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