be directed to Procurement at 352-253-6760, or Safety & Security at 352-253-6677. 3990DG Agreement for Board approval.pdf (285 KB) 3990DB Complete Contract Radio One.pdf (18,708 KB) Motion & Voting https://www.boarddoes.com/fla/lake/board.nsf/Public 1/2 5/14/2019 BoardDocs® Pro to approve the Superintendent's recommendation of the Consent Agenda Motion by Bill Mathias, second by Stephanie Luke. Final Resolution: Motion Carries Yea: Bill Mathias, Stephanie Luke, Marc Dodd, Sandy Gamble, Kristi L Burns https://www.boarddoes.com/fla/lake/board.nsf/Public 212 FIRST RENEWAL TO AGREEMENT FOR CONTRACTOR SERVICES This First Renewal is made as of thea. Aay of , 2018, between the School Board of Lake of County, Florida ("SCHOOL BOARD"), and Commu 'cations Service Co. of Daytona, Inc. d/b/a Radio One Communications Service Co. ("CONTRACTOR"). WITNESSETH: WHEREAS, on January 26, 2015 the parties entered into an Agreement for Contractor Services whereby the CONTRACTOR agreed to provide two way Motorola systems to SCHOOL BOARD (the "Agreement"). WHEREAS, NOW, the parties wish to renew the term of the Agreement, as authorized in Section 14 of the Agreement, for one year, up through and including January 25, 2019. NOW, THEREFORE, in consideration of the mutual benefits accruing to the parties and for other good and valuable considerations, the receipt and sufficiency of which are hereby acknowledged, the parties agrees as follows: 1. Recitals. The above recitals are true and correct and by reference are incorporated herein and made a part hereof. 2. Renewal. The Agreement is hereby renewed through January 25, 2019. 3. Public Records Retention. A. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE SCHOOL BOARD CUSTODIAN OF PUBLIC RECORDS AT 352-253-6513, ChallengerN(&,lake.k12.fl.us, 201 West Burleigh Boulevard, Tavares, FL 32778. B. CONTRACTOR shall comply with the Florida Public Records Law, Chapter 119, Florida Statutes, and will: (i) Keep and maintain public records required by SCHOOL BOARD to perform the service. (ii) Upon request from the SCHOOL BOARD's custodian of public records, CONTRACTOR shall provide the SCHOOL BOARD with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. 00280097- 1 (iii) CONTRACTOR shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this Agreement if the CONTRACTOR does not transfer the records to the SCHOOL BOARD. (iv) Upon completion of this Agreement, CONTRACTOR shall transfer, at no cost, to the SCHOOL BOARD all public records in possession of the CONTRACTOR or keep and maintain public records required by the SCHOOL BOARD to perform the service. If the CONTRACTOR transfers all public records to the SCHOOL BOARD upon completion of the contract, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the contract, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the SCHOOL BOARD by CONTRACTOR, upon request from the SCHOOL BOARD's custodian of public records, in a format that is compatible with the information technology systems of the SCHOOL BOARD. (v) The failure of the CONTRACTOR to comply with the provisions set forth herein shall constitute a default and material breach of this Agreement, which may result in immediate termination of this Agreement, with no penalty to the SCHOOL BOARD. 4. Modification. Except as specifically modified by this First Renewal, the terms and conditions of the Agreement shall continue in full force and effect as originally executed. Nothing herein shall be deemed or construed to modify any other contract or undertaking between the parties other than as defined above. IN WITNESS WHEREOF, the parties hereto have made and executed this Contract Extension on the respective dates under each signature: 74A ved a form: ch 1 Board A orney 00280097-1 THE SCHOOL BOARD OF LAKE COUNTY, FLORIDA By: G6��/{,fit/Yt,(,2 Stephanie Luke, Chairperson Al Date: Attest: / Dian S.rnegay, Superintendent "CONTRACTOR" COMMUNICATIONS SERVICE CO. OF DAYTONA, INC. D/B/A RADIO ONE COMMU'KAT ON SE� C4 CO. By: �A Davi MacDonald, President Date: December 8"'. 2017 00280097- 1 RENEWAL OPTION December 4.2O17 Mr. David MacDonald Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. 7041 Grand National Drive 118 Orlando, Florida 32819 RE Bid #3S9ODBTwo Way Motorola Radio System District Wide Upgrade Dear Mr. MacDonald: The above referenced contract is currently awarded to your company, but unfortunately will expireon January 25, 2018. The School Board of Lake County would be interested in the ranevvm| of this contract, per contract specifications, byyour company if possible. Please complete the form below to indicate whether you wish to renew. Please return to our office before December 15.2O17. Aevvorn statement under section 287.133 (}). (o). Florida Gtadutes, on Public Entity Chnnaa has also been included. Please fill out and return signed, before the commencement of contract on January 26, 2018. Thank you in advance for your assistance in this contract renewal. Please contact Deb Gardner at 352- 253'67O5orgardnend@|aho.h12.O.us, ifyou have any questions. Deb Gardner, CPPB Certified Purchasing Agent Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co.is in agreement for the renewal of the above r?fKen7d bid at the original bid prices. Period of agreement shall be an additional twelve months, ex 11 on January 25, 2019. eck One: I agp6e to extend at original contract prices. 02"Yes No hck 44_461� 41 Authorized Signature Date The Lake County School Boardapproves the renewal ofthe above referenced bid otthe original bid prices. Period of agreement shall be an additional twelve months, expiring on January 25, 2019, M Approves 0 Disapproves "Equal Opportunity in Education and Employment" l/22/20l8 School Board Members: Diane o.monweQm8wiEd' District / Bill Mathias District 2 KnstiBurns, pn.o. - - District �- Marc Dodd District 4 Procurement Services '2wpz:Cna6/ ' Tavares 'FL 32//8 Sandy Gamble (352)253-676U'Fax: (35D253 -67S1' httpJ17ake.k12Aus District Stephanie Luke RENEWAL OPTION December 4.2O17 Mr. David MacDonald Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. 7041 Grand National Drive 118 Orlando, Florida 32819 RE Bid #3S9ODBTwo Way Motorola Radio System District Wide Upgrade Dear Mr. MacDonald: The above referenced contract is currently awarded to your company, but unfortunately will expireon January 25, 2018. The School Board of Lake County would be interested in the ranevvm| of this contract, per contract specifications, byyour company if possible. Please complete the form below to indicate whether you wish to renew. Please return to our office before December 15.2O17. Aevvorn statement under section 287.133 (}). (o). Florida Gtadutes, on Public Entity Chnnaa has also been included. Please fill out and return signed, before the commencement of contract on January 26, 2018. Thank you in advance for your assistance in this contract renewal. Please contact Deb Gardner at 352- 253'67O5orgardnend@|aho.h12.O.us, ifyou have any questions. Deb Gardner, CPPB Certified Purchasing Agent Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co.is in agreement for the renewal of the above r?fKen7d bid at the original bid prices. Period of agreement shall be an additional twelve months, ex 11 on January 25, 2019. eck One: I agp6e to extend at original contract prices. 02"Yes No hck 44_461� 41 Authorized Signature Date The Lake County School Boardapproves the renewal ofthe above referenced bid otthe original bid prices. Period of agreement shall be an additional twelve months, expiring on January 25, 2019, M Approves 0 Disapproves "Equal Opportunity in Education and Employment" l/22/20l8 SWORN STATEMENT UNDER SECTION 287133(3)(a), FLORIDA STATUTES, ONPUBLIC ENTITY CRIMES This form must be signed and sworn tointhe presence mfmnotary public orother officer authorized to administer oaths. This sworn statement is submitted (Print nake of the public entity) (Print individual's name and title) for (Print name of entity submitting sworn st6tement) /�\~—� ��. VVhos*bmdnosmaddress (|f applicable) Employer Identification Number (FBN)io (|f the entity has no FBN, include the 8nnie| Security Number of the individual signing this sv*»nn statement: Onthe attached oheeL) Required aoper IRS Form VV -Q. 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United Gtabas, including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state or of the Unites Gtates, and involving antibogt, freud, theft, bribery, onUusion, nacheteahng, conop}racy, or mebaho| misrepresentation. 3. | understate that "nonvictad" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without anadjudication nfguilt, in any federal orstate trial court ofrecord relating to charges brought by indictment orinformation after July 1. 1989. as result ofajury verdict, nonjurybia|. orentry ofa plea nfguilty nrnolo contendere. 4. | understand that ^af5|iote^aodefined in Ponagraph287.133(1)(m). Florida Statutes means: 1. Apredecessor orsuccessor ofaperson convicted ofapublic entity crime: or: 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted ofapublic entity crime. The term ^sffi|iata^includes those offices, direcbors, exeoubves, pertners, shareholders, employees, membero, and agents who are active in the management of the affiliate. The ownership by one person of shares constituting o controlling interest in another penoon, or pooling ofequipment o/ income among persons when not hair market value under an omn'o length ognaemont, ahoU be a facie case that one person controls another person. A person who knowingly enters into ajoin venture with o person who has been convicted of public entity crime in Florida during the proceeding 38 months shall beconsidered enaffiliate. 5. | understand that a^panson^oadefined inParagraph 287133(1)(c). Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter binding contract and which bids or applies to bid on contracts for the provision of goods or services let byepublic antby.orvvhichotherwise �mnsadoorapplies toUonaactbusiness with apubUn entity. The term "person" includes those offimara, directnra, exeoudves, partners, shareholders, employees, members, and agents who are active in management of the entity 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity sub ing those sworn statements. (Please indicate which statement applies.) Neither the entity submitted this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS FILED. 1 ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE WRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEG Y R ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (SgtU e 1-2-t � 607 STATE OF FLO(1- t b P (Date) PERSONALLY APPEARED BEFORE RE ME, the undersigned authority, (Name of individual signing) who, after first being swom by me, axed his/her signature in the space provided above on this V1111_fday of C'a t'-^- 2 . , 2 My Com �on xpires: 0 1 m JAY E Stag of F •Cammiasion 0 GG 003531 My Comm. Expires Oct 1. 2020 unsr LAKE COUNTY SCHOOLS Leading our Children to Success Procurement Services 29529 CR 561 • Tavares • FL 32778 (352) 253-6760 • Fax: (352) 253-6761 - http://iake.klZtl.us NOTICE OF AWARD February 11, 2015 Mr. David MacDonald Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. 7041 Grand National Drive 116 Orlando, Florida 32819 Superintendent. Dr. Susan Moxley RE: Bid # 399ODB Two Way Motorola Radio System District Wide Upgrade Dear Mr. MacDonald: School Board Members: District 1 Bill Mathias District 2 Rosanne Brandeburg District 3 Marc Dodd District 4 Debbie Stivender District 5 Stephanie Luke At their meeting held on January 26, 2015, the Lake County School Board approved the award of above reference bid to your company. A complete copy of the award recommendation letter and the bid tabulation is posted on the LCSB Purchasing Department's website located at http://Iake.kl2.fl.us . Enclosed is an original executed contract. Per contract specifications, it is your responsibility to provide the Purchasing Department with current copies of your certificate of insurance naming the School Board of Lake County, Florida, as an additional insured and to maintain the required coverages for the duration of the contract term. If you have not already done so, please forward this information as soon as possible. Failure to submit a fully completed original certificate of insurance signed by an authorized representative of the insurer providing such coverage may cause your company to be in default and subject to cancellation of the contract. The contract will be in effect through January 25, 2018. Purchase orders will be issued as needed. We look forward to working with you. If you have questions, please contact me at 352- 253-6766 or bennettd(c�lake.k12.fl.us Sincerely, A-:6e�. Diane Bennett, CPPO Certified Purchasing Agent Enclosure "Equal Opportunity in Education and Employment" iT AGREEMENT FOR CONTRACTOR SERVICES THIS AGREEMENT is entered into by and between The School Board of Lake County, Florida, whose address is 201 West Burleigh Boulevard, Tavares, Florida 32778 (hereinafter referred to as the "SCHOOL BOARD"), and Communications Service Co. of Daytona, Inc. d/b/a Radio One - Communications Service Co. whose address is 7041 Grand National Drive 116, Orlando, Florida 32819 (hereinafter referred to as the "CONTRACTOR). NOW, THEREFORE, in consideration of the mutual benefits accruing to the parties to this Agreement, and for other good and valuable considerations, the receipt of which is hereby acknowledged, the parties agree as follows: 1. Services. The CONTRACTOR shall perform the following services: SEE EXHIBIT "A," which is attached and incorporated by reference herein. Nothing herein shall limit the SCHOOL BOARD'S right to obtain proposals or services from other professionals for similar projects. The CONTRACTOR agrees to comply with all terms and conditions of Bid #3990DB for Two Way Motorola Radio System District Wide Upgrade, such terms and conditions being incorporated by reference. 2. Insurance. A. The CONTRACTOR shall maintain throughout this Agreement the following insurance: (i) Comprehensive General Liability insurance in the amount of one million dollars ($1,000,000); (ii) Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the operations of the CONTRACTOR, in an amount not less than five hundred thousand dollars ($500,000) combined single limit per occurrence for bodily injury and property damage with the SCHOOL BOARD as an additional named insured; and (iii) Workers' Compensation Insurance for all employees of the CONTRACTOR as required by Florida Statutes. A Waiver of Subrogation in favor of The School Board of Lake County, Florida and its members, officers and employees shall be endorsed onto the Workers' compensation policy. B. The School Board of Lake County, Florida and its members, officers and employees shall be an additional insured on those insurance coverages/policies listed above except Workers' Compensation. C. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the CONTRACTOR. D. The CONTRACTOR shall ensure that all insurance policies required by this section are issued by companies with either of the following qualifications: (i) The company must be (1) authorized by subsisting certificates of authority by the Department of Insurance of the State of Florida or (2) an eligible surplus lines insurer under Florida Statutes. In addition, the insurer must have a Best's Rating of "A" or better according to the latest edition of Best's Key Rating Guide, published by A.M. Best Company; or (ii) With respect only to the Workers' Compensation Insurance, the company may be (1) authorized as a group self -insurer pursuant to Florida Statutes or (2) authorized as a commercial self-insurance fund pursuant to Florida Statutes. E. Neither approval nor failure to disapprove the insurance furnished by the CONTRACTOR to the SCHOOL BOARD shall relieve the CONTRACTOR of the CONTRACTOR'S full responsibility to provide insurance as required under this Agreement. F. The CONTRACTOR shall be responsible for assuring that the insurance remains in force for the duration of this Agreement, including any and all option years that may be granted to the CONTRACTOR. The CONTRACTOR shall be responsible for notifying SCHOOL BOARD within 48 hours upon receipt of any cancellation notice or intent to non -renew. If the insurance is scheduled to expire during the contractual period, the CONTRACTOR shall be responsible for submitting new or renewed certificates of insurance to the SCHOOL BOARD at a minimum of fifteen (15) calendar days in advance of such expiration G. Unless otherwise notified, the certificate of insurance shall be delivered, within 10 days, to: Lake County Schools Purchasing Department 29529 County Road 561 Tavares, Florida 32778 H. The name and address of the Certificate Holder on the certificate of insurance must be: The School Board of Lake County, Florida 201 West Burleigh Boulevard Tavares, Florida 32778 I. In the event that CONTRACTOR fails to maintain insurance as described in Section 2, paragraph "A" of this Agreement, CONTRACTOR agrees that such failure will constitute a material breach of this Agreement and the SCHOOL BOARD shall have the right to terminate this Agreement without further liability. Further, CONTRACTOR agrees that upon such breach, the SCHOOL BOARD may take any action necessary at law or in equity to preserve and protect SCHOOL BOARD'S rights. 