Download - Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

Transcript
Page 1: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

Page 1

Public Safety Communication Equipment RFP #06913

Provided by: Icom America Inc.

12421 Willows Road NE Kirkland, WA 98034

Proposal Date: July 10, 2014

Offer valid for 180 days from July 16, 2014.

Page 2: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial updated version), Public Safety Communication Equipment Part I Solicitation Document (with Amendment 1 thru 4 changes/revisions)

Page 2

BIDDER’S AUTHORIZED OFFER (PROPOSAL SIGNATURE PAGE)

RFP# 06913 Public Safety Communication Equipment Issued by the State of Washington

Certifications and Assurances We make the following certifications and assurances as a required element of the Response, to which it is attached, affirming the truthfulness of the facts declared here and acknowledging that the continuing compliance with these statements and all requirements of the RFP are conditions precedent to the award or continuation of the resulting contract.

1. The prices in this Response have been arrived at independently, without engaging in collusion, bid rigging, or any other illegal activity, and without for the purpose of restricting competition any consultation, communication, or agreement with any other bidder or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered. The prices in this Response have not been and will not be knowingly disclosed by the bidder, directly or indirectly, to any other bidder or competitor before contract award unless otherwise required by law. No attempt has been made or will be made by the bidder to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. However, we may freely join with other persons or organizations for the purpose of presenting a single Proposal.

2. The attached Response is a firm offer for a period of 180 days following the Response Due Date specified in the RFP, and it may be accepted by the MCC without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 180-day period. In the case of protest, our Response will remain valid for 180 days or until the protest and any related court action is resolved, whichever is later.

3. In preparing this Response, we have not been assisted by any current or former employee of the state of Washington whose duties relate (or did relate) to the state's solicitation, or prospective contract, and who was assisting in other than his or her official, public capacity. Neither does such a person nor any member of his or her immediate family have any financial interest in the outcome of this Response. (Any exceptions to these assurances are described in full detail on a separate page and attached to this document.)

4. We understand that the state will not reimburse us for any costs incurred in the preparation of this Response. All Responses become the property of the state, and we claim no proprietary right to the ideas, writings, items or samples unless so stated in the Response. Submission of the attached Response constitutes an acceptance of the evaluation criteria and an agreement to abide by the procedures and all other administrative requirements described in the solicitation document.

5. We understand that any contract awarded, as a result of this Response will incorporate all the solicitation requirements. Submission of a Response and execution of this Certifications and Assurances document certify our willingness to comply with the contract terms and conditions appearing in Part II, if selected as a Contractor. It is further understood that our standard contract will not be considered as a replacement for the terms and conditions appearing in Part II, all appendices, and incorporated documents of this solicitation.

6. The authorized signatory below acknowledges having read, understood and agree to abide by all information contained in the RFP, all appendices, and incorporated documents.

7. By submitting this RFP, bidder hereby offers to furnish materials, supplies, services and/or equipment in compliance with all terms, conditions, and specifications contained in this solicitation.

The signatory below represents that he/she has the authority to bind the company named below to the Proposal submitted and any contract awarded as a result of this solicitation.

Icom America, Inc. Bidder’s Signature Company Name Hiroshi Nakaoka, President July 10, 2014 Title Date

Page 3: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part I Solicitation Document (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 3

CHECKLIST

This checklist is provided for Bidder's convenience only and identifies the documents to be submitted with each Response. Any Response received without any one or more of these documents may be rejected as being non-responsive.

(MINIMUM REQUIRED SUBMITTALS)

Signed Bidder’s Authorized Offer

Unsigned Part II Model Contract

Proposal Amendment(s) (if applicable)

Appendix D Bidder Information and Profile

Appendix E Contract Management and Performance Plan

Appendix F Nationwide Network of Subcontractors/Dealers/Distributors

Appendix G Specifications

Appendix H Price Worksheets

Appendix I Customer Reference Questionnaire (from minimum of 4 references)

The following documents do not need to be returned:

Part I Solicitation Document (except signed Bidder’s Authorized Offer)

Appendix A Protest Procedure

Appendix B Standard Definitions

Appendix C WSCA-NASPO Master Agreement Terms and Conditions Appendix I Customer Reference Questionnaire (to be returned by reference directly to

Procurement Coordinator)

Appendix J Intent to Participate

Appendix K Individual States’ Terms and Conditions

Appendix L Procurement Reform Small Business Fact Sheet Proposal Submittals to be returned after award: The following documents need not be returned with the proposal package submission. However, Contractor will be required to submit such documents at a later date as required by the Contract terms or as requested by the Contract Administrator.

Sales and Subcontractor Report

Other Required Reports

Page 4: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 4

This section addresses the functional specifications set forth in the ICOM proposal. ICOM’s response to the following requirements will be indicated in one of the following ways.

ACKNOWLEDGED shall be used to confirm the understanding of each section.

COMPLY shall be used if the proposal meets or exceeds all of the specified requirements.

COMPLY WITH CLARIFICATION shall be used if most, but not all of the specified requirements are met. The requirements not met must be explained in detail. If the deviation of the requirement is significant enough, it may be considered a major or minor exception.

COMPLY AND EXCEEDS shall be used if all of the specified requirements are met and the requirements that are exceeded must be explained in detail.

PARTIALLY COMPLY

shall be used if the proposal partially complies with requirements, but the majority of requirements are not met. The requirements not met must be explained in detail. If the deviation of the requirement is significant enough, it may be considered a major or minor exception.

EXCEPTION

shall be used if the proposal does not substantially meet the specified requirements. Failure to indicate any exceptions shall be interpreted that the Respondent fully intends to comply with all RFP requirements as written. Explanation must be made for each item for which exception is taken, giving in detail the extent of the exception, and the reason for which it is taken. The Owner reserves the right to give consideration or waivers for these exceptions.

Additional explanation, description, or clarification may be supplied to amplify the compliance responses. However, the statement of ACKNOWLEDGED, COMPLY, COMPLY WITH CLARIFICATION, COMPLY AND EXCEEDS, PARTIALLY COMPLY, or EXCEPTION will control. This terminology supersedes any customer requirements to clarify ICOM's position on response.

1.0 SOLICITATION OVERVIEW

Icom America’s Responses

Section Description Yes No Comment(s)

1.1 Acquisition Authority X ACKNOWLEDGED

1.2 Standard Definitions X ACKNOWLEDGED

1.3 Solicitation Amendments X COMPLY - Signed, dated and enclosed.

1.4 Contract Formation X ACKNOWLEDGED

1.5 Incorporation of Documents into Contract X ACKNOWLEDGED

1.6 Right to Cancel X ACKNOWLEDGED

1.7 Model Contract X ACKNOWLEDGED

1.8 Non-Endorsement & Publicity X ACKNOWLEDGED

1.9 In-Sate Preference/Reciprocity X ACKNOWLEDGED

1.10 Minority & Women Owned Business Enterprises (MWBE) X ACKNOWLEDGED – We have including information on our Authorized Dealer Network and their business classification.

Page 5: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 5

2.0 SUMMARY OF OPPORTUNTY

Icom America’s Responses

Section Description Yes No Comment(s)

2.1 Purpose X ACKNOWLEDGED

2.2 Background X ACKNOWLEDGED

2.3 WSCA-NASPO Background Information X ACKNOWLEDGED

2.4 Contract Scope X ACKNOWLEDGED

2.5 Purchasers (Participating Entities) X ACKNOWLEDGED

2.6 Contract Term X ACKNOWLEDGED

2.7 Estimated Usage X ACKNOWLEDGED

2.8 Award X ACKNOWLEDGED

3.0 TIMELINE

Icom America’s Responses

Section Description Yes No Comment(s)

3.1 Procurement Schedule X ACKNOWLEDGED

3.2 Pre-Proposal Conference X COMPLY – Icom America had representatives at said conference.

3.3 Complaint, Debrief & Protest X ACKNOWLEDGED

Page 6: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 6

4.0 INSTRUCTIONS TO BIDDERS

Icom America’s Responses

Section Description Yes No Comment(s)

4.1 Bidder Communication Responsibilities X ACKNOWLEDGED

4.2 Bidder Authorized Representative X ACKNOWLEDGED - Kristina Pickering is our Government Sales Program Manager and is authorized to represent Icom America Inc during the solicitation process, as well as in the event of a contract award.

4.3 Washington Electronic Business Solution (WEBS) X COMPLY – Icom America is registered.

4.4 Preparation of Proposals X COMPLY

4.5 Alterations to Official Documents & Conflicting Materials X ACKNOWLEDGED

4.6 Withdrawal or Modification of Proposal X ACKNOWLEDGED

4.7 Bidder Information and Profile X COMPLY

4.8 Payment Terms X COMPLY

4.9 Proposal Pricing X COMPLY

4.10 Customer References X COMPLY

4.11 Equipment/Product Demonstration X ACKNOWLEDGED

4.12 Public Records and Exempt Information X ACKNOWLEDGED

4.13 Descriptive Literature X COMPLY

4.14 Samples X ACKNOWLEDGED

4.15 Specifications X COMPLY

4.16 Pricing X COMPLY

Page 7: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 7

5.0 BIDDERS QUALIFICATIONS

Icom America’s Responses

Section Description Yes No Comment(s)

5.1 Bidder’s Contract Management and Performance Plan X COMPLY

5.2 Use of Nationwide Network of Subcontractors, Dealers & Distributors

X COMPLY

5.3 Federal Funding X ACKNOWLEDGED

5.4 Federal Restrictions on Lobbying X COMPLY

5.5 Federal Debarment and Suspension X COMPLY

5.6 Use of Subcontractors/Dealers/Distributors X COMPLY

5.7 Mercury Content and Preference X COMPLY

6.0 SUCCESSFUL BIDDER RESPONSIBILITIES

Icom America’s Responses

Section Description Yes No Comment(s)

6.1 No Costs or Charges X COMPLY

6.2 Post Award Conference X ACKNOWLEDGED

6.3 Contract Management X COMPLY

6.4 WSCA-NASPO eMarket Center X COMPLY

6.5 Contract Administration Fees X COMPLY

6.6 WSCA-NASPO Contract Sales Reports X COMPLY

6.7 Software Licensing X ACKNOWLEDGED

Page 8: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 8

7.0 PRICING (COST FACTORS)

Icom America’s Responses

Section Description Yes No Comment(s)

7.1 Pricing X ACKNOWLEDGED

7.2 No Best and Final Offer X ACKNOWLEDGED

7.3 Volume/Promotional Discounts X ACKNOWLEDGED

7.4 Price Adjustments X ACKNOWLEDGED

7.0 PRICING (COST FACTORS)

Icom America’s Responses

Section Description Yes No Comment(s)

8.1 EVAUTATION PROCESS X ACKNOWLEDGED

8.1.1 General Provisions

8.1.2 Initial Determination of Responsiveness

8.1.3 Evaluation of Responsibility

8.1.4

Best Value

8.1.5 Reference Evaluation

8.1.6 Evaluation Committee

8.1.7 Specification Evaluation

8.1.8 Evaluation of Non-Cost Factors

8.1.9 Cost/Price Evaluation

8.1.10 Evaluation and Awards within Competitive Range

8.2 Selection of Apparent Successful Bidder(s) X ACKNOWLEDGED

8.3 Announcement of Apparent Successful Bidder X ACKNOWLEDGED

Page 9: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 9

PART II MODEL CONTRACT/MASTER AGREEMENT

State of Washington, Department of Enterprise Services (DES), Master Contracts & Consulting (MCC) on behalf of the WSCA-NASPO Cooperative Purchasing Program

Contract/Master Agreement #06913 For Public Safety Communication Equipment

Under the Authority of

State of Washington, Chapter 39.26 RCW

Icom America’s Responses

Section Description Yes No Comment(s)

PART II MODEL CONTRACT/MASTER AGREEMENT X ACKNOWLEDGED

Page 10: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 10

1.0 OVERVIEW

1.1 CONTRACT SCOPE The purpose of this Contract is to enable authorized purchasers to purchase public safety communication equipment from one or more awarded contractors from one or more of the following product categories:

1. Radios – LMR (Land Mobile Radios) Portable

o Dual-band o Single-band

Tier I Tier II Tier III

Mobile o Dual-band o Single-band

Tier I Tier II Tier III

Desktop/Console o Dual-band o Single-band

Tier I Tier II

Base Station/Repeater o Single-band

Tier I Tier II

In-vehicle Repeater 2. Gateway Devices 3. Microwave Radios 4. Dispatch Consoles 5. Microwave Antennas 6. Mobile Radio Antennas 7. Base Station/Repeater Radio Antennas 8. RF Transmission Lines 9. RF Filtering Equipment

New contracts may be established with other vendors as new equipment and additional product categories or subcategories are identified. This strategy will accommodate new technology introduced into the marketplace and made available to public safety customers.

Page 11: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 11

1.2 CONTRACT SCOPE AND MODIFICATIONS The DES reserves the right to modify this Contract by mutual agreement between the DES and the Contractor, so long as such modification is substantially within the scope of the original Contract. Such modifications will be evidenced by issuance of a written authorized amendment by the Contract Administrator.

1.3 RECITALS The Department of Enterprise Services, on behalf of the state of Washington (acting as the Lead State for WSCA-NASPO), issued a Request for Proposal (RFP) for the purpose of purchasing equipment and services for public safety communication equipment in accordance with its authority under Chapter 39.26 RCW.

[Contractor] submitted a timely response to the DES’s solicitation (incorporated by reference).

The DES evaluated all properly submitted responses to the above-referenced RFP and has identified [Contractor] as one of the apparently successful Contractors.

The DES has determined that entering into a contract/master agreement with [Contractor] will meet Purchaser’s needs and will be in Purchaser’s best interest.

NOW THEREFORE, DES awards to [Contractor] this Contract/Master Agreement, the terms and conditions of which shall govern Contractor’s furnishing to Purchasers the equipment and services identified herein. This Contract is not for personal use.

IN CONSIDERATION of the mutual promises as hereinafter set forth, the parties agree as follows:

1.4 ESTIMATED USAGE Based on past and/or projected future usage, it is estimated that purchases over the initial two (2) year term of the contract may approximate an aggregate total of $250,000,000 for contract products and services. This estimate was provided solely for the purpose of assisting bidders in preparing their response. Orders will be placed by Purchasers (Purchasing Entities) only on an as needed basis.

The State of Washington/WSCA-NASPO does not represent or guarantee any minimum level of purchase.

1.5 CONTRACT TERM The initial term of this Contract is for approximately two (2) years from the effective date of the Contract through June 30, 2016 with the option to extend for additional term(s) or portions thereof. Extension for each additional term shall be offered at the sole discretion of the DES and are subject to written mutual agreement. The total Contract term, including the initial term and all subsequent extensions, shall not exceed eight (8) years unless an emergency exists and/or special circumstances require a partial term extension. The DES reserves the right to extend with all or some of the Contractors, solely determined by the DES.

1.6 PURCHASERS/PURCHASING ENTITIES Purchasers/Purchasing Entities include members of the WCSA-NASPO Cooperative Purchasing Program, a unified, nationally-focused cooperative purchasing program that potentially can leverage the collective expertise, experience, and demand of 50 states and their political subdivisions, and help spur innovation and competition in the marketplace.

Page 12: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 12

WSCA- NASPO Cooperative Purchasing Program is a cooperative group-contracting consortium for state governments, serving their departments, institutions, institutions of higher education, agencies and political subdivisions (e.g., school districts, counties, cities, etc.). All 50 states, the District of Columbia, US Territories and other public entities may participate in the use of WSCA-NASPO contracts.

The following Participating Entities have signified their intent to participate in this Contract/Master Agreement and have listed their estimated annual spend (including participating political subdivisions): Alaska - $6,210,000/year; Arkansas - $3,250,000/year; Delaware - $4,030,000/year; Iowa - $2,000,000/year; Nevada - $4,000,000/year; New Hampshire - $2,000,000/year; Oregon - $13,000,000/year; South Dakota - $100,000/year; Utah - $495,000/year; Washington - $12,000,000/year; California - $8,000,000/year. (See also Appendix J Intent to Participate and Appendix K Individual States’ Terms and Conditions)

However, Intent to Participate documents are not binding. During the term of the Contract, states and public entities may use this Contract by executing a Participating Addendum between themselves and the Contractor.

2.0 CONTRACT ADMINISTRATION

2.1 DES CONTRACT ADMINISTRATOR The DES shall appoint a single point of contact that will be the Contract Administrator for this contract and will provide oversight of the activities conducted hereunder. The contract Administrator will be the principal contact for Contractor concerning business activities under this Contract. The DES will notify Contractor, in writing, when there is a new Contract Administrator assigned to this Contract.

2.2 ADMINISTRATION OF CONTRACT DES will maintain Contract information and the level of price discount(s) and will make this information available on the DES web site.

2.3 CONTRACTOR SUPERVISION AND COORDINATION Contractor shall:

1. Competently and efficiently, supervise and coordinate the implementation and completion of all Contract requirements specified herein;

2. Identify the Contractor’s representative, who will be the principal point of contact for the DES Contract Administrator concerning Contractor’s performance under this Contract.

3. Immediately notify the Contract Administrator in writing of any change of the designated Contractor’s representative assigned to this Contract; and

4. Violation of any provision of this paragraph may be considered a material breach establishing grounds for Contract termination.

5. Be bound by all written communications given to or received from the Contractor’s representative.

Page 13: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 13

2.4 POST AWARD CONFERENCE The Contractor may be required to attend a post award conference scheduled by the Procurement Coordinator to discuss contract performance requirements. The time and place of this conference will be scheduled following Contract award.

2.5 CONTRACTOR’S CONTRACT MANAGEMENT Upon award of this Contract/Master Agreement, the Contractor shall:

1. Designate a single point of contract and alternate point of contract for the administration of this contract.

2. Review the impact of the award and take the necessary steps needed to ensure that contractual obligations will be fulfilled.

3. Promote and market the use of this Contract to all authorized Contract Purchasers/Purchasing Entities.

4. Ensure that those who endeavor to utilize this Contract are authorized Purchasers/Purchasing Entities under the terms and conditions of this contract.

5. At no additional charge, assist Purchasers/Purchasing Entities in the following manner to make the most cost effective, value based, Purchases including, but not limited to:

a) Visiting the Purchaser/Purchasing Entities site and providing them with materials/supplies/equipment recommendations.

b) Providing Purchaser/Purchasing Entities with a detailed list of contract products and services including current Contract pricing.

6. Provide contract customers with product and service information and assistance with order development, placement, and tracking. Provide Help Desk services for initial troubleshooting and possible resolution of the problems or for the initiation of repair or replacement services.

7. The Contractor shall designate a customer service representative who will be responsible for addressing Purchaser/Purchasing Entities issues including, but not limited to:

a) Logging requests for service, ensuring equipment repairs are completed in a timely manner, dispatching service technicians, and processing warranty claim documentation.

b) Providing Purchaser/Purchasing Entities with regular and timely status updates in the event of an order or repair fulfillment delay.

8. Acting as the lead and liaison between the Contractor and Purchaser/Purchasing Entities in resolving warranty claims for contract items purchased.

2.6 CHANGES Alterations to any of the terms, conditions, or requirements of this Contract shall only be effective upon written issuance of a mutually agreed Contract amendment by the Contract Administrator, unless otherwise authorized within the Contract. However, changes to point of contact information or other administrative changes may be updated without the issuance of a mutually agreed contract amendment.

Page 14: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 14

2.7 WSCA-NASPO eMARKET CENTER Contractor will cooperate with WSCA-NASPO and SciQuest (and any authorized agent or successor entity to SciQuest) with uploading a hosted catalog or integrating a punchout site. (Reference Appendix C WSCA-NASPO MASTER AGREEMENT TERMS AND CONDITIONS, Section 36, for the details of this requirement.)

2.8 WSCA-NASPO CONTRACT ADMINISTRATION FEE The Contract is subject to a WSCA-NASPO Administration Fee. Contractor has included this fee in Contract pricing and will not list it as a separate line item on its invoices to Purchasers/Purchasing Entities. The Contractor will collect the fees and distribute the fees to WSCA-NASPO Cooperative Purchasing Organization (or its assignee), as outlined below.

The WSCA-NASPO Administration Fee will be one-quarter of one percent (0.25% or 0.0025) on all purchases made under authority of the Contract. Purchases are defined as total invoice price less any applicable sales tax. No taxes will be assessed against this WSCA-NASPO Administration Fee.

The WSCA-NASPO Administrative Fee shall be paid within sixty (60) days after the end of the calendar quarter. It is the Contractor’s responsibility to calculate and remit the administrative fee since WSCA-NASPO does not issue an invoice for this fee. Contractor shall indicate the Contract number 06913 and include with the remittance, a quarterly sales report by WSCA-NASPO Contract participant. The administrative fee shall be paid to:

WSCA-NASPO COOPERATIVE PURCHASING ORGANIZATION PROGRAM MANAGER 201 EAST MAIN STREET, SUITE 1450 LEXINGTON, KY 40507

In addition to the WSCA-NASPO Administration Fee as stated above, some states may require an additional fee be paid directly to the state on purchases made by purchasing entities within that state. For all such requests, the fee level, payment method and schedule for such reports and payments will be incorporated into the Participating Addendum that is made a part of the Contract/Master Agreement. The Contractor may adjust the Contract/Master Agreement pricing accordingly for purchases made by Purchasers within the jurisdiction of the state. All such agreements may not affect the WSCA-NASPO Administrative Fee or the prices paid by the purchasers outside the jurisdiction of the state requesting the additional fee.

2.9 WSCA-NASPO CONTRACT SALES REPORTS The Contractor shall submit summary sales data reports required by section 27 of Appendix C WSCA-NASPO Master Agreement Terms and Conditions directly to WSCA-NASPO using the WSCA-NASPO Quarterly Sales/Administrative Fee Reporting Tool found at http://www.naspo.org/WNCPO/Calculator.aspx. Any/all sales made under the Contract shall be reported as cumulative totals by state. Even if Contractor experiences zero sales during a calendar quarter, a report is still required. Reports shall be due no later than 30 day following the end of the calendar quarter (as specified in the reporting tool).

2.10 WASHINGTON’S ELECTRONIC BUSINESS SOLUTION (WEBS) Contractor shall be registered in the contractor registration system, Washington’s Electronic Business Solution (WEBS) www.ga.wa.gov/webs, maintained by the Washington State Department of Enterprise Services. Contractors already registered need not re-register. It is the sole

Page 15: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 15

responsibility of Contractor to properly register with WEBS and maintain an accurate contractor profile in WEBS.

3.0 PRICING

3.1 PRICE PROTECTION Contractor warrants that prices of materials, supplies, services, and/or equipment set forth herein do not exceed those charged by the Contractor to any other customer purchasing the same under similar conditions and in like or similar quantities.

3.21 NO ADDITIONAL CHARGES Unless otherwise specified herein, no additional charges by the Contractor will be allowed including, but not limited to: handling charges such as packing, wrapping, bags, containers, reels; or the processing fees associated with the use of credit cards. Notwithstanding the foregoing, in the event that market conditions, laws, regulations or other unforeseen factors dictate, at the Contract Administrator’s sole discretion, additional charges may be allowed.

3.32 CONTRACT PRICING During the term of the Contract, Contractor must have and maintain the national published and/or web-posted product price list for all public safety communication equipment products and services available through the Contract, including those identified in Appendix H Price Worksheets. A copy must be made available to Purchasers upon request and at no additional charge. The price list in effect at the time of order placement shall be used when applying price discounts specified in Appendix H Price Worksheets. However, if the Contractor has provided a specific price quote to the Purchaser than the prices quoted must be held firm for a minimum period of sixty (60) days after the date of the quote.

3.43 VOLUME/PROMOTIONAL DISCOUNTS Contract prices, including the applicable price discount, shall be the maximum or ceiling price Contractor can charge Purchasers. However, the Contractor may offer a Purchaser a greater price discount for a volume order or for promotional purposes which would result in even lower purchase prices.

Contract prices, including the applicable and price discounts are the maximum or ceiling price Contractor can charge. The Contractor may also offer volume and/or promotional price discounts resulting in even lower prices to Purchasers/Purchasing Entities.

3.54 PRICE ADJUSTMENTS Contractor may update or change its reference national published/posted product price list during the term of the Contract as necessary to delete discontinued products/services, add newly introduced products/services, or to pass-through price changes applied to all customers purchasing from the price list. Contractor shall provide the Contract Administrator notification of price list changes. This notification shall be handled as an administrative change and shall not require the execution of a Contract amendment as called for in section 2.6 Changes. Percentage discounts identified in Appendix H Price Worksheets shall remain unchanged.

A decrease in the level of price discount shall not be considered during the initial term of the Contract nor for any subsequent Contract extension. However, an increase in the level of price

Page 16: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 16

discount may be considered at any time during the initial term of the Contract and during each subsequent Contract extension.

