/
     
Res No 188-16-14743RESOLUTION NO.:188-16-14743 A Resolution authorizing the City Manager to purchase an emergency two- way communications radio system from Communications ServiceCo.of Daytona,Inc.with an expenditure amount of $14,848.01. WHEREAS,the current outdated and failing communication system isno longer operable andisnot compatible with the current requiredradio communications equipment;and WHEREAS,the components of the current system havefailedand are failingin our communication needs;and WHEREAS,the equipment including radios,antenna and the base command system has failed recent testing by Motorola;and WHEREAS,the current system has been in place in excess of20 years,itis in-operable and un-repairable as confirmed by recent testing;and WHEREAS,the new communication system isa necessity for safety and communication needs during disaster related events,aswellas during the event of cell tower failures;and WHEREAS,the City Manager wishes to piggyback on the School Board of Lake County ITB#3990DB,which was competitively solicited,with Communications Service Co.of Daytona, Inc.;and WHEREAS,the agreement with Communications Service Co.of Daytona,Inc.will expire on January 25,2018. NOW,THEREFORE,BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section 1.TheCity Manager is authorized to enter into a contract with Communications ServiceCo.ofDaytona,Inc.for the purchase ofa two-way communications radio system foran amount nottoexceed$14,848.01andtocharge the expense to account number 301.1790.519.6450 Capital Outlay-Capital Leasewitha current balance of $229,890. Section 2.Severability.Ifany section,clause,sentence,or phrase of this resolution is foranyreasonheld invalid or unconstitutional byacourtof competent jurisdiction,thisholding shall not affect the validityof the remaining portions ofthis resolution. Section 3.Effective Date:Thisresolutionshalltake effect immediately uponapproval. PASSED AND APPROVED this20tfyay of September .2016 [EST:APPROVED f)^ ^'MAYOR Pg.2 of Res.No.188-16-14743 READ AND APPROVED ASTOFORM, LANGUApCjLEGALITY AND EXECUZeEEHTHEREOF COMMISSION VOTE:5-0 Mayor Stoddard:yea Vice Mayor Welsh:Yea Commissioner Edmond:Yea Commissioner Liebman:Yea Commissioner Harris:Yea Soutlr Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: Via: From: Date: Subject: The HonorableMayor&Members of the City Commission Steven Alexander,City Manager Kelly Barket Jr.,DirectorofPublic Works September 20,2016 Agenda Item No.B Background: AResolutionauthorizing the CityManager to purchasean emergency two- waycommunicationsradiosystemfrom Communications ServiceCo.of Daytona,Inc.(DBA Radio One)withan expenditure amount of $14,848.01. The current outdated and failing communication system isno longer operable andis not compatiblewith current required radio communications equipment.The components ofthe current systemhave failed and are failing in our communication needs:The equipment includingradios,antenna and the base command systemhas failed recent testing byMotorola.The current systemhasbeeninplaceinexcessof20years,itisin-operableandun repairable as confirmed by recent testing. The new communication systemisa necessity forsafetyand communication needs during disaster related events,aswellasduring other operational times.The radiosystemwillalsobea necessity during the event ofcell tower failures. TheCityManagerwishesto piggyback on the SchoolBoardof Lake County ITB#3990DB,whichwascompetitivelysolicited,withCommunications ServiceCo.ofDaytona,Inc.(DBA Radio One)andthe agreement will expire onJanuary25,2018. $14,848.01 Account No.:301.1790.519.6450 hasa current balance of $229,890. Quote Contract for Two-Way Radio System ITB #3990DB School Board of Lake CountyAgreementwith Radio One Inc. Florida Department ofStateDivisionof Corporations Amount: Account: Support: Bill To:CityOf South Miami 4975 S.W 75th Ave Miami,FL,33155 Ship to:same Attn:same 4£ MOTOROLA SOLUTIONS Radio Solutions Channel Partner REP:655 Date:9.9.2016 Account Rep:Jorge Armas Good Though:30 Days Delivery:10DaysARO ATTN: Phone: Fax: E-mail: Kelly Barket Jr 305-403-2071 305-668-7208 kbarket@southmiamifl.gov Quantity Model #Equipment Description Unit Price Total !-,•••.:;;-v '•,••;,.••••• 12 CP200D Motorola Diaital CP200D Portable -MSRP $601 $421 $5,052 Includes:Radio,Battery,Antenna &Clip 2 PMLN6588 Multi-6 Unit Chargers $304.50 $609 3,4,1 CM200D Motorola Diaital CP200D Mobile -MSRP $693.33 $535.00 $4,280.00 3,4,1 T-32575 Baird Technologies:450-470MHz(Phantom Antenna Black)$57.00 included 4,1 T-35561 Magnet Mountfor (4 Mobiles That MoveAround+1 Base)$30.00 $150.00 3 T-53272 Laird Tech:3/4MHz Brass Mount Connectors -Trucks/Fixed $21.00 included 4 HKN9407A MotorolaHKN9407A Cigarette LighterPower Adapter $12.32 $49.28 3,4,1 Mobiles Include:Standard Palm Mic,Brackets &Power Cable -Trucks 1 PMMN4098 Desktop Microphone (Office Base/Station )-see picture $120.00 $120.00 1 HPN9033A Power Supply &Cover (Office Base/Station)$174.00 $174.00 2 .•\,../'TRAP^iN:'.;;;Motorola Will Discount $500 for Everv -New Purchase of 10 -$500.00 -$1,000.00 CP200D Series With 10 ElegibleUsedRadios@ $50/Trade/in Value. ''•''-...,/.'.-./;"•,•.:...'-.'*',/"•'•';[.;•;•:'';:'..;:'v'-'-\-•"';'..''.-.'•''."•.•''\•'.-f"'.'•'• AAR10QCGANQ1AN SLR 570 Rreoeater:50W 403-470 MHz -MSRP $3,200 $2,500.00 $2,500.00 :trade/in ;MotorolaDiscount/Creditforused 1225 Repeater -$260.00 -$260.00 HFE8400 UHF Duolexer for SLR 5700.406-450 MHz $391.00 $391.00 0112004B04 *N-Type Male toNMale 24"$96.00 $96.00 0112004U04 *N-Type MaletoBNCMale24"$63.00 $63.00 T-442460 *Universal2"x 10"x 1/4"solid copper groundbar $60.00 $60.00 T-19684 *PowerLine Lightning SurgeProtector/Polyphaser $87.00 $87.00 TDB404 450-470 MHz 3.8/5dB Exposed Dioole Omni Antenna $471.00 $471.00 T-55676 Pipe to Pipe $75.00 $24.00 $24.00 $1.95 $75.00 3 T-29019 NMaleCrimp Connectors $72.00 2 T-54198 N Female Crimp Connectors $48.00 125 FT T-380359 Cable Coaxial Cable Kit-TWS-600Ft.from Repeater to Antenna $243.75 •/•..'.•...."••:•';..:..'V\'••';....-"'•'•'•'...:••"•••.•'...-..•'••.:•..•:...;.v •' 1 REINSTALL Authorized bv Motorola Base InstaHatioq (will not void warranty)$1,420.00 ) $1,420.00 ***R56 Standardson ALL Groundina meeded for full warranty^ Includes:CO-AX,connectors.grounding,andSoftware Installation *Programmingof Repeater &Align DuplexertotheRadios *Theinstallationofthe Wiring for ALL 7 (3 Fixed/4MoveAround *Trainingfor staff (If need it) Noter *Customer will mount antennaontheirtower/HighertheBetter 'Pricingper Bid Award #3390DBLakeCountySchools Note:20%withOrder,Cancelledorderssubjectto20%re-stockingfee Equipt Total Transp.1% Sales Tax 7.0%Terms:Net-30 p.o.n Approved By: RADIO ONE -Communications Service Co. 6405 NW36th St -Suite 101 Miami,Florida33166 jorgea@radio1inc.com PH 786-326-3137 FAX:305-598-9360 ATTN:Jorge Armas Total Date: $14,701.00 $147.01 Non-Profij $14,848.01 CONTRACT FOR TWO-WAY RADIO SYSTEM THIS AGREEMENT made and entered into this ^1 day of 'tPI***.**.20'1 by and between theCity of South Miami,a Florida municipal Corporation byand through itsCity Manager (hereinafter referred to as "City")and Communications Service Co,of Daytona.Inc. dba Radio One,(hereinafterreferredtoas"Contractor"). WITNESSETH: WHEREAS,the Two-Way Radio contract was competitively solicited by the School Board of Lake County pursuant to ITB #3990DB.for Two-Wav Motorola Radio System District Wide Upgrade:whichallowsforthe purchase of two-way Motorolaradiosystems and after completing a competitive bidding process,awarded a contract to Contractor;and WHEREAS,theCity of SouthMiami desires toutilizetheSchoolBoard of Lake County contractfor Two-Way RadioSystemsand pursuant to authority of theCity of South Miami's Charter. NOW,THEREFORE,theCityandthe Contractor,each through their authorized representative/official,agreeasfollows: 1.The City desirestoenterintoa Contract,underthesametermsand conditions assetforthinthesolicitationandtheagreement between theContractorandthe School Board of Lake County pursuant to ITB #3990DB ITB and contract for Two- Way Radio Systems. 2.The City has reviewed thecontractandagreestothetermsand conditions to beapplicabletoapurchaseordertobeissued by theCityandfurtheragreestothefairand reasonableness of thepricing.Contractor hereby agreesto provide such goods and/or services,pursuanttothe City's purchaseordermadeduringtheterm ofthisagreement,under thesame price(s),terms and conditions asfoundinthe solicitation documents andthe responsetothesolicitation,pertinentcopies of which areattachedheretoas Attachment A andmadea part hereofby reference,and the agreement and/or the award betweenthe,acopy of which,including any amendments andaddendumsthereto,isattached hereto andmadea part hereofby reference. 3.All references in the contract between the School Board of Lake County competitivelysolicitedbytheSchoolBoard of Lake County pursuant to ITB #3990DB and Contractor,shall be assumed to pertain to,and are bindingupon Contractor andtheCity of South Miami.All decisions that are to be made on behalf of the between the School Board of Lake County competitivelysolicitedbytheSchool Board of Lake County pursuant to ITB #3990DB andits agreement with Contractor,shall bemadebytheCity Manager for the City of South Miami.Theterm ofthe contract,including all extensions authorized bythe contract shall not exceed five years.Notwithstanding anything contained intheITBandContractorthe School BoardofLakeCounty contract tothe contrary,this agreement shallbegovernedbythelaws oftheState of Florida andvenueforall dispute resolutions or litigation shall bein Miami-Dade County,Florida. Thomas F.Pepe -01-11-16 Page1 of4 4.Scope of Goods and Services.The scope of goods and services are set forth in the attached Attachment B. 5.ContractPrice.The contract price for the good and services isset forth in the attached Attachment B.If nototherwiseset forth intheSchool Board of Lake County pursuant toITB #3990DB and contract,the Contractor shall be paid upon delivery of all the goods,the completion of all the services and after final inspection bytheCity that approves ofthegoods delivered andthework performed. 6.GrantFunding:This project is being funded N/A and Contractor agrees to complywithallthe requirements of that Grant,applicable tothe delivery ofthe goods and servicesthatarethesubject of thisAgreement,andthatarewithinitspowertoprovideand toprovideallthedocumentationwithinitscontrolthatisrequiredfortheCitytobeableto recoverthecontractpricepursuanttotheterms of thegrant.Acopy of thegrantisattached heretoandmadeapart hereofby reference. 7.Public Records:CONTRACTOR andall of its subcontractors are required to comply with thepublicrecordslaw (s.l 19.0701)while providing goodsand/orserviceson behalf of the CITY andthe CONTRACTOR,under such conditions,shallincorporatethisparagraphin all of itssubcontractsforthisProjectandshall:(a)Keepandmaintainpublicrecordsrequired by thepublicagencytoperformtheservice;(b)Uponrequestfromthepublicagency'scustodian of public records,providethepublicagencywithacopy of therequested records orallowthe recordstobeinspectedorcopiedwithina reasonable time atacostthatdoesnotexceedthecost provided inthis chapter oras otherwise provided by law;(c)Ensure thatpublic records that are exemptor confidential andexempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion ofthe Contract if CONTRACTOR doesnottransfertherecordstothepublic agency;and(d)Upon completion of the Contract,transfer,atno cost,to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service.If CONTRACTOR transfers all public records to the public agency upon completion of the Contract,CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.If CONTRACTOR keeps and maintains public records upon completion of the Contract, CONTRACTOR shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the public agency,upon request from the public agency's custodian of public records,in a format that is compatible with the information technology systems of thepublicagency. IF CONTRACTOR HASQUESTIONS REGARDING THE APPLICATION OFCHAPTER 119,FLORIDA STATUTES,TOTHECONTRACTOR'S DUTY TO PROVIDE PUBLICRECORDS RELATING TOTHIS CONTRACT,CONTACTTHE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340;E-mail:mmenendez@southmiamifl.gov;6130 Sunset Drive, South Miami,FL .33143. 8.Waiver Jury Trial:City and Contractor knowingly,irrevocably voluntarily and intentionally waive any right either may have toa trial by jury in State or Federal Court proceedings in respect to any action,proceeding,lawsuit or counterclaim Thomas F.Pepe-01-11-16 Page2 of4 I arising out of the Contract Documentsorthe performance of the Work thereunder. 9.Validity of Executed Copies:Thisagreement may beexecutedinseveral counterparts,each of which may beconstruedasan original. 10.Attorneys9Fees and Costs:Intheevent of anylitigationbetweenthe parties arising out of orrelatinginanywaytothis Agreement orabreachthereof,eachpartyshall bearitsowncostsandlegalfees.Nothingcontainedhereinshallpreventorprohibit therighttobe indemnified foranyattorneyfeesincurredinthedefense of anaction by apersonor entity who isnotapartytothis Agreement. 11.Severability:If anytermorprovision ofthis Agreement ortheapplication thereof to anypersonor circumstance shall,toany extent,be invalid or unenforceable,the remainder of this Agreement,ortheapplication of suchtermor provision topersons or circumstances other than those to which itis held invalid or unenforceable,shall not be affected thereby andeachtermand provision of this Agreement shallbe valid and enforceable tothefullest extent permitted by law. IN WITNESS WHEREOF,andasthedulyauthorizedact oftheparties,theundersigned representatives ofthepartiesheretohavecausedthis instrument tobesignedintheir respective names by theirproper officials onorbeforethedayandyearfirstabovewritten. ona,Inc.dba Radio One: (typenameandtitle of signatoryabove) ria M.MenenctezrCMC City Clerk Readand Approved astoForm, Language,Legality and Execution Thereof. By: Y^f> ThomasF.Pepe City Attorney Thomas F.Pepe -01-11-16 Page3 of4 CONTRACT FOR TWO-WAY RADIO SYSTEM SCHOOL BOARD OF LAKE COUNTY NOTICE OF AWARD ANB AGREEMENT FOR CONTRACTOR SERVICES Thomas F.Pepe-01-11-16 Page4 of4 Leading our Children to Success Procurement Services 29529 CR 561•Tavares •FL 32778 (352)253-6760 •Fax:(352)253-6761 •hnoJllake.k12.fi.us NOTICE OF AWARD February 11,2015 Mr.David MacDonald Communications Service Co.of Daytona,Inc. DBA Radio One-Communications Service Co. 7041 Grand National Drive 116 Orlando,Florida 32819 Superintendent: Dr.Susan Moxley RE:Bid #3990DB Two Way Motorola Radio System District Wide Upgrade School Board Members: District 1 Bill Mathias District 2 Rosanne Brandeburg District3 Marc Dodd District 4 Debbie Stivender District S Stephanie Luke Dear Mr.MacDonald: At their meeting held on January 26,2015,the Lake County School Board approved the award ?J *?eLelele?C??'d t0 y0Ur comPanv-Acomplete copy of the award recommendation letter h«S8.,J™lat,0nc-'S p0Sted on the LCSB Purchasing Department's website located athttp://lake.k12.fl.us .Enclosed isan original executed contract. Per contract specifications,it is your responsibility to provide the Purchasing Department with current copies of your certificate of insurance naming the School Board of Lake County Florida as an additional insured and to maintain the required coverages for the duration of the contract fUJA?not already done so,please forward this information as soon as possible.Failure to submit a fully completed original certificate of insurance signed by an authorized representative of the insurer providing such coverage may cause your company to be in default andsubjecttocancellationofthecontract. npeHSntw..WilLbe in ?!"*th:°Ugh January 25'2018-Purchase orders will be issued as SJ^yaa^^S^^^'f y°U ^qUeSti0nS'P'eaSe COntaCt me at 352- Sincerely, Diane Bennett,CPPO Certified Purchasing Agent Enclosure "Equal Opportunity in Education and Employment" *A AGREEMENT FOR CONTRACTOR SERVICES THIS AGREEMENT is entered into by and between The School Board of Lake County, Florida,whose address is 201 West Burleigh Boulevard,Tavares,Florida 32778 (hereinafter referred to as the "SCHOOL BOARD"),and Communications Service Co.of Davtona.Inc.d/b/aRadioOne- Communications Servke Co..whose address is 7041 GrandNationalDrive116.Orlando.Florida 32819.(hereinafter referred toasthe "CONTRACTOR). NOW,THEREFORE,in consideration of the mutual benefits accruing to the parties to this Agreement,and for other good and valuable considerations,the receipt of which is hereby acknowledged, thepartiesagreeasfollows: 1.Services.The CONTRACTOR shall perform the following services:SEEEXHIBIT "A9W which is attached and incorporated by reference herein.Nothing herein shall limit the SCHOOL BOARDS right to obtain proposals or services from other professionals for similar projects.The CONTRACTOR agrees to comply with all terms and conditions of Bid #3990DB for Two Way Motorola Radio System District Wide Upgrade,such terms and conditions being incorporated by reference. 