Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-039TR#13085 April 25, 2018 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2018- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, TO APPROVE AND EXECUTE A PURCHASE AGREEMENT WITH KEYLITE POWER AND LIGHTING CORP. FOR THE PURCHASE OF NEW FIRE STATION ALERTING SYSTEMS FOR TAMARAC FIRE STATIONS IN AN AMOUNT NOT TO EXCEED $328,343.23 INCLUDING FIFTEEN THOUSAND ($15,000) FOR CONTINGENCY EXPENSES WITH AN EFFECTIVE DATE UPON EXECUTION OF THE AGREEMENT; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A PURCHASE AGREEMENT FOR THE FIRE STATIONS ALERTING SYSTEM; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Tamarac Fire Rescue is part of Broward County's Regional Communication System which includes fire alerting system, and WHEREAS, Tamarac Fire Rescue's current alerting system has been in- service for more than 25 years and has reached its useful life; and WHEREAS, Tamarac Fire Rescue intends to remain in the Regional Communication System to maintain consistency and continuity with surrounding municipalities; and WHEREAS, in order to continue operating in the regional communications system, the fire station alerting equipment has to be replaced to be compatible with the new Broward County Communication System; and WHEREAS, Tamarac Fire Rescue will utilize Broward County's formal bid TR#13085 April 25, 2018 Page 2 RFT#R1426611 P1 for the Fire Alerting System, hereinafter referred to as Contract#R1426611 P1 and attached hereto as Exhibit A; and WHEREAS, Keylite Power & Lighting Corp. was the provider selected and approved by the Board of County Commissioners on September 27, 2016 as the first ranked vendor responding to the solicitation set forth as part of Exhibit A; and WHEREAS, the City of Tamarac is authorized to utilize this contract for the purchase of the station alerting equipment; and WHEREAS, Section 6-148 (g) of the Tamarac Procurement Code permits purchases of goods and services from contracts awarded by other governmental of not -for -profit entities by a formal competitive selection process; and WHEREAS, it is the recommendation of the Fire Chief, Purchasing and Contract Manager and IT Director to execute a purchase agreement with Keylite Power & Lighting Corp. for Tamarac Fire Stations new alerting system; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve and execute a Purchase Agreement with Keylite Power & Lighting Corp. for Tamarac Fire Stations new alerting system, attached hereto as Exhibit A. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and TR#13085 April 25, 2018 Page 3 confirmed as being true and correct and are hereby made a specific part of this Resolution. All Exhibits attached hereto are expressly incorporated herein and made a part hereof. SECTION 2: The appropriate City Officials are hereby authorized to approve and execute a Purchase Agreement with Keylite Power & Lighting Corp. attached hereto as Exhibit A for the acquisition of a new fire alerting system for the Fire Stations in an amount not to exceed $328,343.23 that includes a $15,000 contingency with an effective date upon execution of the Agreement attached hereto as Exhibit B. Authorizing the City Manager to take any and all actions necessary to effectuate the agreement, including the execution of additional service and other ancillary agreements necessary for the implementation of this matter subject to further legal review. SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this ATTEST: mal �' Tm, CITY CLERK CrCf I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM S' MUEL S. 6q4AEN CITY ATTORN YY TR#13085 April 25, 2018 Page 4 ,25— day of4z--, 2018. i. Lt4&� HARRY DRESSLER, MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BOLTON DIST 2: V/M GOMEZ DIST 3: COMM. FISHMAN DIST 4: COMM. PLACKO 1 1 AGREEMENT BETWEEN THE CITY OF TAMARAC AND KEYLITE POWER AND LIGHTING CORPORATION THIS AGREEMENT is entered into on 7 20 ,'S between the City of Tamarac, a municipal corporation with pri cipal offices located at 7525 NW 881 Avenue, Tamarac, Florida 33321 (City) and Keylite Power and Lighting Corporation, a Florida corporation with principal offices located at 12312 SW 1171 Court, Miami, Florida 33186 (Contractor) for the purpose of providing and installing a Fire Station Alerting System in City of Tamarac Fire -Rescue facilities as detailed herein for the City of Tamarac. The parties hereby agree to the following terms and conditions. In return for valuable consideration Contractor shall comply with the terms and conditions within the Broward County Board of County Commissioners (Broward County) Contract awarded pursuant to a competitive procurement Request for Proposal (RFP) #R1426611 P1 (hereinafter referred to as Contract #R1426611 P1) for Fire Station Alerting System (FSA) to support current and future fire department alerting needs for Broward County and local public safety personnel, attached hereto as Exhibit A. The