3. Indemnification. The CONTRACTOR agrees to make payment of all proper charges for labor required in the aforementioned work and CONTRACTOR shall indemnify SCHOOL BOARD and hold it harmless from and against any loss or damage, claim or cause of action, and any attorneys' fees and court costs, arising out of any unpaid bills for labor, services or materials furnished pursuant to this Agreement; any failure of performance of CONTRACTOR under this Agreement; or the negligence of the CONTRACTOR in the performance of its duties under this Agreement, or any act or omission on the part of the CONTRACTOR, his agents, employees, or servants. CONTRACTOR shall defend, indemnify, and save harmless the SCHOOL BOARD or any of their officers, agents, or servants and each and every one of them against and from all claims, suits, and costs of every kind and description, including attorney's fees, and from all damages to which the SCHOOL BOARD or any of their officers, agents, or servants may be put by reason of injury to the persons or property of others resulting from the performance of CONTRACTOR'S duties under this Agreement, or through the negligence of the CONTRACTOR in the performance of its duties under this Agreement, or through any act or omission on the part of the CONTRACTOR, his agents, employees, or servants. CONTRACTOR shall provide such indemnity regardless of the negligence or other culpability of the SCHOOL BOARD, excluding only those circumstances where the SCHOOL BOARD is solely negligent. 4. Codes, Laws, and Regulations. CONTRACTOR will comply with all applicable codes, laws, regulations, standards, and ordinances in force during the term of this Agreement. 5. Permits, Licenses, and Fees. CONTRACTOR will obtain and pay for all permits and licenses required by law that are associated with the CONTRACTOR'S performance of the Scope of Services. 6. Access to Records. CONTRACTOR will maintain accounting records in accordance with generally accepted accounting principles and practices to substantiate all invoiced amounts. CONTRACTOR shall ensure that such records are available for examination by the SCHOOL BOARD during CONTRACTOR'S normal business hours. CONTRACTOR shall maintain such records for a period of three (3) years after the date of the invoice. 7. Contingent Fees Prohibited. The CONTRACTOR warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the CONTRACTOR any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. In the event of a breach of this provision, the SCHOOL BOARD shall have the right to terminate this Agreement without further liability, and at its discretion, deduct from the contract price, or otherwise recover, the full amount of any such fee, commission, percentage, gift, or consideration paid in breach of this Agreement. 8. Payment. SCHOOL BOARD shall compensate CONTRACTOR for their services in the following manner: SEE EXHIBIT "B". No other costs or services shall be billed to the SCHOOL BOARD. 9. Ownership of Documents. All data, specifications, calculations, estimates, plans, drawings, construction documents, photographs, summaries, reports, memoranda, and other documents, instruments, information and material prepared or accumulated by the CONTRACTOR (or by such sub - consultants and specialty consultants) in rendering services hereunder shall be the sole property of the SCHOOL BOARD who may have access to the reproducible copies at no additional cost other than printing. Provided, that the CONTRACTOR shall in no way be liable or legally responsible to anyone for the SCHOOL BOARD's use of any such materials for another PROJECT, or following termination. All original documents shall be kept on file at the office of the CONTRACTOR for a period of 15 years. At the end of the 15 year period, CONTRACTOR shall provide the SCHOOL BOARD with thirty (30) days written notice by certified mail, return receipt requested, of its intent to destroy documents at which time the SCHOOL BOARD shall determine whether to take possession of the stored documents or whether to allow the CONTRACTOR to destroy the stored documents. 10. Independent Contractor. The CONTRACTOR agrees that he or she is an independent contractor and not an agent, joint venture, or employee of the SCHOOL BOARD, and nothing in this Agreement shall be construed to be inconsistent with this relationship or status. None of the benefits provided by the SCHOOL BOARD to its employees, including but not limited to, workers' compensation insurance, unemployment insurance, or retirement benefits, are available from the SCHOOL BOARD to the CONTRACTOR. Further, CONTRACTOR will be responsible for paying its own Federal income tax and self-employment tax, or any other taxes applicable to the compensation paid under this Agreement. The CONTRACTOR shall be solely and entirely responsible for his or her acts during the performance of this Agreement. 11. Assignment. Neither party shall have the power to assign any of the duties or rights or any claim arising out of or related to the Agreement, whether arising in tort, contract, or otherwise, without the written consent of the other party. These conditions and the entire Agreement are binding on the heirs, successors, and assigns of the parties hereto. 12. No Third Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the CONTRACTOR and the SCHOOL BOARD. 13. Jurisdiction. The laws of the State of Florida shall govern the validity of this Agreement, its interpretation and performance, and any other claims related to it. In the event of any litigation arising under or construing this Agreement, venue shall lie only in Lake County, Florida. 14. Term and Termination. The term of this Agreement shall be from January 26, 2015, through January 25, 2018. The SCHOOL BOARD reserves the right to renew the contract, for up to two (2) additional one-year period(s), upon mutual agreement by both the SCHOOL BOARD and awarded CONTRACTOR. Any renewals shall be in writing and signed by both parties. All or part of this Agreement may be terminated by the SCHOOL BOARD, with or without cause, for its convenience, upon no less than fifteen (15) days written notice to the CONTRACTOR of such intent to terminate. In such event, the CONTRACTOR will be entitled to compensation for services competently performed up to the date of termination. 15. Nonappropriation. The CONTRACTOR understands and agrees that this Agreement is subject to the availability of funds to the SCHOOL BOARD to purchase the specified products/services. As used herein, a "nonappropriation" shall be defined as an occurrence wherein the SCHOOL BOARD, in any fiscal period, does not allocate funds in its budget for the purchase of the specified products/services or other amounts owed pursuant to this Agreement, from the source of funding which the SCHOOL BOARD anticipates using to pay its obligations hereunder, and the SCHOOL BOARD has no other funds, from sources other than ad valorem taxes, which it deems to be available to pay its obligations under this Agreement. The SCHOOL BOARD may terminate this Agreement, with no further liability to the CONTRACTOR, effective the first day of a fiscal period provided that: (a) a nonappropriation has occurred, and (b) the SCHOOL BOARD has provided the CONTRACTOR with written notice of termination not less than fifteen (15) days before the proposed termination date. Upon the occurrence of such nonappropriation, the SCHOOL BOARD shall not be obligated for payment for any fiscal period for which funds have not been appropriated. 16. Contact Person. The primary contact person under this Agreement for the CONTRACTOR shall be Greg Parker, Regional Sales Manager. Mr. Parker may be contacted at 407- 352-9242 or atgregp@radiolinc.com . The primary contact person under this Agreement for the SCHOOL BOARD shall be dimmer Roy, Network Security Svstems Administrator. Mr. Roy may be contacted at 352-253-6719 or at royjglake.kl2.fl.us . 17. Approval of Personnel. The SCHOOL BOARD reserves the right to approve the contact person and the persons actually performing the CONTRACTOR services on behalf of CONTRACTOR pursuant to this Agreement. If SCHOOL BOARD, in its sole discretion, is dissatisfied with the contact person or the person or persons actually performing the services on behalf of CONTRACTOR pursuant to this Agreement, SCHOOL BOARD may require that the CONTRACTOR assign a different person or persons to be the contact person or to perform the CONTRACTOR services hereunder. 18. Disclosure of Conflict. The CONTRACTOR has an obligation to disclose to the SCHOOL BOARD any situation that, while acting pursuant to this Agreement, would create a potential conflict of interest between the CONTRACTOR and his duties under this Agreement. 19. Background Investigations. The CONTRACTOR represents and warrants to the SCHOOL. BOARD that the CONTRACTOR has read and is familiar with Florida Statute Sections 1012.315, 1012.32, 1012.465, 1012.467, and 1012.468 regarding background investigations. CONTRACTOR covenants to comply with all requirements of the above-cited statutes and shall provide SCHOOL BOARD with proof of compliance upon request. CONTRACTOR agrees to indemnify and hold harmless the SCHOOL BOARD, its officers, agents and employees from any liability in the form of physical injury, death, or property damage resulting from the CONTRACTOR'S failure to comply with the requirements of this paragraph or Florida Statute Sections 1012.315, 1012.32, 1012.465, 1012.467 and 1012.468. 20. Attorneys' Fees. In the event litigation is required by either party to enforce the terms of this Agreement, the prevailing party of such action shall, in addition to all other relief granted or awarded by the court, be entitled to judgment for reasonable attorneys fees, incurred by reason of such action and all costs of arbitration or suit and those incurred in preparation thereof at both the trial and appellate levels, and in bankruptcy proceedings. 21. Modifications and Amendments. This Agreement may be modified or amended only by a written document signed by authorized representatives of the CONTRACTOR and SCHOOL BOARD. 22. Subcontracts and Assignment. CONTRACTOR shall not subcontract or assign any of the work contemplated under this Agreement without first obtaining written approval from the SCHOOL BOARD. Any subcontractor or assignee shall be bound by the terms of this Agreement, including, but not limited to, the fingerprinting, insurance and indemnification provisions. 23. Entire Agreement. This constitutes the entire agreement between SCHOOL BOARD and CONTRACTOR and supersedes any prior or contemporaneous understanding or agreement with respect to the services contemplated herein. 24. Severability Clause. If any provision of this Agreement is held in whole or in part to be unenforceable for any reason, the remainder of that provision and/or the entire agreement shall be severable and remain in effect. 25. Notices. a.) All notices, demands, or other writings required to be given or made or sent in this Agreement, or which may be given or made or sent, by either party to the other, shall be deemed to have been fully given or made or sent when in writing and addressed as follows: SCHOOL BOARD: Superintendent 201 West Burleigh Boulevard Tavares, Florida 32778 CONTRACTOR: David MacDonald Communications Service Co. of Daytona, Inc. DBA Radio One -Communications Service Co. 7041 Grand National Drive 116, Orlando, Florida 32819 b.) All notices required, or which may be given hereunder, shall be considered properly given if (1) personally delivered, (2) sent by certified United States mail, return receipt requested, or (3) sent by Federal Express or other equivalent overnight letter delivery company. c.) The effective date of such notices shall be the date personally delivered, or if sent by mail, the date of the postmark, or if sent by overnight letter delivery company, the date the notice was picked up by the overnight delivery company. d.) Parties may designate other parties or addresses to which notice shall be sent by notifying, in writing, the other party in a manner designated for the filing of notice hereunder. 26. Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 27. Public Record Retention. CONTRACTOR shall keep and maintain public records that ordinarily and necessarily would be required by SCHOOL BOARD in order to perform the services being provided by CONTRACTOR herein. CONTRACTOR shall provide the public with access to public records on the same terms and conditions that the SCHOOL BOARD would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes. CONTRACTOR shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. CONTRACTOR shall meet all requirements for retaining public records and transfer, at no cost, to the SCHOOL BOARD all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the SCHOOL BOARD by CONTRACTOR in a format that is compatible with the information technology systems of the SCHOOL BOARD. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the respective dates under each signature. "SCHOOL BOARD" THE SCHOOL BOARD OF LAKE COUNTY, FLORIDA � 4 By: Debbie Stivender, Chairperson Date: Attest: Or. Susan Moxle , Sbperintendent "CONTRACTOR" COMMUNICATIONS SERVICE CO. OF DAYTONA, INC. D/B/A RADIO NE - COMM CA ONS SI E O. By: David MacDonald Its: President Date: ` EXHIBIT "A" SCOPE OF SERVICES I. Scope of Work: The CONTRACTOR shall be responsible for providing a Motorola Two Way Radio System and services on behalf of SCHOOL BOARD. A. Specifications: On July 14, 2014, the SCHOOL BOARD approved standardization of its Two Way Motorola Radio system to a UHF digital Motorola system. SCHOOL BOARD intends to upgrade district wide our Two Way Motorola radio system over a three year period as follows: 2014-2015 2015-2016 2016-2017 East Ridge High School Carver Middle School Triangle Elementary School Eustis High School and Eustis Cutright Center Umatilla Middle School Beverly Shores Elementary School High School Tavares Middle School Eustis Elementary School -Leesburg Mount Dora High School Oak Park Middle School Fruitland Park Elementary South Lake High School Eustis Middle School Groveland Elementary School Umatilla High School Clermont Middle School Pine Ridge Elementary School Lake Hill School Mount Dora Middle School Rimes Early Learning Center Villages Elementary East Ridge Middle School Clermont Elementary School Tavares Elementary Windy Hill Middle School Cypress Ridge Elementary School Astatula Elementary Cecil Gray Middle School Saw ass Bay Elementary School Lost Lake Elementary Seminole Springs Elementary School Grassy Lakes Elementary Leesburg Elementary Treadway Elementary School Sorrento Elementary School Umatilla Elementary Eustis Heights Elementary A. CONTRACTOR REQUIREMENTS: 1) CONTRACTOR shall be a manufacturer's authorized full line Motorola Radio Channel Partner throughout the term of this Agreement. 2) CONTRACTOR shall have a certified R56 Installer on staff throughout the term of this Agreement and shall supply proof of Certification to SCHOOL BOARD upon request. 3) CONTRACTOR shall include authorized warranty support. SCHOOL BOARD will not pay any shipping charges for repair work. 4) CONTRACTOR shall have a valid Internet Electronic Mail (E -Mail) address monitored frequently during business hours in order to receive SCHOOL BOARD requests for service. CONTRACTOR shall also provide contact information and escalation path information should an emergency occur. B. TECHNICAL SPECIFICATIONS: 1) All equipment shall meet or exceed National Electrical Code (NEC), Underwriters Laboratories, Inc. (UL), Federal Communications Commission (FCC), American National Standards Institute (ANSI), International Standards Organization (ISO), Institute of Electrical and Electronics Engineers (IEEE), Electronics Industries Association (EIA), Association of Public Safety Commission Officials (APCO 25), and American Society for Testing and Materials (ASTM) requirements, standards, specifications, practices and/or procedures. 2) Radios purchased and delivered shall be programmed and tested at the SCHOOL BOARD's delivery site by an authorized company representative. Network Security Systems Administrator shall be made aware of deliveries and testing. 3) While performing maintenance on SCHOOL BOARD radio systems, radio frequencies may not be changed and/or switched unless prior written approval is obtained from the SCHOOL BOARD's Executive Director of Information Technology or designee. The CONTRACTOR shall be responsible for any corrective repairs necessitated by unauthorized actions on the part of the CONTRACTOR's technicians and for any fines incurred by the SCHOOL BOARD as a direct result thereof. SCHOOL BOARD frequencies must be licensed in the Public Safety spectrum. 