Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20253110
orrlvUCH1 kX vVM:11—Q c4:11v31 T`of ,000100,, wok Voniim STEVE REAMS To:Weld County Board of Commissioners From:Captain Sam Kaneta III Date:24 Sep'25 RE:Radio Signal Boosters Briggsdale School Commissioners, Weld County Sheriffs Office is desiring to purchase and install an amplification system into Briggsdale's school to boost police radio reception and transmission from within the school(s) The quote from Motorola Solutions(dba BearCom)is in two parts. 1. The first part consists of the equipment which is procured through the cooperative called Sourcewell using contract#042021-MOT in the amount of$27,280.34. Weld County Code Section 5-4-80 titled Expenditures Not Requiring a Procurement Process.Item 26 in this section identifies"items purchased from current state,federal, GSA or other cooperative contracts"are exempt and may be purchased directly from those sources. 2. The second part consist of the quote for installation in the amount of$25,000.00.The Purchasing Division has confirmed BearCom is the single-source vendor for installation and service of Motorola products for northern Colorado. Weld County Code Section 5-4-95 titled Single Source Purchases,identifies that single- source procurements shall be exempt from the quote and bid process. Therefore,the Weld County Sheriffs Office recommending approval of this project in the total amount of$52,280.34. wy Sam III,Captain Southwest Substation Headquarters Southeast Substation 4209 WCR 241/2 1950 0 Street 2950 9m Street Longmont,Colorado 80504 Greeley,Colorado 80631 Fort Lupton,Colorado 80621 (720)652-4215 (970)356-4015 (303)857-2465 Fax(720)652-4217 Fax(970)304-6467 Fax(303)637-2422 Toll Free(800)436-9276 www.weldshenff.com 2025-31 1 0 1141 So OOy-CQ SERVICE AGREEMENT BETWEEN WELD COUNTY AND BEARCOM THIS AGREEMENT is made and entered into this 1Jivay of November,2025, by and between the Board of Weld County Commissioners,on behalf of Weld County Sheriffs Office,hereinafter referred to as"County,"and BearCom,hereinafter referred to as"Contractor". WHEREAS,County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits;and WHEREAS,Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits;and WHEREAS,Contractor is authorized to do business in the State of Colorado and has the time,skill,expertise,and experience necessary to provide the equipment, materials and services as set forth below. NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows: 1. Introduction.The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits,each of which forms an integral part of this Agreement and are incorporated herein.The parties each acknowledge and agree that this Agreement,including the attached Exhibits,define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements(the"Work").If a conflict occurs between this Agreement and any Exhibit or other attached document,the terms of this Agreement shall control,and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of a quote received by letter dated July 23,2025,Exhibit A. Briggsdale School. 2. Service or Work.Contractor agrees to procure the materials,equipment and/or products necessary for the Work and agrees to diligently provide all services,labor, personnel,and materials necessary to perform and complete the Work described in the attached Exhibits.Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term.The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later.Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year.This Agreement may be extended upon mutual written agreement of the Parties. Form Revision 5-2025 .Zoi5-3t10 4. Termination;Breach;Cure.County may terminate this Agreement for its own convenience upon thirty(30)days written notice to Contractor.Due to the time needed for County to procure replacement services,Contractor may terminate this Agreement for its own convenience upon ninety(90)days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party,however the breaching party shall have fifteen(15)days after receiving such notice to cure such breach.Upon termination,County shall take possession of all materials,equipment,tools and facilities owned by County which Contractor is using,by whatever method it deems expedient;and Contractor shall deliver to County all completed or partially completed Work under this Agreement,together with all other items,materials and documents which have been paid for by County, and these items,materials and documents shall be the property of County. Upon termination of this Agreement by County,Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto,except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment.Any amendments or modifications to this agreement shall be in writing signed by both parties.No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work,and County's acceptance of the same,County agrees to pay Contractor an amount not to exceed$52,280.54 as set forth in the Exhibits.No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County.If,at any time during the term or after termination or expiration of this Agreement,County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement,then upon written notice of such determination and request for reimbursement from County,Contractor shall forthwith return such payment(s)to County. Upon termination or expiration of this Agreement,unexpended funds advanced by County,if any,shall forthwith be returned to County.County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement.Unless expressly enumerated in the attached Exhibits,Contractor shall'not be entitled to be paid for any other expenses(e.g.mileage).Notwithstanding anything to the contrary contained in this Agreement,County shall have no obligations under this Agreement after,nor shall any payments be made to Contractor in respect of any period after December 31 of any year,without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25,Title 30 of the Colorado Revised Statutes,the Local 2 Government Budget Law(C.R.S.29-1-101 et.seq.)and the TABOR Amendment (Colorado Constitution,Article X,Sec.20). 7. Independent Contractor.Contractor agrees that it is an independent contractor and that Contractor's officers,agents or employees will not become employees or agents of County,nor entitled to any employee benefits(including unemployment insurance or workers'compensation benefits)from County as a result of the execution of this Agreement.Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors.Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent,which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection,in its reasonable discretion,shall be - assigned to the Work. Contractor shall require each subcontractor,as approved by County and to the extent of the Work to be performed by the subcontractor,to be bound to Contractor by the terms of this Agreement,and to assume toward Contractor all the obligations and responsibilities which Contractor,by this Agreement,assumes toward County. County shall have the right(but not the obligation)to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents,employees,and subcontractors. 9. Warranty.Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement.Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards,and that all services will conform to applicable specifications. 10.Acceptance of Services Not a Waiver. Upon completion of the Work,Contractor shall submit to County originals of all test results,reports,etc.,generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project.In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, 3 and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default.No assent expressed or implied,to any breach of any one or more covenants,provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of,or payment for,the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11.Insurance.Contractor must secure,before the commencement of the Work,the following insurance covering all operations,goods,and services provided pursuant to this Agreement,and shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof,and during any warranty period.For all coverages,Contractor's insurer shall waive subrogation rights against County.Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a"following form"basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an"A.M.Best"rating of not less than A-VD. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers'Compensation and Employer's Liability Insurance as required by state statute,covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers'Compensation Act,AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A(Workers'Compensation) Statutory Coverage B(Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage,covering all operations required by the Work.The policy shall be endorsed to include the following additional insured language: "County,its elected officials, affiliated entities,employees,agents,and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by,or on behalf of the Contractor." 4 Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any • owned,hired,and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract.The policy shall be endorsed to include the following additional insured language: "County,its elected officials, affiliated entities,employees,agents,and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by,or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage(Each Accident) $ 1,000,000 12.Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado,and unless otherwise specified,all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages,before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance(ACCORD)form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate"Weld County,its elected officials,affiliated entities,employees,agents,and volunteers as Additional Insureds"for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured,the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County,Contractor must provide a certified copy of the actual insurance policy and/or required endorsements,for examination,effecting coverage(s)required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. 5 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project,and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s)shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete,certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office,whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13.Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis,non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense,the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three(3)years after completion of the project. Contractors Professional Liability(Errors and Omissions)policy must be kept in effect for up to three(3)years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured,the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation,non-renewal, suspension,voided,or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium,then ten(10)days prior notice may be given. On all other policies,it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits,cancelled or non-renewed. However,in those situations where the insurance carrier refuses to provide notice to County,the Contractor shall notify County of any cancellation,or reduction in coverage or limits of any insurance within seven(7)days or receipt of insurer's notification to that effect. 6 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14.Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work,or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15.No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements,and these requirements do not decrease or limit the liability of Contractor.The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor,its agents, representatives,employees,or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts,duration,or types. The Contractor shall maintain,at its own expense,any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16.Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss,including the execution and delivery of any proof of loss or other actions required to effect recovery. 17.Indemnity.The Contractor shall defend,indemnify,hold harmless and,not excluding the County's right to participate,defend the County,its officers,officials, agents,and employees,from and against all liabilities,claims,actions,damages, losses,and expenses including without limitation reasonable attorneys'fees and costs(hereinafter referred to collectively as"claims")for bodily injury or personal injury including death,or loss or damage to tangible or intangible property caused,or alleged to be caused,in whole or in part,by the negligent or willful acts or omissions of Contractor or any of its owners,officers,directors,agents,employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers'Compensation law or arising out of the failure of such 7 contractor to conform to any federal,state,or local law,statute,ordinance,rule, regulation,or court decree. It is the specific intention of the parties that County shall, in all instances,except for claims arising solely from the negligent or willful acts or omissions of the County,be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense,and judgment costs where this indemnification is applicable. In consideration for the award of this contract,the Contractor agrees to waive all rights of subrogation against the County,its officers,officials,agents,and employees for losses arising from the work performed by the Contractor for the County. 18.Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder,without the prior written approval of County.Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall,at the option of County,automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19.Examination of Records.To the extent required by law,the Contractor agrees that a duly authorized representative of County,including the County Auditor,shall have access to and the right to examine and audit any books,documents,papers, and records of Contractor,involving all matters and/or transactions related to this Agreement.Contractor agrees to maintain these documents for three years from the date of the last payment received. 20.Interruptions.Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement,where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God,fires,strikes,war,flood,earthquakes,or Governmental actions. 21.Notices.All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt;or b) five(5)days following delivery to the United States Postal Service,postage prepaid addressed to a party at the address set forth in this contract;or c) electronic transmission via email at the address set forth below,where a receipt or acknowledgment is required and received by the sending party;or 8 Either party may change its notice address(es)by written notice to the other.Notice may be sent to: TO CONTRACTOR: Name: Bear.Com dba Motorola Solutions Position: Senior Account Exec. Wes Chisnal Address: 3901 West Service Road,Evans Colorado E-mail: Wes Chisnall<Wes.Chisnall@bearcom.com> Phone: 970-330-9415 TO COUNTY: Name: Weld County Attorney's Office Address: 1150"0"Street,Greeley,CO 80631 Phone: 970-336-7235 22.Compliance with Law.Contractor shall strictly comply with all applicable federal and State laws,rules and regulations in effect or hereafter established,including without limitation,laws applicable to discrimination and unfair employment practices. 23.Non-Exclusive Agreement. This Agreement is nonexclusive,and County may engage or use other Contractors or persons to perform services of the same or similar nature. 24.Entire Agreement/Modifications.This Agreement including the Exhibits attached hereto and incorporated herein,contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations,representations,and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 25.Fund Availability.Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated,budgeted, and otherwise made available.Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 26.Employee Financial Interest/Conflict of Interest—C.R.S.§§24-18-201 et seq. and§24-50-507. The signatories to this Agreement state that to their knowledge,no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27.Survival of Termination.The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including,without limitation,the warranties,indemnification obligations, 9 confidentiality and record keeping requirements)shall survive any such expiration or termination. 