For services available through this Contract, if pricing is listed at a per hour price (rather than as a percentage discount off list price) prices may be increased after initial term of the contract. A minimum of 60 calendar days advance written notice is required with accompanying sufficient documentation to justify the requested increase. Acceptance of the price increase will be at the discretion of the Contract Administrator and the adjusted price must not produce a higher profit margin that that established on the original contract pricing. Approved price increases must remain unchanged at least through the current extension term.

4.0 CONTRACTOR QUALIFICATIONS AND REQUIREMENTS

4.1 ESTABLISHED BUSINESS Prior to commencing performance, or prior to that time if required by the DES, law or regulation, Contractor must be an established business firm with all required licenses, fees, bonding, facilities, equipment and trained personnel necessary to meet all requirements and perform the work as specified in the Solicitation. Contractor shall maintain compliance with these requirements throughout the life of this Contract.

The DES reserves the right to require receipt of proof of compliance with said requirements within ten (10) calendar days from the date of request, and to terminate this Contract as a material breach for noncompliance with any requirement of this paragraph.

4.2 USE OF SUBCONTRACTORS/DEALERS/DISTRIBUTORS In accordance with RFP requirements, Contractor agrees to take complete responsibility for all actions of its subcontractors/dealers/distributors involved in the Contract performance.

During Contract performance, Contractor shall identify and make available to Purchasers upon request a list of subcontractors, dealers, and distributors who will supply products or perform services in fulfillment of Contract requirements. Information shall include their name, the nature of services to be performed or products to be sold by product category/subcategory, address, telephone, facsimile, email, and federal tax identification number (TIN) (if the company is authorized to sell and invoice for products and services). The Contract Administrator reserves the right to request the Contractor remove any subcontractor, dealer or distributor participating in the Contract. During the Contract Contractor may add or remove subcontractors, dealers or distributors participating in this Contract. Reference Appendix F National Network of Subcontractors/Dealers/Distributors for additional information. Specific restrictions apply to contracting with current or former Washington state employees pursuant to Chapter 42.52 RCW and such restrictions may apply to contracting with current or former employees of other states.

4.3 ASSIGNMENT AND SUBCONTRACT/DEALER/DISTRIBUTOR INVOLVEMENT Contractor shall not assign or otherwise transfer its obligations under this Contract without the prior written consent of the Contract Administrator. Contractor shall provide a minimum of thirty (30) calendar days advance notification of intent to assign or otherwise transfer its obligations under this Contract. Violation of this condition may be considered a material breach establishing grounds for Contract termination.

Page 17: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 17

The Contractor shall be responsible to ensure that all Contract requirements are met whether performance is done by themselves or through designated and authorized subcontractors, dealers, or distributors also involved in the performance of this Contract. In no event shall the involvement of a subcontractor, dealer, or distributor release or reduce the liability of Contractor to the Purchaser for any breach in the performance of the Contractor’s duties.

If during the performance of the contract or a purchase order, any named individual specifically identified in the response to work on this engagement is not available, the Purchaser reserves the right to approve or reject any personnel substitutions.

4.4 CONTRACTOR AUTHORITY AND INFRINGEMENT Contractor is authorized to sell under this Contract, only those materials, supplies, services and/or equipment as stated herein and allowed for by the provisions of this Contract. Contractor shall not represent to any Contract Purchaser/Purchasing Entity that they have the Contract authority to sell any other materials, supplies, services and/or equipment. Further, Contractor may not intentionally infringe on other contracts established by Washington State or Participating Entities.

4.5 MATERIALS AND WORKMANSHIP The Contractor shall be required to furnish all materials, supplies, equipment and/or services necessary to perform contractual requirements. Materials, supplies and workmanship used in the construction of equipment for this Contract shall conform to all applicable federal, state, and local codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials, supplies and equipment shall be manufactured in accordance with the best commercial practices and standards for this type of materials, supplies, and equipment.

4.6 MERCURY CONTENT AND PREFERENCE Contractor shall provide mercury-free products when available. Should mercury-free products not exist, contractors shall provide products with the lowest mercury content available. Contractor shall disclose products that contain added mercury and provide an explanation that includes the amount or concentration of mercury, and justification as to why added mercury is necessary for the function or performance of the product.

The DES reserves the right to require receipt of proof of compliance with said requirements within ten (10) calendar days from the date of request, and to terminate this Contract as a material breach for noncompliance with any requirement of this paragraph.

5.0 DELIVERY REQUIREMENTS

5.1 ORDER FULFILLMENT REQUIREMENTS Authorized Purchasers/Purchasing Entities may place orders against this Contract either in person, electronically, facsimile or by phone. Once an order is issued, the following shall apply:

1. For purposes of price verification and auditing, upon receipt of a purchase order the Contractor shall send the Purchaser an order confirmation notification that identifies applicable Contract prices to be applied to the order.

2. Upon the request of the Purchaser, the Contractor shall supply Purchaser documentation needed to verify Contract pricing compliance.

Page 18: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 18

3. Product damaged prior to acceptance will either be replaced or repaired in an expedited manner at Contractor’s expense. Alternatively, at the Purchaser’s option, any possible damage to the product can be noted on the receiving report and the cost deducted from final payment.

The Contractor is responsible to verify delivery conditions/requirements with the Purchaser prior to the delivery.

5.2 SHIPPING AND RISK OF LOSS Contractor shall ship all products purchased pursuant to this Contract, freight charges prepaid by the Contractor, F.O.B. Purchaser’s specified destination with all transportation and handling charges. The method of shipment shall be consistent with the nature of the products and hazards of transportation. Regardless of FOB point, Contractor agrees to bear all risks of loss, damage, or destruction of the products ordered hereunder that occurs prior to delivery, except loss or damage attributable to Purchaser’s fault or negligence; and such loss, damage, or destruction shall not release Contractor from any obligation hereunder. After delivery, the risk of loss or damage shall be borne by Purchaser, except loss or damage attributable to Contractor’s fault or negligence.

Contractor shall ship all products purchased pursuant to this Contract, freight charges prepaid by the Contractor, F.O.B. Purchaser’s specified destination with all transportation and handling charges included. However, for the category Microwave Antennas only, additional freight charges may be prepaid and added to the invoice to cover the additional cost of shipment from the nearest port city to the Purchaser’s receiving facility located outside the contiguous United States, provided the Purchaser approves the additional freight charge at the time of order placement.

Contractor shall ship all products purchased pursuant to this Contract, freight charges prepaid by the Contractor, F.O.B. Purchaser’s specified destination with all transportation and handling charges included. However, for the category Microwave Antennas only, additional freight charges may be prepaid and added to the invoice to cover the additional cost of shipment from the nearest port city to the Purchaser’s receiving facility located outside the contiguous United States, provided the Purchaser approves the additional freight charge at the time of order placement.

The method of shipment shall be consistent with the nature of the products and hazards of transportation. Regardless of FOB point, Contractor agrees to bear all risks of loss, damage, or destruction of the products ordered hereunder that occurs prior to delivery, except loss or damage attributable to Purchaser’s fault or negligence; and such loss, damage, or destruction shall not release Contractor from any obligation hereunder. After delivery, the risk of loss or damage shall be borne by Purchaser, except loss or damage attributable to Contractor’s fault or negligence.

5.3 DELIVERY Delivery of products must be made during Purchaser’s normal work hours and within time frames mutually agreed in writing between the Purchaser and Contractor at the time of order placement.

Failure to comply with agreed upon delivery times may subject Contractor to damages. The Purchaser may refuse shipment when delivered after normal working hours. The Contractor shall verify specific working hours of individual Purchasers and instruct carrier(s) to deliver accordingly. The acceptance by the Purchaser of late performance, with or without objection or reservation by the Purchaser, shall not waive the right to claim damage for such breach, nor preclude the DES or Purchaser from pursuing any other remedy provided herein, including termination, nor shall such

Page 19: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 19

acceptance of late performance constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor.

All deliveries are to be made to the applicable delivery location as indicated in the order document. When applicable, the Contractor shall take all necessary actions to safeguard items during inclement weather. In no case shall the Contractor initiate performance prior to receipt of written or verbal authorization from authorized Purchasers. Expenses incurred otherwise shall be borne solely by the Contractor.

5.4 SITE SECURITY While on Purchaser’s premises, Contractor, its agents, employees, subcontractors, dealers or distributors shall conform in all respects with physical, fire, or other security regulations.

5.5 INSPECTION, ACCEPTANCE AND REJECTION The Purchaser's inspection of all materials, supplies and equipment upon delivery is for the purpose of forming a judgment as to whether such delivered items are what was ordered, were properly delivered and ready for acceptance. Such inspection shall not be construed as final acceptance, or as acceptance of the materials, supplies or equipment, if the materials, supplies or equipment does not conform to contractual requirements.

If there are any apparent defects in the materials, supplies, or equipment at the time of delivery, the Purchaser will promptly notify the Contractor. Without limiting any other rights, the Purchaser may require the Contractor to: (1) repair or replace, at Contractor's expense, any or all of the damaged goods; (2) refund the price of any or all of the damaged goods; or (3) accept the return of any or all of the damaged goods.

5.6 INSTALLATION When applicable, installation shall be performed in a professional manner in accordance with industry standard best practices. The premises shall be left in a neat, clean, and undamaged condition. The Purchaser reserves the right to require Contractor to repair any damage caused during installation or provide full compensation as determined by the Purchaser.

5.7 TITLE TO PRODUCT Upon Delivery or Acceptance, whichever is applicable, Contractor shall convey to purchaser good title to the goods free and clear of all liens, pledges, mortgages, encumbrances, or other security interests.

5.8 TREATMENT OF ASSETS 1. Title to all property furnished by the Purchaser shall remain with the Purchaser, as appropriate.

Title to all property furnished by the Contractor, the cost for which the Contractor is entitled to be reimbursed as a direct item of cost under this Contract, shall pass to and vests in the Purchaser upon delivery of such property by the Contractor and acceptance by the Purchaser. Title to other property, the cost of which is reimbursable to the Contractor under this Contract, shall pass to and vest in the Purchaser upon (i) issuance for use of such property in the performance of this Contract, or (ii) commencement of use of such property in the performance of this Contract, or (iii) reimbursement of the cost thereof by the Purchaser in whole or in part, whichever first occurs.

Page 20: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 20

2. Any property of the Purchaser furnished to the Contractor shall, unless otherwise provided herein or approved by the Purchaser, be used only for the performance of this Contract.

3. The Contractor shall be responsible for damages as a result of any loss or damage to property of the Purchaser which results from the negligence of the Contractor or which results from the failure on the part of the Contractor to maintain, administer and protect that property in a reasonable manner and to the extent practicable in all instances.

4. If any Purchaser property is lost, destroyed, or damaged, the Contractor shall immediately notify the Purchaser and shall take all reasonable steps to protect the property from further damage.

5. The Contractor shall surrender to the Purchaser all property of the Purchaser prior to settlement upon completion, termination, or cancellation of this Contract.

6. All reference to the Contractor under this clause shall also include Contractor's employees, agents, subcontractors, dealers or distributors.

5.9 LABELING Individual shipping cartons shall be labeled with the name of the ordering agency, order number, Contract number, Contractor, state stock numbers, and where applicable, date of manufacture, batch number, storage requirements, conditions, and recommended shelf life. Contractors are encouraged to offer product packaging with recycled content.

5.10 SOFTWARE LICENSE AGREEMENT, If the communication equipment ordered and delivered under the term and conditions of this Contract requires software or firmware to operate, the Contractor may require the Purchaser/Purchasing Entity to sign a software license agreement prior to shipment of the equipment. A software license agreement approved by the Contractor has been provided as Appendix M Software License Agreement.”

6.0 PAYMENT

6.1 ADVANCE PAYMENT PROHIBITED No advance payment shall be made for the products and services furnished by Contractor pursuant to this Contract.

Notwithstanding the above, maintenance payments, if any, may be made on a quarterly basis at the beginning of each quarter.

6.2 IDENTIFICATION All invoices, packing lists, packages, instruction manuals, correspondence, shipping notices, shipping containers, and other written materials associated with this Contract shall be identified by the Contract number and the applicable Purchaser’s order number. Packing lists shall be enclosed with each shipment and clearly identify all contents and any backorders.

6.3 PAYMENT, INVOICING AND DISCOUNTS Payment is the sole responsibility of, and will be made by, the Purchaser.

Contractor shall provide a properly completed invoice to Purchaser. All invoices are to be delivered to the address indicated in the purchase order.

Page 21: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 21

Each invoice shall be identified by the associated WSCA-NASPO Contract/Master Agreement number or the Participating Addendum number, and the Purchaser’s Contract/Purchase Order number (as applicable), and shall be in U.S. dollars. Invoices shall be prominently annotated by the Contractor with all applicable prompt payment and/or volume or promotional discount(s). Hard copy credit memos are to be issued when the Purchaser has been overcharged.

Invoices for payment will accurately reflect all discounts due the Purchaser. Invoices will not be processed for payment, nor will the period of prompt payment discount commence, until receipt of a properly completed invoice denominated in U.S. dollars and until all invoiced items are received and satisfactory performance of Contractor has been accepted by the Purchaser. If an adjustment in payment is necessary due to damage or dispute, any prompt payment discount period shall commence on the date final approval for payment is authorized.

If Purchaser fails to make timely payment(s), Contractor may invoice for 1% per month on the amount overdue or a minimum of $1.00. (In Washington State reference Chapter 39.76 RCW.) Payment will not be considered late if a check or warrant is mailed within the time specified. If no terms are specified, net 30 days will automatically apply. Payment(s) made in accordance with Contract terms shall fully compensate the Contractor for all risk, loss, damages or expense of whatever nature and acceptance of payment shall constitute a waiver of all claims submitted by Contractor.

Payment for materials, supplies and/or equipment received and for services rendered shall be made by Purchaser and be redeemable in U.S. dollars. Unless otherwise specified, the Purchaser’s sole responsibility shall be to issue this payment. Any bank or transaction fees or similar costs associated with currency exchange procedures or the use of purchasing/credit cards shall be fully assumed by the Contractor.

6.4 TAXES, FEES AND LICENSES Taxes: Where required by statute or regulation, the Contractor shall pay for and maintain in current status all taxes that are necessary for Contract performance. Unless otherwise indicated, Washington purchasers agree to pay State of Washington taxes on all applicable materials, supplies, services and/or equipment purchased. Purchasers located in other states may be required to pay their own state and local taxes on the purchase as required by local state laws and regulations. No charge by the Contractor shall be made for federal excise taxes and the purchaser agrees to furnish Contractor with an exemption certificate where appropriate.

Collection of Retail Sales and Use Taxes: In general, contractors engaged in retail sales activities within the State of Washington are required to collect and remit sales tax to Department of Revenue (DOR). In general, out-of-state contractors must collect and remit “use tax” to Department of Revenue if the activity carried on by the seller in the State of Washington is significantly associated with contractor’s ability to establish or maintain a market for its products in Washington State. Examples of such activity include where the contractor either directly or by an agent or other representative:

1. Maintains an in-state office, distribution house, sales house, warehouse, service enterprise, or any other in-state place of business;

2. Maintains an in-state inventory or stock of goods for sale;

3. Regularly solicits orders from purchasers located within the State of Washington via sales representatives entering the State of Washington;

Page 22: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 22

4. Sends other staff into the State of Washington (e.g. product safety engineers, etc.) to interact with purchasers in an attempt to establish or maintain market(s); or

5. Other factors are identified applicable to Washington Purchasers are found in WAC 458-20 .

Washington State Department of Revenue Registration for Out-of-State Contractors: Out-of-state contractors meeting any of the above criteria must register and establish an account with the Washington State Department of Revenue. Refer to WAC 458-20-193, and call the Department of Revenue at 800-647-7706 for additional information. When out-of-state contractors are not required to collect and remit “use tax,” purchasers located in the State of Washington are responsible for paying this tax, if applicable, directly to the Department of Revenue.

Fees/Licenses: After award of contract, and prior to commencing performance under the contract, the Contractor shall pay for and maintain in a current status any licenses, fees, assessments, permit charges, etc., which are necessary for contract performance. It is the Contractor's sole responsibility to maintain licenses and to monitor and determine any changes or the enactment of any subsequent regulations for said fees, assessments, or charges and to immediately comply with said changes or regulations during the entire term of this Contract.

Customs/Brokerage Fees: Contractor shall take all necessary actions, including, but not limited to, paying all customs, duties, brokerage, and/or import fees, to ensure that materials, supplies, and/or equipment purchased under the Contract are expedited through customs. Failure to do so may subject Contractor to liquidated damages as identified herein and/or to other remedies available by law or contract. Neither the DES nor the purchaser will incur additional costs related to Contractor’s payment of such fees.

Taxes on Invoice: Contractor shall calculate and enter the appropriate Washington State and local sales tax on all invoices. Tax is to be computed on new items after deduction of any trade-in in accordance with WAC 458-20-247.

6.5 OVERPAYMENTS TO CONTRACTOR Contractor shall refund to Purchaser the full amount of any erroneous payment or overpayment under this Contract within thirty (30) days’ written notice. If Contractor fails to make timely refund, Purchaser may charge Contractor one percent (1%) per month on the amount due, until paid in full.

6.6 AUDITS The DES Contract Administrator and/or the Purchaser reserves the right to audit, or have a designated third party audit, applicable records to ensure that the Purchaser has been properly invoiced. Any remedies and penalties allowed by law to recover monies determined owed will be enforced. Repetitive instances of incorrect invoicing may be considered complete cause for contract termination.

7.0 QUALITY ASSURANCE

7.1 RIGHT OF INSPECTION Contractor shall provide right of access to its facilities to DES, or any of DES’s officers, or to any other authorized agent or official of the state of Washington or other Participating or Purchasing

Page 23: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 23

Entity, or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and/or quality assurance under this Contract.

7.2 CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS Any written commitment by Contractor within the scope of this Contract shall be binding upon Contractor. Failure of Contractor to fulfill such a commitment may constitute breach and shall render Contractor liable for damages under the terms of this Contract. For purposes of this section, a commitment by Contractor includes: (i) prices, discounts, and options committed to remain in force over a specified period of time; and (ii) any warranty or representation made by Contractor in its response or contained in any Contractor or manufacturer publications, written materials, schedules, charts, diagrams, tables, descriptions, other written representations, and any other communication medium accompanying or referred to in its response or used to effect the sale to Purchaser.

7.3 PRODUCT WARRANTY Warranty(ies): Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new and unused (or like new with no blemishes or defects), of the latest model or design and of recent manufacture. A copy of the equipment warranty shall be provided with the equipment at the time of equipment delivery.

In the event of conflict between Contract terms and conditions and Contractor’s submitted warranty, the Contract terms and conditions shall prevail; except, to afford the Purchaser maximum benefits, the Purchaser may avail itself of the Contractor’s warranty if deemed more beneficial to the Purchaser.

7.4 WARRANTIES Contractor warrants that all materials, supplies, services and/or equipment provided under this Contract shall be fit for the purpose(s) for which intended, for merchantability, and shall conform to the requirements and specifications herein. Acceptance of any materials, supplies, service and/or equipment, and inspection incidental thereto, by the Purchaser shall not alter or affect the obligations of the Contractor or the rights of the Purchaser.

The Contractor warrants for a period of one year(s) from the date of acceptance that: (a) the product performs according to all specific claims that the Contractor made in its response to the solicitation, (b) the product is suitable for the ordinary purposes for which such product is used, (c) the product is suitable for any special purposes identified in the solicitation or for which the Purchaser has relied on the Contractor’s skill or judgment, (d) the product is designed and manufactured in a commercially reasonable manner, and (e) the product is free of defects. Upon breach of the warranty, the Contractor will repair or replace (at no charge to the Purchaser) the product whose nonconformance is discovered and made known to the Contractor. If the repaired and/or replaced product proves to be inadequate, or fails of its essential purpose, the Contractor will refund the full amount of any payments that have been made. The rights and remedies of the parties under this warranty are in addition to any other rights and remedies of the parties provided by law or equity, including, without limitation, actual damages, and, as applicable and awarded under the law, to a prevailing party, reasonable attorneys’ fees and costs.

THESE WARRANTIES ARE THE COMPLETE WARRANTIES FOR THE EQUIPMENT AND SOFTWARE PROVIDED UNDER THIS AGREEMENT AND ARE GIVEN IN LIEU OF ALL

Page 24: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 24

OTHER WARRANTIES. CONTRACTOR DISCLAIMS ALL OTHER WARRANTIES OR CONDITIONS, EXPRESS OR IMPLIED.

7.5 DATE WARRANTY Contractor warrants that all products provided under this Contract: (i) do not have a life expectancy limited by date or time format; (ii) will correctly record, store, process, and present calendar dates; (iii) will lose no functionality, data integrity, or performance with respect to any date; and (iv) will be interoperable with other software used by Purchaser that may deliver date records from the products, or interact with date records of the products (“date warranty”). In the event a date warranty problem is reported to Contractor by Purchaser and such problem remains unresolved after three (3) calendar days, at Purchaser’s discretion, Contractor shall send, at Contractor’s sole expense, at least one (1) qualified and knowledgeable representative to Purchaser’s premises. This representative will continue to address and work to remedy the failure, malfunction, defect, or nonconformity on Purchaser’s premises. This date warranty shall last perpetually. In the event of a breach of any of these representations and warranties, Contractor shall indemnify and hold harmless Purchaser from and against any and all harm, injury, damages, costs, and expenses incurred by Purchaser arising out of said breach.

7.6 COST OF REMEDYING DEFECTS All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

7.7 TRAINING Contractor shall provide Purchasers training as requested following equipment delivery on basic operations and at no additional cost. Specialized training is available at an additional charge as scheduled between Purchaser and Contractor as described in Appendix E Contract Management and Performance.

7.8 OPERATOR MANUAL Instruction and maintenance manuals shall be furnished for all delivered Contract equipment. The most current manual must be provided at no cost upon customer request. Manuals shall contain, but not be limited to the following:

A section describing the capability of the equipment. A section on equipment specifications. A section describing operating instructions. A section describing the use of the equipment. A section describing general maintenance instructions. A section describing software installation and user guides (if applicable).

8.0 INFORMATION AND COMMUNICATIONS

8.1 ADVERTISING Contractor shall not publish or use any information concerning this Contract in any format or media for advertising or publicity without prior written consent from the DES Contract Administrator.

Page 25: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 25

8.2 RETENTION OF RECORDS The Contractor shall maintain all books, records, documents, data and other evidence relating to this Contract and the provision of materials, supplies, services and/or equipment described herein, including, but not limited to, accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Contract. Contractor shall retain such records for a period of seven (7) years following the date of final payment. At no additional cost, these records, including materials generated under the Contract, shall be subject at all reasonable times to inspection, review, or audit by the DES, personnel duly authorized by the DES, personnel duly authorized by the Purchaser, the Washington State Auditor’s Office, and federal and state officials so authorized by law, regulation or agreement.

If any litigation, claim or audit is started before the expiration of the seven (7) year period, the records shall be retained until final resolution of all litigation, claims, or audit findings involving the records.

8.3 NON-ENDORSEMENT AND PUBLICITY Neither the DES nor the Purchasers are endorsing the Contractor’s products or services, nor suggesting that they are the best or only solution to their needs. Contractor agrees to make no reference to the state of Washington, DES, and Purchaser in any literature, promotional material, brochures, sales presentation or the like, regardless of method of distribution, without the prior review and express written consent of the DES and/or the impacted Participating Entity.

8.4 PROTECTION OF CONFIDENTIAL AND PERSONAL INFORMATION Contractor acknowledges that some of the material and information that may come into its possession or knowledge in connection with this Contract or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either Chapter 42.56 RCW or other state or federal statutes (“Confidential Information”). Confidential Information includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles, credit card information, driver’s license numbers, medical data, law enforcement records, agency source code or object code, agency security data, or information identifiable to an individual that relates to any of these types of information. Contractor agrees to hold Confidential Information in strictest confidence and not to make use of Confidential Information for any purpose other than the performance of this Contract, to release it only to authorized employees or Subcontractors requiring such information for the purposes of carrying out this Contract, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make the information known to any other party without Purchaser’s express written consent or as provided by law. Contractor agrees to release such information or material only to employees or Subcontractors who have signed a nondisclosure agreement, the terms of which have been previously approved by Purchaser. Contractor agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to Confidential Information.

“Personal information” including, but not limited to, “Protected Health Information” (PHI) under Health Insurance Portability And Accountability Act (HIPAA), individuals’ names, addresses, phone numbers, birth dates, and social security numbers collected, used, or acquired in connection with this Contract shall be protected against unauthorized use, disclosure, modification or loss.

HIPAA establishes national minimum standards for the use and disclosure of certain health information. The Contractor must comply with all HIPAA requirements and rules when determined applicable by the Purchaser. If Purchaser determines that (1) Purchaser is a “covered entity” under

Page 26: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 26

HIPAA, and that (2) Contractor will perform “business associate” services and activities covered under HIPAA, then at Purchaser’s request, Contractor agrees to execute Purchaser’s business associate Contract in compliance with HIPAA.

