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