Loading...
HomeMy WebLinkAboutR-25-11 Motorola Business SystemsRESOLUTION NO. R-25-11 A RESOLUTION OF THE CITY OF SEBASTIAN, FLORIDA, APPROVING A PIGGYBACK CONTRACT WITH MOTOROLA BUSINESS SOLUTIONS, INC. FOR PUBLIC SAFETY COMMUNICATIONS AND IN SUBSTANTIAL CONFORMITY WITH THE AGREEMENT ATTACHED HERETO AND MADE A PART HERE OF AS "EXHIBIT A."; ADOPTION OF RECITALS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, pursuant to Chapter 287, Florida Statutes and City Code of Ordinances Section 2-10, whenever advantageous to the City, the City may utilize bids that have been awarded or under contract by the state, county, or other governmental agencies; and WHEREAS, Motorola Solutions, Inc. has an existing contract under Sourcewell, effective through June 23, 2025, see attached "Exhibit A," that the City of Sebastian is seeking to piggyback for the purchase of the above -referenced public safety communications; and WHEREAS, the City finds it in its best interest to enter into an agreement to contract between Motorola Solutions, Inc., and Sourcewell (see attached "Exhibit B") for public safety communications when advantageous to the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEBASTIAN, FLORIDA: SECTION 1. RECITALS. The above recitals are hereby found to be true and correct and are hereby adopted as the legislative intent of the City of Sebastian, Florida. SECTION 2. AUTHORIZATION. The City of Sebastian, Florida hereby authorizes the piggyback contract referenced above for the purchase of services specified in this Resolution, and authorizes the Mayor or his designee and the City Clerk, as attesting witness, on behalf of the City to issue purchase orders to Motorola Solutions, Inc. in an amount not to exceed $25,000.00, for public safety communications in substantial conformity with the agreement attached hereto as "Exhibit A" and the City's supplemental agreement attached hereto as "Exhibit B." SECTION 3. CONFLICTS. If any section, sentence, phrase, word, or portion of this Resolution is determined to be invalid, unlawful or unconstitutional, said determination shall not be held to invalidate or impair the validity, force or effect of any other section, sentence, phrase, word, or portion of this Resolution not otherwise determined to be invalid, unlawful, or unconstitutional. SECTION 4. SCRIVENER'S ERRORS Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager or designee, without need of further action by the City Council by filing a corrected copy of same with the City Clerk. SECTION 5. EFFECTIVE DATE. This Resolution shall become effective immediately upon adoption by the City Council. The foregoing Resolution was passed for adoption by Council Member ,Tones , was seconded by Council Member Dodd and upon being put to a vote, the vote was as follows: Mayor McPartlan ave Vice Mayor Jones aye Council Member Dixon aye Council Member Dodd aye Council Member Nunn aye The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March 2025. CITY COUNCIL OF THE CITY OF SEBASTIAN, F O DA Bob McPartlan, Mayor ATTEST.• J ette Williams, City Clerk 2 Approved as to form and Legality: Je fifer Cockcroft, Esq., City Attorney Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 PIGGYBACK AGREEMENT FOR SERVICES BETWEEN THE CITY OF SEBASTIAN AND MOTOROLA SOLUTIONS, INC. THIS AGREEMENT is made and entered into on March 26 2025 by the City of Sebastian, a municipal corporation of the State of Florida, (hereinafter referred to as "CITY") and Motorola, Solutions, Inc., (hereinafter "VENDOR"). WHEREAS, Sourcewell has previously entered into a contract with Vendor to provide public safety communications on July 4, 2021 (attached as Exhibit A hereto); and WHEREAS, the City of Sebastian wishes to enter into a like contract with Vendor under the same terms and applicable conditions as that prior agreement entered into by Sourcewell to provide public safety communications and other related tasks as may be assigned by the City; and WHEREAS, Chapter 287, Florida Statutes and purchasing procedures of the City of Sebastian grant the authority to piggyback the purchase of goods and services as a form inter- governmental cooperative purchasing in which a public purchaser requests competitive sealed bids, enters into a contract, and arranges, as part of the contract, for other public purchasing units to purchase from the selected vendor under the same terms and conditions as itself in order to take advantage of the better pricing that large purchasers are able to obtain in order to reduce administrative time and costs involved in the procurement process (i.e., cost of preparing bid specifications, advertising, etc.); and WHEREAS, the City of Sebastian has determined that in this circumstance, piggybacking onto a contract entered into by Sourcewell is the most economically advantageous way to procure these goods and services. NOW THEREFORE, in consideration of the mutual covenants, terms, and provisions contained herein, the parties agree as follows: 1. TERM The initial term shall expire on June 23, 2025. 2. GENERAL PROVISIONS All other terms and conditions of the contract and any amendments thereto entered into between Sourcewell and Vendor referenced above will be applicable to this agreement unless specified herein. Pmcurement (Rev. 06/2024) Page I of 4 3. NOTICES All notices and demands shall be sent U,S. ertified Mail, return receipt to: VENDOR: Motorola Solutions. Inc. Alex Shernian, VP Sales 500 W Monroe ST FL 44 Chicago, Illinois 6( 661 CITE' OF SEBASTIAN: Brian Benton, Cite%—Ianagcr City of Sebastian 1225 Main Street Sebastian. FL 32958 4. PUBLIC RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS S. Vendor agrees to cornolv with vublic records laws. snecificaliv to: Al Keep and inaintain public records required by the public agency to perforin tbe service. 13. Upon request fi-orn the public agency's custodian of public records. provide the public agency with as copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that (toes not exceed the cost provided in this chapter or as otherwise provided by law. C Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by la\v for the duration of the contract term and following completion ofthe contract if the contractor does not transfer the records to the public agency. 1.). Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract. the contractor shall destroy any duplicate public records that are exempt or confidential an(] exempt front public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the 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 the public agency. Procurement (Ro. 06 2024) Pa-e 2 ot'4 ID. D6" IN' NVITNESS NVIIFIREOF� the pal-11CS 110-00 haVe 1111-00gh their' (1111\M111101-1/ed i-epivsentati\ es, appi-oved and executed this Agreement as ol'the date set lorth below. WORM ATTEST: 1-- DocuSigned by: fc'Wl'i'ams, mmC allette City Clerh - 1,or (lie use and reliance of the City of Sebastian only. Appi-oved as to J*onn and legal sufficiency, f- " " DocuSigned by: Lp-JILI . t janirdV.-`,V'0ckcroft, Esq. City Attorney Motorola Solutions, Inc. By: Alex Sherman Date: 3/17/2025 CITY OF SEBASTIAN, FL B - lybocuSigmed by: 15yiAA& buAhvu MiNu'iBenton, City Manager Date: 3/27/2025 1 3:20:10 PM EQJ Page 3 OtA Z� Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17DB23 EXHIBIT A #042021-MOT Motorola Solutions, Inc. Sourcewell Agreement Procurement (Rev. 06/2024) Page 4 of 4 Doc usiorr Envt.1oi:.c 17). 45 C_,F-i)37D I4-8,,D A E-468 A Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities, Participation is open to federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada, Sourcewell issued a public solicitation for Public Safety Communications Technology and Hardware Solutions from which Vendor was awarded a contract, Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). rffilr* f �� I�Iilijrlii 11111llI11I�l1jl11j111 lyjmzl- • B, EXPIRATION DATE AND EXTENSION. This Contract expires June 23, 2025, unless it is cancelled sooner pursuant to Article 22, This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C, SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration of, cancellation of this Contract. IS A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract, Reis, 10/2020 Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4Ai7D823 042021 -MOT All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Vendor warranties for Equipment, Products, and Services furnished are set forth in Vendor's then -current Communication, Systems & Services Agreement, which will be made available to Participating Entities at the time of purchase. Vendor's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past the expiration of the Vendor's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time -to -time and is incorporated into this Contract by reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Rev.10/2020 2 Docusign Envelope ID: 18D45C3F-037D-4914-89AE-468A4A17D823 042021-MOT Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Freight, title and risk of loss terms will be as set forth in Vendor's then -current Communication, Systems & Services Agreement, which will be made available to Participating Entities at the time of purchase. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and Rev.10J2020 Docusign Envelope ID: 10D45C3F-037D-4914-89AE-488A4A17D823 042021-MOT • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and be incorporated by reference. S. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract in the United States. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor's employees may be required to perform work at government - owned facilities, including schools. Vendor's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration of this Contract; however, Vendor performance, Rev. 10J2020 Docusign Envelope ID: 10D45C3F-037D4914-69AE-468A4A17D823 042021-MOT Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract. Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Vendor, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Vendor will require the use of Vendor's then -current Communication, Systems & Services Agreement ("CCSA") and Exhibits, Subscription Services Addendum ("SSA"), Maintenance and Support Addendum ("MSA"), and Telecommunication Carrier Addendums ("TCA"). Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Participating Entity and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal or state laws or regulations prohibit the purchase or change the Participating Entity's requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity, after receipt of notice from Sourcewell or the Participating Entity, and fails to correct such breach within thirty days. In the event of termination under this subsection 6. D., the Participating Entity will remain liable for contract amounts due and attributable to Equipment, Products, and Services delivered or performed on or before the date of the termination. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. Rev. 10/2020 5 Docusign Envelope ID: I0D45C3F-037D-4914-89AE-468A4A17D823 04202 1 -MOT 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). The Report must contain the following fields: • Customer Name (e.g., City of Staples Highway Department); • Customer Physical Street Address; • Customer City; • Customer State/Province; • Customer Zip Code; • Customer Contact Name; • Customer Contact Email Address; • Customer Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number, • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not Rev.10/2020 6 Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 042021-MOT added to, the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Vendor's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assignor transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. Rev.10j2020 Docusign Envelope ID. 10D45C3F-037D-4914-89AE-488A4A17D823 042021-MOT D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees, arising out of the performance of this Contract by the Vendor or its agents or employees. Sourcewell will provide prompt written notice to Vendor of any claim or suit, and will cooperate with Vendor in its defense or settlement of the claim or suit. Vendor's maximum liability for damages caused by failure to perform its obligations under this Contract is limited to proven direct damages for all claims arising out of this Contract not to exceed the total net payments of Administrative Fees paid under any twenty-four (24) month period during the Term. Vendor's indemnification obligations under the Contract are excluded from this provision. VENDOR WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, OR INDIRECT DAMAGES FOR ANY CAUSE OF ACTION, WHETHER IN CONTRACT OR TORT. CONSEQUENTIAL, INCIDENTAL, AND INDIRECT DAMAGES INCLUDE, BUT ARE NOT LIMITED TO, LOST PROFITS, LOST REVENUES, AND LOSS OF BUSINESS OPPORTUNITY, WHETHER OR NOT THE OTHER PARTY WAS AWARE OR SHOULD HAVE BEEN AWARE OF THE POSSIBILITY OF THESE DAMAGES. Vendor's obligations to indemnify or hold harmless Participating Entities will be as set forth in Vendor's Communication, Systems & Services Agreement. 12. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. Rev.10%2020 Docusign Envelope ID: I0D45C3F-037D-4914-89AE-468A4A17D823 04202 1 -MOT 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Vendor. b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Vendor's Trademarks in advertising and promotional materials for the purpose of marketing Vendor's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to its and their respective distributors, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Sourcewell must not alter Vendor's Trademarks from the form provided by Vendor and must comply with Vendor's removal requests as to specific uses of its trademarks or logos. b. Vendor must not alter Sourcewell's Trademarks from the form provided by Sourcewell and must comply with Sourcewell's removal requests as to specific uses of its trademarks or logos. c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's Trademarks only in good faith and in a dignified manner consistent with such party's use of the Trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable United States patent or copyright laws. Vendor's obligations to indemnify or hold harmless Participating Entities for intellectual property infringement will be as set forth in Vendor's then -current Communication, Systems & Services Agreement. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of vendors which may be used until the next printing). Vendor must return all Rev.10/2020 9 Docusign Envelope ID: IOD45C3F-037D-4914-89AE-468A4A17D823 04202 1 -MOT marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Rev.10/2020 10 Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 17I1_i Wll Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default (unless a force majeure causes the default): 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a 30 day opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: • Exercise any remedy provided by law or equity, or - • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance in accordance with the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts listed below: Limits: $1,000,000 each accident for bodily injury by accident $1,000,000 policy limit for bodily injury by disease $1,000,000 each employee for bodily injury by disease Rev. 10/2020 11 Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 042021-MOT 2. Commercial General Liability Insurance. Vendor will maintain insurance covering its operations, with coverage on an occurrence basis. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Limits: $3,000,000 each occurrence Bodily Injury and Property Damage $3,000,000 Personal and Advertising Injury $5,000,000 aggregate for Products -Completed operations $5,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not less than indicated below. Limits: $2,000,000 each accident, combined single limit 4. Network Security and Privacy Liability Insurance. During the term of this Contract, Vendor will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Vendor's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data — including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 20212th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. Rev. 10%2020 12 Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 042021-MOT C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Vendor's commercial general liability insurance policy with respect to liability arising out of activities, `operations," or "work" performed by or on behalf of Vendor, and products and completed operations of Vendor. The policy provision(s) or endorsements) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or otherwise) its workers compensation, commercial general liability, and automobile liability insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the workers compensation, commercial general liability, and automobile liability insurance policies required by this Contract or other insurance applicable to the Vendor or its subcontractors. The waiver must apply to all deductibles and/or self -insured retentions. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self -insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian Rev.10/2020 13 Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 1 6 1 government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Vendor's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that Rev.10/2020 14 Docusign Envelope ID: I0045C3F-037D-4914-89AE-468A4A17D823 042021 -MOT each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Vendor must be in compliance with all applicable Davis -Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. Intentionally Omitted. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for Rev.10/2020 is Docusign Envelope ID: I0D45C3F-037D-4914-89AE-468A4A17D823 04202 1 -MOT debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a Rev.10/2020 16 i�,fa cel�-t�pchaslh(ni�X(,es twV 4-veol vjhhw�d,M,000 o5 dif- value of th(,quantity acquired during the preCeding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines, Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party, However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor's Proposal, Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. oocusiuntd by, By: Jeremy Schwartz Title: Chief Procurement Officer MM DMUS�Gfted by t?MAC�,' By: Chad Coauette Title: Executive Director/CEO 714121021 1 6:43 PM CDT —,-- DockiSigned by: (Anit, RL*OALJA, I—Ir UCCUDFAZAA 4-15 By: Carrie Hernmen Title: MSSSI Territory Vice President & Director of Sales 7/2/2021 1 3:56 PM CDT Date: Rev.10/2020 17 Docusign Envelope ID: 1 0D45C3F-037D-4914-89AE-468A4A1 7D823 RFP 042021 - Public Safety Communications Technology and Hardware Solutions LT =-1 - n. I i = Company Name: Motorola Solutions, Inc. 500 W Monroe St Address: Ste 4400 Chicago, IL 60661 Contact: Lane Feingold Email: lane.feingold@motorolasolutions.com Phone: 720-338-7624 HST#: 36-1115800 Submission Details Created On: Submitted On: Submitted By: Email: Transaction #- Submitter's IP Address: Tuesday March 30, 202121:05:37 Tuesday April 20, 2021 12:23:07 Lane Feingold lane.feingold@motorolasolugons.com a493650e-28b5-493e-a1I