2. C. The CONTRACTOR shall maintain throughout this Agreement the following insurance: (i)Comprehensive General Liability insurance inthe amount of onemillion dollars ($1,000,000); (ii)AutomobileLiability Insurance covering allowned,non-owned and hired vehicles used in connection with the operations ofthe CONTRACTOR,inanamountnotlessthanfivehundredthousand dollars ($500,000)combined single limit per occurrence for bodily injury andpropertydamagewiththe SCHOOL BOARD asanadditional named insured;and (iii)Workers'Compensation Insurance for all employees ofthe CONTRACTOR as required by Florida Statutes.AWaiver of Subrogation in favor of The School Board ofLake County,Florida and itsmembers,officersandemployeesshallbeendorsedontotheWorkers' compensation policy. TheSchoolBoard of LakeCounty,Florida anditsmembers,officersand employees shall bean additional insured on those insurance coverages/policies listed aboveexceptWorkers'Compensation. The insurance coverage required shall includethose classifications,aslistedin standard liability insurance manuals,which most nearly reflect the operations of the CONTRACTOR. D.The CONTRACTOR shall ensure that all insurance policies required by this section are issued by companies with either ofthe following qualifications: (i)The company mustbe(1)authorized by subsisting certificates of authority bythe Department of Insurance ofthe State of Florida or(2)an eligible surplus lines insurer under Florida Statutes.In addition,the insurer must have a Best's Rating of"A"or better according tothe latest edition of Best's Key Rating Guide,published by A.M.Best Company; or (ii)With respect only to the Workers'Compensation Insurance,the company maybe(1)authorized asa group self-insurer pursuant to Florida Statutes or (2)authorized asa commercial self-insurance fund pursuant to Florida Statutes. E.Neither approval nor failure to disapprove the insurance furnished by the CONTRACTOR totheSCHOOL BOARD shallrelievethe CONTRACTOR of the CONTRACTOR'S full responsibility to provide insurance as required under this Agreement. F.The CONTRACTOR shall be responsible for assuring that the insurance remains in force for the duration of this Agreement,including any and all option years thatmaybe granted totheCONTRACTOR.TheCONTRACTOR shall be responsible for notifying SCHOOL BOARD within 48 hours upon receipt of any cancellation notice or intent to non-renew.If the insurance is scheduled to expire during the contractual period,the CONTRACTOR shall be responsible for submitting newor renewed certificates of insurance tothe SCHOOL BOARDat a minimum of fifteen (15)calendar days in advance of such expiration G.Unless otherwise notified,the certificate of insurance shall be delivered,within 10 days,to: Lake County Schools PurchasingDepartment 29529 County Road561 Tavares,Florida 32778 H.The name and address of the Certificate Holder on the certificate of insurance must be: The School Board of Lake County,Florida 201 WestBurleighBoulevard Tavares,Florida 32778 I.In the event that CONTRACTOR fails to maintain insurance as described in Section 2,paragraph "A"of this Agreement,CONTRACTOR agrees that such failure will constitute a material breach of this Agreement and the SCHOOL BOARD shall have the right to terminate this Agreement without further liability. Further,CONTRACTOR agrees that upon such breach,the SCHOOL BOARD may take any action necessary at law or in equity to preserve and protect SCHOOL BOARD'S rights. 3.Indemnification.The CONTRACTOR agrees to make payment of all proper charges for labor required in the aforementioned work and CONTRACTOR shall indemnify SCHOOL BOARD and hold it harmless from and against any loss or damage,claim or cause of action,and any attorneys' fees and court costs,arising out of:any unpaid bills for labor,services or materials furnished pursuant to this Agreement;any failure of performance of CONTRACTOR under this Agreement;or the negligence ofthe CONTRACTOR in the performance of its duties under this Agreement,or any act or omission on the part of the CONTRACTOR,his agents,employees,or servants.CONTRACTOR shall defend indemnify,and save harmless the SCHOOL BOARD or any oftheir officers,agents,or servants and each and every one of them against and from all claims,suits,and costs of every kind and description, including attorney's fees,and from all damages to which the SCHOOL BOARD or any oftheir officers, agents,or servants may be put by reason of injury to the persons or property of others resulting from the performance of CONTRACTOR'S duties under this Agreement,or through the negligence of the CONTRACTOR in the performance ofits duties under this Agreement,or through any act or omission on the part ofthe CONTRACTOR,his agents,employees,or servants.CONTRACTOR shall provide such indemnity regardless of the negligence or other culpability of the SCHOOL BOARD,excluding only those circumstances where the SCHOOL BOARD is solely negligent. 4.Codes,Laws,and Regulations.CONTRACTOR will comply with all applicable codes, laws,regulations,standards,and ordinances in force during the term ofthis Agreement. 5.Permits,licenses,amd Fees.CONTRACTOR will obtain and pay for all permits and licenses required by law that are associated with the CONTRACTOR'S performance of the Scope of Services. 6.Access to Records.CONTRACTOR will maintain accounting records in accordance with generally accepted accounting principles and practices to substantiate all invoiced amounts. CONTRACTOR shall ensure that such records are available for examination by the SCHOOL BOARD during CONTRACTOR'S normal business hours.CONTRACTOR shall maintain such records for a period of three(3)yearsafterthedate oftheinvoice. 7.Comtimgent Fees Prohibited.The CONTRACTOR warrants that heorshe has not employed or retained any company or person,other than a bona fide employee working solely for the CONTRACTOR,to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person,company,corporation,individual,or firm,other than a bona fide employee working solely for the CONTRACTOR any fee,commission,percentage,gift,or other consideration contingent upon or resulting from the award or making of this Agreement.In the event ofa breach of this provision,the SCHOOL BOARD shall have the right to terminate this Agreement without further liability,and at its discretion,deduct from the contract price,or otherwise recover,the full amount of any such fee, commission,percentage,gift,or consideration paid in breach ofthis Agreement. 8.Payment.SCHOOL BOARD shall compensate CONTRACTOR for their services inthe following manner:SEE EXHIBIT "B".No other costsor services shallbebilledtothe SCHOOL BOARD. 9.Ownership of Documents.All data,specifications,calculations,estimates,plans, drawings,construction documents,photographs,summaries,reports,memoranda,and other documents, instruments,information and material prepared or accumulated bythe CONTRACTOR (or by such sub consultants and specialty consultants)in rendering services hereunder shall be the sole property of the SCHOOL BOARD who may have access to the reproducible copies atno additional cost other than printing.Provided,that the CONTRACTOR shall in no way be liable or legally responsible to anyone for the SCHOOL BOARD'S use of any such materials for another PROJECT,or following termination.All original documents shall be kept on file at the office of the CONTRACTOR for a period of 15 years.At the end of the 15 year period,CONTRACTOR shall provide the SCHOOL BOARD with thirty (30)days written notice by certified mail,return receipt requested,of its intent to destroy documents at which time the SCHOOL BOARD shall determine whether to take possession ofthe stored documents or whether to allowtheCONTRACTORto destroy the stored documents. 10.Independent Contractor.The CONTRACTOR agrees that he or she is an independent contractor and not an agent,joint venture,or employee of the SCHOOL BOARD,and nothing in this Agreement shall be construed tobe inconsistent with this relationship or status.None of the benefits provided by the SCHOOL BOARD to its employees,including but not limited to,workers'compensation insurance,unemployment insurance,or retirement benefits,are available from the SCHOOL BOARD to the CONTRACTOR.Further,CONTRACTOR will be responsible for paying its own Federal income tax and self-employment tax,or any other taxes applicable to the compensation paid under this Agreement. The CONTRACTOR shall be solely and entirely responsible for his or her acts during the performance of this Agreement. 11.Assignment.Neither party shall have the power to assign any of the duties or rights or any claim arising out of or related to the Agreement,whether arising in tort,contract,or otherwise, without the written consent of the other party.These conditions and the entire Agreement are binding on the heirs,successors,and assigns ofthe parties hereto. 12.No Third Party Beneficiaries.This Agreement gives no rights or benefits to anyone otherthanthe CONTRACTOR andtheSCHOOL BOARD. 13.Jurisdiction.The laws of the State of Florida shall govern the validity of this Agreement,its interpretation and performance,and any other claims related to it.In the event of any litigation arising under or construing this Agreement,venue shall lie only in Lake County,Florida. 14.Termand Termination.The term of this Agreement shall be from January 26.2015. through January 25.2018.The SCHOOL BOARD reserves the right to renew the contract,for up to two (2)additional one-year period(s),upon mutual agreement by both the SCHOOL BOARD and awarded CONTRACTOR.Any renewals shall be in writing and signed by both parties.All or part ofthis Agreement may be terminated by the SCHOOL BOARD,with or without cause,for its convenience, upon no less than fifteen (15)days written notice to the CONTRACTOR of such intent to terminate.In such event,the CONTRACTOR will be entitled to compensation for services competently performed up to the date of termination. 15.Nonappropriation.The CONTRACTOR understands and agrees that this Agreement is subject to the availability of funds to the SCHOOL BOARD to purchase the specified products/services.As used herein,a "nonappropriation"shall be defined as an occurrence wherein the SCHOOL BOARD,in any fiscal period,does not allocate funds in its budget for the purchase of the specified products/services or other amounts owed pursuant to this Agreement,from the source of funding which the SCHOOL BOARD anticipates using to pay its obligations hereunder,and the SCHOOL BOARD has no other funds,from sources other than ad valorem taxes,which it deems to be available to pay its obligations under this Agreement.The SCHOOL BOARD may terminate this Agreement,with no further liability to the CONTRACTOR,effective the first day ofa fiscal period provided that: (a)a nonappropriation has occurred,and (b)the SCHOOL BOARD has provided the CONTRACTOR with written notice of termination not less than fifteen (15)days before the proposed termination date. Upon the occurrence of such nonappropriation,the SCHOOL BOARD shall not be obligated for payment for any fiscal period for which funds have not been appropriated. rnwrol^i^u11??J^™0"The primary contact P^011 under this Agreement for the?S oo be Greg Parker.Regional Sales Manager.Mr Parker may be contacted at 407- cSSli °F at ^egp®radio3incco™•The primary contact person under this Agreement for the SCHOOL BOARD shall be Jimmer Rov.Network Security Systems Administrator Mr.Roy mav be contacted at 352-253-6719 orat royj@lake.kl2.flus ." 17.Approval of Personnel The SCHOOL BOARD reserves the right to approve the contact person and the persons actually performing the CONTRACTOR services on behalf of CONTRACTOR pursuant to this Agreement.If SCHOOL BOARD,in its sole discretion,is dissatisfied with the contact person or the person or persons actually performing the services on behalf of CONTRACTOR pursuant to this Agreement,SCHOOL BOARD may require that the CONTRACTOR assign a different person or persons to be the contact person or to perform the CONTRACTOR services hereunder. 18.Disclosure off Conflict.The CONTRACTOR has an obligation to disclose to the SCHOOL BOARD any situation that,while acting pursuant to this Agreement,would create a potential conflict ofinterest between the CONTRACTOR and his duties under this Agreement. 19.Background Investigations.The CONTRACTOR represents and warrants to the SCHOOL.BOARD that the CONTRACTOR has read and is familiar with Florida Statute Sections nrl^i5'1012'32,1012-465>1Q12.467,and 1012.468 regarding background investigations.CONTRACTOR covenants to comply with all requirements ofthe above-cited statutes and shall provide SCHOOL BOARD with proof of compliance upon request.CONTRACTOR agrees to indemnify and hold harmless the SCHOOL BOARD,its officers,agents and employees from any liability in the form of physical injury,death,or property damage resulting from the CONTRACTOR'S failure to comply with the requirements of this paragraph or Florida Statute Sections 1012.315,1012.32,1012 465 1012 467 and 1012.468. 20.Attorneys'Fees.In the event litigation is required by either party to enforce the terms of this Agreement,the prevailing party of such action shall,in addition to all other relief granted or awarded by the court,be entitled to judgment for reasonable attorney's fees,incurred by reason of such action and all costs of arbitration or suit and those incurred in preparation thereof at both the trial and appellate levels,and in bankruptcy proceedings. 21.Modifications and Amendments.This Agreement may be modified or amended only bya written document signed by authorized representatives of the CONTRACTOR and SCHOOL BOARD. 22.Subcontracts and Assignment CONTRACTOR shall not subcontract or assign any of the work contemplated under this Agreement without first obtaining written approval from the SCHOOL BOARD.Any subcontractor or assignee shall be bound by the terms of this Agreement,including,but not limited to,the fingerprinting,insurance and indemnification provisions. 23.Entire Agreement This constitutes the entire agreement between SCHOOL BOARD and CONTRACTOR and supersedes any prior or contemporaneous understanding or agreement with respecttotheservicescontemplatedherein. 24.Severability Clause.If any provision of this Agreement is held in whole or in part to be unenforceable for any reason,the remainder of that provision and/or the entire agreement shall be severable and remain in effect. 25.Notices. a.) b.) c) d.) All notices,demands,or other writings required tobe given or made or sent in this Agreement,or which may be given or made or sent,by either party to the other,shall be deemed to have been fully given or made or sent when in writing and addressed as follows: SCHOOLBOARD:Superintendent 201 West Burleigh Boulevard Tavares,Florida 32778 CONTRACTOR:David MacDonald Communications ServiceCo.of Daytona,Inc. DBA Radio One-Communications Service Co. 7041 GrandNational Drive 116, Orlando,Florida 32819 All notices required,or which may be given hereunder,shall be considered properly given if (1)personally delivered,(2)sent by certified United States mail,return receipt requested,or (3)sent by Federal Express or other equivalent overnight letter delivery company. The effective date of such notices shall be the date personally delivered,or if sent by mail, the date of the postmark,or if sent by overnight letter delivery company,the date the notice was picked up by the overnight delivery company. Parties may designate other parties or addresses to which notice shall be sent by notifying, in writing,the other party ina manner designated for the filing of notice hereunder. 26.Authority.Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing,and to bind and obligate such party with respect to all provisions contained in this Agreement. 27.Public Record Retention.CONTRACTOR shall keep and maintain public records that ordinarily and necessarily would be required by SCHOOL BOARD in order to perform the services being provided by CONTRACTOR herein.CONTRACTOR shall provide the public with access to public records on the same terms and conditions that the SCHOOL BOARD would provide the records and at a cost that does not exceed the cost provided in Chapter 119,Florida Statutes.CONTRACTOR shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law.CONTRACTOR shall meet all requirements for retaining public records and transfer,at no cost,to the SCHOOL BOARD all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.All records stored electronically must be provided to the SCHOOL BOARD by CONTRACTOR in a format that is compatible with the information technology systems of the SCHOOL BOARD. IN WITNESS datesundereachsignature. Approved astoform: WHEREOF,the parties hereto have executed this Agreement on the respective "SCHOOL BOARD" THESCHOOLBOARDOFLAKECOUNTY, By:Alj^H/jJUj4^ DebbieStivender,Chairperson .Susan Moxley,Superintendent "CONTRACTOR" COMMUNICATIONS SERVICE CO DAYTONA,INC.D/B/A RADIO QNE- COMMF^lCAiaONS SE David MacDonald Its:President Date:0» I wis*' EXHIBIT "A" SCOPE OF SERVICES Scope ofWork:The CONTRACTOR shall be responsible for providing a Motorola Two Way Radio System and services on behalf of SCHOOL BOARD. A.Specifications: On July 14,2014,the SCHOOL BOARD approved standardization of its Two Way Motorola Radio system toa UHF digital Motorola system.SCHOOL BOARD intends to upgrade district wide our TwoWay Motorola radio system over a three year period as follows: 2014-2015 East Ridge High School Eustis High School Eustis Cutright Center and Leesburg High School Mount Dora High School South Lake High School Umatilla High School Lake Hill School Villages Elementary Tavares Elementary Astatula Elementary LostLakeElementary Leesburg Elementary UmatillaElementary EustisHeights Elementary 2015-2016 Carver Middle School Umatilla Middle School Tavares Middle School Oak Park Middle School Eustis Middle School Clermont Middle School Mount Dora Middle School East Ridge Middle School Windy Hill Middle School Cecil Gray Middle School SeminoleSpringsElementary School Treadway Elementary School 2016-2017 Triangle Elementary School Beverly ShoresElementarySchool Eustis Elementary School FruitlandPark Elementary Groveland Elementary School PineRidge Elementary School Rimes EarlyLearningCenter Clermont Elementary School Cypress Ridge Elementary School SawgrassBay Elementary School GrassyLakesElementary Sorrento Elementary School A.CONTRACTOR REQUIREMENTS: 1)CONTRACTOR shall be a manufacturer's authorized fullline Motorola Radio Channel Partner throughout the term of this Agreement. 2)CONTRACTOR shall have a certified R56 Installer on staff throughout the term of this Agreement and shall supply proof of Certification to SCHOOL BOARD upon request. 