28.Severability.If any term or condition of this Agreement shall be held to be invalid, illegal,or unenforceable by a court of competent jurisdiction,this Agreement shall be construed and enforced without such provision,to the extent that this Agreement is then capable of execution within the original intent of the parties. 29.Non-Waiver.No term or condition of this Agreement shall be construed or interpreted as a waiver,express or implied,of the monetary limitations or any of the other immunities,rights,benefits,protections,or other provisions,of the Colorado Governmental Immunity Act§§24-10-101 et seq.,as applicable now or hereafter amended. 30.No Third-Party Beneficiary.It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement,and all rights of action relating to such enforcement,shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 31.Board of County Commissioners of Weld County Approval.This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County,Colorado,or its designee. 32.Choice of Law/Jurisdiction.Colorado law,and rules and regulations established pursuant thereto,shall be applied in the interpretation,execution,and enforcement of this Agreement.Any provision included or incorporated herein by reference which conflicts with said laws,rules and/or regulations shall be null and void.In the event of a legal dispute between the parties,Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33.No Employment of Unauthorized Aliens-Contractor certifies,warrants,and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement(see 8 U.S.C.A.§1324a and(h)(3))nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request,contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 10 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR:/ J By. �,/Z�/ /2 Name. l.Yi Date of Signature: 0-7-11- Title: 4P20(„4",J- WELD COUNTY: �,,,,/ ATTEST: W,„1:640.4) 6 J,+to%t,C, BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld C unty Clerk to the Board BY: 01/093 Depu y Clerk to the Board P L. Buck, Chair `/ NOV 1'N\ LE lid.e,‘ 1 1861 �:� NVIUNA 11 ZOZ5-31(0 Exhibit A QMOTOROLA SOLUTIONS Wednesday,July 23,2025 Weld County Sheriff's Office Attn:Jason Phipps 1950 O Street Greeley,CO RE:Weld County Sheriff's Office Briggsdale School in-building amplification system Jason, Motorola Solutions(Motorola)is pleased to have the opportunity to provide Weld County Sheriff's Office with quality communication equipment and services.The Motorola project team has taken great care to propose a solution to address your needs and provide unsurpassed value. Motorola Solutions'solution includes a combination of hardware,software,and services. Specifically,this solution provides the following: • In-Building Amplification System • Professional Services Motorola would be pleased to address any concerns Weld County Sheriff's Office may have regarding the proposal.Any questions can be directed at Wes Chisnall,Account Manager at 970- 590-3461.This proposal shall remain valid for a period of 60 days from the date of this cover letter. We thank you for the opportunity to provide Weld County Sheriff's Office with our communications solutions and we hope to strengthen our relationship by implementing this project. Our goal is to provide you with the best products and services available in the communications industry that satisfy your requirements. Sincerely, Wes Chisnall Sr.Account Manager VENDOR PROFILE Motorola Solutions(Motorola)has been an innovator in communication technology since our foundation as the Galvin Manufacturing Corporation in 1928.We pioneered the walkie-talkie and the police car radio,and for decades we've deployed our industry-leading Land Mobile Radio (LMR)networks,with over 13,000 systems implemented worldwide. In 2011,we made a pivotal decision to spin off our consumer electronics division and bring our focus on safety and security to the forefront of all that we do.As Motorola Solutions,our singular mission is developing cutting-edge technology that empowers customers to create safer communities,safer schools and businesses,and safer events.To this end,we concentrate our efforts and resources on developing a robust ecosystem of public safety applications and Services. Our vision for a safety and security ecosystem grew from our work in the field.To help our customers continually adapt and improve their operations,especially in the context of changing technology and an influx of text and video data,we saw a need to provide connected technologies that support coordinated responses.We are fully invested in offering solutions across LMR,video,command central software and cybersecurity that work together to ease workflows and facilitate faster,more accurate sharing of information.Our ecosystem of products and services aims to make the job of public safety easier,more effective and more engaged with the community. Use or disclosure of this proposal is subjed to the restrictions on the cover page. Motorola Solutions Confidential Restricted 2 SYSTEM DESCR I PT ON Weld County Sheriff ' s Office needs to install an In - Building Amplification System located at the Briggsdale School to enhance the public safety radio communications throughout its facility . By blending hardware and services , Motorola will meet or exceed the NFPA standard set forth for these types of systems . When emergency responders enter a building , they need to know that they can call for support or coordinate with fellow responders . It ' s quite simply a matter of life and death . Since 2009 national building codes have mandated that emergency responder communications systems shall be installed in new and existing construction to assure that Fire , Police , and EMS professionals have the communications they need inside buildings . Motorola has been providing the equipment to support emergency responder radio communications solutions for over 20 years . Over the past 20 + years , the requirements have changed substantially , and Motorola is keeping pace with industry by offering new features and products . Currently , Motorola is proud to offer the entire solution , from the donor antenna , BDA , battery backup , splitters , combiners , couplers , to the indoor antenna . Offering a wide range of Signal Boosters covering all bands used by first responders in both class A and class B models , gives Motorola a leg upon the competition . • ft I • w • 41• • • • • .• 494fre r <--•%- ‘ • t•A r , i Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 3 ASSUMPT ONS Motorola has based the system design on information provided by the Weld County Sheriff ' s Office and an analysis of their system requirements . All assumptions have been listed below for review . Should Motorola ' s assumptions be deemed incorrect or not agreeable to Weld County Sheriff ' s Office , a revised proposal with the necessary changes and adjusted costs may be required . Changes to the equipment or scope of the project after contract may require a change order . • All work is to be performed during normal work hours , Monday through Friday 8 : 00 a . m . to 5 : 00 p . m . • Motorola will provide personnel for deployment of the solution . • Weld County Sheriff ' s Office will provide personnel for deployment of the solution . • It is assumed that the equipment will be AC powered . • Site Development — The sites outlined in this summary are currently in use and fully developed . If the locations require any improvements , those improvements will be quoted separately . • Weld County Sheriff ' s Office is responsible for ensuring Type 1 or Type 2 suppression required to meet R56 standards at the radio sites . Motorola can quote this separately from this agreement . • All existing sites or equipment locations will have sufficient space available for the system described . • Weld County Sheriff ' s Office will provide a dedicated delivery / staging area onsite . • Weld County Sheriff ' s Office will provide environmentally controlled equipment areas . • Any site / equipment - location upgrades or modifications will be the responsibility of Weld County Sheriff ' s Office . • Weld County Sheriff ' s Office to provide adequate cable paths . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 4 STATEMENT OF WORK This SOW provides the most current understanding of the work required by both parties to e nsure successful project implementation . It is understood that this SOW is a working document , and that it will be revised as needed to incorporate any changes associated with contract n egotiations , or any change orders that may occur during the execution of the project . Summary : • Supply and install 1 NFPA Fully compliant Public Safety Repeater / amplifier with required 12 - hour Battery backup in 2 Hour Fire Rated Space . • The Public Safety Donor antenna will be installed by Motorola on the roof . • Donor antennas require a 2 - hour rated cable path to the roof for survivability purposes per NFPA72 guidelines . • Coax cabling , Antennas , and splitters will be installed by Motorola and is fully compliant with NFPA and local AHJ ' s for the Emergency Responder Radio Systems . • Motorola to conduct Fire caulking where needed to comply with NFPA code mandate . • Active components for Public Safety are unique , passive components such as coax cable , fiber , and splitters may be shared by additional users if approved by local AHJ . • Appropriate intermodulation studies to be conducted to meet code mandate when applicable . • Battery backup for public safety equipment will conform for NFPA or IFC mandate in accordance with AHJ enforcement . • As built documentation and final sign - off documentation to include RF survey coverage report to be supplied to AHJ at time of acceptance . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 5 MOTOROLA KEY RESPONSIBILITIES • Provide a Code Compliant ( NFPA ) Emergency Responder Radio Amplification System per Motorola design . • Develop required drawings for permit Submittals . Drawings should be clear and readable to be acceptable to AHJ and the building department for permitting . • Provide product cut - sheets for Permit Submittals • Provide and install listed quantities of NFPA and AHJ Approved Coax Cable with fire caulking where required by code . • Provide NFPA compliant Emergency Responder donor antenna network , with donor site coordination with first responder radio system owners . Donor antennah to be installed on the roof , with donor cable in customer provided 2 - hour Fire rated pathway . • The BDA room and cable pathways feeding adjoining vertical floors must be in customer - provided 2 - hour fire rated space for survivability to meet NFPA1221 mandate . Lateral runs may be in sprinkler areas without the 2 - hour rating . • Provide and install compliant 12 - hour Battery Backup for public safety system . • Provide and install a listed quantity of Passive components — Plan , direct , resolve issues or conflicts with plan , and testing . • Provide and install a listed quantity of BDA Repeaters , Battery Backup , Cable , and Antennas . • Test RF cables , and provide interface and connection points for the public safety system alarm monitoring by the building Fire Alarm System • Programming , Commissioning and Optimization of Emergency Responder BDA and Distributed Antenna Network ( DAS ) • Motorola shall work with other trades on the job for portions of work outside the Motorola scope and required for job completion ( Change orders may apply ) . • Motorola shall mark drawings for any modifications required during the installation . Final system design as built documentation , sign off documentation and RF coverage results will be supplied on 8 %2 X 11 " paper at time of sign off . Electronic copies are available upon request . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 6 • Perform final DAQ and RF Level Grid testing for Pre - test , and code required report for Final inspection . WELD COUNTY SHERIFF ' S OFFICE KEY RESPONSIBILITIES ( not part of Motorola ' s scope ) • Misc . cable pathway support , provide 2 - hour fire rated path where applicable by NFPA code per design . If the pathway is not available 2 hr . fire - rated cable can be used at an additional cost to the customer . Customer must provide the exact length of cable required . • Cut , patch and paint if needed at any point where there are hard ceilings . Hard ceiling installations require hatch access to the equipment ( antenna , splitters , cable joints ) for maintenance . Hard Ceiling installs are not included in Motorola ' s Scope . • Provide suitable location ( Wall space typical ) , such as an IDF , MDF , Electrical room , or other environmentally controlled space ( 2 hr . fire rated where applicable per design ) for the system equipment . Typical wall space for 1 Amplifier and Battery backup is 36 " W floor to ceiling . The amplifier and battery back - up are typically wall mounted to2 hr . fire rated plywood . Signal splitters are small devices typically mounted on the wall near Amplifiers and throughout the facility associated with antenna installations in the ceilings . • Provide code compliant cable chase / Path through stacked rooms for Riser to roof — 2 - hour fire rating is required for new construction for survivability of the ERRS . Lateral runs for antennas are not required to have a 2 - Hour rating , but they must be in sprinkler areas . Customer provided Riser floor sleeves and conduit sections shall be 2 " diameter , to provide the path from the lowest level to the roof . Customer provided Riser path Conduit on the roof shall connect to an outdoor rated j - box with knockouts for cable runs to the 2 roof top antennas . If any conduit run requires a bend , the bend shall be no less than a 36 " sweeping bend , and no more than two bends between pull boxes . • Provide penetration into stairwells for antenna installation . Stairwells are critical coverage areas . Motorola will fire caulk after the cable is tested . • Provide 120 VAC dedicated 20 - amp Circuit / Breaker designations with diagram depicting power source and breaker locations — required for permit ( per NFPA Lockout breakers are required ) • Electrical work is not Covered under Motorola ' s scope . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 7 • Core Drilling or X - Ray requirements . • Lift / Equipment if needed May be added to this proposal if needed . • Fire Alarm Contractor interface for monitoring Emergency Radio System on customer Fire Alarm Panel ( Motorola supplies connection point and will consult with Prime or Owners fire alarm contractor ) • Supply drawings to Motorola for system design use and provide CAD ' s if necessary . • Provide contact closures from the fire panel to the Main BDA . EXCLUDED MOTOROLA ' S SCOPE DOES NOT INCLUDE : • Core Drilling and X - Ray requirements . • Hard Ceiling antenna installation ( unless there is access for maintenance after the job is complete ) • Roof penetration for cable to Donor antennas • Conduit • Lift / Equipment Rental if needed . • Bond • Fire Alarm Panel connection for monitoring , ( Motorola supplies NO / NC connection point and will work with the contractor ) • Electrical Contractor sub • Excludes Patch & Paint : Overtime ; Expedite charges for materials and equipment . • Excludes unforeseen requirements of product and labor . • Mandatory off - hour work may be conducted at an additional charge . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 8 EQU I PMENT LIST P I I I 111 I I I I I I I I I I I I I I I 111 DESCRI 1" ON NOMENCLATUR 1 Yagi Antenna Public Safety 700 / 800 ( 746 - 896MHz ) 11 dBi AY / 746 - 896 / 11 9 Omni Antenna , Ceil Mount , 698 - 2700MHz IXL - MJN - H4U 5 ( N . America ) ( Passive ) 3ft 0 . 141 jumper cable . PIM rated - 158dBc . N Male to N Male . JS - NMNM3F - B141 Plenum rated with blue jacket . 2 ( N . America ) ( Passive ) 3ft 0 . 141 jumper cable . PIM rated - 158dBc . 4 . 3 - 10 Male to N 1S - 4MNM3F - B141 Male . Plenum rated with blue jacket . AirCell ® Plenum , 1 / 2 " , 50 Ohm , corrugated ( 6 GHz ) , Jacketed CMP , Conforms to 1000 AP6012J50 NFPA - 262 UL - 444 Canadian CSA 22 . 