e-7305bc7e532a 140.101.167.250 Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D4914-89AE468A4A17D823 Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourceweli prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an explanation). Une item Question 1 Proposer Legal Name (and applicable d/b/a, If any): 2 Proposer Address: 3 Proposer webstte address: 4 Proposer's Authorized Representative (name, title, address, email address & phone) (The representative must have authority to sign the 'Proposer's Assurance of Compliance" on behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 5 Proposefs primary contact for this proposal (name, title, address, email address & phone): Response" Motorola Solutions, Inc. 500 W. Monroe, Chicago IL 60661 httpsJAvwww. motorolasolutions.com/ Carrie Hemmen Territory Vice President & Director of Sates 500 W. Monroe, Chicago IL 60661 carrie.hemmen@motorolasolutions.com 602-319-2355 Lane Feingold Senior Account Manager 7237 Church Ranch Blvd, Ste 406 Westminster, CO 80021 lane.feingold@motorolasolutons.com 720-338-7624 6 Proposees other contacts for this Tracy Loudenslager proposal, If any (name, title, MSSSI Vice President and Director, U.S. Federal Government Market Channels & Sales address, email address & phone): Operations tracy.loudenslager@motorolasolutions.ccm 410-952-0743 ,Joe Fick Senior Account Manager loe.8ck@motomlasolutions.com 951-395-3463 Table 2: Company Information and Financial Strength �Une (Question Item lResponse* Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D4914-89AE468A4A17D823 7 Provide a brief history of your company, Motorola Solutions is a global leader in mission -critical communications. Our including your company's core values, technology platforms in communications, command center software, video security & business philosophy, and industry longevity analytics, and managed & support services make cities safer and help communities related to the requested equipment, products and businesses thrive. Motorola Solutions has created the first and only mission or services. critical ecosystem built for Public Safety and Enterprise. Our mission is to never stop advancing that lifeline. B What are your company's expectations in the event of an award? 9 Demonstrate your financial strength and stability with meaningful data. This could include such items as financial statements, SEC filings, credit and bond ratings, letters of credit, and detailed reference letters. Upload supporting documents (as applicable) in the document upload section of your response. 10 What is your US market share for the solutions that you are proposing? 11 What is your Canadian market share for the solutions that you are proposing? 12 Has your business ever petitioned for bankruptcy protection? If so, explain in detail. 13 How is your organization best described: is it a manufacturer, a distributor/dealer/reseller, or a service provider? Answer whichever question (either a) or b) just below) best applies to your organization. a) If your company is best described as a d€stributorldeater/resel€er (or similar entity), provide your written authorization to act as a distributor/deaterlreseiler for the manufacturer of the products proposed In this RFP. if applicable, is your dealer network Independent or company owned? b) If your company is best described as a manufacturer or service provider, describe your relationship with your sales and service force and with your dealer network in delivering the products and services proposed In this RFP. Are these Individuals We have a rich history of firsts, including pioneering mobile communications in the 1930s, creating the technology that carried the first words from the moon in 1969, developing the first commercial handheld cellular phone in 1983 and revolutionizing public safety communications with the launch of smart radio, APX NEXT and public safety virtual assistant, V€Qi in 2019. Today, our employees are committed to designing and delivering the solutions our customers refer to as their lifeline. At ' Motorola Solutions, we are ushering in a new era in public safety and security. For more than 90 years, Motorola Solutions has demonstrated our stability and commitment to public safety. With more than 800 P25 deployments across North America, we are the partner of choice for large-scale emergency radio networks around the continent. And with a growing portfolio of devices, applications, and services designed to increase the safety and efficiency of first responders, we are now firmly established at the leading edge of mission critical communications. In the United States, Motorola is responsible for the deployment of 36 state-w€de mission critical radio networks, as well as hundreds of county -wide systems and municipality systems across the country. If awarded, Motorola Solutions expects to utilize this contract with may of our customers to allow them to purchase equipment and services without going to bid. You can find our Quarterly Earning and other financial Information at htWrinvestors.motorolasolut€ons.comleamings-sec-filingstOuartedyResultsldefault.aspx. Motorola Solutions Annual reports from 2010 to the present can be found here: http:/finvestors.motorolasotut€ons.comlAnnualReports "Motorola Solutions ("Motorola") is a publicly traded company (NYSE - MSI) with billions of dollars In annual sales globally, employing thousands of workers worldwide, and having tens of thousands of shareholders. Such Inquiries may be subject to confidentiality rules, whereby disclosure is prohibited. As a publicly traded company, Motorola files an annual report Form 10-K with the SEC and describes therein certain information that is material for disclosure under SEC rules. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-0 can be found at www.sec.gov or on our website, https:/ investors.motor6lasoluUons.com/eamings-sea filings/QuartedyResults/default.aspx" We are not including Canada as a part of this RFP Response. Motorola Solutions, Inc. (`Motorola") is a Fortune 500 company that is publicly traded on the New York Stock Exchange employing thousands of workers worldwide. As is normal for such companies, Motorola and Its subsidiaries do not maintain centrally gated records that would allow it to answer the question as written. However, Motorola, Inc. has never filed a petition In bankruptcy, nor taken any action with respect to receivership, moratorium, or assignment for the benefit of creditors. As a publicly traded company, Motorola files an annual report Form 10-K with the SEC and describes certain material for disclosure under SEC rules. Motorola's most recent 10-K report can be found at: httpdfinvestors.motorolasolut€ons.com/Does Motorola Solutions is a manufacturer as well as a service provider. From a sales perspective, we have a direct sales force of over 200 people across the United States as well as Manufacturer Representatives throughout the United States. The Manufacturers Representative (MR) program is designed to improve Motorola Solutions market reach and account coverage by leveraging a single integrated distribution strategy to combine MST's Go -to Market Resources with those of our MR Partners so as to deliver unparalleled value and ease of doing business to our Customers. The Motorola Field Team designates the accounts, develops or approves the strategy for the account, determines the products to be offered, and establishes the selling or contract price. The business is transacted in Motorola's name allowing the utilization of State and Local Purchasing contracts and sole source procurements and combines high touch customer consultation with ease of doing business all for the benefit of our Customers. The Manufacturer's Representative (MR) Sales Program requires it's representatives to complete necessary training to ensure that our MRs are familiar with our products and how those products fit within the needs of our customers. Manufacturer's Representatives (MRs) serve as an extension of the MSI direct account sales team Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 your employees, or the employees of a third 'and perform sales functions on behalf of Motorola. Sales facilitated by MRs are party? considered MSI sales; the end customer would issue a purchase order to Motorola. Likewise for service, we utilize the Field Service Organization (FSO) within Motorola Solutions as well as our certified Motorola Service Partners. Motorola's technical experts have the most cumulative years of experience in the industry, with over 1,000 years of current experience. The Field Services Organization (FSO) is a nationwide organization of over 500 trained and certified Motorola technicians. They are responsible for the sustainment of our government and commercial LMR systems and related applications. FSO provides onsite support, preventative maintenance and 24X7 support. They support our customers by providing best In class, highly qualified and trained service delivery. From the Service Shop perspective, Motorola has over 450 registered service locations across the United States and our collective service presence remains significant in the industry. The Motorola Servicer Program is designed to recognize and reward a Servicer's level of commitment and investment In the quality of service provided to our customers. The Servicer program is founded on Motorola's key values and expectations from our Servicers. Members of the Service Partner Program are required to meet a number of requirements to be admitted Into the Motorola Service Partner Program. Depending on the service partner level, each