3)CONTRACTOR shall include authorized warranty support.SCHOOL BOARD will not payany shipping charges for repair work. 4)CONTRACTOR shall have a valid Internet Electronic Mail (E-Mail)address monitored frequently during business hours in order to receive SCHOOL BOARD requests for service.CONTRACTOR shall also provide contact information and escalation path information should an emergency occur. B.TECHNICAL SPECIFICATIONS- 1)All equipment shall meet or exceed National Electrical Code (NEC),Underwriters Laboratories,Inc.(UL),Federal Communications Commission (FCC),American National Standards Institute (ANSI),International Standards Organization (ISO),* Institute of Electrical and Electronics Engineers (IEEE),Electronics Industries Association (EIA),Association of Public Safety Commission Officials (APCO 25),and American Society for Testing and Materials (ASTM)requirements,standards, specifications,practices and/or procedures. 2)Radios purchased and delivered shall be programmed and tested at the SCHOOL BOARD'S delivery site by an authorized company representative.Network Security Systems Administrator shall be made aware of deliveries and testing. 3)While performing maintenance on SCHOOL BOARD radio systems,radio frequencies may not be changed and/or switched unless prior written approval is obtained from the SCHOOL BOARD'S Executive Director of Information Technology or designee.The CONTRACTOR shall be responsible for any corrective repairs necessitated by unauthorized actions on the part of the CONTRACTOR'S technicians and for any fines incurred bythe SCHOOL BOARD as a direct result thereof.SCHOOL BOARD frequencies must be licensed inthe Public Safety spectrum. 4)The CONTRACTOR shall maintain an updated inventory of SCHOOL BOARD repeaters,radios and radio programming (frequencies,codes,etc.)organized by location.This inventory list shall include purchase dates and warranty information for each item.SCHOOL BOARD shall receive updated copies of this inventory at the SCHOOL BOARD'S request Any purchases under this Agreement must be placed on the inventory listand maintained per SCHOOL BOARD'S instructions. C.INSTALLATION: 1)It shall be the responsibility ofthe CONTRACTOR to provide the SCHOOL BOARD witha 100%operational system installed according to manufacturer's standards. Omission of any key item or element shall not absolve the CONTRACTOR of any responsibility to provide the result expected bythe SCHOOL BOARD.The Installation shall include AC power protection and coaxial lightning protection.Mounting shall meet ADA requirements.The exact mounting location and which shelving tobe utilized shall be determined atthe site visit with the SCHOOL BOARD'S Network Security Systems Administrator. 2)The CONTRACTOR shall provide adequate information including drawings,if necessary,detailing additions and/or modifications to building infrastructure.Such materials shall become part of the"asbuilt"information for theaffected structure.The jobwillnotbe considered complete without submittal of this information.The CONTRACTORmustcomplywith applicable permitting requirements.Permits shall be obtained through the SCHOOL BOARD'S Building Code Official and must pass all inspectionspriortopayment. 3)The CONTRACTOR shall install the radio antenna ina location to provide the best possible coverage and ina location that will reduce the chances ofit being damaged or tampered with.Theexact location for theAntenna shall be determined atthesitevisit with the Network Security Systems Administrator.Mounting should be secure enough to withstand wind in relation to the antenna size.Upon completion of the installation "as built"must be provided tothe Network Security Systems Administrator.All installation provided under this Agreement shall be tested bythe CONTRACTOR to ensure thatthe installed equipment is operating properly and operating within the FCC Guidelines. 4)The repeaters must be configured for IP site connect for three (3)zones;North,Central, and South. 5)All miscellaneous installation materials are included in the hourly price.The miscellaneous installation materials include the following:fiber,connectors,fittings, boxes,etc.All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound.Installation includes the furnishing of any equipment,rigging, and materials required to install or replace the product in the proper location! CONTRACTOR shall protect the site from damage and shall repair damages or injury caused during the installation by the CONTRACTOR or its employees or agents.If any alteration is required tothe building to achieve installation,the CONTRACTOR shall promptly restore the structure or site toits original condition.CONTRACTOR shall perform installation work soasto cause the least inconvenience and interference withthe SCHOOL BOARD and with proper consideration of others on site.Upon completion of the installation,the location and surrounding area of work shall beleft clean and ina neat and unobstructed condition,with everything in satisfactory repair and order. D-DELIVERY REQUIREMENTS:Prices shall be inclusive of all costs including shipping/handling and delivery.Deliveries are to be F.O.B.destination,inside delivered and are to be placed in designated areas as specified by SCHOOL BOARD designee to the locations specified in Exhibit C,SCHOOL BOARD Delivery Locations. E-ADDITIONORDELETIONOF SITES:The SCHOOL BOARD reserves the right to add or delete locations at its discretion at any time throughout the term of this Agreement.Any additional equipment/facility added during the term of this Agreement will be handled in accordance with the conditions and prices of this Agreement. F-NON WARRANTY SERVICE AND REPAIRS:CONTRACTOR'S pricing to provide repair services for radios and accessories no longer under warranty shall include loaner equipment for any repairs exceeding 5 days.Hourly rates shall include all labor,tools,equipment,supplies, travel time/trip charge for CONTRACTOR to pick-up the item,repair the item,and return the item to the location where it is being used,and incidental services required to service/repair the radios/accessories.There shall be no additional charges,other than those stipulated in Exhibit B Rate Schedule.Should any radio/accessory need repair parts,the CONTRACTOR shall notify the school/department ofthe cost to repair the radio/accessory prior to making the repair. The cost for non-warranty repair/replacement parts shall be based on a firm fixed percentage discount off manufacturer list price as listed on Exhibit B,Rate Schedule. G.PRICING: 1)Prices for radio equipment shall be inclusive of radio,antenna,Impress battery,Impress battery charger,belt clip and vendor representative programming and site testing. 2)Prices for repeaters shall be inclusive of standard base station,antenna with transmission line,lightning protection,surge protection/grounding,all miscellaneous mounting hardware.De-installation of any existing old equipment.De-installed equipment shall be designated as de-installed on the inventory and returned to the Principal/Department Director.CONTRACTOR shall supply any and all parts or accessories required to produce acomplete,operating unit. 3)The prices for maintenance and service of SCHOOL BOARD repeaters/radio systems shall be inclusive of,but not limited to the following: a)All required equipment/material, b)All required insurance, c)All required overhead and profit/trip charges, d)Allrequiredvehiclesand e)All required labor per man-hour and supervision. f)An eight (8)hour response,Monday through Friday with escalation path if deemed an emergency by Executive Director of Information Instructional Technology Services Designees or Administrative Coordinator of Safe Schools. 4)CONTRACTOR has submitted a discount from manufacturer's retail price list (MSRP), expressed as a percentage,for balance of line:radios,repeaters,etc.CONTRACTOR has also submitted a discount expressed as a percentage for parts,and materials to include chargers,batteries,antennas,etc.Throughout the Agreement the CONTRACTOR shall ensure the SCHOOL BOARD has a copy ofthe current MSRP. M.ConditionsofContractand Work Specifications. A.Definitions: 1.Owner -Lake County Schools. 2.Owner's Representative -The duly authorized representative ofthe Owner. 3.CONTRACTOR -The person or entity awarded a contract to perform the Work coveredbytheAgreement. 4.CONTRACTOR'S Supervisor -The person in charge of CONTRACTOR'S performance of the Work. 5.Work -The furnishing by the CONTRACTOR ofall labor,and tools required or necessary to complete and fulfill the performance required by this Agreement as set forth and in accordance with greater particularity set forth in the SCOPE OF WORK section ofthis Agreement. B.General Conditions: 1.Labor Furnished by Contractor -The Contractor shall furnish all labor for completion ofthe Work. 2.Company Security -The Contractor's personnel will not be permitted in any area ofthe Owner's facilities except the designated Work areas.The Owner will designate means of egress and ingress.The Owner will provide the necessary security passes,which shall be carried at all times by the Contractor's personnel. 3.Protection of Property -The Contractor shall cooperate tothe fullest extent with the other contractors,the Owner and the Owner's Representative to execute all Work without delay.The Contractor shall take all necessary precautions to protecttheOwner's property.The Contractor shallconsultwiththe Owner's Representative to determine fire prevention measures to be adapted.The Contractor is responsible for security of its own materials and equipment,and for materials and equipment purchased bytheOwner within the Contractor's possession or control.The Contractor shall cooperate fully withthe Owner's security personnel. 4.Emergency Call List-The Contractor shall supply the Owner with an Emergency Call List of the Contractor's Supervision responsible for contacting Contractor's personnel in emergencies. 5.Tools Required When Working on Owner's Property -Contractor shall be required to furnish all hand tools for all craft skills required to perform the Work. Ail tools,portable electric tools,and other general shop tools shall be included in Contractor's overhead. 6.Contractor's Supervisor -The Contractor's Supervisor must possess necessary jobskillstowork from blueprints,sketches,and verbal instructions and be capable of planning,organizing,and supervising the Work. 7.Replacement of Personnel -If for any reason any of the Contractor's personnel has an extended illness,or is terminated either by the employee's choice or the Contractor's choice,the Contractor shall be responsible for the replacement of personnel necessary to complete theWorkontime.The Contractor shall remove from the Work and replace any person whose performance,attendance,or conductisunsatisfactory. 8.Cleanliness of Work Site -The Contractor shall maintain the premises and work siteina reasonable,neat,and orderly condition,free from accumulations of waste materials and rubbish during the entire project period and shall be responsible for removing and disposing of all cartons,crates,trash,and all flammable waste materials from the work areas at the end of each day.During the conduct ofthe Work,adjoining areas shall notbe littered or obstructed anymorethanisnecessaryfortheconduct of Work. 9.Property Damage -The Contractor shall protect Owner's property and adjoining properties from damage that may be caused by Contractor's operations and/or take such protective measures as Owner may direct.Any damage to same caused by Contractor shall be repaired or remedied without delay by the Contractor at its solecostandexpense. 10.Unacceptable Materials for Use in School Board Facilities -The use of polychlorinated biphenyl's (PCBs)or asbestos in materials tobe furnished thereunder is prohibited unless specifically specified or approved in writing by the Owner.Within ten (10)days following acceptance of this Agreement,the Contractor shall submit a letter of certification that none ofthese materials are to be used. 11.Electrical Standards -The National Electrical Code,all local codes,and Owner's Standards shall govern for all electrical equipment and construction Work. Should conflicts between the Agreement and such codes exist,they shall be immediatelybroughttotheattention of theOwner. 12.Work Involving Asbestos Removal -In the event it appears that insulation must be disturbed during the course of Work,the Contractor shall immediately suspend that portion of the Work and notify the Owner's Representative.The Owner's Representative shall makethe determination ifthe insulation material is asbestos and will take the appropriate action for its removal.All asbestos removal shall be performed byan Owner approved Asbestos Contractor.The Contractor shall perform no asbestos removal.The Owners Representative will coordinate the completion oftheWorkwiththe Contractor andthe Asbestos Contractor. 13.Parking -Parking for the Contractor's personnel will be permitted when available in designated parking areas designated bythe Owner.Otherwise the Contractor shall be responsible for parking arrangements for its personnel. 14.Utilities -The Owner will furnish the Contractor with electric power required for the execution of the Work without charge.The Contractor will be required to make connections to the Owner's utilities at the Contractor's expense and under the direction ofthe Owner's Representative. 15.Use of Owner's Equipment -Notwithstanding that this Specification requires the Contractor to furnish any and all equipment necessary to cany outthe Work,on any occasion when the Owner,inits sole discretion,deems ittobe expedient or inthe Owner's best interest,it may allow the Contractor touse items of equipment belonging tothe Owner.Such usage of Owner's (owned,rented,or leased)equipment bythe Contractor shall specifically be subject tothe provisions of Safety,Indemnity,and the OSHA provisions ofthis Agreement.It shall bethe Contractor's responsibility to insure that only persons having the required license,special training,or other qualification to operate said equipment operates it.The aforementioned equipment doesnotapplyto Owner's trucks licensed for over-the-road use (owned,rented,or leased including pickup trucks). These are tobe driven by Owner's personnel only. 16.Code of Conduct -The Contractor shall have an established program to review withits employees the following Code of Conduct prior to Contractor's employees coming onto the Owner's property.Owner reserves the right to take whatever actionit deems appropriate whena violation of theCode of Conduct occurs.This includes,butisnotlimitedto,barring/removing Contractor's employee(s)fromtheproperty and/or anylegal recourse available.TheCode of Conduct shall include butnotbe limited tothe following: a)Employees shall be required to dress appropriately.Shoes and shirts are required at all times.No apparel with inappropriate oroffensive sayings or pictures shallbe worn. b)Alcohol,Tobacco,&Drug Abuse Policy -Itisthe policy ofthe Owner thatthe possession,use,consumption,distribution,transfer,manufacture orsaleof alcohol,tobacco,illegal drugs or prescription drugs withouta valid prescription on Owner's property isstrictly prohibited. c)Miscellaneous Conduct -Use of profane,abusive,or threatening language,or fighting or threatening bodily injury toany person is prohibited.Practical jokingor horseplay hasnoplaceonOwner's property and is prohibited.The bringing of firearms or other weapons intothe work place is strictly prohibited.Gambling inany form, including the selling of chances or lottery tickets isnot allowed upon the property of theOwner. d)Theft,Destruction of Property -Contractor's employees shall nottake itemsof Owner's property.Contractor's employees shall not damage or handle ina destructive manner anyof Owner's property or equipment. e)Eating -eating isnot allowed exceptin designated places. f)Cleanliness -Contractor's employees shall keep their places of work machinery,orother Owner's propertyusedbytheminacleanand orderly condition.Marking on walls,posts or machinery is prohibited. Sanitary facilities andbreak areas arecleaneddaily,and Contractor's employeesareexpectedtodotheirpartinkeepingsuch facilities clean. g)TelephoneCalls-TelephonesinstalledinOwner's facilities areforthe use of the Owner inthe transaction of its business.Unnecessary useof telephones for personnel matters is discouraged.Nolong distance calls aretobemadeunlessproperlyauthorized. h)Notices -No notice,bulletin,or other material shall be posted in Owner's facilities orupon Owner's property exceptby Owner's prior written permission.Contractor's employees shall not remove or deface any noticeorbulletinorother information postedbytheOwner. i)Sexual Harassment -It is the policy of the Owner to maintain a working environment free of allforms of sexual harassment.Sexual harassment includes,but is not limited to: 1)Unwelcome,deliberate,repeated,or unsolicited comments, gestures,or physical action of asexual nature (for example, sexually derogatory statements,unnecessary touching,patting or pinching,etc.); 2)Demandingorsubtle pressure forsexual favors orsexual activity; 3)Preferential treatment,taking or refusing to take personnel action,ortheexercise of powerinexchangeforsexual favors;or 17. 