Contractor shall ensure its directors, officers, employees, Subcontractors or agents use personal information solely for the purposes of accomplishing the services set forth herein. Contractor and its Subcontractors agree not to release, divulge, publish, transfer, sell or otherwise make known to unauthorized persons personal information without the express written consent of the Agency or as otherwise required by law.

Any breach of this provision may result in termination of the Contract and demand for return of all personal information. The Contractor agrees to indemnify and hold harmless the State of Washington and the Purchaser for any damages related to both: (1) the Contractor’s unauthorized use of personal information and (2) the unauthorized use of personal information by unauthorized persons as a result of Contractor’s failure to sufficiently protect against unauthorized use, disclosure, modification, or loss.

Contractor shall maintain a log documenting the following: the Confidential Information received in the performance of this Contract; the purpose(s) for which the Confidential Information was received; who received, maintained and used the Confidential Information; and the final disposition of the Confidential Information. Contractor’s records shall be subject to inspection, review or audit in accordance with Retention of Records.

Purchaser reserves the right to monitor, audit, or investigate the use of Confidential Information collected, used, or acquired by Contractor through this Contract. The monitoring, auditing, or investigating may include, but is not limited to, salting databases.

Violation of this section by Contractor or its Subcontractors may result in termination of this Contract and demand for return of all Confidential Information, monetary damages, or penalties.

Immediately upon expiration or termination of this Contract, Contractor shall, at Purchaser’s option: (i) certify to Purchaser that Contractor has destroyed all Confidential Information; or (ii) return all Confidential Information to Purchaser; or (iii) take whatever other steps Purchaser requires of Contractor to protect Purchaser’s Confidential Information.

9.0 GENERAL PROVISIONS

9.1 WSCA-NASPO MASTER AGREEMENT TERMS AND CONDITIONS Appendix C WSCA-NASPO Master Agreement Terms and Conditions shall supplement the terms and conditions of this Contract. To the extent there is any inconsistent or conflicting term between the two, the conflict or inconsistency shall be resolved in a manner most favorable to a Purchaser or Purchasing Entity.

9.2 GOVERNING LAW/VENUE This Contract shall be construed and interpreted in accordance with the laws of the State of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County.

9.3 SEVERABILITY If any provision of this Contract or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Contract that can be given

Page 27: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 27

effect without the invalid provision, and to this end the provisions of this Contract are declared to be severable.

9.4 SURVIVORSHIP All transactions executed for products and services provided pursuant to the authority of this Contract shall be bound by all of the terms, conditions, prices and price discounts set forth herein, notwithstanding the expiration of the initial term of this Contract or any extension thereof. Further, the terms, conditions and warranties contained in this Contract that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Contract shall so survive. In addition, the terms of the sections titled Overpayments to Contractor; Contractor’s Commitments, Warranties and Representations; Protection of Confidential and Personal Information; Order of Precedence, Incorporated Documents, Conflict and Conformity; Non-Endorsement and Publicity; Retention of Records; Proprietary or Confidential Information; Disputes and Remedies; and Limitation of Liability shall survive the termination of this Contract.

9.5 INDEPENDENT STATUS OF CONTRACTOR In the performance of this Contract, the parties will be acting in their individual, corporate or governmental capacities and not as agents, employees, partners, joint venturers, or associates of one another. The parties intend that an independent contractor relationship will be created by this contract. The employees or agents of one party shall not be deemed or construed to be the employees or agents of the other party for any purpose whatsoever. Contractor shall not make any claim of right, privilege or benefit which would accrue to an employee under Chapter 41.06 RCW, or Title 51 RCW.

9.6 GIFTS AND GRATUITIES Contractor shall comply with all state laws regarding gifts and gratuities, including but not limited to: RCW 39.26 , RCW 42.52.150, RCW 42.52.160, and RCW 42.52.170 under which it is unlawful for any person to directly or indirectly offer, give or accept gifts, gratuities, loans, trips, favors, special discounts, services, or anything of economic value in conjunction with state business or contract activities.

Under RCW 39.26 and the Ethics in Public Service Law, Chapter 42.52 RCW state officers and employees are prohibited from receiving, accepting, taking or seeking gifts (except as permitted by RCW 42.52.150) if the officer or employee participates in contractual matters relating to the purchase of goods or services.

9.7 PERSONAL LIABILITY It is agreed by and between the parties hereto that in no event shall any official, officer, employee or agent of the State of Washington when executing their official duties in good faith, be in any way personally liable or responsible for any agreement herein contained whether expressed or implied, nor for any statement or representation made herein or in any connection with this agreement.

9.8 NONDISCRIMINATION During the performance of this Contract, the Contractor shall comply with all applicable federal and state nondiscrimination laws, regulations and policies, including, but not limited to, Title VII of the Civil Rights Act, 42 U.S.C. section 12101 et. seq.; the Americans with Disabilities Act (ADA); and, Chapter 49.60 RCW, Discrimination – Human Rights Commission.

Page 28: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 28

9.9 OSHA AND WISHA REQUIREMENTS Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Administration (OSHA) and, if manufactured or stored in the State of Washington, the Washington Industrial Safety and Health Act (WISHA) and the standards and regulations issued there under, and certifies that all items furnished and purchased will conform to and comply with said laws, standards and regulations. Contractor further agrees to indemnify and hold harmless DES and Purchaser from all damages assessed against Purchaser as a result of Contractor’s failure to comply with those laws, standards and regulations, and for the failure of the items furnished under the Contract to so comply.

9.10 ANTITRUST The DES maintains that, in actual practice, overcharges resulting from antitrust violations are borne by the purchaser. Therefore, the Contractor hereby assigns to the State of Washington any and/or Purchasing Entity all of the Contractor’s claims for such price fixing or overcharges which arise under federal or state antitrust laws, relating to the materials, supplies, services and/or equipment purchased under this Contract.

9.11 WAIVER Failure or delay of the DES or Purchaser to insist upon the strict performance of any term or condition of the Contract or to exercise any right or remedy provided in the Contract or by law; or the DES’s or Purchaser’s acceptance of or payment for materials, supplies, services and/or equipment, shall not release the Contractor from any responsibilities or obligations imposed by this Contract or by law, and shall not be deemed a waiver of any right of the DES or Purchaser to insist upon the strict performance of the entire agreement by the Contractor. In the event of any claim for breach of Contract against the Contractor, no provision of this Contract shall be construed, expressly or by implication, as a waiver by the DES or Purchaser of any existing or future right and/or remedy available by law.

10.0 DISPUTES AND REMEDIES

10.1 PROBLEM RESOLUTION AND DISPUTES Problems arising out of the performance of this Contract shall be resolved in a timely manner at the lowest possible level with authority to resolve such problem. If a problem persists and cannot be resolved, it may be escalated within each organization.

In the event a bona fide dispute concerning a question of fact arises between DES or the Purchaser and Contractor and it cannot be resolved between the parties through the normal escalation processes, either party may initiate the dispute resolution procedure provided herein.

The initiating party shall reduce its description of the dispute to writing and deliver it to the responding party. The responding party shall respond in writing within three business days. The initiating party shall have three business days to review the response. If after this review a resolution cannot be reached, both parties shall have three business days to negotiate in good faith to resolve the dispute.

If the dispute cannot be resolved after three business days, a dispute resolution panel may be requested in writing by either party who shall also identify the first panel member. Within three business days of receipt of the request, the other party will designate a panel member. Those two panel members will appoint a third individual to the dispute resolution panel within the next three business days.

Page 29: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 29

The dispute resolution panel will review the written descriptions of the dispute, gather additional information as needed, and render a decision on the dispute in the shortest practical time.

Each party shall bear the cost for its panel member and share equally the cost of the third panel member.

Both parties agree to exercise good faith in dispute resolution and to settle disputes prior to using a dispute resolution panel whenever possible.

Unless irreparable harm will result, neither party shall commence litigation against the other before the dispute resolution panel has issued its decision on the matter in dispute.

DES, the Purchaser and Contractor agree that, the existence of a dispute notwithstanding, they will continue without delay to carry out all their respective responsibilities under this Contract that are not affected by the dispute.

If the subject of the dispute is the amount due and payable by Purchaser for materials, supplies, services and/or equipment being provided by Contractor, Contractor shall continue providing materials, supplies, services and/or equipment pending resolution of the dispute provided Purchaser pays Contractor the amount Purchaser, in good faith, believes is due and payable, and places in escrow the difference between such amount and the amount Contractor, in good faith, believes is due and payable.

10.2 ADMINISTRATIVE SUSPENSION When it is in the best interest of the state of Washington, the DES may at any time, and without cause, suspend the Contract or any portion thereof for a period of not more than thirty (30) calendar days per event by written notice from the Contract Administrator to the Contractor’s representative. Contractor shall resume performance on the next business day following the 30th day of suspension unless an earlier resumption date is specified in the notice of suspension. If no resumption date was specified in the notice of suspension, the Contractor can be demanded and required to resume performance within the 30 day suspension period by the Contract Administrator providing the Contractor’s representative with written notice of such demand.

10.3 FORCE MAJEURE The term “force majeure” means an occurrence that causes a delay that is beyond the control of the party affected and could not have been avoided by exercising reasonable diligence. Force majeure shall include acts of God, war, riots, strikes, fire, floods, epidemics, or other similar occurrences.

Exceptions: Except for payment of sums due, neither party shall be liable to the other or deemed in breach under this Contract if, and to the extent that, such party's performance of this Contract is prevented by reason of force majeure.

Notification: If either party is delayed by force majeure, said party shall provide written notification within forty-eight (48) hours. The notification shall provide evidence of the force majeure to the satisfaction of the other party. Such delay shall cease as soon as practicable and written notification of same shall likewise be provided. So far as consistent with the Rights Reserved below, the time of completion shall be extended by Contract amendment for a period of time equal to the time that the results or effects of such delay prevented the delayed party from performing in accordance with this Contract.

Rights Reserved: The DES reserves the right to authorize an amendment to this Contract, terminate the Contract, and/or purchase materials, supplies, equipment and/or services from the best available

Page 30: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 30

source during the time of force majeure, and Contractor shall have no recourse against the Purchaser/Purchasing Entity.

10.4 ALTERNATIVE DISPUTE RESOLUTION FEES AND COSTS In the event that the parties engage in arbitration, mediation or any other alternative dispute resolution forum to resolve a dispute in lieu of litigation, both parties shall share equally in the cost of the alternative dispute resolution method, including cost of mediator or arbitrator. In addition, each party shall be responsible for its own attorneys’ fees incurred as a result of the alternative dispute resolution method.

10.5 NON-EXCLUSIVE REMEDIES The remedies provided for in this Contract shall not be exclusive but are in addition to all other remedies available under law.

10.6 LIMITATION OF LIABILITY The parties agree that neither Contractor, DES nor Purchaser shall be liable to each other, regardless of the form of action, for consequential, incidental, indirect, or special damages except a claim related to bodily injury or death, or a claim or demand based on patent, copyright, or other intellectual property right infringement, in which case liability shall be as set forth elsewhere in this Contract. This section does not modify any sections regarding liquidated damages or any other conditions as are elsewhere agreed to herein between the parties. The damages specified in the sections titled Termination for Default and Retention of Records are not consequential, incidental, indirect, or special damages as that term is used in this section.

Neither the Contractor, the DES nor Purchaser shall be liable for damages arising from causes beyond the reasonable control and without the fault or negligence of the Contractor, the DES or Purchaser. Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of a governmental body other than the DES or the Purchaser acting in either its sovereign or contractual capacity, war, explosions, fires, floods, earthquakes, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but in every case the delays must be beyond the reasonable control and without fault or negligence of the Contractor, the DES or the Purchaser, or their respective subcontractors.

If delays are caused by a subcontractor without its fault or negligence, Contractor shall not be liable for damages for such delays, unless the services to be performed were obtainable on comparable terms from other sources in sufficient time to permit Contractor to meet its required performance schedule. Neither party shall be liable for personal injury to the other party or damage to the other party’s property except personal injury or damage to property proximately caused by such party’s respective fault or negligence.

Except for breach of confidentiality, personal injury, or death, Contractor’s total liability, whether for breach of contract, warranty, negligence, strict liability in tort or otherwise, will be limited to the value of the prior year’s Contract sales.

10.7 FEDERAL FUNDING In the event that a federally funded acquisition results from this procurement, the Contractor may be required to provide additional information (free of charge) at the request of the DES or Purchaser. Further, the Contractor may be subject to those federal requirements specific to the commodity.

Page 31: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 31

10.8 FEDERAL RESTRICTIONS ON LOBBYING Contractor certifies that under the requirements of Lobbying Disclosure Act, 2 U.S.C., Section 1601 et seq., no Federal appropriated funds have been paid or will be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

10.9 FEDERAL DEBARMENT AND SUSPENSION The Contractor certifies, that neither it nor its “principals” (as defined in 49 CFR. 29.105 (p) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

11.0 CONTRACT TERMINATION The following sections (11.1 – 11.9) may also apply to an executed Participating Addendum. The Participating State/Entity may exercise the following actions regarding the management and administration of its Participating Addendum between themselves and the Contractor and/or those specified in Appendix C WSCA-NASPO Master Agreement Terms and Conditions.

11.1 MATERIAL BREACH A Contractor may be terminated for cause by the DES, at the sole discretion of the Contract administrator, for failing to perform a contractual requirement or for a material breach of any term or condition. Material breach of a term or condition of the Contract may include but is not limited to:

1. Contractor failure to perform services or deliver materials, supplies, or equipment by the date required or by an alternate date as mutually agreed in a written amendment to the Contract;

2. Contractor failure to carry out any warranty or fails to perform or comply with any mandatory provision of the Contract;

3. Contractor becomes insolvent or in an unsound financial condition so as to endanger performance hereunder;

4. Contractor becomes the subject of any proceeding under any law relating to bankruptcy, insolvency or reorganization, or relief from creditors and/or debtors that endangers the Contractor’s proper performance hereunder;

5. Appointment of any receiver, trustee, or similar official for Contractor or any of the Contractor’s property and such appointment endangers the Contractor’s proper performance hereunder;

6. A determination that the Contractor is in violation of federal, state, or local laws or regulations and that such determination renders the Contractor unable to perform any aspect of the Contract.

11.2 OPPORTUNITY TO CURE In the event that Contractor fails to perform a contractual requirement or materially breaches any term or condition, the DES may issue a written cure notice. The Contractor may have a period of time in which to cure. The DES is not required to allow the Contractor to cure defects if the

Page 32: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 32

opportunity for cure is not feasible as determined solely within the discretion of the DES. Time allowed for cure shall not diminish or eliminate Contractor's liability for liquidated or other damages, or otherwise affects any other remedies available against Contractor under the Contract or by law.

If the breach remains after Contractor has been provided the opportunity to cure, the DES may do any one or more of the following:

1. Exercise any remedy provided by law;

2. Terminate this Contract and any related contracts or portions thereof;

3. Procure replacements and impose damages as set forth elsewhere in this Contract;

4. Impose actual or liquidated damages;

5. Suspend or bar Contractor from receiving future solicitations or other opportunities;

6. Require Contractor to reimburse the state for any loss or additional expense incurred as a result of default or failure to satisfactorily perform the terms of the Contract.

11.3 TERMINATION FOR CAUSE In the event the Contract Administrator, in its sole discretion, determines that the Contractor has failed to comply with the conditions of this Contract in a timely manner or is in material breach, the Contract Administrator has the right to suspend or terminate this Contract, in part or in whole. The Contract Administrator shall notify the Contractor in writing of the need to take corrective action. If corrective action is not taken within thirty (30) calendar days or as otherwise specified by the Contract Administrator, or if such corrective action is deemed by the Contract Administrator to be insufficient, the Contract may be terminated. The Contract Administrator reserves the right to suspend all or part of the Contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged breach and pending corrective action by the Contractor or a decision by the Contract Administrator to terminate the Contract.

In the event of termination, the DES shall have the right to procure for all Purchasers any replacement materials, supplies, services and/or equipment that are the subject of this Contract on the open market. In addition, the Contractor shall be liable for damages as authorized by law including, but not limited to, any price difference between the original Contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, e.g., cost of the competitive bidding, mailing, advertising and staff time.

If it is determined that: (1) the Contractor was not in material breach; or (2) failure to perform was outside of Contractor's or its subcontractor’s control, fault or negligence, the termination shall be deemed to be a "Termination for Convenience". The rights and remedies of the DES and/or the Purchaser provided in this Contract are not exclusive and are in addition to any other rights and remedies provided by law.

11.4 TERMINATION FOR CONVENIENCE Except as otherwise provided in this Contract, the DES, at the sole discretion of the Contract Administrator, may terminate this Contract, in whole or in part by giving thirty (30) calendar days written notice beginning on the second day after mailing to the Contractor. If this Contract is so terminated, Purchasers shall be liable only for payment required under this Contract for properly authorized services rendered, or materials, supplies and/or equipment delivered to and Accepted by

Page 33: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 33

the Purchaser prior to the effective date of Contract termination. Neither the DES nor the Purchaser shall have any other obligation whatsoever to the Contractor for such termination. This Termination for Convenience clause may be invoked by the DES when it is in the best interest of the State of Washington and/or WSCA.

11.5 TERMINATION FOR WITHDRAWAL OF AUTHORITY In the event that the DES and/or Purchaser’s authority to perform any of its duties is withdrawn, reduced, or limited in any way after the commencement of this Contract and prior to normal completion, the DES may terminate this Contract, in whole or in part, by thirty (30) calendar days written notice to Contractor.

11.6 TERMINATION FOR NON-ALLOCATION OF FUNDS If funds are not allocated to Purchaser(s) to continue this Contract in any future period, DES may terminate this Contract by thirty (30) calendar days written notice to Contractor or work with Contractor to arrive at a mutually acceptable resolution of the situation. Purchaser will not be obligated to pay any further charges for materials, supplies, services and/or equipment including the net remainder of agreed to consecutive periodic payments remaining unpaid beyond the end of the then-current period. DES and/or Purchaser agrees to notify Contractor in writing of such non-allocation at the earliest possible time.

No penalty shall accrue to the Purchaser in the event this section shall be exercised. This section shall not be construed to permit DES to terminate this Contract in order to acquire similar materials, supplies, services and/or equipment from a third party.

11.7 TERMINATION FOR CONFLICT OF INTEREST DES may terminate this Contract by written notice to Contractor if it is determined, after due notice and examination, that any party to this Contract has violated Chapter 42.52 RCW , Ethics in Public Service, or any other laws regarding ethics in public acquisitions and procurement and performance of contracts. In the event this Contract is so terminated, the DES and /or Purchaser shall be entitled to pursue the same remedies against Contractor as it could pursue in the event that the Contractor breaches this Contract.

11.8 TERMINATION BY MUTUAL AGREEMENT The DES and the Contractor may terminate this Contract in whole or in part, at any time, by mutual agreement.

11.9 TERMINATION PROCEDURE In addition to the procedures set forth below, if the DES terminates this Contract, Contractor shall follow any procedures the Contract Administrator specifies in the termination notice.

Upon termination of this Contract and in addition to any other rights provided in this Contract, Contract Administrator may require the Contractor to deliver to the Purchaser any property specifically produced or acquired for the performance of such part of this Contract as has been terminated. The provisions of the "Treatment of Assets" clause shall apply in such property transfer.

The Purchaser shall pay to the Contractor the agreed upon price, if separately stated, for completed work and service(s) Accepted by the Purchaser, and the amount agreed upon by the Contractor and the Purchaser for (i) completed materials, supplies, services rendered and/or equipment for which no separate price is stated, (ii) partially completed materials, supplies, services rendered and/or

Page 34: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 34

equipment, (iii) other materials, supplies, services rendered and/or equipment which are Accepted by the Purchaser, and (iv) the protection and preservation of property, unless the termination is for cause, in which case the DES and the Purchaser shall determine the extent of the liability of the Purchaser. Failure to agree with such determination shall be a dispute within the meaning of the "Disputes" clause of this Contract. The Purchaser may withhold from any amounts due the Contractor such sum as the Contract Administrator and Purchaser determine to be necessary to protect the Purchaser against potential loss or liability.

The rights and remedies of the DES and/or the Purchaser provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Contract.

After receipt of a termination notice, and except as otherwise expressly directed in writing by the Contract Administrator, the Contractor shall:

1. Stop all work, order fulfillment, shipments, and deliveries under the Contract on the date, and to the extent specified, in the notice;

2. Place no further orders or subcontracts for materials, services, supplies, equipment and/or facilities in relation to the Contract except as is necessary to complete or fulfill such portion of the Contract that is not terminated;

3. Complete or fulfill such portion of the Contract that is not terminated in compliance with all contractual requirements;

4. Assign to the Purchaser, in the manner, at the times, and to the extent directed by the Contract Administrator on behalf of the Purchaser, all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Purchaser has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts;

5. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Contract Administrator and/or the Purchaser to the extent Contract Administrator and/or the Purchaser may require, which approval or ratification shall be final for all the purposes of this clause;

6. Transfer title to the Purchaser and deliver in the manner, at the times, and to the extent directed by the Contract Administrator on behalf of the Purchaser any property which, if the Contract had been completed, would have been required to be furnished to the Purchaser;

7. Take such action as may be necessary, or as the Contract Administrator and/or the Purchaser may direct, for the protection and preservation of the property related to this Contract which is in the possession of the Contractor and in which the DES and/or the Purchaser has or may acquire an interest.

12.0 CONTRACT EXECUTION

12.1 PARTIES This Contract/Master Agreement is entered into by and between the state of Washington, acting by and through the Department of Enterprise Services (DES), Master Contracts & Consulting (MCC), an agency of Washington State government (“DES” or “State”) located at 1500 Jefferson Street SE, Olympia WA 98501, and [Contractor], a [corporation/sole proprietor or other business form] licensed to conduct business in the state of Washington (“Contractor”), located at [Contractor

Page 35: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 35

address] for the purpose of providing products and services for the public safety communication equipment.

12.2 ENTIRE AGREEMENT This Contract/Master Agreement document and all subsequently issued amendments comprise the entire agreement between the DES and the Contractor. No other statements or representations, written or oral, shall be deemed a part of the Contract/Master Agreement.

This Contract sets forth the entire agreement between the parties with respect to the subject matter hereof and except as provided in the section titled Contractor Commitments, Warranties and Representations, understandings, agreements, representations, or warranties not contained in this Contract or a written amendment hereto shall not be binding on either party. Except as provided herein, no alteration of any of the terms, conditions, delivery, price, quality, or specifications of this Contract will be effective without the written consent of both parties.

12.3 ORDER OF PRECEDENCE, INCORPORATED DOCUMENTS, CONFLICT AND CONFORMITY Incorporated Documents: Each of the documents listed below is, by this reference, incorporated into this Contract as though fully set forth herein.

1. The DES’s Solicitation document #06913 with all attachments and exhibits, and all amendments thereto

2. Contractor’s response to the Solicitation #06913;

3. A Participating Entity’s Participating Addendum (“PA”);

4. The terms and conditions contained on Purchaser’s Order Documents, if used; and

5. All Contractor or manufacturer publications, written materials and schedules, charts, diagrams, tables, descriptions, other written representations and any other supporting materials Contractor made available to Purchaser and used to affect the sale of the Product and /or Service to the Purchaser.

Order of Precedence: In the event of a conflict in such terms, or between the terms and any applicable statute or rule, the inconsistency shall be resolved by giving precedence in the following order:

1. Applicable Federal statutes and regulations.

2. A Participating Entity’s Participating Addendum (“PA”), including amendments.

3. Mutually agreed written amendments to this Contract. 4. This Contract Number 06913, including WSCA-NASPO Master Agreement Terms and

Conditions.

5. The Purchaser’s Statement of Work, Work Order, or Order Documents.

6. The DES’s Solicitation document with all attachments and exhibits, and all amendments thereto.

7. Contractor’s response to the Solicitation, as revised (if applicable) by mutual agreement.

Page 36: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 36

8. Any other provision, term, or materials incorporated into the Contract by reference.

Conflict: To the extent possible, the terms of this Contract shall be read consistently.

Conformity: If any provision of this Contract violates any Federal or State of Washington statute or rule of law, it is considered modified to conform to that statute or rule of law. The Participating Entity’s Participating Addendum shall be considered modified to conform to that state’s statute or rule of law.

12.4 LEGAL NOTICES Any notice or demand or other communication required or permitted to be given under this Contract or applicable law (except notice of malfunctioning Equipment) shall be effective only if it is in writing and signed by the applicable party, properly addressed, and either delivered in person, or by a recognized courier service, or deposited with the United States Postal Service as first-class mail, (postage prepaid), ), via facsimile or by electronic mail, to the parties at the addresses, fax numbers, or e-mail addresses provided in this section. For purposes of complying with any provision in this Contract or applicable law that requires a “writing,” such communication, when digitally signed with a Washington State Licensed Certificate, shall be considered to be “in writing” or “written” to an extent no less than if it were in paper form.