2 / FT6 26 N Type , Male Connector for 1 / 2 " AirCell ® Plenum & In - Conduit Cables , 50 Ohm NMP01250 2 N Type , Female Connector for 1 / 2 " AirCell ® Plenum & In - Conduit Cables , 50 Ohm , NFP01250 100 AirCell ® In - Conduit , 1 / 2 " , 50 Ohm , Black , Corrugated , UV Rated Polyethylene Jacket AC012J50 1 ( N . America ) ( Passive ) 7 dB Directional Coupler , 698 - 2700 MHz , N - Female DC - R07 - Connectors ON300C ( XH ) 3 ( N . America ) ( Passive ) 5 dB Directional Coupler , 698 - 2700 MHz , N - Female DC - R05 - Connectors ON300C ( XH ) • 2 ( N . America ) ( Passive ) 10 dB Directional Coupler , 698 - 2700 MHz , N - Female DC - R10 - Connectors ON300C ( XH ) 1 ( N . America ) ( Passive ) 13 dB Directional Coupler , 698 - 2700 MHz , N - Female DC - R13 - Connector ON300C ( XH ) 1 ( N . America ) ( Passive ) 6 dB Directional Coupler , 698 - 2700 MHz , N - Female DC - R06 - Connectors ON300C ( XH ) 1 ADRF - BBU - W - 120 - 25 ; Wall Mount Battery Backup Unit ( 24V , 120AH , 2EA in Series ) ADRF - BBU - W - 120 - ( U 2524 Listed ) 2S 1 95 dB Gain Digital Dual - Band Channelized Public Safety Repeater - 700 MHz / 800 PSR - 78 - 9533 - U MHz ( 32 channels , 5 modes ) - 4 . 3 - 10 Female Connectors ( 2W ) ( UL2524 Listed ) 1 Flange Bonding Plate 223T 1 1 / 4 " x2 " x6 " Ground Bar GBI1426P 2 ROOF PAD MT - F1637 1 Light Duty Non - Penetrating Roof Mount RM - SM190 - 60 1 Connector / Splice Weatherproofing Kit 221213 2 Fire Barrier Moldable Putty Stix MP + 1 . 4X11 1 Std Ground Kit for 1 / 2 " AirCell Coax GK - S12AC POLYPHASER ' s GT - NFF - AL straight gas tube with aluminum body , DC to 7 GHz , N Female on surge side , N Female on protector side . Bulkhead mount with bracket for 1 grounding or mounting . GT - NFF - AL 9 PULSE LARSEN ' s BRK0005 multipurpose " Do - Everything " antenna bracket BRK0005 Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 9 EQU I PMENT LIST - CONT 1 Power Plenum Strip Tool for 1 / 2 " for Non - Radiating , Plenum , and In - Conduit Cable PCT012 - 2 100 HARGER ' s WSGW - 6 - 19STG # 6 AWG 19 strand insulated ground wire WSGW - 6 - 19STG 2 GECLB6 - 10 long barrel compression lug for # 6 stranded cable ( 10PACK ) GECLB6 - 10 • 1 RECORDS & DOCUMENT BOX WITH 4GB DRIVE SS000689 Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 10 SCHEDULE Motorola will work with Weld County Sheriff ' s Office to develop a project schedule that is acceptable to both parties . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 11 CHANGE ORDE R Either party may request changes within the general scope of this agreement . If a requested change causes an increase or decrease in the system cost or change in system configuration , the parties will mutually agree to an equitable adjustment of the contract price , performance schedule or both . Neither party is obligated to perform the requested changes unless both parties execute a written change order . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 12 ACCEPTANCE TEST PLAN Upon award and implementation of this system , Motorola will work with Weld County Sheriff ' s Office to develop a mutually beneficial ATP . The ATP will demonstrate functional usage of the system . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 13 I NTENANCE WARRANTY AND MA Motorola has over 30 years of experience supporting mission critical communications for public safety and public service agencies . Motorola ' s technical and service professionals use a structured approach to life cycle service delivery and provide comprehensive maintenance and support throughout the life of the system . The value of support is measured by system availability , which is optimized using a proactive process such as preventive maintenance , fault monitoring and active response management . System availability is a function of having in place a support plan delivered by highly skilled support professionals , backed by proven processes , tools and continuous training . CUSTOMER SUPPORT MANAGER Your Motorola Customer Support Manager provides coordination of support resources to enhance the quality - of - service delivery and to ensure your satisfaction . The Customer Support Manager ( CSM ) is responsible for overseeing the execution of the Warranty and Service Agreement and ensures that Motorola meets its response and restoration cycle time commitments . The CSM will supervise and manage the Motorola Authorized Servicer ' s functions . WARRANTY SERVICES Motorola will provide warranty services per our standard warranty terms . In addition to the Standard Commercial Warranty , the service products that comprise the Custom Warranty package are available upon request . DISPATCH SERVICE Motorola Dispatch Service ensures that trained and qualified technicians are dispatched to diagnose and restore your communications network . An automated escalation and case management process is followed to ensure that technician site arrival and system restoration comply with contracted response and restore times . Activity records are also available to provide a comprehensive history of site performance , issues , and resolution . ON - SITE INFRASTRUCTURE RESPONSE Motorola On - Site Infrastructure Response provides local , trained , and qualified technicians who arrive at your location to diagnose and restore your communications network . Following proven response and restore processes , Motorola dispatches a qualified technician to your site . An automated escalation and case management process ensures that technician site arrival and system restoration comply with contracted response times . The field technician restores the system by performing first level troubleshooting on site . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 14 PREVENTATIVE MAINTENANCE Preventative Maintenance provides an operational test and alignment on your infrastructure or fixed network equipment to ensure that it meets the original manufacturer ' s specifications . Trained technician will : • Physically inspect equipment . • Remove dust and foreign substances . • Clean filters • Measure , record , align and adjust equipment to meet original manufacturer ' s specifications . Upon completion of the preventive maintenance service , a written report will be generated which will include all findings on the overall health of the system as well as any areas out of specification and the action taken to rectify these situations . This service is performed based on a schedule agreed upon between Weld County Sheriff ' s Office and Motorola . Preventative Maintenance proactively detects issues that may result in system malfunctions and operational interruptions . TECHNICAL SUPPORT SERVICE Motorola Technical Support service provides an additional layer of support through centralized , telephone consultation for issues that require a high level of communications network expertise and troubleshooting capabilities . These technologists have access to a solutions database as well as in - house test labs and development engineers . Technical Support cases are continuously monitored against stringent inbound call management and case management standards to ensure rapid and consistent issue resolution . Technical Support service translates into measurable , customer - specific metrics for assured network performance and system availability . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 15 PR C NG Motorola ' s pricing is based on the equipment list and services defined for the system designed for Weld County Sheriff ' s Office . The Statement of Work ( SOW ) describes the work to be performed for the installation , optimization , and testing of the system and the equipment list provides the equipment necessary for this project . SYSTEM PRICING _ Briggsdale School BDA ( Hardware Only ) — SourceWell $ 27 , 280 . 34 Project Management , Engineering , Installation , Configuration , Permitting and Optimization services . $ 25 , 000 . 00 Sub Total $ 52 , 280 . 34 Tax - To be added to the order EXEMPT Total $ 52 , 280 . 34 Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 16 PAYMENT TERMS Except for a payment that is due on the Effective Date , Weld County Sheriff ' s Office will make payments to Motorola within thirty ( 30 ) days after the date of each invoice Weld County Sheriff ' s Office will make payments when due in the form of a check , cashier ' s check , or wire transfer drawn on a U . S . financial institution and in accordance with the following milestones . • 100 % of the pricing is due Net 30 upon receipt of invoice Motorola reserves the right to make partial shipments of equipment and to request payment upon shipment of such equipment . In addition , Motorola reserves the right to invoice for installations or civil work completed on a site - by - site basis , when applicable . Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 17 ATTACHMENT A — System Documentation • Sou rcewel I Breakout • Product Spec sheets Use or disclosure of this proposal is subject to the restrictions on the cover page . Motorola Solutions Confidential Restricted 18 SOURCEWELL BREAKOUT _ . ' : Sourcewefl • MENCLATI, lR List Sourceweflt , , . EXT 1 Yagi Antenna Public Safety AY / 746 - 896 / 11 $ 450 . 94 $ 360 . 75 $ 360 . 75 700 / 800 ( 746 - 896MHz ) 11 dBi Omni Antenna , Ceil Mount , 9 - 7 MHz IXL - MJN - H4U $ 104 . 14 $ 83 . 31 $ 749 . 79 698 2 00 ( N . America ) ( Passive ) 3ft 0 . 141 5 jumper cable . PIM rated - 1S - NMNM3F - $ 58 . 13 $ 46 . 50 $ 232 . 50 158dBc . N Male to N Male . B141 Plenum rated with blue jacket . ( N . America ) ( Passive ) 3ft 0 . 141 jumper cable . PIM rated 2 158dBc . 4 . 3 - 10 Male to N JS - 4MNM3F - B141 $ 67 . 81 $ 54 . 25 $ 108 . 50 Male . Plenum rated with blue jacket . AirCell ° Plenum , 1 / 2 " , 50 Ohm , Corrugated ( 6 GHz ) , Jacketed 1000 CMP , Conforms to NFPA - 262 , AP6012J50 $ 4 . 53 $ 3 . 63 $ 3 , 630 . 00 UL - 444 , Canadian CSA 22 . 2 / FT6 N Type , Male Connector for 26 1 / 2 " AirCell ° Plenum & In - NMP01250 $ 54 . 66 $ 43 . 73 $ 1 , 136 . 98 Conduit Cables , 50 Ohm N Type , Female Connector for 2 1 / 2 " AirCell ° Plenum & In - NFP01250 $ 54 . 66 $ 43 . 73 $ 87 . 46 Conduit Cables , 50 Ohm , AirCell ® In - Conduit , 1 / 2 " , 50 100 Ohm , Black , Corrugated , UV AC012J50 $ 4 . 43 $ 3 . 54 $ 354 . 00 Rated Polyethylene Jacket ( N . America ) ( Passive ) 7 dB DC - R07 - 1 Directional Coupler , 698 - 2700 ON300C XH $ 140 . 47 $ 112 . 38 $ 112 . 38 MHz , N - Female Connectors ( ) ( N . America ) ( Passive ) 5 dB DC - R05 - 3 Directional Coupler , 698 - 2700 0N300C XH $ 140 . 47 $ 112 . 38 $ 337 . 14 MHz , N - Female Connectors ( ) ( N . America ) ( Passive ) 10 dB DC - R10 - 2 Directional Coupler , 698 - 2700 ON300C XH $ 140 . 47 $ 112 . 38 $ 224 . 76 MHz N - Female Connectors ( ) ( N . America ) ( Passive ) 13 dB DC - R13 - 1 Directional Coupler , 698 - 2700 N OOC XH $ 140 . 47 $ 112 . 38 $ 112 . 38 MHz , N - Female Connector 0 3 ( ) ( N . America ) ( Passive ) 6 dB 1 Directional Coupler , 698 - 2700 DC - R06 - $ 140 . 47 $ 112 . 38 $ 112 . 38 p ON300C ( XH ) MHz , N - Female Connectors ADRF - BBU - W - 120 - 2S ; Wall Mount Battery Backup Unit ADRF - BBU - W - 1 $ 4 , 375 . 00 $ 3 , 500 . 00 $ 3 , 500 . 00 ( 24V , 120AH , 2EA in Series ) 120 - 2S ( UL2524 Listed ) 95 dB Gain Digital Dual - Band Channelized Public Safety Repeater - 700 MHz / 800 MHz 1 PS R - 78 - 9533 - U $ 151625 . 00 $ 12 , 500 . 00 $ 12 , 500 . 00 ( 32 channels , 5 modes ) - 4 . 3 - 10 Female Connectors ( 2W ) ( UL2524 Listed ) 1 Flange Bonding Plate 223T $ 144 . 22 1 $ 115 . 38 $ 115 . 38 1 1 / 4 " x2 " x6 " Ground Bar GB11426P $ 131 . 61 $ 105 . 29 $ 105 . 29 2 ROOF PAD MT - F 1637 $ 85 . 31 $ 68 . 25 $ 136 . 50 Light Duty Non - Penetrating 1 RM - SM190 - 60 $ 1 , 059 . 69 $ 847 . 75 $ 847 . 75 Roof Mount 1 Connector / Splice 221213 $ 48 . 46 $ 38 . 77 $ 38 . 77 Weatherproofing Kit 2 Fire Barrier Moldable Putty Stix MP + 1 . 4X11 $ 63 . 39 $ 50 . 71 $ 101 . 42 1 Std Ground Kit for 1 / 2 " AirCell GK - S12AC $ 72 . 92 $ 58 . 33 $ 58 . 33 Coax POLYPHASER ' s GT - NFF - AL straight gas tube with aluminum body , DC to 7 GHz , 1 N Female on surge side , N GT - NFF - AL $ 152 . 68 $ 122 . 15 $ 122 . 15 Female on protector side . Bulkhead mount with bracket for grounding or mounting . PULSE LARSEN ' s BRK0005 9 multipurpose " Do - Everything " BRK0005 $ 82 . 53 $ 66 . 02 $ 594 . 18 antenna bracket Power Plenum Strip Tool for 1 1 / 2 " for Non - Radiating , PCT012 - 2 $ 864 . 58 $ 691 . 67 $ 691 . 67 Plenum , and In - Conduit Cable HARGER ' s WSGW - 6 - 19STG # 6 100 AWG 19 strand insulated WSGW - 6 - 19STG $ 7 . 86 $ 6 . 29 $ 629 . 00 ground wire GECLB6 - 10 long barrel 2 compression lug for # 6 GECLB6 - 10 $ 48 . 36 $ 38 . 69 $ 77 . 38 stranded cable ( 10PACK ) RECORDS & DOCUMENT BOX 1 SSU00689 $ 254 . 38 $ 203 . 50 $ 203 . 50 WITH 4GB DRIVE $ 271280 . 34 Channelized 2W Digital Repeater for iPuo ( c Safety700 / 800vHz . . . . . - - , ' - / - .. . .. / ' ' ' - . / - ' ' - ` - ; ' / ' / I • - , , , / - c der - /•01 / , / / rAl dr seI I / / / - / / I LISTED CERTIFIED9 allirtSAFETY �" 4Q. r� . •SiGNAI TNG US ot S36316 � :t. � r ; . 4; ` a. 5. 1t,7:�`60 1yj �., J , 0 . . - � _, 4 PSR - 78 - 9533 - U is a revolutionary ter, . _:"*%1*ak— , a ( J [ i . digital public safety repeater designed - r to protect the lives of first responders / - Aand building occupants . - t, . , , , , 1 t it The PSR - 78 - 9533 - U is certified to the 4 highest level of code compliance r through Underwriters Laboratories and is UL 2524 Listed for In - building 2 - Way Emergency Radio Communication Enhancement - . ) Systems ( ERCES ) . Through the use of digital signal processing ( DSP ) filtering technology , the PSR - 78 - 9533 - U helps eliminate adjacent channel interference to allow band - 041 ; 1,44 selectivity and support for 700 MHz and 800 MHz Public Safety frequencies including FirstNet . Up to two non - contiguous wideband and thirty - two non - contiguous narrowband filters can be supported in the 700 MHz and 800 MHz Public Safety frequencies via ADRF ' s celebrated web - based GUI , which provides versatility and total control to the user . The PSR - 78 - 9533 - U is the best - in - class public safety repeater with FirstNet support r and it is fully compliant with International Fire Code ( IFC ) , National Fire Protection Association ( NFPA ) , and Underwriters Laboratories ( UL ) . Product Features O UL 2524 Listed Second Edition by Underwriters Laboratories as comprehensive solution with an annunciator and ADRF - BBx - U Series battery backups O NFPA 72 , NFPA 1221 , IFC , and UL codes compliant solutions O Alarming outputs to supervised circuits for Loss of Normal AC Power , Battery Charger Failure , Low Battery Capacity , Donor Antenna Malfunction / Disconnection , Active RF Emitting Device Malfunction , and System Component Malfunction O New integrated wiring compartment with pre - drilled connector holes and terminal blocks for easy installation . O Type 4 ( UL50 / UL50E ) Enclosure O Supports FCC Part 90 Class A narrowband and Class B wideband repeater designations O Up to 95 dB of gain and up to 33 dBm downlink and 30 dBm uplink output power per band O Supports both analog and digital systems Product Specifications PSR-78-9533-U (Public Safety 700/800 Electronic Specifications V Hz 2W Channelized Digital Repeater) Downlink Uplink Frequency Range Composite Output Power System Gain Filter Selection Filter Bandwidth Filter Roll -off Spurious Emission Passband Ripple ALC Dynamic Range Gain Dynamic Range Noise Figure @ Max. Gain System Group Delay Power Supply Power Consumption Max RF Input Power without Over Drive Max RF Input Power without Damage Enclosure Cooling Impedance VSWR Dry Contacts Remote Alarming / Network Management Humidity Operating Temperature Certification Annunciator Decibel Level Uplink Squelch Control Mechanical Specifications FirstNet+ PS 700 PS 800 FirstNet / PS 700 / FirstNet + PS 700 PS 800 FirstNet + PS 700 + PS 800 Wideband Narrowband (N Mode) Narrowband (S1 Mode) Narrowband (57 Mode) Narrowband (S8 Mode) Wideband Narrowband Wideband Narrowband FCC Rule Compliant ±2dB ≥60 dB ≥45 dB ≤ 5 dB Wideband Narrowband 758 - 768 MHz 769 - 775 MHz 851 - 861 MHz 33 dBm 33 dBm 36 dBm (33dBm + 33dBm) 95 dB 788 - 798 M H z 799 - 805 MHz 806 - 816 M H z 30 dBm 30 dBm 30 dBm 95dB 2 (non-contiguous) U p to 16 (non-contiguous) @ PS 700 U p to 16 (non-contiguous) @ PS 800 U p to 12 (non-contiguous) @ PS 700 U p to 20 (non-contiguous) @ PS 800 U p to 32 (non-contiguous) @ PS 700 U p to 32 (non-contiguous) @ PS 800 3, 5, 6, 10 MHz 12.5, 25, 75, 100, 150, 200 KHz 60 dBc @ Filter Bandwidth Edge + 1 MHz ≥ 60 dBc @ Filter Bandwidth Edge + 3 x Filter BW ≤ 6.5 µs ≤ 46µs@12.5KHz, ≤28µs @25 KHz, ≤ 15ps@100 KHz, ≤13 is @150 KHz, 110 - 240 VAC, 60 Hz (Free Voltage, w/ battery backup function) <163 W -20 dBm +10 dBm Convection 50 S� <1.5:1 NFPA 1221 2016 Code Compliant Dry Contacts, Web -GUI, SNMP (External Wireless Modem Required) 5% - 95% RH Condensed -40°F to +140°F (-40°C to +60°C) UL 2524 Listed I FCC: Part 90 Class A / Class B 100dB(alm Narrowband / Broadband: -110 to -80 dBm (5 dB step) ≤18ps@75 KHz, ≤12ps@200KHz Dimension (Repeater I Annunciator) Weight (Repeater I Annunciator) RF Connector Weather Resistance 11.0 x 9.0 x 28.0 in (w/o bracket) / 5.91 x 2.84 x 6.32 in (w/o bracket) 60.5 lbs (w/o bracket) / 2.5 lbs (w/o bracket) 4.3-10 (Female) Type 4 (UL50/UL50E) Web www.adrftech.com Tel +1 818.840.8131 Fax +1 818.840.8138 Technical/Customer Support +1 800.313.9345 3116 West Vanowen Street Burbank, CA 91505 R NFPA FC Lott IF +, G "' ot Cal 11C� TL9O O Forbes ITechnology Coundl Copyright c 2020 Advanced RF Technologies. Inc, All rights reserved, PSR-78-9533-U_SS / December 2020 ADRF BBU W Series 12V / 24V / 48V Battery Backup Solution for ADRF Repeater / DAS ,4;II 1 Vl: I c•iA S36316 *LRE F E uNIALISA11ON LS•CA S36316 WfiNii O 3'l 1, J Product Features Wall mountable battery enclosure with support for 12V, 24V, and 48V configurations Certified to UL 2524, Second Edition by Underwriters Laboratories NFPA 72-2013, NFPA 1221-2016/2019, NFPA 1225, IFC 2015/2018/2021 code compliant Support for up to 24 -hour runtime and all NFPA / IFC compliant alarms Increase runtime by adding unit using parallel cable ADRF-BBX-U-CBL-21P Increase voltage by adding unit using series cable ADRF-BBX-U-CBL-21S Electrical Specifications ADRF-BBU-W-045-4S ADRF-BBU-W-O45-2P ADRF-BBU-W-O45-2S ADRF-BBU-W-12O-2P ADRF-BBU-W-12O-2S Operating Voltage Battery Capacity Configuration Battery Type Mechanical Specifications 48 V 48 Ah 4EA in Series Sealed Lead Acid AGM 12 V 96 Ah 2EA in Parallel Sealed Lead Acid AGM 24 V 48 Ah 2EA in Series 12 V 240 Ah 2EA in Parallel 24 V 120 Ah 2EA in Series Sealed Lead Acid AGM Sealed Lead Acid AGM Sealed Lead Acid AGM Dimension (W x H x D) Weight (Enclosure) Weight (Batteries) Weather Resistance Cooling Mounting Type Battery Runtime 17.6 x 22.1 x 11.0 in. (446 x 561 x 279 mm.) 17.6 x 22.1 x 11.0 in. (446 x 561 x 279 mm.) 50.7 lbs. (22.9 kg) 50.7 lbs. (22.9 kg) 29.8 lbs. x 4 (13.5 kg. x 4) Type 4 / NEMA 4 Air Convection Wall Mount 29.8 lbs. x 2 (13.5 kg. x 2) Type 4 / NEMA 4 Air Convection Wall Mount 17.6 x 22.1 x 11.0 in. 176 x 22.1 x 11.0 in. (446 x 561 x 279 mm.) 50.7 lbs. (22.9 kg) 29.8 lbs. x 2 (13.5 kg. x 2) Type 4 / NEMA 4 Air Convection Wall Mount (446 x 561 x 279 mm.) 50.7 lbs. (22.9 kg) 70.0 lbs. x 2 (31.7 kg. x 2) Type 4 / NEMA 4 Air Convection Wall Mount 17.6 x 22.1 x 11.0 in. (446 x 561 x 279 mm.) 50.7 lbs. (22.9 kg) 70.0 lbs. x 2 (31.7 kg. x 2) Type 4 / NEMA 4 Air Convection Wall Mount PSR-VU/U-9537-U PSR-78-9533-U (single/dual) PSR-78-9537-U (single/dual) FiRe-78-8-U ADXV-R-3378P-U PSR-78-8527-PKG ADXV-HE (4RU) - 700/800 ADXV-HE (4RU) - VHF/UHF ADXV-HE (8RU) - 700/800 ADXV-HE (8RU) - VHF/UHF 13.5 Hours AMP 15.4 hours 16.3 hours 10.0 hours 10.3 hours 11.4 / 9.0 hours 8.4 / 5.8 hours 11.7 hours 27.2 hours 12.5 hours 41.1 hours 43.6 hours 26.6 hours 27.6 hours 28.6 / 22.6 hours 21.1 / 14.5 hours 32.0 hours 61.2 hours 31.4 hours ADRF BBU W Series 12V / 24V / 48V Battery Backup Solution for ADRF Repeater / DAS Product Specifications (Continued) Electrical Specifications ADRF-BBU-W-125-2P 0 ADRF-BBU-W-125-2S Operating Voltage Battery Capacity Configuration Battery Type Mechanical Specifications 12 V 250 Ah 2EA in Parallel Lithium 24 V 125 Ah 2EA in Series Lithium Dimension (W x H x D) Weight (Enclosure) Weight (Batteries) Weather Resistance Cooling Mounting Type Battery Runtime 17.6 x 22.1 x 11.0 in. (446 x 561 x 279 mm.) 50.7 lbs. (22.9 kg.) 34.2 lbs. x 2 (15.5 kg. x 2) Type 4 / NEMA 4 Air Convection Wall Mount 17.6x22.1x11.0in. (446 x 561 x 279 mm.) 50.7 lbs. (22.9 kg.) 34.2 lbs. x 2 (15.5 kg. x 2) Type 4 / NEMA 4 Air Convection Wall Mount PSR-VU/U-9537-U PSR-78-9533-U (single/dual) PSR-78-9537-U (single/dual) FiRe-78-8-U ADXV-R-3378P-U PSR-78-8527-PKG ADXV-HE (4RU) - 700/800 ADXV-HE (4RU) - VHF/UHF ADXV-HE (8RU) - 700/800 ADXV-HE (8RU) - VHF/UHF 42.8 hours 45.4 hours 27.7 hours 28.8 hours 29.8 / 23.5 hours 22.0 / 15.1 hours 33.3 hours 63.8 hours 32.7 hours Tel +1 818.840.8131 Fax +1 818.840.8138 Technical/Customer Support +1 800.313.9345 3116 West Vanowen St. Burbank, CA 91505 Copyright c 2023 Advanced RF Technologies. Inc. All rights reserved. ADRF-BBU-W Spec Sheet / August 2023 NFPA b l+l al ta(t TL909e Forbes ITr_nndoy tounu; Ai rCe 50 Ohm Plenum Cable, 1/2" - AP6012J50 Plenum Cable TRILOGY L, i7 TiiilliI iLcSLiU11 . Product Specification Description Product Number Plenum Rated Cable 1/2", Conforms CSA Corrugated 22.2/FT6 to NFPA-262, (6 GHz), UL Jacketed -444, Canadian CMP, AP6012J50 Physical Dimensions Center Diameter, in (mm) 0.188 (4.78) Diameter Over Outer Conductor, in (mm) 0.550 (13.97) Maximum Diameter Over Jacket, in (mm) 0.63 (16.00) Center Conductor Copper -Clad Aluminum Outer Conductor Corrugated Aluminum Jacket Color Off White Electrical Characteristics Maximum Frequency, GHz 10 Peak Power Rating, KW 35 DC Resistance, Ohms/1,000 ft (1,000 m) Center 0.46 (1.51) Outer 0.51 (1.67) DC Breakdown, kV 2 Capacitance, pF/ft (m) 22 (72.12) Inductance, mH/ft (m) 0.057 (0.187) Jacket Spark, kV RMS 8 VSWR min, (dB) 1.25 (19.0) VSWR typical, 700-960 / 1700-2200 MHz (dB) 1.13 (24.3) Impedance, Ohms 50 ± 2 Velocity of Propagation 94% Mechanical Characteristics Minimum Bend Radius. in (mm) - Single 2 (50.8) Minimum Bend Radius, in (mm) - Multiple 5 (127) Cable Weight, lb/ft (kg/m) 0.13 (0.20) Bending Moment, ft lb (N m) 1 (1.4) Tensile Strength, lb (kg) 250 (114) Flat Plate Crush, lb/in (kg/mm) 78 (1.39) Number of Bends, minimum 15 Recommended Install Temp., °F (°C) +5° to 194° (-15° to 90°) Recommended Storage Temp., °F (°C) +5° to 194° (-15° to 90°) Recommended Operating Temp., °F (°C) +5° to 194° (-15° to 90°) Standard Conditions For Attenuation: VSWR 1.0, Ambient Temperature 20°C (68°F) For Average Conductor Temperature Power: VSWR 100°C 1.0, Ambient (212°F), No Temperature Solar Loading 40°C (104°F), Inner Regulatory Compliance/Certifications RoHS 2011/65/EU Compliant TL 9000 H -V - All Cables designed and manufactured under this quality management system f ©2010 Trilogy Communications, Inc. All rights reserved All trademarks identified by i9 are registered trademarks o Tnlogy Communications All Specifications are subject to change without notice See www tnlogycoax corn or call 800 -TRILOGY for the most current information Revised 08/29/16 Attenuation and Average Power Frequency, MHz dB/100 Attenuation ft dB/100 m Average Power kW 100 0.70 2.30 4 3.98 450 1.50 4.92 1.85 500 1.59 5.22 1.75 600 1.75 5.74 1.58 700 1.87 6.14 1.47 800 1.96 6.43 1.37 900 2.14 7.02 1.29 960 2.23 4. 7.32 1.24 1000 2.30 7.55 1.21 1500 2.85 9.35 0.98 1700 3.05 10.01 0.98 1800 3.14 10.30 0.93 1950 3.24 10.63 0.85 2000 3.33 10.93 0.84 2100 3.42 11.22 0.82 2200 3.50 11.48 4 0.80 2300 3.59 11.78 0.78 2400 3.67 12.04 0.77 2500 3.75 12.30 0.75 2700 3.90 12.80 0.72 3000 4.14 13.58 0.68 3300 4.33 14.21 0.61 3400 4.45 14.60 0.60 4000 4.91 16.11 0.55 4900 5.61 18.41 0.50 5000 5.69 18.67 0.49 5200 5.92 19.42 0.48 5300 6.03 19.78 0.47 5600 6.37 20.90 0.46 5825 6.83 22.41 0.45 Trilogy AirCell® Cable Proud to be 100% Made in the USA ********* �t *********** +�- * * * * * MADE IN USA ClearLinlC 600-4000 MHz Low PIM kuuii :j OILIce 3111H O171fniorrtecctlui Id! .Aritci i� ►�� General Information Westell's Ultra Slim round omnidirectional coverage antenna supports multiband designs and ensures consistency in coverage from 600 - 4000 MHz. The low -profile design allows for flexibility and more natural placement of antennas when aesthetics are a factor when deploying for Commercial or Public Safety applications. Also. the Ultra Slim antenna's broad frequency support makes future proofing for CBRS deployments easy. Product Highlights • Future proof for CBRS Deployments • Low Cost ▪ Small Footprint • Ultra Slim Profile • Multiband Design Applications • Covers CBRS,CDMA, GSM, DCS, 3G/UMTS, LTE • In -building coverage for Commercial, Public Safety and CBRS Electrical Specifications Low PIM Round Ultra Slim Omni Antenna Ordering information Part Number [ Descriptions CS03-021-833/N Ant-O\600-4000-Thinrnd/N(f) C503-021-833/4310 Ant-O\600-4000-Thinrnd/4310(f) Frequency Range (MHz) 600-960 1690-2180 2300-2500 2500-2700 3300-4000 Gain (dBi) 3.0 4.0 4.5 5.0 4.0 VSWR ≤1.6 ≤1.8 ≤1.8 ≤1.8 ≤2.0 Polarization Horizontal Horizontal Beam Width 360*• Vertical Beam Width 1200 850 760 700 620 PIM, 2x20W (dBc) ≤-153 Impedance (O) 50 Maximum Input Power (W) 50 Lighting Protections DC Ground 1 Specifications subject to change without notice. WESTELL Mechanical Specifications Connector Size (In) Weight (lb) Reflector Material N (f) or 4.3-10 (f) 7.5x0.28 0.55 PCB Radome Material ABS (UV Stabilized) Radome Color White Operating Temperature (F/C) -40-149 (-40-65) WESTELL.COM Page 1of2 ClearLinkR 6-4000 MHz Low PIM Round Ultra Slim Omnidirectional Antenna Sample Antenna Patterns* I .,Go : N •1b •r! -31 -A eta s•�. 1 �e� • f H -Plane V -Plane ' Additional patterns with enlarged images are available upon request. WESTELL Copyright C. 2018 by Westell, Inc. All Rights Reserved. Westell, Clear -Link. kentrok and Optima Management System are registered trarieinarLs of Westell. Inc. All other names are trademarks ;;f their respec rive owners. Information is correct at time of pr;rting and k. subject to change ithout notice. \Wescell, Inc is an Equal Opportunity/Affirmative Action employe). WESTELL.COM iBW-CS03-021-833N SlirRnd-DS-041318 Page 2 of 2 042021 -MOT Sourcewell ►� Solicitation Number: RFP #042021 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Motorola Solutions, Inc., 500 W. Monroe, Chicago, IL 60661 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21( that offers cooperative procurement solutions to government entities. Participation is open to federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Public Safety Communications Technology and Hardware Solutions from which Vendor was awarded a contract. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires June 23, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. Rev. 10/2020 042021 -MOT All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Vendor warranties for Equipment, Products, and Services furnished are set forth in Vendor's then -current Communication, Systems & Services Agreement, which will be made available to Participating Entities at the time of purchase. Vendor's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past the expiration of the Vendor's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time -to -time and is incorporated into this Contract by reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Rev. 10/2020 2 042021 -MOT Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Freight, title and risk of loss terms will be as set forth in Vendor's then -current Communication, Systems & Services Agreement, which will be made available to Participating Entities at the time of purchase. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and Rev. 10/2020 3 042021 -MOT • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract in the United States. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor's employees may be required to perform work at government - owned facilities, including schools. Vendor's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration of this Contract; however, Vendor performance, Rev. 10/2020 4 042021 -MOT Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract. Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Vendor, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Vendor will require the use of Vendor's then -current Communication, Systems & Services Agreement ("CCSA") and Exhibits, Subscription Services Addendum ("SSA"), Maintenance and Support Addendum ("MSA"), and Telecommunication Carrier Addendums ("TCA"). Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements (such as e -commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Participating Entity and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal or state laws or regulations prohibit the purchase or change the Participating Entity's requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity, after receipt of notice from Sourcewell or the Participating Entity, and fails to correct such breach within thirty days. In the event of termination under this subsection 6. D., the Participating Entity will remain liable for contract amounts due and attributable to Equipment, Products, and Services delivered or performed on or before the date of the termination. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. Rev. 10/2020 042021 -MOT 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). The Report must contain the following fields: • Customer Name (e.g., City of Staples Highway Department); • Customer Physical Street Address; • Customer City; • Customer State/Province; • Customer Zip Code; • Customer Contact Name; • Customer Contact Email Address; • Customer Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not Rev. 10/2020 6 042021 -MOT added to, the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Vendor's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. Rev. 10/2020 042021 -MOT D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees, arising out of the performance of this Contract by the Vendor or its agents or employees. Sourcewell will provide prompt written notice to Vendor of any claim or suit, and will cooperate with Vendor in its defense or settlement of the claim or suit. Vendor's maximum liability for damages caused by failure to perform its obligations under this Contract is limited to proven direct damages for all claims arising out of this Contract not to exceed the total net payments of Administrative Fees paid under any twenty-four (24) month period during the Term. Vendor's indemnification obligations under the Contract are excluded from this provision. VENDOR WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, OR INDIRECT DAMAGES FOR ANY CAUSE OF ACTION, WHETHER IN CONTRACT OR TORT. CONSEQUENTIAL, INCIDENTAL, AND INDIRECT DAMAGES INCLUDE, BUT ARE NOT LIMITED TO, LOST PROFITS, LOST REVENUES, AND LOSS OF BUSINESS OPPORTUNITY, WHETHER OR NOT THE OTHER PARTY WAS AWARE OR SHOULD HAVE BEEN AWARE OF THE POSSIBILITY OF THESE DAMAGES. Vendor's obligations to indemnify or hold harmless Participating Entities will be as set forth in Vendor's Communication, Systems & Services Agreement. 12. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. Rev. 10/2020 8 042021 -MOT 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Vendor. b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Vendor's Trademarks in advertising and promotional materials for the purpose of marketing Vendor's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to its and their respective distributors, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective Sublicensees. 3. Use; Quality Control. a. Sourcewell must not alter Vendor's Trademarks from the form provided by Vendor and must comply with Vendor's removal requests as to specific uses of its trademarks or logos. b. Vendor must not alter Sourcewell's Trademarks from the form provided by Sourcewell and must comply with Sourcewell's removal requests as to specific uses of its trademarks or logos. c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's Trademarks only in good faith and in a dignified manner consistent with such party's use of the Trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable United States patentor copyright laws. Vendor's obligations to indemnify or hold harmless Participating Entities for intellectual property infringement will be as set forth in Vendor's then -current Communication, Systems & Services Agreement. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of vendors which may be used until the next printing). Vendor must return all Rev. 10/2020 9 042021 -MOT marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Rev. 10/2020 10 042021 -MOT Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default (unless a force majeure causes the default): 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a 30 day opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance in accordance with the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts listed below: Limits: $1,000,000 each accident for bodily injury by accident $1,000,000 policy limit for bodily injury by disease $1,000,000 each employee for bodily injury by disease Rev. 10/2020 11 042021 -MOT 2. Commercial General Liability Insurance. Vendor will maintain insurance covering its operations, with coverage on an occurrence basis. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Limits: $3,000,000 each occurrence Bodily Injury and Property Damage $3,000,000 Personal and Advertising Injury $5,000,000 aggregate for Products -Completed operations $5,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not less than indicated below. Limits: $2,000,000 each accident, combined single limit 4. Network Security and Privacy Liability Insurance. During the term of this Contract, Vendor will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Vendor's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data — including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. Rev. 10/2020 12 042021 -MOT C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Vendor's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Vendor, and products and completed operations of Vendor. The policy provision(s) or endorsements) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or otherwise) its workers compensation, commercial general liability, and automobile liability insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the workers compensation, commercial general liability, and automobile liability insurance policies required by this Contract or other insurance applicable to the Vendor or its subcontractors. The waiver must apply to all deductibles and/or self -insured retentions. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self -insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian Rev. 10/2020 13 042021 -MOT government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Vendor's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that Rev. 10/2020 14 042021 -MOT each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Vendor must be in compliance with all applicable Davis -Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. Intentionally Omitted. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671O.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for Rev. 10/2020 15 042021 -MOT debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a Rev. 10/2020 16 042021 -MOT satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 22. CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Motorola Solutions, Inc. DocuSigmW by: DocuSgned by:: CCanit, ituto,u, CAFD2A139008489... BCG52DFA3464445.. By: Jeremy Schwartz Title: Chief Procurement Officer Date: 7/3/2021 18:47 AM CDT Approved: DxuSpneC by: 7E42BBF817A04CC... By: Chad Coauette Title: Executive Director/CEO 7/4/2021 I 6:43 PM CDT Date: By: Carrie Hemmen Title: MSSSI Territory Vice President & Director of Sales 7/2/2021 I 3:56 PM CDT Date: Rev. 10/2020 17 RFP 042021 - Public Safety Communications Technology and Hardware Solutions Vendor Details Company Name: Address: Contact: Email: Phone: HST#: Submission Details Created On: Submitted On: Submitted By: Email: Transaction #: Submitter's IP Address: Motorola Solutions, Inc. 500 W Monroe St Ste 4400 Chicago, IL 60661 Lane Feingold lane.feingold@motorolasolutions.com 720-338-7624 36-1115800 Tuesday March 30, 2021 21:05:37 Tuesday April 20, 2021 12:23:07 Lane Feingold lane.feingold@motorolasolutions.com a493650e-28b5-493e-a11e-7305bc7e532a 140.101.167.250 Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does lot apply to you (preferably with an explanation). Respells*" 1 Proposer Legal Name (and applicable d/b/a, if any): Motorola Solutions, Inc 2 Proposer Address: 500 W. Monroe, Chicago IL 60661 3 Proposer website address: https://www.motorolasolutions.com/ * 4 Proposer', Authorized Representative (name, title, address, email address & phone) (The representative must have authority to sign the "Proposer's Assurance of Compliance.' on behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): Carrie Hemmen Territory Vice President & Director of Sales 500 W. Monroe, Chicago IL 60661 carne.hemmen@motorolasolutions.com 602-319-2355 5 Proposes primary contact for this proposal (name, title, address, email address & phone): Lane Feingoid Senior Account Manager 7237 Church Ranch Blvd, Ste 406 Westminster, CO 80021 lane.feingold@motorolasolutions.com 720-338-7624 6 Proposes other contacts for this proposal, if any (name, title, address, email address & phone): Tracy Loudensiager MSSSI Vice President and Director, U.S. Federal Government Market Channels & Sales Operations tracy.budenslager@motorolasolutions.com 410-952-0743 Joe Fick Senior Account Manager joe.fick@motordasolutions.com 951-395-3463 Table 2: Company Information and Financial Strength !Response* Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. 7 Provide a brief history of your company, induding your company's core values, business philosophy, and industry longevity related to the requested equipment, products or services. Motorola Solutions is a global leader in mission -critical communications. Our technology platforms in communications, command center software, video security 8 analytics, and managed & support services make cities safer and help communities and businesses thrive. Motorola Solutions has created the first and only mission critical ecosystem built for Public Safety and Enterprise. Our mission is to never stop advancing that lifeline. We have a rich history of firsts, including pioneering mobile communications in the 19., creating the technology that carried the first words from the moon in 1969, developing the first commercial handheld cellular phone in 1983 and revolutionizing public safety communications with the launch of smart radio, APX NEXT and public safety virtual assistant, ViQi in 2019. Today, our employees are committed to designing and delivering the solutions our customers refer to as their lifeline. At Motorola Solutions, we are ushering in a new era in public safety and security. For more than 90 years, Motorola Solutions has demonstrated our stability and commitment to public safety. With more than 800 P25 deployments across North America, we are the partner of choice for large-scale emergency radio networks around the continent. And with a growing portfolio of devices, applications, and services designed to increase the safety and efficiency of first responders, we are now finMy established at the leading edge of mission critical communications. In the United States, Motorola is responsible for the deployment of 36 state-wide mission critical radio networks, as well as hundreds of countywide systems and municipality systems across the country. 8 What are your company's expectations in the event of an award? If awarded, Motorola Solutions expels to utilize this contract with may of our customers to allow them to purchase equipment and services without going to bid. 9 Demonstrate your financial strength and stability with meaningful data. This could include such items as financial statements, SEC filings, credit and bond ratings, letters of credit, and detailed reference letters. Upload supporting documents (as applicable) in the document upload section of your response. You can find our Quarterly Earning and other financial information at https:/finvestors.motorolasolutions.corn/earnings-seo-filings/QuartedyResults/detault.aspx. Motorola Solutions Annual reports from 2010 to the present can be found here: http://investors.motorolasolutions.com/AnnualReports 10 What is your US market share for the solutions that you are proposing? "Motorola Solutions ("Motorola") is a publicly traded company (NYSE - MSI) with billions of dollars in annual sales globally, employing thousands of workers worldwide, and having tens of thousands of shareholders. Such inquiries may be subject to confidentiality rules, whereby disclosure is prohibited As a publicly traded company, Motorola files an annual report Form 10-K with the SEC and describes therein certain information that is material for disclosure under SEC rules. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-O can be found at www.sec.gov or on our website, https://investors.motorolasolutions.com/eamings-seo- filings/QuarterlyResults/default.aspx" 11 What is your Canadian market share for the solutions that you are proposing? We are not including Canada as a part of this RFP Response. 12 Has your business ever petitioned for bankruptcy protection? If so, explain in detail. Motorola Solutions, Inc. ("Motorola") is a Fortune 500 company that is publicly traded on the New York Stock Exchange employing thousands of workers worldwide. As is normal for such companies, Motorola and its subsidiaries do not maintain centrally located records that would allow it to answer the question as written. However, Motorola, Inc. has never filed a petition in bankruptcy, nor taken any action with respect to receivership, moratorium, or assignment for the benefit of creditors. As a publicly traded company, Motorola files an annual report Form 10-K with the SEC and describes certain material for disclosure under SEC rules. Motorola's most recent 10-K report can be found at http://investors.motorolasolutions.corn/Docs 13 How is your organization best described: is it a manufacturer, a distritwtoddealedreseller, or a service provider? Answer whichever question (either a) or b) just below) best applies to your organization. a) If your company is best described as a distributor/dealer/reseller (or similar entity), provide your written authorization to act as a distributor/dealer/reseller for the manufacturer of the products proposed in this RFP. If applicable, is your dealer network independent or company owned? b) If your company is best described as a manufacturer or service provider, describe your relationship with your sales and service force and with your dealer network in delivering the products and services proposed in this RFP. Are these individuals Motorola Solutions is a manufacturer as well as a service provider. From a sales perspective, we have a direct sales force of over 200 people across the United States as well as Manufacturer Representatives throughout the United States. The Manufacturers Representative (MR) program is designed to improve Motorola Solutions market reach and account coverage by leveraging a single integrated distribution strategy to combine MSI's Go -to Market Resources with those of our MR Partners so as to deliver unparalleled value and ease of doing business to our Customers. The Motorola Field Team designates the accounts, develops or approves the strategy for the account, determines the products to be offered, and establishes the selling or contract price. The business is transacted in Motorola's name allowing the utilization of State and Local Purchasing contrails and sole source procurements and combines high touch customer consultation with ease of doing business all for the benefit of our Customers. The Manufacturer's Representative (MR) Sales Program requires ifs representatives to complete necessary training to ensure that our MRs are familiar with our products and how those products fit within the needs of our customers. Manufacturers Representatives (MRs) serve as an extension of the MSI direct account sales team Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. your employees, or the employees of a third and perform sales functions on behalf of Motorola. Sales facilitated by MRs are party? considered MSI sales: the end customer would issue a purchase order to Motorola. Likewise for service, we utilize the Field Service Organization (FSO) within Motorola Solutions as well as our certified Motorola Service Partners. Motorola's technical experts have the most cumulative years of experience in the industry, with over 1,000 years of current experience. The Field Services Organization (FSO) is a nationwide organization of over 500 trained and certified Motorola technicians. They are responsible for the sustainment of our govemment and commercial LMR systems and related applications. FSO provides onsite support, preventative maintenance and 24X7 support. They support our customers by providing best in class, highly qualified and trained service delivery. From the Service Shop perspective, Motorola has over 450 registered service locations across the United States and our collective service presence remains significant in the industry. The Motorola Servicer Program is designed to recognize and reward a Servicer's level of commitment and investment in the quality of service provided to our customers. The Servicer program is founded on Motorola's key values and expectations from our Servicers. Members of the Service Partner Program are required to meet a number of requirements to be admitted into the Motorola Service Partner Program. Depending on the service partner level, each service partner is required to have individuals in their company with the following training and certifications: 1. CET certification, Associates Degree in Electronics Engineering Technology, or equivalent 2. Motorola R56 Certification 3. Motorola Service Specialist Program (Technical Associate) Certification: The Service Specialist Certification Program includes a wide selection of classes from our comprehensive technical training portfolio and includes the following certification and underlying training courses: P25 System Technical Associate Certification ASTRO 250 Subscriber Portfolio Overview ASTRO 2. IV&D System Overview Introduction to R56 Basic Radio 4. Motorola Service Specialist Technical Certification: This certification includes the following certifications which also include a wide selection of classes from our comprehensive technical training portfolio that must be completed to achieve these certifications. APX Subscriber Technical Associate Certification MCC7000 Console Maintenance Certification ASTRO 25® Repeater Site Lifecycle Maintenance Certification ASTRO 25® Simulcast Site Lifecycle Maintenance Certification ASTRO 25® Master Site Lifecycle Maintenance Certification The Motorola specific training consists of a combination of both online and instructor led training. The instructor led training includes lab work where the technician gets hands on experience with our equipment. Once the training course has been completed, the technician is required to pass the corresponding course exam and the certification lasts for 2 years. After the 2 year period, the technician will need to recertify to keep their certification current. Please note that all technicians must also be certified in the underlying technology for the systems they support. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. 14 If applicable, provide a detailed explanation outlining the licenses and certifications that are both required to be held, and actually held, by your organization (including third parties and subcontractors that you use) in pursuit of the business contemplated by this RFP. Personnel who would support the equipment and implementation in support of Public Safety Communication system infrastructure products and radios would include Project Managers, Engineers, System Technologists, Field Service Engineers, Service Delivery Managers, the System Support Center, and other specialized staff depending on the scope of the project. Motorola Solutions has a full training curriculum as a requirement for each role. Motorola tracks the following training and certifications for the staff tasked with supporting our Public Safety infrastructure in the field: Training Classes to Track: Antenna System Analysis (SRV2012) Astro Ethernet Testing Astro Networking I Astro Firewalls/CEN End -to -End Audio Link Verification LMR Master Basics Network+ Bootcamp Passive Intemwdulation 156 Installer/Auditor (NST9257) Security+ Bootcamp Signal Investigation Techniques CompT1A Certifications: CompTIA Network+ CompTIA Secuity+ ETA Certifications: Antenna System Analysis (ASA) APX Radio Technician (APX) Associate (CETa) Astro 25 RF Site Preventative Maintenance (A25-SPM) Certified Service Manager (CSM) Communication Site Inspector / Auditor (CSIA) Communication Site Installer (R56) Computer Service Technician (CST) Customer Service Specialist (CSS) Data Cabling Installer (DCI) Industrial Bectronics (IND) Information Technology Security (ITS) General Communications Technician I (GCT1) General Communications Technician II (GCT2) GTR 8000 P25 RF Site Performance Verification (GTR-SPV) GTR 8000 Repeater Site Technician (GTT) Master CET (CETma) Master Specialty (CETms(RF or IT)) M Core Technician (MCT 7.x) Microwave Radio Technician (MRT) Mobile Communications and Electronics Installer (MCEI) Network Computer Technician (NCT) Network Systems Technician (NST) PIM RADAR (RAD) RF Signal Investigation Techniques (RFSIT) T1 Link Verification (T1LV) Telecommunications (TCM) Wireless (USMSS/TRN/WCN) Wireless Network Technician (WNT) 15 Provide all "Suspension or Debarment" information that has applied to your organization during the past ten years. Motorola Solutions, Inc. ("Motorola") asserts that, to the best of its knowledge and belief, that presently, and for the last fifteen (15) years, neither it, its subsidiaries, nor their principals are or have been debarred or suspended from covered transactions by any goverment entity. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Table 3: Industry Recognition & Marketplace Success Respons@ 16 Describe any relevant industry awards or recognition that your company has received in the past five years Company: Around the world, Motorola Solutions has been consistently recognized for our technology leadership and business strength. Fortune World's Most Admired Companies, Network and Other Communications Equipment, 2021 The Wall Street Joumal Management Top 250, No. 108, 2020 Bloomberg 50 Companies to Watch in 2020, 2019 Government Technology GovTech 100, 2021 Employer: We've been consistently recognized for our commitment to indusion and diversity, as well as providing fair working conditions for our employees. Forbes America's Best Large Employers, 2021 FlexJobs Top 100 Companies to Watch for Remote Jobs, 2021 Built In 100 Best Large Companies to Work For, 2021 Built In Chicago 100 Best Places to Work in Chicago, 2021 Human Rights Campaign Corporate Equality Index, 2021 ComputerWorld Best Places to Work in IT, 2020 Fast Company's 100 Best Workplaces for Innovators, 2020 Forbes America's Best Employers for Diversity, 2020 Disability Equality Index Best Places to Work, 2020 Bloomberg Gender Equality Index, 2019 WayUp Top 100 U.S. Internship Programs, 2019 Corporate Responsibility: We've been recognized for our leadership in corporate responsibility, including programs focused on the environment, governance, supply drain and community commitment. Baron's 100 Most Sustainable Companies, No. 19, 2020 Newsweek America's Most Responsible Companies, 2021 The Wail Street Joumal Top 100 Most Sustainably Managed Companies in the World, No. 27, 2020 Innovation: Our products and solutions are consistently recognized for excellence in design. To date, we've earned more than 90 awards for distinction in innovation. Fast Company's Most Creative People in Business 2020, Paul Steinberg for APX NEXT APX NEXT digital launch named as a finalist in Fast Company's Innovation by Design Awards User Experience Category, 2020 iF Design Award, 20 awards since 2009 Red Dot Design Award, 19 awards since 2008 Australia Good Design Award, 19 awards since 2009 Japan Good Design Award, 3 awards since 2014 International Design Excellence Awards, 14 awards since 1996 Chicago Athenaeum Good Design Awards, 5 awards since 2014 httpsliwww.motorolasolutions.com/en_uskbout/company-overview/recognition.html Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. 17 What percentage of your sales are to the governmental sector in the past three years "Motorola Solutions is a global leader in mission critical communications and analytics. Our technologies in Land Mobile Radio Mission Critical Communications (""LMR"" or ""LMR Mission Critical Communications""). bolstered by managed and support services, make communities safer and help businesses stay productive and secure. We serve more Man 100,000 public safety and commercial customers in over 100 countries, providing 'purpose -butt" solutions designed for their unique needs, and we have a rich heritage of innovation focusing on advancing global safety for more than 90 years. We serve government agencies, state and local public safety agencies, as well as commercial sod industrial customers. Our customer base is fragmented and widespread when considering the marry levels of governmental and first -responder decision -makers that procure and use our products and services. Serving this global customer base spanning federal, state, county, province, territory, municipal, and departmental independent bodies, along with our commercial and industrial customers, requires a significant go -to -market investment. Our largest customers are the U.S. government (through multiple contracts with its various branches and agencies, including the armed services) and the Home Office of the United Kingdom, representing approximately 9% and 8% of our consolidated net sales in 2020, respectively. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-Q can be found at www.sec.gov or on our webs., httpsifhnvestors.motorolasolutions.cowlearnings-seofilingstQuartertyResults/detault.aspx' 18 What percentage of your sales are to the education sector in the past three years "Motorola Solutions is a global leader in mission critical communications and analytics. Our technologies in Land Mobile Radio Mission Critical Communications (""LMR"" or ""LMR Mission Critical Communications""), bolstered by managed and support services, make communities safer and help businesses stay productive and secure. We serve more than 100,000 public safety and commercial customers in over 100 countries, providing 'purpose -bust" solutions designed for their unique needs, and we have a rich heritage of innovation focusing on advancing global safety for more than 90 years. We serve government agencies, state and local public safety agencies, as well as commercial and industrial customers. Our customer base is fragmented and widespread when considering the many levels of governmental and first -responder decision -makers that procure and use our products and services. Serving this global customer base spanning federal, state, county, province, territory, municipal, and departmental independent bodies, along with our commercial and industrial customers, requires a significant go -to -market investment. Our largest customers are the U.S. government (through multiple contracts with its various branches and agencies, including the armed services) and the Home Office of the United Kingdom, representing approximately 9% and 8% of our consolidated net sales in 2020, respectively. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-Q can be found at www.sec.gov or on our website, https://investors.motorolasdutions.corn/earnings-sec-filings/QuarterlyResults/default.aspx" 19 List any state, provincial, or cooperative purchasing contracts that you hold. What is the annual sales volume for each of these contracts over the past three years? Motorola Solutions hold numerous state contracts and nationwide frame agreements. Houston -Galveston Area Council (H-GAC) and NASPO Value Point (NVP) are our top valued frame agreements. 20 List any GSA con.. or Standing Offers and Supply Arrangements (SOSA) that you hold. What is the annual sales volume for each of these contracts over the past three years? Motorola Solutions does not have a direct GSA contract for Radio Products. Table 4: ReferenceslTestimonials Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Nelms': Hennepin County, MN City of New Orleans, LA City of Aurora, CO Contact Name • Phone Number` Sheriff David Hutchinson 612-348-3744 Ross Bourgeois Tracey Kent 504658-3930 303-326-8182 Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Table 5: Top Five Government or Education Customers Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. ry • * Es' Tom__ . State f ,Prov ,.. • ... ,.. Scope • of Worts r Size of Transactions ` Dollar volume Mohr. '. Ysara " Name not included Government New York- NY Project 25 (P25) radio system and services Various 122,100,100 Name not included Government North Dakota - ND Project 25 (P25) radio system and services Various 94,100,000 Name not included Government Michigan - MI Project 25 (P25) radio system and services Various 72,500,000 Name not induded Government Arizona - AZ Project 25 (P25) radio system and services Various 71,100,000 Name not included Government Arkansas - AR Project 25 (P25) radio system and services Various 63,500,000 Table 6: Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. fauestictt Response' 23 Sales force. Motorola Solutions has a direct sales force in the United States of over 200 people spread across all 50 states.. This, along with the over 490+ Manufacturer Representative sales people represents our total sales force. We have a presence in all 50 states. 24 Dealer network or other distribution methods Motorola Solutions has 170+ Manufactures Representative (MR) Sales Partners with locations in all 50 United States, with 490+ individual Authorized MR Sales Representatives. MRs are described in the answer to Line 13. 25 Service force. Motorola utilizes our Field Service Organization (FSO) and a network of over 450 certified service shops that are located across all 50 states. These are both described in the answer to Line 13 26 Describe in detail the process and procedure of your customer service program, if applicable. Indude your response -time capabilities and commitments, as well as any incentives that help your providers meet your stated service goals or promises. Our customer service includes essential services that are delivered through a tailored combination of local field service personnel, centralized teams equipped with a sophisticated service delivery platform, product repair depots, and MyView Portal. These service entities will collaborate to swiftly analyze issues, accurately diagnose root causes, and promptly resolve issues to restore the Customer's network to normal operations. Centralized Managed Support Operations The cornerstone of Motorola Solutions' support process is the Centralized Managed Support Operations ("CMSO") organization, which includes the Service Desk and technical support teams. The CMSO is staffed 24x7x365 by experienced personnel, including service desk specialists, security analysts, and operations managers. The Service Desk provides a single point of contact for all service related items, including communications between the Customer, Motorola Solutions, and third -party subcontractors. The Service Desk processes service requests, service incidents, change requests, and dispatching, and communicates with stakeholders in accordance with pre -defined response times. All incoming transactions through the Service Desk are recorded, tracked, and updated through the Motorola Solutions Customer Relationship Management (TRW) system. The Service Desk also documents Customer inquiries, requests, concerns, and related tickets. The CMSO coordinates with the field service organization that will serve the Customer locally. Customer Support Manager Bid Number: RFP 042021 Vendor Name. Motorola Solutions, Inc. A Motorola Solutions Customer Support Manager ("CSM") will be the Customer's key point of canted for defining and administering services. The CSM's initial responsibiity is to create the Customer Support Plan ("CSP") in collaboration with the Customer. The CSP functions as an operating document that personalizes the services described in this document The CSP contains Customer -specific information, such as site names, site access directions, key contact persons, any taaored case priority level definitions, case handling instructions, and escalation paths for special issues. The CSP also defines the division of responsibilities between the Customer and Motorola Solutions so response protocols are pre -defined and well understood when the need arises. The CSP governs how the services will be performed and will be automatically integrated into this Statement of Work by this reference. The CSM and Customer will review and amend the CSP on a mutually agreed cadence so the CSP remains current and effective in governing the Essential Services. Repair Depot The Motorola Solutions Repair Depot provides the Customer with a central repair location, eliminating the need to send network equipment to multiple vendor locations for repair. All products sent to the Depot are tracked throughout the repair process, from inbound shipment to return, through a case management system that enables Customer representatives to see repair status. MyView Portal Supplementing the CSM and the Service Desk as the Customer points of contact, MyView Portal is a web -based platform that provides network maintenance and operations information. The portal is accessed from a desktop, laptop, tablet, or smartphone web browser. The information available includes: • Remote Technical Support Manage cases and view self-service reports. Observe indent details by incident priority level, and track the progress of issue resolution. • Network Hardware Repair: Track return material authorizations ('RMA") shipped to Motorola Solutions' repair depot and eliminate the need to call for status updates. In certain countries, customers will also have the ability to create new RMA requests online. • Security Update Service: View available security updates. Access available security update downloads. • Orders and Contract Information: View available information regarding orders, service contrails, and service coverage details. The data presented in MyView Portal is provided to support the services described in the following sections, which define the terms of any service delivery commitments associated with this data. Quality Team Our Quality Team is used as a resource for our customers, and brought in when a customer is having issues with a product or solution that is not being resolved in a timely manner. The Quality teem continuously tracks ongoing issues and pushes them to closure when necessary. We have also included the Mission Critical Operations white paper in our attachments for additional information. Response Times Response Times vary depending on the product or system in question, but are in No with the the requirements of our customers expectations. 27 Describe your ability and willingness to provide your products and services to Sourcewell participating entities in the United States. We are equipped and staffed to deliver our products and services to any government customer throughout the United States, and we have a proven track record of taking care of our customer and meeting our commitments that goes balk decades. 28 Describe your ability and willingness to provide your products and services to Sourcewell participating entities in Canada. Identify any geographic areas of the United We will not be serving any part of Canada within this RFP response. States or Canada that you will NOT be fully serving through the proposed contract. We are not including Canada as a part of this RFP response. 29 Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. 30 Identify any Sourcewell participating entity Within the United States, we wiN be fully serving all Federal, State, and local sectors (i.e., government education, not -for- profit) that you %NI NOT be fully serving through the proposed centred. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? government and education entities. 31 Define any specific contract requirements or restrictions that would apply to our participating entities in Hawaii and Alaska and in US Territories. Motorola Solutions, Inc. ("Motorola") asserts that, to the best of its knowledge and belief, that presently, there are no requirements or restrictions that would apply to the participating entities in Hawaii and Alaska and in US Territories. Table 7: Marketing Plan QUest l Response" 32 Describe your marketing strategy for promoting this contract opportunity. Upload representative samples of your marketing materials (if applicable) in the document upload section of your response. Motorola values the relationships that are created with our customers and actively engage on a regular basis. We engage at live events, webinars, and tradeshows. In the past, Motorola has hosted webinars explaining the benefits of existing contracts and can do so for Sourcewell. Occasionally on a regional level, contract exclusive promotions are run and advertised through email campaigns. This is also something we can do for Sourcewell. 