purpose of the FSA system is to provide end user Fire Departments with enhanced fire station functions and interface with the computer -aided dispatch (CAD) and public safety microwave systems as well as the Project 25 (25) trunked radio system communications infrastructure. The terms and conditions of the contract documents set forth in Exhibit A are incorporated herein as if set forth in full, except as modified by the proposal specific to the City of Tamarac as set forth in Exhibit B dated February 21, 2018, attached hereto and incorporated herein as if set forth in full. 2. Upon execution of this Agreement, all references made to the Broward County Contract #R1426611 P1 in Exhibit A and Exhibit B shall be interpreted as pertaining to the City of Tamarac, and all terms and conditions of Exhibit A and Exhibit B shall be deemed as having been implemented for use within the City of Tamarac. It is understood that wherever the words "agency name" or "agency board name" appear, they shall be read as "City of Tamarac" and "City of Tamarac Commissioners". 3. Term: The term of this Agreement shall be concurrent with the term set forth in Exhibit A, of five (5) years from the date of approval by Broward County on September 27, 2016, through September 26, 2021 effective on the date of approval of this Agreement. The City reserves the right to renew this Agreement for up to two (2) additional five (5) year terms for up to an additional ten (10) years, as well as any extensions approved by the awarding agency, in the event that the Agreement is renewed or extended by Broward County. 4. This agreement, Exhibit A and Exhibit B constitute the entire agreement between the City and the Contractor. In the event of a conflict between these documents, this Agreement shall prevail, followed in precedence by Exhibit B and Exhibit A in that order. 5. Contract Pricing: Pricing for the above work is based on the Broward County Pricing as stated in Exhibit B for each individual fire station. Monthly maintenance costs shall be based on Option B: "Standard Support" for all Fire Stations. Contractor shall provide new quotations for any new Fire Stations brought on-line during the term of this Agreement. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 6. Insurance: In addition to the insurance requirements stated in the Broward County Agreement, Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. The following minimal insurance coverage shall be provided: Worker's Compensation Insurance: The Contractor shall procure and maintain for the life of this Agreement, Workers' Compensation. Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -Contractor that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company. Sixty-(60) days notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. b. Comprehensive General Liability: The Contractor shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. Business Automobile Liability: The Contractor shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. d. The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. e. The City must be named as an additional insured for General Liability coverage unless Owners and Contractors' Protective Coverage is also provided, or required. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. f. The minimum limits of coverage shall be $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy. The City must be listed as an Additional Insured under the Policy. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. g. In the event that sub -contractors used by the Contractor do not have insurance, or do not meet the insurance limits, Contractor shall indemnify and hold harmless the City for any claim in excess of the sub -Contractors' insurance coverage, arising out of negligent acts, errors or omissions of the sub -contractors. h. Contractor shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the City. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 7. Indemnification: a. The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. b. Upon completion of all services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. c. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. d. The City and Contractor recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Contractor and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Contractor. Furthermore, the City and Contractor understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City's and the Contractors responsibility to indemnify. e. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. f. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8. Non -Discrimination & Equal Opportunity Employment: During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9. Independent Contractor: This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 4 10. Assignment and Subcontracting: Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11. Termination: a. Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. b. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 12. Public Records The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. a. Specifically, the Contractor shall: 1. Keep and maintain public records required by the City in order to perform the service; 2. Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City. 4. Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon City of Tamarac and Contracts Division completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. b. During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 13. Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 14. Venue: This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 15. Signatory Authority: The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 16. Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 17. No Construction Against Drafting Party: Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 18. Notice: Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person; sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services or by messenger service, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 NW 881 Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Keylite Power & Lighting Corporation 12312 SW 1171 Court Miami, FL 33186 Attn: Angel Munoz, President 19. Public Records Custodian IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG REMAINDER OF PAGE INTENTIONALLY BLANK City of Tamarac and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its President duly authorized to execute same. :��: ESN •-- ATTEST: �� tc A �. Patricia A. Teufel, CI(Aq4 i 1 i City Clerk /g Date Signature of Corpo a Secretary Type/Pint hame of C porate Secy. (CORPORATE SEAL) CITY OF C Harry Dressler, Mayor Michael C. Cernech, City Manager Date Approved as to form and legal sufficiency: Cit Attorney !Iz3 � Date Keylite Power & Lighting Corporation Company Nam-_ Signature of President Angel Munoz President Date 11 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA: :SS COUNTY Ol : I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Angel Munoz, President of Keylite Power and Lighting Corporation, a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this �' day of f\01L , 20 --w---1 ;,••�;��'P� •, ''•: PAOLADECASTRO o r Notary Public -State of Florida " Commission a GG 114905 d FFloa• My Comm. Expires Jul 21, 2021 Bondrdthrough National Notary Assn. Signature of Notary Public State ofFlorida at Large ?w�n-T)Pea�-)� Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. • • • 44 Ea CB 1 FireNet Subscriber Module, installed. FNSM-1 1 $2,777.781 $2,500.00 $2,500.00 45 Ea KL 0 Radio enclosure, ventilated KL-RE1 1 $2,000.001 $1,800.001 $0.00 STATION LEVEL SERVICES 46 Ea KL 1 Station Installation ST-INST $41,287.13 $41,287.13 47 Ea KL 1 Station Configuration & Start -Up ST-SU $3,038.50 $3,038.50 48 Ea KL 1 Station Project Management ST-PM2 $2,547.41 $2,547.41 49 Ea USDD 1 Station Engineering / Design Services ST-ES $651.10 $651.10 50 Ea USDD 1 Station Documentation ST-DM $65.11 $65.11 Station Training - User/Technician via streamed online video 51 Ea USDD 0 with per -station license and participant TRA-UT-VID $0.00 $0.00 registration/verification. 52 Ea USDD 0 Station Training - User/Technician. On -Site @ Station. 1 TRA-UT-OS $0.00 $0.00 Hour, 1 Visit. (3 Units/Hours suggested to cover 3 shifts) 53 Ea KL 1 Early deployment KL-ED1 $2,500.00 $2,500.00 Equipment & Services Subtotal $ 106,615.30 Permit Processing $ 1,250.00 Signed and sealed drawings $ 2,400.00 Station Allowance $ 5,330.76 Florida Sales Tax $ - Shipping $ 1,599.23 Station Total $ 117,195.29 Terms and Conditions 1 This offer is subject to the terms and and conditions of the System and Services Agreement between Broward County and Keylite Power & Lighting Corp (RFP R1426611P1) 2 Includes One Year Basic Support warranty 3 Monthly maintenance quote based on annual payments in advance. 4 All permit fees and related third -party field inspection expenses will be charged to Customer at cost with no markup. 5 Pricing assumes standard low voltage permit only. 6 Payment terms: 50% with order, 40% upon installation completion, 10% upon Beneficial Use or permit close out, whichever occurs first. 7 Pricing valid for 45 days from date of quote. Price verification required thereafter. 8 Customer EUAA (End User Authorized Agreement) and Service Agreement must be executed before Mobile App or Support can be authorized. 