4) The CONTRACTOR shall maintain an updated inventory of SCHOOL BOARD repeaters, radios and radio programming (frequencies, codes, etc.) organized by location. This inventory list shall include purchase dates and warranty information for each item. SCHOOL BOARD shall receive updated copies of this inventory at the SCHOOL BOARD's request. Any purchases under this Agreement must be placed on the inventory list and maintained per SCHOOL BOARD's instructions. C. INSTALLATION: 1) It shall be the responsibility of the CONTRACTOR to provide the SCHOOL BOARD with a 100% operational system installed according to manufacturer's standards. Omission of any key item or element shall not absolve the CONTRACTOR of any responsibility to provide the result expected by the SCHOOL BOARD. The Installation shall include AC power protection and coaxial lightning protection. Mounting shall meet ADA requirements. The exact mounting location and which shelving to be utilized shall be determined at the site visit with the SCHOOL BOARD'S Network Security Systems Administrator. 2) The CONTRACTOR shall provide adequate information including drawings, if necessary, detailing additions and/or modifications to building infrastructure. Such materials shall become part of the "as built" information for the affected structure. The job will not be considered complete without submittal of this information. The CONTRACTOR must comply with applicable permitting requirements. Permits shall be obtained through the SCHOOL BOARD's Building Code Official and must pass all inspections prior to payment. 3) The CONTRACTOR shall install the radio antenna in a location to provide the best possible coverage and in a location that will reduce the chances of it being damaged or tampered with. The exact location for the Antenna shall be determined at the site visit with the Network Security Systems Administrator. Mounting should be secure enough to withstand wind in relation to the antenna size. Upon completion of the installation "as built" must be provided to the Network Security Systems Administrator. All installation provided under this Agreement shall be tested by the CONTRACTOR to ensure that the installed equipment is operating properly and operating within the FCC Guidelines. 4) The repeaters must be configured for IP site connect for three (3) zones; North, Central, and South. 5) All miscellaneous installation materials are included in the hourly price. The miscellaneous installation materials include the following: fiber, connectors, fittings, boxes, etc. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. CONTRACTOR shall protect the site from damage and shall repair damages or injury caused during the installation by the CONTRACTOR or its employees or agents. If any alteration is required to the building to achieve installation, the CONTRACTOR shall promptly restore the structure or site to its original condition. CONTRACTOR shall perform installation work so as to cause the least inconvenience and interference with the SCHOOL BOARD and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. D. DELIVERY REQUIREMENTS: Prices shall be inclusive of all costs including shipping/handling and delivery. Deliveries are to be F. O. B. destination, inside delivered and are to be placed in designated areas as specified by SCHOOL BOARD designee to the locations specified in Exhibit C, SCHOOL BOARD Delivery Locations. E. ADDITION OR DELETION OF SITES: The SCHOOL BOARD reserves the right to add or delete locations at its discretion at any time throughout the term of this Agreement. Any additional equipment/facility added during the term of this Agreement will be handled in accordance with the conditions and prices of this Agreement. F. NON WARRANTY SERVICE AND REPAIRS: CONTRACTOR's pricing to provide repair services for radios and accessories no longer under warranty shall include loaner equipment for any repairs exceeding 5 days. Hourly rates shall include all labor, tools, equipment, supplies, travel time/trip charge for CONTRACTOR to pick-up the item, repair the item, and return the item to the location where it is being used, and incidental services required to service/repair the radios/accessories. There shall be no additional charges, other than those stipulated in Exhibit B Rate Schedule. Should any radio/accessory need repair parts, the CONTRACTOR shall notify the school/department of the cost to repair the radio/accessory prior to making the repair. The cost for non -warranty repair/replacement parts shall be based on a firm fixed percentage discount off manufacturer list price as listed on Exhibit B, Rate Schedule. G. PRICING: 1) Prices for radio equipment shall be inclusive of radio, antenna, Impress battery, Impress battery charger, belt clip and vendor representative programming and site testing. 2) Prices for repeaters shall be inclusive of standard base station, antenna with transmission line, lightning protection, surge protection/grounding, all miscellaneous mounting hardware. De -installation of any existing old equipment. De -installed equipment shall be designated as de -installed on the inventory and returned to the Principal/Department Director. CONTRACTOR shall supply any and all parts or accessories required to produce a complete, operating unit. 3) The prices for maintenance and service of SCHOOL BOARD repeaters/radio systems shall be inclusive of, but not limited to the following: a) All required equipment/material, b) All required insurance, c) All required overhead and profit/trip charges, d) All required vehicles and e) All required labor per man-hour and supervision. f) An eight (8) hour response, Monday through Friday with escalation path if deemed an emergency by Executive Director of Information Instructional Technology Services Designees or Administrative Coordinator of Safe Schools. 4) CONTRACTOR has submitted a discount from manufacturer's retail price list (MSRP), expressed as a percentage, for balance of line: radios, repeaters, etc. CONTRACTOR has also submitted a discount expressed as a percentage for parts, and materials to include chargers, batteries, antennas, etc. Throughout the Agreement the CONTRACTOR shall ensure the SCHOOL BOARD has a copy of the current MSRP. IL Conditions of Contract and Work Specifications. A. Definitions: 1. Owner — Lake County Schools. 2. Owner's Representative — The duly authorized representative of the Owner. 3. CONTRACTOR — The person or entity awarded a contract to perform the Work covered by the Agreement. 4. CONTRACTOR's Supervisor — The person in charge of CONTRACTOR's performance of the Work. 5. Work — The furnishing by the CONTRACTOR of all labor, and tools required or necessary to complete and fulfill the performance required by this Agreement as set forth and in accordance with greater particularity set forth in the SCOPE OF WORK section of this Agreement. B. General Conditions: Labor Furnished by Contractor — The Contractor shall furnish all labor for completion of the Work. 2. Company Security — The Contractor's personnel will not be permitted in any area of the Owner's facilities except the designated Work areas. The Owner will designate means of egress and ingress. The Owner will provide the necessary security passes, which shall be carried at all times by the Contractor's personnel. Protection of Property — The Contractor shall cooperate to the fullest extent with the other contractors, the Owner and the Owner's Representative to execute all Work without delay. The Contractor shall take all necessary precautions to protect the Owner's property. The Contractor shall consult with the Owner's Representative to determine fire prevention measures to be adapted. The Contractor is responsible for security of its own materials and equipment, and for materials and equipment purchased by the Owner within the Contractor's possession or control. The Contractor shall cooperate fully with the Owner's security personnel. 4. Emergency Call List — The Contractor shall supply the Owner with an Emergency Call List of the Contractor's Supervision responsible for contacting Contractor's personnel in emergencies. 5. Tools Required When Working on Owner's Property — Contractor shall be required to furnish all hand tools for all craft skills required to perform the Work. All tools, portable electric tools, and other general shop tools shall be included in Contractor's overhead. 6. Contractor's Supervisor — The Contractor's Supervisor must possess necessary job skills to work from blueprints, sketches, and verbal instructions and be capable of planning, organizing, and supervising the Work. 7. Replacement of Personnel — If for any reason any of the Contractor's personnel has an extended illness, or is terminated either by the employee's choice or the Contractor's choice, the Contractor shall be responsible for the replacement of personnel necessary to complete the Work on time. The Contractor shall remove from the Work and replace any person whose performance, attendance, or conduct is unsatisfactory. 8. Cleanliness of Work Site —The Contractor shall maintain the premises and work site in a reasonable, neat, and orderly condition, free from accumulations of waste materials and rubbish during the entire project period and shall be responsible for removing and disposing of all cartons, crates, trash, and all flammable waste materials from the work areas at the end of each day. During the conduct of the Work, adjoining areas shall not be littered or obstructed anymore than is necessary for the conduct of Work. 9. Property Damage — The Contractor shall protect Owner's property and adjoining properties from damage that may be caused by Contractor's operations and/or take such protective measures as Owner may direct. Any damage to same caused by Contractor shall be repaired or remedied without delay by the Contractor at its sole cost and expense. 10. Unacceptable Materials for Use in School Board Facilities — The use of polychlorinated biphenyl's (PCBs) or asbestos in materials to be furnished thereunder is prohibited unless specifically specified or approved in writing by the Owner. Within ten (10) days following acceptance of this Agreement, the Contractor shall submit a letter of certification that none of these materials are to be used. 11. Electrical Standards — The National Electrical Code, all local codes, and Owner's Standards shall govern for all electrical equipment and construction Work. Should conflicts between the Agreement and such codes exist, they shall be immediately brought to the attention of the Owner. 12. Work Involving Asbestos Removal — In the event it appears that insulation must be disturbed during the course of Work, the Contractor shall immediately suspend that portion of the Work and notify the Owner's Representative. The Owner's Representative shall make the determination if the insulation material is asbestos and will take the appropriate action for its removal. All asbestos removal shall be performed by an Owner approved Asbestos Contractor. The Contractor shall perform no asbestos removal. The Owners Representative will coordinate the completion of the Work with the Contractor and the Asbestos Contractor. 13. Parking — Parking for the Contractor's personnel will be permitted when available in designated parking areas designated by the Owner. Otherwise the Contractor shall be responsible for parking arrangements for its personnel. 14. Utilities — The Owner will furnish the Contractor with electric power required for the execution of the Work without charge. The Contractor will be required to make connections to the Owner's utilities at the Contractor's expense and under the direction of the Owner's Representative. 15. Use of Owner's Equipment — Notwithstanding that this Specification requires the Contractor to furnish any and all equipment necessary to carry out the Work, on any occasion when the Owner, in its sole discretion, deems it to be expedient or in the Owner's best interest, it may allow the Contractor to use items of equipment belonging to the Owner. Such usage of Owner's (owned, rented, or leased) equipment by the Contractor shall specifically be subject to the provisions of Safety, Indemnity, and the OSHA provisions of this Agreement. It shall be the Contractor's responsibility to insure that only persons having the required license, special training, or other qualification to operate said equipment operates it. The aforementioned equipment does not apply to Owner's trucks licensed for over -the -road use (owned, rented, or leased including pickup trucks). These are to be driven by Owner's personnel only. 16. Code of Conduct — The Contractor shall have an established program to review with its employees the following Code of Conduct prior to Contractor's employees corning onto the Owner's property. Owner reserves the right to take whatever action it deems appropriate when a violation of the Code of Conduct occurs. This includes, but is not limited to, barring/removing Contractor's employee(s) from the property and/or any legal recourse available. The Code of Conduct shall include but not be limited to the following: a) Employees shall be required to dress appropriately. Shoes and shirts are required at all times. No apparel with inappropriate or offensive sayings or pictures shall be worn. b) Alcohol, Tobacco, & Drug Abuse Policy — It is the policy of the Owner that the possession, use, consumption, distribution, transfer, manufacture or sale of alcohol, tobacco, illegal drugs or prescription drugs without a valid prescription on Owner's property is strictly prohibited. C) Miscellaneous Conduct — Use of profane, abusive, or threatening language, or fighting or threatening bodily injury to any person is prohibited. Practical joking or horseplay has no place on Owner's property and is prohibited. The bringing of firearms or other weapons into the work place is strictly prohibited. Gambling in any form, including the selling of chances or lottery tickets is not allowed upon the property of the Owner. d) Theft, Destruction of Property — Contractor's employees shall not take items of Owner's property. Contractor's employees shall not damage or handle in a destructive manner any of Owner's property or equipment. e) Eating — eating is not allowed except in designated places. f) Cleanliness — Contractor's employees shall keep their places of work machinery, or other Owner's property used by them in a clean and orderly condition. Marking on walls, posts or machinery is prohibited. Sanitary facilities and break areas are cleaned daily, and Contractor's employees are expected to do their part in keeping such facilities clean. g) Telephone Calls — Telephones installed in Owner's facilities are for the use of the Owner in the transaction of its business. Unnecessary use of telephones for personnel matters is discouraged. No long distance calls are to be made unless properly authorized. h) Notices — No notice, bulletin, or other material shall be posted in Owner's facilities or upon Owner's property except by Owner's prior written permission. Contractor's employees shall not remove or deface any notice or bulletin or other information posted by the Owner. i) Sexual Harassment — It is the policy of the Owner to maintain a working environment free of all forms of sexual harassment. Sexual harassment includes, but is not limited to: 1) Unwelcome, deliberate, repeated, or unsolicited comments, gestures, or physical action of a sexual nature (for example, sexually derogatory statements, unnecessary touching, patting or pinching, etc.); 2) Demanding or subtle pressure for sexual favors or sexual activity; 3) Preferential treatment, taking or refusing to take personnel action, or the exercise of power in exchange for sexual favors; or 4) Actions or behaviors that have the purpose or effect of unreasonable, interfering with work performance, or creating an environment which is hostile, intimidating, or offensive (for example, sexual jokes, inappropriate calendars or pin-ups, etc.). Contractor has the responsibility to immediately inform Owner of any allegations of sexual harassment. 