To Contractor at: To DES at: [Contractor] State of Washington

Department of Enterprise Services Master Contracts & Consulting

Attn: [Contractor's Representative]

Attn: [DES Contract Administrator]

[Contractor address] Mail: Post Office Box 41017 Olympia, Washington 98504-1017

Street: 1500 Jefferson Street, SE Olympia, WA 98501

Phone: Phone: (360) 407-9430 Fax: Fax: (360) 586-2426 E-mail: E-mail: [email protected]

Notices shall be effective upon receipt or four (4) Business Days after mailing, whichever is earlier. The notice address as provided herein may be changed by written notice given as provided above.

In the event that a subpoena or other legal process commenced by a third party in any way concerning the Equipment or Services provided pursuant to this Contract is served upon Contractor or DES, such party agrees to notify the other party in the most expeditious fashion possible following receipt of such subpoena or other legal process. Contractor and DES further agree to cooperate with the other party in any lawful effort by the other party to contest the legal validity of such subpoena or other legal process commenced by a third party.

12.5 LIENS, CLAIMS AND ENCUMBRANCES All materials, equipment, supplies and/or services shall be free of all liens, claims, or encumbrances of any kind, and if the DES or the Purchaser requests, a formal release of same shall be delivered to the respective requestor.

Page 37: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 37

12.6 AUTHORITY TO BIND The signatories to this Contract represent that they have the authority to bind their respective organizations to this Contract.

12.7 COUNTERPARTS This Contract may be executed in counterparts or in duplicate originals. Each counterpart or each duplicate shall be deemed an original copy of this Contract signed by each party, for all purposes.

SIGNATURES In Witness Whereof, the parties hereto, having read this Contract in its entirety, including all attachments, do agree in each and every particular and have thus set their hands hereunto.

This Contract is effective this _____day of ______________, 2___. This is a Partial award for: Contract 06913

Approved (Lead State) Approved State of Washington Department of Enterprise Services Master Contracts & Consulting 1500 Jefferson Street, SE Olympia, WA 98501

[Contractor]

Signature Date Signature Date

Print or Type Name Print or Type Name

Title Title

Signature Date

Print or Type Name

Title

Signature Date

Print or Type Name

Title

Page 38: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 38

APPENDIX D BIDDER INFORMATION AND PROFILE Bidders shall provide the following required information. Where additional space is needed and/or where specifically requested, submit an additional letter.

1. Company Name: Icom America Inc.

Address: 12421 Willows Road NE

City: Kirkland State: Washington Zip: 98034

Phone: 425.450.6090 FAX (if any): 425.450.6063

Washington State Department of Revenue Registration Tax number: 600344450

Federal Tax ID No.: 91-1083924

Company Internet URL Address (if available): www.icomamerica.com

2. Legal Status of the Bidder: Corporation: X Partnership: ______ Sole Proprietor: _____ Other: __________________

3. Bidder’s Authorized Representative: (Reference Section 4.2 of the Solicitation Document and Section 2.3 of the Model Contract) Name: Kristina Pickering

Title: Government Sales Program Manager

Phone: 425.450.6092 FAX: 425.450.6063 E-mail: [email protected]

4. Orders to be sent to: Company Name: Icom America Inc.

Address: 12421 Willows Road NE

City: Kirkland State: Washington Zip: 98034

Phone: 425.450.6090 FAX: 425.450.6063 E-mail: [email protected]

Internet address for company catalog (if available): http://www.icomamerica.com/clientproposal

5. Billing will be from: Company Name: Icom America Inc.

Address: 12421 Willows Road NE

City: Kirkland State: Washington Zip: 98034

Phone: 425.450.6090 FAX: 425.450.6063 E-mail: [email protected]

6. Payment to be sent to: Company Name: Icom America Inc.

Address: PO BOX 31001-1310

City: Pasadena State: California Zip: 91110-1310

Phone: 425.450.6047 FAX: 425.450.6023 E-mail: [email protected]

Page 39: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 39

7. Minority/Women Owned Business (MWBE): (Reference Section 1.10 of the Solicitation Document) Yes: ____ No: X (Check only one): Minority: ____ Women: ____

Washington State Certification No: ______________ Self Certified: ____ (check if applicable)

8. Reciprocity: Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes _____ No X

9. Payment Methods and Term: Prompt Payment Discount 2% 30 days, Net 45 OAC or Net 45. Note: Prompt payment discount periods equal to (or greater than) 30 calendar days will receive consideration and proposal pricing will be reduced (for evaluation purposes only) by the amount of that discount(s). (Reference Section 4.8 Payment Terms of the Solicitation Document)

Purchasing (charge) Cards accepted: Yes X No ___. Payment by Purchasing Card may qualify for Prompt Payment Discount and no additional card fee or processing charge shall be permitted. Bidder is to identify the purchasing (charge) cards they accept:

Visa, Mastercard or American Express. Icom America does not offer a prompt payment discount when payment is made by a credit card, nor do we apply a processing charge to the transaction.

10. Customer References (Reference Appendix I Customer Reference Questionnaire): Bidder has asked the following customer references to complete and submit customer reference questionnaires to the Procurement Coordinator and to identify the public safety communication equipment purchased from the company by category/subcategory: Four returned reference questionnaires will be needed for each equipment category and subcategory and the aggregate value of purchases must have exceeded $250,000 ($100,000 for the categories/subcategories: In-vehicle Repeaters, Microwave Radios, Dispatch Consoles, Microwave Antennas, Mobile Radio Antennas, Base Station/Repeater Radio Antennas, RF Transmission Lines; and RF Filtering Equipment) during the past two years. (Reference Section 4.10 Customer References of Part I Solicitation Document.) Reference name: The National Railroad Passenger Corporation, dba Amtrak

Contact person and telephone: Helen Butler at

Equipment categories/subcategories: Single Band: Portables, Mobiles, Desktop, Repeaters, Gateway,

Mobile Radio Antennas & Base Station/Repeater Antennas.

Reference name: New York City Transit Authority

Contact person and telephone: Aliya Allen at

Equipment categories/subcategories: Single Band: Portables

Reference name: Los Angeles County Metropolitan Transit Authority

Contact person and telephone: Jean Davis at

Equipment categories/subcategories: Single Band: Portables, Mobiles, Desktop, Repeaters, Gateway,

Mobile Radio Antennas & Base Station/Repeater Antennas.

Page 40: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 40

Reference name: Massachusetts Bay Commuter Rail (MBCR)

Contact person and telephone: Ralph Collins at

Equipment categories/subcategories: Single Band: Portables, Mobiles, Desktop, Repeaters, Mobile

Radio Antennas & Base Station/Repeater Antennas.

Reference name: Burlington Santa Fe Railway (BNSF)

Contact person and telephone: Robert Leedham at

Equipment categories/subcategories: Single Band: Portables, Mobiles, Desktop, Repeaters, Gateway,

Mobile Radio Antennas & Base Station/Repeater Antennas.

Reference name: ___________________________________________________________________

Contact person and telephone: ________________________________________________________

Equipment categories/subcategories: ___________________________________________________

11. Contract Savings: Without benefit of this WSCA-NASPO contract, Bidder would normally charge state/local government agency purchasers 12.75% more than the pricing offered in response to this RFP for the following product categories/subcategories. (This question is being asked to assess the potential savings to the WSCA-NASPO customers who may consider using this contract.)

Page 41: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 41

APPENDIX E CONTRACT MANAGEMENT AND PERFORMANCE PLAN

Bidders should provide responses to each of the following issues in an attachment to this Appendix. Restate the issue and provide your complete response. (Reference Section 5.1 Bidder’s Contract Management and Performance Plan of Part I Solicitation Document) Responses will be evaluated and scored in accordance with reference Section 8.1.8 Evaluation of Non-Cost Factors of Part I Solicitation Document.

The information provided below will apply the Bidder’s plan to sell and service communication equipment in the following categories and subcategories:

Radios Gateway Devices Portable Microwave Radios Mobile Dispatch Consoles Desktop/Console Microwave Antennas Base Station/Repeater Mobile Radio Antennas In-vehicle Repeater Base Station/Repeater Radio Antennas Radios Microwave Radios Portable Dispatch Consoles Mobile Microwave Antennas Desktop Mobile Radio Antennas Base Station/Repeater Base Station/Repeater Radio Antennas In-vehicle Repeater RF Transmission Lines Gateway Devices RF Filtering Equipment

1. Provide an organizational chart identifying key people to be involved in the performance of the contract in the event of award. Include job titles and a brief description of their proposed job duties for these key people:

Contract Management The single point of contact at Icom America, Inc. for this contract is Kristina Pickering, Sales Administration Team Manager/Government Sales Program Manager. She can be reached by phone at 425.450.6092 or via email at [email protected]. Her work hours are from 7:00am through 4:00pm PT, Monday through Friday. Customer Service The Customer Service Department is available to handle inquiries such as pricing, availability, orders, tracking, etc. Department operating hours are 7:00am through 5:00pm PT, Monday through Friday. They can be reached by phone at 800.306.1556, fax of 425.454.1509 or by email of [email protected]. – Manager: Cheryl Ormiston Technical Support Our Land Mobile Technical Support can be reached by phone at 800-253-1498 or via email at [email protected], Monday through Friday 7:00am through 5:00pm PT. Land Mobile, as well as Avionic Technical Support Specialists will be available to assist with any technical related issues. – Manager: Gregg Hake

Page 42: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 42

Service Support Our Service department handles all repair and maintenance services, and can be reached by phone at 800-306-1380 or via email at [email protected], Monday through Friday, 8:00am through 5:00pm PT. Warranty repairs, non warranty repairs, and extended warranties are all handled by our Service department. – Manager: Dwayne Black Distribution Support Our Distribution Center handles everything from our Icom Japan imports to our very important domestic and international export transactions. They also provide us with the ability to swiftly ship orders, support special handling requirements and just about anything else we need! Our Distribution Manager, Mr. Bruce Grote, can be reached at phone at 425.450.6094 or via email at [email protected], Our Warehouse hours are Monday through Friday, 7:30am through 4:30pm PT.

See the attached ‘Icom America Organizational Chart’ following this page.

Page 43: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 43

Page 44: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 44

_________________________________________________________________________________

2. Describe company experience and history supplying and servicing the equipment offered. About Icom Icom Inc. is our parent company located in Osaka, Japan and is a manufacturer of wireless communication products. Since Icom's establishment in 1954, we have had a long record as a trusted manufacturer of land mobile radio, amateur radio, marine radio, navigation products, aviation radio and communications receivers. Icom is today recognized as a reliable 2-way radio brand name around the world. Our land mobile radios are used by many professional organizations all over the world, like the United States Department of Defense and the U.S. Marine Corp. who chose Icom as the first Japanese company to supply radios to them. Icom Incorporated is a publicly held Japanese corporation with stock traded on the Tokyo and Osaka Stock Exchange. Additional corporate information and financial statements are available at http://www.icom.co.jp/world/. Icom is a rare example of an electronics manufacturer that has not shifted production to lower cost countries, but kept its production base 100% in Japan. The Wakayama Icom plant has an advanced production system to produce small volume/multi-model wireless communication products. Icom America recently relocated operations from Bellevue to the city of Kirkland, Wash. This consolidated the office and warehouse facilities to one location and we now occupy a 72,345-square-foot building on 4 acres. The relocation supports Icom's expanding business and coincides with the company's 35th anniversary this year. A video presentation of our new facility is available on youtube. For more information on Icom America please visit the web site at www.icomamerica.com.

Page 45: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 45

Quality Control Icom’s quality begins at the design level and propagates through materials acquisition to manufacturing and eventually to the end user. The quality assurance department and the auditing department answer directly to the president with full autonomy. The quality assurance department is actively involved in all phases of the factory operations. These include quality audits of inbound materials and quality audits of Icom processes. Additionally the quality assurance department samples completed products for compliance to published specifications, workmanship and conformance on both a regular basis and random sample basis. The results of inspection and auditing activities are fed back to the individual departments as well as senior management to assure that any discrepancies are detected and corrected on a real time basis. Further, Icom maintains a commitment to continuous improvement and is always actively seeking processes and methodology to meet this goal. Icom tests its products for electromagnetic compatibility, user safety, and environmental impact. Products are not sent to production before it is determined that they are safe for their intended use and will have predictable impacts to the environments around them. Environmental Considerations Icom designs its radios to comply with all relevant health, safety and environmental protection regulations to ensure the safety of users is maintained to the strictest standards. Manufacturer Certifications For more information, visit us at: http://www.icom.co.jp/world/company_profile/qe_policy/ FM Approval

Page 46: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 46

Also describe your plans for: Collecting and reporting quarterly contract sales to Lead State and WSCA-NASPO on quarterly

basis, and to other Purchasing Entities under the terms of a completed Participating Addendum. Procedure Summary Upon award of contract, Kristina Pickering will work with the Icom Customer Service and Warehouse Management Teams to train our Associates on any requirement and/or commitments made. This will ensure that the WSCA-NASPO’s contract is utilized accurately and effectively to assist sales of radio communication equipment to Clients. Each Icom America Contract (ie GSA, WSCA, etc) has their own unique identifier (ie print message code) and the parameters of each contract are updated in our operating system and provided to all key departments. If a quotation, order and/or credit request comes in for a “contract”, after careful examination the Icom America’s Customer Service Team applies a contract code to each entered to our system. Icom America monitors each and every contract sale on a monthly basis regardless if reports are due to Procurement Agencies monthly, quarterly, semi-annually or annually. Icom America’s Nationwide Authorized Dealers (aka resellers/subcontractors) also report their sales to eligible agencies via the Indirect Government Sale Program.. Their information is captured on the afore-mentioned monthly evaluation process to ensure reports are tabulated in an accurate manner.

Paying quarterly contract administrative fees to WSCA-NASPO, to Lead State (Washington) for in-

state sales, and to other Purchasing Entities who require it under the terms of a completed Participating Addendum.

Report Generation Icom America Contract Administration generates the entire quarterly sales report for all States, separating the WSCA-NASPO transactions.

1. For Washington (lead WSCA State) each transaction is also separated by Agency. The Agency transactions for that quarter are tallied and entered into the Access Washington Contract Sales Reporting System.

a. The State of Washington reviews our data, then issues Icom America a invoice for that quarters administration fee.

b. Being that Icom America’s A/P department already has the information in advance of the invoice, payment is made expeditiously.

2. For all other States, the total sales for that timeframe are recorded in the WSCA-NASPO “Calculator” website.

a. Directly after entering the information to the website, a total sales report is verified online. b. Icom America Contract Administration generates a check request to A/P and their portion of

the quarters administration fee is paid on the next available check run.

Page 47: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 47

_______________________________________________________________________________

3. Describe your plan to provide contract customers with product and service information and assistance with order development, placement, and tracking. If you plan to utilize a dedicated website in support of the contract, describe the details. Include how you plan to provide customers with telephone assistance with order development and placement. Icom America Government Contract Website Presently, the website for WSCA is at: http://www.icomamerica.com/en/governmentsales/contracts/wsca/Default.aspx Within the website, Clients can find information on: o Contract Terms, which include a direct link to the WSCA Cooperative Purchasing site. o Eligible Purchasing Authorities o How to Contact various Teams within Icom America (ie Customer Service, Technical

Support, Regional Sales Manager, etc.) o Authorized Dealers (aka resellers/subcontractors) o Sales Bulletin Overview with current contract pricing o Instructions on How to Place Orders o Product Warranty Information, as well as Extended Warranty Options o Our Return Policy

This ‘At-a-Glance’ site has been reported by many of our Clients as extremely helpful, especially after hours when they just want to find a bit of information. It is there for them! Now it does not stop there on our main page it shares information about products, services, Dealer options and much more. Our goal is to provide as much information and resources as we can via this amazing online tool, yet our caring staff is just a phone call or email away…. __________________________________________________________________________ Describe Help Desk services available for initial troubleshooting and possible resolution of the problems or for the initiation of repair or replacement services.

Icom America Help Desk Our Technical Support staff is available Monday through Friday, 7:00am to 5:00pm via phone or email. We also offer a very comprehensive Knowledge Base (KB). The KB is filled with technical information, helpful tips, procedures, product guides, etc. Find solutions faster! You can find the exact answer or file you need just by choosing and clicking the custom designed categories, starting from top to bottom. Also, you can enter a general search of any level category, and then continue to enter search keywords to drill down to find your answer. Here is the link to our KB: http://www.icomamerica.com/en/support/kb/Default.aspx _________________________________________________________________________________

Page 48: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 48

4. Describe your plan to provide contract customers assistance resolving invoicing and payment issues

and problems. Our onsite Credit Team is here to assist! Their office hours are 7.30am to 5:00 pm, Monday through Friday. Our professionally trained Government Credit Analyst is Mr. Scott Latta and can be reached at 425.450.6047 or via email of [email protected]. Mr. Latta has been with Icom America for over fourteen years and is a member of the National Associations of Credit Management holding a CBF Accreditation. He, as well as his fellow Associates, are trusted to listen, research and respond in a consistent and timely manner to any and all inquiries regarding any invoice and/or payment issues. _________________________________________________________________________________

6. Describe how customers will be provided support for the following:

Equipment configuration and system design. Icom America Systems (IAS) offer secure, narrowband-compliant and customizable solutions. IAS designs, assembles and installs trunked or conventional packages that cover large areas such as a campus or plant. Customer-owned systems offer fixed costs, greater privacy, and optional independence from the public power grid. In addition for solutions offered in system design, we offer an online service called System Quote on Demand (SQOD). The template for this service can be found at the following link: https://marketing.icomamerica.com/go/ICOM/SQOD This generates a SQOD Ticket for the Regional Sales Manager to contact the End-user and coordinate a Icom America Technical Evaluation Meeting directly with the Customer to review their specific application which allows us to better support their configuration and design expectations.

Technical support services. The Icom America’s Technical Sales Group (TSG) is a “capture team” established to specifically identified and/or support opportunities where technical or project management expertise skills are required. TSG’s are assigned opportunities and/or projects within their specific geographic area or region. We try to match the needs of the Client with the expertise of the TSG to achieve the best project success! Manager Point of Contact: Rodney Grim

Page 49: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 49

Our Land Mobile Technical Support Team can be reached by phone at 800-253-1498 or via email at [email protected] , Monday through Friday 7:00am through 5:00pm PT. Land Mobile, as well as Avionic Technical Support Specialists will be available to assist with any technical related issues. Manager Point of Contact: Gregg Hake

Equipment installation services. Icom America, Inc. offers turnkey in-the-field installation of mobiles, repeaters, portables and other radio equipment and accessories from either our own Systems Fulfillment department or one of our dealer partners. These services are scalable depending on the needs and requirements of the agency.

Training (no cost training and specialized training available at additional charge). As stated in our company history, we have equipment from several different product groups: Amateur, Avionics, Landmobile, Marine, Receiver and Systems. Some are simple to operate and others are more complex. There is a wide range of ways our Teams offering training, here are a few:

1. Product Sales Presentations 2. Technical Phone Consultations 3. Formal Training Sessions 4. Project Survey 5. Site Visits

The Icom America Technical Support Team, Nationwide Dealer Network, our active Technical Sales, as well as the Technology and Solutions Engineering Departments are here to support our customers with standard and custom training programs.

See the Icom America Technical Support Training offerings on the following page.

Page 50: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 50

Product Training Information

Icom America Inc. Icom America, Inc. will provide comprehensive training on all equipment purchased directly or through an Authorized Dealer. Outlined below are the various trainings we offer: 1. Introduction to Programming Icom Radios - This program is designed to provide the user with a basic understanding of how to install and set up types of cables and hardware needed to program Icom radios. 2. Radio Operations and Programming - This course (specific to each radio) will cover digital options and features, analog features, built-in multiple tone signaling capability and scanning, as well as, hands on programming of the product. 3. Icom Signaling - This course will help the end user understand the technology and applications of 2 Tone, 5 Tone, and MDC 1200 signaling. Topics include a brief description of the basics of signaling; a basic understanding of signaling features and components; and how to program signaling features in Icom radios. 4. P25 Certification - The P25 course will include information on standards, history and background and its capabilities; a detailed description of the system with its protocol, functions, features and programming. 5. FR5000/6000 - This course will cover capabilities such as the memory capacity, telephone interconnect capability, duplexer and isolator space, built in 2 tone, 5 tone, DTMF encoder and decoder, and additional features, functions, and benefits.

STANDARD TRAINING PRICES Technical Support Trainer $800.00 a day • 1 full 8 hour day • For 10 participants or less • Includes trainer, food, car, and hotel • Does not include airfare Travel Days $400.00 a day Ten (10) or more participants • Negotiated additional cost Equipment • If significant Icom equipment is required for training, there may be additional shipping/set-up fees. Food • Additional cost would be added Meeting Room • Additional cost would be added

Please note pricing may be subject to change.

Page 51: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 51

Equipment warranty

ICOM Warranty and Disclaimer (a) Sole Warranty. THE SOLE WARRANTY, IF ANY, PROVIDED BY THE COMPANY TO AN END USER OF A PRODUCT SHALL BE THE END USER WARRANTY (AS SUCH TERM IS DEFINED IN SECTION 1 ABOVE). THE COMPANY MAKES NO WARRANTIES TO THE COOPERATIVE.

(b) Exclusive Remedy. IF THE PRODUCT FAILS TO COMPLY WITH THE END USER WARRANTY, , THE COMPANY’S

EXCLUSIVE LIABILITY, AND THE EXCLUSIVE REMEDY OF THE END USER TO WHICH THE WARRANTY IS MADE, SHALL BE, AT THE COMPANY’S SOLE OPTION, EITHER (i) REPLACEMENT OF THE DEFECTIVE PRODUCT OR PART, OR (ii) RETURN OF THE PRICE PAID BY SUCH END USER. THE END USER WARRANTY, APPLIES ONLY IF SUCH END USER RETURNS THE DEFECTIVE UNIT OF PRODUCT, TOGETHER WITH PROOF OF PURCHASE, TO THE COOPERATIVE WITHIN THE WARRANTY PERIOD SET FORTH IN THE END USER WARRANTY. THE END USER WARRANTY,, IS VOID IF FAILURE OF THE PRODUCT IS (a) THE RESULT OF OCCURRENCES DURING SHIPMENT TO OR FROM THE COOPERATIVE, (b) CAUSED BY THE USE OR OPERATION OF PRODUCTS IN AN APPLICATION OR ENVIRONMENT OTHER THAN THAT INTENDED OR RECOMMENDED BY THE COMPANY, (c) CAUSED BY MODIFICATIONS NOT MADE BY THE COMPANY, OR (d) THE RESULT OF THE PRODUCT BEING SUBJECTED TO UNUSUAL PHYSICAL OR ELECTRICAL STRESS.

(c) No Other Warranty. EXCEPT AS EXPRESSLY PROVIDED IN THIS SECTION 11 AND IN THE END USER WARRANTY, THE COMPANY PROVIDES NO WARRANTY, EXPRESS, IMPLIED, STATUTORY, OR OTHERWISE, AND SPECIFICALLY DISCLAIMS ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, WITH RESPECT TO THE PRODUCT AND DOCUMENTATION.

Equipment repair after warranty period. Icom offers the above-mentioned product warranty on all mainframes (ie radios) from each of our product groups: Avionics, Amateur, Marine, Landmobile, Systems and Receivers. Icom America offers an extended warranty program on Landmobile Products, which can give the Enduser a 1-yr, 2-yr or 3-yr extended warranty to the radio’s standard warranty. Our accessories come with a 1-yr warranty and are not extendable. Icom America also makes every effort to support all of our legacy products as best as possible, however, decreasing availability of OEM parts and supplies for these products makes them unsupportable. Presently our product support policy is 5-7 years after discontinuation.

Page 52: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 52

APPENDIX F NATIONWIDE NETWORK OF

SUBCONTRACTORS/DEALERS/DISTRIBUTORS If the Bidder plans to use a nationwide network of subcontractors/dealers/distributors in the performance of this Contract, provide responses to each of the following issues in an attachment to this Appendix. Restate the issue and provide your complete response. (Reference Section 5.2 Use of Nationwide Network of Subcontractors/Dealers/Distributors of Part I Solicitation Document) Responses will be evaluated and scored in accordance with, reference Section 8.1.8 Evaluation of Non-Cost Factors of Part I Solicitation Document.