33 Describe your use of technology and digital data (e.g., social media, meted. usage) to enhance marketing effectiveness. Motorola Solutions leverages its social media channels on LinkedIn, Facebook, Twitter and YouTube to convey our values and mission. Through our channels, we highlight upcoming product and software launches, customer success stories and leverage marketing content in the form of videos and documents to highlight our commitment to public safety. Customer led programs are sponsored by Motorola to provide a channel for feedback to our users. Motorola's website and e -commerce site have a large presence on the intemet housing brand, product and marketing content 34 In your view, what is Sourcewelrs role in promoting contrails arising out of this RFP? How will you integrate a Sourcewell-awarded contract into your sales process? While it would be great for Sourcewell to market the vendors that are awarded contracts, we do understand that Sourcewell has a large number of participating vendors and marketing for each of them would be prohibitive. If awarded the contract, our direct sellers as well as our Manufacturer Representatives will consistently discuss our products and services and that the Sourcewell contract can be used as a method of purchase with all of our customers. Even if they are not current members of Sourcewell, we will discuss that by joining Sourcewell they will have a contracting vehicle in place that is already competitively bid and priced. 35 Are your products or services available through an e -procurement ordering process? If so, describe your e-procurment system and how governmental and educational customers have used it. Not all of our products and services are able to be purchased from our e -procurement system (shop.motorolasolutions.com). But all of our accessories and many of our parts are available through that system for our customers to order at any time. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Table 8: Value -Added Attributes Rem . ein Rem 97'Response • 36 Describe any product, equipment, maintenance, or operator training programs that you offer to Sourcewell participating entities. Induce details, such as whether training is standard or optional, who provides training, and any costs that apply. Motorola Solutions has a Learning eXpertence Portal (LXP) that encapsulates all that our Worldwide Leaming Services (WLS) team. Here you can register for training, complete online training, and track where you are on all required training that you have. We also offer in -person training for specific dasses. While training in never required, we highly recommend training be inducted for customers that will be utilizing a solution for the first time. Our training website can be found here: https://leaming.motorolasolutions.com/ 37 Describe any technological advances that your proposed products or services offer. For decades, Motorola Solutions has been at the forefront of Public Safety Communications Technology. From an LTE connected 2 -way radio to private LTE systems and devices, we are continuously innovating to bring advanced and necessary technology to our customers. We have developed the majority of "firsts" in 2 -way communications from before WWII until now. We spent $686 mNlion dollars on research and development in 2020 to ensure that we stay in that position going forward. The services we offer are comprehensive and avaiable beginning with our System Support Center that is open 24x7x365. We use our Network Operation Center to continuously monitor the systems that we support to identify and issues as soon as they begin. Our Field Service Organization (500+) and our Service Partners (450+ shops) are available to provide the needed services to our customers for project implementations, maintenance, and issue response. 38 Describe any "green" initiatives that relate to your company or to your products or services, and indude a list of the certifying agency for each. Please find attached the 2019 Corporate Responsibility Report 39 Identify any third -party issued eco- labels, ratings or certifications that your company has received for the equipment or products included in your Proposal related to energy efficiency or conservation, life -cycle design (cradle-tocrade), or other green/sustainability factors. Please find attached the 2019 Corporate Responsibility Report 40 Describe any Women or Minority Business Entity (WMBE), Small Business Entity (SBE), or veteran owned business certifications that your company or hub partners have obtained. Upload documentation of certification (as applicable) in the document upload section. of your response. We do not qualify for any of these certifications, but we partner with WMBE and SBEs regularly. 41 What unique attributes does your company, your products, or your services offer to Sourcewell participating entities? What makes your proposed solutions unique in your industry as it applies to Sourcewell participating entities? Motorola Solutions is a public safety solutions company that has been in business over 90 years. Public safety is who we serve. We focus our R&D dollars and time investments on building solutions that are integrated solutions. With all of these solutions, we have created an end -to -end platform and can provide the technology to handle an incident from the time someone picks up the phone to call 911, through case closure. We also offer implementation, managed, and support services to assure that our solutions are properly installed and maintained throughout their lifecyde. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. tMe A Vii„,,. Questbn Response ` .,. i 42 Do your warranties cover all products, parts, and labor? Warranty cowers all products, parts and labor provided by Motorola. For third party products we will flow through the OEM's standard warranty as provided to us. 43 Do your warranties impose usage restrictions or other limitations that adversely affect coverage? Warranty does not cover products that fail as a result of liquid, lightning or physical damage. 44 Do your warranties cover the expense of technicians' travel time and mileage to perform warranty repairs? For infrastructure products, warranty does cover travel and mileage expenses fora technicians to respond on site. Subscriber warranty is provide through our repair depot. 45 Are there any geographic regions of the United States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? Within the Unites State we are able to serve all geographic regions. We will not be serving any part of Canada within this RFP response. 46 Will you cover warranty service for items made by other manufacturers that are part of your proposal, or are these warranties issues typically passed on to the original equipment manufacturer? Warranty covers all products and systems manufactured by Motorola. For any individual drop -ship items, those are covered by the warranty prodded by that specific vendor. In other words, for third party products we will flow through the OEM's standard warranty as provided to us. 47 What are your proposed exchange and return programs and policies? Waranty covers the repair and return of products provided by Motorola. Advanced replacement options can be quoted in addition to the standard warranty. 48 Describe any service contract options for the items included in your proposal. Motorola offers Warranty Wrap options for infrastructure systems. This enhances the manufacture warranty to 24X7 coverage and can include monitoring where applicable. Table 10: Payment Terms and Financing Options itiQ ,,.,. Response. 49 What are your payment terms (e.g., net 10, net 30)? Net 30 50 Describe any leasing or financing options available for use by educational or governmental entities. We work with the Motorola Solutions Credit Company to provide financing options for our customers. We have been doing this for over 35 years for our customers to give them a compefitive financing option. 51 Briefly describe your proposed order process. Include enough detail to support your ability to report quarterly sales to Sourcewell as described in the Contract template. For example, indicate whether your dealer network is included in your response and whether each dealer (or some other entity) will process the Sourcewell participating entities' purchase orders. For the quarterly reports, we will work with our Order Management team to set up a specific bid and quote (B&Q) number that will be used when processing•all orders under this contract. Then we will be able to utilize that BOO number for create the quarterly report. and process payment to Sourcewell based off of the amount sold. We are currently doing it this way for the other cooperative purchasing contracts. Only Motorola Solutions and our Manufacturer Representatives will process participating agency purchase orders. Regardless of which of the two processes the order, all purchase orders will be made out to Motorola Solutions. 52 Do you accept the P -card procurement and payment process? If so, is there any additional cost to Sourcewell participating entities for using this process? Yes we do accept P -Cards. There is not an additional cost to Sourcewell participating agencies to use a P -Card. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Une taint •• tav • ' : _ Respwne « -- 53 Describe your pricing model (e.g., line -item discounts or product -category discounts). Provide detailed pricing data (inducting standard or list pricing and the Sourcewell discounted price) on all of the items that you want Sourcewell to consider as part of your RFP response. If applicable, provide a SKU for each item in your proposal. Upload your prong materials (if applicable) in the document upload section of your response. The pricing model we are using in this RFP response is showing percentage discounts off of list price for each product category. The details can be found in the pricing section that has been uploaded with our response. We have also included as an attachment our latest product catalog that shows list pricing for the majority (but not all) of the solutions that we are proposing in this RFP response. 54 Quantify the pricing discount represented by the pricing proposal in this response. For example, if the pricing in your response represents a percentage discount from MSRP or 1st, state the percentage or percentage range. We have provided product -category discount percentages in our attached pricing document. The range of discounts is take off list price. 55 Describe any quantity or volume discounts or rebate programs that you offer. Volume discounts or system incentives may be applied based on the size and scope of the opportunity. 56 Propose a method of facilitating "sourced" products or related services, which may be referred to as "open market" items or "nonstandard options'. For example, you may supply such items "at cost" or "at cost plus a percentage, or you may supply a quote for each such request. For items that are dropship and not sourced by Motorola Solutions, we supply those items at a cost plus. The percentage we use varies depending on the item. 57 Identify any element of the total cost of acquisition that is NOT included in the pricing submitted with your response. This includes all additional charges associated with a purchase that are not directly identified as freight or shipping charges. For example, list costs for items like pre - delivery inspection, installation, set up, mandatory training, or initial inspection. Identify any parties that impose such costs and their relationship to the Proposer. We have included all components needed for an acquisition within the pricing categories and discounts provided. 58 If freight, delivery, or shipping is an additional cost to the Sourcewell participating entity, describe in detail the complete freight, shipping, and delivery program. Freight, delivery, and shipping are not additional costs. We do not charge those items to govemment customers. 59 Specifically describe freight, shipping, and delivery terms or programs available for Alaska, Hawaii, Canada, or any offshore delivery. We have no specific or different freight, shipping, or delivery terms for Alaska or Hawaii. Canada is not a part of our response. Shipping terms are FOB Shipping. 60 Describe any unique distribution and/or delivery methods or options offered in your proposal. We have no unique distribution and/or delivery methods or options. Table 12: Pricing Offered Um. iteM Ths f'rioirrg Offered in this Proposal is; Comments 61 b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing departments. Please find our pricing details in the attachments Bid Number RFP 042021 Vendor Name: Motorola Solutions, Inc. Table 13: Audit and Administrative Fee 62 Specifically describe any self -audit process or program that you plan to employ to verify compliance with your proposed Contract with Sourcewell. This process includes ensuring that Sourcewell participating entities obtain the proper pricing, that the Vendor reports all sales under the Contract each quarter, and that the Vendor remits the proper administrative fee to Sourcewell. To ensure that we have proper pricing, we will load the Sourcewell contract category discounts into our quoting system so that we can utilize the discounts listed in our response for Sourcewell members. For the quarterly reports, we will work with our Order Management team to set up a specific bid and quote (B&Q) number that will be used when processing all orders under this contract. Then we will be able to utilize that B&Q number for create the quarterly report, and process payment to Sourcewell based off of the amount sold. We are currently doing it this way for the other cooperative purchasing contracts. Only Motorola Solutions and our Manufacturer Representatives will process participating agency purchase orders. Regardless of which of the two processes the order, all purchase orders will be made out to Motorola Solutions. 63 If you are awarded a contract, provide a few examples of intemal metrics that will be tracked to measure whether you are having success with the contract. Total sales in US dollars per category 64 Identify a proposed administrative fee that you will pay to Sourcewell for facilitating, managing, and promoting the Sourcewell Contract in the event that you are awarded a Contract. This fee is typically calculated as a percentage of Vendor's sales under the Contract or as a per -unit fee; it is not a line -item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) We are proposing a 1% admin fee that will be calculated off of total sales under this contract. ' Table 14A: Depth and Breadth of Offered Equipment Products and Services khlerrt Response' 65 Provide a detailed description of the equipment, products, and services that you are offering in your proposal. Below is a list of what is included in our offering. We have also included specification sheets for these solutions. The specification documents include technical information, including the applicable safety or regulatory standards or codes. Land Mobile Radio Systems, Solutions, and Serices Mobile and Portable radios and accessories Base Stations and accessories Radio Dispatch Consoles Interoperebility Solutions Fire Station Alerting Solutions and Services Broadband Wireless Infrastructure and Subscribers Radio/Broadband Site Infrastructure (Towers, Shelters, UPSs and Generators) Broadband and LTE Communication Equipment Radio, Broadband, and LTE Implementation and Maintenance Services 66 Within this RFP category there may be subcategories of solutions. List subcategory titles that best describe your products and services. We have no sub -categories. All categories of equipment, products, and services are listed above Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Table 148: Depth and 8readth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Category or Type Otfsfsd • ° Comments 67 Fire or EMS station alerting or paging systems R Yes r No Yes. We partner with Mach Alert to provide Fire Station Alerting solutions. 68 Connectivity and interoperability devices, hardware and equipment 0 Yes r No Yes. We are offering Critical Connect as our system to system interoperability solution, as well as control station radios to tie In legacy frequencies to current radio systems. 69 Airborne, marine, and underwater communication systems r Yes r No No. 70 Services related to lines 67, 68 and 69 above 0 Yes r No Yes. We have included the necessary services to implement and maintain the solutions mentioned in lines 67 & 68. Table 15: Industry Specific Questions Line Quoin. Respor ini 71 Describe the interoperability of your products and services with other equipment, software, and systems, as apptcable Because we follow industry standards across our portfolio, our products are fully interoperable with other systems/devices that follow the definition in the specific standard in question. The standards the our products and solutions follow are listed in Line Item 73. Additionally, our services providers maintain certifications required within each solution (certifications are detailed in Line Item 14). 