17. Engaging in any other practices as may be inconsistent with the ordinary, reasonable, common sense rules of conduct necessary to the welfare of the Owner and any employee of the Owner is prohibited. C. Safety and Accident Prevention: 1. The Contractor shall, at all times and at all locations where the Work is performed, conduct its operations in such a manner as to avoid any risk of bodily harm to persons or damage to property. The Contractor shall take all precautions, which are reasonable and necessary to safeguard against such risks. The Contractor shall be responsible for the discovery, determination, and correction of any unsafe conditions arising in connection with the performance of the Work. The term 'Contractor' as used herein shall include its employees, agents, visitors, and its subcontractors, their employees, agents, and visitors. The Contractor agrees, in the performance of this Agreement, to observe and comply with all applicable federal, state, local, and Owner's safety rules and regulations, including but not limited to the Occupational Safety and Health Act of 1470 as amended. The Contractor shall cooperate and coordinate with other contractors on safety matters and shall promptly comply with any specific safety instructions or directions given to the Contractor by the Owner. The Contractor shall furnish all protective safety equipment for its personnel. The Contractor shall be responsible for the provision of adequate first-aid facilities at the Work site for all personnel employed or retained by the Contractor. Contractor shall have an emergency plan that includes posting of names, addresses, and telephone numbers of emergency services. 4. The Contractor shall report to Owner all accidents occurring on Owner's property within twenty-four (24) hours of the occurrence. 5. Contractor shall conduct periodic reviews of general site safety conditions and Contractor's safety log and safety records. The Owner may, in its discretion, conduct independent similar reviews. Such reviews by the Owner shall not relieve the Contractor of any obligations thereunder. 6. Upon the failure of the Contractor to comply with any of the requirements set forth herein, the Owner shall have the right to stop any operations of the Contractor affected by such failure until the condition is remedied. The Contractor shall not be entitled to an extension of time or claim for damages as a result of such stop order. In the event of repeated safety violations, the Owner, in its sole discretion, may terminate this Agreement. D. Warranty: The Contractor warrants to the Owner that all Work will be of good quality, free from faults and defects, and in conformance with this Agreement. All Work not conforming to these requirements may be considered defective. Any Work not in conformance with this Warranty will be remedied so as to conform to this Warranty at the Contractor's sole cost and expense. Warranty repairs shall be made at no cost to the SCHOOL BOARD and shall include all parts, labor and shipping costs from the date of delivery or install. Loaner equipment shall be made available for all warranty repairs that require more than five school days to repair. If Manufacturer warranty does not cover the removal and installation and you will charge a fee to the SCHOOL BOARD, the charge shall be per the hourly rate stipulated in Exhibit B, Rate Schedule. 1. Radios: Manufacturer warranty shall be a minimum of 2 years. 2. Repeaters: Manufacturer warranty shall be a minimum of 2 years. E. Non -Waiver: Failure of either party to enforce any of the provisions hereof shall not be construed as a general waiver or relinquishment of this or any other provision. F. Rights and Remedies: The rights and remedies herein reserved shall be cumulative and additional to any other or further remedies provided in law or equity. G. Separate Contracts: The Owner has the right to let other contracts in connection with the Work or to perform similar work itself and the Contractor shall fully cooperate with such other contractors or the Owner. EXHIBIT `B" COMPENSATION I. The SCHOOL BOARD shall compensate CONTRACTOR for services rendered pursuant to the Rate Schedule below, provided that such services have either been specifically requested, in writing, by the SCHOOL BOARD or specifically authorized, in writing, by the SCHOOL BOARD. II. CONTRACTOR shall ensure that all work performed, materials provided, and costs incurred by CONTRACTOR pursuant to this Agreement are billed to the SCHOOL BOARD in accordance with the Rate Schedule below. III. CONTRACTOR understands and agrees that the SCHOOL BOARD shall bear no responsibility for compensation to, or reimbursement of, CONTRACTOR for any services rendered, costs incurred, or materials provided by CONTRACTOR pursuant to this Agreement which are either not specifically requested or authorized by the SCHOOL BOARD, in writing, or which are not specifically set forth in the Rate Schedule below. IV. RATE SCHEDULE: Description Cost or % off MSRP Portable Radio, Motorola XPR3300, Model # AAH02RDC9JA2_N, UHF, 4w, 16 Ch, Non Display Includes: 46% Standard Battery, Motorola STDBAT0446 nc Standard Charger, Motorola STDCHGO446 nc UHF Slim Whip Antenna Motorola QA02304 nc Standard Model Box, Motorola STDBOX0446 nc Standard 2 Year Warranty, Motorola STDWAR0446 nc 1- year Service from the Start -LITE, Motorola Q884 28% 2- year Service from the Start -LITE, Motorola H885 29% 3- year Service from the Start -LITE, Motorola H886 30% IP Site Connect Upgrade, Motorola HKVN4154 39% Portable Radio, Motorola XPR 7550, Model # AAH56RDN9KA1_N, UHF, 4W, 1000 Ch, Display, Includes: 40% Standard Battery, Motorola STDBAT0871 nc Standard Charger, Motorola STDCHG0871 I nc UHF Slim Whip Antenna, Motorola QA02304 nc Standard Model Box, Motorola STDBOX0871 nc Standard 2 Year Warranty + 1 Year Service from the Start LITE, Motorola STDRSA0871 nc 1- year Service from the Start -LITE, Motorola Q884 20% 2- year Service from the Start -LITE, Motorola H885 20% Repeater, Motorola XPR8400, Model #AAM27QPR9JA7BN,UHF, 25-40 Watt 38% Capacity Plus Single Site Digital Trunking Upgrade, HKLN4427 389/6 Duplexer, 406 - 500 MHZ, rack -mount, Motorola DSCP10725TUNED 38% TX Interconnecting Cable, Motorola 01120041304 15% TX Interconnecting Cable, Motorola 0112004U04 15% Rack Mount duplexer/Filter-Enclosure Kit, including mounting screws, Motorola PMLE4548 15% Antenna, 3.8 DB Omni, Motorola DQDB404B 15% Standard 2 Year Warranty, Motorola nc 1 year Service from the Start -LITE, Motorola G400 18% 2 year Service from the Start -LITE, Motorola G24 18% 3 year Service from the Start -LITE, Motorola G398 18% Connectors, NF, Motorola TDN8810A 15% Connectors, NM, Motorola DDN9682A 15% Ground Kits, CommScope 241088-1 or equal $22.50 Rack, 84" x 10" Open Aluminum, Flat Black, Cooper B -Line SB556084XUFB or equal $190.00 Rack Screws, 12-24 x 1/2", 100/box, Bud Industries 9260C or equal $38.00 Polyphaser, Motorola DAIS-B50HN-CO 15% AC Surge Suppressor, 10" 12 Outlets, 15A, Motorola DSDRS1215 15% 12V, 200 AH, Battery Rack System, Ventev RP12S-2-1948-MT84 or equal $2,800.00 Battery Wire Harness, Ventev CP -BCR -WK or equal $45.00 % Discount from MSRP for Balance of line Equipment 30% % Discount from MSRP for miscellaneous parts or accessories. 15% Per Hour Cost Hourly Rate for Installation (tapcons, fire caulk, boxes, clips, sleeves etc. included in rate) $80.00 Hourly Rate for Repairs $80.00 Per Foot Cost Conduit $ 2.50 Antenna Coax, 1/2" Superflex, CommScope FSJ4-50B or equal $2.50 Grounding Cable # 2, Wireless Solutions WSGW-2-19STG or equal $3.00 Grounding Cable # 6, Wireless Solutions WSGW-6-19STG or equal $2.00 Per Each Ground Lugs, Thomas and Betts 54855BE or equal $4.00 Ground Lugs, Thomas and Betts 54852BE or equal $3.00 Antenna Mast EX: CommScope MT-220-120 or equal $101.00 Mast Wall Mounts CommScope MTC300901or equal $45.00 % off Motorola's Current MSRP shall be firm for the entire term of this Agreement. V. mTVOICES. A. Invoices for hourly rate services shall be submitted on a monthly basis and shall include the following details for each separate task performed: (a) the date the task was performed; (b) identification, by name or initials, of the person performing the task; (c) a description, with reasonable particularity, of the task; (d) the actual time expended to perform the task; provided; (e) the hourly rate applicable to the individual performing the task; and (f) the fee being charged for the task. B. All other invoices shall be submitted on a monthly basis, or when a specific project is completed, and shall include the following details for each separate task performed, where applicable: (a) Purchase order number; (b) Name and address of vendor; (c) Unique invoice number; (d) Date and location of service/delivery; (e) Itemized unit quantities and unit prices; (f) Line item total or extended price, minimum contract discount; and (g) All pricing must be in accordance with rates set forth in the RATE SCHEDULE section of this Agreement. C. Block or bundled billing entries, in which two or more tasks are blocked or bundled together into a single billing entry, are prohibited unless a lump sum award is approved. EXHIBIT C Delivery Locations 2014-2015 East Ridge High 13322 Excalibur Rd - Clermont 34711 Eustis High and Curtright Center 1300 E. Washington Ave - Eustis 32726 Leesburg High 1401 Yellow Jacket Way • Leesburg 34748 Mount Dora High 700 N. Highland Ave - Mount Dora 32757 South Lake High 15600 Silver Eagle Rd - Groveland 34736 Umatilla High 320 N. Trowell Ave. • Umatilla 32784 Lake Hills 909 South Lake Shore Blvd • Howey -in -the -Hills 34737 Villages Elementary 695 Rolling Acres Rd - Lady Lake 32159 Tavares Elementary 720 E. Clifford St. • Tavares 32778 Astatula Elementary 13925 Florida Ave. • Astatula 34705 Lost Lake Elementary 1901 Johns Lake Rd . Clermont 34711 Leesburg Elementary 2229 South St. - Leesburg 34748 Umatilla Elementary 401 Lake St. • Umatilla 32784 Eustis Heights Elementary 310 W. Taylor Ave. - Eustis 32726 2015-2016 Carver Middle 1200 N. Beecher St. • Leesburg 34748 Umatilla Middle 305 East Lake St. • Umatilla 32784 Tavares Middle 1335 Lane Park CutOff • Tavares 32778 Oak Park Middle 2101 South St. • Leesburg 34748 Eustis Middle 18725 E. Bates Ave. • Eustis 32726 Clermont Middle 301 East Ave. - Clermont 34711 Mount Dora Middle 1405 Lincoln Ave. - Mount Dora 32757 East Ridge Middle 13201 Excalibur Rd • Clermont 34711 Windy Hill Middle 3575 Hancock Rd - Clermont 34711 Cecil Gray Middle 205 E. Magnolia St. - Groveland 34736 Seminole Springs Elementary 26200 W. Huff Rd • Eustis 32736 Treadway Elementary 10619 Treadway School Rd - Leesburg 34788 2016-2017 Triangle Elementary 1707 Eudora Rd • Mount Dora 32757 Beverly Shores Elementary 1108 W. Griffin Road - Leesburg 34748 Eustis Elementary 714 E. Citrus Ave - Eustis 32726 Fruitland Park Elementary 304 W. Fountain St. - Fruitland Park 34731 Groveland Elementary 930 Parkwood St. - Groveland 34736 Pine Ridge Elementary 10245 CR 561 • Clermont 34711 Rimes EftEly Learning 3101 School View St. • Leesburg 34748 Clermont Elementary 680 E. Highland Ave. - Clermont 34711 Cypress Ridge Elementary 350 East Ave. - Clermont 34711 Sawgrass Bay Elementary 16325 Superior Blvd.. Clermont 34714 Grassy Lake Elementary 1100 Fosgate Road — Minneola 34715 Sorrento Elementary 24605 Wallick Road' Sorrento 32776 ATTACHMENT I Subcontractors must keapproved bythe District If the vendor elects to subcontract, it will be at no additional cost to the Lake County School Board. Subcontracting any ofthe Lake County School Board's projects wiUinnovvayne|iavethe vendor from fulfilling all obligations arising under this contract. For reimbursement of subcontracting, the vendor must submit a copy of the subcontractor's invoice and have received prior approval from arepresentative ofthe Lake County School Board. Wehave reviewed in its entirety this Invitation toBid and agree to adhere toall of the terms and conditions included herein. MYes F-1No, list of exceptions that wewould like to be considered is attached. VVesubmit our prices and agree toadhere toall terms and conditions and tomake dawithin ' --^ days after receipt oforders orcontinuous delivery as specified. communications Service Co. of Mailing Address: 7041 -Grand Natio L i _11�"Iuite 116 Signature: 7 Type name: Greg Parker |elep one#: 407-352-9242 Fax ���52-mm um/aMomnme-oommunmaouosaervueou State: FL , Zip: 32819 Title: Regional Sales Manager Dote: September 10, 2014 E -Mail: 9-gp@radiolinc.com Primary Contact for Work Type name: Greg Parker Title: Regional Sales Manager Telephone ���52-9242 Fax #: 407-248-8654 E -Mail address that will accept Lake Countv School Board Purchase Orders: glgp@radiolinc.com Remit to address for paVment. n*omCommunications Company 7Service Co. City.._.21ando State: FL ,4dcreoo: nm1Grand National onvr Suite 116 Zip: 32819 Page 2of25 INFORMATION ITEMS ONLY (This information will not affect the contract award). Indicate additional percentage discount if estimated number of actual orders per item exceeds 10% of the estimated quantities during each term of the agreement: 0 % The District utilizes a P -Card and in some cases would make purchases utilizing the P -Card. Indicate if your firm has the capability of accepting the P -Card for purchases at no additional charge to the District. N Yes ❑ No Since the use of a P -Card provides earlier payment to the vendor indicate if your firm would negotiate an additional discount to the District when a P -Card is used. ❑ Yes Pq No You agree to sell to other governmental agencies under this bid award subject to the same terms and conditions, including pricing. N Yes ❑ No Page 3 of 25 3990DB Revised Attachment Package ATTACHMENT 2 REFERENCE FORM (Duplicate as needed) �mm����a�m�co�o�v�mu FOR:'d/b/a Radio One Name ofReference: Florida Hospital( Motorola Mototrbo Linked Capacity Plus System, 7 Sites Currently Active, ----- Adding uMore Sites: Tavares uSebring) Address: sonEast Rollins Street City: onanu« State: pL Zip: oen»a Contact Person: Bi»m«o»a"itt phone: 407-303-5600 Private Sector: Yes fX1 No Public Sector 0Yes M No School/University: Yes El No Annug|DoOmrVn|unle: »»»n |fsohooKunivenmity,please identify: _ Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement, orother (speoify): �� Length ofAccount: ____.Months Years State if bid, contract, agreement has been renewed: 71 Yes MNoNot Appoau|o |fbid, contract, agreement has been renewed, state length oftime: N1ontha Years If bid, contract, agreement has not been renewed, state the reason for non -renewal: THIS SPACE FOR LAKE COUNTY Additional information provided byreference: Page 4of25 39g0DBRevised Attachment Package ATTACHMENT 2 REFERENCE FORM (Duplicate as needed) FOR: Communications Service Co. of Daytona, Inc. d/b/a Radio One Name of Reference: Publix )Motorola Mototrbo Systems, Multiple Locations, IP SIte Connect Address: 1936 George Jenkins Boulevard City: Lakeland State: FL Zip: 33815 Contact Person: Candy Alderman Phone: 863-688-1188 Private Sector: ❑ Yes M No Public Sector: ❑ Yes M No School/University: ❑ Yes M No Annual Dollar Volume: $_z101< If school/university, please identify: Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement, or other (specify): MX Length of Account: _ Months Years State if bid, contract, agreement has been renewed: ❑ Yes ❑ No Not Appliable If bid, contract, agreement has been renewed, state length of time: Months Years Indefinate Procurement If bid, contract, agreement has not been renewed, state the reason for non -renewal: THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: Page 4 of 25 399ODB Revised Attachment Package ATTACHMENT 2 REFERENCE FORM (Duplicate as needed) FOR: Communications Service Co. of Daytona, Inc. d/b/a Radio One Name of Reference: Sea World Park & Entertainment/Busch Gardens ( Motorola Mototrbo ConnectPlus 900 Mhz Digital Radio System) Address: Post Office Box 690429 City: Orlando State: FL Zip. 82869-042 Contact Person: Gary Tinkey Phone: 813-987-5681 Private Sector: El Yes M No Public Sector: F-1 Yes M No SchooWniversity: M Yes 7 No Annual Dollar Volume: $ 210K If school/university, please identify: Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement, or other (specify): MX Length of Account: _ Months 15 Years State if bid, contract.. agreement has been renewed: M Yes ❑ No Not Appliable If bid, contract, agreement has been renewed, state length of time: Months Years Indefinate Procurement If bid, contract, agreement has not been renewed, state the reason for non -renewal: THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: Page 4 of 25 3990D8 Revised Attachment Package ATTACHMENT 2 REFERENCE FORM (Duplicate as needed) FOR: Communications Service Co. of Daytona, Inc. d/b/a Radio One Name of Reference: Four Seasons Resort Orlando at Wait Disney World Resort (2 Sites, Motorola Mototrbo Linked Capacity Plus with HOTSOS) Address: 10100 Dream Tree Boulevard City: Golden Oaks State: FL Zip: 32836 Contact Person: Tom Wuebben Phone: 407-313-6771 Private Sector: ❑ Yes 71 No School/University: ❑ Yes El No If school/university, please identify: Public Sector: F-1 Yes M No Annual Dollar Volume: $L10K Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement, or other (specify): Mx Length of Account: _ Months 1 Years State if bid, contract, agreement has been renewed: 7 Yes 7 No Not Appliable If bid, contract, agreement has been renewed, state length of time: Months Years Indefinate Procurement If bid, contract, agreement has not been renewed, state the reason for non -renewal: THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by Page 4 of 25 399ODB Revised Attachment Package ATTACHMENT Certifcation Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions This certification is required by the Department of Education regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR Part 85, for all lower tier transactions meeting the threshold and tier requirements stated at Section 85.110. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," 'lower tier covered transaction," "participant," " person," "primary covered transaction,"" principal." "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled -Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion -Lower Tier Covered Transactions, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government. the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Communications Service Co. of Daytona, Inc. d/b/a Radio One Svstem District Wide Greg Pa,,r , Regit�n ales Manager DATE September 10,2014 12/88), which is Page 5 of 25 3990DB Revised Attachment Package ATTACHMENT SWORN STATEMENT UNDER SECTION 287133(3)(a� FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES This form must be signed and sworn to in the presence of a notary public orother officer authorized to administer oaths. This sworn statement is submitted Communications Service Co. ofDaytona, Inc. d/b/aRadio One to' Greg Parker, Regional Sales Manager by Communications Service Co. ofDaytona, inc. o/o/mRadio One for Whose business address is: 7041 Grand National Drive, Suite 116, Orlando, FL 328196 (if applicable) its Federal Employer !denUficoUonNumber (FE]k)is: 59-3418238 (If the entity has noFEIN, include the Social Security Number ofthe individual signing this sworn statement onthe attached sheatj Required asper IRS Form VV -Q. 2. ! understand that a"public entity crime" no defined in Panagnoph2D7.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other stab* or of the Unites States, and involving antitrust, fraud, theft, bribery, uoUuoion, racketeering, conspiracy, or material misrepresentation. 3. | understate that "convicted" or "conviction" as defined in Paragraph 287.133(1) (b). Florida Statutes, means a finding of guilt ora conviction of public entity chme, with or without on adjudication of guilt, in any federal orstate trial court of record relating to charges brought indictment orinformation after July 1.108Q.auaresult ofa jury verdict, nonjurytrial, nrentry ofa plea ofguilty prnolo contendere. 4. / understand that "affiliate" as defined in Paragraph 287133(1)(a) , Florida Statutes means: A. Apredecessor orsuccessor ofaperson convicted ofapublic entity crime or; B. An entity under the control of any natural person who is active in the managementofthe entity and who has been convicted mfapublic entity crime. The term ^affi|iada^includes those offioae. directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the affiliate. The ownership by one person of shares constituting a controlling interest in another person, or pooling ofequipment orincome among persons when not fair market value under an arm's length agnaomant, aho|| be atmde case that one person controls another person. A person who knowingly enters into ajoin venture with a person who has been convicted of public entity crime in Florida during the proceeding 36 months shall be considered an affiliate. 6 | understand that a^peson" asdefined inParagraph 287.133(1)(c), Florida Statutes, means any natural person or entity organized under the laws of any state mof the United States with the legal power toenter obinding contract and which bids goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those offioem, directors, exeoutiveo, partners, shareholders, employees, members, and agents who are active in management of the entity. Page 7nf25 6. Based on information and belief, the statement, which 1 have marked below, is true in relation to the entity submitting those sworn statements. (Please indicate which statement applies.) R Neither the entity submitted this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. R The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. ❑ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS FILED. I ALSO UNDERSTAND THAT 1 AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS -OF -THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA ST , CATEGORY TWO OR ANY CHANGE IN THE INFORMATION CONTAINED IN THI ORM. " (Signature) ` �~— September 10, 2014 STATE OF Florida (Date) COUNTY OF Orange PERSONALLY APPEARED BEFORE ME, the undersigned authority, Greg Parker (Name of individual signing) who, after first bein sworn by me, affixed his/her signature in the space provided above on tfs u 1day of September 2014 f OTARY PUBLIC) / ( My Comm ssio p" es: _ t / t ! j PROJECT IDENTIFICATION: Bid # Bid Name: Page 8 of 25 3990DB Revised Attachment Package JAY CAMPHtRE qA �r�` Notary Public -State of Florida ,`. W My Comm. Expires Oct1, 2016Commission # EE839498 SOCIAL SECURITY NUMBER: N/A (If the entity has no FEIN, include the Social Security Number of the individual signing this swom statement on the attached sheet.) Required as per IRS Form W-9. Page 9 of 25 3990DB Revised Attachment Package ATTACHMENT 5 NON -COLLUSION AFFIDAVIT State of Florida County of Orange I being first duly sworn, deposes and says that: (1) He/she is the Owner, Partner, Officer, Representative, or Agent of the Proposer that has submitted the attached Proposal; (2) He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Proposer, firm or person to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents representatives, owners, employees or parties in interest, including this affiant. Signed, sealed, and delivered in the presence of: B Greg Parker Printed Name RegionatSales Manager Title Page 10 of 25 3990DB Revised Attachment Package ATTACHMENT 6 INFORMATION ONLY (This information wifllnot affect the contract award) Lake County School Board CONDITIONS FOR EMERGENCY1HURRICANE OR DISASTER It is hereby made part of this invitation to bid that, before, during, and after opublic emergency, hurricane, disacdar, flood, oracts ofGod, that the School Board ofLake County, Florida, shall require a^fins priority" basis for goods and services. |tisvital and imperative that the majority ofubizenaaveprotectedfronnanyerneqJency situation which threatens public health and safety, as determined by the School Board of Lake County, Florida. agrees to all goods and services to the School Board of Lake CountxFlorida, oaopposed toaprivate citizen onafirst priority basis. Vendor/Contractor shall funniaha24-hourphone number in the event of such an emergency. 0/ statement. Communications Service Co. of Daytona, Inc. d/b/a Radio One Sign-aiture Name of Company . Greg Parker Regional Sales Manager Print Name Title Emergency Contact: Greg Parker, RSM or David MacDonald, President Emergency Telephone Number: ( 407 )-352 -Q242 24Hour Access to This Number (Office) Home Telephone Number: ( 321 )- 231 - 5861 Beeper orCell Phone Number: ( 821 )- 231 - 5681 Email Address: F-l/cannot comply with this request. Signature Print Name Name of Company Page 1lof25 oifr Childrei7 to Success Procurement Services 29529 CR5Gi~Tavares 'R-32778 (352) 253-6760 - Fax: (352) 253-6761 - http;111ake.k1V1.us August 25'2U14 School Board Members, District I Bill Mathias District Rosannesr-andeburg District Tod Howard District 4 oeuuioetivwmur, District 5 wy|nvnFmcme, Addendum #1 Bid #39901313 - Two Way Motorola Radio System District Wide Upgrade This addendum has been issued to extend the Addendum deadline while we gather information to provide answers for the questions that have been received for Bid #3990DB - Two VVov Motorola Radio System District Wide Upgrade. This addendum is issued as m part of the specifications documents for the above described project. Any changes incorporated in this addendum shall be considered as a part of the documents and shall supersede, amend, add to, clarify, or subtract from those conditions shown in the original Bid. This addendum, as well as any subsequent addenda, may beobtained through www.,oubl�ppurchase.com. It is the responsibilit of the vendor to monitor this web site for addenda. BID SCHEDULE: Deadline for Questions: ........................ August 2¢'2P14 Last Date for Addandumn .................... August 26, 2044 -August 29, 2014 Bid Opens: ............................................ September 2L2014 Posting of AwardRecommendation: ..... September 15, 2014 Board Action on Recommendation: ....... September 29, 2014 Please note that the bid schedule, including the opening date. will be changed in the addendum that is issued on Auciust 29, 2014. Acknowledgement of Addendum by Vendor: This addendum shall becompleted byVendor and uploaded with the submittal package. This is to acknowledge receipt of this addendum, which will become a part of the proposal document. This addendum must be signed and returned in order for your submittal to be considered. Communications Service CoofDaytona, Inc. d/b/a Radio One Company Name Greg Parker Regional Sales Manager NaTitle September 10'2014 Gigna§]�� -- Date LAKE�� Superintendent., School Board Members: ����������� �u�n���'��� om�tv COUNTY � smMamias 143 SCHOOLS m���u �������������� nosann°Bo,nuouunx District Leawipg our Chi@drelyto Success Tod Howard ommct 4 Procurement Services ooum,anvenue, District 5 29529 CR 561 ' Tavares ' FL 32778 wyleenFmcoe, (352) 253-6760 - Fax: (362) 253-6761 - hffp.117ake.k1Zfi.us August 29, 2014 Addendum #2 This addendum is provided to answer the following questions and change the schedule for Bid #3SSODB - Two VVov Motorola Radio System District Wide Upgrade. This addendum is issued as a part of the specifications documents for the above described project. Any changes incorporated inthis addendum shall be considered as a part of the documents and shall supersede, amend, add to, clarify, or subtract from those conditions shown in the original Bid. This addendurn, as well as any subsequent addenda, may be obtained through . It is the responsibOy of the vendor to monitor this web site for addenda. Items 1-4refer tnthe Cost Proposal Form 1. Items 1, 3 -The current IVISRP does not include the total options of IPSC, Cap+, and LCP. Please seethe revised cost proposal form. 2. Item 4'The K8SRP for the antenna is the only price listed. The prices for the other materials needs to be broken out as well. Please see the revised cost proposal Lorm. lItem 3'Does each repeater need to include a battery backup? The battery backup listed is designed to be used per site, not per repeater. Each site needs a battery backup sVstem. Estimates are listed on the revised cost proposal Lorm. 4. Item S -Can weget clarification onthe term "Balance ofline Equipment". Please refer to the bid document paae 5, Section H Pricing, item 5. 5. What frequency 11ange in UHF 450 to 470? To be determined when FCC licenses are assigned. 6 Do you have frequencies coordinated and licensed by the FCC or will vendor provide thee services atafee? The School Board will coordinate the FCC licensing. 7. What Digital format do you prefer? DMRIMOTOTRBO 8. How many voice/text paths doyou require from each repeater onTX? Each repeater will be configured to use Page 1 of 9. What system outside the 38 school repeaters will you hook to? All of the school repeaters will be connecting to our district iP Network for Interoperability. 10. No range parameters are stated, radio systems are not magic they are designed. What do you expect in range, (coverage) distance from repeater? Each School Property is different? True statement. We expect each school property to receive complete coverage. 11. Quality of communications, how do you want it to sound? What will you tolerate? We will only accept o rodio system that works without issue within the school. All communications within the schools system shall be clear without interference. 12. Why is there no mention of towers or height? Towers will not be used. We will use antenna masts at Repeater locations. 13. Are the repeaters to be immediately linked by IP? Yes 14. Pursuant to the following excerpt, I don't see attachment 9 in the bid package which is supposed to include the district's existing radio inventory. "B-4) Awarded vendor shall maintain an updated inventory of District repeaters, radios and radio programming (frequencies, codes, etc.) organized by location. This list shall include purchase and warranty period. District shall receive updated copies of this inventory at the District's discretion. Attachment 9 is a current District inventory, in excel format. Any purchases under this bid must be placed on the inventory list and maintained per CCSB instructions." You ore correct This was on oversight However, upon review the current inventory does not reflect the data beina requested Awarded vendor shall mointoin an inventory in excel format, by location The District inventory will include make model frequencies codes purchase date and warranty period at o minimum. Only one school Lake Minneolo High will have existing radios that will remoin on the inventory and that information will be provided to the awarded vendor. 15. When is this Site visit, with the Network Security Systems Administrator supposed to take place, after the award? If so, this is a variable that could affect price. mer bid is oworded. This is why there is the reauest for cost Ift. for both conduit and coax etc... 16. Page 3, Section C-3) The Contractor shall install the radio antenna in a location to provide the best possible coverage and in a location that will reduce the chances of it being damaged or tampered with. The exact location for the Antenna shall be determined at the site visit with the Network Security Systems Administrator. Mounting should be secure enough to withstand wind in relation to the antenna size. Upon completion of the installation "as built" must be provided to the Network Security Systems Administrator. All installation... When is the IP site connect expected to be operational? This year or when the entire upgrade is completed? IP site connection shall be operotional upon completion of site installation. 17. Page 3, Section C-4) The repeaters must be configured for IP site connect forthree (3) zones; North, Central, and South. The below excerpt refers to a product that is a Motorola exclusive. This is proprietary and is contradictory to the alternate brand clause in the bid Page 8 Section 18 of the bid document indicgtes "except Page 2 of 5 where otherwise specified.' The Board has standardized to Motorola Radio equipment as specified on pose 2, section 3, paragraph 2 of the bid document. 18. Page 5, Section H2) Prices quoted for radio equipment shall be inclusive of radio, antenna, Impress battery, Impress battery charger, belt clip and vendor representative programming and site testing. The bid spec refers to qualified bidders being an authorized Motorola dealer. It also calls for Motorola certifications. This is contradictory to the following statement. This bid clearly indicates that you will accept alternates if it meets spec.??? NO. See answer to 17 above. 19. Page 8, Section 18 "Equipment, or other items of this bid, identified by catalog or manufacturers number or by brand name are for the purpose of showing quality only, except where otherwise specified. Other Manufacturers or Brand names of proven equal quality, or better, will be acceptable. If bidding on an equivalent to that specified, state manufacturer and supply complete description of product offered, including brochures and specifications." Here's some facts: --Motorola does have a proprietary single site trunking scheme called "Capacity Plus" TRBO radios are the only radios that will play in that technology! The Capacity Plus Technology will be used at multiple sites with multiple repeaters located at that site --TRBO radios (XPR 6500/6550) have GPS receivers built into them for tracking and fleet management solutions. Be advised this requires an expensive third party product in order to use the GPS functionality. --If the schools are going to use a single repeater, (XPR-8400) at a single location and use voice/texting for primary communications, then Vertex Standard's VXD series products will interface with no problem. They will even work using the same batteries and chargers as the XPR-6500/6550! I can offer two radio paths at the same time per repeater. Please see the response to item 17 above. 20. In looking at the XPR-3300; this is a non -display, non -GPS radio so texting and fleet management is out! This opens the door for eVerge as well, (Our EVX-530 series portables). Please see the reponse to item 17 above. 21. The XPR-7550, has built in GPS RX'r, Embedded Blue tooth and is Rated "IS". I cannot meet the "GPS" spec but if they aren't using it, it shouldn't be a decidingfactor. l can give you blue tooth accessories with Pryme product for our radios. This will be used in future expansion otthe system. Again see response to Item 17 above. 