The information provided below will apply the Bidder’s plan to sell and service communication equipment in the following categories and subcategories:

Radios Gateway Devices Portable Microwave Radios Mobile Dispatch Consoles Desktop/Console Microwave Antennas Base Station/Repeater Mobile Radio Antennas In-vehicle Repeater Base Station/Repeater Radio Antennas Radios Microwave Radios Portable Dispatch Consoles Mobile Microwave Antennas Desktop Mobile Radio Antennas Base Station/Repeater Base Station/Repeater Radio Antennas In-vehicle Repeater RF Transmission Lines Gateway Devices RF Filtering Equipment

1. Describe your contract management and communication plan utilizing your subcontractor/dealer/distributor network.

_________________________________________________________________________________

2. Describe your plan to use a network of subcontractors/dealers/distributors to provide customers with local support in the performance of the contract.

_________________________________________________________________________________

Dealers are notified of updates, changes and individual enrollment via mass email notification on a regular basis. New enrollment requires vetting and profile creation managed by regional sales.

Because Icom America has a single location in Kirkland, WA, local support at or near the purchasing entity is necessary. Sales, Marketing and Technical product support is provided to our network of subcontractors/dealers/distributors directly from Icom America, Inc. which in turn allows that large network to most effectively serve the needs of our customers.

Page 53: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 53

3. Subcontractor/Dealer/Distributor names, addresses, telephone number, principle contact person, his/her telephone number, and e-mail. Although not a factor in evaluation and scoring, identify any participating in contract performance. (Reference Section 1.10 Minority and Women Owned Business Enterprises (MWBE) of Part I Solicitation Document)

Which and how many subcontractors/dealers/distributors can provide customers with information and assistance with order development, placement, and tracking.

Which and how many subcontractors/dealers/distributors can provide customers with products and services? Include federal tax identification number (TIN) (if applicable).

Which and how many subcontractors/dealers/distributors can provide on-site equipment installation services?

Which and how many subcontractors/dealers/distributors can provide on-site maintenance services?

Identify products and services available from each company.

All subcontractors/dealers/distributors listed on the Icom Authorized Dealer list are available and capable of providing customers with information and assistance with order development, placement, and tracking. All subcontractors/dealers/distributors are vetted prior to acceptance as authorized subcontractors/dealers/distributors. This also gives them electronic access to necessary information concerning any orders placed in the Icom system.

All subcontractors/dealers/distributors listed on the Icom Authorized Dealer distributors can provide customers with products and services? Included federal tax identification number (TIN) where available. All subcontractors/dealers/distributors are vetted prior to acceptance as authorized subcontractors/dealers/distributors.

All subcontractors/dealers/distributors listed on the Icom Authorized Dealer list can provide on-site equipment installation services. All subcontractors/dealers/distributors are vetted prior to acceptance as authorized subcontractors/dealers/distributors.

All subcontractors/dealers/distributors listed on the Icom Authorized Dealer list can provide on-site maintenance services. All subcontractors/dealers/distributors are vetted prior to acceptance as authorized subcontractors/dealers/distributors.

Products: All Icom Brand Land Mobile Analog, NXDN Digital and P25 Digital mainframe and systems products and accessories. Services: available and capable of providing customers with information and assistance with order development, placement, and tracking, provide on-site equipment installation and on-site maintenance services

Page 54: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 54

Will these company’s issue invoices and collect payments.

_________________________________________________________________________________

4. Describe your plan for removing unsatisfactory subcontractors/dealers/distributors from continued participation in this Contract and your plan for adding new dealers/distributors when a need for local support has been identified.

_________________________________________________________________________________

Icom America’s current WSCA-NASPO Dealer Network volunteered the following information: Business Classification

Number of Dealers

% by Classification

Solicitation Goals

Icom America Status

Large Business Small Business -Women Owned -Disabled/Veteran Owned

-

Minority Owned Unreported A TOTAL

of our Authorized Dealer Network is classified as SBE and/or MWBE which supports our corporate goal for small business partnerships. This information is updated periodically.

See the Icom America’s Small Business Procurement Program Outline on the following page(s).

These companies will be allowed to issue transactions referencing the Icom America WSCA-NASPO award number on all quotations, invoices, shipment pack slips and any other related information. They will also collect payments against any WSCA-NASPO invoice generated by their Company unless otherwise specified by the customer.

Management of the approved participants begins with customer feedback, manufacturer representative monitoring and regional sales management enforcement. Unsatisfactory subcontractors/dealers/distributors will be contacted directly if notice of an infraction or poor service is reported or identified by sales. If investigation of an unsatisfactory incident or reoccurring unsatisfactory performance reveals a pattern of negligence, the subcontractor/dealer/distributor will be removed from participation. Sales will identify a qualified local subcontractor/dealer/distributor for replacement should that occur. Icom America Government Sales Program Manager will keep WSCA-NASPO Procurement Administration up to date on all changes made to the Authorized Dealer Listing.

Page 55: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 55

SMALL BUSINESS PARTICIPATION PROCUREMENT PROGRAMS

PREAMBLE Icom America, Inc. provides commercial products and services to ordering activities. We are committed to promoting participation of small, small disadvantaged and women-owned small businesses in our contracts. We pledge to provide opportunities to the small business community through reselling opportunities, mentor-protégé programs, joint ventures, teaming arrangements, and subcontracting.

COMMITMENT To actively seek and partner with small businesses. To identify, qualify, mentor and develop small, small disadvantaged and women-owned small businesses by purchasing from these businesses whenever practical. To develop and promote company policy initiatives that demonstrate our support for awarding contracts and subcontracts to small business concerns. To undertake significant efforts to determine the potential of small, small disadvantaged and women-owned small business to supply products and services to our company. To insure procurement opportunities are designed to permit the maximum possible participation of small, small disadvantaged, and women-owned small businesses. To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement conferences, etc., to identify and increase small businesses with whom to partner. To publicize in our marketing publications our interest in meeting small businesses that may be interested in subcontracting opportunities. We signify our commitment to work in partnership with small, small disadvantaged and women-owned small businesses to promote and increase their participation in ordering activity contracts. To accelerate potential opportunities please contact: Kristina Pickering Phone: (425) 450-6092 Fax: (425) 450-6063 Email: [email protected]

See the Icom America’s Authorized Dealer on the following page(s).

Page 56: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 56

Dealer Name State Contact Phone Email Federal Tax

ID# Classification

A1 Communications NM Neel Storr 505-982-4488 [email protected] ACES WY Gerry 307-287-0414 [email protected]

Acorn Technologies MT Shaun Hogan 406-652-1515 [email protected] ACT Systems, Inc. CO Curtis Nations 303-280-3090 [email protected] Action Communications, Inc. WA Tony Cheng 425-348-9121 x108 [email protected] Active Communications, LLC ME Geoff Bates 207-729-9136 [email protected] Advanced Paging & Comm., Inc. WA Del Blaine 509-455-8400 [email protected] AFCOMM, LLC OR Gary Doherty 541-504-4020 [email protected] Aksala Electronics, Inc. AK Curtis Law 907-486-4700 [email protected]

All State Communications CO Cody L Henry 970-945-1155 [email protected] All Wireless Communications, LLC ID Mike Butler 208-878-3537 [email protected]

American Wireless NM Antoinette Romero 505-880-1433 [email protected]

Bearcom CA Tim Holt 415-656-2327 [email protected] Bearcom CA Angie Doll-GM 800-513-2660 [email protected] Bearcom CA Stan Cameron 310-854-2327 [email protected] Bearcom CA Tom Frank 951-686-7062 [email protected] Bearcom CA Tim Holt 415-656-2327 [email protected] Bearcom CO Greg Donahe 214-765-7142 [email protected] Bearcom OR Mark Madison 503-232-5600 [email protected] Bearcom WA Mark Madison 425-895-8118 [email protected]

Bearcom Las Vegas NV Dwayne Falcom 702-740-2800 x 30411 [email protected]

Big Country Communications ID Jim Van Sky 208-765-0620 [email protected] Bolay Mobilecom, Inc. OK Denese Stanley 405-232-9199 [email protected]

Bolin Communications, Inc. dba Procom Communication Systems AR Margaret

Prestidge 870-772-8485 [email protected]

Bridger Communications MT Brian-Lee Weber 406-388-8818 [email protected]

Burkhart Engineering KS Michael Burkhart (620) 225-5353 [email protected]

C & R Radio CA Carrol Campbell 530-934-2240 [email protected] Cannon Avionics, Inc. WA Brett Hanousek 360-435-0900 [email protected] Caprock Communications NM Roger Hyatt 575-397-2483 [email protected] Cascade Networks Inc. dba Last Mile Gear WA Dan Fiest 360-442-4412 [email protected]

C-COMM WA Dale Osterup 206-783-0616 [email protected] Code 3, LLC. OR Nathan House 503-588-2633 [email protected] Collins Comm. CO Don Dieckman 970-493-6356 [email protected] Comm. Equipment AK Vicky Mohn 907-452-1049 [email protected] Commenco MO Gary Quint 816-753-2166 [email protected] Communication Innovations CA Gary Dent 951-784-5468 [email protected]

Communications International, Inc FL Melinda Swetz 850-482-3107 772-569-5355 [email protected]

Davis Communications ID Brian Davis 208-935-0799 [email protected] Day Wireless Systems CA Mike Ishida 503-659-1240 [email protected] Day Wireless Systems OR Mike Ishida 503-659-1240 [email protected] Day Wireless Systems WA Mike Ishida 503-659-1240 [email protected] Deans, Inc. NM Keith Bush 575-746-8800 [email protected] DeHaan Electronics WY Pete De Haan 307-754-5979 [email protected]

Discount Two-Way Radio CA Van Burns 310-224-5100 [email protected] Easy Way Electronics ND Roger Schanz 701-256-5123 [email protected]

Page 57: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 57

Dealer Name State Contact Phone Email Federal Tax

ID# Classification

EDMO Distributors, Inc. WA Chuck Wright 509-535-8280 [email protected] Electronic SMR NE Joe Durham 712-253-2757 [email protected] Enterprise Electronics CA Bob Burchette 310-534-4456 [email protected]

Event Rental Communications OR Chad Lund 503-232-9031 [email protected] First Response Communications TX Gary Gilbert 972-938-1980 [email protected] Foothills Communications WA Paul Graham 425-213-2496 [email protected] Frontier Radio Communications CO Kreg Locke 720-382-2304 [email protected]

G&G Electronics, Inc. OK George Reust JR 580-338-7763 [email protected]

Harmer Electronics, Inc., HI Mark Harmer 808-877-8082 [email protected] Industrial Communications WA Kevin Barry 206-264-0970 [email protected] Integrated Circuits OK Jim Ivins 405-354-5348 [email protected] J-Comm Corporation UT Jay Dee Cahoon 801-774-9160 [email protected] Jefferson State Radio OR Al White 541-810-2793 [email protected]

JT&T Radio Solutions, LLC AK Customer Service 907-232-3706 [email protected]

Kirmuss & Associates CO Charles Kirmuss 303-263-6353 [email protected]

L & B Electronics MO Becky Wood 573-392-7554 [email protected]

Larsen Wireless OR Bob Larsen 503-591-1200 [email protected]

Las Cruces Radio Center NM Tracy Hooker 505-523-1077 [email protected] Lawton Communications OK Jeff Reinke 580-536-2242 [email protected]

Legacy Communication Services AK Customer Service 907-225-3872 [email protected]

Lorimar Group, Inc. CA Debbie Licht 619-749-9339 [email protected]

Mike's 2 Way OR Mike Greer 541-938-5183 [email protected]

New Mexico Radio Sales NM Albert Lowenstein 505-821-8558 [email protected]

Nielson Communications, Inc. WI Steve Nielson 920-494-1828 [email protected] NSI Communications, Inc. WA Yuri Sushkin 800-977-0448 [email protected] NW Communications & Cellular, Inc. WA Curtis Moon 360-410-7870 [email protected]

Oceantronics HI Francis Yoshida 808-522-5600 [email protected] Orcomco, Inc. dba RACOM OR Ken Johnson 541-963-5232 [email protected] Pacific Public Safety & Comm. OR Emalee Newby 503-861-9288 [email protected] Peak Mobile Communications, LLC. UT Roger

Mickelson 801-966-7500 [email protected]

Phones Plus NE Dustin Pfeifer 402-399-0220 [email protected]

Pipkorn's of Oshkosh WI Skip Pipkorn 920-235-6423 [email protected] Platte Valley Communications NE Ed Meedle 308-382-6212 [email protected]

Pointon Communications, LLC. WI Brad Pointon 608-355-0257 [email protected] Precision Electronics UT Don Wood 801-292-4474 [email protected] Priority Communications MT Erik Seyfort 406-228-8203 [email protected] ProComm Alaska AK Gary Peters 907-563-1176 [email protected] Pro-Comm Systems KS Debbie Hunt 620-842-3735 [email protected] Professional Wireless MN Mark Greenlee 952-746-2500 [email protected] Puget Sound Inst. WA Pat Hash 253-922-7890 x108 [email protected] R&D Systems Mobile Communications MT Bob Cardwell 406-252-6329 [email protected]

Radio Accessory Headquarters CA Vern Leavell 888-438-7247 [email protected]

Page 58: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 58

Dealer Name State Contact Phone Email Federal Tax ID# Classification

Radiolink Corp. WI Phil Froeming 262-662-9700 [email protected] RCC Inc. MO Mark Pollock 636-239-7192 [email protected] Red Dog Radios CO Tom Ohlsson 303-652-9494 [email protected] Responsive Communications CA Kent Osborn 925-755-8000 [email protected]

Shaffer Communications, Inc NE Paul Babl 402-466-1515 [email protected]

Shipman Communications, Inc. OK Wesley Short 903-465-8297 [email protected] Silke Communications, Inc. OR Andrew Kittel 541-687-1611 [email protected] Southern Maine ME Jeff Kostis 207-324-6755 [email protected] Southwest Communication Systems NM Todd Heinz 505-341-0011 [email protected]

Sterling Communications WY Sterling Gallegos 307-382-4735 [email protected]

Stine Electronics MT Bob Stine 406-677-2148 [email protected] Surplus Two Way CA Ozzie Ansari (866) 477-2346 [email protected]

TBS Electronics, Inc. KS Mark Grabar 785-862-7450 [email protected]

Tele-Path Corp CA

Aaron Ettinger Chet Ettinger JoJo Tran Pamela Nguyen

510-656-5600

[email protected]; [email protected]; [email protected]; [email protected];

Ten-Four Comm. CA Nathan Hansen 209-529-9967 [email protected] The Pager Clinic CO Kerry Drake 866-747-8324 [email protected] Two Way Communications Las Vegas NV Curtis Geiger (702) 739-7212 [email protected]

Two-Way Communications, Inc. WI Don Schuknecht 715-832-3202 [email protected] Utah Communications, Inc. UT Mike Miller 801-486-0161 [email protected] Val-Comm NM Paul Rael 505-292-7509 [email protected] Valence Communications WA Mike Deakins 509-927-4777 [email protected] Vincent Communications Inc. CA Jim Vincent 559-292-7010 [email protected] Whisler's Inc. dba Whisler Communications WA Les Whisler 360-352-8777 [email protected]

White Cloud Comm. dba Auto Phone Comm. ID

Joe Shelton Jim Harpole Mike Allen

208-733-5470 [email protected]; [email protected]; [email protected]

White Enterprise, LLC. dba Hanson's Communications OR Bob Hanson 541-621-4588 [email protected]

Whitehead Electronics ID Rick Whitehead 208-234-1370 [email protected] Whitten's 2-Way ME John Kingsbury 207-989-2435 [email protected] Williams USA, Inc. CA Phil Williams 707-588-0100 [email protected] Wired or Wireless, Inc. WA Bill Giebel 509-892-2482 [email protected]

Page 59: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes APPENDIX G SPECIFICATIONS

CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, DUAL-BAND

Page 59

This section addresses the functional specifications set forth in the ICOM proposal. ICOM’s response to the following requirements will be indicated in one of the following ways.

ACKNOWLEDGED shall be used to confirm the understanding of each section.

COMPLY shall be used if the proposal meets or exceeds all of the specified requirements.

COMPLY WITH CLARIFICATION shall be used if most, but not all of the specified requirements are met. The requirements not met must be explained in detail. If the deviation of the requirement is significant enough, it may be considered a major or minor exception.

COMPLY AND EXCEEDS shall be used if all of the specified requirements are met and the requirements that are exceeded must be explained in detail.

PARTIALLY COMPLY shall be used if the proposal partially complies with requirements, but the majority of requirements are not met. The requirements not met must be explained in detail. If the deviation of the requirement is significant enough, it may be considered a major or minor exception.

EXCEPTION

shall be used if the proposal does not substantially meet the specified requirements. Failure to indicate any exceptions shall be interpreted that the Respondent fully intends to comply with all RFP requirements as written. Explanation must be made for each item for which exception is taken, giving in detail the extent of the exception, and the reason for which it is taken. The Owner reserves the right to give consideration or waivers for these exceptions.

Additional explanation, description, or clarification may be supplied to amplify the compliance responses. However, the statement of ACKNOWLEDGED, COMPLY, COMPLY WITH CLARIFICATION, COMPLY AND EXCEEDS, PARTIALLY COMPLY, or EXCEPTION will control. This terminology supersedes any customer requirements to clarify ICOM's position on response.

Page 60: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes APPENDIX G SPECIFICATIONS

CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, DUAL-BAND

Page 60

APPENDIX G SPECIFICATIONS

Category: Radio / Subcategory Description: Portable Radio, Hand Held, Dual-Band, P25 Phase I 12.5 kHz digital trunking and P25 Phase II 6.25 kHz equivalent capable, backwards compatible and GPS capable. Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide a P25 Dual- Band portable radio)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 61: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER I

Page 61

Category: Radio / Subcategory Description: Portable Radio, Hand Held, Single-Band, Tier I, P25 Phase I 12.5 kHz digital trunking and P25 Phase II 6.25 kHz equivalent capable, backwards compatible and GPS capable. Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A (Icom does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 62: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 62

Category: Radio / Subcategory Description: Portable Radio, Hand Held, Single-Band, Tier II, P25 Phase I GPS capable. Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: F9011S 01 + IAS Redhawk GPS microphone

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

SECTION A Transmitter – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.1 Frequency Range (MHz) Comply 1.1.1 VHF (136-174) Comply 1.2 Rated RF Output Power minimum: adjustable range Comply 1.2.1 VHF 1-5 Watts Comply and exceeds specifications. F9011 provides 6 watts of output power. 1.3 Carrier Frequency Stability. (-30° to +60° C) - ±2.0 PPM Comply and exceeds specifications. ±1.0 PPM 1.4 Modulation Limiting: Comply 1.4.1 2.5 kHz (12.5 kHz) Comply with Clarification.

±2.85kHz (Digital)

1.5 Audio Response: +1,-3 dB Comply. +1 dB to –3 dB of 6 dB/octave (from 300 Hz to 2550 Hz) 1.6 Audio Distortion %: <2.00/ (12.5 kHz) Comply. 2% typical 1.7 FM Hum and Noise Ratio: > 45 dB (12.5kHz) Comply and exceeds requirements. 45/40dB typical (wide/narrow) 1.8 Conducted Spurious Emissions: -75 dBc (12.5kHz) Comply with Clarification.

80dB typ.

1.9 Channel Spacing KHz: 12.5 Comply

Page 63: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 63

SECTION B Receiver – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 2.1 Frequency Range (MHz) Comply 2.1.1 VHF (136-174 MHz) Comply 2.2 Analog Sensitivity: (-119dBm) 119dBm (12 dB SINAD) Comply with Clarification.

0.25µV typ. (at 12dB SINAD) 2.3 Digital Sensitivity: (5%BER) (-1189dBm) Comply with Clarification.

0.30µV typ. (at 5% BER) 2.4 Adjacent Channel Rejection: 60dB (12.5 kHz) Comply.

Analog (TIA/EIA603B) 75/48dB typ. (VHF,W/N) Analog (TIA/EIA603) 80/70dB typ. (VHF/W/N) Digital 60dB typ.

2.5 Spurious Response Rejection: 8075 dB (12.5 kHz) Comply. 80dB typ. 2.6 Intermodulation Rejection: 75 dB (12.5 kHz) Comply. 75dB typ. 2.7 Hum and Noise Ratio : 40dB (12.5kHz) Comply with Clarification.

50/45dB typ. (VHF, W/N) SECTION C Global Positioning System Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 3.1 Channels: 12 (min) Comply. Exceeds specifications by providing up to 16 channels. 3.2 Tracking Sensitivity: -1592 dBm Comply with Clarification. Icom complies with original value of -159dB.

Icom specification= -158dBm 3.3 Accuracy: <10 meters (95%) Comply and exceeds specification.

Position: <10m(95%) without S/A Velocity: 0.1 m/sec without S/A Time: ± 100ns synchronized to GPS time WAAS Accuracy: Position: 3-4 m CEP. Velocity: 0.05m/sec

3.4 Mode of Operation: Non-Assisted GPS Comply

Page 64: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 64

SECTION D Encryption System Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 4.1 Supported Encryption Algorithms: AES, DES Comply 4.2 Encryption Algorithm Capacity: 2(min) Comply and exceeds specifications. Up to 48 AES keys and 27 DES keys 4.3 Encryption Type: Digital Comply SECTION E Batteries and Chargers Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 5.1 Rechargeable battery pack: Li-Ion Comply 5.2 Battery Life: 9 hours (minimum) (Based on duty cycle:

5% transmit at full power; 5% receive; and 90% standby.) Comply

5.3 Rapid Charge-able: Less than 6 hours Comply 5.4 Battery Charger - Single unit. Comply 5.4.1 Operates from 120 VAC. Comply 5.4.2 If a battery remains in the charger after it is fully charged,

the charger shall automatically switch to trickle charge and shall avoid overcharging the battery.

Comply

SECTION F Physical Requirements

Item# Description Describe/explain how Vendor meets or exceeds specifications 6.1 Military Test Standard: Mil-STD 810C/D/E/F Comply 6.1.1 Ruggedness and Submersible: IP67 Rated Comply with Clarification. Icom complies with original specification.

Icom specification= IP57 6.2 Flexible, covered Antenna. With threaded connector. Comply 6.2.1 Antenna optimized for frequency range specified on P.O. Comply 6.3 On/Off and volume knob, separate from channel selector.

and channel selector. Mounted on the top. Comply

6.4 Rotary channel selector knob. Mounted on the top. Comply 6.4.1 Selects 16 channels (min) Comply

Page 65: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 65

6.5 Emergency Alert button: Mounted on the top with easy access.

Comply

6.6 Display Backlit Dot Matrix LCD, 1 line 10 character (min)

Comply

6.7 Programmable side buttons: (3min) Comply SECTION G User Training

Item# Description Describe/explain how Vendor meets or exceeds specifications 7.1 Operator Manual: Comply 7.1.1 Provide a hardcopy of the manual Comply 7.1.2 Provide soft copy on digital media (CD,DVD or flash

drive or web download) Comply

7.2 Contents of manual. Comply 7.2.1 Location of all switches, controls and indicators. Comply 7.2.2 Step-by-step instructions to operate all equipment

features. Comply

SECTION H Repairs and Warranties

Item# Description Describe/explain how Vendor meets or exceeds specifications 8.1 Service Options; Optional Repair Service starts at end of

standard radio warranty. Comply

8.1.2 5 Year Repair Service Comply SECTION I Accessories/Optional Features

Item# Description Describe/explain how Vendor meets or exceeds specifications 9.1 Operation mode Comply 9.1.1 P25 Digital CAI Operation Comply 9.2 P25 Phase I Trunking Comply 9.2.1 Noise reduction Comply 9.3 Nylon carry case w/3” belt loop for standard battery size. Comply

Page 66: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 66

9.4 Radio colored housing: standard black/high visibility Comply with Exception. ICOM provides standard black housing on all equipment. High visibility/colored housing option is not available at this time.

9.5 Remote speaker Microphone Comply 9.6 Software License agreement to include two years of

updates Comply

9.7 Programing/Cloning: Comply 9.7.1 PC programing software and cables. Comply 9.7.2 Radio Cloning cable kit Comply

Page 67: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER III

Page 67

Category: Radio / Subcategory Description: Portable Radio, Hand Held, Single-Band, Tier III, Channel capacity 8 (min). Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: F3261DS 11

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

SECTION A Transmitter – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.1 Frequency Range (MHz) Comply 1.1.1 VHF (136-174) Comply 1.2 Rated RF output power minimum: 4 watts Comply and exceeds specifications. 5 watts 1.3 Conducted Spurious Emissions: 65 dBc (12.5kHz) Comply with Clarification. 75 dB typ. 1.4 FM Hum & Noise: 45/40 dB 25KHz / (12.5 KHz) Comply 1.5 Audio Distortion %: less than < 5 Comply and exceeds specification. 3% typ. (AF 1 kHz, 40% deviation) 1.6 Conducted Spurious Emissions: -65 dBc (12.5kHz) Comply with Clarification. 75 dB typ.