9 Excludes sales tax 10 Credit card payments will include a 3 % additional fee at the time of sale. 11 Overdue invoices charged 1.5 % per month 12 Excludes construction drawings if required for new buildings Support Plan Options Maintenance Options List Price Contract Price Monthly Monthly Option A: Premium Support $1,536.19 $1,181.68 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes 24/7/365 2 hours onsite response, +4 hours uptime guarantee Includes all active parts and equipment supplied to repair or replace. Includes all station wiring, connectors. Includes batteries Includes annual on -site test and optimization. Includes software maintenance. Includes onsite software upgrades as necessary Includes annual remedial training class if necessary includes annual engineering review Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) Includes priority restoration service, external antenna wind Option B: Standard Support $1,024.12 $787.79 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes 24/7/365 2 hours onsite response, +4 hours uptime guarantee Includes all parts and active equipment supplied to repair or replace. Includes software maintenance. Includes onsite software upgrades as necessary Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) Option C: Basic Support $768.09 $590.84 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes remote software maintenance, upgrades Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) On -site field labor rates per contract $105 per hour year 1, CPI annual escalatorplus return mileage for onsite work 0 �"' K E Y L I T E vowrii a uc-NIGc4= Broward Fire Station Alerting System Tamarac Fire Rescue Station 15 Keylite Power & Lighting Corp. 4/11/2018 12312 SW 117th Court Miami, FL 33186 ---------11 PH: 305-232-9910 Fax: 305-397-1510 Quote prepared by: Jonathan Franklin, 954-275-8854 ifCa�signalcommunications.com Item Unit Mfr City Description Part No. List Price Broward Contract Price Broward Contract Price Extended STATION LICENSES 1 Ea USDD 1 G2 VOICEALERT - Single Station License. One-Time/Perpetual (unless furthur USDD modification is needed) VA $927.00 $834.30 $834.30 2 EaNr USDD 24 G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. G2-APP-DL $0.00 $0.00 $0.00 STATION CONTROLLER 3 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $20,000.00 $18,000.00 $18,000.00 4 Kit USDD 0 Rack Mount Ears ATX-E $54.00 $48.60 $0.00 5 Kit USDD 0 Base Plate ATX-P $54.00 $48.60 $0.00 STATION PERIPHERALS 6 Kit USDD 0 ATX EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. ATX-EXP $6,660.00 $5,994.00 $0.00 7 Kit USDD 0 Rack Mount Ears ATX-E $54.00 $48.60 $0.00 8 Kit USDD 0 Base Plate ATX-P $54.00 $48.60 $0.00 9 Ea USDD 0 G2 ROOM REMOTE Module RR2 $1,830.00 $1,647.00 $0.00 10 Ea USDD 0 RR Trim Plate, for Flush -Mount RR-TP $46.00 $41.40 $0.00 11 Ea USDD 0 RR Back -Straps, for solid -wall flush -mounting RR-BS $27.00 $24.30 $0.00 12 Ea USDD 0 RR Back -Box, for solid -wall flush -mounting RR -BB $86.00 $77.40 $0.00 13 Ea USDD 0 G2 MESSAGE REMOTE Module MR $1,167.00 $1,050.30 $0.00 13.1 Ea USDD 2 G2 MESSAGE REMOTE 2 Module 2017 Version 2) MR-2 $1,275.00 $1,147.50 $2,295.00 14 Ea USDD 0 G2 SIGN REMOTE Module SR $583.00 $524.70 $0.00 15 Ea USDD 3 G2 HDTV REMOTE / STATION Module (TV & Electrical Outlet by Others) TVR-S $875.00 $787.50 $2,362.50 16 Ea USDD 6 G2 MESSAGE SIGN, Digital LED (STANDARD GammaSign / 24" Active Screen Width) MS-G2-S $883.00 $794.70 $4,768.20 17 Ea USDD 0 G2 MESSAGE SIGN, Digital LED (EXTENDED GammaSign / 36" Active Screen Width) MS-G2-E $1,325.00 $1,192.50 $0.00 18 Ea USDD 0 MESSAGE SIGN, Digital LED (BetaBrite - LEGACY Replacement 24" Screen Width) MS-B $360.00 $324.00 $0.00 19 Ea USDD 3 MS Adapter Plate, VESA 100 MS-ADPT-V100 $60.00 $54.00 $162.00 20 Ea USDD 0 MS Tie -Straps (pair) -join two MSs MS-ADPT-STRP $27.00 $24.30 $0.00 21 Ea USDD 3 MS Mount -Articulating, Long reach MS-MNT-ART-L $287.00 $258.30 $774.90 22 Ea USDD 0 G2 DOUBLE MS KIT (MR, 90-deg Mount, x2MS) MS-X2K $2,065.00 $1,858.50 $0.00 23 Ea USDD 1 G2 1/0 REMOTE w/ 8 In & 8 Out IOR $1,165.00 $1,048.56 $1,048.50 24 Ea USDD 0 G2 Strobe Light / Red LED STR $500.00 $450.00 $0.00 25 Ea USDD 0 G2 Color Indicator Remote - Up to 8 unique colors CIR $635.00 $571.50 $0.00 26 Ea USDD 1 Push Button, Standard (Black) PB-B $100.00 $90.00 $90.00 27 Ea USDD 0 Push Button, Emergency (Red) PB-R $100.00 $90.001 $0.00 28 Ea Atlas 1 Audio Amplifier, External, Standard AMP $987.00 $888.30 $888.30 29 Ea Atlas 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $66.00 $59.40 $59.40 30 Ea Bogn 5 Speaker-APP/Weatherized A2T), Surface, 70v SPK-W-SM $280.00 $252.00 $1,260.00 31 Ea Bogn 0 Speaker -Standard, Flush Mount, 70v S86) SPK-STD-FM $73.00 $65.70 $0.00 32 Ea Bogn 0 Speaker- Standard, Surface Mount (MB), 70v SPK-STD-SM $73.00 $65.70 $0.00 33 Ea USDD 44 G2 LED SPEAKER- Flush Mount, 70v SPK-LED-FM $297.00 $267.30 $11,761.20 34 Ea USDD 0 1 G2 LED SPEAKER - Surface Mount (MB), 70v SPK-LED-SM $297.001 $267.30 $0.00 35 Ea TIC 0 Transformer, 8ohm to 70V, External XFMR $53.00 $47.70 $0.00 36 Ea USDD 1 ATX UPS, Standard UPS -STD $923.00 $830.70 $830.70 37 Ea I USDD I Wall-MountforOPS I UPS-WMB $57.001 $51.301 $51.30 38 Ea GE 1 MDS Orbit Data radio, installed KL-OR $2,241.53 $2,017.38 $2,017.38 39 Ea GE 1 MDS Data radio network management, installed KL-NM $122.22 $110.00 $110.00 40 Ea MOT 1 Motorola APX-1500 P25 radio with power -supply KL-APX $4,351.30 $3,916.17 $3,916.17 41 Ea MOT 1 Radio Cable, voice, installed