22. For Clarification, are "low voltage permits" required for this through the Lake County School Board? If so, are the costs of the permits to be included in the pricing of the installation pack, or should there be a separate line item for that pricing? What are the costs to pull the required permits? All permits are pulled through the School Board of Lake County's Facilities Department's Building Code Official. There is no cost for these permits. 23. Page 2 of 10 Section 3. A has been revised to read as follows: A. Contractor Qualifications: 1) Contractor must be a manufacturer's authorized. line Motorola radio Channel Partim sir rs Page 3 of 5 2) Contractor must have a certified R56 Installer on staff throughout the contract and must supply proof of Certification as part of their bid response. 3) Contractor shall inFluded in bid response. This include authorized warranty support. LCSB will not pay any shipping charges for repair work. 4) Contractor must have a valid Internet Electronic Mail (E -Mail) address monitored frequently during business hours in order to receive District requests for service. E -Mail address to be provided on the vendor response form.. Vendor shall also provide contact information and escalation path should an emergency occur. 24. The bid schedule has been changed as follows: BID SCHEDULE: Deadline for Questions: .............................................. August 20, 2014 Last Date for Addendums:.......................................... "..gust 75, 2014-.4u -ust 29.2014 Bid Opens: .................................................................. September- 2014 September 101, 20114 (4') 2:00 PX1 Posting of Award Recommendation: .......................... October 1. 20114 Board Action on Recommendation: ........................... September- 29 October 13, 30114 25. Page 7 of 301 section 8 has been revised to read as follows: BIDDER QUALIFICATIONS: The following items shall be included with bid response. Failure to do so may result in disqualification. A. Project references, 3 minimum with similar experience. (Attachment 2) Bidder must download forms to complete. Once completed bidder must upload documents to bid. B. Copies of all applicable licenses. Upload licenses to bid C. Copies of all applicable certifications. Upload to bid. D. e'p}e=rvTP'zV cv2'm2TCtiStivz-IZT1c'svrrS' b�46d to -bid 26. Pae 9 ofla section 29 has been revised to readac follows: $ID RESPONSE REQUIREMENTS/FORMS: When submitting a bid through wurw.public urchase.coin the following items shaill be included with bid response. Download forms, complete requiredfields and signatures. Upload with all required attachments with submittal. Failure to do so may result in disqualification. A. Signature and Information Page (Attachment 1) B. Bidder Qualifications (See paragraph 8) C. Reference Form (Attachment 2) 3 required D. Brochures and Specifications (As required in paragraph 17) E. Federal Debarment Form (Attachment';) F. Public Entity Crimes Affidavit (Attachment 4) G. Non -Collusion Affidavit (Attachment 5) H. Conditions for Emergency/Hurricane or Disaster (Attachment 6) (Attachment 7) I. Cost Proposal Form (Attachment 810) Pa. -e 4 of 5 Please note that the opening date has changed. All bids shall be submitted through bynulater than 2:O0 PM, local time, on, Wednesday, September 10,3014. Acknowledgement of Addendum by Vendor: This addendum ohoU be completed by Vendor and uploaded with the eubnlM1a| package. This is to acknowledge receipt ofthis addendum, which will become a part ofthe proposal document. This addendum must be signed and returned inorder for your submittal bzbeconsidered. Communications Service Co. ofDaytona, Inc. d/b/eRadio One Company Name Greg parker /Regional5 lSales Manager N Title September 10.2O14 S iurva—fu re Date ____ I Iq Lr) ko 00 0 00 ri am QR r**� q0 aj CN -tT m r� Ln C) Ln r` Ma 00 C� r-.. m w rn 00 r1i N ¢r Wo Cr00 N fu m 0 C) 1p m C) ro 0 (z q M 00 w CD CD M Lfi 6 M110 CN Ln r- Lr) 01 C) o CL 0 a C) m x 0 C) 0 a csi 06 (Yi o6 c6 L -i o 4. m r- C) 00 4.0 c CL u (A w u u u u to V). yr c o. 00 cn m to E CN r14 m LA. ami c w CU 0 fL 0 0- cc m "I . = u w Lr) tD m 00 co 00 00 00 00 Lj- :tt d. tp <Ln 15 M Ct a. < 0 0 0 V) w 0 0 (D -0 O Iz" tT0 CN - 0 - 0 z > 0 0. CU W. r�. LA E o 0 r,- z -0 cr ' x 0 -' 0 0 - 0 �:e U r, 00 0 0 co aj (CD Co :E2 0 < :c 0 0 1t9 Cj- 0 CC) ca 2 C) U CO u V) - 0 uj LL� U.J 0 Ln 0 Ln < co Ln 0 ro m r m 0 r� 0 u0 � 'n t t 0 0 C13 0 x . 2 o x to LU cy) Ul 0 Ln in Ln LL 0- V) L'. 0Lt (1) Q) cu -0 o 0 > Ln 0 r- 1 0 0 r_ = m - =) 0 0 LLJ p- " C7 00 4 0 >�, o " - a E E —0 0 5-, a co 0 0 0 CIL - 6 cc <0 N< < CL m Q) Qj Z U Mr� (n 0 w f0 o a) Q u - u (w U CO U 5: ?I it c 0 CC 0 C) d) a) 0 CC Z co cn a) - E V) Lo u en 0 CD = o a -.0 a V) LL m -0 a m -0 a m cu ru a) m cu LZ CD m u) C6 -0 -I VCL, < cu 0 0 M V) CU — V) �-1 0 I V) CD to kJo t.o to w 00 00 w G r -i 1 -1E r-4 �q r -q V -i CN C14 CN Nr14 N C14 C14 04 CN NE .2 0 0 rq T-1 u u ul Cr 00 00 M m u C4 CN (N CN C14 N C14 C14 N0 u cr CIJ C4 CN cq .4r co Ln m m m m m m m m M m m tu crr4 'n Ln 'D r- 00 a) 0 r-1 N Lnr, 10, 00 m :,- m I �o r- co cn r 1-4 r-4 I q I Iq N w w Ln O q q "*: IN �o IR U� ci t10 k.0 ICI* r- 00 m Ln 0 0) 0 0 r., r-I rq M Lo co r, (N CT Lr) 06 ko 14 1-4 m 0 0 00 Ln Ln llz0t q Lri q Cfkp C� OR a 00 00 m r, 00 Ul) ko !e r- a CL id IA- qj)- V). 4.1). .n ih qr? Q). AV^)). CD 0 a CD Ln 0 0 0 Lq 00 m C) rl rn cq Ln Ln T-1 0i %D �o m to LO mcr. "R U fA 00 00 00 Ln Ln Ln Ln en m cn LL 0 -71 �Clr.mwumm S 0 (v o Co W ti- 0 cu 7E = W 46 0 u CL 0 ei ci b 00 E 00 00 00 co -,zr 0 co D 0 r, 0 -6 w m 0 — CD CD cm N00 rq w 0 0 tw 0 CD CN 0 C14 C) of 00 0 X 0 i� cu 0 0 1-4 I-f a " " 0 co ca w cm Ln C) m U') L.0 La 0 0 to to In 0 — - -7' -71 E 0 0 Z Z> m 0 ui 0 co pp 0 2 0 " 00 T-4 CD < — - — " 6 Ln :t 0 0 Lu a- Zf 0 5; ca 04 0 0 + >V) m to :2 2 'L m — LLI 0 0 U) CO LI: Q7X 0 Z LL. C;� 5: m C) CL =) -0 0 '0 'ca ruo. 0 :E " X m U m Q C; 20 m E E .2 z c, w to 0 E ,.CO w < 0 0 0 r, LU o ro 0 cu C) 0 < — V) z u u M = CO a fu 0 (D 0 :E (M 0 w 0 r- -0 — U co >- 0 cj (v (:r ICT Ln r.4 a 0 a 0 z CN -0 - E -0 - V) V) u:l r, CU u u to 0 a -0 CL r- M -0 = V) (C -0 m = -0 m co U x — - m .0 Ln a U- a a W co rL Z 0. CL a) 0 mI — m — m (D ro = 0 O Z V) V) V) V) C:4 =2 u on F5. r- =m E 00 00 00 00 00 00 N N rN N N CN N N cn L cr N r4 00 00 00 00 00 00 cq CN rq r1i C14 CN N (N M M r-i r-i CD j u cr 0) 0) 0) a) 0) Ql 1t;r CN c7 "d. :T -t*- vT "t in Is Cr M St Ln LO N 00 M 0 r-I N M 1:11 Ln (D 1-4 r-I N CN C*4'! rq cli rN r%l co CN N N C-4 -1 m N 0,00 0 0 a a l 010 .0 00 0 0 0 O 0100 C; C5 C5 cs 6 C5 C -i 00 0 00 Q 0 0 to C) 0 to V -i m r -q CT ItT (N Ln h a) w rl rt 00 rl 00 6 tfi 61 Ct M ri q M CIJ O 00 0 0 0 0 0 00 coo C5 c) L'iq q q q q OE w 6 C5 0 m CN It m � LM a) 00 00 M. 00 ns uj D Vn Vl) cu to V)- V). CL VII -t/} V - 4-111- 0 ci 0o V co C ONOa to LL 41 CU 0 0, cg: 0 0 0 01 OR CL COL. co r - XE co C) 0Ln U -a a 0 VrI cu V) V) 0 0 0 m 0 u V) V) uj co uj m M CD ti E V) E 0 0 Ln Ln Ln C4 rn w V) r- — E 00 Cy'C*00 00 m 0 w U 0 0 0 L Ln to CL u V) to i° .0 :P 00 0 m a w 0 M LU ca cm co cc 0 u u 3: Z CY) 0 0 to (.n E — z m z m E E r_ Li- CU N E 0 m 0 U�n E E u 0 a w cu 0 0 x :t�ra H w M Z;-0 -7; P -C LU = cn 0. w 2 n m m u M M te; — 0 m 0 0 o 0 > 0 u tw aj (1) to = 0.0 m r-4 0 " 0 m (L) CC w m CC M m C: - 0 - c 0 —j —j _4 -6 CL C: = r_ =(N , — M 0 0 0 0 0 0 Ln 0 V) 0 0 �n M Z = V- < 0 �D -f < 2:2 0 C) C) C) CD O N N cj (N cq In C) C) CD 0 rt ri ri ri 0 m L13 cr o0 C:) n C) 0 c,4 ev r-4 m CD 0 0 C) �i r -I r -I Ln to WD cc r-4 r4 aj cr 00 (N Ln C> 0 C) 0 coLn 0 zr 0 r, 0 1-1 r -i m M a) cu W W M m 19T "1 00 a) C) < lqr Q'I Cw Tr I :I- I�T t Ln M Ln wNI NI 1* 01101-1 m in Ln Ln to Ln I Ln I Ln to 1 LM W LIO I'D <Q m O 0 p 0 a tD ell m to 00 0 0 CD m m p q q o6 mi 6 6 6 4 ci 6 ci 0 0 0 tD Ln CN m 0 T-1 CN V m m 0 -1 w Ln m 0 '1 r� fN �r (3) m t -q U) ry� Ln� r4* cy� r4 r� c"T C, 1-4. -A- to Vn In. V'Ji n Ln Lr) 0 0 CD CN 'IT cli 0 CD m rn C C C:) ci cyi 6 rl: rl: r� 06 rl: N: O l!) C� �o 0 U C fIq 0 lqr m 14 00 0 V). t4 4-1). 0) 0 CD CD C) 0 O C) C) 0 I -i r4 oll a) CZ 00 00 00 Ln Ln Ln U') 0 U) r -I rl r4 en O 0 m 1j. n 7E W - o o 1A %J 0 CL fu 00 (U Ln (U 0 0 1:2" et CN m m CL 0 0 - V) C14 cr a 0 (D cD 0 0 u 0 CL r -I C) cc cv lu 0 LU CL 0 0 0 > 0 0 0 C7 w "a Ln le 3�, a) r - E 0 0 0 0 CO 03 0 -4 r_ w 0 (v j C, rq 0 " (U V� — > u 0 L.L UJ UJ UJ t-- 00 M 00 00 E CL a 0) 0 00 z 0 Ln 0 0) u ILI uj -4 r -I = 7; CD m CIA > E m 00 m m m M (14 E = V) CD M0 CY) - to V) - V) -6 w z 0* (1) 7�4 cr - u cu 0 2 LLI Q) 0) cu (2) 0 - 0 CL 0 — < 0 ca > Z LL. 0 0 V) a 0 x 1 0 E E E E a) cc 0 0 V) V) OCD 0 0 0 cL u. 0 tA a) = 2 5: C LL E 0- M x r,4 0 cr m w E E V b ::r -q 5: 0 0 0 00 14, U) — - :t' C) x to rr cu Ln 3f 11 0 Ln 0 cu a) Ln w *r_ Q. V) U') (A 193* Ln co u o M w r-4 to rl CD C, 0 0 0 m mi mw V) V) u C:, u u 0 0 w >- w :�- ::- I C) v 0 2� V) 0 >� -G- - F w Z 0 0 m CN 0 U V) rq a) -q Nm u u m CL < a q com m tN 1-4 r -i rq Iq m rN H H 1-4 1-1 H H 0 C) P, Calvi cr CN r-4 1.0 nr N N N Cj rO C14 IH rH r -I 1-1O ui cr r%j 00 Ct cf Ict Itt (N m m VT LM u cr tv N m tt Ln (.0 r- 00 rN M m m m m m m m rn m ct r, 00 'm o H rj m Ln I to m m (" m v I I;r dr zr C m [M] 0 F� —,jp- -7-- - r -,O 06-00 ft, Service Specialist As a Motorola Solutions Service Specialist, RADIO one -Communications Service Co. is an authorized Motorola warranty station, is eligible for Motorola service subcontracts, and meets Motorola's requirements including: Motorola PartnerEmpower Radio Solutions Partner Environmental Health & Safety Policy, a commitment to meeting environmental, health and safety standards and to maintaining a safe and healthy workplace. Business and Liability Insurance, Workers Compensation insurance, Automobile and Umbrellas Liability insurance Information Security Policy, a robust policy to secure the information assets of all customers Tax and Business Certificates Calibrated Test Equipment Service Technicians with CET technical certifications, Motorola R56 Site installer certification CERTIFIED= SERVICE Certified Service Center CENTER 933 Beville Road Suite 103A South Daytona, FL 32119-1758 radiolinc.com 800-771-9191 service@radiolinc.com MOTOJqOLA SOLUTIONS September 1O.2O14 Communications Service Co. of Daytona Inc. DBA Radio One 933Bev|le Rd South Daytona, FL32116 Dear Sir or Madam: This letter represents that Communications Service Co. of Daytona Inc. DBA Radio One currently may use the following Motorola subcontractor service status deoignationa while acting as a subcontractor to Motorola on a service contract: Motorola Service Specialist As a Motorola Service Specialist, Communications Service Co. of Daytona Inc. DBA Radio One may, while acting as o Motorola subcomdnyctor, perform maintenanoe, installation and warranty services for select Motorola products such as two-way radio systems, conoolea, and subscriber units Communications Service Co. of Daytona Inc. DBA Radio One has an authorized service location in South Daytona, FL. Being m Motorola Gon/iue Specialist means that Communications Service Co. of Daytona Inc. DBA Rodin One meats Motorola's high level of service requirements including compliance with Motorola's internal Environmental Health and Safety policy. In addition, Motorola requires that a minimum number of a Service Partner's technicians achieve certification and meet rigorous training requirements necessary to perform certainsomioesonbothnewondexistiogN1otonu|aradioaystemoondnubsohbers. Communications Service Co. of Daytona Inc. DBA Radio One is also authorized to perform warranty repair services at the locations listed above. An such, Communications Service Co. of Daytona Inc. DOA Radio One can, while acting as a Motorola subcontractor, perform warranty services for only those two-way radio products dioauthorized byMotorola toresell. Please note that the Motorola Sen/ice Specialist designation expires on 12/31/2014 at which time it will be reviewed byMotorola. Also p}000e note that this designation is internal to Motorola and is only intended for use by Motorola to differentiate between its service subcontractors. The designation applies only when Motorola Service Specialists are performing work under the direct supervision of Motorola as a subcontractor with access to Motorola technical support, and Motorola makes no representations about and accepts no responsibility for the ability or performance of such Service Specialists when these entities are acting independently. This designation does not prohibit any Service Specialist from offering independent services to a customer. \fyou have any additional questions, please donot hesitate tncontact me. Sincerely, Kimber|yGremo Service Partner Program Telephone: 847-576-5404 Email: himbedygmamo@mohom|000!utions.onm CERTIFIED SERVICE CENTER Registration Number: FLO177 Fkxpires: Sept 23, 2014 has met the highest standards of achievement in its service facilities, staff and management as P'll IN, MATT " Expiration Date • August, 08 Certified 2018 R56 Installer R56 Installer iris successful/•v completed the technical examinations and trquiremcnts to be tjnhv srdl}' recognized for competency. ability: and knott-ledge as an R56 Installer (non -auditor status). To be recognized for this credentiol, pt:acticing technicians must pass examiantions in the core, concepts required in this installation of a communications site. based on the R56 industry codes and st;rndords. On/- trap technic•%:ins art- able to ;accomplish this teat. The I=lectronics Technicians :3ssvciation takes great pride in presenting this official recognition to divabove- named expert electronics technician. His/her name has been published in the /ligh-Tech News journal. embedded in the CF_T permanent data base, and is ovwilable for recognition by officials of the industry. This individual may displry the R56 identib'c.irion items or ndvcrtio-e• his Icvel of accomplishment as nn instn//er. Con,, atulw ons from EYA officers and members and the else ironies industn•. Recertircntion take _� pGtce eyery tour (}) year•_: and m:ryy be accomplished by testing in the same electronics technology discipline at the end of each tour -year period. ETA International Greencastle. Indiana ,A•irnv.cta-i.org Aro�+phW Rr ICiiC® Teresa J. Maher. CSS - President k u zz Zz .ti f T 7 -NzzL- ` ti � V CS fi .+.� � W - C r`-'. C3 to m' •-� 1 ti h 44 .Cz cn QS U 1 i v •tt ^v fi :R v `• t^.. .1 Ja ... z z ti ZZ 1 k u MOP 7,'Y-RB0' Capacity Plus S 1 n g Ilee, - S 1 Dil g I t a I Tr lu n kil n g A- Cif'oX-LIUERM IT P-ERFORMANCE. MOTO j,' /r Capacity Maximize your capacity. Do you have a large number of employees who are organized into multiple work groups and need to share business -critical voice and data communications within a single building, on a campus, or at a manufacturing facility? Is your business growing to where you now need a two-way radio communication solution with expanded voice and data capacity? Are you currently using an analog trunking system, but are ready to take advantage of the benefits of digital technology? If so, MOTOTRBO Capacity Plus is the solution for you! MOTOTRBO is a standards-based, digital two-way radio communication system that delivers twice the calling capacity of analog systems, as well as integrated data communications, enhanced voice communications and longer battery life. With Capacity Plus, you can further expand the capacity of a MOTOTRBO two-way radio system. Capacity Plus is a scalable, single -site trunking solution that enables over a thousand MOTOTRBO radio users to share both voice and data communication on the same system. Ideal for resorts, hotels, hospitals, warehouses, manufacturing plants and other medium to large single -site facilities, Capacity Plus allows your work force to quickly and efficiently share a large amount of business -critical communication—resulting in increased productivity for your business. ,---,%n Bei `r 7 ' L an *moi c o -- ire t ' ~ - wal --o ✓ + in w_. ycD i o m m nicaisoon sv, M. MOTOTRBO Capacity Plus is a unique, efficient two-way radio solution that provides reliable digital technology combined with the many benefits of traditional trunking systems. Employees can utilize both voice and data communication, all on the same system and without having to add new frequencies. This intelligent software solution enables you to maximize the full capacity of your MOTOTRBO system and quickly transmit business -critical information all while eliminating the need to purchase additional infrastructure. Capacity Plus allows you to both expand and efficiently maximize the capacity of your MOTOTRBO two-way radio system—providing your work force with the ideal communication solution. The Tfeaturesyou want; the I'le/xibility you need, Capacity Plus expands a MOTOTRBO' system by enabling you to link up to 12 voice paths and 24 additional dedicated data paths—and depending on your