service partner Is required to have Individuals in their company with the following training and certifications: 1. CET certification, Associates Degree in Electronics Engineering Technology, or equivalent 2. Motorola R56 Certification 3. Motorola Service Specialist Program (Technical Associate) Certification: The Service Specialist Certification Program includes a wide selection of classes from our comprehensive technical training portfolio and includes the following certification and underlying training courses: P25 System Technical Associate Certification ASTRO 250 Subscriber Portfolio Overview ASTRO 250 IV&D System Overview Introduction to R56 Basic Radio 4. Motorola Service Specialist Technical Certification: This certification includes the following certifications which also include a wide selection of classes from our comprehensive technical training portfolio that must be completed to achieve these certifications. APX Subscriber Technical Associate Certification MCC7000 Console Maintenance Certification ASTRO 250 Repeater Site Lifecycle Maintenance Certification ASTRO 259 Simulcast Site Lifecycle Maintenance Certification ASTRO 259 Master Site Lifecycle Maintenance Certification The Motorola specific training consists of a combination of both online and instructor led training. The Instructor led training includes lab work where the technician gets hands on experience with our equipment. Once the training course has been completed, the technician is required to pass the corresponding course exam and the certification lasts for 2 years. After the 2 year period, the technician will need to recertify to keep their certification current. Please note that all technicians must also be certified In the underlying technology for the systems they support. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID. 10D45C3F-037D-4914-89AE-468A4A17D823 14 if applicable, provide a detailed explanation Personnel who would support the equipment and implementation in support of Public outlining the licenses and certifications that Safety Communication system infrastructure products and radios would include are both required to be held, and actually Project Managers, Engineers, System Technologists, Field Service Engineers, held, by your organization (including third Service Delivery Managers, the System Support Center, and other specialized staff parties and subcontractors that you use) in depending on the scope of the project. Motorola Solutions has a full training pursuit of the business contemplated by this curriculum as a requirement for each role. RFP. Motorola tracks the following training and certifications for the staff tasked with supporting our Public Safety infrastructure in the field: Training Classes to Track: Antenna System Analysis (SRV2012) Astro Ethernet Testing Astro Networking I Astro Firewalls/CEN End -to -End Audio Link Verification LMR Master Basics Network+ Bootcamp Passive Intermodulation R56 installer/Auditor (NST9257) Security+ Bootcamp Signal investigation Techniques CompTIA Certifications: CompTIA Network+ CompTIA Secuity+ ETA Certifications: Antenna System Analysis (ASA) APX Radio Technician (APX) Associate (CETa) Astro 25 RF Site Preventative Maintenance (A25-SPM) Certified Service Manager (CSM) Communication Site Inspector / Auditor (CSIA) Communication Site Installer (R56) Computer Service Technician (CST) Customer Service Specialist (CSS) Data Cabling installer (DCI) Industrial Electronics (IND) Information Technology Security (ITS) General Communications Technician I (GCT1) General Communications Technician II (GCT2) GTR 8000 P25 RF Site Performance Verification (GTR-SPV) GTR 8000 Repeater Site Technician (GTT) Master CET (CETma) Master Specialty (CETms(RF or iT)) M Core Technician (MCT 7.x) Microwave Radio Technician (MRT) Mobile Communications and Electronics Installer (MCEI) Network Computer Technician (NCT) Network Systems Technician (NST) PIM RADAR (RAID) RF Signal Investigation Techniques (RFSIT) T1 Link Verification (T1LV) Telecommunications (TCM) Wireless (USMSS/TRN/WCN) Wireless Network Technician (WNT) 15 Provide all "Suspension or Debarment" Motorola Solutions, inc. ("Motorola") asserts that, to the best of its knowledge and Information that has applied to your belief, that presently, and for the last fifteen (15) years, neither it, its subsidiaries, organization during the past ten years. nor their principals are or have been debarred or suspended from covered transactions by any government entity. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 Table 3: Industry Recognition & Marketplace Success Line Question Response" ttern 16 Describe any relevant industry awards or Company: recognition that your company has received Around the world, Motorola Solutions has been consistently recognized for our in the past five years technology leadership and business strength. Fortune World's Most Admired Companies, Network and Other Communications Equipment, 2021 The Wall Street Journal Management Top 250, No. 108, 2020 Bloomberg 50 Companies to Watch in 2020, 2019 Government Technology GovTech 100, 2021 Employer. We've been consistently recognized for our commitment to Inclusion and diversity, as well as providing fair working conditions for our employees. Forbes America's Best Large Employers, 2021 FlexJobs Top 100 Companies to Watch for Remote Jobs, 2021 Built in 100 Best Large Companies to Work For, 2021 Built In Chicago 100 Best Places to Work in Chicago, 2021 Human Rights Campaign Corporate Equality Index, 2021 ComputerWorld Best Places to Work in IT, 2020 Fast Company s 100 Best Workplaces for Innovators, 2020 Forbes America's Best Employers for Diversity, 2020 Disability Equality Index Best Places to Work, 2020 Bloomberg Gender Equality Index, 2019 WayUp Top 100 U.S. internship Programs, 2019 Corporate Responsibility: We've been recognized for our leadership In corporate responsibility, Including programs fused on the environment, governance, supply chain and community commitment. Barron's 100 Most Sustainable Companies, No. 19, 2020 Newsweek America's Most Responsible Companies, 2021 The Wall Street Journal Top 100 Most Sustainably Managed Companies In the World, No. 27, 2020 innovation: Our products and solutions are consistently recognized for excellence in design. To date, we've earned more than 90 awards for distinction in €nnovation. Fast Company's Most Creative People in Business 2020, Paul Steinberg for APX NEXT APX NEXT digital launch named as a finalist In Fast Company's Innovation by Design Awards User Experience Category, 2020 iF Design Award, 20 awards since 2009 Red Dot Design Award, 19 awards since 2008 Australia Good Design Award, 19 awards since 2009 Japan Good Design Award, 3 awards since 2014 International Design Excellence Awards, 14 awards since 1996 Chicago Athenaeum Good Design Awards, 5 awards since 2014 ht4W/www.motorolasolutions.comlen_usiabouttcompany-overview/recognrdon.htmi Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 17 What percentage of your sales are to the governmental sector in the past three years 18 What percentage of your sales are to the education sector In the past three years 19 List any state, provincial, or cooperative purchasing contracts that you hold. What is the annual sales volume for each of these contracts over the past three years? 20 List any GSA contracts or Standing Offers and Supply Arrangements (SOSA) that you hold. What is the annual sales volume for each of these contracts over the past three years? Table 4: Referencesrrestimonials "Motorola Solutions is a global leader in mission critical communications and analytics. Our technologies in Land Mobile Radio Mission Critical Communications (""LMR"" or ""LMR Mission Critical Communications""), bolstered by managed and support services, make communities safer and help businesses stay productive and secure. We serve more than 100,000 public safety and commercial customers in over 100 countries, providing "purpose-buiit" solutions designed for their unique needs, and we have a rich heritage of innovation focusing on advancing global safety for more than 90 years. We serve government agencies, state and local public safety agencies, as well as commercial and industrial customers. Our customer base is fragmented and widespread when considering the many levels of governmentai and first -responder decision -makers that procure and use our products and services. Serving this global customer base spanning federal, state, county, province, territory, municipal, and departmental Independent bodies, along with our commercial and Industrial customers, requires a significant go -to -market Investment. Our largest customers are the U.S. government (through multiple contracts with its various branches and agencies, Including the armed services) and the Home Office of the United Kingdom, representing approximately 9% and 8% of our consolidated net sales In 2020, respectively. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-0 can be found at www.sec.gov or on our webste, httpsJf nvestors.motorolasoluUons.conVeamings-sec-filings/OuartedyResultstdefauit.aspx" "Motorola Solutions is a global leader In mission critical communications and analytics. Our technologies in Land Mobile Radio Mission Critical Communications (""LMR"" or ""LMR Mission Critical Communications""), bolstered by managed and support services, make communities safer and help businesses stay productive and secure. We serve more than 100,000 public safety and commercial customers in over 100 countries, providing "purpose-buliC solutions designed for their unique needs, and we have a rich heritage of innovation focusing on advancing global safety for more than 90 years. We serve government agencies, state and local public safety agencies, as well as commercial and industrial customers. Our customer base is fragmented and widespread when considering the many levels of governmental and first -responder decision -makers that procure and use our products and services. Serving this global customer base spanning federal, state, county, province, territory, municipal, and departmental Independent bodies, along with our commercial and industrial customers, requires a significant go -to -market investment. Our largest customers are the U.S. government (through multiple contracts with its various branches and agencies, including the armed services) and the Home Office of the United Kingdom, representing approximately 9% and 8% of our consolidated net sales in 2020, respectively. Our Annual Report on Form 10-K and Quarterly Reports on Form 10-0 can be found at www.sec.gov or an our website, https:/investors.motorolasoluUons.conVeamings-sec-filingstOuarterlyResults/defaultaspx" Motorola Solutions hold numerous state contracts and nationwide frame agreements. Houston -Galveston Area Council (H-GAC) and NASPO Value Point (NVP) are our top valued frame agreements. Motorola Solutions does not have a direct GSA contract for Radio Products. Line Item 21. Supply reference Information from three customers who are eligible to be Sourcewell participating entities. Entity Name' I Hennepin County, MN lCity of New Orleans, LA City of Aurora, CO Contact Name' Sheriff David Hutchinson Ross Bourgeois Tracey Kent Phone Number" 612-348-3744 504-658-3930 1303-326-8182 Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 Table 5: Top Five Government or Education Customers Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type ` Name not included Name not Included Name not Included Name not Included Name not Included Government State Scope of Work Province" New York - NY Project 25 (P25) radio system and services Government North Dakota - Project 25 (P25) radio system ND and services Government Michigan - MI Government Arizona - AZ Project 25 (P25) radio system and services Project 25 (P25) radio system and services Government Arkansas - AR Project 25 (1325) radio system and services Table 6: Ability to Sell and Deliver Service Size of Transactions " Various Various Various Various Various Dollar Volume Past Three Years 122,100,100 94,100,000 72,500,000 71,100,000 63,500,000 Describe your company's capability to meet the needs of Sourceweli participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Una Item Question Response" 23 Sales force. Motorola Solutions has a direct sales force in the United States of over 200 people spread across all 50 states.. This, along with the over 490+ Manufacturer Representative sales people represents our total sates force. We have a presence in all 50 states. 24 Dealer network or other distribution Motorola Solutions has 170+ Manufactures Representative (MR) Sales Partners with methods. locations in all 50 United States, with 490+ Individual Authorized MR Sates Representatives. MRs are described In the answer to Line 13. 25 Service force. Motorola utilizes our Field Service Organization (FSO) and a network of over 450 certified service shops that are located across all 50 states. These are both described In the answer to Line 13 26 Describe in detail the process and Our customer service includes essential services that are delivered through a tailored procedure of your customer service combination of local field service personnel, centralized teams equipped with a program, if applicable. Include your sophisticated service delivery platform, product repair depots, and MyView Portal. response -time capabilities and These service entities will collaborate to swiftly analyze issues, accurately diagnose commitments, as well as any Incentives root causes, and promptly resolve Issues to restore the Customer's network to that help your providers meet your stated normai operations. service goals or promises. Centralized Managed Support Operations The cornerstone of Motorola Solutions' support process is the Centralized Managed Support Operations ("CMSO") organization, which includes the Service Desk and technical support teams. The CMSO is staffed 24x7x365 by experienced personnel, including service desk specialists, security analysts, and operations managers. The Service Desk provides a single point of contact for all service related items, including communications between the Customer, Motorola Solutions, and third -party subcontractors. The Service Desk processes service requests, service Incidents, change requests, and dispatching, and communicates with stakeholders in accordance with pre -defined response times. Ail Incoming transactions through the Service Desk are recorded, tracked, and updated through the Motorola Solutions Customer Relationship Management ("CRM") system. The Service Desk also documents Customer Inquiries, requests, ooncems, and related tickets. The CMSO coordinates with the field service organization that will serve the Customer locally. Customer Support Manager Sid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D4914-89AE-468A4Ai7D823 A Motorola Solutions Customer Support Manager ("CSM") will be the Customer's key point of contact for defining and administering services. The CSM's initial responsibility is to create the Customer Support Plan ("CSP") in collaboration with the Customer. The CSP functions as an operating document that personalizes the services described in this document. The CSP contains Customer -specific information, such as site names, site access directions, key contact persons, any tailored case priority level definitions, case handling instructions, and escalation paths for special issues. The CSP also defines the division of responsibilities between the Customer and Motorola Solutions so response protocols are pre -defined and well understood when the need arises. The CSP governs how the services will be performed and will be automaticaiiy Integrated into this Statement of Work by this reference. The CSM and Customer will review and amend the CSP on a mutually agreed cadence so the CSP remains current and effective In governing the Essential Services. Repair Depot The Motorola Solutions Repair Depot provides the Customer with a central repair location, eliminating the need to send network equipment to multiple vendor locations for repair. All products sent to the Depot are tracked throughout the repair process, from Inbound shipment to return, through a case management system that enables Customer representatives to see repair status. MyView Portal Supplementing the GSM and the Service Desk as the Customer points of contact, MyView Portal is a web -based platform that provides network maintenance and operations Information. The portal is accessed from a desktop, laptop, tablet, or smartphone web browser. The information available Includes: • Remote Technical Support: Manage cases and view self-service reports. Observe Incident details by incident priority level, and track the progress of issue resolution. • Network Hardware Repair. Track return material authorizations ("RMA") shipped to Motorola Solutions' repair depot and eliminate the need to call for status updates. In certain countries, customers will also have the ability to create new RMA requests online. • Security Update Service: View available security updates. Access available security update downloads. • Orders and Contract information: View available information regarding orders, service contracts, and service coverage details. The data presented in MyView Portal is provided to support the services described in the following sections, which define the terms of any service delivery commitments associated with this data. Quality Team Our Quality Team is used as a resource for our customers, and brought In when a customer is having issues with a product or solution that Is not being resolved in a timely manner. The Quality team continuously tracks ongoing issues and pushes them to closure when necessary. We have also included the Mission Critical Operations white paper In our attachments for additional Information. Response Times Response Times vary depending on the product or system in question, but are In Ilne with the the requirements of our customer's expectations. 27 Describe your ability and willingness to We are equipped and staffed to deliver our products and services to any government provide your products and services to customer throughout the United States, and we have a proven track record of taking Sourcewell participating entities in the care of our customer and meeting our commitments that goes back decades. United States. 28 Describe your ability and willingness to provide your products and services to Sourcewell participating entities in Canada. 29 Identify any geographic areas of the United States or Canada that you will NOT be fully serving through the proposed contract. We are not including Canada as a part of this RFP response. We will not be serving any part of Canada within this RFP response. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 1dD45G3F-037D-4914-89AE-468A4A17D823 30 Identify any Sourcewell participating entity sectors (i.e., government, education, not -for - profit) that you will NOT be fully serving through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 31 Define any specific contract requirements or restrictions that would apply to our participating entities in Hawaii and Alaska and in US Territories. Table 7: Marketing Plan Within the United States, we will be fully serving all Federal, State, and local government and education entities. Motorola Solutions, Inc. ("Motorola") asserts that, to the best of its knowledge and belief, that presently, there are no requirements or restrictions that would apply to the , participating entities in Hawaii and Alaska and in US Territories. � m Question Response 32 Describe your marketing strategy for Motorola values the relationships that are created with our customers and actively engage promoting this contract opportunity. on a regular basis. We engage at five events, webinars, and tradeshows. In the past, Upload representative samples of your Motorola has hosted webinars explaining the benefits of existing contracts and can do so , marketing materials (if applicable) in for Sourcewell. Occasionally on a regional level, contract exclusive promotions are run and the document upload section of your advertised through email campaigns. This Is also something we can do for Sourcewell. response. 33 Describe your use of technology and Motorola Solutions leverages its social media channels on Unkedin, Facebook, Twitter and digital data (e.g., social media, YouTube to convey our values and mission. Through our channels, we highlight upcoming metadata usage) to enhance product and software launches, customer success stories and leverage marketing content marketing effectiveness. in the form of videos and documents to highlight our commitment to public safety. Customer led programs are sponsored by Motorola to provide a channel for feedback to our users. Motorola's websfte and e-commerce site have a large presence on the Internet housing brand, product and marketing content. 34 In your view, what Is Sourceweil's role While it would be great for Sourcewell to market the vendors that are awarded contracts, In promoting contracts arising out of we do understand that Sourcewell has a large number of participating vendors and this RFP? How will you Integrate a marketing for each of them would be prohibitive. If awarded the contract, our direct sellers Sourcewell-awarded contract Into your as well as our Manufacturer Representatives will consistently discuss our products and sales process? services and that the Sourcewell contract can be used as a method of purchase with all of our customers. Even if they are not current members of Sourcewell, we will discuss that by joining Sourcewell they will have a contracting vehicle in place that is already competitively bid and priced. 35 Are your products or services Not all of our products and services are able to be purchased from our e-procurement available through an e-procurement system (shop.motorotasolutions.com). But all of our accessories and many of our parts are ordering process? if so, describe your available through that system for our customers to order at any time. e-procurement system and how governmental and educational customers have used it. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 Table 8: Value -Added Attributes Line Item question Response* 36 Describe any product, equipment, Motorola Solutions has a Learning eXperience Portal (LXP) that encapsulates all that our maintenance, or operator training Worldwide Learning Services (WLS) team. Here you can register for training, complete programs that you offer to online training, and track where you are on all required training that you have. We also Sourcewell participating entities. offer in -person training for specific classes. While training In never required, we highly Include details, such as whether recommend training be included for customers that will be utilizing a solution for the first training is standard or optional, time. Our training website can be found here: https:/Aeaming.motorolasolutions.comf who provides training, and any costs that apply. 37 Describe any technological For decades, Motorola Solutions has been at the forefront of Public Safety Communications advances that your proposed Technology. From an LTE connected 2-way radio to private LTE systems and devices, we products -or services offer. are continuously innovating to bring advanced and necessary technology to our customers. We have developed the majority of "firsts" in 2-way communications from before WWII until now. We spent $686 million dollars on research and development in 2020 to ensure that we stay in that position going forward. The services we offer are comprehensive and available beginning with our System Support Center that is open 24x7x365. We use our Network Operation Center to continuously monitor the systems that we support to Identify and issues as soon as they begin. Our Field Service Organization (500+) and our Service Partners (450+ shops) are available to provide the needed services to our customers for project implementations, maintenance, and issue response. 38 Describe any "green' Initiatives Please find attached the 2019 Corporate Responsibility Report that relate to your company or to your products or services, and ' include a list of the certifying agency for each. 39 Identify any third -party issued eco- Please find attached the 2019 Corporate Responsibility Report labels, ratings or certifications that your company has received for the equipment or products Included In your Proposal related to energy efficiency or conservation, life -cycle design (cradle -to -cradle), or other greeNsustainability factors. 40 Describe any Women or Minority We do not qualify for any of these certifications, but we partner with WMBE and SBEs Business Entity (WMBE), Small regularly. Business Entity (SBE), or veteran owned business certifications that your company or hub partners have obtained. Upload documentation of certification (as applicable) in the document upload section of your response. 41 What unique attributes does your Motorola Solutions Is a public safety solutions company that has been in business over 90 company, your products, or your years. Public safety Is who we serve. We focus our RED dollars and time investments on services offer to Sourcewell building solutions that are integrated solutions. With all of these solutions, we have created participating entities? What makes an end -to -end platform and can provide the technology to handle an Incident from the time ' your proposed solutions unique in someone picks up the phone to call 911, through case closure. We also offer your industry as it applies to Implementation, managed, and support services to assure that our solutions are properly Sourcewell participating entities? Installed and maintained throughout their tifecycle. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A17D823 Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Question Item 42 Do your warranties cover all products, parts, and labor? 43 Do your warranties Impose usage restrictions or other limitations that adversely affect coverage? 44 Do your warranties cower the expense of technicians' travel time and mileage to perform warranty repairs? 45 Are there any geographic regions of the United States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? 46 Will you cover warranty service for items made by other manufacturers that are part of your proposal, or are these warranties issues typically passed on to the original equipment manufacturer? 47 What are your proposed exchange and return programs and policies? 48 Describe any service contract options for the items included in your proposal. Response" Warranty covers all products, parts and labor provided by Motorola. For third party products we will flow through the OEM's standard warranty as provided to us. Warranty does not cover products that fall as a result of liquid, lightning or physical damage. For Infrastructure products, warranty does cover travel and mileage expenses for a technicians to respond on site. Subscriber warranty is provide through ' our repair depot. Within the unites State we are able to serve all geographic regions. We will not be serving any part of Canada within this RFP response. Warranty covers all products and systems manufactured by Motorola. For any Individual drop -ship items, those are covered by the warranty provided by that specific vendor. In other words, for third party products we will flow through the OEM's standard warranty as provided to us. Warranty covers the repair and return of products provided by Motorola. Advanced replacement options can be quoted In addition to the standard warranty. Motorola offers Warranty Wrap options for infrastructure systems. This enhances the manufacture warranty to 24X7 coverage and can include monitoring where applicable. Table 10: Payment Terns and Financing Options Line Question Item 49 What are your payment terms (e.g., net 10, net 30)? 50 Describe any leasing or financing options available for use by educational or governmental entities. 51 Briefly describe your proposed order process. Include enough detail to support your ability to report quarterly sales to Sourcewell as described in the Contract template. For example, Indicate whether your dealer network Is included in your response and whether each dealer (or some other entity) will process the Sourcewell participating entities' purchase orders. Response" Net 30 We work with the Motorola Solutions Credit Company to provide financing options for our customers. We have been doing this for over 35 years for our customers to give them a competitive financing option. For the quarterly reports, we will work with our Order Management team to set up a specific bid and quote (B&Q) number that will be used when processing all orders under this contract. Then we will be able to utilize that B&Q number for create the quarterly report, and process payment to Sourcewell based off of the amount sold. We are currently doing it this way for the other cooperative purchasing contracts. Only Motorola Solutions and our Manufacturer Representatives will process participating agency purchase orders. Regardless of which of the two processes the order, all purchase orders will be made out to Motorola Solutions. 