KL-RC $51.33 $46.20 $46.20 42 Ea TBD 0 WAN router firewall, installed KL-RF $1,793.00 $1,613.70 $0.00 43 Ea ASST 2 Yagi antenna, installaed KL-YA $1,527.78 $1,375.00 $2,750.00 O �3 M n G) u G)NC Nau' Too 3Dm m 3 5. D 3 �O 3 q o a o M � A � o G) N i X O g m m 3 0 8 2 o N x o o a c N O N 2 N A filename I USDD.FL_BR000.FS15.OPTI.FSA.DWG date 111-Apr-2018 I I Z A W N O <=0)23m D Cn 0 m Cl) DD,D m mzG>�> m mmam x t)x C" XA-IA Z aG), 3: OO-O m ONmm(m) f<-0 O3Z N 0 N.m 0 'A O v r Z m z z T GmC Z 9 (n(n < m n m D N T pO N ➢OHO D y0 D z°'z '-m �NAZT �,DOn 0 qmZ0O1 00.ZcTn o r Z 1, Z A GZ>' T Z Z W O W N r m< T )m3 TC 0-X, C) < T.5g Cox mZoz p�TWI Om-''D ZTz Oxo p x 0 < C m m C m<m� OTW�02 mG) 1 -=m-z 00 m 0 -y p Z Z O n Z m�0 v<0 z .10 mrn tnz 0 A m A T- A ul D TCA0 pN1,r 0 T(n w ZX D ZO r=Z (M=Z -d C m N m a 'Z'z O n p N W C T Z =ynm-<<�OT-mi AD =a 0r=p ZrtpC � c im T�- z �n C.) C m�GZiA m=Dp �,�7NT� izo DfnC ( Z O � [) O0T '0 ZOC (_'mnTw Nm�D Om0 a 0< Z Z-4 Z rr v+p 00 < 5 con ; X mr p Z g A Z { C n w m zF6 CO(n �oG) O pCO z 3 C m Z I T O Z A Q N Z m-< I ZO Z 0 � =10 n1 = TO T � m= my {D p0 2 1r K 0 mm 1 y Cn x m m 0 a DC p 1 O z < O 1 0 m m A D O � r T A T o a A T T O r n m a 9 w a m m n N N C m L r G y XX N Ln T. Ll 3 m p 3 v N N D D i= c v �^ z 5=im n x A z o? 3� z T3 r O m y N m z o o A N o A n_ a m N `w _ O Amo A o 7 z o mNN_- ^= � F o in ° N O N � m�2�O ri2 F. mi O 0 0v o ° 2 2 2 oNm zH ica N-ai "0�1r°1-nn mZ m z ! 0 As0 0 m U T mi m. O my O z 0mO Z pA 3 2 O O ii ° � P project I BROWARD COUNTY, FL building I FIRE STATION 15 - OPTION 1 US DIGITAL DESIGII! JA design by www.stationalerting.com • • A"� KEYLITE Broward Fire Station Alerting System �i� oolWOn6HnrAa® Tamarac Fire Rescue Station 41 Keylite Power & Lighting Corp. 2/21/2018 12312 SW 117th Court Miami, FL 33186 PH: 305-232-9910 Fax: 305-397-1510 Quote prepared by: Jonathan Franklin, 954-275-8854 ift�sianalcommunications.com Item Unit Mfr City Description Part No. List Price Broward Broward Contract Contract Price Price Extended STATION LICENSES 1 Ea USDD 1 G2 VOICEALERT - Single Station License. One-Time/Perpetual (unless furthur USDD modification is needed) VA $927.00 $834.30 $834.30 2 EaNr USDD 24 G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. G2-APP-DL $0.00 $0.00 $0.00 STATION CONTROLLER 3 Kit USDD �G2 1 ATX STATION CONTROLLER - Power/SignaUControl up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $20,000.00 $18,000.00 $18,000.00 4 Kit I USDD 0 Rack Mount Ears ATX-E $54.00 $48.60 $0.00 5 Kit USDD 0 Base Plate ATX-P $54.00 $48.60 $0.00 STATION PERIPHERALS 6 Kit USDD 0 ATX EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. ATX-EXP $6,660.00 $5,994.00 $0.00 7 Kit USDD 0 Rack Mount Ears ATX-E $54.00 $48.60 $0.00 8 Kit USDD 0 Base Plate ATX-P $54.00 $48.60 $0.00 9 Ea USDD 0 G2 ROOM REMOTE Module RR2 $1,830.00 $1,647.00 $0.00 10 Ea USDD 0 RR Trim Plate, for Flush -Mount RR-TP $46.00 $41.40 $0.00 11 Ea USDD 0 1 RR Back -Straps, for solid -wall flush -mounting RR-BS $27.00 $24.301 $0.00 12 Ea USDD 0 1 RR Back -Box, for solid -wall flush -mounting RR -BB $86.00 $77.40 $0.00 13 Ea USDD 0 G2 MESSAGE REMOTE Module MR $1,167.00 $1,050.30 $0.00 13.1 Ea USDD 1 G2 MESSAGE REMOTE 2 Module 2017 Version 2) MR-2 $1,275.00 $1,147.50 $1,147.50 14 Ea USDD 0 G2 SIGN REMOTE Module SR $583.00 $524.70 $0.00 15 Ea USDD 0 G2 HDTV REMOTE / STATION Module (TV & Electrical Outlet by Others) TVR-S $875.00 $787.50 $0.00 16 Ea USDD 6 G2 MESSAGE SIGN, Digital LED (STANDARD GammaSign / 24" Active Screen Width) MS-G2-S $883.00 $794.70 $4,768.20 17 Ea USDD 0 G2 MESSAGE SIGN, Digital LED (EXTENDED GammaSign / 36" Active Screen Width) MS-G2-E $1,325.00 $1,192.50 $0.00 18 Ea USDD 0 MESSAGE SIGN, Digital LED (BetaBrite - LEGACY Replacement 24" Screen Width) MS-B $360.00 $324.00 $0.00 19 Ea USDD 3 MS Adapter Plate, VESA 100 MS-ADPT-V100 $60.00 $54.00 $162.00 20 Ea USDD 0 MS Tie -Straps pair -join two MSs MS-ADPT-STRP $27.00 $24.30 $0.00 21 Ea USDD 3 MS Mount - Articulating, Long reach MS-MNT-ART-L $287.00 $258.30 $774.90 22 Ea USDD 0 G2 DOUBLE MS KIT (MR, 90-deg Mount, x2MS) MS-X2K $2,065.00 $1,858.50 $0.00 23 Ea USDD 1 G21/0REMOTE w/81n&8Out IOR $1,165.00 $1,048.50 $1,048.50 24 Ea I USDD 0 1 G2 Strobe Light / Red LED STR $500.00 $450.00 $0.00 25 Ea USDD 0 G2 Color Indicator Remote - Up to 8 unique colors CIR $635.00 $571.50 $0.00 26 Ea USDD 1 Push Button, Standard (Black) PB-B $100.00 $90.00 $90.00 27 Ea USDD 0 Push Button, Emergency (Red) PB-R $100.00 $90.00 $0.00 28 Ea Atlas 1 Audio Amplifier, External, Standard AMP $987.00 $888.30 $888.30 29 Ea Atlas 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $66.00 $59.40 $59.40 30 Ea Bogn 5 S eaker-APP/Weatherized A2 , Surface, 70v SPK-W-SM $280.00 $252.00 $1,260.00 31 Ea Bogn 0 Speaker- Standard, Flush Mount, 70v S86) SPK-STD-FM $73.00 $65.70 $0.00 32 Ea I Bogn 0 Speaker - Standard, Surface Mount (MB), 70v SPK-STD-SM $73.00 $65.70 $0.00 33 Ea USDD 24 G2 LED SPEAKER - Flush Mount, 70v SPK-LED-FM $297.00 $267.30 $6,415.20 34 Ea USDD 0 G2 LED SPEAKER - Surface Mount (MB), 70v SPK-LED-SM $297.00 $267.30 $0.00 35 Ea TIC 0 Transformer, 8ohm to 70V, External XFMR $53.00 $47.70 $0.00 36 Ea USDD 1 ATX UPS, Standard UPS -STD $923.00 $830.70 $830.70 37 Ea USDD 1 Shelf/Bracket, Wall -Mount for UPS I UPS-WMB 1 $57.001 $51.301 $51.30 38 Ea GE 1 MDS Orbit Data radio, installed KL-OR $2,241.53 $2,017.38 $2,017.38 39 Ea GE 1 MDS Data radio network management, installed KL-NM $122.22 $110.00 $110.00 40 Ea MOT 1 Motorola APX-1500 P25 radio with power -supply KL-APX $4,351.30 $3,916.17 $3,916.17 41 Ea MOT 1 Radio Cable, voice, installed KL-RC $51.33 $46.20 $46.20 42 Ea TBD 0 WAN router firewall, installed KL-RF $1,793.00 $1,613.70 $0.00 43 Ea ASST 2 Yagi antenna, installaed KL-YA $1,527.78 $1,375.00 $2,750.00 • 44 Ea CB 1 I FireNet Subscriber Module, installed. FNSM-1 1 $2,777.781 $2,500.00 1$2,500.00 45 Ea KL 0 Radio enclosure, ventilated KL-RE1 1 $2,000.001 $1,800.001 $0.00 STATION LEVEL SERVICES 46 Ea KL 1 Station Installation ST-INST $30,415.13 $30,415.13 47 Ea KL 1 Station Configuration & Start -Up ST-SU $2,457.77 $2,457.77 48 Ea KL 1 Station Project Management ST-PM2 $2,241.33 $2,241.33 49 Ea USDD 1 Station Engineering / Design Services ST-ES $526.67 $526.67 50 Ea USDD 1 Station Documentation ST-DM $52.67 $52.67 Station Training - User/Technician via streamed online video 51 Ea USDD 0 with per -station license and participant TRA-UT-VID $0.00 $0.00 registration/verification. 52 Ea USDD 0 Station Training - User/Technician. On -Site @ Station. 1 TRA-UT-OS $0.00 $0.00 Hour, 1 Visit. (3 Units/Hours suggested to cover 3 shifts) 53 Ea KL 1 Early deployment KL-ED1 $2,500.00 $2,500.00 Equipment & Services Subtotal $ 85,863.62 Permit Processing $ 1,250.00 Signed and sealed drawings $ 2,400.00 Station Allowance $ 4,293.18 Florida Sales Tax $ - Shipping $ 1,287.95 Station Total $ 95,094.75 Terms and Conditions 1 This offer is subject to the terms and and conditions of the System and Services Agreement between Broward County and Keylite Power & Lighting Corp (RFP R1426611P1) 2 Includes One Year Basic Support warranty 3 Monthly maintenance quote based on annual payments in advance. 4 All permit fees and related third -party field inspection expenses will be charged to Customer at cost with no markup. 5 Pricing assumes standard low voltage permit only. 6 Payment terms: 50 % with order, 40 % upon installation completion, 10 % upon Beneficial Use or permit close out, whichever occurs first. 7 Pricing valid for 45 days from date of quote. Price verification required thereafter. 8 Customer EUAA (End User Authorized Agreement) and Service Agreement must be executed before Mobile App or Support can be authorized. 9 Excludes sales tax 10 Credit card payments will include a 3 % additional fee at the time of sale. 11 Overdue invoices charged 1.5% per month 12 Excludes construction drawings if required for new buildings Support Plan Options Maintenance Options List Price Monthly Contract Price Monthly Option A: Premium Support $1,277.15 $982.42 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes 24/7/365 2 hours onsite response, +4 hours uptime guarantee Includes all active parts and equipment supplied to repair or replace. Includes all station wiring, connectors. Includes batteries Includes annual on -site test and optimization. Includes software maintenance. Includes onsite software upgrades as necessary Includes annual remedial training class if necessary includes annual engineering review Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) Includes priority restoration service, external antenna wind Option B: Standard Support $851.43 $654.95 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes 24/7/365 2 hours onsite response, +4 hours uptime guarantee Includes all parts and active equipment supplied to repair or replace. Includes software maintenance. Includes onsite software upgrades as necessary Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) Option C: Basic Support $638.57 $491.21 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes remote software maintenance, upgrades Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) On -site field labor rates per contract $105 per hour year 1, CPI annual escalatorplus return mileage for onsite work N W A 41 N p O vy Z =z0 �I t -n rc(A y F r �— A W N Z A W N -+ uzi4 '1 D N0�Nm m mZ' )2m> r r m r A X D D 2 mmam N i p 0 O Z N r r- OOAOm p{ppm MX<C) to D°i5G) v Ovm zmzz� m <mC zK.zH {pm nm 0(n 100w > Dn DA� Dz°'Z AAAmDpT O n p m Z O� 9 D O-im-i -I y O m-{ FzAZ �zrD mZ m m C r T D v02-Z , D;u m OZOC)D m m, Z V W r O m A,-i Z�ZOXO p X O X , A y m mN m Ow xN2i-Te A ZA-i 'I x m0 Z 9-00 m_1m p Z D z Onz pDCz m:Ecn v<G)—a m fzn OZ A--1 KEN 0AmTm>x> T cm;u O ;(p 1 0r A mxr 3.mn0� zXDZp C mR C5 my o�z ur O v+� W c TZo x(nym m-1 OTC C, om z fir zc)or A Z�r ��pZfn T r pD x" m n O O C D ZO y m xDcn,' g Z O Z x A OOZO IZ-iO �O0Z O CO cnNOm T n RFD OTO D O j Z Z