needs, accommodates as many as 1,200 users. By using a combination of those talk paths, Capacity Plus gives you the flexibility to address the communication needs of your business—including voice communication, multiple data applications or a combination of both. While employees continue to use up to 12 talk paths for voice communication, the additional 24 dedicated data paths can be used to enable faster sharing of information such as GPS location coordinates, text messages, work order tickets and much more. MOTOTRBO Capacity Plus is a high capacity, voice and data communication solution that: • Delivers 5 times* the capacity of an analog conventional system and up to 3 times* the capacity of an analog trunking system • Delivers 2 times* the capacity of a MOTOTRBO digital conventional system • "Trunks" up to 12 digital voice talk paths • Allows up to 24 additional dedicated data paths • Accommodates up to 1,200" radios • Integrates both voice and data applications such as GPS -enabled location services, text messaging, telemetry and much more, on the same system • Offers system -wide calling capability to communicate with all personnel at once • Supports the MOTOTRBO Repeater Diagnostic and Control (RDAC) utility to help ensure the continuous performance of your system • Integrates with existing MOTOTRBO systems via a simple, software upgrade 'Actual results may vary depending on system configuration and usage s § L �"...d tom# -L S 3 n i —5 o 's i %� i L ✓7 I ..0 a E € t ..s'' & � �7 Digital technology provides benefits to your business, including integrated voice and data capabilities, clearer voice communication and much more. MOTOTRBO radios, with an option board upgrade, can operate on your existing LTR° or PassPort° analog trunking system today. Then when you are ready, and with a Capacity Plus software up- grade, you can begin migrating to digital trunking at your own pace—one talkgroup or one department at a time. MOTOT SO" Professional Digital Two -Way Radio System, MOTOTRBO combines the best of two-way radio with digital technology to bring you increased capacity, clarity, spectral efficiency and integrated data applications. With an open versatile portfolio of portable and mobile two-way radios as well as accessories, MOTOTRBO offers an open, standards-based solution that is bath cost-effective and easily tailored to meet the communication needs of your business. • Utilizes TDMA technology to deliver twice the calling capacity of FDMA and analog radios • Offers up to 40% longer battery life than FDMA and analog radios • Requires half the infrastructure costs of FDMA digital solutions as a second call doesn't require a second repeater • Supports data applications such as text messaging, GPS -enabled applications and more • Provides clear voice communication by rejecting static and noise • Meets demanding specifications—IP57 for submersibility in water; U.S. Military and Motorola standards for durability and reliability • Offers intrinsically safe options for use in locations where flammable gas, vapors or combustible dust may be present • Utilizes Motorola's state-of-the-art IMPRE STM technology in batteries, chargers and audio accessories, providing longer talk time and clearer audio delivery • Built to the globally recognized European Telecommunications Standards Institute (ETSI) Digital Mobile Radio (DMR) Tier 2 digital radio open standard • Provides easy migration from analog to digital with the ability to operate in both analog or digital mode • Fully backed by a two-year warranty plus one-year Repair Service Advantage (US only)/ Extended Warranty (Canada only) www.motorola.com/mototrbo Motorola, Inc. United States: 1301 E. Algonquin Road Schaumburg, Illinois 60196 Phone: 1-800.422.4210 TTY: 1-800.522-5210 Fax: 1.800622-6210 MOTOROLA and the Stylized M logo aro eogutcr0d in the U.S. Patent and Trodema,k Office. All other product or oorvice names aro the property of their rogistored owners. 0 Motorola, Inc. 2009 RC -40.2012 POO 07M "m-- M 1-1 F OT TRBO' IP Site Connect ext end your r--,:, , our ped rf 0 eachimprove y reliable solution for MOTOTRBOTm Does your business need to communicate across dispersed geographical locations, across a large area with physical barri- ers or have seamless coverage within a high-rise building? IP Site Connect enab€es you to extend the reach of your MOTOTRBO two-v�ay radio system: to do just that. This software allows you m (ink several single -site 'systems via a standard lP network, opening the door to uninterrupted voice and data communication v.,Ithout geographical limitations, V'.pith P Site Co3nnecf youdon''thave to toIrvabout physical barriers, manual interventionfor • a lJ, limited tvoveracie or lost functionality. A-nd there are no monthly service or access fees to faclLor in -;II that's rera ulred is a.- P connection and a desire for extended Communication Cov ei 'qe. Link repeaters, locations and people. IP Site Connect, a digital feature of MOTOTRBO, enables you to link up to 15 repeaters—at a single site or across multiple locations—instantly creating a reliable local- and wide -area communications network"` Now, a user at one of your coverage locations can share business -critical voice and data with users at any of your other geographical locations, anywhere in the world. You can also create contiguous wide -area communication by linking adjoining coverage areas or eliminate the impact of physical barriers at a single site—you simply share your voice and data via an IP network using MOTOTRBO radios. • Network up to 15 repeaters • Share voice and data across geographically dispersed facilities • Seamlessly roam from site to site with no manual intervention or interruption, creating a contiguous coverage area • Eliminate the impact of many common physical barriers, such as tall buildings or mountains, by networking users together through an IP connection • Utilize new MOTOTRBO radios, repeaters and data applications—or existing MOTOTRBO equipment via software upgrade • Communicate on site and over a wide area from the same repeater • Monitor and manage your system via repeater diagnostics and control utility 'Using IP Site Connect as a wide -area network by linking up to' 5 repoators, does not increase system capacity. Tho number of user. i. limited to the name capacity as a single -site channel and is determined by the amount of voice and data transmissions for that channel; however, your existing capacity can now be extended to disperse geographical locations anywhere in the world. Cross -connect across the globe. A key feature of IP Site Connect is the ability to automatically connect MOTOTRBO users utilizing different frequency bands, broadening the scope of your two-way communication capabilities. So whether they're residing on VHF or UHF, or in another city, state or continent, MOTOTRBO enables users at disperse geographical locations to communicate at the push of a button. 3 11- Sne Coni eCT • Allows you to share voice and data applications such as text messaging or GPS -location tracking across an unlimited geographical area • Expands coverage for conventional users by allowing you to network multiple repeaters at a single site or dispersed locations • Gives system administrators the ability to monitor and control repeaters within your analog or digital system • Keys up all radios on a wide area channel, allow- ing users to monitor communications from remote locations in their network • Enables users to seamlessly roam between sites of a wide area system without having to physically change channels • Utilize new MOTOTRBO radios, repeaters and data applications—or existing MOTOTRBO equipment via software upgrade • Improves overall business communications and vis- ibility by allowing you to track or send a message to any device in a wide area from a single server IP Site Connect can extend the reach of your MOTOTRBO systems to locations virtually anywhere in the world. For example, MOTOTRBO users at a manufacturing plant in the United States can communicate in real-time with workers at up to 14 other warehouses, distribution centers or satellite locations scattered across multiple cities, states, countries or continents. You can also eliminate issues caused by interference and physical barriers such as equipment, buildings, mountains or other structures. All that's required are MOTOTRBO radios and a networked repeater at each location. • Network up to 15 repeaters at locations anywhere in the world • Cross -connect with different frequencies • Automatically roam from one coverage area to another with no manual intervention or interruption • Utilize new MOTOTRBO radios, repeaters and data applications—or existing MOTOTRBO equipment via software upgrade • Monitor and manage your system via repeater diagnostics and control utility r,r 'i,t V.... F- r ... i✓ n In a campus setting, two-way radio communication systems can face a number of logistical and operational challenges. For example, in a large resort or institution, users can experience communication difficulties due to the presence of buildings or metal structures, effectively cutting them off from other colleagues. IF Site Connect can eliminate the problem completely by networking your system through an IP network, creating continuous umbrella -like coverage for your business. With repeaters strategically located throughout the campus you ensure uninterrupted coverage and unrestricted mobility both inside and outside. Users across the campus can share voice and data quickly, improving everything from security to safety to customer satisfaction. • Network up to 15 repeaters across an entire campus • Automatically roam from one coverage area to another with no manual intervention or interruption 5 • Utilize new MOTOTRBO radios, repeaters and data applications—or existing MOTOTRBO equipment via software upgrade • Monitor and manage your system via repeater diagnostics and control utility 'D .... °` IP Site Connect enhances your MOTOTRSO" two-way coverage in a number of important ways. For example, an entire high-rise structure such as an office or hotel can provide seamless voice and data coverage with just a fraction of the repeaters typically required. The automatic site -roaming feature also eliminates the need for users to physically change channels as they move through the building, dramatically improving communication and productivity. • Expand voice and data coverage via the networking of up to 15 repeaters • Automatically roam from one coverage area to another with no manual intervention or interruption • Utilize new MOTOTRBO radios, repeaters and data applications—or existing MOTOTRBO equipment via software upgrade • Monitor and manage your system via repeater diagnostics and control utility 6 MOTOTRSO~Professional Dicital Two -Way BadimSystem. [WOT{rrRG0combines the best uftwo-way radio with digital technology to bring you increased capacity, clarity, spectral efficiency and integrated da -La applications. With a versatile portfolio of portable and mobile two-way radios as well as accessories, MOTOTRBOoffers a priveta, standards-based solution that ioboth cost effective and easily tailored, Whether you need workforce communication at the site ofyour business uryou need toextend your com- munication neooh'^4OTOTRBOisvcomp|etepaokogefo,ynurongonization'n unique communication needs. ° Utilizes TDMA technology to deliver twice the calling capacity of FDK44and analog radios • Supports data applications such as text messaging and GPS -location tracking ° Provides '|ear voice communication by rejecting static and noise " Enables addedfunctionality such asdispatch data and enhanced signal calling ° Fully backed byatwo-year warranty ����� PRODUCT SPEC SHEET MOTOTRBO'mXPR 3000 SERIES PORTABLE RADIOS Monitoring supply needs on a manufacturing line or reporting an emergency on school grounds, how do you keep employees connected and students safe? MOTOTBBO digital radio solutions can help by putting the power of digital communications within reach. Versatile and powerful, MOTOTRBO combines the best of two-way radio functionality with the latest digital technology. XPR 3000 Series radios offer best -in -class audio in a scalable solution to meet your communication needs. Because they are also analog interoperable, you can make the transition to digital at your own pace and budget. The XPR 3000 Series radios can remaster your workplace and the way people collaborate to help you achieve even greater productivity, safety and cost-effectiveness. W T 3 PRODUCT SPEC SHEET MOTOTRBON XPR 3000 SERIES PORTABLE RADIOS EXCEPTIONAL DESIG I The XPR 3000 Series offers a compact and lightweight design, making it comfortable for users to carry during long work shifts. Controls are designed to optimize ease of use, including an innovative new connector design that allows accessories to be securely attached and detached in seconds, without the use of any tools. ENHANCED PRODUCTIVITY AND EFFICIENCY The XPR, 3000 Series offers plenty of features to make workers more efficient. The two-line display and navigation menu on the XPR 3500 portable is intuitive and easy- to-use, so workers can stay focused on the job at hand. Enhanced features such as voice announcement provide audible confirmation of channel and zone changes without having to look at the radio, and convenient one -touch access buttons provide quick access to favorite radio features. INDUSTRY-LEADING 'RY-LEAI INN AUC IO When it comes to exceptional audio clarity, the quality of digital can't be denied. With the XPR 3000 Series portables, you get digital audio clarity throughout your coverage area plus unique features to help your employees hear and speak clearly, wherever they work. Increased background noise suppression filters out unwanted external clamor — from the rumble of forklifts to the buzz of school hallways. And with our exclusive Intelligent Audio feature, the radio volume automatically adjusts to compensate for background noise, so workers don't need to adjust their radio volume to avoid missing a call in loud situations or disturbing others when they move into quiet places. IMPRES' audio accessories also enhances noise suppression and improves voice intelligibility for smarter audio than they've ever experienced. HIGH-POWERED PERFORMANCE Because the XPR 3000 Series uses TDMA digital technology, it delivers twice the calling capacity plus clearer voice communications. When it comes to battery performance, these radios operate up to 40 percent longer between recharges compared to analog. In addition, the leading-edge IMPRES'technology in our batteries, chargers and audio accessories also ensures longer talk time and clearer audio. MIGRATE AT YOUR OWN PACE Keeping operations running smoothly during a change in communication systems is vital to your operation. It's easy to migrate to digital because the XPR 3000 Series radios operate in analog and digital mode while the dynamic mixed mode repeater functionality streamlines automatic switching between analog and digital calls. So you can begin using MOTOTRBO radios and repeaters on your existing analog system, and when your time and budget allow, move to digital at your own pace. SCALABLE TO MEET YOUR € EEI S Your workforce is hard at work every day—getting students home safely, unloading cargo, checking inventory and checking on guests. That's why you'll appreciate the easy flexibility and scalability of the XPR 3000 Series to fit your changing needs and coverage area. All it takes is a simple software upgrade to add key features like enhanced scrambling for increased voice privacy or the transmit interrupt suite to prioritize critical communication exactly when it's needed. Other optional software upgrades can also expand coverage or capacity. IP Site Connect dramatically improves customer service and productivity by using the Internet to extend coverage to create a wide area network, enhancing single site coverage or geographically linking dispersed locations. Capacity Plus single -site trunking expands capacity to over 1,000 users without adding new frequencies. Linked Capacity Plus leverages the high capacity of Capacity Plus, with the wide area coverage capabilities of IP Site Connect to keep your staff connected with an affordable wide area trunking solution. So whether you want expanded coverage at a single site or across multiple ones, the XPR 3000 Series can be scaled to your business and budget. DAY -IN, DAY -OUT DURABILITY The XPR 3000 Series meets demanding specs, including IP55 for water protection and U.S. Military 810 C, 0, E, F and G. It's backed by a two-year Standard Warranty and minimum one-year warranty for accessories. ®r4DR01-A PAGE 2 PRODUCT SPEC SHEET MOTOTRBO'" XPR 3000 SERIES PORTABLE RADIOS XPR 3000 SERIES SPECIFICATIONS Height(H) Width (W) Core Slim Li -Ion (1500 mAH) Battery Thickness (T) Weight Power Supply Operating Temperature 4.80 inch / 122 mm 2.20 inch J 56 mm 1.43 inch / 36.4 mm 10.0 cz (285 g) 7.5 V (Nominal) -30°-+60° C 4.80 inch / 122 mm 2.20 inch 156 mm 1.43 inch / 36.4 mm 9.3 oz 1265 g} FCC Description ABZSSFT3088 ABZ99FT4089 ABZ99FT3088 ABZ99FT4089 IC Description _ 109AE-99FT3038 109A8-99FT40B9 N109AB-99FT3088 �109AB-99FT4089 IMPRESSLIM Li -ion (1500mAh)BatterykAnalog:8hrs Analog: 8hrs Core Slim Li-lon (1500 mAH) Battery Digital;11.5 hrs n _ Digital:11.5 hrs Analog: 11,5 hrs Analog: 11.5 hrs A� IMPRES Hi -Cap Li -ion Non -FM (2150 mAH) Battery __._ .