52 Do you accept the P-card procurement and payment Yes we do accept P-Cards. There is not an additional cost to process? If so, Is there any additional cost to Sourcewell Sourcewell participating agencies to use a P-Card. participating entities for using this process? Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 1 0D45C3F-037D-4914-89AE-468A4A1 7DB23 Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourceweli Price and Product Change Request Form. Line Question Item 53 Describe your pricing model (e.g., line -item discounts or product -category discounts). Provide detailed pricing data (including standard or list pricing and the Sourceweli discounted price) on all of the items that you want Sourceweli to consider as part of your RFP response. If applicable, provide a SKU for each item in your proposal. Upload your pricing materials (if applicable) In the document upload section of your response. 54 Quantify the pricing discount represented by the pricing proposal in this response. For example, If the pricing in your response represents a percentage discount from MSRP or list, state the percentage or percentage range. 55 Describe any quantity or volume discounts or rebate programs that you offer. 56 Propose a method of facilitating "sourced" products or related services, which may be referred to as "open market" items or "nonstandard options". For example, you may supply such items "at cost" or "at cost plus a percentage," or you may supply a quote for each such request. 57 Identify any element of the total cost of acquisition that is NOT included in the pricing submitted with your response. This Includes all additional charges associated with a purchase that are not directly Identified as freight or shipping charges. For example, list costs for items like pre - delivery Inspection, installation, set up, mandatory training, or initial Inspection. identify any parties that impose such costs and their relationship to the Proposer. 58 if freight, delivery, or shipping is an additional cost to the Sourcewell participating entity, describe in detail the complete freight, shipping, and delivery program. 59 Specifically describe freight, shipping, and delivery terms or programs available for Alaska, Hawaii, Canada, or any offshore delivery. 60 Describe any unique distribution and/or delivery methods or options offered in your proposal. Table 12: Pricing Offered Response* The pricing model we are using In this RFP response is showing percentage discounts off of list price for each product category. The details can be found in the pricing section that has been uploaded with our response. We have also included as an attachment our latest product catalog that shows list pricing for the majority (but not all) of the solutions that we are proposing in this RFP response. We have provided product -category discount percentages in our attached pricing document. The range of discounts is take off list price. Volume discounts or system incentives may be applied based on the size and scope of the opportunity. For items that are dropship and not sourced by Motorola Solutions, we supply those items at a cost plus. The percentage we use varies depending on the item. We have included all components needed for an acquisition within the pricing categories and discounts provided. Freight, delivery, and shipping are not additional costs. We do not charge those items to government customers. We have no specific or different freight, shipping, or delivery terms for Alaska or Hawaii. Canada is not a part of our response. ' Shipping terms are FOB Shipping. We have no unique distribution and/or delivery methods or options. �Une The Pricing Offered in this Proposal Is: Comments Item I61 b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing Please find our pricing departments. details In the attachments Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Docusign Envelope ID: 10D45C3F-037D-4914-89AE-468A4A170823 Table 13: Audit and Administrative Fee Line Question item 62 Specifically describe any self -audit process or program that you plan to employ to verify compliance with your proposed Contract with Sourcewell. This process includes ensuring that Sourcewell participating entities obtain the proper pricing, that the Vendor reports all sales under the Contract each quarter, and that the Vendor remits the proper administrative fee to Sourcewell. 63 If you are awarded a contract, provide a few examples of Internal metrics that will be tracked to measure whether you are having success with the contract. Response' To ensure that we have proper pricing, we will load the Sourcewell contract category discounts into our quoting system so that we can utilize the discounts listed in our response for Sourcewell members. For the quarterly reports, we will work with our Order Management team to set up a specific bid and quote (B&Q) number that will be used when processing all orders under this contract. Then we will be able to utilize that B&Q number for create the quarterly report, and process payment to Sourcewell based off of the amount sold. We are currently doing it this way for the other cooperative purchasing contracts. Only Motorola Solutions and our Manufacturer Representatives will process participating agency purchase orders. Regardless of which of the two processes the order, all purchase orders will be made out to Motorola Solutions. Total sales in US dollars per category 64 identify a proposed administrative fee that you will pay to We are proposing a 1% admin fee that will be calculated off Sourcewell for facilitating, managing, and promoting the Sourcewell of total sales under this contract. Contract in the event that you are awarded a Contract. This fee Is typically calculated as a percentage of Vendor's sales under the Contract or as a per -unit fee; it is not a line -Item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) Table 14A: Depth and Breadth of Offered Equipment Products and Services �mQuestion Response 65 Provide a detailed description of the Below is a list of what Is Included in our offering. We have also included equipment, products, and services that you specification sheets for these solutions. The specification documents Include are offering In your proposal. technical information, Including the applicable safety or regulatory standards or codes. Land Mobile Radio Systems, Solutions, and Sericos Mobile and Portable radios and accessories Base Stations and accessories Radio Dispatch Consoles Interoperabliity, Solutions Fire Station Alerting Solutions and Services Broadband Wireless Infrastructure and Subscribers Radio/Broadband Site Infrastructure (Towers, Shelters, UPSs and Generators) Broadband and LTE Communication Equipment Radio, Broadband, and LTE Implementation and Maintenance Services 66 Within this RFP category there may be We have no sub -categories. All categories of equipment, products, and services are subcategories of solutions. List subcategory listed above titles that best describe your products and services. Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. Indicate belave iff the listed type�s o, classes of equipinent, products. arid services are offered c1thill YOM ptoposal. Provide additional comments in the text box proviried, as necessary, Line Item lCategoryype or I Offered I Comments 67 Fire or EMS station alerting Yes Yes. We partner with Mach Alert to provide Fire Station Alerting Solutions, or paging systems No 68 Connectivity and Yes Yes. We are offering Critical Connect as our systern to system inter operability interoperability devices, r No solution, as well as control station radios to tie in legacy frequencies to current hardware and equipment radio systems. 69 Airborne, marine, and r, Yes No, underwater communication f- No systems 70 Services related to lines 67, Yes Yes, We have included the necessary services to implement and maintain the 68 and 69 above y No solutions mentioned in lines 67 & 68. 1 111:11 - a 0 9 . !! , - 0 Line item Question Response' 71 Describe the interoperability of Because we follow industry standards across our portfolio, our products are fully interoperable with your products and services with other systerns/devices that follow the definition in the specific standard in question. The standards other equipment, software, and the our products and solutions follow are listed in Line Iteril 73. Additionally, our services providers systems, as applicable maintain certifications required within each solution (certifications are detailed in Line Item 14). 