SECTION B Receiver – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 2.1 Frequency Range (MHz) Comply 2.1.1 VHF (136-174 MHz) Comply 2.2 Analog Sensitivity: 12dB SINAD: 0.25/0.35uV

25KHz/12.5 KHz 0.25uV (12.5 KHz) 12dB SINAD Comply

2.3 Adjacent Channel Selectivity: 65/60 dB 25KHz/ (12.5KHz)

Comply with Clarification. 68dB typ.

Page 68: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER III

Page 68

2.4 Intermodulation: 65/60 dB 25KHz/ (12.5KHz) Comply with Clarification. 74dB (typ.) 2.5 Spurious Response Rejection: 70 dB Comply 2.6 Audio Distortion: less than 10% Comply 2.7 Intermodulation Rejection: 60 dB (12.5 kHz) Comply with Clarification. 74dB (typ.) 2.8 Hum and Noise Ratio : 40dB (12.5kHz) Comply SECTION C Batteries and Chargers Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 3.1 Rechargeable battery pack: Li-Ion Comply 3.2 Battery Life: 7 hours (minimum) Based on (5-5-90 duty) Comply 3.3 Rapid charge-able: Less than 5 hours Comply 3.4 Battery Charger - Single unit. Comply 3.5 Operates from 120 VAC. Comply SECTION D Physical Requirements

Item# Description Describe/explain how Vendor meets or exceeds specifications 4.1 Flexible antenna with threaded connector. Comply 4.2 Antenna optimized for frequency range specified on P.O. Comply 4.3 Rotary channel selector knob mounted on top. Separate

from volume control. Comply

SECTION E User Training

Item# Description Describe/explain how Vendor meets or exceeds specifications 5.1 Operator Manual: Comply 5.1.1 Provide a hardcopy of the manual Comply 5.1.2 Provide soft copy on digital media (CD,DVD or flash

drive or web download) Comply

5.2 Contents of manual. Comply 5.2.1 Location of all switches, controls and indicators. Comply

Page 69: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER III

Page 69

5.2.2 Step-by-step instructions to operate all equipment features.

Comply

SECTION F Repairs and Warranties

Item# Description Describe/explain how Vendor meets or exceeds specifications 6.1 Service Options; Optional Repair Service starts at end of

standard radio warranty. Comply

6.2 5 Year Repair Service Comply SECTION G Accessories/Optional Features

Item# Description Describe/explain how Vendor meets or exceeds specifications 7.1 Battery power save option 7.2 Earpiece microphone Comply 7.3 Nylon carry case w/3” belt loop for standard battery size. Comply 7.4 Belt clip Comply 7.5 Remote speaker Microphone Comply 7.6 Software License agreement to include two years of

updates Comply

7.7 Programing/Cloning: Comply 7.7.1 PC programing software and cables. Comply 7.7.2 Radio Cloning cable kit

Page 70: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 70

Category: Radio / Subcategory Description: Dual-Band Mid-Power Mobile Radio P25 Phase I 12.5 kHz Digital Trunking and P25 Phase II 6.25 kHz equivalent capable, backwards compatible and GPS capable. Channel capacity 1000 (min). Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide a P25 Dual- Band mobile radio)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 71: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER I

Page 71

Category: Radio / Subcategory Description: Single-Band Mobile Radio, Tier I, Phase I, 12.5 kHz Digital Trunking and P25 Phase II 6.25 kHz equivalent capable, backwards compatible and GPS capable. Channel capacity 1000 (min). Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A (Icom does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 72: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 72

Category: Radio / Subcategory Description: Single-Band Mobile Radio, Tier II, P25 Phase I GPS capable. Channel capacity 21000 (min). Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: F9511S 01 with IAS REDHAWK Microphone

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

SECTION A Transmitter – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.1 Frequency Range (MHz) Comply 1.1.1 VHF (136-174) Comply 1.2 Rated RF Output Power minimum: adjustable range Comply 1.2.1 VHF 210-30 Watts Comply and exceeds specifications by providing 50W of output power on the F9511T/S and

110W on the F9511HT. 1.3 Carrier Frequency Stability. (-30° to +60° C) - ±1.0 PPM Comply with Clarification.

± 1.0ppm 1.4 Modulation Limiting: Comply 1.4.1 2.5 kHz (12.5 kHz) Comply with Clarification.

±2.85kHz 1.5 Audio Response: +1,-3 dB Comply. +1 dB to –3 dB of 6 dB/octave (from 300 Hz to 2550 Hz) 1.6 Audio Distortion %: <1.5 2.0/ (12.5 kHz) Comply with Clarification.

3% typ. 1.7 FM Hum and Noise Ratio: <40 dB (12.5kHz) Comply with Clarification. 45dB typ. 1.8 Conducted Spurious Emissions: -75 dBc (12.5kHz) Comply and exceeds specifications. 70dB min.

Page 73: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 73

1.9 Channel Spacing kHz: 12.5 Comply

SECTION B Receiver – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 2.1 Frequency Range (MHz) Comply 2.1.1 VHF (136-174 MHz) Comply 2.2 Analog Sensitivity: (-119dBm) (12.5KHz) (12 dB

SINAD) Comply with Clarification. 0.25µV typ. (at 12dB SINAD)

2.3 Digital Sensitivity: (5%BER) (-119dBm) Comply 2.4 Adjacent Channel Rejection: 45 dB (12.5 kHz) Comply with Clarification.

63dB typ. 2.5 Spurious Response Rejection: 75 80 dB (12.5 kHz) Comply with Clarification.

85dB min. 2.6 Intermodulation Rejection: 75 80 dB (12.5 kHz) Comply and exceeds specifications.

78dB typ. 2.7 FM Hum and Noise Ratio: 35 dB (12.5kHz) Comply with Clarification.

52dB SECTION C Global Positioning System Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 3.1 Channels: 12 (min) Comply. Exceeds specifications by providing up to 16 channels. 3.2 Tracking Sensitivity: -1529 dBm Comply. 3.3 Accuracy: <10 meters (95%) Comply.

Position: <10m(95%) without S/A Velocity: 0.1 m/sec without S/A Time: ± 100ns synchronized to GPS time WAAS Accuracy: Position: 3-4 m CEP. Velocity: 0.05m/sec

3.4 Mode of Operation: Non-Assisted GPS Comply SECTION D Encryption System Typical Performance Specifications

Page 74: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 74

Item# Description Describe/explain how Vendor meets or exceeds specifications 4.1 Supported Encryption Algorithms: AES,DES Comply 4.2 Encryption Algorithm Capacity: 2(min) Comply and exceeds specifications. Up to 48 AES keys and 27 DES keys. 4.3 Encryption Type: Digital Comply SECTION E Electrical Requirements Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 5.1 System Operation Voltage Comply 5.2 10.8 to 16.6 VDC Negative Ground Comply 5.3 Standby at 13.8V 0.85A Draw (max) Comply and exceeds specifications. 350mA-F9511T/S; 400mA- F9511HT 5.4 Receive Current at 13.8V 3.2A Draw (max) Comply and exceeds specifications. 1000mA- F9511T/S; 3.0A- F9511HT 5.5 Transmit Current at 13.8V 11A Draw (max) at 30 Watts Comply and exceeds specifications. 11A at 50Watt

F9511HT High power unit- 22A at 110 Watts SECTION F Physical Requirements

Item# Description Describe/explain how Vendor meets or exceeds specifications 6.1 Transmitter/Receiver assembly Comply 6.1.1 Station Chassis Configured for mounting in the trunk of a

vehicle. Comply

6.2 Installation kit Comply 6.2.1 Mounting Hardware Comply 6.2.2 Control cable minimum length 14 17 feet. Comply 6.2.3 Power cable minimum length 17 feet. Comply 6.3 Antenna Comply 6.3.1 ¼ wave Broadband (136-174MHz) optimized for

frequency range specified on P.O. Comply

6.3.2 GPS Antenna Comply. IAS Redhawk unit includes integrated GPS antenna. 6.4 Microphone Comply 6.4.1 Dynamic palm type W/mounting bracket for monitor

function. Comply

Page 75: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 75

6.5 Control Head Comply 6.5.1 1 line 12 character alphanumeric display (min) Comply 6.5.2 Programmable one touch buttons Comply 6.5.3 Multifunction Volume Control / Channel Control knob Comply 6.6 External Speaker Comply 6.6.1 7.5 Watt (min) Comply and exceeds specifications. External speaker (SP-30) provides 15 Watts of high level

audio SECTION G User Training

Item# Description Describe/explain how Vendor meets or exceeds specifications 7.1 Operator Manual: Comply 7.1.1 Provide a hardcopy of the manual Comply 7.1.2 Provide soft copy on digital media (CD,DVD or flash

drive or web download) Comply

7.2 Contents of manual. Comply 7.2.1 Location of all switches, controls and indicators. Comply 7.2.2 Step-by-step instructions to operate all equipment

features. Comply

SECTION H Repairs and Warranties

Item# Description Describe/explain how Vendor meets or exceeds specifications 8.1 Service Options; Optional Repair Service starts at end of

standard radio warranty. Comply

8.1.2 5 Year Repair Service Comply SECTION I Accessories/Optional Features

Item# Description Describe/explain how Vendor meets or exceeds specifications 9.1 Operation mode Comply 9.1.1 P25 Digital CAI Operation Comply 9.1.2 Noise reduction Comply 9.1.3 P25 Phase I Trunking 12.5 kHz Comply

Page 76: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 76

9.2 Software License agreement to include two years of updates

Comply

Page 77: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER III

Page 77

Category: Radio / Subcategory Description: Single-Band Mobile Radio, Tier III. Channel capacity 8 (min). Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: F5061 11

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

SECTION A Transmitter – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.1 Frequency Range (MHz) Comply 1.1.1 VHF (136-174) Comply 1.2 Rated RF Output Power minimum: VHF 210-25 Watts Comply 1.3 Carrier Frequency Stability. (-30° to +60° C) - ± 2.5 PPM Comply

1.4 Spurious Emissions: 70 dB (min) 12.5 kHz Comply 1.4.1 Modulation Limiting: 2.5 kHz (12.5 kHz) Comply 1.5 Audio Response: +1,-3 dB Comply 1.6 Audio Distortion %: 3 5/ (12.5 kHz) Comply 1.7 FM Hum and Noise Ratio: <40 dB (12.5kHz) Comply 1.8 Conducted Spurious Emissions: -70 dBc (12.5kHz) Comply with Clarification.

75dB typ. 1.9 Channel Spacing kHz: 12.5/25 Comply

SECTION B Receiver – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 2.1 Frequency Range (MHz) Comply

Page 78: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER III

Page 78

2.1.1 VHF (136-174 MHz) Comply 2.2 Analog Sensitivity: (at 12 Db SINAD) 0.25uV typ. (at 12

dB SINAD) 0.25uV typ. Comply

2.3 Digital Sensitivity: (5%BER) (-119dBm) Comply 2.4 Adjacent Channel Rejection: 45 dB (12.5 kHz) Comply 2.5 Spurious Response Rejection: 705 dB (12.5 kHz) Comply 2.6 Intermodulation Rejection: 75 dB (12.5 kHz) Comply and exceeds specifications

77dB typ. 2.7 FM Hum and Noise Ratio: 3 45 dB (12.5kHz) Comply SECTION C Electrical Requirements Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 3.1 System Operation Voltage Comply 3.2 10.8 to 16.6 VDC Negative Ground Comply 3.3 Standby at 13.8V 0.85A Draw (max) Comply 3.4 Receive Current at 13.8V 3.2A Draw (max) Comply 3.5 Transmit Current at 13.8V 11A Draw (max) at 30 Watts Comply SECTION D Physical Requirements

Item# Description Describe/explain how Vendor meets or exceeds specifications 4.1 Transmitter/Receiver assembly Comply 4.1.1 Station Chassis Configured for mounting in the trunk of a

vehicle.

4.2 Installation kit Comply 4.2.1 Mounting Hardware Comply 4.2.2 Control cable minimum length 14 feet. 4.2.23 Power cable minimum length 17 feet. Comply 4.3 Antenna Comply 4.3.1 ¼ wave Broadband (136-174MHz) optimized for

frequency range specified on P.O. Comply

Page 79: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER III

Page 79

4.4 Multifunction Volume/Channel knob 4.5 4.4 Microphone Palm type W/mounting bracket Comply 4.6 Programmable one touch buttons 4.7 4.5 External Speaker Comply 4.7.1 4.5.1

4 Watt (min) Comply

SECTION E User Training

Item# Description Describe/explain how Vendor meets or exceeds specifications 5.1 Operator Manual: Comply 5.1.1 Provide a hardcopy of the manual Comply 5.1.2 Provide soft copy on digital media (CD,DVD or flash

drive or web download) Comply

5.2 Contents of manual. Comply 5.2.1 Location of all switches, controls and indicators. Comply 5.2.2 Step-by-step instructions to operate all equipment

features. Comply

SECTION F Repairs and Warranties

Item# Description Describe/explain how Vendor meets or exceeds specifications 6.1 Service Options; Optional Repair Service starts at end of

standard radio warranty. Comply

6.1.2 5 Year Repair Service Comply SECTION G Accessories/Optional Features

Item# Description Describe/explain how Vendor meets or exceeds specifications 7.1 Software License agreement to include two years of

updates Comply

7.2 DTMF microphone Comply 7.3 Desktop microphone Comply

Page 80: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE RADIO, DUAL-BAND

Page 80

Category: Radio / Subcategory Description: Dual-Band Desktop Desk Top/Console Radio P25 Phase I 12.5 kHz and P25 Phase II 6.25 kHz equivalent capable, backwards compatible. Channel capacity 1000 (min). Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 81: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE RADIO, SINGLE-BAND, TIER I

Page 81

Category: Radio / Subcategory Description: Desktop Console Radio, Single-Band Tier I, Project 25 Phase I 12.5 kHz and P25 Phase II 6.25 kHz equivalent capable, backwards compatible. Channel capacity 1000 (min). Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 82: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE RADIO, SINGLE-BAND, TIER II

Page 82

Category: Radio / Subcategory Description: Desktop Top/Console Radio, Single-Band, Tier II, P25 Phase I, Channel capacity 1000 (min). Software – Defined Radio Architecture.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: F9511S 01 + ICT CS120-20A/IC06 Power Supply

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

SECTION A Transmitter – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.1 Frequency Range (MHz) Comply 1.1.1 VHF (136-174) Comply 1.2 Rated RF Output Power minimum: adjustable range Comply 1.2.1 VHF 210-30 Watts Comply 1.3 Carrier Frequency Stability. (-30° to +60° C) - ±1.0 PPM Comply 1.4 Modulation Limiting: Comply 1.4.1 2.5 kHz (12.5 kHz) Comply 1.5 Audio Response: +1,-3 dB Comply 1.6 Audio Distortion %: <1.5/ (12.5 kHz) Comply 1.7 FM Hum and Noise Ratio: <40 dB (12.5kHz) Comply 1.8 Conducted Spurious Emissions: -75 -60 dBc (12.5kHz) Comply 1.9 Channel Spacing kHz: 12.5 Comply

SECTION B Receiver – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 2.1 Frequency Range (MHz) Comply

Page 83: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE RADIO, SINGLE-BAND, TIER II

Page 83

2.1.1 VHF (136-174 MHz) Comply 2.2 Analog Sensitivity: (-119dBm) (12.5KHz) (12 dB

SINAD) Comply

2.3 Digital Sensitivity: (5%BER) (-119dBm) Comply 2.4 Adjacent Channel Rejection: 45 60 dB (12.5 kHz) Comply 2.5 Spurious Response Rejection: 75 80 dB (12.5 kHz) Comply 2.6 Intermodulation Rejection: 75 dB (12.5 kHz) Comply 2.7 Hum and Noise Ratio: 35dB (12.5kHz) Comply SECTION C Encryption System Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 3.1 Supported Encryption Algorithms: AES,DES Comply 3.2 Encryption Algorithm Capacity: 2(min) Comply 3.3 Encryption Type: Digital Comply SECTION D Electrical Requirements Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 4.1 System Operation Voltage Comply 4.2 110VAC operation with battery revert capability Comply 4.3 AC Line Cord US Comply 4.4 Standby current at 110VAC .3A Draw (MAX) 4.5 Receive Current at 110VAC .8A Draw (max) 4.6 Transmit Current at 110VAC 13.8A Draw (max) at 30

Watts

4.7 DC source Battery (site provided) (UPS) Comply 4.8 10.8 to 16.6 VDC Negative Ground Comply 4.9 Standby at 13.8V 0.85A Draw (max) 4.10 Receive Current at 13.8V 3.2A Draw (max) 4.11 Transmit Current at 13.8V 11A Draw (max) at 30 Watts

Page 84: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE RADIO, SINGLE-BAND, TIER II

Page 84

SECTION E Physical Requirements

Item# Description Describe/explain how Vendor meets or exceeds specifications 5.1 Control Station Desk Microphone Comply 5.2 Front Panel Control Comply 5.2.1 System control Front Panel key pad Dot-Matrix 1 line 12

character numeric display (min) Comply

SECTION F User Training

Item# Description Describe/explain how Vendor meets or exceeds specifications 6.1 Operator Manual: Comply 6.1.1 Provide a hardcopy of the manual Comply 6.1.2 Provide soft copy on digital media (CD,DVD or flash

drive or web download) Comply

6.2 Contents of manual. Comply 6.2.1 Location of all switches, controls and indicators. Comply 6.2.2 Step-by-step instructions to operate all equipment

features. Comply

SECTION G Repairs and Warranties

Item# Description Describe/explain how Vendor meets or exceeds specifications 7.1 Service Options; Optional Repair Service starts at end of

standard radio warranty. Comply

7.1.1 5 Year Repair Service Comply SECTION H Accessories/Optional Features

Item# Description Describe/explain how Vendor meets or exceeds specifications 8.1 Operation mode Comply 8.1.1 Digital CAI Operation Comply with TIA/EIA suite 102. Comply 8.2 P25 Phase I Digital Trunking 12.5kHz Comply 8.2.1 Radio Authentication Comply

Page 85: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE RADIO, SINGLE-BAND, TIER II

Page 85

8.2.2 Noise reduction Comply SECTION I Accessories/Optional Features

Item# Description Describe/explain how Vendor meets or exceeds specifications 9.1 Software License agreement to include two years of

updates Comply

Page 86: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER RADIO, SINGLE-BAND, TIER I

Page 86

Category: Radio / Subcategory Description: Base Station/Repeater Radio, P25 12.5 kHz Digital Trunking P25 Phase II 6.25 kHz equivalent capable, backwards compatible. Software – Defined Radio Architecture. (Single-Band Tier I Specification)

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 87: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER RADIO, SINGLE-BAND, TIER II

Page 87

Category: Radio / Subcategory Description: Base Station/Repeater Radio, P25 Phase I 12.5 kHz Analog / Digital conventional and Digital Trunking Software – Defined Radio Architecture. (Single-Band Tier II Specification)

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: FR9010 P25 Base Station/Repeater

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

SECTION A Transmitter – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.1 Frequency Range (MHz) Comply 1.1.1 VHF (136-174) Comply with Clarification.

(146-176) 1.2 Rated RF Output Power minimum: adjustable range Comply 1.2.1 VHF 12-100 Watts Comply and exceeds specifications. FR9010 can operate at 110 watts 1.3 Carrier Frequency Stability. (-30° to +60° C) - ±1.5 PPM Comply with Clarification. ±2.5 PPM 1.4 Modulation Limiting: Comply 1.4.1 2.5 kHz (12.5 kHz) Comply with Clarification. ±2.5 PPM 1.5 Audio Response: +1,-3 dB Comply. +1 dB to –3 dB of 6 dB/octave (from 300 Hz to 2550 Hz) 1.6 Audio Distortion %: <3.0/ (12.5 kHz) Comply. 3% typ. 1.7 FM Hum and Noise Ratio: <40 dB (12.5kHz) Comply with Clarification.

50dB typ. 1.8 Conducted Spurious Emissions: -70 -55 dBc (12.5kHz) Comply with Clarification. 80dB min. 1.9 Channel Spacing kHz: 12.5 Comply

Page 88: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER RADIO, SINGLE-BAND, TIER II

Page 88

SECTION B Receiver – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 2.1 Frequency Range (MHz) Comply 2.1.1 VHF (136-174 MHz) Comply with Clarification.

(146-176) 2.2 Analog Sensitivity: (-119dBm) dBm (12.5KHz) (12 dB

SINAD) Comply with Clarification. 0.25µV typ. (at 12dB SINAD)

2.3 Digital Sensitivity: (5%BER) (-12019dBm) Comply with Clarification. 0.25µV typ. (at 5%BER)

2.4 Adjacent Channel Rejection: 65 dB (12.5 kHz) Comply and exceeds specifications. 55dB typ.

2.5 Spurious Response Rejection: 90 80 dB (12.5 kHz) Comply with Clarification. 83dB

2.6 Intermodulation Rejection: 82 75 dB (12.5 kHz) Comply with Clarification. 79dB typ.

2.7 Hum and Noise Ratio: >40dB (12.5kHz) Comply with Clarification. 48dB typ.

SECTION C Encryption System Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 3.1 Supported Encryption Algorithms: AES, DES Comply 3.2 Encryption Algorithm Capacity: 2(min) Comply and exceeds specifications. Up to 48 AES keys and 27 DES keys 3.3 Encryption Type: Digital Comply SECTION D Electrical Requirements Typical Performance Specifications

Item# Description Describe/explain how Vendor meets or exceeds specifications 4.1 System Operation Voltage Comply 4.2 110VAC operation with auto battery revert/charge

capability DC powered base station with a 12V and/or 48V input.

Comply

Page 89: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER RADIO, SINGLE-BAND, TIER II

Page 89

4.3 AC Line Cord US Input voltage: 10.8 to 16.6 DC and/or 36.0 to 60.0 DC

Comply

4.4 Standby current at 110VAC 0.3A Draw (max) 4.5 Receive Current at 110VAC 0.8A Draw (max) 4.6 Transmit Current at 110VAC 10A Draw (max) at 100

Watts

4.7 DC source Battery (site provided) 4.8 10.8 to 16.6 VDC Negative Ground 4.9 Standby at 13.8V 3A Draw (max) 4.10 Receive Current at 13.8 3A Draw (max) 4.11 Transmit Current at 13.8V 25A Draw (max) at 100

Watts

SECTION E Physical Requirements

Item# Description Describe/explain how Vendor meets or exceeds specifications 5.1 Standard 19” Rack Mount (EIA) Comply 5.1.1 Rack mount hardware (EIA) Comply SECTION F User Training

Item# Description Describe/explain how Vendor meets or exceeds specifications 6.1 Operator Manual: Comply 6.1.1 Provide a hardcopy of the manual Comply 6.1.2 Provide soft copy on digital media (CD,DVD or flash

drive or web download) Comply

6.2 Contents of manual. Comply 6.2.1 Location of all switches, controls and indicators. Comply 6.2.2 Step-by-step instructions to operate all equipment

features. Comply

SECTION G Repairs and Warranties

Item# Description Describe/explain how Vendor meets or exceeds specifications

Page 90: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER RADIO, SINGLE-BAND, TIER II

Page 90

7.1 Service Options; Optional Repair Service starts at end of standard radio warranty.

Comply

7.1.1 5 Year Repair Service Comply SECTION H Accessories/Optional Features

Item# Description Describe/explain how Vendor meets or exceeds specifications 8.1 Operation mode Comply 8.1.1 Conventional Analog Comply 8.1.2 P25 Digital CAI Operation Comply 8.1.3 Mixed mode operation Comply 8.2 P25 Phase I Digital Trunking 12.5kHz Comply with Clarification; FR9010 Series is a conventional repeater that can be upgraded to

P25 trunking with additional hardware and software. 8.2.1 System Enhancement Options Comply with Clarification; FR9010 Series is a conventional repeater that can be upgraded to

P25 trunking with additional hardware and software. 8.2.2 Radio Authentication Comply with Clarification; FR9010 Series is a conventional repeater that can be upgraded to

P25 trunking with additional hardware and software. 8.3 Noise reduction Comply 8.3.1 P25 OTAR Comply with Clarification; FR9010 Series is a conventional repeater that can be upgraded to

P25 OTAR with additional hardware and software. SECTION I Accessories/Optional Features

Item# Description Describe/explain how Vendor meets or exceeds specifications 9.1 Software License agreement to include two years of

updates Comply

Page 91: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RADIO / SUBCATEGORY: IN-VEHICLE REPEATER

Page 91

Category: Radio / Subcategory Description: Vehicular Repeater Systems (VRS) P25 Trunking capable, backwards compatible, (to analog conventional) and encryption capable.

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A. Manufacturer does not provide an in-vehicle repeater

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 92: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: GATEWAY DEVICES

Page 92

Category: IP-based Interoperability Gateway Devices (Open Standards)

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: VE-PG3

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

SECTION A Transmitter – Typical Performance Specifications

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.1 The gateway device shall interface existing radio,

telephone and network systems with SIP telephones, networks, and devices, while allowing multiple simultaneous voice, data and multimedia communications.