im Z >N'�n m W,�0A1 Z m p � � D 9� <c� O D W n Z T Zn D� I7p G7 m ccp x 0 Z- 3 m9z �Oj ms A Ocoz zO C xOz W my wnM n --4 = T O mA o <a po x -{r K O x rn m m X m m (n c D cc � O O q z { O O 1 m � O D v 0 T O D T c v O r n m D 3 m O m T D V v r n D W r m ' A ' n 0 nZ N N F vm N N v D> O r N O upN D 0 A GI N�mm > --1 n C]^7 m p z.v a iA tiD`�..S=i m�Z�C =A'°' _U p C>A o •�-. O Z O o sG� � N v N o o o-N o 9 0 0 A s N A N X rn o A ° 7- x Zma A O i N zN p N N 3Omm N N N Cm u p0 im-1g O y,2mX °- :NZ2 > x ZoCAVI project l BROWARD COUNTY, FL building I FIRE STATION 41 - OPTION 1 filename I USDD.FL_BR000.FS41_OPT1.FSA.DWG date j 11-Apr-2018 JA design by • • ' "' KEYLITE CPOWER&LIC NC'C- Broward Fire Station Alerting System �Ji, - �µ Tamarac Fire Rescue Station 78 Keylite Power & Lighting Corp. 41/1/2018 12312 SW 117th Court Miami, FL 33186 PH: 305-232-9910 Fax: 305-397-1510 Quote prepared by: Jonathan Franklin, 954-275-8854 ifCc�sianalcommunications.com Item Unit Mfr Qty Description Part No. List Price Broward Contract Price Broward Contract Price Extended STATION LICENSES 1 Ea USDD 1 G2 VOICEALERT - Single Station License. One-Time/Perpetual (unless furthur USDD modification is needed) VA $927.00 $834.30 $834.30 2 Ea/Yr USDD P4 G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. G2-APP-DL $0.00 $0.00 $0.00 STATION CONTROLLER 3 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $20,000.00L��$48 0.00 $18,000.00 4 Kit USDD 0 Rack Mount Ears ATX-E $54.00 .60 $0.00 5 Kit USDD 0 Base Plate ATX-P $5400 8.60 $0.00 STATION PERIPHERALS 6 Kit USDD 0 ATX EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. ATX-EXP $6,660.00 $5,994.00 $0.00 7 Kit USDD 0 Rack Mount Ears ATX-E $54.00 $48.60 $0.00 8 Kit USDD 0 Base Plate ATX-P $54.00 $48.60 $0.00 9 Ea USDD 0 G2 ROOM REMOTE Module RR2 $1,830.00 $1,647.00 $0.00 10 Ea USDD 0 RR Trim Plate, for Flush -Mount RR-TP $46.00 $41.40 $0.00 11 Ea USDD 0 1 RR Back -Straps, for solid -wall flush -mounting RR-BS $27.00 $24.30 $0.00 12 Ea USDD 0 1 RR Back -Box, for solid -wall flush -mounting RR -BB $86.00 $77.40 $0.00 13 Ea USDD 0 G2 MESSAGE REMOTE Module MR $1,167.00 $1,050.30 $0.00 13.1 Ea USDD 2 G2 MESSAGE REMOTE 2 Module (2017 Version 2) MR-2 $1,275.00 $1,147.50 $2,295.00 14 Ea USDD 0 G2 SIGN REMOTE Module SR $583.00 $524.70 $0.00 15 Ea USDD 0 G2 HDTV REMOTE / STATION Module (TV & Electrical Outlet by Others) TVR-S $875.00 $787.50 $0.00 16 Ea USDD 4 G2 MESSAGE SIGN, Digital LED (STANDARD GammaSign / 24" Active Screen Width) MS-G2-S $883.00 $794.70 $3,178.80 17 Ea USDD 0 G2 MESSAGE SIGN, Digital LED (EXTENDED GammaSign / 36" Active Screen Width) MS-G2-E $1,325.00 $1,192.50 $0.00 18 Ea USDD 0 MESSAGE SIGN, Digital LED (BetaBrite - LEGACY Replacement 24" Screen Width) MS-B $360.00 $324.00 $0.00 19 Ea USDD 2 MS Adapter Plate, VESA 100 MS-ADPT-V100 $60.00 $54.00 $108.00 20 Ea USDD 0 MS Tie -Straps (pair) -join two MSs MS-ADPT-STRP $27.00 $24.301 $0.00 21 Ea USDD 2 MS Mount -Articulating, Long reach MS-MNT-ART-L $287.00 $258.30 $516.60 22 Ea USDD 0 G2 DOUBLE MS KIT (MR, 90-deg Mount, x2MS) MS-X2K $2,065.00 $1,858.50 $0.00 23 Ea USDD 1 G2 1/0 REMOTE w/ 8 In & 8 Out IOR $1,165.00 $1,048.50 $1,048.50 24 Ea USDD 0 1 G2 Strobe Light / Red LED STR $500.00 $450.00 $0.00 25 Ea I USDD 0 G2 Color Indicator Remote - Up to 8 unique colors CIR $635.00 $571.50 $0.00 26 Ea USDD 0 Push Button, Standard (Black) PB-B $100.00 $90.00 $0.00 27 Ea USDD 0 Push Button, Emergency Red PB-R $100.001 $90.00 $0.00 28 Ea Atlas 1 Audio Amplifier, External, Standard AMP $987.00 $888.30 $888.30 29 Ea Atlas 1 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $66.00 $59.40 $59.40 30 Ea Bogn 7 Speaker-APP/Weatherized A2 , Surface, 70v SPK-W-SM $280.00 $252.00 $1,764.00 31 Ea Bogn 0 Speaker- Standard, Flush Mount, 70v S86) SPK-STD-FM $73.00 $65.70 $0.00 32 Ea Bogn 0 Speaker- Standard, Surface Mount (MB), 70v SPK-STD-SM $73.00 $65.70 $0.00 33 Ea I USDD 33 G2 LED SPEAKER - Flush Mount, 70v SPK-LED-FM $297.00 $267.30 $8,820.90 34 Ea USDD 0 G2 LED SPEAKER - Surface Mount (MB), 70v SPK-LED-SM $297.00 $267.30 $0.00 35 Ea TIC 0 Transformer, 8ohm to 70V, External XFMR $53.00 $47.70 $0.00 36 Ea USDD 1 ATX UPS, Standard UPS -STD $923.00 $830.70 $830.70 37 Ea USDD 1 Shelf/Bracket, Wall -Mount for UPS I UPS-WMB 1 $57.001 $51.301 $51.30 38 Ea GE 1 MDS Orbit Data radio, installed KL-OR $2,241.53 $2,017.38 $2,017.38 39 Ea GE 1 MDS Data radio network management, installed KL-NM $122.22 $110.00 $110.00 40 Ea MOT 1 Motorola APX-1500 P25 radio with power -supply KL-APX $4,351.30 $3,916.17 $3,916.17 41 Ea MOT 1 Radio Cable, voice, installed KL-RC $51.33 $46.20 $46.20 42 Ea TBD 0 WAN router firewall, installed KL-RF $1,793.00 $1,613.70 $0.00 43 Ea ASST 2 Yagi antenna, installaed KL-YA $1,527.78 $1,375.00 $2,750.00 r� • 44 Ea CB 1 FireNet Subscriber Module, installed. FNSM-1 $2,777.781 $2,500.001 $2,500.00 45 Ea KL 0 Radio enclosure, ventilated KL-RE1 $2,000.001 $1,800.001 $0.00 STATION LEVEL SERVICES 46 Ea KL 1 Station Installation ST-INST $33,586.13 $33,586.13 47 Ea KL 1 Station Configuration & Start -Up ST-SU $2,661.31 $2,661.31 48 Ea KL 1 Station Project Management ST-PM2 $2,328.56 $2,328.56 49 Ea USDD 1 Station Engineering / Design Services ST-ES $570.28 $570.28 50 Ea USDD 1 Station Documentation ST-DM $76.57 $76.57 Station Training - User) Technician via streamed online video 51 Ea USDD 0 with per -station license and participant TRA-UT-VID $0.00 $0.00 registration/verification. 