__._-� _ _.___ _._..___-____u_._ _... __ Digital:16.5 hrs Digital: 16,5 hrs APPLICABLE MIL -STD METHOD PROCEDURES VHF UHF VHF UHF Channel Capacity PROCEDURES 128 ____.,._........_ 12816�. -----16 Frequency w 136-174 MHz 403.512 MHz 136-174 MHz 403-512 MHz a 500.2 Height(H) 4.80 inch/ 122mm �4.80inch /122 mm _ IMPRES Hi -Cap Li -ion Non-FM(2150 Width(W) 2.20 inch /56mm 2.20inch/56mm mAH)Battery Thickness (T) � 1.64 inch/41.7 mm 1.64 inch/41.7 mm 501.3 "Weight y-� 10.8ez(3058) 10.0oz(2859)����_ 501.5 Height(H) 4.80inch /122mm 4.80inch/ 122mm IMPRESSLIM Li -ion (1500mA.h) Width (W) 2.20 inch J56mm 2.20 inch /56mm Battery Thickness (T) _ 1.43 inch /36.4 mm _ 1.43 inch / 36.4 mm Temperature Shock' _ Wciaht 10.0 oz (285 g) 9.3 az 1265 gj Height(H) Width (W) Core Slim Li -Ion (1500 mAH) Battery Thickness (T) Weight Power Supply Operating Temperature 4.80 inch / 122 mm 2.20 inch J 56 mm 1.43 inch / 36.4 mm 10.0 cz (285 g) 7.5 V (Nominal) -30°-+60° C 4.80 inch / 122 mm 2.20 inch 156 mm 1.43 inch / 36.4 mm 9.3 oz 1265 g} FCC Description ABZSSFT3088 ABZ99FT4089 ABZ99FT3088 ABZ99FT4089 IC Description _ 109AE-99FT3038 109A8-99FT40B9 N109AB-99FT3088 �109AB-99FT4089 IMPRESSLIM Li -ion (1500mAh)BatterykAnalog:8hrs Analog: 8hrs Core Slim Li-lon (1500 mAH) Battery Digital;11.5 hrs n _ Digital:11.5 hrs Analog: 11,5 hrs Analog: 11.5 hrs A� IMPRES Hi -Cap Li -ion Non -FM (2150 mAH) Battery __._ .__._-� _ _.___ _._..___-____u_._ _... __ Digital:16.5 hrs Digital: 16,5 hrs APPLICABLE MIL -STD METHOD PROCEDURES METHOD PROCEDURES METHOD PROCEDURES METHOD PROCEDURES METHOD PROCEDURES Low Pressure _.__._. 5001 1 500.2 II 500.3 11 500.4 It 500.5 11 High Temperature _ 501.1 1.11.._._ y --- 501.2 I/A1,11/Ai it/C3.IUC1 501.3 I/A1,11/At V 501.4 1502.4 u I/Hat. 11/Hot 501.5 I-Al.11 Y Low Temperature 502.1 I 502.2 502.3 I/C3.IVCI I-C3,11/Ct 502.5 I'll Temperature Shock' _ 503.1 503.2 I/At/C3 F _ 503.3 _iJAI/C3 V N 503.4 1 503.5 I -C Solar Radiation ~ 505.1 11 505.2 W 1 w 505.3 ._ 1 505.4 1� _ 505.5 I -A1 Rain 506.1 _ . 1,11 506.2 _ 1,11 506.3A 1,11 506.4 1,111 506.5 1,111 Humidity 507.1 It 507.2 11 507.3 It 507.4 507.5 11 Salt fog 509.1 _ �- - _ 509.2 509.3 �- 509.4 � - 509.5 _ _ ~� _._._._. Dust 510.1 � _ I _.._ 510.2 I 510.3_N I 510.4 � I 510.5 I Vibration 514.2 VIII/F, Curve -W 514.3 1/10,11/3 514.4 1/10,1113 514.5 1/24 514.6 1 -cat 24.11/5 Shock 516.2 I'll 516.3 1, IV 516.4 1, IV 516.5 1, IV 516.6 1, IV, VI 070OLA PAGE 3 PRODUCT SPEC SHEET MOTOTRBO"XPR 3000 SERIES PORTABLE RADIOS motorofaso(utions.com/mototrbo Communications Service Company d/b/a Radio One 7041 Grand National Drive Orlando, FL 32819 4073529242 4072488654 Greg Parker, RSM www.radioline.com MOTOTRBO DIGITAL REMASTERED. Motorola Solutions, Inc. 1301 East Algonquin Road, Schaumburg, Illinois 60196, U.S.A 800-367-2346 motorolasolutions.com MOTOROLA, MOTO, MOTOROLA SOLUTIONS and the Stylized M Logo are trademarks or registered trademarks of Motorola Trademark Holdings, LLC and are used under license. All other trademarks are the property of their respective owners. CO 2012 Motorola Solutions, Inc. Ail rights reserved. R3.4-2046 VHF UHF VHF UHF Frequencies v 136-174 MHz 403.512 MHz Frequencies 136-174 MHz 403.512 MHz Channel Spacing 12.5 kHz/25 kHz' —� —� Channel Spacing 12.5 kHz/25 kHz' Frequency Stability =0.5ppm — Frequency Stability — ±0.5ppm _ Analog Sensitivity (12d6 SINAD) 0,3uV Low Power Output 1W 1W Typical 0.22uV(typical) —4W High Power Output 5W Digital Sensitivity 5% BER 00.25uV(0.19uVtypicall'_2.S _r kHz Q12.5kHz Intermodulation (TIA603D) 70 dB Modulation Limiting _. -- — — -- t5.0kHz 025kHz* Adjacent Channel Selectivity (TIA603A)-IT 60dBc�12.5kHz /70d64?25 kHz' 40dBPi12.5 kHz FM Hum and Noise ----- — _ Adjacent Channel Selectivity -45 d8Q 20/25 kHz* (TIA603D)-2T 45d8 Cit 12.5 kHz / 70d8 Q 25 kHz' '-36 d8m <I GHz _ — Conducted/Radiated Emission '------- Spurious Rejection (TIA6030) 70 dB '-30 dBm> 1 GHz Rated Audio 0.5'dd � 60 d8 0 12.5 kHz __ —__— _ Adjacent Channel Power � — Audio Distortion Q Rated Audiov 5% 70 d8 Q 25 kHz' 3 ttypical) Audio Response — _ TIA6030 Hum and Noise 400012.5kHz /-45d8025kHz' v Audio Distortion 3% _ TAudio Response TIA603D W 12.5 kHz Data: 7K60FiD & 7K60fXD Conducted Spurious Emission 57 dBm 12.5 kHz Voice: 7K60F1E & 7K60FXE (TIA6030) 4FSK Digital Modulation Combination of 12,5 kHz Voice and Data: 7K60F1 W g x ;r• Digital VocoderType ��— AMBE+2'u t�„ — Digital Protocol '-ETSITS 102361.1,-2,-3 Operating Temperature '-30'C/+60'C Storage Temperature '-40' C /+65' C Thermal Shock Per MIL-STO Humidity POr Mil -STD ESD��—�—______ IEC 61000-4-2 Level Dust and Water Intrusion IEC60529-IP55 Packaging test MIL-STO 810D and E — motorofaso(utions.com/mototrbo Communications Service Company d/b/a Radio One 7041 Grand National Drive Orlando, FL 32819 4073529242 4072488654 Greg Parker, RSM www.radioline.com MOTOTRBO DIGITAL REMASTERED. Motorola Solutions, Inc. 1301 East Algonquin Road, Schaumburg, Illinois 60196, U.S.A 800-367-2346 motorolasolutions.com MOTOROLA, MOTO, MOTOROLA SOLUTIONS and the Stylized M Logo are trademarks or registered trademarks of Motorola Trademark Holdings, LLC and are used under license. All other trademarks are the property of their respective owners. CO 2012 Motorola Solutions, Inc. Ail rights reserved. R3.4-2046 FACT SHEET MOTOTRBO XFR 7000 SERIES ACCESSORIES From the supervisor in the plant to the receptionist at a hotel, MOTOTRBO digital solutions can transform your enterprise and make employee interactions smarter and safer. Our XPR 7000 Series radios have expanded capabilities, like full color displays and powerful data features, to empower people like never before. That's why it's critical to choose the only accessories certified to perform with MOTOTRBO radios. The XPR 7000 Series accessories help remaster your workplace —with forward -thinking features like integrated Bluetoothe and Intelligent Audio — so you can achieve greater efficiency. FACT SHEET MOTOTRBO XPR 7000 SERIES ACCESSORIES GET EXCEPTIONAL AUDIO EVERYWHERE Our exclusive IMPRES Smart Audio accessories communicate with the radio to suppress ambient noise, improve voice intelligibility and amplify loudness— even in high -noise and harsh weather. Automatic Gain Control (AGC) adds another layer of exceptional audio. It detects changes in voice levels from the individual talking, then increases or decreases microphone gain so the listener hears you clearly regardless of how loudly or quietly you are talking into your accessory. TAKE INTELLIGENT AUDIO FURTHERWITH IMPRES Our XPR 7000 Series radios offer a smart feature in digital mode—Intelligent Audio. With Intelligent Audio, the radio volume automatically adjusts to compensate for background noise so workers don't have to adjust their radio volume to avoid missing a call in loud situations or disturbing others when they move into quiet places. Increased background noise suppression filters out unwanted external clamor—from road traffic to the roar of engines. Your workforce can also enjoy the benefits of Intelligent Audio with select audio accessories. Plug in an IMPRES accessory and it instantly sets the volume level and enhances the Intelligent Audio capabilities on the radio. With IMPRES, your radio not only recognizes the accessory and loads the correct profile to optimize audio performance, but combined with Intelligent Audio it intuitively adjusts volume to compensate for background noise. ENHANCE MOBILITY WITH INTEGRATED RLUETOOTH Improve the mobility of your crews without wires getting tangled. We've embedded Bluetooth in to your XPR 7000 Series radio so no adapter is needed. Indoors at the plant or outdoors at the gate, our exclusive Operations Critical Wireless earpiece handles loud environments while an optional wireless push -to -talk (PTT) seamlessly links to any earpiece. Just put the PTT in a pocket or on a lapel and connect instantly. EVEN OUR BATTERIES ARE SMARTER Shift workers rely on batteries that outlast their shifts and our time -tested, "Proven Tough" IMPRES Smart Energy System stands up to the challenge. It automates battery maintenance and eliminates overcharging, no matter how long radios are left in the charger. Our XPR 7000 Series IMPRES batteries store critical data, letting you know when they need to be replaced. These batteries also feature a unique, textured surface that makes it easier to grip the radio, even when wearing gloves. Save energy and money by using the same charger to power up all your MOTOTRBO portable radios. Simply mix and match radios and batteries in one MOTOTRBO multi- unit charger. ONE ANTENNA HANDLES THE BAND The XPR 7000 Series radios have a wideband UHF whip antenna that provides coverage across the entire band (403-512 MHz). Choose stubby antennas when you want an unobtrusive option. These stubby antennas offer even better performance than previous MOTOTRBO stubby antennas. PAGE 2 FACT SHEET MOTOTRBO XPR 7000 SERIES ACCESSORIES ACCESSORIES COMPATIBLE PMMN40241•1 Windporting Remote Speaker Microphone with 3.5mm audio jack(IP54) PMMN40251•' IMPRES Windporting Remote Speaker Microphone with 3.5mm audio jack and emergency button (IP54) PMMN4040" Windporting Remote Speaker Microphone, submersible (IP57) PMMN4046' IMPRES Windporting Remote Speaker Microphone with volume control, emergency and programmable button, submersible (IP57) PMMN4050' IMPRES Noise Cancelling Remote Speaker Microphone with 3.5mm audio jack (IP54) RLN6074 Replacement Coil Cord Kit for PMMN4024 and PMMN4040 RLN6075 Replacement Coil Cord Kit for PMMN4025, PMMN4050 and PMMN4046 AARLN4885' Receive -Only Covered Earbud with coiled cord RLN4941' Receive -Only Earpiece with translucent tube WAON4190' Receive -Only Flexible Earpiece PMLN46207 Receive -Only D -shell Earpiece RLN5878 J RLN58797 Receive -Only Surveillance Kit (black/beige) RLN5880IRLN5881°-' IMPRES 2 -wire Surveillance Kit(black/beige) 9LN5882 / RLN58831•2 IMPRES 2 -wire Surveillance Kit with PMLN5838 translucent tube (black/beige) PMLN5111 JPMLN51121•' IMPRES 3 -wire Surveillance Kit with PMLN5840 translucent tube (black/beige) PMLN5097 /PMLN51061-' IMPRES 3 -wire Surveillance Kit (black/beige) RLN5886 Low Noise Kit for Surveillance Kits RLN5887 High Noise Kit for Surveillance Kits RLN4760 / RLN4763 Small Clear, Comfortable Earpiece PRMLN5845 (right/left car) RLN4761 / RLN4764 Medium Clear, Comfortable Earpiece PMLN5611 (fight/left ear) RLN4762 / RLN4765 Large Clear, Comfortable Earpiece PMLN4651 (right/left ear) RLN6281 Replacement foam plug for RLN5887, noise HLN6602 reduction = 248, pack of 25 RLN6282 Replacement clearrubbereartips,pack of50 PMLN5838 Hard Leather Case with 3" Fixed Belt Leop - full keypad PMLN5839 Hard Leather Case with 3" Fixed Bolt Loop—no display PMLN5840 Hard Leather Case with 3" Swivel Belt loop—full keypad PMLN5846 Hard Leather Case with 3" Swivel Bolt Loop — no display PMLN5842 Hard leather Case with 2.5" Swivel Bolt loop— full keypad PMLN5843 Hard Leather Case with 2.5" Swivel Belt loop — no display PMLN5844 Nylon Case with 3"Fixed Belt Loop—full keypad PRMLN5845 Nylon Case with 3"Fixed Belt Loop—no display PMLN5610 Replacement 2.5" Swivel Belt Loop PMLN5611 Replacement 3" Swivel Belt Loop PMLN7008 2.5" Belt Clip PMLN4651 2" Belt Clip NTN5243 Adjustable Nylon Carrying Strap HLN6602 Universal Chest Pack RLN4570 Break -a -way Chest Pack 150559BZ02 Chest Pack Replacement Strap RLN4815 Radio Pack Radio Utility Case 428038089 Radio Pack Extension Belt HLN9985 Waterproof Bag RLN4295 Epaulet Strap 4200865599 1.75" Wide Leather Belt 15012157001 Accessory Connector Dust Cover 89409Nr HK200 Bluetooth Earpiece NNTN81251,' Operations Critical Wireless Earpiece with 12" cable NNTN81261*$ Operations Critical Wireless Earpiece with 9.5" cable NNTN82941,3 Operations Critical Wireless Earbud with 11.4" cable NNTN8295" Operations Critical Wireless Earbud with 45.7" cable NNTN8127' Wireless Push -to -Talk Pod NTN2572 Replacement Wireless Earpiece, 12" cable NTN2575 Replacement Wireless Earpiece, BY cable NNTN8299 Replacement Eartips for Operations Critical Wireless Earbuds NNTN8294 PMMN4046A FACT SHEET MOTOTRBO XPR 7000 SERIES ACCESSORIES MMARVINMENEEMM e PMLN51021,77 Ultra -lite Headset, behind -the -head, adjustable with inline IMPRES Li -Ion 1500 mAh submersible battery push -to -talk RMN50581•2 Lightweight Headset, aver -the -head single -muff with inline IMPRES Li -ion 2300 mAh high capacity submersible battery, push•ta-talk PMLN52751,z Heavy Duty Headset with boom microphone, noise WPLN4232 reduction= 24d8 PMLN510112 IMPRES Temple Transducerwith boom microphone and WPLN4219 inline push -to -talk PMLN50961,2 D -style Earsetwith inline push -to -talk PMAE40797 UHF/GPS Combination Whip Antenna (403.512MHz) PMAE40697 UHF/GPS Stubby Antenna (403-450 MHz) PMAE40702 UHF/GPS Stubby Antenna(440-490MHz) PMAE40711 UHF(GPSStubby Antenna (470-527MHz) PMAD41172 VHF/GPS Helical Antenna (136-155 MHz) PMAD4116- VHF/GPS Helical Antenna (144-165 MHz) PMAD411V VHF/GPS Helical Antenna (152-174 MHz) PMA041197 VHF/GPS Stubby Antenna (136-148 MHz) PMAD41202 VHF/GPS Stubby Antenna (146-160 MHz) ANTENNA 10 BANDS 32012144001 Gray Antenna 10 Band (pack of 10) 32012144002 Yellow Antenna ID Bond (pack of 10) 32012144003 Green Antenna ID Band (pack of 10) 32012144004 Blue Antenna ID Band (pack of 10) 32012144005 Purple Antenna ID Band (pack of 10) Communications Service Company d/b/a Radio One 7041 Grand National Drive Orlando, FL 32819 4073529242 4072488654 Greg Parker, RSM Healthcare www.radiolinc.com PMLN5101 _ Antenna ID Bands PMKN401281 e IMPRES BATTERIES PMNN4407 IMPRES Li -Ion 1500 mAh submersible battery PMNN4409 IMPRES Li -Ion 2150 mAh high capacity submersible battery NNTN81297 IMPRES Li -ion 2300 mAh high capacity submersible battery, Intrinsically Safe IMPRES CHARGERS WPLN4232 IMPRES Single Unit Charger, 120 volt WPLN4212 IMPRES Multi Unit Charger,120 volt WPLN4219 IMPRES Multi Unit Charger with displays, 120 volt CHARGER SOFTWARE AND ACCESSORIES NNTN7676 IMPRES Battery Fleet Management Software NNTN7677 Multi -Unit Charger Interface Unit for IMPRES Battery Fleet Management NNTN8045 Single -Unit Charger Interface Unit for IMPRES Battery Fleet Management HKVN4036 IMPRES Battery Fleet Management License Key NNTN7392 IMPRES Battery Reader NLN7967 Wall Mount Bracket for multi -unit charger RLN5382 Display Module for IMPRES multi -unit charger PMLN5101 _ Antenna ID Bands PMKN401281 Portable Programming Cable PMKN4013 Programming, Test and Alignment Cable — PMKN4040 Portable TelemctyCable PMKN4071 Portable to RS232 D325M connector cable MOTOTRBO DIGITAL REMASTERED. Motorola Solutions, Inc. 1301 East Algonquin Road, Schaumburg, Illinois 60196, U.S.A. 800-367.2346 motorolasotutions.com MOTOROLA, MOTO, MOTOROLA SOLUTIONS and the Stylized M Logo are trademarks or registered trademarks of Motorola Trademark Holdings, LLC and are used under license. All other trademarks are the property of their respective owners. tO 2012 Motorola Solutions, Inc. All rights reserved. RZ-9.2034 System Highlights O Designed specifically to support MotoTRBO XPR8400 repeaters ® 8-48 Hours of dependable back-up power Y Robust charging system provides fast full recharge O Hot Swap redundant design Fully assembled and pre -wired design cuts install time to a fraction* • Scalable system can support up to 5 repeaters in one location ® Telco grade batteries mean years of dependable service Heavy duty racking and shelves Positive and negative bus bars Pre -wired, pre -lugged SuperFlex battery cables Custom charging system—guaranteed to work with imbedded Motorola power supply inside repeater Integrated, fused 5 position distribution—plug and play repeater connection for up to 5 repeaters Circuit breaker protected batter strings) to safely hot swap batteries Integrated low voltage disconnect to prevent over discharge TECO grade Front terminal 100Ah batteries MotoTRBO 8400 low Power Battery Capacity Required in Ah @ 25C System Capacity Desired Hours of Back -Up Time TESSCO SKU Number of Repeaters 1 8 12 24 A A B 48 C 2 A B C X 3 B B C X 4 B C X X 5 B C X x MotoTRBO 8400 High Power Battery Capacity Required in Ah @ 25C Desired Hours of Back -Up Time Number of Repeaters 1 8 12 24 A A B 48 C 2 B B C X 3 B C X X 4 C C X x 5 C X X X System Code System Capacity Ventev Model Number TESSCO SKU A 12V 200Ah RP125-2-1948-M T8400 578888 B 12V 4000 RP12S-4-1948-M T8400 526112 C 12V 800Ah RP12S-8-1948-M T8400 578887 XSR8400 Repeater sold separately 800.759.9996 1 Ventev.com I TESSCQ.com