Comply

1.2 The gateway device shall interface narrow band radios to wide band radios, analog channels to digital channels and conventional channels to trunking talk group radios in the VHF Low, VHF High, UHF, 700MHz, 800MHz and 900MHz bands. It shall be capable of interfacing various trunking talk group radios with P 25 and non-P 25 protocols.

Comply

1.3 The gateway device will be capable of interfacing any type of radio to any analog or digital public telephone network or private branch exchange.

Comply

1.3.1 It shall cross-connect multiple diverse encrypted radio networks together seamlessly.

Comply with Clarification. Icom VE-PG3 can cross-connect encrypted radio networks seamlessly but Icom cannot guarantee that encrypted audio will pass through the gateway as this is not clearly defined in this specification.

Page 93: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: GATEWAY DEVICES

Page 93

1.3.2 The gateway device shall be capable of interconnecting up to 12 communications devices in each chassis.

Comply with Clarification. Icom VE-PG3 has the capability of interconnecting various disparate communication devices at the same time such as SIP, PSTN, PBX, Consoles, PA systems, analog, and digital radios. It is important to clarify and identify all devices requiring interconnection, prior to dedicating them to one chassis. Icom provides engineering and customer fulfillment resources to ensure that device usage and optimum functionality is achieved for all gateway solutions.

1.4 The gateway device shall have local keypad control, microphone input and headphone/speaker output via its front panel.

Comply with Clarification. Microphone and headphone/speaker output is located on the back panel. The hand microphone and external speaker can be connected to the VE-PG3 via the optional OPC-2276 cable. Local control is through a Graphical User Interface (GUI)

1.4.1 The gateway device shall include RS-232 serial remote control, remote and DTMF control of cross-connects over RF links, public phone circuits, PBX circuits, SATCOM paths and cellular circuits.

Comply with Clarification. The VE-PG3 can interconnect serial port of radio with virtual serial port in a PC. This feature is useful for applications using PC command. Device is USB compatible and can use a USB-to-Serial connector if required. SATCOM paths require more detail to ensure interconnectivity and operation.

1.5 The gateway device shall use a Windows-based software control package compatible with Windows 95, 98, 2000, NT, XP & 7 to provide a user-friendly GUI (Graphic User Interface) depicting system operation allowing programming of features, and shall permit password protection of all features, and allow priority access and rejection relative to individual passwords.

Comply. Operating System • Microsoft® Windows® 8 (32/64 bit) • Microsoft® Windows® 7 (32/64 bit: Service Pack1 or later) • Microsoft® Windows Vista® (32/64 bit: Service Pack2 or later) • Microsoft® Windows® XP (32 bit: Service Pack3 or later 64 bit: Service Pack2 or later)

1.5.1 Software shall allow connecting and disconnecting of any channel with any other channel.

Comply

1.5.2 Software shall allow programming of all radio interface features, as well as public phone interface features, SATCOM interface features and cellular interface features.

Comply with Clarification. SATCOM interface will require more detail to ensure compatibility and functionality.

Page 94: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: GATEWAY DEVICES

Page 94

1.5.3 Software shall provide the ability to program and store specific interoperability response combinations based on individual contingencies and related interoperability response plans.

Comply

1.5.4 Software shall allow quick and easy all-call broadcast of emergency messages over all channels simultaneously. It shall provide for monitoring of any combination of interoperability channels by any other channel.

Comply. Configuration and capabilities within the software in the Ext Connect Special Number sections allow for all-call features.

1.5.5 Software shall allow multiple interoperability gateways to be networked together over a large area to produce wide area interoperability systems.

Comply

1.5.6 Each interoperability device shall allow a minimum of seven (7) cross-connect nets at one time.

Comply. Unit must be in Multicast mode for this capability.

1.6 This gateway device shall employ a DSP algorithm on each radio interface that will detect speech spectrum in heavy receiver noise to key cross-connected radios reliably without COR (Carrier Operated Relay) signals. This speech spectrum detector shall be capable of ignoring sirens, whistles, horns, etc., without falsely keying cross-connected radios. In addition, it shall provide a DSP noise reduction algorithm capable of cleaning up noisy receiver signals before transmitting them over clean channels.

Exception. Icom VE-PG3 utilizes no COR or DSP functions. The gateway device is strictly an audio interconnect.

1.7 The gateway device shall employ a DSP-based adaptive hybrid to produce adjusted nulls at telephone audio signaling frequency. The adaptive broadband hybrid nulls will allow reliable interfacing of any radio to phone lines at the edge of dial tone.

Comply with Clarification. Telephone audio adjustments are available in compander mode of this unit.

1.7.1 The gateway device shall provide a reliable DSP VOX algorithm to key radios from voice signals received remotely over phone, SATCOM and cellular circuits.

Comply with Clarification. Icom VE-PG3 accomplishes this without the use of a DSP.

1.7.2 The gateway device shall be designed to include a local telephone interface capability to act as an extension or ring down phone for the interconnect system.

Comply

Page 95: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: GATEWAY DEVICES

Page 95

1.7.3 The local phone circuit shall produce ring voltage, loop current, busy signal, and dial tone so an interfaced conventional phone acts as though it is hooked to the central office even though it is connected to the interoperability device over nothing but a 2-wire direct circuit.

1.8 The interoperability solution shall be capable of interconnecting with almost any type of radio through a multitude of specially designed radio interface cables. It must allow users to interconnect a wide array of radios of all types by selecting appropriate cables from an interface cable cache defined at the time of order.

Comply

1.9 The gateway device will use digital delay to guarantee no lost syllables resulting from channel acquisition times when cross-connecting trunking radios. The digital delay capability shall be DSP-based and shall delay speech going into the transmit side of a trunking radio until channel acquisition occurs.

1.109 The gateway device will also allow interfacing with remote radios over dial-up lines, leased lines, microwave circuits, LANs, WANs or the Internet. It shall offer VoIP capability optimized for radio performance, and be capable of operating transparently over a network. It shall allow network interfacing over T1, E1, Frame Relay, DSL and Cable Modem. The VoIP performance of the unit shall allow use of a wide area data network more efficiently by including radio voice communications comprised of transmit audio, keyline, receive audio and COR.

Comply

1.110 The audio gateway device shall perform either as an unmanned gateway or as a manned gateway while providing interoperability over multiple radios.

Comply

SECTION B Gateway Device Typical Performance Specifications

Page 96: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: GATEWAY DEVICES

Page 96

Item # Description Describe/explain how Vendor meets or exceeds specifications 2.1 Radio/4W Interface Comply 2.1.1 Audio Input: Un-balanced 600 ohms or Hi-Z; -26dBm to

+12dBm levels; 100 300Hz to 3200 3000Hz. Comply

2.1.2 Audio Output: Balanced or Un-balanced 600 ohms; -26dBm to +12dBm levels; 100 300Hz to 3200 3000Hz.

Comply

2.1.3 Digital I/O: COR/Squelch and AUX inputs, PTT, and AUX outputs; E&M input/output.

Comply

2.1.4 DSP Algorithms: VOX or VMR Voice Detection; TD-Mode Noise Reduction; DTMF; Audio Equalizer; TX and/or RX Audio delay; Peak Limiter; COR Sampling; TX keying tones.

Comply with Clarification. ICOM is reviewing all DSP Algorithm requirements. Full list to be published once review is completed

2.2 SIP Network Interface. Comply. G711u and AMBE are supported. 2.2.1 RFC Supported: 3261, 2976, 3515, 2327, 1889. Comply with Clarification. ICOM is reviewing all RFC support 2.2.2 SIP Support Vocoders; GSM and G711u. Comply with Clarification. GSM is currently not supported. 2.3. Telephone Line Interface. Comply 2.3.1 Phone Line: RJ-11 Connection (2); -24dBm to 0 dBm

levels. Comply

2.3.2 DSP Algorithms: DTMF Detection and Generation; DSP Adaptive Hybrid, DSP VOX.

Comply with Clarification. Analog DTMF detection is supported.

2.4 Radio voice over IP. Comply 2.4.1 Network Interface: RJ-45 Connector; 10/100Base-T

Ethernet. Comply

2.4.2 Radio-Centric Features: Audio delay and jitter buffer to handle network latency; COR, PTT, and RS-232 serial control.

Comply

2.4.3 Programming/Configuration: HTTP (Password Protected Web).

Comply

2.4.4 Network Interface Type: 10/100Base-T Ethernet, 100Mbps; RJ-45 Connector.

Comply

SECTION C Electrical Requirements Typical Performance Specifications

Page 97: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: GATEWAY DEVICES

Page 97

Item # Description Describe/explain how Vendor meets or exceeds specifications 3.1 AC Input Power: 115 to 230 VAC 15% 47-63Hz, 80VA

Typical, 100 VA Maximum. Comply

3.2 DC Input Power: + 11 to 15 VDC @ 4A Nominal. Comply 3.3 Battery Charger: 1A Output Maximum; Tapered charge

circuitry for lead acid battery. Exception. No battery charger required

SECTION D Physical Requirements

Item # Description Describe/explain how Vendor meets or exceeds specifications 4.1 19” Standard Rack Mount. Exception 4.1.1 Rack mount hardware. Exception

SECTION E User Training

Item # Description Describe/explain how Vendor meets or exceeds specifications 5.1 Operator Manual: Comply 5.1.1 Provide a hardcopy of the manual. Comply 5.1.2 Provide soft copy on digital media (CD, DVD or flash

drive or web download) Comply

5.1.3 Contents of manual. Comply 5.1.4 Location of all switches, controls and indicators. Comply 5.1.5 Step-by-step instructions to operate all equipment

features. Comply

SECTION F Repairs and Warranties

Item # Description Describe/explain how Vendor meets or exceeds specifications 6.1 Service Options: Optional Repair Service starts at end of

standard radio warranty. Comply

6.1.1 5 Year Repair Service. Comply

Page 98: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: MICROWAVE RADIOS

Page 98

Category: Microwave Radios

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM

Product Model Name/Number: “No Bid” - N/A. (Manufacturer does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 99: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: DISPATCH CONSOLES

Page 99

Category: Dispatch Consoles, Radio Dispatch Console Systems

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A. Manufacturer does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 100: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: MICROWAVE ANTENNAS

Page 100

Category: Microwave Antennas

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A. Manufacturer does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 101: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: MOBILE RADIO ANTENNAS

Page 101

Category: Mobile Radio Antennas

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: PCTEL

Product Model Name/Number: Antenna 1

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.0 Antenna & Base, with Shock Spring Comply with Clarification.

Shock does not come standard with this unit. 1.1. Frequency range = 136-174 MHz Comply 1.2. Center frequency = 155 MHz Comply 1.3. Gain = Unity Comply 1.4. Pattern = Omnidirectional Comply 1.5. VSWR <2.0:1 Comply 1.6. Maximum power = 100 W Comply 1.7. Nominal impedance = 50 ohms Comply 1.8. Polarization = Vertical Comply 1.9. Termination = 1-1/8”-18 thread (NMO) mounts Comply 1.10 Radiator = 17-7ph straight stainless steel Comply 1.11 Shock spring = 302 stainless steel Comply 1.12 Base housing material = Molded ABS Comply 1.13 Pattern = Offset Comply 2.0 Antenna Mount Comply

Page 102: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: MOBILE RADIO ANTENNAS

Page 102

2.1 Industry standard NMO type mount: 0-6 GHz 3/4" hole mount. Features a fully weatherized cable interface and a center pin that removes to convert it from a standard to a high frequency mount.

Comply

2.2 Cable Length = 17 feet Comply 2.3 Cable Type = RG58/U Dual Shield Comply 2.4 Connector = No Connector Supplied Comply

Page 103: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: BASE STATION/REPEATER RADIO ANTENNAS

Page 103

Category: Base Station/Repeater Radio Antennas

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: PCTEL

Product Model Name/Number: Antenna 2

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Item # Description Describe/explain how Vendor meets or exceeds specifications 1.1. Frequency Range / Bandwidth: 150-174 MHz Comply 1.2. VSWR: 1.5:1 Comply 1.3. Pattern: Offset Comply 1.4. Nominal Gain: 8 dB Comply 1.5. Maximum Power: 300 watts Comply 1.6. Top, Bottom, or Side mount options Comply 1.7. Impedance: 50 ohms Comply 1.8. Weight: < 50 pounds Comply 1.9. Wind Survival Rating: 130 mph (no ice) Comply 1.10 Down-tilt: optional 0, 2, 4, 6, or 8 degrees Comply

Page 104: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RF TRANSMISSION LINES

Page 104

Category: RF Transmission Lines, (Includes: Base station coaxial cables and waveguide for microwave installations along with associated connectors and hardware)

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A. Manufacturer does not provide)

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Page 105: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX G SPECIFICATIONS CATEGORY: RF FILTERING EQUIPMENT

Page 105

Category: RF Filtering Equipment, (Includes: Filter cavities, duplexers, ferrite circulators, receiver multi-couplers, and RF combining equipment)

The following specifications are the minimum target product requirements for this category/subcategory of public safety communication equipment. It is the Bidder’s responsibility to fully describe or explain how the product offered meets or exceeds each identified requirement. If more space is needed, Bidders may submit additional pages (up to a maximum equivalent of five single-sided pages – 12 point font). Only one product may be offered to meet or exceed these specifications on a pass/fail basis. (Reference Section 4.15 Specifications, Part I Solicitation Document)

Manufacturer: TELEWAVE Product Model Name/Number: TEL TPRD 1554

Vendors should submit descriptive literature for the product offered confirming its compliance with specifications.

Item # Description Describe/explain how Vendor Meets or Exceeds Specifications 1. VHF Duplexer Comply 1.1. Frequency Range, minimum = 150 to 165 MHz Comply and exceeds specifications. 144-174MHz 1.2. Frequency Separation, minimum = 3 MHz. Comply and exceeds specifications. 6MHz 1.3. Insertion Loss, maximum = 0.8 Db. Comply with Clarification. TX/RX to ant. 1.5dB 1.4. Isolation, minimum = 80 Db. Comply and exceeds specifications. 77dB 1.5. Impedance = 50 ohms Comply 1.6. VSWR, maximum = 1.5:1 Comply 1.7. Temperature Range = -30°C to +60°C Comply and exceeds specifications. -30°C to +70°C 1.8. Average Power Input Rating = 120 Watts Comply and exceeds specifications. 350 watts 1.9. Mounting: standard 19” Rack Comply 1.10. Connections = N or BNC Comply with Clarification. Nor UHF female (opt)

Page 106: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, DUAL-BAND

Page 106

APPENDIX H PRICE WORKSHEETS Category: Radio / Subcategory Description: Portable Radio, Hand Held, Dual-Band, P25 Phase I 12.5 kHz digital trunking and P25 Phase II 6.25 kHz equivalent capable, backwards compatible and GPS capable. Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide a P25 Dual- Band portable radio)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 107: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER I

Page 107

Category: Radio / Subcategory Description: Portable Radio, Hand Held, Single-Band, Tier I, P25 Phase I 12.5 kHz digital trunking and P25 Phase II 6.25 kHz equivalent capable, backwards compatible and GPS capable. Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Icom does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 108: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 108

Category: Radio / Subcategory Description: Portable Radio, Hand Held, Single-Band, Tier II, P25 Phase I GPS capable. Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: F9011S 05

Manufacturer’s Reference Price List: $2,020.00 (radio only) Price Percentage Discount Offered: 37.25 %

SECTION A Transmitter – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

1.1 Frequency Range (MHz) F9011S 05 (see Appendix G) 2,020.00 1,267.55 1.1.1 VHF (136-174) Supported within the F9011S 05 (see Appendix G) Included Included 1.2 Rated RF Output Power minimum: adjustable range Supported within the F9011S 05 (see Appendix G) Included Included 1.2.1 VHF 1-5 Watts Supported within the F9011S 05 (see Appendix G) Included Included 1.3 Carrier Frequency Stability. (-30° to +60° C) - ±2.0 PPM Supported within the F9011S 05 (see Appendix G) Included Included 1.4 Modulation Limiting: Supported within the F9011S 05 (see Appendix G) Included Included 1.4.1 2.5 kHz (12.5 kHz) Supported within the F9011S 05 (see Appendix G) Included Included 1.5 Audio Response: +1,-3 dB Supported within the F9011S 05 (see Appendix G) Included Included 1.6 Audio Distortion %: <2.00/ (12.5 kHz) Supported within the F9011S 05 (see Appendix G) Included Included 1.7 FM Hum and Noise Ratio: >45 dB (12.5kHz) Supported within the F9011S 05 (see Appendix G) Included Included 1.8 Conducted Spurious Emissions: -75 dBc (12.5kHz) Supported within the F9011S 05 (see Appendix G) Included Included 1.9 Channel Spacing KHz: 12.5 Supported within the F9011S 05 (see Appendix G) Included Included

SECTION B Receiver – Typical Performance Specifications

Page 109: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 109

Item # Description Part Number Mfg. List Price Net Price After Discount

2.1 Frequency Range (MHz) Supported within the F9011S 05 (see Appendix G) Included Included 2.1.1 VHF (136-174 MHz) Supported within the F9011S 05 (see Appendix G) Included Included 2.2 Analog Sensitivity: -119dBm (12.5KHz) (12 dB SINAD) Supported within the F9011S 05 (see Appendix G) Included Included 2.3 Digital Sensitivity: (5%BER) (-1189dBm) Supported within the F9011S 05 (see Appendix G) Included Included 2.4 Adjacent Channel Rejection: 60dB (12.5 kHz) Supported within the F9011S 05 (see Appendix G) Included Included 2.5 Spurious Response Rejection: 80 dB (12.5 kHz) 75 dB

(12.5 kHz) Supported within the F9011S 05 (see Appendix G) Included Included

2.6 Intermodulation Rejection: 75 dB (12.5 kHz) Supported within the F9011S 05 (see Appendix G) Included Included 2.7 Hum and Noise Ratio : 40dB (12.5kHz) Supported within the F9011S 05 (see Appendix G) Included Included

SECTION C Global Positioning System Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

3.1 Channels: 12 (min) IAS REDHAWK + IAS OPC-RHI14 + IAS CS-RHSW (see Appendix G)

979.00 614.32

3.2 Tracking Sensitivity: -1529 dBm Supported within IAS REDHAWK (see Appendix G) Included Included 3.3 Accuracy: <10 meters (95%) Supported within IAS REDHAWK (see Appendix G) Included Included 3.4 Mode of Operation: Non-Assisted GPS Supported within IAS REDHAWK (see Appendix G) Included Included SECTION D Encryption System Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

4.1 Supported Encryption Algorithms: AES, DES UT125 FIPS + INSTALLLM6789 (see Appendix G) 859.00 539.03 4.2 Encryption Algorithm Capacity: 2(min) Supported within UT125 FIPS (see Appendix G) Included Included 4.3 Encryption Type: Digital Supported within UT125 FIPS (see Appendix G) Included Included

SECTION E Batteries and Chargers Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

5.1 Rechargeable battery pack: Li-Ion BP254 one (1) included within F9011S 05 (see Appendix G)

Included Included

Page 110: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 110

5.2 Battery Life: 9 hours (minimum) (Based on duty cycle: 5% transmit at full power; 5% receive; and 90% standby.)

Supported within the BP254 (see Appendix G) Included Included

5.3 Rapid Charge-able: Less than 6 hours Supported within the BP254 (see Appendix G) Included Included 5.4 Battery Charger - Single unit. BC119N 61 (see Appendix G) 95.00 59.61 5.4.1 Operates from 120 VAC. Supported within the BC119N 61 (see Appendix G) Included Included 5.4.2 If a battery remains in the charger after it is fully charged,

the charger shall automatically switch to trickle charge and shall avoid overcharging the battery.

Supported within the BC119N 61 (see Appendix G) Included Included

SECTION F Physical Requirements

Item # Description Part Number Mfg. List Price Net Price After Discount

6.1 Military Test Standard: Mil-STD 810C/D/E/F Supported within the F9011S 05 (see Appendix G) Included Included 6.1.1 Ruggedness and Submersible: IP67 Rated Supported within the F9011S 05 (see Appendix G) Included Included 6.2 Flexible, covered Antenna. With threaded connector. Supported within the F9011S 05 (see Appendix G) Included Included

6.2.1 Antenna optimized for frequency range specified on P.O. Supported within the F9011S 05 (see Appendix G) Included Included 6.3 On/Off and volume knob, separate from and channel

selector. Mounted on the top. Supported within the F9011S 05 (see Appendix G) Included Included

6.4 Rotary channel selector knob. Mounted on the top. Supported within the F9011S 05 (see Appendix G) Included Included 6.4.1 Selects 16 channels (min) Supported within the F9011S 05 (see Appendix G) Included Included 6.5 Emergency Alert button: Mounted on the top with easy

access. Supported within the F9011S 05 (see Appendix G) Included Included

6.6 Display Backlit Dot Matrix LCD, 1 line 10 character (min)

Supported within the F9011S 05 (see Appendix G) Included Included

6.7 Programmable side buttons: (3min) Supported within the F9011S 05 (see Appendix G) Included Included SECTION G User Training

Item # Description Part Number Mfg. List Price Net Price After Discount

7.1 Operator Manual: Supported within the F9011S 05 (see Appendix G) Included Included 7.1.1 Provide a hardcopy of the manual One (1) copy included with the F9011S 05 (see

Appendix G) Included Included

Page 111: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 111

7.1.2 Provide soft copy on digital media (CD,DVD or flash drive or web download)

Available at: http://www.icomamerica.com/en/products/landmobile/p25/f9011 - (see Appendix G)

Included Included

7.2 Contents of manual. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9011 - (see Appendix G)

Included Included

7.2.1 Location of all switches, controls and indicators. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9011 - (see Appendix G)

Included Included

7.2.2 Step-by-step instructions to operate all equipment features.

Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9011 - (see Appendix G)

Included Included

SECTION H Repairs and Warranties

Item # Description Part Number Mfg. List Price Net Price After Discount

8.1 Service Options; Optional Repair Service starts at end of standard radio warranty.

F9011S Series standard warranty is 3-years from Enduser date of purchase. - (see Appendix G)

Included Included

8.1.2 5 Year Repair Service Extended Warranty option, adding 2-years is under Icom America Part Number: EXTWARR812 - (see Appendix G)

93.00 58.36

SECTION I Accessories/Optional Features

Item # Description Part Number Mfg. List Price Net Price After Discount

9.1 Operation mode Supported within the F9011S 05 (see Appendix G) Included Included 9.1.1 P25 Digital CAI Operation Supported within the F9011S 05 (see Appendix G) Included Included 9.2 P25 Phase I Trunking Supported within the F9011S 05 (see Appendix G) Included Included 9.2.1 Noise reduction Supported within the F9011S 05 (see Appendix G) Included Included 9.3 Nylon carry case w/3” belt loop for standard battery size. NCF9011S CLIP - (see Appendix G) 30.00 18.83

Page 112: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 112

9.4 Radio colored housing: standard black/high visibility Comply with Exception. ICOM provides standard black housing on all equipment. High visibility/colored housing option is not available at this time. - (see Appendix G)

See Note See Note

9.5 Remote speaker Microphone HM184H (see Appendix G) 118.00 74.05 9.6 Software License agreement to include two years of

updates Included within the CSF9010/F9510 (see Appendix G)

Included Included

9.7 Programing/Cloning: See below 9.7.1 – 9.7.2 See Note See Note 9.7.1 PC programing software and cables. CSF9010/F9510 +

OPC1862 (see Appendix G) 261.00 163.78

9.7.2 Radio Cloning cable kit OPC1870 (see Appendix G) 125.00 78.44 Total Net Evaluation Price: $2,873.97

Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

Page 113: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: PORTABLE RADIO, SINGLE-BAND, TIER II

Page 113

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory (may include single-band tier II portables only) which are offered at the same of greater level of price discount off the reference manufacturer’s price list. However, no single-band tier I products may be listed.

Icom America offers other ICOM VHF and UHF products that could also be sold under this product category/subcategory.