4)Actions or behaviors that have the purpose or effect of unreasonable,interfering with work performance,or creating an environment which is hostile,intimidating,or offensive (for example,sexual jokes,inappropriate calendars or pin-ups,etc.). Contractor has the responsibility to immediately inform Owner of anyallegations of sexualharassment. Engaging in any other practices as may be inconsistent with the ordinary, reasonable,common sense rules of conduct necessary to the welfare of the Owner and any employee of the Owner is prohibited. Co Safety and Accident Prevention: 2. The Contractor shall,at all times and at all locations where the Work is performed,conduct its operations in such amanner as to avoid any risk of bodily harm to persons or damage to property.The Contractor shall take all precautions,which are reasonable and necessary to safeguard against such risks. The Contractor shall be responsible for the discovery,determination,and correction of any unsafe conditions arising in connection with the performance of the Work.The term 'Contractor'as used herein shall include its employees, agents,visitors,and its subcontractors,their employees,agents,and visitors. The Contractor agrees,in the performance of this Agreement,to observe and comply with all applicable federal,state,local,and Owner's safety rules and regulations,including but not limited to the Occupational Safety and Health Act of 1970 as amended.The Contractor shall cooperate and coordinate with other contractors on safety matters and shall promptly comply with any specific safety instructions or directions given to the Contractor by the Owner.The Contractor shall furnish all protective safety equipment for its personnel. The Contractor shall be responsible for the provision of adequate first-aid facilities at the Work site for all personnel employed or retained by the Contractor.Contractor shall have an emergency plan that includes posting of names,addresses,and telephone numbers of emergency services. The Contractor shall report to Owner all accidents occurring on Owner's property withintwenty-four(24)hours ofthe occurrence. Contractor shall conduct periodic reviews of general site safety conditions and Contractor's safety log and safety records.The Owner may,in its discretion, conduct independent similar reviews.Such reviews by the Owner shall not relievethe Contractor of any obligations thereunder. Upon the failure of the Contractor to comply with any of the requirements set forth herein,the Owner shall have the right to stop any operations of the Contractor affectedbysuch failure untiltheconditionisremedied.The Contractor shall not be entitled to an extension of time or claim for damages as a result of such stop order.In the event of repeated safety violations,the Owner,in its sole discretion,mayterminate this Agreement. Warranty:The Contractor warrants to the Owner that all Work will beof good quality, free from faults and defects,and in conformance withthis Agreement.AllWorknot conforming to these requirements maybe considered defective.AnyWorknotin conformance with this Warranty will be remedied so as to conform to this Warranty at the Contractor's solecostandexpense. Warranty repairs shallbemadeatnocosttotheSCHOOL BOARD andshallincludeall parts,labor and shipping costs from the date of delivery or install.Loaner equipment shall be made available for all warranty repairs that require more than five school days to repair.If Manufacturer warranty does not cover the removal and installation and you will charge a fee to the SCHOOL BOARD,the charge shall be per the hourly rate stipulated in Exhibit B,Rate Schedule. 1.Radios:Manufacturer warranty shall bea minimum of 2 years. 2.Repeaters:Manufacturer warranty shall bea minimum of2 years. E.Non-Waiver:Failure of either party to enforce any of the provisions hereof shall not be construed as a general waiver orrelinquishment of this or any other provision. *"•RightsandRemedies:The rights and remedies herein reserved shall be cumulative and additional to any other or further remedies provided inlawor equity. G.Separate Contracts:The Owner has the right tolet other contracts in connection with the Work or to perform similar work itself and the Contractor shall fully cooperate with such other contractors or the Owner. EXHIBIT "B" COMPENSATION The SCHOOL BOARD shall compensate CONTRACTOR for services rendered pursuant to the Rate Schedule below,provided that such services have either been specifically requested,in writing,by the SCHOOL BOARD or specifically authorized,in writing,by the SCHOOL BOARD. CONTRACTOR shall ensure that all work performed,materials provided,and costs incurred by CONTRACTOR pursuant to this Agreement are billed tothe SCHOOL BOARD in accordance with the Rate Schedule below. CONTRACTOR understands and agrees that the SCHOOL BOARD shall bear no responsibility for compensation to,or reimbursement of,CONTRACTOR for any services rendered,costs incurred,or materials provided by CONTRACTOR pursuant to this Agreement which are either not specifically requested or authorized by the SCHOOL BOARD,in writing,or which are not specifically set forthin the Rate Schedule below. Description Cost or %off MSRP Portable Radio,Motorola XPR3300,Model #AAH02RDC9JA2_N,UHF, 4w,16Ch,NonDisplayIncludes:46% Standard Battery,Motorola STDBAT0446 nc Standard Charger,Motorola STDCHG0446 nc UHF Slim Whip Antenna Motorola QA02304 nc Standard Model Box,Motorola STDBOX0446 nc Standard2Year Warranty,MotorolaSTDWAR0446 nc 1-year Service from the Start-LITE,Motorola Q884 28% 2-yearServicefrom the Start-LITE,Motorola H885 29% 3-year Service from the Start-LITE,MotorolaH886 30% IP Site Connect Upgrade,Motorola HKVN4154 39% PortableRadio,Motorola XPR 7550,Model#AAH56RDN9KA1 N, UHF,4W,1000 Ch,Display,Includes:40% Standard Battery,Motorola STDBAT0871 nc Standard Charger,Motorola STDCHG0871 nc UHFSlim Whip Antenna,Motorola QA02304 nc Standard Model Box,Motorola STDBOX0871 nc Standard 2Year Warranty +1Year Service from the Start LITE, Motorola STDRSA0871 nc 1-year Service from the Start-LITE,Motorola Q884 20% 2-year Service from the Start-LITE,Motorola H885 20% Repeater,Motorola XPR8400,Model #AAM27QPR9JA7BN,UHF,25-40 Watt 38% CapacityPlusSingleSite Digital TrunkingUpgrade,HKLN4427 38% Duplexer,406 -500MHZ,rack-mount,Motorola DSCP10725TUNED 38% TX Interconnecting Cable,Motorola 0112004B04 15% TX Interconnecting Cable,Motorola 0112004U04 15% Rack Mount duplexer/Filter-Enclosure Kit,including mountingscrews, Motorola PMLE4548 15% Antenna,3.8DB Omni,Motorola DQDB404B 15% Standard2YearWarranty,Motorola nc 1 year Service from the Start-LITE,Motorola 6400 18% 2 year Service from the Start-LITE,Motorola G24 18% 3 year Service from the Start-LITE,Motorola G398 18% Connectors,NF,Motorola TDN8810A 15% Connectors,NM,Motorola DDN9682A 15% Ground Kits,CommScope 241088-1 orequal $22.50 Rack,84"x10"Open Aluminum,Flat Black,Cooper B-Line SB556084XUFB or equal $190.00 Rack Screws,12-24 x1/2",100/box,Bud Industries 9260C or equal $38.00 Polyphaser,Motorola DQIS-B50HN-CO 15% ACSurgeSuppressor,10"12Outlets,15A,Motorola DSDRS1215 15% 12V,200AH,BatteryRackSystem,Ventev RP12S-2-1948-MT84 or equal $2,800.00 BatteryWire Harness,Ventev CP-BCR-WK orequal $45.00 %Discount from MSRP for Balance of line Equipment %Discount from MSRP for miscellaneous parts or accessories. Hourly Rate for Installation (tapcons,fire caulk,boxes,clips,sleeves etc.included inrate) HourlyRateforRepairs Conduit Antenna Coax,1/2"Superflex,CommScope FSJ4-50B or equal Grounding Cable #2,Wireless Solutions WSGW-2-19STG or equal Grounding Cable #6,Wireless Solutions WSGW-6-19STG or equal Ground Lugs,ThomasandBetts 54855BE or equal Ground Lugs,ThomasandBetts 54852BE orequal Antenna Mast EX:CommScope MT-220-120 or equal MastWallMountsCommScope MTC300901or equal 30% 15% Per Hour Cost $80.00 $80.00 Per Foot Cost $2.50 $2.50 $3.00 $2.00 Per Each $4.00 $3.00 $101.00 $45.00 %off Motorola's Current MSRP shall be firm for the entire termofthisAgreement. INVOICES. A.Invoices for hourly rate services shall be submitted ona monthly basis and shall include the following details for each separate task performed: (a)thedatethetaskwas performed; (b)identification,by name or initials,ofthe person performing the task; (c)a description,with reasonable particularity,ofthe task; (d)the actual timeexpendedto perform thetask;provided; (e)thehourly rate applicable tothe individual performing thetask;and (f)thefeebeing charged forthe task. B.All other invoices shall be submitted ona monthly basis,orwhena specific project is completed,and shall include the following details for each separate task performed, whereapplicable: (a)Purchase order number; (b)Name and address of vendor: (c)Uniqueinvoicenumber; (d)Dateand location of service/delivery; (e)Itemizedunitquantitiesandunitprices; (f)Lineitemtotalorextendedprice,minimum contractdiscount;and (g)All pricing must beinaccordance with ratessetforthinthe RATE SCHEDULE section of this Agreement. C.Block orbundled billing entries,in which twoormoretasksare blocked or bundled togetherintoasinglebillingentry,areprohibitedunlessalumpsumawardisapproved. EXHIBIT C DeliveryLocations 2014-2015 East Ridee Hieh 13322 Excalibur Rd•Clermont 34711 Eustis Hieh and Curtrieht Center 1300 E.Washington Ave•Eustis 32726 Leesburg Hieh 1401 Yellow Jacket Way -Leesburg 34748 Mount Dora Hieh 700 N.Highland Ave •Mount Dora 32757 South Lake Hieh 15600 Silver Eagle Rd•Groveland 34736 Umatilla Hieh 320 N.Trowell Ave.•Umatilla 32784 Lake Hills 909 South Lake Shore Bh/d •Howev-in-the-Hills 34737 Villages Elementary 695 Rolling Acres Rd•Ladv Lake 32159 Tavares Elementary 720 E.Clifford St.•Tavares 32778 Astatula Elementary 13925 Florida Ave.•Astatula 34705 Lost Lake Elementary 1901 Johns Lake Rd•Clermont 34711 Leesbure Elementary 2229 South St.•Leesbure 34748 Umatilla Elementary 401 Lake St.•Umatilla 32784 Eustis Heights Elementary 310 W.Tavlor Ave.•Eustis 32726 2015 -2016 Carver Middle 1200 N.Beecher St.•Leesburg 34748 Umatilla Middle 305 East Lake St.•Umatilla 32784 Tavares Middle 1335 Lane Park CutOff •Tavares 32778 Oak Park Middle 2101 South St.•Leesburg 34748 Eustis Middle 18725 E.Bates Ave.•Eustis 32726 Clermont Middle 301 East Ave.•Clermont 34711 Mount Dora Middle 1405 Lincoln Ave.•Mount Dora 32757 East Ridge Middle 13201 Excalibur Rd•Clermont 34711 Windv Hill Middle 3575 Hancock Rd•Clermont 34711 Cecil Grav Middle 205 E.Magnolia St.•Groveland 34736 Seminole Springs Elementary 26200 W.Huff Rd•Eustis 32736 Treadwav Elementary 10619 Treadwav School Rd•Leesburg 34788 2016-2017 Triangle Elementary 1707 Eudora Rd•Mount Dora 32757 Beverly Shores Elementary 1108 W.Griffin Road •Leesburg 34748 Eustis Elementary 714 E.Citrus Ave •Eustis 32726 Fruitland Park Elementary 304 W.Fountain St.•Fruitland Park 34731 Groveland Elementary 930 Parkwood St.•Groveland 34736 Pine Ridge Elementary 10245 CR 561 •Clermont 34711 Rimes Early Learning 3101 School View St.•Leesburg 34748 Clermont Elementary 680 E.Highland Ave.•Clermont 34711 Cypress Ridge Elementary 350 East Ave.•Clermont 34711 Sawgrass Bav Elementary 16325 Superior Blvd.-Clermont 34714 Grassy Lake Elementary 1100 Foseate Road -Minneola 34715 Sorrento Elementary 24605 Wallick Road 'Sorrento 32776 ATTACHMENT 1 Subcontractors mustbe approved bythe District If the vendor elects to subcontract,it will be at no additional cost to the Lake County School Board.Subcontracting any of the Lake County School Board's projects will in no way relieve the vendor from fulfilling all obligations arising under this contract.For reimbursement of subcontracting,the vendor must submit a copy of the subcontractor's invoice and have received prior approval from a representative ofthe Lake County School Board We have reviewed in its entirety this Invitation to Bid and agree to adhere to all of the terms and conditions included herein. 0 Yes •No,list of exceptions that we would like to be considered is attached. We submit our prices and agree to adhere to all terms and conditions and to make delivery within days after receipt of orders or continuous delivery as specified. Company:Communications Service Co.of Eptarig^ZaibbdpiO ONE -Communications Service Co Mailing Address:^rgrand Nationa^Drive Citv^^L^---State-fl Zjd-32819 Signature:(^C^"~~~-- Type name:Q-gPatar Tjt|e;Regiona,Sales Manager Telephone*:407-352-9242 Date-September 10;2014 Fax#:407-352-9242 E_MaJ|.gregp@radio1inacom Primary Contact for Work Type name:aj^Tjt|e.^^Sa]e&Manag& Telephone *«mm«Fax #.407.248^654 E-Mail address that will accept Lake Cnuntv School Board Purchase Orders:9regP@radioiinc.c Remit to address for payment: Company RADIOONE -Communications Address:7041 Grand National Drive.Suite 116 Service Co. City:onando Stete.Jl Zip:32819 Page 2 of 25 3990DB Revised Attachment Package INFORMATIONITEMS ONLY (This information will not affect the contract award). \n0^oU^fJf^i^ntT diSC°Unt if estimated number of actual orders P»tern exceeds10/o of the estimated quantities during each term of the agreement:__0 % IntS??*Utili?S a,P'Cuard and in some cases would make Purchases utilizing the P-Card2££toftheDisWct CaPabMity °f aCCeptin9 the P"Card for purchases at no «WKtoX 0 Yes Q No ninn«illeanSLla *??*^'^eariier payment to the vendor indicate »V™firm wouldnegotiateanadditionaldiscounttotheDistrictwhenaP-Card is used. •Yes fX)No Inn a9r!tt0 Se"t(!!?er 9?vernmental agencies under this bid award subject to the same termsandconditions,including pncing. 0 Yes •No Page 3 of 25 3990DBRevised Attachment Package ATTACHMENT 2 REFERENCE FORM (Duplicate asneeded) FOR*Commun'catlons Service Co.of Daytona,Inc. d/b/a Radio One Name Of Reference:Florida H°sP'tal (Motorola Mototrbo Linked Capacity Plus System,7Sites Currently Active, Adding 2 More Sites:Tavares &Sebring) Address:GOJEast Rollins Street Cfty.Orlando Contact Person:bjii McDeavitt Private Sector •Yes Q No School/University:DYes H No If school/university,please identity: oiXrtSIf rendered "y "*""0b,ained *•*"•*•OT,raa-««»—* Length of Account:,Months J£i_Years State rfbid,contract,agreement has been renewed:DYes Q NoNotAPPiiabie Months State:FL Phone:407-303-5600 Public Sector DYes H No AnnualDollarVolume:$300K Yeai00^3^agreement has been renewed,state length of time: If bid,contract,agreement has not been renewed,state the reason for non-renewal: THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: Page 4 of25 3990DB Revised Attachment Package Zip:32803 ATTACHMENT 2 REFERENCE FORM (Duplicate as needed) FOR-Communications Service Co.ofDaytona,Inc. d/b/a Radio One Name Of Reference:Publ?x )Mc-torola Mototrbo Systems,Multiple Locations,IP Site Connect Address:1936Geor9eJenkins Boulevard City:Lakeland Contact Person:Candy Alderman Private Sector:DYes 0 No School/UnrversHy:DYes 0 No If school/university,please identify: S^SSS^B8^^^Vend°rWere0btahed by RFP'bfd'*****^reement, Lengthof Account:Months State:^ Phone:863-688-1188 Public Sector:DYes H No AnnualDollarVolume:$2ook Years State if bid,contract,agreement has been renewed:DYes D NoNotAppiiabie If bid,contract,agreement has been renewed,state length of time:_ Years Indefinate Procurement If bid,contract,agreement has not been renewed,state the reason for non-renewal: 2p:33815 Months THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: Page 4 of 25 3990DB Revised Attachment Package ATTACHMENT 2 REFERENCE FORM (Duplicate asneeded) Pqd.Communications Service Co.ofDaytona,Inc. d/b/a Radio One Name Of Reference:Sea Wor<d Park &Entertainment/Busch Gardens (Motorola Mototrbo ConnectPlus 900 Mhz "DigitalRadioSystem) Address:Post Office Box 690429 City:Orlando Contact Person:GaryTinkey Private Sector DYes D No School/University:DYes H No If school/university,please identify: S?therS55^^^^^Vend0f Wefe °btalned ^RFP'bfd'******agreement' State:^ Phone:813-987-5681 Public Sector DYes H No Annual Dollar Volume:$2ook Length of Account .Months 15 Years Zip: State If bid,contract,agreement has been renewed:DYes D NoNotAppiiabie MonthsIfbid,contract,agreement has been renewed,state length of time: Years Indefinate Procurement If bid,contract,agreement has not been renewed,state the reason for non-renewal: THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: Page 4 of 25 3990DB Revised Attachment Package 82869-042^ ATTACHMENT 2 REFERENCE FORM (Duplicate as needed) FOR*Communicatl0ns Service Co.of Daytona.Inc. d/b/a Radio One Name Of Reference:Four Seasons Resort Orlando at Walt Disney World Resort (2 Sites,Motorola Mototrbo Linked CapacityPlus with HOTSOS) Address:1010°DreamTree Boulevard City:Golden Oaks Contact Person:TomWuebben Private Sector:D Yes 0 No School/University:DYes 0 No If school/university,please identify: State:^ Phone:4o?-3i3-677i Public Sector D Yes H No Annual Dollar Volume:$200K Zip:32836 S^ert'S^I68 rend6red ^Vend0f W6re 0btained by RFP'bid>contract'agreement Lengthof Account Months Years State if bid,contract,agreement has been renewed:DYes D NoNotAppiiabie MonthsIfbid,contract,agreement has been renewed,state length of time: Years Indefmate Procurement If bid,contract,agreement has not been renewed,state the reason for non-renewal: TH!S SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: Page 4 of 25 3990DB Revised Attachment Package ATTACHMENT 3 Certification Regarding Debarment,Suspension,Ineligibility and VoluntaryExclusion -LowerTierCoveredTransactions ^s^Io^CFRpS %*£2rT?*0fJduca,ioye9^«<™implementing Executive Order 12549.Debarment andsuspension,34 CFR Part 85.for all lower tier transactions meeting the threshold and tier requirements stated at Section 85.110. Instructions for Certification 1.By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out below. fnto^?f ^Si^nlnfhtim ^^:fpre,sentation °f **uP°n «***reliance was placed when this transaction was entered3&r t^^J^^^Z!^^^lower t,er participant knowingly rendered an erroneous certification,in addition tomSESS^SS!^Government,the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment."^ an J«LP♦rh™^We'l,fer partiCipant Sha"provide Mediate written notice to the person to which this proposal is submitted ff at^«*£&5&£Z£.part,cipanl leams that its certificafion"-e,roneous *-•*n«-or has*•«*»«EK,* fn J h6^"^^'0W!r tier particiPant a9fees by submitting this proposal that,should the proposed covered transaction be enteredorvok£m^iduSmLS^Ttier """??tranSaCti0n *»apereon *»is debarred-susSS^^are^SSSSSSSSpartic.pat.on ,n this covered transaction,unless authorized by the department or agency with which this 6.The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled -c«kf.«k«,>SE^0*""!