72 Describe how your products Aside from meeting what the applicable standard defines for its interoperability requirements, and services integrate with Motorola Solutions has created an end -to -end platform that integrates our solutions from the time other communications and someone picks up the phone to dial 911 until case closure. These solutions include, but are not technology components (e.g,, limited to Radio, 911 call handling, CAD, Records Management. Body Worn and In -Vehicle CAD, RMS, LMR. etc.) Cameras, Digital Evidence Management, Video Security, License Plate Recognition, Situational Awareness, and Broadband Communications. Because these are all solutions that we develop, we are creating integrations and are not limited to interfacing different solution together. Interfacing typically limits the communication between two solutions because it uses the least common denominator of the information that can pass between to solutions from different vendors. The integrations that we have, and continue, to develop are allowing for greater efficiencies as our customers do their jobs. We have also created a solution called CommanclCentral Aware that allows for our radio system to integrate with other vendors CAD and Video solutions to create situationai awareness for our customers as the approach a scene. 73 Describe how your products The systems and equipment included in this response fully comply with one of the following and services conform to standards: Project 25 (P25) - hftp://wvvw,projecl.25,org1, Digital Mobile Radio (DMR) - applicable industry standards tittps:/I�"N�v,dnirassociat;on.orgldmr-staiidards,htnit, and Citizens Broadband Radio Service (CBRS) and required specifications- standards - https:fim"v,ecfr,govlcgi-bin/text-idx? S 1 D=960a62ced 28f9e89c I 69ed I 2daafa030&mc=h ue& node= pt4 7 . 5.96& rgn =div5. 74 Describe your use of Motorola Solutions utilizes both certified internal employees as well as out certified service partner installation or service partners, shops to do installs and maintenance. Deciding which we utilize on each opportunity is dependent Ion I if applicable. the customer, if they have a preference, and the type of project i 1111111MER1101• Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Inc. D;3cusgn Er,,,6o,)EiD !, D45Cjr- ,037b--'<, iA suhnniu�;on rk)cunlentf,) coiitonns to thc lollowinq� n PDF ale welcile,L)Ocum,,ntu tn EX(lei (v coml)iAli)le alsv t)e nrovldulil Documents should NOT have a se�cufity passwoid, as Sootceweif way not be able to open the fik,, It is your sole rest ons"ibilily to el)SUMI ',no, ti)C, unloaded docurnent(s) are not 6thet defective, cormpted or biank and that d0CUr0f,1ntS Cal) h-: opened and vio-,.ved by Sourcewell. 3. SOLIrcervell may reject any response where any d0CUMeut(S) cannot be opened and viewed by Sourcewell. 4, If you need to upload more than one 11) doCUrnent for a single item, you should combine the documents into one zipped file. It the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format florn resarinding to. For example, if responding to the Marketing Plan category save the document as ""Marketing Plan," • Financial Strength and Stability (optional) • Marketing Plan/Samples (optional) • WMBE/MBEYSSE or Related Certificates (optional) • Warranty Information (optional) Sourcewell RFP 042021 Pricing,pdf - Monday April 19, 2021 18: 16:04 - Sourcewell RFP 042021 Proposal Docurnent.pdf - Monday April 19, 2021 '18:19:49 Bid Number: RFP 042021 Vendor Nanie: Motorola Solutions, Inc. PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I Certify that I all) thei,]Uftlized representative of the Proposal submittmg the foregoing Proposal with the legal authority to bind tire Proposer to this Affidavit and Assurance of Compliance: 1, The Proposer is submitting this Proposal Linder its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2, The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award, 1 The Proposer. including any person assisting With the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created wilbout colluding with any other person. company, or parties that have or will submit a proposal Linder this solicitation; arid the Proposal has in all respects been created fairly without any fraud of dishonesty. The Proposer has not directly or indirectly entered into any agieernent of arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposei has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if P(oposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted Or Will submit a proposal for this solicitation, 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of Interest. Ali organizational conflict of interest exists when a vendor ties ail unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be. Impaired. 5. The contents of the Proposal have not beer) communicated by the Proposer or its employees or agents to any person not all employee or legally authorized agent of the Proposer and will not be communicated to any SUCh persons prior to Due Date of this solicitation, 6. If awarded a contract. the Proposer wilt provide to Source,,vell Participating Entities the equipment, products, and services ill accordance with the terms, conditions, and scope of a resulting contract. 7, The Proposal possesses, or will possess before delivering of,,,,, equipment, products, or services, all appiicaole licenses of certifications necessary to deliver such equipment, products, or services under any resulting contract, 8. The Proposer agrees to deliver equipment, products, and services through valid contracts. purchase orders, or means that are acceptable to Sourcewelf Members. Unless otherwise agreed to, the Proposer must provide only new arid first -quality products and related services to SOLImewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state. and local laws, regulations, rule;, and orders. 10. The Proposer understands that Sourcewelf will reject RFP proposals that are marked "confidential" (oi "nonpublic," etc.), either substantially of in their entirety, Under Minnesota Statutes Section 13,591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 perrinits only certain narrowly, defined data to be considered a "trade secret," and thus n0nnLiNic data Linder Minnesota's Data Practices Act, 11- Proposer its employees, agents, and subcontractors are not: 1. included oil the "Specially Designated Nationals and Blocked Persons' list maintained by the Office of Foreign Assets Control of file United States Department of the Treasury found at- k4�-, 2. included on the govemment-wide exclusions lists in the United States System for Award Management found at: - Bid Number: RFP 042021 Vendor Narne: Motorola Solutions, Inc, Dccusign EnOor)(ID 1 -'rit-L, I b\ r;hv(Aifr(,.j this box I that I all,; bound by tile, tellw-, of lhe Pioposet's AffidaA, have, the logal authority to stiff mil this Proposal on behaif of the Pt-opusef, arrl-J that this elklctroniu aCkno%vledgrnenz has the- sinne leg�il effect. validity, and a", it I had hand signed the Proposal. This siallatore riot be denied such legal effect, vaiiditv, or enforceability solely because an i)leclionic signature or electronic record was used in its forrnafion. - Carrie Hemmen, Teiritory Vice Pier,-,ident & Director of Sales, Nlotorola Solutions, Inc, The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. ,j h File Name Pages Addendum - 8 PS Comiiiuiiications-Tecti-RFP-042021 TUe April 1,i 2(T21 6:133 f"M Addendum 7 PS Cominunicatiotis-Tech -RFP-042021 Moll April I Z2521 &i:55 R.1 Addendum - 6 PS Comiiiunicatioristi -Tec-RFP-042021 Wed April 7 26-216-6,45 PM Addendum 5 PS Coniiiiutiications-Tech -RFP-042021 Moll April 5 301 Oi 1 8 PM Addenduiti-4-PS-Cotiiinutiicatioiis-Tech -RFP-042021 Thu April 1 2021 03:59 PM Addenduni-3-PS-Communications -Tech -RFP-042021 Thu March 25 202108:23 AM Addendum - 2 PS Coniniunications-Tecli-RFP-0420211 Mon Miarch 832-02! -01:20 PM Addendum I PS Coinmunicatiotis-Tecti-RFP-042021 Fri March 5 �Oil 1-2V PM r r 171 r FT l r 2 Bid NUmbef: RFP 042021 Vendor Narne: Motorola SO'UtiOnS, Inc. SUbaVJai'd Ref)01-titig is tine on W.gov Slam Details Mlor 8, 2025 Horne Search Data Batik Data Services Hell) Entity Registration Exclusions f,,cflv(Exclusions Responsibility / Qualification MOTOROLA SOLUTIONS, INCO Unique Entity ID CAGEMCAGE G2LUXP8ND8U6 7H229 Physical Address 500 W Monroe ST FL 44 Chicago, Illinois 60661-3781, United States x See All Alerts 0 00 on ED 9 Entity Information Active Registration Mailing Address 2100 Progress Parkway Attn: Contracts Schaumburg, Illinois 60196-4041, United States Pui-pose of Reg.istration hitps://sam.gov/entities/viewIG2LUXP8ND8U6/exclusioninfo?status=Active&emrKeyValue= 1002224-1727170117447057 Se,p 241, 2025 113 ( - l ; 1, ) f- 1 -� FF" i", I c 4 t f i EXCLUSIONS There may be instauces wheii an individual or firm has the same or similar name as YOUr Seal'Ch ffitel-ia, b0t is actually a different party, Therefore. it is important that you verify a potential match with the excWdillg agelICY identified in the exc[LlSiOWS details. To confirm or obtain additiotial information, comact the federal agency that took the action against the listed party. Agency points of contact, including name and telephotie number, may be found by navigating to the Agency Exclusion POCs page within Help. Active Exclusions -1-here are no x[M., exclusion recoi'ds assodated t(,-, this entity by it°, Unique Entity ID Our Website Our Partners Policies Customer Service https:llsam.govientitiesJP8NDBU61exclusioninfo?status=Active&emrKeyValue= 1002224-1727170117447057 213 i Myt ; KOK HMk fud [was W, TWAR14ING lhis is as U.& (Scneraf SE?"kes Admhktr-Tation Govemnunt compuVi SyMem that N "FOR OFFICIAL USE ONW Mis system is subjc.ct to monitoring, Individuak fourvi pewummg unauvorind activities are sidject to dic4dinai y action including criminal prosecutJon, lids systerucontains ConMed LincNANd h4ormaUon(CUI),A11 individualsviewing, tr.producingov disposing of this infornnatiCal,11V le(JUNd to pmect it in accordance with 32 CFR Part 2002 and GSA Ordei CIO 2103.2 CUI Polky, tittps:llsam.govlentitieslviewIG2LUXPBND8U6[exctusioninfo?status=Active&emrKeyValue= 1002224-172717011744 7057 313