72 Describe how your products and services Integrate with other communications and technology components (e.g., CAD, RMS, LMR, etc.) Aside from meeting what the applicable standard defines for Its Interoperebility requirements, Motorola Solutions has created an end -to -end platform that integrates our solutions from the time someone picks up the phone to dial 911 until case closure. These solutions include, but are not limited to Radio, 911 call handling, CAD, Records Management, Body Wom and In -Vehicle Cameras, Digital Evidence Management, Video Security, License Plate Recognition, Situational Awareness, and Broadband Communications. Because these are all solutions that we develop, we are creating integrations and are not limited to interfacing different solution together. Interfacing typically limits the communication between two solutions because it uses the least common denominator of the information that can pass between to solutions from differed vendors. The integrations that we have, and continue, to develop are allowing for greater efficiencies as our customers do their jobs. We have also created a solution called CommandCentral Aware that allows for our radio system to integrate with other vendors CAD and Video solutions to create situational awareness for our customers as the approach a scene. 73 Describe how your products and services confirm to applicable industry standards and required specifications. The systems and equipment included in this response fully comply with one of the following standards; Project 25 (P25) - http://www.project25.org/, Digital Mobile Radio (DMR) - https://wow.dmressociation.org/dmr-standards.html, and Citizens Broadband Rade Service (CBRS) standards - hoops://www.ecfr.gov/cgi-bin/text-idx? SID=96oa62ced28f9e89c169ed 12daafa030&mc=true&node=pt47.5.96&rgn=div5. 74 Describe your use of installation or service partners, if applicable. Motorola Solutions utilizes both certified intemal employees as well as our certified service partner stops to do installs and maintenance. Deciding which we utilize on each opportunity is dependent on the customer, if they have a preference, and the type of project. Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." • Financial Strength and Stability (optional) • Marketing Plan/Samples (optional) • WMBE/MBE/SBE or Related Certificates (optional) • Warranty Information (optional) • Pricin - Sourcewell RFP 042021 Pricing.pdf - Monday April 19, 2021 18:16:04 • Upload Additional Document - Sourcewell RFP 042021 Proposal Document.pdf - Monday April 19, 2021 18:19:49 Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Proposers Affidavit PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to arty person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not 1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at https://www.treasury.gov/ofac/downloads/sdnlistpdf; 2. Included on the government -wide exclusions lists in the United States System for Award Management found at https://sam.gov/SAM/; or Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. 3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. F By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Carrie Hemmen, Territory Vice President & Director of Sales, Motorola Solutions, Inc. The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r Yes a No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. Flle Name Addendum_B_PS_Comm unications_Tech_RFP_042021 Tue April 13 2021 04:33 PM Addendum 7 PS Communications_Tech RFP 042021 Mon April 12 2021 06:55 PM Addendum_6_PS_Communications_Tech_RFP 042021 Wed April 7 2021 06:45 PM Addendum_5 PS Communications_Tech_RFP_042021 Mon April 5 2021 08:18 PM Addendum_4_PS_Communications_Tech_RFP_042021 Thu April 1 2021 03:59 PM Addendum_3_PS_Communications_Tech_RFP_042021 Thu March 25 2021 08:23 AM Addendum_2_PS_Communications_Tech_RFP_042021 Mon March 8 2021 01:20 PM Addendum_1 _PS_Comm u nications_Tech_RFP_042021 Fri March 5 2021 12:57 PM I have reviewed the below addendum and attachments of applicable) Pages 2 2 Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Sourcewell CONTRACT EXTENSION Contract Number: 042021 -MOT Sourcewell 202 12th Street Northeast P.O. Box 219 Staples, MN 56479 (Sourcewell) and Motorola Solutions 500 W Monroe St Chicago, Illinois (Vendor) 60661-3671 have entered into Contract Number: 042021 -MOT for the procurement of: public Safety Communications Technology and Hardware Solutions The Contract has an expiration date of 2025-06-23 , but the parties may extend the Contract by mutual consent. Sourcewell and Vendor acknowledge that extending the Contract benefits the Vendor, Sourcewell and Sourcewell's Members. Vendor and Sourcewell agree to extend the Contract listed above for an additional period, with a new Contract expiration date of 2026-06-23 . All other terms and conditions of the Contract remain in full force and effect. Sourcewell Sia.d 6Y: spnea oy: SclwarfA) Sceff tt.t-S Au F'in'ed°nature Aut o' r'izenignature Jeremy Schwartz Scott Lees Name Name Chief Operating and Procurement Officer RVP Title Title 3/24/2025 I 12:46 PM CDT 3/25/2025 11:11 PM CDT Date Date Rev. 7/2022 Single-Source/Sole-Source Justification Form Complete this form to request a waiver from the Weld County procurement process. Completing this form does not guarantee that the proposed vendor will be approved The Purchasing Division may require additional information. It is the requestor's responsibility to provide all the required information and documentation indicated on this form. Concurrence of the Chief Financial Officer or designee shall exempt item(s) from the quote and bid process and result in an approved Single -Source or Sole -Source procurement. However, purchases over fifty thousand dollars ($50, 000.00) will also require concurrence from the Board of County Commissioners for such approval. Requesting Department Name: Sheriffs Office Vendor Name: Motorola Solutions, Inc.; dba BearCom Request for (Check One): o Sole Source: The ONLY known source for unique products & services with no other options available. Sole Source is a procurement term employed when there is no competitive marketplace for the requirement, i.e., the product or service needed is available only from one (1) source. JLI Single Source: The term "Single Source" refers to procurement of products or services from one (1) selected supplier, even though there are other suppliers that provide similar products or services. It is at the sole direction of the county in the interest of compatibility and consistency of goods and services. A. Explanation for Single/Sole Source Need Select one or more of the following statements (check the box) to support why the contract request attached and noted above should be a single/sole source purchase. ANY selection requires explanation in the additional space provided. 1. Public Emergency ❑ Is there a bonifide public emergency such as a natural disaster or catastrophic event? ❑ Has there been a declared state of emergency in which these goods and services will be needed? O Is there an immediate health or safety concern? 2. Item Only Available Through a Single or Sole Source as follows: ❑ Does independent research through internet searches or discussions with subject matter experts corroborate that the item is available only from a single source? ❑ Does the request demonstrate the uniqueness of items or services to be procured from the proposed contractor or vendor (e.g., system compatibility or patent issues, etc.)? ❑ Does the request demonstrate and support how it determined that the item or service is only available from one source (e.g., market survey results, independent agency research, patented or proprietary system)? ❑ Does the request demonstrate a significant need for contractor's expertise linked to the current project (e.g., knowledge of project management, responsiveness, experience of contractor personnel, and/or prior work on earlier phases of project)? ❑ Items sold through single vendor only, no other comparable vendor available. ❑ Must match existing piece of equipment. Available only from the same source of original equipment. ❑ Upgrade to existing system. Available only from the producer ofthis system who sells on a direct basis only. ❑ Repair/Maintenance service requires expertise in operations on unit. Necessary parts unavailable from any source except original equipment manufacturer or their designated servicing dealer. ❑ Service(s) provided by the vendor are unique and therefore competitive bids are not applicable as clearly detailed below. ❑ Other vendors available, but do not meet end user requirements as clearly detailed below. ❑ Competitive bidding is possible but will not yield value for masons clearly defined below. • Other mason 3. Inadequate Competition ❑ Does the request adequately describe the efforts to competitively contract for this item? For example, were requests for proposals or bids conducted and what was the nature of the responses? O Does the request adequately describe the efforts to ensure the contract pricing is fair and reasonable? O Does the request provide results of a market survey to determine competition availability or explained why no survey was conducted? 4. Conflict of Interest/Suitability/Procurement Standards (justification must address all items) O Does the request ensure there is no conflict of interest with the proposed vendor? O Does the request indicate that the Excluded Parties List (SAM.gov) was checked and that the proposed vendor has not been debarred from receiving federal funds? O Does the request include evidence that the requested procurement waiver is in compliance with the applicable grant funds? Explanation for section (A) is required for ANY selected statement. Information provided might include research performed or subject matter expertise detailed to justify the use of this particular vendor. This must clearly indicate why the proposed vendor is the ONLY vendor that will meet your requirements. Please attach supporting documents and additional pages, as required. d user explanation: Please see attached email communication confirming BearCom is assigned MR for Weld County. As the Manufacturer's representative, BearCom can provide Motorola equipment and services. B. Establishment of the Reasonableness of the Price Select one or more of the following statements (check the box) to indicate why you feel the accepted non-competitive price was fair and reasonable. ANY selection requires explanation in the additional space provided. ❑ The quoted prices compare favorably to market prices, or to previous prices obtained and found to be fair and reasonable, which were paid for the same or similar items on: (Date) (Contract No.) ❑ The vendor has certified that the prices offered are equal to or lower than those offered to any government agency or private institution for both like items/services and quantities. (Includes published educational discounts) O Independent sources indicate that this price is reasonable (i.e., Public Contracts, etc.) O Other reason Explanation for section (B) is required for ANY selected statement. Information provided might include a catalog price page, pricing for similar products or other price comparison information gathered to justify price reasonableness. Please attach supporting documents and additional pages, as required. End user explanation: C. Requestors Attestation. 1 certify that to the best of my knowledge I have investigated and found that the above reasons and explanations justify this contract request as a single/sole source procurement, and that price reasonableness is adequately confirmed. I am the individual who has gathered and provided this detailed information and any further questions regarding these details can be directed to my attention. Signature Date Print Name Thanh Matthews Title 11/07/2025 Budget Manager D. Department Head Attestation. I certify that to the best of my knowledge I have investigated and found that the above reasons and explanations justify this contract request as a single/sole source procurement, and that price reasonableness is adequately cormed. Signature Print Name Sam Kaneta I I I GJ Date Title 11/07/2025 Captain, Patrol Division E. CFO/Purchasing Attestation: ❑ Justification appears appropriate. ❑ Justification appears inappropriate. Department representative has been advised the status of the order. Explanation is attached. 11-7-2025 Signature j O61 Z— Date Print Name Toby Taylor Title Procurement Manager G. BOCC Attestation: Contracts for Sole -Source and Single -Source Purchases over $50,000 must be placed on a Board of County Commissioners meeting agenda for consideration/approval of the Single -Source or Sole -Source procurement. Thanh Matthews From: Sent To: Subject: Wes Chisnall <Wes.Chisnall@bearcom_com> Monday, April 14, 2025 9:31 AM Toby Taylor Fw: BearCom/Motorola/Weld County This Message Is From an Extents! Sender This emit wee sent by someone outside Weld County Government. Do not cads Mice or open attachments unless you recognize the sender end know the content Is safe. Good Morning Toby, Please see the email below from Amber Geiwitz (Motorola Area Sales Manager for CO/WY) confirming that BearCom is the assigned MR for Weld County. Can you please review the email and confirm that it meets the requirement we spoke about on Friday? Thank youl Wes Wes Chisnall Senior Account Executive B►EARC11113 `. Always on 3901 West Service Road Evans, CO 80620 970-590-3461: Cell 970-330-9415 x28614: Office 970-330-3632: Fax www.BearCom.com Follow Us on Social Media for the Latest in Voice, Video, and Data! (H BearCom AlwaysOn! From: Amber Geiwitz <amber.geiwitz@motorolasolutions.com> Sent: Monday, April 14, 2025 8:51 AM To: Wes Chisnall <Wes.Chisnall@bearcom.com> Cc: Peter Jorjorian <peter.jorjorian@motorolasolutions.com>; Melissa Peros <Melissa.Peros@bearcom.com> Subject: Re: BearCom/Motorola/Weld County Wes - That is accurate. Amber On Mon, Apr 14, 2025 at 8:49 AM Wes Chisnall <Qttl.i<om?wrote: Hi Amber, I am working with Weld County on 2 BDA projects and the Procurement director is looking for confirmation from you that BearCom is the assigned MR for Weld County, and I am the assigned MR Representative for BearCom. Can you please reply to this email with your confirmation and I will forward it to him? Wes Wes Chisnall Senior Account Executive BEARC*M' awayson 3901 West Service Road Evans, CO 80620 970-590-3461: Cell 970-330-9415 x28614: Office 970-330-3632: Fax www.BearCom.com Follow Us on Soda! Media for the Latest in Voice, Video, and Data! ID Ll BearCom AlwaysOnl For mom information on how and why we collect your personal information, please visit our privacy Policy. Contract Form Entity Information Entity Name* Entity ID* MOTOROLA SOLUTIONS INC @00030021 Contract Name * RADIO BOOSTERS FOR BRIGGSDALE SCHOOL Contract Status CTB REVIEW Q New Entity? Contract ID 10081 Contract Lead * TMATTHEWS Contract Lead Email tmatthews@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * WELD COUNTY SO HAS DEPUTIES ASSIGNED IN VARIOUS SCHOOLS THROUGHOUT THE COUNTY. SEVERAL SCHOOLS ARE IN REMOTE AREAS W/ POOR RADIO RECEPTION -CAN BE LIMITED & UNRELIABLE, PARTICULARLY BRIGGSDALE. RADIO BOOSTERS CAN HELP AMPLIFY RADIO COMMUNICATIONS. Contract Description 2 AS A DEPUTY SPENDS THEIR DAY INSIDE THE SCHOOL, THEY RELY ON THEIR HAND-HELD RADIOS FOR COMMUNICATION WITH OTHER DEPUTIES AND DISPATCH. RADIO BOOSTERS WILL ALLOW RELIABLE RADIO COMMUNICATION WITH THOSE ASSIGNED DEPUTIES. Contract Type * CONTRACT Amount* $ 52,280.34 Renewable* NO Automatic Renewal Grant IGA Department SHERIFF Department Email CM-Sheriff@weld.gov Department Head Email CM-Sheriff- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL EY@WEL D.GOV Requested BOCC Agenda Due Date Date* 11/13/2025 11/17/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* SOURCEWEL If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information 'Contact Info Review Date* 01/31/2026 Committed Delivery Date Renewal Date Expiration Date* 12/31/2026 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 11/12/2025 Approval Process Department Head DONNIE PATCH DH Approved Date 11/12/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 11/17/2025 Finance Approver RUSTY WILLIAMS Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 11/12/2025 11/12/2025 Tyler Ref # AG 111725 Originator TMATTHEWS
Hello