^Suspension-lneli9ibi«y.a"d Voluntas Exclusion-LowerVr CoveTed Transa^ont w^oufmodffiS inalllowerHercoveredtransactorsandinallsolicitationsforlowertiercoveredtransactions.5acnons-w,nout moa.ticat.on,,n maTS^ iatotettST™^^,^beThconls,ru«J to re<uire establishment of asystem of records in order to render in goodn^aTy^^-****-to exceed thatch is 2rJffi^i!Z!E2?authj"jzed under Paragraph 5of these instructions,if a participant in acovered transaction knowinqlv Certification NAME OF APPLICANT sign/ printed name and ii ile OF^rfflQRiZED^PRESENTATiVE System D.stnct Wide Upgrade Greg ParjcefrRegion^rSales Manager ) ED 80-0014,9/90 (Replaces GCS-009 (REV.12/88),which is obsolete) DATE" September 10,2014 Page 5 of 25 3990DB Revised Attachment Package ATTACHMENT 4 SWORN STATEMENT UNDER SECTION 287.133(3)(a) FLORIDA STATUTFR,ON PUBLIC ENTITY CRIMES ' SminX oatt ^^"*SWOm t0 '"^Pr6SenCe °f anotary public or other officer authoriz^to 1.Thissworn statement issubmitted Communications Service Co.of Daytona,Inc.d/b/a Radio One to' Greg Parker,Regional Sales Manager by Communications Service Co.of Daytona,inc.a/D/a Radio One for " Whose business address is:7041 Grand National Drive,Suite 116,Orlando,FL 328196 (If applicable)its Federal Employer Identification Number (FEIN)is:59-3416239 (If the entity has no FEIN,include the Social Security Number of the individual signing this sworn statement on the attached sheet.)Required asper IRS Form W-9. 2.I understand that a "public entity crime"as defined in Paragraph 287.133(1 )(g),Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States,including but not limited to,and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state orof the Unites States,and involving antitrust,fraud,theft,bribery,collusion,racketeering,conspiracy or material misrepresentation.*' 3.I understate that "convicted"or "conviction"as defined in Paragraph 287.133(1)(b),Florida Statutes,means a finding of guilt ora conviction of a public entity crime,with or without an adjudication of guilt,in any federal or state trial court of record relating to charges brought by indictment or information after July 1,1989,asa result of a jury verdict,nonjury trial,or entry of a plea ofguiltyornolo contendere. 4.I understand that "affiliate"as defined in Paragraph 287.133(1 )(a),Florida Statutes means: A.Apredecessor or successor of a person convicted of a public entity crime or; B.An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime.The term "affiliate"includes those offices, directors,executives,partners,shareholders,employees,members,and agents who are active in the management of the affiliate.The ownership by one person of shares constituting a controlling interest in another person,or a pooling of equipment or income among persons when not fair market value under an arm's length agreement,shall bea facie casethatone person controls another person.A person who knowingly enters into a join venture with a person who has been convicted of a public entity crime in Florida during the proceeding 36 months shall be considered an affiliate. 5.I understand that a "person"as defined in Paragraph 287.133(1)(c),Florida Statutes,means any natural person or entity organized under the laws of any state or of the United States with the legal power toentera binding contract and which bids or applies to bid on contracts for the provision of goods orservicesletbya public entity,or which otherwise transacts or applies to transact business with a public entity.The term "person"includes those officers,directors,executives,partners, shareholders,employees,members,and agents who are active in management ofthe entity. Page 7 of 25 3990DB Revised Attachment Package 6.Based on information and belief,the statement,which 1have marked below,is true in relation to the entity submitting those sworn statements.(Please indicate which statement applies.) E Neither the entity submitted this sworn statement,nor any officers,directors,executives, partners,shareholders,employees,members,and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted ofa public entity crime subsequent toJuly 1,1989. •The entity submitting this sworn statement,or one or more of the officers,directors,executives, partners,shareholders,employees,member,or agents who are active in management of the entity' or an affiliate ofthe entity have been charged with and convicted ofa public entity crime subsequent toJuly1,1989. •The entity submitting this sworn statement,or one or more of its officers,directors,executives partners,shareholders,employees,member,or agents who are active in management of the entity' or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1,1989.However,there has been subsequent proceeding before a Hearing Officer ofthe State of Florida,Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list.(Attach a copy ofthe final order) Lmo?,^R£^ND THAT THE SUBM|SSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THEM^TrcL^PARAGRAPH 1(ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY ™SrT^I S'?.fS?",S VAUD THR0UGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS pSdiL^S^a ^RfJAN°™AT 'AM REQU,RED T°INFORM THE PUBLIC ENTITY PRIOR TO2?S3Nm ~I£A C0NTRACT ,N EXCESfrOHWE THRESHOLD AMOUNT PROVIDED IN SECTION COITO^TW°°R ANY CHANGE ,N THE INFORMATION (Signature) September 10,2014 STATE OF Florida (Date) COUNTY OF 0ran9e PERSONALLY APPEARED BEFORE ME,the undersigned authority, Greg Parker (Name of individual signing) who,after first bein^/swom by me,affixed his/her signature in the space provided above on tbj My Commi ^>TARY PUBLIC) pires:tO PROJECT IDENTIFICATION:Bid# il Bid Name: *^#..Vo* Page 8 of 25 3990DB Revised Attachment Package 4Ps^&JAYCAMPHIRE C 'ST-S Notary Pub,lc "State of FlorWa*fej My Comm.Expires Oct 1,2016 | Commission #EE 839498 HaPSj^JWtlll%i|l4^'ll^lki>11' SOCIAL SECURITY NUMBER:N/A (if the entity has no FEIN,include the Social Security Number of the individual signing this sworn statement on the attached sheet.)Required asper IRS Form W-9. Page 9 of 25 3990DB Revised Attachment Package State of Florida County of Orange ATTACHMENT 5 NON-COLLUSION AFFIDAVIT ,being firstduly sworn,deposes and says that: (1)He/she is the Owner Partner,Officer,Representative,or Agent oftheProposerthathas submitted the attached Proposal; (2)He/sheisfullyinformedrespectingthe preparation andcontentsoftheattachedProposalandofall pertinent circumstances respecting such Proposal; (3)Such Proposalis genuine andisnotacollusiveorshamProposal; (4)Neither thesaid Proposer noranyofits officers,partners,owners,agents,representatives,employeesor parties in interest,including thisaffianthaveinanyway colluded,conspired,connivedor agreed,directly or indirectly,withanyotherProposer,firm,orpersontosubmitacollusiveorsham Proposal inconnectionwith theWork for whichtheattached Proposal hasbeen submitted;orto refrain from proposing inconnectionwith such Work;orhaveinanymanner,directly or indirectly,soughtbyagreementorcollusion,orcommunication, orconferencewithany Proposer,firm orpersonto fix any overhead,profit,orcostelementsofthe Proposal price orthe Proposal price ofanyother Proposer,ortosecure through any collusion,conspiracy,connivance, or unlawful agreementanyadvantageagainst (Recipient),oranypersoninterestedintheproposed Work; (5)The price or prices quotedinthe attached Proposal are fair and proper and arenot tainted byany collusion, conspiracy,connivance,or unlawful agreement onthe part ofthe Proposer oranyotherofitsagents representatives,owners,employees orpartiesin interest,includingthis affiant Signed,sealed,and delivered in the presence of: GregParker Printed Name Regiona/Sales Manager Title Page10 of 25 3990DB Revised Attachment Package ATTACHMENT 6 INFORMATION ONLY (This information will not affect the contract award) Lake County School Board CONDITIONS FOR EMERGENCY/HURRICANE OR DiSASTER It is hereby made part of this invitation to bid that,before,during,and after a public emeraencv hurricane ^^^S^n^'^T^SCh00'B°ard °f L3keC°Un^F,0rida'shaN reTuirTaSSor^basS2L2E?w fZ?ll 'S Vltal and imPerative that the majority of citizens are protected from any emeraencvsrtuafconwh.ch threatens public health and safety,as determined by the School Board of La£Tcoun??Ftorida I^nnS^?0'a9treeS+-t0 rent/se"/lease a»90^8 and services to the School Board of Lake County,Florida "n?e^ [X]/herebyjwdej^nd^ad agree to the above statement. 0.^C^V|d5^""-—J Communications Service Co.of Daytona,Inc.d/b/a Radio One S,9n^ure Name of Company ~ Greg Parker __Regional Sales Manager Print Name fj^T Emergency Contact:Greg Parker,RSM or David MacDonald,President Emergency Telephone Number:(407 )_352 .9242 24 Hour Access to This Number (Office) Home Telephone Number:(321 ).231 -5661 Beeper or Cell Phone Number:(321 ).231 .5661 Email Address:gregp@radiolinc.com •/cannot comply with this request Signature Name of company Print Name j*rt|e Page 11 of 25 3990DBRevised Attachment Package Leading our Children to Success Procurement Services 29529 CR 561 •Tavares •FL 32778 (352)253-6760 •Fax:(352)253-6761 •httorflake.k1Zfl.us August 25,2014 Superintendent: Susan Moxley,Ed.D. School Board Members: District 1 Bill Mathias District 2 Rosanne Brandeburg District 3 Tod Howard District 4 Debbie Stivender District 5 Kyleen Fischer Addendum #1 Bid #3990DB -TwoWay Motorola Radio System DistrictWideUpgrade This addendum has been issued to extend the Addendum deadline while we gather information to provide answers for the questions that have been received for Bid #3990DB -Two Way Motorola Radio System District Wide Upgrade.This addendum is issued asa part ofthe specifications documents for the above described project.Any changes incorporated in this addendum shall be considered asa part ofthe documents and shall supersede,amend,add to, clarify,or subtract from those conditions shown in the original Bid.This addendum,as well as any subsequentaddenda,maybeobtained through www.publicpurchase.com.It isthe responsibility of the vendor to monitor this web site for addenda. 1.BID SCHEDULE: Deadline forQuestions:August 20,2014 LastDatefor Addendums:August 25,2014-Auciust 29.2014 Bid Opens:September^2014 PostingofAwardRecommendation:September 15,2014 Board ActiononRecommendation:September 29,2014 Pleasenotethatthe bid schedule,including the opening date,willbe changed in the addendum that is issued on August 29,2014, Acknowledgement of Addendum by Vendor: This addendum shall be completed by Vendor and uploaded with the submittal package.This is to acknowledge receipt ofthis addendum,which will becomea part ofthe proposal document. Thisaddendum must besignedand returned inorderforyoursubmittaltobeconsidered. Communications ServiceCoofDaytona,Inc.d/b/aRadioOne Company Name Greg Parker Tfyped or Signature Regional Sales Manager Title September 10,2014 Date Page 1 of 1 Leading our Children to Success Superintendent: Susan Moxley,Ed.D. Procurement Services 29529 CR 561•Tavares •FL 32778 (352)253-6760 •Fax:(352)253-6761 •httorflake.k12.fl.us August 29,2014 Addendum #2 Bid #399©DB -TwoWay Motorola Radio System Dostrict Wide Upgrade This addendum is provided to answer the following questions and change the schedule for Bid #3990DB -Two Way Motorola Radio System District Wide Upgrade,This addendum is issued as a part of the specifications documents for the above described project.Any changes incorporated in this addendum shall be considered as a part of the documents and shall supersede,amend,add to,clarify,or subtract from those conditions shown in the original Bid.This addendum,as well as any subsequent addenda maybe obtained through www.oublicDurchase.com.It is the responsibility ofthe vendor to monitor this web site for addenda. Items1 -4 refertotheCost Proposal Form 1.Items 1,3 -The current MSRP does not include the total options of IPSQ Cap+,and LCP.Pleose seethe revised cost prooosol form. 2.Item 4-The MSRP for the antenna is the only price listed.The prices for theother materials needs tobe broken out aswell.Pleose see therevisedcostprooosol form. 3.Item 3-Does each repeater need to include a battery backup?The battery backup listed is designed to be usedpersite,not per repeater. Each siteneedsa battery backup system.Estimates are listed onthe revised cost prooosol form. 4.Item 5-Can weget clarification ontheterm "Balance of line Equipment". Pleaserefertothebiddocumentpage5.SectionH Pricing,item5. 5.Whatfrequency Range in UHF 450to470?To be determined when FCC licenses are assigned. 6.Do you have frequencies coordinated and licensed bythe FCC or will vendor provide these services atafee?TheSchoolBoardwillcoordinatethe FCC licensing. 7.What Digital formatdoyouprefer?DMR/MOTOTRBO 8.How manyvoice/textpathsdoyou require from eachrepeateron TX?Each repeater vM be configured touse ££tf?—the A&B slot witho template providedbvtheNetworkSecurity Systems Administrator. School Board Members: District 1 Bill Mathias District 2 Rosanne Brandeburg Districts Tod Howard District 4 Debbie Stivender District 5 Kyleen Fischer Page 1 of 1 9.What system outside the38 school repeaters will you hook to?All of the school repeaters will be connecting toour district IP Networkfor Interoperability. 10.No range parameters are stated,radio systems are not magic they are designed.What do you expect in range,(coverage)distance from repeater?Each School Property is different?True statement We expect each school propertytoreceive complete coverage. 11.Quality of communications,howdo you wantitto sound?What will you tolerate?We will only accepta radio system that works without issue within the school.All communications within the schools system shall be clear without interference. 12.Why isthereno mention oftowersor height?Towers will not be used.We will use antenna masts at Repeater locations. 13.Arethe repeaters tobe immediately linked by IP?Yes 14.Pursuant tothe following excerpt,I don't see attachment 9 in the bid package which is supposed to include the district's existing radio inventory."B-4)Awarded vendor shall maintain an updated inventory of District repeaters,radios and radio programming (frequencies,codes,etc.)organized by location.This list shall include purchase and warranty period.District shall receive updated copies of this inventory at the District's discretion.Attachment 9 is a current District inventory,in excel format.Any purchases under this bid must be placed onthe inventory list and maintained per LCSB instructions." You are correct This was on oversight However,upon review the current inventory does not reflect the data being requested.Awarded vendor shall maintain an inventory in excel format by location.The District inventory will include moke,model,frequencies,codes,purchase date and warranty period ata minimum. Only one school,joke Minneolo High will hgve existing radios that will remain on the inventory and that information willbeprovidedtotheawarded vendor. 15.When is this Site visit,with the Network Security Systems Administrator supposed to take place,after the award?If so,this is a variable that could affect price.After bid is awarded.This is why there is the request forcost /ft.forbothconduitandcoaxetc... 16.Page 3,Section C-3)The Contractor shall install the radio antenna in a location to provide the best possible coverage and in a location that will reduce the chances ofit being damaged or tampered with.The exact location for the Antenna shall be determined at the site visit with the Network Security Systems Administrator. Mounting should be secure enough to withstand wind in relation to the antenna size.Upon completion ofthe installation "as built"must be provided tothe Network Security Systems Administrator.All installation...When is the IP site connect expected to be operational?This year or when the entire upgrade is completed? IP site connection shallbe operational upon completion ofsite installation. 17.Page 3,Section C4)The repeaters must be configured for IP site connect for three (3)zones;North,Central, and South.The below excerpt refers to a product that is a Motorola exclusive.This is proprietary and is contradictory tothe alternate brand clause in the bid Paae 8.Section 18ofthe bid document indicates "except Page2 of 5 where otherwise specified/'The Board has standardized to Motorola Radio equipment as specified on poop P. section 3.paragraph2 of thebid document 18.Page 5,Section H2)Prices quoted for radio equipment shall be inclusive of radio,antenna,Impress battery, Impress battery charger,belt clip and vendor representative programming and site testing! The bid spec refers to qualified bidders being an authorized Motorola dealer.It also calls for Motorola certifications.This is contradictory to the following statement.This bid clearly indicates that you will accept alternatesifit meets spec.??? NO.See answer to 17 above. 19.Page 8,Section 18 "Equipment,or other items ofthis bid,identified by catalog or manufacturers number or by brand name are for the purpose of showing quality only,except where otherwise specified.Other Manufacturers or Brand names of proven equal quality,or better,will be acceptable.If bidding on an equivalent to that specified,state manufacturer and supply complete description of product offered,including brochures and specifications/'Here's some facts: -Motorola does have a proprietary single site trunking scheme called "Capacity Plus"TRBO radios are the only radios that will play in that technology! The Capacity Plus Technology will be used at multiple sites with multiple repeaters located at that site -TRBO radios (XPR 6500/6550)have GPS receivers built into them for tracking and fleet management solutions.Be advised this requires an expensive third party product in order to use the GPS functionality. -If the schools are going to use a single repeater,(XPR-8400)at asingle location and use voice/texting for primary communications,then Vertex Standard's VXD series products will interface with no problem.They will even work using the same batteries and chargers as the XPR-6500/6550!Ican offertwo radio paths at the same time per repeater. Pleose see the response toitem 17 above. 20.In looking at the XPR-3300;this is a non-display,non-GPS radio so texting and fleet management is out!This opens the door for eVerge as well,(Our EVX-530 series portables).Please see the response to Item 17 above. 