52 Ea USDD 0 Station Training - User/Technician. On -Site @ Station. 1 TRA-UT-OS $0.00 $0.00 Hour, 1 Visit. (3 Units/Hours suggested to cover 3 shifts) 53 Ea KL 1 Early deployment KL-ED1 $2,500.00 $2,500.00 Equipment & Services Subtotal $ 91,458.40 Permit Processing $ 1,250.00 Signed and sealed drawings $ 2,400.00 Station Allowance $ 4,572.92 Florida Sales Tax $ - Shipping $ 1,371.88 Station Total $ 101,053.19 Terms and Conditions 1 This offer is subject to the terms and and conditions of the System and Services Agreement between Broward County and Keylite Power & Lighting Corp (RFP R1426611P1) 2 Includes One Year Basic Support warranty 3 Monthly maintenance quote based on annual payments in advance. 4 All permit fees and related third -party field inspection expenses will be charged to Customer at cost with no markup. 5 Pricing assumes standard low voltage permit only. 6 Payment terms: 50 % with order, 40 % upon installation completion, 10 % upon Beneficial Use or permit close out, whichever occurs first. 7 Pricing valid for 45 days from date of quote. Price verification required thereafter. 8 Customer EUAA (End User Authorized Agreement) and Service Agreement must be executed before Mobile App or Support can be authorized. 9 Excludes sales tax 10 Credit card payments will include a 3 % additional fee at the time of sale. 11 Overdue invoices charged 1.5 % per month 12 Excludes construction drawings if required for new buildings Support Plan Options Maintenance Options p List Price Monthly Contract Price Monthly Option A: Premium Support $1,337.56 $1,028.90 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes 24/7/365 2 hours onsite response, +4 hours uptime guarantee Includes all active parts and equipment supplied to repair or replace. Includes all station wiring, connectors. Includes batteries Includes annual on -site test and optimization. Includes software maintenance. Includes onsite software upgrades as necessary Includes annual remedial training class if necessary includes annual engineering review Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) Includes priority restoration service, external antenna wind Option B: Standard Support $891.71 $685.93 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes 24/7/365 2 hours onsite response, +4 hours uptime guarantee Includes all parts and active equipment supplied to repair or replace. Includes software maintenance. Includes onsite software upgrades as necessary Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) Option C: Basic Support $668.78 $514.46 Includes 24/7/365 1 hour telephone support Includes Next Business Day priority shipping from factory replacement, field replacements Includes remote software maintenance, upgrades Includes 24 licenses G2 Mobile FSAS application (iPhone or Android) On -site field labor rates per contract $105 per hour year 1, CPI annual escalatorplus return mileage for onsite work Z z Z z � DD> F m A mmxm A A0A o oopo_ m m m O Z N A 0E5 m 'msc) 0,z Z a zmgm 0 O w O Moz,Z C A z " o m G)m3m a uMnm ZZ Z -i Om--i X a X m w m zaD 9-00 z o n z m:ECO m m o z O Am,Zii T CAO A W vx-im (n T-i A rxz U) c0G N v,C O !V ZA N-iOm cOzm A z r 'iroD n 0 O C mxa0 �ZoO O Oz0 0z v z Za-I DO<z n i � co zm� K A — � A G) zO 00C x-�m9z m m C T Zi 0In c A CD cm) - _ 5 T GO p0 x O N m N D i C D � i O 0 n Z O o m z O D r T m A T O D A p c T O r m F o m m T D T T A w N..— z N'D C C CD Oi y00mm m .-i m0OD m 9-i n D O D 1 S 0 mivm O� 0 f20 D-NQG)C: z m z z Ty z g to Z. O coT 00 W m C r2 m m [1 N ZOao0 1C'0 cl)D O G)zv0 A z r T N r c r p T T O�w0 MA D Ap [T aF T ✓ Z CZX0 0SE>- i m m O Z x m 0 z m0D0z c v<0:�- m(n� )z i mm0� O N �,mm• � O rD z X D C i C) x Z Z 0 m>aZz m NOnm < -i TD Or D- Z ip n MM -i-ioiz m G)z m i N D G) in ;D D cn CT ZxA 3C0 O O rn N T cm" omo z z Onr T� { mvv c� <c� (n n Z 00v G) 0 r m < 0Nz z O m°m C i T O T N <D -I r xm N m V N + N > n O N N C 'G N N n N a Ln nmN n c) C'm 10n L -� D e 3 ' T 0-- z n F m� z xA N Nmza�n Adz ci�n T -� O � A 0 m ^ n o N o � B[M 7mg T t1� O y A D m A y Z A N DD Z O Om �S a O OOT. CCG Om0 A� O N m Z ZnnC 2Nr O A F~ DD = g O A p 8 Oy XA A i� ;Ov ~ A A m° T A 02 O Z y O`; S Cy O 2 O i m H C vA �C rn N z m m 0 10 -o A AA O H A m N A O A 17i O o O m m N N y m Z O N O m rO,i A O m 30N ` ` D mg O N ~z Z� 2N O yN as Zx Z O 1n A m to A 0 project I BROWARD COUNTY, FL building i FIRE STATION 78 - OPTION 1 filename I USDD.FL_BR000.FS78-OPT1.FSA.DWG date I 09-Feb-2018 JA design by US DIGITAL DESIGnS www.stationalerting.com