21.The XPR-7550,has built in GPS RX'r,Embedded Bluetooth and is Rated "IS".Icannot meet the "GPS"spec but if they aren't using it,it shouldn't be adeciding factor.Ican give you blue tooth accessories with Pryme product for our radios.This will be used in future expansion of the system.Again see response to Item 17 above. 22.For Clarification,are "low voltage permits"required for this through the Lake County School Board?If so,are the costs of the permits to be included in the pricing ofthe installation pack,or should there be a separate line item for that pricing?What are the costs to pull the required permits?All permits are pulled through the School Board of Lake County's Facilities Deportment's Building Code Official There isnocostfor these permits. 23.Paae 2 of 10 Section3.Ahasbeenrevisedtoreadasfollows: A.Contractor Qualifications: 1)Contractor must be a manufacturer's authorized full line Motorola radio Channel Parmer systems dealerandshallsupplya copy ofdealer certificate aspartoftheirbid response. Page3 of5 2)Contractor must have a certified R56 Installer on staff throughout the contract and must supply proof of Certification aspartoftheirbid response. 3)Contractor shaljmuijX bean authorized warranty-service center for Motorola.Authorization shaH-ke included in bid response.This would include authorized warranty support.LCSB will not pay any shippingchargesforrepairwork. 4)Contractor must have a valid Internet Electronic Mail (E-Mail)address monitored frequently during business hours in order to receive District requests for service.E-Mail address tobe provided on the vendor response form.Vendor shall also provide contact information and escalation path should an emergency occur. 24.Thebid schedule has been changed as follows: BID SCHEDULE: Deadline for Questions:August 20,2014 LastDatefor Addendums:August 25,2014 August 29.2014 Bid Opens:geptegfeer 2,2014 September 10.2014 (a).2:00PM PostingofAward Recommendation:September 15,2014 October L 2014 BoardActionon Recommendation:September 29,2014 October 13.2014 25.Page7 of 10 section 8hosbeenrevisedtoreadasfollows: BIDDER QUALIFICATIONS:The following items shall be included with bid response.Failure to do so may result in disqualification. A.Project references,3 minimum with similar experience.(Attachment 2) Bidder must download forms to complete.Once completed bidder must upload documents to bid. B.Copies of allapplicablelicenses. Upload licenses tobid. C.Copies of allapplicablecertifications. Uploadtobid. D.Copies of Motorola authorizations. Upload tobid 26-PaZe 9 °fJ0 section 29 has been revised ro read as follows:BID RESPONSE REQUIREMENTS/FORMS: When submitting a bid through www,publicpurchase.com the following items shall be included with bid response.Downloadforms,complete requiredfields and signatures.Upload with allrequired attachments with submittal.Failure todoso may result in disqualification. A.Signature and Information Page (Attachment 1) B.Bidder Qualifications (See paragraph 8) C.Reference Form (Attachment 2)3 required D.Brochures and Specifications (As required in paragraph 17) E.Federal Debarment Form (Attachment 3) F.Public Entity Crimes Affidavit (Attachment 4) G.Non-Collusion Affidavit (Attachment 5) H.Conditions for Emergency/Hurricane or Disaster (Attachment6)(Attachment7) I.Cost Proposal Form (Attachments 10) Page4 of5 Please note that the opening date has changed All bids shall be submitted throuahwww.publ.cpurchase mm,by no later than 2:00 PM,local time,on,Wednesday,September 10 Slf Acknowledgement of Addendum by Vendor:~~ I^nnl^dUm Shai'b®comP!?ed by Vendor and uploaded with the submittal package.This is toSEE?9 f^P °!addendum,which will become a part of the proposal document.Thisaddendummustbesignedandreturnedinorderforyoursubmittaltobeconsidered. Communications Service Co.of Daytona,Inc.d/b/a Radio One Company Name Greg Parker .„ —-_-<=r—-—-.^—;Regional Sales ManagerNap»e^TyipedcXP£^dX___-^yj^- V^^^r^~~~~~~v^September 10,2014 Si9naTure -—•Date" Page5 of5 3 10 11 12 13 14 15 16 17 18 19 Est Quan tity 2014 2015 324 324 324 324 324 324 324 324 324 10 324 11 49 12 49 Est Quan tity 2015- 2016 266 266 266 266 266 266 266 266 266 266 38 38 H ATTACHMENT10 REVISED COSTPROPOSALFORM BID H3990DB Complete all rows in Columns F(%of Motorolas's current MSRP)and H (Unit Price)that are not filled with lines Columns H(Unit Price)and I(Total)filled with lines will calculate automatically with the exception of the additional warranties. Est Quan tity 2016- 2017 RADIO ONE 7041 Grand National Drive Suite 116 Orlando,FL 32819-8987 Description No Substitutes for the Motorola Items. Portable Radio,MotorolaXPR3300,Model tf AAH02RDC9JA2JM,UHF,4w,16Ch,NonDisplay216 216 StandardBattery,Motorola STDBAT0446 216 Standard Charger,Motorola STDCHG0446 216 UHF Slim Whip Antenna Motorola QA02304 216 Standard Model Box,Motorola STDBOX0446 216 Standard2YearWarranty,Motorola STDWAR0446 216 1-yearServicefrom the Start-LITE,Motorola Q884 216 2-year Service from the Start-LITE,Motorola H885 216 3-yearServicefrom the Start-LITE,Motorola H886 216 28 28 IP Site Connect Upgrade,Motorola HKVN4154 PortableRadio,Motorola XPR 7550,Model # AAH56RDN9KA1_N,UHF,4W,1000Ch,Display, StandardBattery,Motorola STDBAT0871 20 21 22 23 24 25 26 27 28 29 30 31 32 33 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Est Quan tity 2014- 2015 49 49 49 49 49 49 14 12 14 14 14 14 14 14 Est Quan tity 2015- 2016 38 38 38 38 38 38 12 12 12 12 12 12 12 12 Est Quan tity 2016- 2017 RADIO ONE 7041 GrandNational 0/lBB Suite 116 Orlando,FL 32819-8.982 Description No Substitutes for the Motorola Items 28 Standard Charger,Motorola STDCHG0871 28 UHF Slim Whip Antenna,Motorola QA02304 28 Standard Model Box,Motorola STDBOX0871 28 Standard 2Year Warranty +1 Year Service from the Start LITE,Motorola STDRSA0871 28 1-year Service from the Start-LITE,Motorola Q884 28 12 12 12 12 12 12 12 12 2-year Service from the Start-LITE,Motorola H885 Repeater,Motorola XPR8400,Model #AAM27QPR9JA7BN,UHF,25-40 Watt CapacityPlusSingleSiteDigital Trunking Upgrade, HKLN4427 Duplexer,406 -500 MHZ,rack-mount,Motorola DSCP10725TUNED TX Interconnecting Cable,Motorola 0112004B04 TX Interconnecting Cable,Motorola 0112004U04 RackMountduplexer/Filter-Enclosure Kit,including mounting screws,Motorola PMLE4548 Antenna,3.8 DB Omni,Motorola DQDB404B Standard2YearWarranty,Motorola 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 41 42 43 44 45 46 47 48 49 50 Est Quan tity 2014- 2015 140 1400 700 100 100 14 14 14 14 Est Quan tity 2015- 2016 120 10 1200 600 100 100 12 12 12 12 Est Quan tity 2016- 2017 RADIO ONE bwWi 7041 Grand National 0/8® Suite 116 Orlando,FL 32819*8987- Description No Substitutes for the Motorola Items. %off Motorola's Current MSRP(This% shall be firm for the entire contract period.) Only Percentage in this column Hourly Rate for Installation (tapcons,fire caulk,boxes,|p clips,sleevesetc.included inrate)120 50 HourlyRateforRepairs 1200 Conduit Antenna Coax,1/2"Superflex,CommScope FSJ4-50B orequal600 100 100 12 12 12 12 Grounding Cable ft 2,Wireless Solutions WSGW-2- 19STGor equal Grounding Cable #6,Wireless Solutions WSGW-6- 19STG or equal GroundLugs,ThomasandBetts54855BEor equal Ground Lugs,ThomasandBetts54852BEorequal Antenna Mast EX:CommScope MT-220-120 orequal MastWallMountsCommScopeMTC300901orequal Totals without additional warranties Current MSRP Unit Price 80.00 80.00 Per Foot Cost 2.50 2.50 3.00 2.00 Per Each 4.00 3.00 S 101.00 45.00 Total 30,400.00 5,200.00 9,500.00 4,750.00 900.00 600.00 152.00 114.00 3,838.00 1,710.00 s 722,848.08 Based onthe feasibility ofthecostproposedfortheadditionalwarranties (items 7,8,9,17,18,27,28 &29)a decision will bemadewhetherto include these additional warranties in award. 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 27 28 29 30 31 32 33 34 35 36 37 38 Est Quan tity^ 2014- 2015 14 14 14 14 42 28 14 14 14 14 14 14 39 $1,000 40 $200 Est Quan tity^ 2015- 2016 12 12 12 12 36 24 12 12 12 12 12 12 $1,000 $200 Est Quan tity^ 2016- 2017 12 12 12 12 36 24 12 12 12 12 12 RADIO ONE 7041 GrandNational UfM Suite 116 Orlando,FL 32819-8982 Description No Substitutes for the Motorola Items. 1 year Service from the Start-LITE,Motorola G400 2 year Service from the Start-LITE,Motorola G24 3 year Service from the Start-LITE,Motorola G398 Connectors,NF,Motorola TDN8810A Connectors,NM,Motorola DDN9682A Ground Kits,CommScope 241088-1 or equal Rack,84"x 10"Open Aluminum,Flat Black,Cooper B LineSB556084XUFB or equal RackScrews,12-24 x 1/2",100/box,Bud Industries 9260C orequal Polyphaser,Motorola DQIS-B50HN-CO ACSurge Suppressor,10"12 Outlets,15A,Motorola DSDRS1215 12V,200 AH,Battery Rack System,Ventev RP12S-2 1948-MT84 orequal 12 Battery Wire Harness,Ventev CP-BCR-WK or equal $1,000 $200 %Discountfrom MSRP forBalanceofline Equipment %Discountfrom MSRP for miscellaneous parts or accessories. SOLUTIONS Service Specialist Asa Motorola Solutions Service Specialist,RADIO one-Communications ServiceCo.isan authorized Motorola warranty station,iseligiblefor Motorola service subcontracts,and meets Motorola's requirements including: Motorola PartnerEmpower Radio Solutions Partner EnvironmentalHealth &Safety Policy,a commitment tomeeting environmental,health and safety standards and to maintaining a safe and healthy workplace. Businessand Liability Insurance,WorkersCompensationinsurance,Automobile andUmbrellas Liability insurance Information Security Policy,a robust policy to secure the information assets of all customers Tax and Business Certificates Calibrated Test Equipment Service Technicians with CET technical certifications,Motorola R56Site Installer certification Certified Service Center CERTIFIED SERVICE CENTER 933BevilleRoadSuite103ASouthDaytona,FL 32119-1758 800-771-9191 service@radiolinc.com radiolinc.com rOT©HO£,^SOLUTIONS September 10,2014 Communications ServiceCo.of Daytona Inc.DBA Radio One 933 Beville Rd South Daytona,FL 32119 Dear Sir or Madam: Thisletterrepresentsthat Communications Service Co.of Daytona Inc.DBA RadioOne currently mayusethe following Motorola subcontractor service status designations while acting asa subcontractor to Motorola on a service contract: Motorola Service Specialist Asa Motorola ServiceSpecialist,CommunicationsServiceCo.ofDaytona Inc.DBARadioOne may,whileactingasa Motorola subcontractor,perform maintenance,installation and warranty services for select Motorola productssuchastwo-way radio systems,consoles,andsubscriberunitsCommunications ServiceCo.of Daytona Inc.DBARadioOnehasan authorized service location inSouth Daytona,FL.Being a Motorola Service Specialistmeansthat Communications ServiceCo.ofDaytona Inc.DBARadioOne meets Motorola's high levelofservice requirements including compliance with Motorola's internal Environmental Health and Safety policy.In addition,Motorola requiresthataminimumnumberofaService. Partner's techniciansachieve certification andmeet rigorous training requirementsnecessaryto perform certain services onbothnewandexisting Motorola radio systems andsubscribers. CommunicationsServiceCo.ofDaytona Inc.DBARadioOneisalsoauthorizedto perform warranty repair services atthelocationslistedabove.Assuch,CommunicationsServiceCo.ofDaytonaInc.DBARadio Onecan,whileactingasa Motorola subcontractor,perform warranty servicesforonlythosetwo-way radio productsitis authorized byMotorolatoresell. Pleasenotethatthe Motorola ServiceSpecialist designation expireson12/31/2014atwhichtimeit will be reviewed byMotorola. Also please note thatthis designation isinternaltoMotorolaandisonly intended for use byMotorolato differentiate between its service subcontractors.Thedesignationappliesonlywhen Motorola Service Specialistsare performing workunderthedirectsupervisionof Motorola asasubcontractorwith access to Motorola technical support,andMotorola makes no representations about and accepts no responsibility for the abilityor performance of such Service Specialists when these entitiesareacting independently.This designation does notprohibit any Service Specialist fromoffering independent services toa customer. If you have any additional questions,please do not hesitate to contact me. Sincerely, Kimberly Gremo Service Partner Program Telephone:847-576-5404 Email:kimberlygremo@motorolasolutions.com North Amcncnn Retro'] DonJcrft Awn (NAT?DA/NASD| •1700 W Ufa?Ave. Qcnvicw.il 60025 SoT^'o^iT'^vi-"^",cc,m ww.uniteclRmliwiroin 847-39S-3077 i Prof«TH-«*onnJ Scrvicr Ansn (PSA) 71 Col umbin Street Cohocs.NY 12017 •u-ww.paau-nrld .com "~"777-S85J t.*m:rrl Scnnccrw Annnrintton JUSA) One Pfctutlcnt W«v Stc 106 Wobum..".TA 01 SOI w\m-.unn!ia Wwn-.imiT«1f^rvif<»r«.rom 847-39S-30' 300-6SS-255S IJRM Sot-vim Stnhon*. (USMSS-. •I»277 ,N Bjviidc Dr. Antiocb.IL 60002 Expiration Date August,08 R56 Installer has successfully completed the technical examinations andrequirements tobe universally recognized for competency,ability,and knowledge asanR56 JnstaJJer (non-auditor statusJ.To berecognizedforthiscredentialpracticingtechnicians mustpass examinations inthecore concepts requiredinthe installation of a communications site,basedontheR56 industry codes and standards.Only toptechnicians are ableto accomplish this feat.The Elecwonics Technicians Association lakesgreatprideinpresentingthis official recognition totheabove- named expert electronics technician.His/hernamehasbeenpublishedintheHigh-TechNews Journal,embeddedin the CETpermanent data base,andis available forrecognition by officials ofthe industry-This individual maydisplaytheR56identificationitemsor advertise his level of accomplishment as aninstaller.Congratulations fromETAofficersand members andthe electronics industry,Recertification lakes place every four (4)yearsandmaybe accomplished bytestingin the same electronics technology discipline attheendofeachfour-year period. ETA <%International Greencastk.Indiana www.cta-i.org t_> Teresa J.Maher.CSS -President Expiration Date Jean W.Harden,K56156647 ocoa,Florida has successfully completed the technical examinations and requirements fobe universally recognized for competency,ability,nnd knowledge asan HSG Installer (non-auditor stains).To he recognized forthiscredential,practicing technicians must pass examinationsinthecore concepts required intheinstallation of a communicationssite,based onthe tiljfi industry codes and standards.Onlytop technicians are able to accomplish thisfeat.The IElectronics Technicians Association takes great pridein presenting thisofficialrecognitionfothe above- named expert electronics technician,His/her namehas been published intheHigh •lech News journal,embedded inthe CETpermanent database,andisavailableforrecognitionbyofficials of theindustry.Thisindividual may display the R56 identificationitemsor advertise his level of accomplishment as an installer Congratulations fromEVA officers and members and the electronics industry,Recertificationtakes place every four(4)yru/s and may heaccomplished by testing inthesame electronics technology disciplineattheend of each,four year period, ETA®International Greencastle,Indiana www.efa-t.org Accrodltod By TerosnJ.Maher,CSS ••President ^•I^lllPS^- dup)unjj_[e^6in 9ijq-9|dusq r!aximize vol ^aoar Doyouhavealargenumberofemployeeswhoareorganizedinto multiple work groups and need to share business-critical voice and data communications within a single building,ona campus,orata manufacturing facility?Isyourbusiness growing towhereyounowneedatwo-way radio communication solution withexpandedvoiceanddata capacity?Are you currently using an analog trunking system,butare ready totake advantage ofthebenefitsof digital technology?If so,MOTOTRBO Capacity Plus isthe solution foryou! MOTOTRBO isastandards-based,digital two-way radio communication system thatdeliverstwicethe calling capacityofanalogsystems,aswellas integrated data communications,enhanced voice communications and longer battery life.With Capacity Plus,you canfurther expand the capacity ofa MOTOTRBO two-way radio system.Capacity Plus isa scalable,single-site trunkingsolution that enables overa thousand MOTOTRBO radio users to sharebothvoiceanddata communication onthesamesystem. Idealforresorts,hotels,hospitals,warehouses,manufacturing plantsand othermediumtolargesingle-site facilities,CapacityPlusallowsyourwork forceto quickly andefficientlysharealargeamountofbusiness-critical communication—resultinginincreased productivity foryourbusiness. An efficient and cost-effective way to expand your communication system. MOTOTRBO Capacity Plus isa unique,efficient two-way radio solution that provides reliable digital technology combined with the many benefits of traditional trunking systems.Employees can utilize both voice anddata communication,all onthesamesystemandwithout having toadd new frequencies.This intelligent software solution enables you to maximize the full capacity of your MOTOTRBO system and quickly transmit business-critical information all while eliminating the need to purchase additional infrastructure. CapacityPlusallowsyoutobothexpandand efficiently maximize thecapacityofyour MOTOTRBO two-way radio system—providing your work force with the idea!communication solution. •m> Jf :2m rpQ Li iv exiDihtv vcu neei Capacity Plus expands a MOTOTRBO""system by enabling you to link up to 12 voice paths and 24 additional dedicated data paths—and depending on your needs,accommodates as many as 1,200 users.By using a combination ofthosetalkpaths,Capacity Plus gives you the flexibility toaddressthe communication needs of your business—including voice communication,multiple data applications ora combination of both.While employees continue touse up to 12 talk paths for voice communication,the additional 24 dedicated data paths canbeusedto enable faster sharing of information suchas GPS location coordinates,textmessages,work order tickets and much more. MOTOTRBO Capacity Plusisahigh capacity,voice and data communication solution that: °Delivers 5times*the capacity ofan analog conventional systemandupto 3 times*the capacity ofananalogtrunking system •Delivers 2 times*the capacity ofa MOTOTRBO digital conventional system •"Trunks"upto 12 digital voice talk paths 9 Allowsupto 24 additional dedicated data paths •Accommodates up to 1,200*radios °(Integrates both voice anddata applicationssuchasGPS-enabled location services,textmessaging, telemetry andmuchmore,on the same system o Offers system-wide callingcapability to communicate with all personnel atonce •Supportsthe MOTOTRBO RepeaterDiagnosticandControl (RDAC)utility to help ensurethe continuous performance ofyour system •Integrateswithexisting MOTOTRBO systems viaa simpBe,software upgrade "Actual resultsmayvary depending on system configurationandusage. SVIiqrate to the benefits OI U!i it''wil i -i.OJ il Digital technologyprovidesbenefitstoyourbusiness,including integratedvoiceanddatacapabilities,clearervoice communicationandmuchmore.MOTOTRBO radios,withanoptionboardupgrade,can operate onyourexisting LTR®or PassPort®analogtrunkingsystemtoday.Thenwhenyouareready,andwithaCapacityPlussoftwareup grade,youcanbeginmigratingtodigitaltrunkingatyourown pace—one talkgrouporone department atatime. ^^^^^&^^fi0W^"'"••'•&; iVtOTOTRBO"'Profssstomal DigftaJ Tyvo-Wsy Hedco Systemn. MOTOTRBO combines thebestof two-way radio with digital technology to bring you increased capacity, clarity,spectral efficiency and integrated data applications.With anopen versatile portfolio of portable and mobiletwo-wayradiosaswellasaccessories,MOTOTRBO offersanopen,standards-basedsolutionthatis bothcost-effectiveandeasily tailored tomeetthe communication needsofyourbusiness. •Utilizes TDMA technologyto deliver twicethe calling capacityof FDMA andanalog radios •Offersupto40%longerbattery life than FDMA andanalogradios •Requireshalftheinfrastructurecostsof FDMA digital solutionsasasecondcalldoesn't require a second repeater °Supportsdata applications suchastextmessaging,GPS-enabled applications andmore °Providesclearvoicecommunicationbyrejectingstaticandnoise •Meetsdemanding specifications—IP57 for submersibility inwater;U.S.Military and Motorola standards fordurabilityand reliability •Offers intrinsically safeoptionsforuseinlocationswhereflammablegas,vaporsorcombustible dust may be present •Utilizes Motorola's state-of-the-art IMPRES™technology inbatteries,chargersand audioaccessories,providing longertalktimeandcleareraudio delivery °Built tothe globally recognized European Telecommunications Standards Institute (ETSI)Digital Mobile Radio (DMR)Tier2digitalradioopen standard •Provides easy migration from analog to digital with the ability to operate in both analog or digital mode °Fully backedbyatwo-year warranty plusone-year Repair Service Advantage (US only)/ Extended Warranty(Canadaonly) www.motorola.com/mototrbo Motorola.Inc. United States: 1301E.Algonquin Road Schaumburg.Illinois 60196 Phone:1-800-422^210 TTY:1-300-522-5210 Fax:1-800-622-6210 MOTOROLA ond tho Stylirod M Logo oro rogis:orod ii ©Motorola.Inc.2009 RC-JO-2012 POD 07/09 thoU.S.Potont andTfodorno'k Office.All othor product or sorvtco nomco orothoproperty of thoir rogJctorod owners. Extend your reach,improve your performance IW£LEBME PEMF®EMMMfSE ITM Does your businessneedto communicate acrossdispersed geographical locations,acrossalargeareawith physical barri ersorhave seamless coverage within a high-rise building? IP SiteConnectenables you to extend thereachof your MOTOTRBO two-way radio system todo just that.This softwareallowsyouto link severalsingle-site systems via a standardIPnetwork,openingthedoorto uninterrupted voice anddatacommunicationwithoutgeographical limitations. With IP SiteConnectyoudon'thavetoworryabout physical barriers,manual intervention for roaming,limited coverage or lost functionality.Andtherearenomonthlyserviceor access fees to factor in.All that's required is an IP connection anda desire for extended communication coveuqe. vx>•% 'i&t^^ A&'^^0-'"?£'~^S^£rr'^''"--i^:3&iP^^ :^^^mqM^ Link repeaters,locationsand people. ...:^~ '•^§gj$^ IP Site Connect,a digital feature of MOTOTRBO,enables you to link upto15 repeaters—at a single site or across multiple locations—instantly creatingareliablelocal-and wide-area communications network* Now,auseratoneof your coverage locations canshare business-critical voice and data with usersat any ofyourother geographical locations,anywhere in the world.You canalsocreate contiguous wide-area communication by linking adjoining coverage areasor eliminate the impact of physical barriers ata single site—you simplyshareyourvoiceanddata via an IP networkusing MOTOTRBO radios. °Network upto15 repeaters •Sharevoiceanddataacross geographically dispersed facilities °Seamlessly roam from site tosite with no manual intervention or interruption,creating a contiguous coverage area °Eliminate the impact of many common physical barriers,such as tall buildings or mountains,by networking users together through anIP connection •Utilize new MOTOTRBO radios,repeatersanddata applications—or existing MOTOTRBO equipment via software upgrade •Communicate on site andovera wide areafrom the same repeater °Monitor and manage your system via repeater diagnostics and control utility 'Using IP Sito Connect asa wido-aroa networkbylinkingupto *5 repootors,does not increooo systom capocity.-Tho numberof usors islimitedto tho samo copacity os a single-site channel andis determined by the amount of voice and data transmissions for that channel;however,yourexisting capacity cannowbe extended to disperse geographical locations anywhere intheworld. f4 Cross-connect across the globe. A key featureof IP Site Connect isthe ability to automatically connect MOTOTRBO users utilizing differentfrequency bands,broadening thescope ofyourtwo-way communication capabilities.So whether they're residingon VHF or UHF,orin another city,state or continent,MOTOTRBO enables users at disperse geographicallocations to communicate at the push ofa button. -\£\r^'r " •Allows youtosharevoiceand data applications suchastextmessagingor GPS-location tracking across anunlimited geographical area °Expands coverage forconventionalusersby allowingyoutonetworkmultiple repeaters ata single site or dispersed locations °Givessystemadministratorstheabilityto monitor and control repeaters withinyour analog ordigital system •Keysup all radios ona wide area channel,allow ing users to monitor communications from remote locations in their network •Enables users to seamlessly roam between sites ofawidearea system without havingtophysically change channels •Utilizenew MOTOTRBO radios,repeaters and data applications—or existing MOTOTRBO equipment via software upgrade °Improves overall business communications and vis ibility by allowing youtotrackor send a message toanydeviceinawideareafromasingle server ^®^&f^';^ !!"il th IP Site Connect can extend the reach of your MOTOTRBO systems to locations virtually anywhere in the world.For example,MOTOTRBO users ata manufacturing plant in the United Statescan communicate in real-time with workers atupto14 other warehouses,distribution centersor satellite locations scattered across multiple cities,states,countries or continents.You can also eliminate issues caused by interference and physical barriers such as equipment,buildings,mountains or other structures.All that's required are MOTOTRBO radiosandanetworkedrepeaterateach location. •--"I °Network upto 15 repeaters atlocations anywhere in the world °Cross-connect withdifferent frequencies °Automaticallyroamfromonecoveragearea to another with no manual intervention or interruption •Utilize new MOTOTRBO radios,repeaters anddata applications—or existing MOTOTRBO equipment via software upgrade •Monitor and manage your system via repeater diagnostics and control utility In a campus setting,two-way radio communication systems can face a number of logistical and operational challenges.For example,in a large resort or institution,users can experience communication difficulties due to the presence of buildings or metal structures,effectively cutting them off from other colleagues.IP Site Connect can eliminate the problem completely by networking your system through an IP network,creating continuous umbrella-like coverageforyour business. With repeaters strategically located throughout the campus you ensure uninterrupted coverage and unrestricted mobility both inside and outside.Users across the campus can share voice and data quickly, improving everything from securitytosafetytocustomer satisfaction. °Network upto15 repeaters across an entire campus °Automatically roamfromonecoveragearea to another with no manual intervention or interruption »Utilize new MOTOTRBO radios,repeaters and data applications—or existing MOTOTRBO equipment via software upgrade •Monitorandmanageyour system via repeater diagnostics andcontrolutility IP SiteConnectenhancesyour MOTOTRBO"two-way coverageinanumberofimportantways.For example,anentirehigh-risestructuresuchasanofficeorhotelcanprovide seamless voiceanddata coverage with just afractionofthe repeaters typically required.The automatic site-roamingfeaturealso eliminatestheneedforusersto physically changechannelsastheymovethroughthe building,dramatically improving communication andproductivity. °Expandvoiceanddatacoverageviathenetworkingofupto15 repeaters •Automatically roamfromonecoverageareatoanotherwithnomanualinterventionor interruption •Utilize new MOTOTRBO radios,repeaters anddata applications—or existing MOTOTRBO equipment via software upgrade •Monitorand manage your system via repeater diagnostics andcontrolutility ^CTCTRSO'"?rcfess?o^a:Dcgit£5 Twc-Wsy Radio S^s'lsm. MOTOTRBO combines the best of two-way radio with digital technology to bring you increased capacity,clarity,spectral efficiency and integrated data applications.With a versatile portfolio of portable and mobile two-way radios as well asaccessories,MOTOTRBO offersa private,standards-based solution thatis both cost effective and easily tailored.Whether you need workforce communication atthesiteof your businessor you needto extend your com munication reach,MOTOTRBO isa complete package for your organization's unique communication needs. •Utilizes TDM Atechnology to deliver twice the calling capacity of FDMA and analog radios °Supports,data applications such as text messaging and GPS-location tracking •Provides clearvoice communication by rejecting staticand noise °Enables added functionality such as dispatch data and enhanced signal calling •Fully backedbyatwo-yearwarranty -.-;•,-•--;••=•^^;-.- -2:--•'•-.•*••••£&£[*:%-' <#jsipl£S"."• PRODUCT SPEC SHEET MOTOTRBO""XPR 3000 SERIESPORTABLE RADIOS /"-,'jjj f--i « •#^r^r*"»K*/--'1 :>i^4^i <§&>B w mjj m M i 3 m m i]©Hi y\ui\j-j itl/S) "~3 A3 U Ll sftei j|:'"'""'<V'\I n.\r •N \\\\Mi fe"M'^W^'3|A/y\ 13 £'Ji '&i t "i r^za sej 3U:run^an I.te n\^ Monitoring supply needs on a manufacturing line or reporting an emergency on school grounds,how do you keep employees connected and students safe?MOTOTRBO digital radio solutions can help by putting the power of digital communications within reach. Versatile and powerful,MOTOTRBO combines the best of two-way radio functionality with the latest digital technology.XPR 3000 Series radios offer best-in-class audio in a scalable solution to meet your communication needs.Because they are also analog interoperable, you can make the transition to digital at your own pace and budget. The XPR 3000 Series radios can remaster your workplace and the way people collaborate to help you achieve even greater productivity,safety and cost-effectiveness. mjJm PRODUCTSPEC SHEET MOT0TR80™XPR 3000 SERIES PORTABLE RADIOS The XPR 3000 Series offers a compact and lightweight design,making itcomfortable for users to carry during long work shifts.Controls are designed to optimize ease of use,including an innovative new connector design that allows accessories tobe securely attached and detached in seconds,without the use of any tools. EiHAWCED PRODUCTIVITY AFJB EFFICIENCY The XPR 3000 Series offers plenty offeatures to make workers more efficient.The two-line display and navigation menu on the XPR 3500 portable is intuitive and easy- to-use,so workers canstayfocused onthe job at hand. Enhanced features such asvoice announcement provide audible confirmation ofchannel and zone changes without having to look atthe radio,and convenient one-touch accessbuttons provide quick accessto favorite radio features. INDUSTRY-LEADING AUS31Q When it comes to exceptional audio clarity,the quality ofdigitalcan'tbedenied.Withthe XPR 3000Series portables,you get digital audio clarity throughout your coverage area plus unique features to help your employees hear and speak clearly,wherever they work. Increased background noisesuppression filters out unwantedexternal clamor-from the rumble offorklifts tothe buzz of school hallways.And withourexclusive Intelligent Audio feature,the radio volume automatically adjusts to compensate for background noise,so workers don't need to adjust their radio volume to avoid missing a call in loud situations ordisturbing others when they move intoquietplaces.IMPRES™audio accessories also enhances noise suppression and improves voice intelligibility for smarter audio than they've ever experienced. m HIGH-POWERED PERFORMANCE Because the XPR 3000 Series uses TDMA digital technology,it delivers twice thecalling capacity plus clearer voice communications.When it comes to battery performance,these radios operate up to 40 percent longer between recharges compared to analog.In addition, the leading-edge IMPRES™technology inour batteries, chargers and audio accessories also ensures longer talk timeand clearer audio. MIGRATE AT YOOB OWNPACE Keeping operations running smoothly during a change in communication systems isvital to your operation.It's easy to migrate to digital because the XPR 3000Seriesradios operate in analog and digital mode while the dynamic mixed mode repeater functionality streamlines automatic switching between analog and digital calls.So you can begin using MOTOTRBO radios and repeaters on your existing analog system,and when your time and budget allow,move to digital at your own pace. SCALABLE TO WIEETY0UH NEEDS Your workforce is hard at work every day -getting students home safely,unloading cargo,checking inventory and checking on guests.That's why you'll appreciate the easyflexibility andscalability ofthe XPR 3000Series tofit your changing needsand coverage area.All ittakesisa simple software upgrade to add key features like enhanced scrambling forincreased voice privacy orthe transmit interrupt suite to prioritize critical communication exactly when it's needed. Other optional software upgrades can also expand coverage orcapacity.IP SiteConnect dramatically improves customer service and productivity by using the Internet to extend coverage tocreateawidearea network, enhancing single site coverage orgeographically linking dispersed locations.Capacity Plus single-site trunking expands capacity to over 1,000 users without adding newfrequencies.Linked Capacity Plus leverages the high capacity of Capacity Plus,withthewidearea coverage capabilities of IP SiteConnect to keep your staff connected with an affordable wide area trunking solution.Sowhether youwant expanded coverage atasinglesiteoracross multiple ones,the XPR 3000 Series canbe scaled to your business and budget. DAY-IRS,DAY-OUTDURABILITY The XPR 3000 Series meets demanding specs,including IP55 forwater protection and U.S.Military 810 C,D,E,F and G.It's backed bya two-year StandardWarranty and minimum one-yearwarrantyforaccessories. PRODUCT SPEC SHEET MOTOTRBO™XPR 3000 SERIES PORTABLE RADIOS XPR 3000 SERES SPECIFICATIONS VHF UHF VHF UHF Channel Capacity 128 128 16 Frequency 136-174 MHz 403-512 MHz 136-174MHz 403-512 MHz IMPRES Hi-Cap Li-ion Non-FM (2150 mAH)Battery IMPRES SLIM Li-ion (1500mAh} Battery Core Slim Li-Ion (1500 mAH)Battery PowerSupply Operating Temperature Height(H) Width (W) Thickness (TJ Weight Height(H) Width(W) Thickness(T) Weight Height(H) Width(W) Thickness(T) Weight 4.B0 inch/122 mm 2.20 inch/56 mm 1.64 inch/4l.7mm 10.802(305g) 4.80 inch/122 mm 2.20 inch/56 mm 1.43 inch/36.4 mm 10.0oz(285g) 4.80 inch/122 mm 2.20 inch/56 mm 1.43inch /36.4 mm 10.0oz(285g) 4.80inch/122mm 2.20 inch /56 mm 1.64 inch/41.7 mm 10.0oz(285g) 4.80 inch/122 mm 2.20 inch/56 mm 1.43 inch/36.4 mm 9.3oz(265g) 4.80 inch/122 mm 2.20 inch/56 mm 1.43 inch/36.4 mm 9.3oz(265g) 7.5V(Nominal) -30°-+60°C FCC Description A3Z99FT3088 ABZ99FT4089 ABZ99FT3088 ABZ99FT40B9 ICDescription 109AB-99FT3088 109AB-99FT4089 109AB-99FT3088 109AB-99FT4089 IMPRES SLIM Li-ion (1500 mAh]Battery Core Slim Li-Ion (1500 mAH)Battery IMPRES Hi-Cap Li-ion Non-FM (2150 mAH)Battery APPLICABLE MIL-STD METHOD PROCEDURES Low Pressure 500.1 1 High Temperature 501.1 1.11 LowTemperature 502.1 1 TemperatureShock 503.1 Solar Radiation Rain Humidity Saltfog Dust Vibration Shock m 505.1 506.1 509.1 510.1 I 514.2 Vlll/F.Curve-W 516.2 I.II Analog:8hrs Analog:8hrs Digital:11.5hrs Digital:11.5hrs Analog:11.5 hrs Analog:11.5hrs Digital:16.5hrs Digital:16.5hrs mmsS^^UMmmmsm^m^^^^m^^m METHOD 500.2 501.2 50£2 503.2 505.2 506.2 507.2 509.2 510.2 514.3 516.3 PROCEDURES II I/A1.II/A1 I/C3.II/C1 I/A1/C3 1,11 I 1/10.11/3 I.IV METHOD 500.3 501.3 502.3 503.3 505.3 506.3 507.3 509.3 PROCEDURES II I/A1.II/A1 I/C3.Il/Cl I/A1/C3 I METHODPROCEDURESMETHODPROCEDURES 500.4 500.5 501.4 I/Hot ll/Hot 501.5 l-Al.l 502.4 I-C3.Il/Cl 502.5 Ul 503.4 503.5 l-C 505.4 505.5 506.4 506.5 I.Ill 507.4 507.5 509.4 509.5 510.3 .1 510.4 I 510.5 1 514.4 1/10,II/3 514.5 1/24 514.6 l-cat24.ll/5 516.4 516.5 I,IV 516.6 I.IV.VI PRODUCTSPECSHEET MOTOTRBO™XPR 3000 SERIES PORTABLE RADIOS ^K^^^^a^mm^msi VHF 136-174 MHzFrequencies Channel Spacing Frequency Stability Analog Sensitivity (12dB SINAD) Typical Digital Sensitivity Intermodulation (TIA603D) Adjacent Channel Selectivity fTIA603AMT Adjacent Channel Selectivity (TIA603D)-2T Spurious Rejection (T1A603D) Rated Audio AudioDistortion @RatedAudio HumandNoise AudioResponse Conducted Spurious Emission (TIA603D) OperatingTemperature Storage Temperature Thermal Shock Humidity ESD Dustand Water Intrusion Packaging test UHF 403-512 MHz 12.5 kHz/25 kHz* ±0.5ppm 0.3uV 0.22uV (typical) 5%BER ©0.25uV (0.19uV typical) 70 d8 60dBm 12.5kHz/70dB@ 25 kHz* 45d3 @ 12.5kHz/70dB @ 25kHz* 70dB 0.5W 5% 3%(typical) *-40dB @ 12.5kHz /-45dB@ 25 kHz* TIA603D -57 dBm •-30°C/+60°C '-40°C/+85°C PerMIL-STD Per MIL-STD IEC 61000-4-2 Level3 IEC60529-IP55 MIL-STD 8100 andE motorolasolutions.com/mototrbo ::^.:^M^sk^s}^sSk^i.x^S^Y^r.-i-^^iJL^^ VHF UHF Frequencies 136-174 MHz403-512MHz Channel Spacing 12.5kHz/25kHz* Frequency Stability ±0.5 ppm LowPower Output IW IW High Power Output 5W 4W Modulation Limiting =2.5 kHz®12.5kHz ±5.0 kHz®25kHz* FMHumandNoise Conducted/RadiatedEmission AdjacentChannel Power Audio Response AudioDistortion 4FSK Digital Modulation Digital Vocoder Type DigitalProtocol '-40 dB@12.5kHz '-45 dB@ 20/25 kHz* -36 dBm <1 GHz '-30 dBm>1GHz 60 dB@ 12.5 kHz 70dB@25kHz- TIA603D 3% 12.5 kHzData:7K60F1D &7K60FXD 12.5 kHzVoice:7K60F1E &7K60FXE Combination of12.5kH2VoiceandData: 7K60F1W AMBE+2™ '-ETSITS102361-1.-2,-3 MOTOTRBO DIGITAL REMASTERED. MotorolaSolutions.Inc. 13D1 East Algonquin Road,Schaumburg,Illinois 60196.U.S.A. 3DD-367-2346fnotorolasolutions.com ConnmuBiBcatoosis Service Company d/b/a Radio One 7041 Grand National Drive Orlando.FL 32819 4073529242 4072488654 Greg Parker,RSM www.radio1inc.com MChTOROLA SOLUTIONS MOTOROLA.MOTO.MOTOROLA SOLUTIONS and the Stylized M Logo arc trademarksorregisteredtrademarksot Motorola Trademark Holdings,LLC and areusedunderlicense.Allothertrademarksarethepropertyoftheirrespective owners.©2012 MotorolaSolutions,Inc.Allrights reserved.R3-4-2046 PLATINUM CHAWNaPARTNER FACT SHEET MOTOTRBO XPR 7000 SERIES ACCESSORIES ^^^^^mm^m.-.\^;if^0Bs£M ^%r ire iM &1 J ^\V \\I I ti M i\Hi) 1 A'JTi LfllL From the supervisor in the plant to the receptionist at a hotel,MOTOTRBO digital solutions can transform your enterprise and make employee interactions smarter and safer.Our XPR 7000 Series radios have expanded capabilities,like full color displays and powerful data features,to empower people like never before. That's why it's critical to choose the only accessories certified to perform with MOTOTRBO radios.The XPR 7000 Series accessories help remaster your workplace -with forward-thinking features like integrated Bluetooth®and Intelligent Audio -so you can achieve greater efficiency. a FACT SHEET MOTOTRBO XPR 7000 SERIES ACCESSORIES GET EXCEP a10NALAUDIO EVERYWHERE Our exclusive IMPRES Smart Audio accessories communicate with the radio to suppress ambient noise, improve voice intelligibility and amplify loudness -even in high-noise and harsh weather.Automatic Gain Control (AGC)adds another layer ofexceptional audio.Itdetects changes in voice levels from the individual talking,then increases ordecreases microphone gain sothe listener hears you clearly regardless of how loudly or quietly you are talking into your accessory. TAKE INTELLIGEF FURTHER WETH IMPRES Our XPR 7000Series radios offerasmart feature in digital mode -Intelligent Audio.With Intelligent Audio, the radio volume automatically adjusts to compensate for background noise so workers don't have to adjust their radio volume to avoid missing a call in loud situations or disturbing others when they move into quiet places. Increased background noise suppression filters out unwantedexternalclamor-from road traffic totheroar ofengines.Your workforce can also enjoy the benefits of Intelligent Audiowithselectaudioaccessories. Plug in an IMPRES accessory and it instantly sets the volume level and enhances the Intelligent Audio capabilities on the radio.With IMPRES,your radio not only recognizes the accessory and loads the correct profile to optimize audio performance,but combined with Intelligent Audio it intuitively adjusts volume to compensate for background noise. ENHANCE MOBILITY WITH INTEGRATED BLUETOOTH Improve the mobility of your crews without wires getting tangled.We've embedded Bluetooth in toyour XPR 7000 * Series radio so no adapter is needed.Indoors at the plant or outdoors atthe gate,our exclusive Operations Critical Wireless earpiece handles loud environments while an optional wireless push-to-talk (PTT)seamlessly links toany earpiece.Just put the PTT in a pocket or on a lapel and connect instantly. ATTERIES ME SMARTER Shift workers rely on batteries thatoutlasttheirshifts and our time-tested,"Proven Tough"IMPRES Smart Energy System stands up tothe challenge.Itautomates battery maintenance and eliminates overcharging,no matter how long radios areleftin the charger.Our XPR 7000 Series IMPRES batteries store critical data,letting you know when they need tobe replaced.These batteries also feature a unique,textured surface that makes it easier to grip the radio,even when wearing gloves. Save energy and money by using the same charger to power up all your MOTOTRBO portable radios.Simply mix andmatchradiosandbatteriesinone MOTOTRBO multi- unit charger. ONE ANTENNA HANDLESTHE BAF\3B The XPR 7000 Series radios have a wideband UHF whip antenna that provides coverage across the entire band (403-512 MHz).Choose stubby antennas when you want an unobtrusive option.These stubby antennas offer even better performance than previous MOTOTRBO stubby antennas. PAGE 2 FACTSHEET MOTOTRBO XPR7000 SERIES ACCESSORIES MOTOTRBO XPR7550 AND XPR7350 PORTABLE RADIOS PMMN40241,2 Windporting Remote Speaker Microphone with 3.5mm audio jack(IP54) PMMN40251'2 IMPRES Windporting Remote Speaker Microphone with 3.5mm audio jackandemergency button(IP54) PMMN404D1'2 Windporting Remote Speaker Microphone,submersible 0P57) PMMN4046'IMPRES Windporting Remote Speaker Microphone with volume control,emergency andprogrammable button, submersible (IP57) PMMN40502 IMPRES Noise Cancelling Remote Speaker Microphone with3.5mm audio jack (IP54) RLN6074 Replacement Coil Cord KitforPMMN4024 andPMMN4040 RLNB075 Replacement Coil Cord Kit for PMMN4025,PMMN4050 and PMMN4046 AARLN48853 Receive-Only Covered Earbud withcoiled cord RLN4941=Receive-Only Earpiece with translucent tube WADN4190*Receive-Only Flexible Earpiece PMLN46202 Receive-Only D-shell Earpiece RLN5878/RLN58792 RLN58807RLN588p: RLN58B2/RLN5B831'2 PMLN5111/PMLN51121'2 PMLN5097/PMLN5106''2 RLN5886 RLN5887 RLN4760 /RLIM4763 RLN4761/RLN4764 RLN4762/RLN4765 RLN5281 RLNB282 Receive-Only Surveillance Kit (black/beige) IMPRES 2-wire Surveillance Kit (black/bcigc) IMPRES 2-wireSurveillanceKitwith translucenttube (black/beige) IMPRES3-wireSurveillanceKitwith translucenttube (black/beige) IMPRES 3-wire Surveillance Kit (black/beige) LowNoiseKitforSurveillanceKits HighNoiseKitforSurveillance Kits Small Clear,Comfortable Earpiece (right/leftcar) Medium Clear,Comfortable Earpiece (righl/leftear) Large Clear,Comfortable Earpiece (right/leftear) fleplacement foam plug forRLN5887,noise reduction =24dB,packof25 Replacement clearrubber eartips,packof50 PMLN5838 Hard Leather Case with 3"Fixed Belt Loop -full keypad PMLN5839 Hard Leather Case with3"Fixed Belt Loop -nodisplay PMLN5840 Hard Leather Case with 3"Swivel BeltLoop -full keypad PMLN584B Hard Leather Case with 3"Swivel BeltLoop -nodisplay PMLN5842 Hard Leather Case with 2.5"Swivel Belt Loop -full keypad PMLN5843 Hard Leather Case with2.5"Swivel BeltLoop-nodisplay PMLN5B44 Nylon Case with 3"Fixed Belt Loop-full keypad PMLN5B45 Nylon Case with3"Fixed Belt Loop -nodisplay PMLN5B10 Replacement 15"SwivelBeltLoop PMLN5B11 Replacement 3"Swivel Belt Loop PMLN70D8 2.5"BeltClip PMLN4B51 2"Belt Clip NTN5243 Adjustable Nylon Carrying Strap HLN6602 UniversalChestPack RLN457Q Break-a-way ChestPack 150559B202 ChestPack Replacement Strap RLN4815 Radio Pack Radio Utility Case 4280384F89RadioPackExtensionBelt HLN9985 Waterproof Bag RLN4295 Epaulet Strap 4200865599 1.75"WideLeatherBelt 15012157001 AccessoryConnector DustCover BLUETOOTHWIRELESS^ACGESSORIES mgmsi ^&i 89409N'HK200 Bluetooth Earpiece NNTN81251,2 Operations Critical Wireless Earpiece with12"cable NNTN81261'2 Operations Critical WirelessEarpiece with9.5"cable NNTN8294''3 Operations Critical WirelessEarbud with 11.4"cable NNTN8295'«:'Operations Critical Wireless Earbud with45.7"cable NNTN81272 Wireless Push-to-TaIk Pod NTN2572 Replacement Wireless Earpiece,12"cable NTN2575 Replacement Wireless Earpiece,9.5"cable NNTN8299 fleplacement Eartips for Operations Critical Wireless Earbuds NNTN8294 PMLN5111 PMMN4046A PMLN5838 PAGE3 FACT SHEET MOTOTRBO XPR 7000SERIES ACCESSORIES '^^BS^^SB^^^W^^IM PMLN5102''2 Ultra-lite Headset,behind-the-head,adjustable with inline push-to-talk RMN50581'1 Lightweight Headset,over-the-head single-muff with inline push-to-talk PMLN5275,<2 Heavy Duty Headset with boom microphone,noise reduction=24dB PMLN5101:,:IMPRES Temple Transducer with boom microphone and inline push-to-talk PMLN509B1-2 D-style Earset withinline push-to-talk no?liurmnpn •••__»»«•_•...___.....PMAE40792 UHF/GPS Combination Whip Antenna (403-512 MHz) PMAE4069*UHF/GPS Stubby Antenna (403-450 MHz) PMAE40702 UHF/GPS Stubby Antenna(440-490 MHz) PMAE40712 UHF/GPS Stubby Antenna (470-527 MHz) PMAD41172 VHF/GPS Helical Antenna (136-155 MHz) PMAD411B2 VHF/GPS Helical Antenna (144-165 MHz) PMAD41182 VHF/GPS Helical Antenna (152-174 MHz) PMAD4119*VHF/GPS Stubby Antenna (136-148 MHz) PMAD41202 VHF/GPS Stubby Antenna (146-160 MHz) ANTENNA ID BANDS 32012144001 Gray Antenna ID Band (pack of10) 32012144002 Yellow Antenna ID Band (pack of10) 32012144003 Green Antenna 10Band (pack of10) 32012144004 Blue Antenna ID Band (pack of10) 32012144005 Purple Antenna ID Band (pack of10) IMPRES BATTERIES PMNN4407 IMPRES Li-Ion 1500 mAh submersible battery PMNN4409 IMPRES Li-Ion 2150 mAh high capacity submersible battery NNTN81292 IMPRES Li-ion 2300 mAh high capacity submersible battery. Intrinsically Safe IMPRES CHARGERS WPLN4232 IMPRES Single Unit Charger,120 volt WPLN4212 IMPRES Multi Unit Charger,120volt WPLN4219 IMPRES Multi Unit Charger with displays.120 volt CHARGER SOFTWAREAND ACCESSORIES NNTN7676 IMPRES Battery Fleet Management Software NNTN7677 Multi-Unit Charger Interlace Unit for IMPRES Battery Fleet Management NNTN8045 Single-Unit Charger Interface Unit for IMPRES Battery Fleet Management HKVN4036 IMPRES Battery Fleet Management License Key NNTN7392 IMPRES BatteryReader NLN7967 Wall Mount Bracketfor multi-unit charger RLN5382 Display Module forIMPRES multi-unit charger PMKN4012B4 Portable Programming Cable PMKN4013 Programming,TestandAlignment Cable PMKN4040 Portable Telemety Cable PMKN4071PortabletoRS232DB25Mconnector cable DIGITAL REMASTERED. PMLN5101 PMNN4407 £T]Bill -~~ Antenna ID Bands ll MotorolaSolutions.Inc. 1301 East Algonquin Road.Schaumburg.Illinois 60196.U.S.A. 800-367-2346motorolasolutions.com Communications Service Company d/b/a Radio One 7041 Grand National Drive Orlando.FL 32819 4073529242 4072483654 Greg Parker.RSM Healthcare www.radio1inc.com MOTOROLA SOLUTIONS MOTOROLA.MOTO,MOTOROLASOLUTIONSandthe Styfoed MLogoare trademarksorregistered trademarks ofMotorolaTrademarkHoldings.LLC and areusedunder license.Allothertrademarksarethepropertyoftheirrespective owners.©2012MotorolaSolutions,Inc.Allrightsreserved.R3-9-2034 PUVTINUM OUUttWaPARTNER MOTOROLA :Ventev's Power vSolu^ "networks.:These^ppweh:-^ seamlessly transmit^receive critical .information:eyerii-wh'eU'.AG;:J)|pwW,ihas failed.The sys temsare plug-and.play,;desjgned.,wifh MotoTRBO"8400:com ^charging systems and are pre-wired f^fast ^d'^elea^^^ System Highlights o Designed specifically to support MotoTRBO XPR8400 repeaters o 8—48 Hours ofdependableback-uppower ©Robust charging system provides fast full recharge o HotSwap redundant design °Fully assembled and pre-wired design cutsinstalltimetoa fraction* «Scalable systemcansupportupto5repeatersinone location *Telco grade batteriesmeanyearsof dependable service Heavy duty rackingand shelves Positive and negative busbars Pre-wired,pre-lugged SuperRex batterycables Custom charging system-guaranteed to work with imbedded Motorola power supply inside repeater Integrated,fused 5 position distribution-plug and play repeater connection for up to5 repeaters Circuit breaker protected batter string(s)to safely hot swap batteries Integrated low voltage disconnect to prevent over discharge TELCO grade Front terminal 100Ah batteries MotoTRBO 8400Low Power BatteryCapacity Required inAh @25C Desired Hours of Back-Up Time Numberof Repeaters 8 12 24 48 1 A A B C 2 A B •C X 3 B B C X 4 B C X X 5 B C X X MotoTRBO 8400 High PowerBattery Capacity Rehired inAh @25C DesiredHoursofBack-UpTime Number of Repeaters 8 12 24 AS 1 A A B C 2 B B C X 3 B C X X 4 C C X X 5 C X X X System Code System Capacity Ventev Model Number TESSCO SKU A 12V200Ah RP12S-2-1948-MT8400 578888 B 12V400Ah RP12S-4-1948-MT8400 526112 C.12V800Ah RP12S-8-1948-MT8400 578887 Rear View Shown 'XBR84Q0 Repeatersold separately 800.759,9996 |Ventev.com |TESSCO.com /SCORES?DATE (MM/DD/YYYY) SSL^SS^J8 ISSUEP AS A MATTER 0F INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDPR THIQ STSSSli ™nH^erMfk?£h°'?er iS a"ADDITIONA'-'NSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED subject to PRODUCER Provinsure 9700 International Dr Orlando FL 32819 INSURED ~ Communications Service Coof Daytona,Inc d/b/a RADIO ONE-Communications SvsCo/RadioOne Inc 7041GrandNationalDr,#116 Orlando FL 32819 ggglACT Faila Sershon PN£^.(407)370-0776 address:f sershongprovinsure.com uSL No):(407)370-0931 INSUREDS)AFFORDING COVERAGE insurera rHartford Casualty Ins Company insurerB:Sentinel Insurance Co,Limited 29424 insurerc :Twin City Fire Ins Company insurer d: NAIC# .1000 29459 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:14/15 REVISION NUMBER: ?R lAnru jSUBRl •—INSR LTR B TYPE OF INSURANCE GENERAL LIABILITY COMMERCIALGENERAL LIABILITY CLAIMS-MADE |X1OCCUR GEN'L AGGREGATELIMITAPPLIESPER: POLICY I IPgPT~||LQC AUTOMOBILE LIABILITY x~ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON-OWNED AUTOS UMBRELLA LIAB EXCESS UAB OCCUR CLAIMS-MADE ADDL JUSB. PEP RETENTION $ WORKERS COMPENSATION AND EMPLOYERS'LIABIUTY y .N ANY PROPRIETOR/PARTNER/EXECUTIVE rTTl OFFICER/MEMBER EXCLUDED?I N | (Mandatory inNH) If yes.describe under DESCRIPTION OF OPERATIONS below 10,000 •[NJ N/A WB.POLICY NUMBER I^^^II^S! 21UUNJT4578 7/2/2014 7/2/2015 21UDNJT4578 7/2/2014 7/2/2015 21RHUJT4675 7/2/2014 7/2/2015 21WEZQ9894 7/2/2014 7/2/2015 LIMITS EACH OCCURRENCE DAMAGETO RENTED PREMISES (Ea occurrence! MEDEXP(Anyoneperson) PERSONAL &ADV INJURY GENERAL AGGREGATE PRODUCTS -COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Perperson) BODILY INJURY (Peraccident) PROPERTY DAMAGE (Per accident) Uninsured motorist combined EACH OCCURRENCE AGGREGATE WC STATU- TORY LIMITS E.L EACH ACCIDENT OTH- JEBL EL.DISEASE -EA EMPLOYEE E.L DISEASE -POLICY UMIT 1,000,000 300,000 10,000 1,000,000 $2,000,000 2,000,000 $1,000.000 1,000.000 2,000,000 2,000,000 1,000,000 1,000,000 $1,000,000 DESCRIPTION Of OPERATIONS,LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required)Re:Bid #3990DB for Two Way MotorolaRadio System District Wide Upgrade —See Next Page- CERTIFICATE HOLDER TheSchoolBoardofLake County,Florida andits members,officers and employees 201 West Burleigh Boulevard Tavares,FL 32778 CANCELLATION SHOULDANYOFTHE ABOVE DESCRIBEDPOLICIESBECANCELLEDBEFORE THEEXPIRATIONDATETHEREOF,NOTICEWILLBEDELIVEREDIN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Stephen Bacot/FaiSer <~£^4Gjf&fa^^^^il*-/1^ ACORD 25(2010/05) INS025r?nmrwm ©1988-2010 ACORD CORPORATION.All rights reserved. Tho AnOPn name anH Innn aro ranictoroH markc nf AHORn General Liability: Certificate Holder is an Additional Insured when required by written contract or ^G0001-S6/05!Udlng Pr°duCts/comPleted operations ir the con'tract'requirefit per Form Workers Compensation: Waiver of our right to recover from other parties is granted to certificate holder ifrequiredbywrittencontractoragreementperformWC9903/03 certltlcate nolder if Auto ^i^^te.H°lder ±l in^luded as ™Additional insured when required by written contractoragreementasperBroadForm#HA9916 09/10 en contract OFREMARK COPYRIGHT 2000,AMS SERVICES INC. Florida Department op State Divi'sion'of Corporations • uetail byEntity Name ffflfyz Detail by Entity Name Florida Profit Corporation COMMUNICATIONS SERVICE CO.OF DAYTONA,INC. Filing Information Document Number P96000094848 FEI/EIN Number 59-3416239 Date Filed 11/19/1996 State FL Status ACTIVE Principal Address 933 BEVILLE ROAD 103-A SOUTH DAYTONA,FL 32119 Changed:04/24/2006 Mailing Address 7041 GRAND NATIONAL DRIVE 116 ORLANDO,FL 32819 Changed:04/22/2003 Registered Agent Name &Address BARTLETT,LAURENCE H 1540 CORNERSTONE BLVD..STE 230 DAYTONA BEACH,FL 32117 Name Changed:03/10/2014 Address Changed:03/10/2014 Officer/Director Detail Name &Address Title PVPS MACDONALD,DAVID 7041 GRAND NATIONAL DRIVE #116 ORLANDO,FL 32819 http://search.sunbiz.org/lnquiry/Corp<yationSe^1/2 9/15/2016 Annual Reports Report Year Filed Date 2014 01/16/2014 2015 03/23/2015 2016 04/01/2016 Document Imaaes DetailbyEntity Name 04/01/2016--ANNUAL REPORT View image in PDF format | 03/23/2015- 03/10/2014- 01/16/2014- 03/20/2013- 02/26/2012- 03/20/2011 - 03/31/2010- 04/10/2009- 03/22/2008 - 04/30/2007 - 04/24/2006 - 04/16/2005- 04/04/2004 - 04/22/2003 - 03/05/2002 - 06/26/2001 - 02/26/2000 - 08/24/1999- 05/08/1998- 05/12/1997- 11/19/1996- -ANNUAL REPORT -Reg.Agent Change -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT •ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT -ANNUAL REPORT •DOCUMENTS PRIOR TO 1997 View image inPDFformat View image inPDFformat View image in PDF format Vfew imagein PDF format Viewimage m PDF forrnat Vi^wimajge inPDFformat Vlevy image inPDF format Vievy imagein PDF fqhriat View im^gein PDF format Vi^wimaige in PDF format A/few image inPDF fonrtiat Viewimage inPDF format View image inPDF format Aflew image inPDF format Viewimagein PDF format View imajge inPDFformat View image inPDF forimat View image in"PDF format. View image inPDF forrnat View image inPDFformat Viewimage in PDF format http://search.sunbiz.org/lnquiry/^2/2