Other Available Products/Models Percent Discount Off List Portable - Single Tier 2 F70DS 01 + IAS REDHAWK 136-174MHz P25 radio, no DTMF keypad -37.25%

Portable - Single Tier 2 F70DS 04 + IAS REDHAWK 136-174MHz P25 radio with FIPS AES installed, no DTMF keypad. Special order only, minimum number required. -37.25%

Portable - Single Tier 2 F70DS 21 + IAS REDHAWK 136-174MHz intrinsically safe P25 radio, no DTMF keypad -37.25% Portable - Single Tier 2 F70DT 11 + IAS REDHAWK 136-174MHz P25 radio, full DTMF keypad -37.25%

Portable - Single Tier 2 F70DT 14 + IAS REDHAWK 136-174MHz P25 radio with FIPS AES installed, full DTMF keypad. Special order only, minimum number required. -37.25%

Portable - Single Tier 2 F70DT 31 + IAS REDHAWK 136-174MHz intrinsically safe P25 radio, full DTMF keypad -37.25% Portable - Single Tier 2 F9011B 01 + IAS REDHAWK 136-174MHz P25 Trunking radio without a display or keypad -37.25% Portable - Single Tier 2 F9011T 10 + IAS REDHAWK 136-174MHz P25 Trunking radio with a display and full DTMF keypad -37.25% Portable - Single Tier 2 F9021B 01 + IAS REDHAWK 400-470MHz P25 Trunking radio without a display or keypad -37.25% Portable - Single Tier 2 F9021B 21 + IAS REDHAWK 450-512MHz P25 Trunking radio without a display or keypad -37.25% Portable - Single Tier 2 F9021B 41 + IAS REDHAWK 380-470MHz P25 Trunking radio without a display or keypad -37.25% Portable - Single Tier 2 F9021S 05 + IAS REDHAWK 400-470MHz P25 Trunking radio with a display, no DTMF keypad -37.25% Portable - Single Tier 2 F9021S 25 + IAS REDHAWK 450-512MHz P25 Trunking radio with a display, no DTMF keypad -37.25% Portable - Single Tier 2 F9021S 45 + IAS REDHAWK 380-470MHz P25 Trunking radio with a display, no DTMF keypad -37.25% Portable - Single Tier 2 F9021T 10 + IAS REDHAWK 400-470MHz P25 Trunking radio with a display and full DTMF keypad -37.25% Portable - Single Tier 2 F9021T 30 + IAS REDHAWK 450-512MHz P25 Trunking radio with a display and full DTMF keypad -37.25% Portable - Single Tier 2 F9021T 50 + IAS REDHAWK 380-470MHz P25 Trunking radio with a display and DTMF keypad -37.25%

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 114: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 114

Category: Radio / Subcategory Description: Portable Radio, Hand Held, Single-Band, Tier III, Channel capacity 8 (min). Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: F3261DS 11

Manufacturer’s Reference Price List: $800.00 (radio only) Price Percentage Discount Offered: 37.25 %

SECTION A Transmitter – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

1.1 Frequency Range (MHz) F3261DS 11 (see Appendix G) 800.00 502.00 1.1.1 VHF (136-174) Supported within the F3261DS 11 (see Appendix G) Included Included 1.2 Rated RF output power minimum: 4 watts Supported within the F3261DS 11 (see Appendix G) Included Included 1.3 Conducted Spurious Emissions: 65 dBc (12.5kHz) Supported within the F3261DS 11 (see Appendix G) Included Included 1.4 FM Hum & Noise: 45/40 dB 25KHz / 12.5 KHz Supported within the F3261DS 11 (see Appendix G) Included Included 1.5 Audio Distortion %: less than < 5 Supported within the F3261DS 11 (see Appendix G) Included Included 1.6 Conducted Spurious Emissions: -65 dBc (12.5kHz) Supported within the F3261DS 11 (see Appendix G) Included Included

SECTION B Receiver – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

2.1 Frequency Range (MHz) Supported within the F3261DS 11 (see Appendix G) Included Included 2.1.1 VHF (136-174 MHz) Supported within the F3261DS 11 (see Appendix G) Included Included 2.2 Analog Sensitivity: 12dB SINAD: 0.25/0.35uV

25KHz/12.5 KHz 0.25uV (12.5 KHz) 12dB SINAD Supported within the F3261DS 11 (see Appendix G) Included Included

Page 115: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 115

2.3 Adjacent Channel Selectivity: 65/60 dB 25KHz/ (12.5KHz)

Supported within the F3261DS 11 (see Appendix G) Included Included

2.4 Intermodulation: 65/60 dB 25KHz/ (12.5KHz) Supported within the F3261DS 11 (see Appendix G) Included Included 2.5 Spurious Response Rejection: 70 dB Supported within the F3261DS 11 (see Appendix G) Included Included 2.6 Audio Distortion: less than 10% Supported within the F3261DS 11 (see Appendix G) Included Included 2.7 Intermodulation Rejection: 60 dB (12.5 kHz) Supported within the F3261DS 11 (see Appendix G) Included Included 2.8 Hum and Noise Ratio : 40dB (12.5kHz) Supported within the F3261DS 11 (see Appendix G) Included Included SECTION C Batteries and Chargers Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

3.1 Rechargeable battery pack: Li-Ion BP232WP one (1) included within F3261DS 11 (see Appendix G)

Included Included

3.2 Battery Life: 7 hours (minimum) Based on (5-5-90 duty) Supported within the BP232WP (see Appendix G) Included Included 3.3 Rapid charge-able: Less than 5 hours Supported within the BP232WP (see Appendix G) Included Included 3.4 Battery Charger - Single unit. BC160 (see Appendix G) 67.00 42.04 3.5 Operates from 120 VAC. Supported within BC160 (see Appendix G) Included Included SECTION D Physical Requirements

Item # Description Part Number Mfg. List Price Net Price After Discount

4.1 Flexible antenna with threaded connector. FASC55V one (1) included within F3261DS 11 (see Appendix G)

Included Included

4.2 Antenna optimized for frequency range specified on P.O. Supported within FASC55V (see Appendix G) Included Included 4.3 Rotary channel selector knob mounted on top. Separate

from volume control. Supported within the F3261DS 11 (see Appendix G) Included Included

SECTION E User Training

Item # Description Part Number Mfg. List Price Net Price After Discount

5.1 Operator Manual: Supported within the F3261DS 11 (see Appendix G) Included Included 5.1.1 Provide a hardcopy of the manual One (1) copy included with the F3261DS 11 (see

Appendix G) Included Included

Page 116: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 116

5.1.2 Provide soft copy on digital media (CD,DVD or flash drive or web download)

Available at: http://www.icomamerica.com/en/products/landmobile/idas/f3261_series - (see Appendix G)

Included Included

5.2 Contents of manual. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/idas/f3261_series - (see Appendix G)

Included Included

5.2.1 Location of all switches, controls and indicators. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/idas/f3261_series - (see Appendix G)

Included Included

5.2.2 Step-by-step instructions to operate all equipment features.

Available with radio or at: http://www.icomamerica.com/en/products/landmobile/idas/f3261_series - (see Appendix G)

Included Included

SECTION F Repairs and Warranties

Item # Description Part Number Mfg. List Price Net Price After Discount

6.1 Service Options; Optional Repair Service starts at end of standard radio warranty.

F3261 Series standard warranty is 3-years from Enduser date of purchase. - (see Appendix G)

Included Included

6.2 5 Year Repair Service Extended Warranty option, adding 2-years is under Icom America Part Number: EXTWARR612 - (see Appendix G)

70.00 43.93

SECTION G Accessories/Optional Features

Item # Description Part Number Mfg. List Price Net Price After Discount

7.1 Battery power save option $___________ $___________ 7.2 Earpiece microphone OTTO V4-BA2CF3B Breeze Headset

- (see Appendix G) 250.00 156.88

7.3 Nylon carry case w/3” belt loop for standard battery size. NCF3261S CLIP - (see Appendix G) 27.00 16.94 7.4 Belt clip MB94R one (1) included within F3261DS 11 (see

Appendix G) Included Included

7.5 Remote speaker Microphone HM184H - (see Appendix G) 118.00 74.05

Page 117: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 117

7.6 Software License agreement to include two years of updates

Included within the CSF3161/F5061 (see Appendix G)

Included Included

7.7 Programing/Cloning: See below 7.7.1 See Note See Note 7.7.1 PC programing software and cables. CSF3161/F5061 +

OPC1862 (see Appendix G) 261.00 163.78

7.7.2 Radio Cloning cable kit $___________ $___________ Total Net Evaluation Price: $999.62

Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

Page 118: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 118

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory (may include single-band tier III portables only)which are being offered at the same of greater level of price discount off the reference manufacturer’s price list. Icom America offers other ICOM VHF and UHF products that could also be sold under this product category/subcategory.

Other Available Products/Models Percent Discount Off List Portable - Single Tier 3 4088A 15 FRS low power FM handheld with a short antenna -37.25% Portable - Single Tier 3 F14 05 RC Radio with rapid charger in the box (BC-160 01) -37.25% Portable - Single Tier 3 F24 07 RC Radio with rapid charger in the box (BC-160 01) -37.25% Portable - Single Tier 3 F24 27 RC Radio with rapid charger in the box (BC-160 01) -37.25% Portable - Single Tier 3 F3001 02 DTC 136-174MHz radio with 1400mAh NiMH battery &amp; trickle charger (BC-192) -37.25% Portable - Single Tier 3 F3001 03 RC 136-174MHz radio with 1900mAh Li-ion battery &amp; rapid charger (BC-193) -37.25% Portable - Single Tier 3 F3011 41 RC 136-174MHz radio with rapid charger in the box (BC-160) -37.25% Portable - Single Tier 3 F3031T 91 136-174MHz waterproof 128 channel, portable radio with a display and DTMF keypad -37.25% Portable - Single Tier 3 F3101D 02 RC 136-174MHz radio with 1900mAh Li-ion battery and rapid charger in the box -37.25% Portable - Single Tier 3 F3161DS 75 136-174MHz intrinsically safe IDAS radio no DTMF keypad -37.25% Portable - Single Tier 3 F3161S 56 136-174MHz analog only radio, no DTMF keypad -37.25% Portable - Single Tier 3 F3161S 55 136-174MHz intrinsically safe analog radio no DTMF keypad -37.25% Portable - Single Tier 3 F3161T 41 136-174MHz analog only radio, full DTMF keypad -37.25% Portable - Single Tier 3 F3161T 45 136-174MHz intrinsically safe analog radio full DTMF keypad -37.25% Portable - Single Tier 3 F3210D 01 136-174MHz IDAS 16 channel MultiTrunk portable with rapid charger (BC193) -37.25% Portable - Single Tier 3 F3230DS 13 136-174MHz IDAS 128 channel MultiTrunk portable with display -37.25% Portable - Single Tier 3 F3261DS 51 136-174MHz waterproof IDAS radio -37.25% Portable - Single Tier 3 F3261DS 55 136-174MHz waterproof IDAS radio with GPS, no DTMF keypad -37.25% Portable - Single Tier 3 F3261DT 01 136-174MHz waterproof IDAS radio, full DTMF keypad -37.25% Portable - Single Tier 3 F3261DT 40 136-174MHz waterproof IDAS radio with GPS, full DTMF keypad -37.25%

Portable - Single Tier 3 F3261DT 31 RR

Railroad specific version: 136-174MHz 512 channel, IDAS waterproof portable radio with a DTMF keypad. Special railroad firmware installed. -37.25%

Portable - Single Tier 3 F3261DT 32 RR

Railroad specific version: 136-174MHz 512 channel, IDAS waterproof portable radio with a DTMF keypad and GPS. Special railroad firmware installed. -37.25%

Page 119: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 119

Other Available Products/Models Percent Discount Off List Portable - Single Tier 3 F4001 02 DTC 400-470MHz radio with 1400mAh NiMH battery &amp; trickle charger (BC-192) -37.25% Portable - Single Tier 3 F4001 03 RC 400-470MHz radio with 1900mAh Li-ion battery &amp; rapid charger (BC-193) -37.25% Portable - Single Tier 3 F4001 42 DTC 450-512MHz radio with 1400mAh NiMH battery &amp; trickle charger (BC-192) -37.25% Portable - Single Tier 3 F4001 43 RC 450-512MHz radio with 1900mAh Li-ion battery &amp; rapid charger (BC-193) -37.25% Portable - Single Tier 3 F4011 41 RC 400-470MHz radio with rapid charger in the box (BC-160) -37.25% Portable - Single Tier 3 F4011 42 RC 450-512MHz radio with rapid charger in the box (BC-160) -37.25% Portable - Single Tier 3 F4031S 72 400-470MHz radio only no DTMF keypad -37.25% Portable - Single Tier 3 F4031S 73 450-512MHz radio only no DTMF keypad -37.25% Portable - Single Tier 3 F4101D 02 RC 400-470MHz radio with 1900mAh Li-ion battery &amp; rapid charger in the box -37.25% Portable - Single Tier 3 F4101D 36 RC 450-512MHz radio with 1900mAh Li-ion battery &amp; rapid charger in the box -37.25% Portable - Single Tier 3 F4161DS 75 400-470MHz intrinsically safe IDAS radio no DTMF keypad -37.25% Portable - Single Tier 3 F4161DS 80 450-512MHz intrinsically safe IDAS radio, no DTMF keypad -37.25% Portable - Single Tier 3 F4161DT 61 400-470MHz IDAS radio, full DTMF keypad -37.25% Portable - Single Tier 3 F4161DT 65 400-470MHz intrinsically safe IDAS radio full DTMF keypad -37.25% Portable - Single Tier 3 F4161DT 66 450-512MHz IDAS radio, full DTMF keypad -37.25% Portable - Single Tier 3 F4161DT 70 450-512MHz intrinsically safe IDAS radio, full DTMF keypad -37.25% Portable - Single Tier 3 F4161S 51 400-470MHz analog only radio, no DTMF keypad -37.25% Portable - Single Tier 3 F4161S 55 400-470MHz intrinsically safe analog radio, no DTMF keypad -37.25% Portable - Single Tier 3 F4161S 56 450-512MHz analog only radio, no DTMF keypad -37.25% Portable - Single Tier 3 F4161S 60 450-512MHz intrinsically safe analog radio, no DTMF keypad -37.25% Portable - Single Tier 3 F4161T 41 400-470MHz analog only radio, full DTMF keypad -37.25% Portable - Single Tier 3 F4161T 45 400-470MHz intrinsically safe analog radio, full DTMF keypad -37.25% Portable - Single Tier 3 F4161T 46 450-512MHz analog only radio, full DTMF keypad -37.25%

Page 120: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 120

Other Available Products/Models Percent Discount Off List Portable - Single Tier 3 F4161T 50 450-512MHz intrinsically safe analog radio, full DTMF keypad -37.25% Portable - Single Tier 3 F4210D 01 400-470MHz IDAS 16 channel MultiTrunk portable with rapid charger (BC193) -37.25% Portable - Single Tier 3 F4210D 21 450-512MHz IDAS 16 channel MultiTrunk portable with rapid charger (BC193) -37.25% Portable - Single Tier 3 F4230DS 13 400-470MHz IDAS 128 channel MultiTrunk portable with display -37.25% Portable - Single Tier 3 F4230DS 32 450-512MHz IDAS 128 channel MultiTrunk portable with display -37.25% Portable - Single Tier 3 F4261DS 11 400-470MHz waterproof IDAS radio, no DTMF keypad -37.25% Portable - Single Tier 3 F4261DS 15 400-470MHz waterproof IDAS radio with GPS, no DTMF keypad -37.25% Portable - Single Tier 3 F4261DS 36 450-512MHz waterproof IDAS radio, no DTMF keypad -37.25% Portable - Single Tier 3 F4261DS 40 450-512MHz waterproof IDAS radio with GPS, no DTMF keypad -37.25% Portable - Single Tier 3 F4261DT 01 400-470MHz waterproof IDAS radio, full DTMF keypad -37.25% Portable - Single Tier 3 F4261DT 05 400-470MHz waterproof IDAS radio with GPS, full DTMF keypad -37.25% Portable - Single Tier 3 F4261DT 31 450-512MHz waterproof IDAS radio, full DTMF keypad -37.25% Portable - Single Tier 3 F4261DT 35 450-512MHz waterproof IDAS radio with GPS, full DTMF keypad -37.25% Portable - Single Tier 3 F50 81 136-174MHz intrinsically safe radio with UT-110 voice scrambler installed -37.25% Portable - Single Tier 3 F50V 01 136-174MHz waterproof radio -37.25% Portable - Single Tier 3 F50V 11 136-174MHz waterproof radio with voice and vibrate features -37.25% Portable - Single Tier 3 F60V 01 400-470MHz waterproof radio -37.25% Portable - Single Tier 3 F60V 11 400-470MHz waterproof radio with voice and vibrate features -37.25% Portable - Single Tier 3 F60V 16 450-512MHz waterproof radio -37.25% Portable - Single Tier 3 F60V 18 450-512MHz waterproof radio with voice and vibrate features -37.25% Portable - Single Tier 3 F70S 23 136-174MHz intrinsically safe analog radio, no DTMF keypad (P25 upgradeable) -37.25% Portable - Single Tier 3 F70T 33 136-174MHz intrinsically safe analog radio, full DTMF keypad (P25 upgradeable) -37.25% Portable - Single Tier 3 IP100H IP license-free radio for wireless networks -20.00%

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 121: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, DUAL-BAND

Page 121

Category: Radio / Subcategory Description: Dual-Band Mid-Power Mobile Radio P25 Phase I 12.5 kHz Digital Trunking and P25 Phase II 6.25 kHz equivalent capable, backwards compatible and GPS capable. Channel capacity 1000 (min). Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide a P25 Dual- Band mobile radio)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 122: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER I

Page 122

Category: Radio / Subcategory Description: Single-Band Mobile Radio, Tier I, Phase I, 12.5 kHz Digital Trunking and P25 Phase II 6.25 kHz equivalent capable, backwards compatible and GPS capable. Channel capacity 1000 (min). Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Icom does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 123: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 123

Category: Radio / Subcategory Description: Single-Band Mobile Radio, Tier II, P25 Phase I GPS capable. Channel capacity 21000 (min). Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: F9511S 01

Manufacturer’s Reference Price List: $2,060.00 (radio only) Price Percentage Discount Offered: 37.25 %

SECTION A Transmitter – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

1.1 Frequency Range (MHz) F9511S 01 (see Appendix G) 2,060.00 1,292.65 1.1.1 VHF (136-174) Supported within the F9511S 01 (see Appendix G) Included Included 1.2 Rated RF Output Power minimum: adjustable range Supported within the F9511S 01 (see Appendix G) Included Included 1.2.1 VHF 210-30 Watts Supported within the F9511S 01 (see Appendix G) Included Included 1.3 Carrier Frequency Stability. (-30° to +60° C) - ±1.0 PPM Supported within the F9511S 01 (see Appendix G) Included Included

1.4 Modulation Limiting: Supported within the F9511S 01 (see Appendix G) Included Included 1.4.1 2.5 kHz (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 1.5 Audio Response: +1,-3 dB Supported within the F9511S 01 (see Appendix G) Included Included 1.6 Audio Distortion %: <1.5 2.0/ (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 1.7 FM Hum and Noise Ratio: <40 dB (12.5kHz) Supported within the F9511S 01 (see Appendix G) Included Included 1.8 Conducted Spurious Emissions: -75 dBc (12.5kHz) Supported within the F9511S 01 (see Appendix G) Included Included 1.9 Channel Spacing kHz: 12.5 Supported within the F9511S 01 (see Appendix G) Included Included

SECTION B Receiver – Typical Performance Specifications

Page 124: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 124

Item # Description Part Number Mfg. List Price Net Price After Discount

2.1 Frequency Range (MHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.1.1 VHF (136-174 MHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.2 Analog Sensitivity: (-119dBm) (12.5KHz) (12 dB

SINAD) Supported within the F9511S 01 (see Appendix G) Included Included

2.3 Digital Sensitivity: (5%BER) (-119dBm) Supported within the F9511S 01 (see Appendix G) Included Included 2.4 Adjacent Channel Rejection: 45 dB (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.5 Spurious Response Rejection: 75 80 dB (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.6 Intermodulation Rejection: 75 80 dB (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.7 FM Hum and Noise Ratio: 35 dB (12.5kHz) Supported within the F9511S 01 (see Appendix G) Included Included

SECTION C Global Positioning System Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

3.1 Channels: 12 (min) IAS REDHAWK + IAS OPC-RHI1D + IAS CS-RHSW (see Appendix G)

929.00 582.95

3.2 Tracking Sensitivity: -1592 dBm Supported within the IAS REDHAWK (see Appendix G)

Included Included

3.3 Accuracy: <10 meters (95%) Supported within the IAS REDHAWK (see Appendix G)

Included Included

3.4 Mode of Operation: Non-Assisted GPS Supported within the IAS REDHAWK (see Appendix G)

Included Included

SECTION D Encryption System Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

4.1 Supported Encryption Algorithms: AES,DES UT125 FIPS + INSTALLLM6789 (see Appendix G) 859.00 539.03 4.2 Encryption Algorithm Capacity: 2(min) Supported within UT125 FIPS Included Included 4.3 Encryption Type: Digital Supported within UT125 FIPS Included Included

SECTION E Electrical Requirements Typical Performance Specifications

Page 125: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 125

Item # Description Part Number Mfg. List Price Net Price After Discount

5.1 System Operation Voltage Supported within the F9511S 01 (see Appendix G) Included Included 5.2 10.8 to 16.6 VDC Negative Ground Supported within the F9511S 01 (see Appendix G) Included Included 5.3 Standby at 13.8V 0.85A Draw (max) Supported within the F9511S 01 (see Appendix G) Included Included 5.4 Receive Current at 13.8V 3.2A Draw (max) Supported within the F9511S 01 (see Appendix G) Included Included 5.5 Transmit Current at 13.8V 11A Draw (max) at 30 Watts Supported within the F9511S 01 (see Appendix G) Included Included

SECTION F Physical Requirements

Item # Description Part Number Mfg. List Price Net Price After Discount

6.1 Transmitter/Receiver assembly Supported within the F9511S 01 (see Appendix G) Included Included 6.1.1 Station Chassis Configured for mounting in the trunk of a

vehicle. Supported within the F9511S 01 (see Appendix G) Included Included

6.2 Installation kit Supported within the F9511S 01 (see Appendix G) Included Included 6.2.1 Mounting Hardware Supported within the F9511S 01 (see Appendix G) Included Included 6.2.2 Control cable minimum length 14 17 feet. OPC726 ’16.4 feet’ - (see Appendix G) 65.00 40.79 6.2.3 Power cable minimum length 17 feet. OPC347 ‘23 feet’ - (see Appendix G) 70.00 43.93 6.3 Antenna ANTENNA 1 - (see Appendix G) 20.00 12.55 6.3.1 ¼ wave Broadband (136-174MHz) optimized for

frequency range specified on P.O. Supported within the ANTENNA 1 Included Included

6.3.2 GPS Antenna Supported within the IAS REDHAWK (see Appendix G)

Included Included

6.4 Microphone HM148T SUBSTITUION- (see Appendix G) 43.00 26.98 6.4.1 Dynamic palm type W/mounting bracket for monitor

function. Supported within the HM148T Included Included

6.5 Control Head RMK2 + OPC608- (see Appendix G) 263.00 138.68 6.5.1 1 line 12 character alphanumeric display (min) Supported within the F9511S 01 (see Appendix G) Included Included 6.5.2 Programmable one touch buttons Supported within the F9511S 01 (see Appendix G) Included Included 6.5.3 Multifunction Volume Control / Channel Control knob Supported within the F9511S 01 (see Appendix G) Included Included 6.6 External Speaker SP22 (see Appendix G) 58.00 36.40

Page 126: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 126

6.6.1 7.5 Watt (min) Supported within the SP22 (see Appendix G) Included Included SECTION G User Training

Item # Description Part Number Mfg. List Price Net Price After Discount

7.1 Operator Manual: Supported within the F9511S 01 (see Appendix G) Included Included 7.1.1 Provide a hardcopy of the manual One (1) copy included with the F9511S 01 (see

Appendix G) Included Included

7.1.2 Provide soft copy on digital media (CD,DVD or flash drive or web download)

Available at: http://www.icomamerica.com/en/products/landmobile/p25/f9511 - (see Appendix G)

Included Included

7.2 Contents of manual. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9511 - (see Appendix G)

Included Included

7.2.1 Location of all switches, controls and indicators. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9511 - (see Appendix G)

Included Included

7.2.2 Step-by-step instructions to operate all equipment features.

Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9511 - (see Appendix G)

Included Included

SECTION H Repairs and Warranties

Item # Description Part Number Mfg. List Price Net Price After Discount

8.1 Service Options; Optional Repair Service starts at end of standard radio warranty.

F9511S Series standard warranty is 3-years from Enduser date of purchase. - (see Appendix G)

Included Included

8.1.2 5 Year Repair Service Extended Warranty option, adding 2-years is under Icom America Part Number: EXTWARR812 - (see Appendix G)

93.00 58.36

SECTION I Accessories/Optional Features

Item # Description Part Number Mfg. List Price Net Price After Discount

9.1 Operation mode Supported within the F9511S 01 (see Appendix G) Included Included

Page 127: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 127

9.1.1 P25 Digital CAI Operation Supported within the F9511S 01 (see Appendix G) Included Included 9.1.2 Noise reduction Supported within the F9511S 01 (see Appendix G) Included Included 9.1.3 P25 Phase I Trunking 12.5 kHz Supported within the F9511S 01 (see Appendix G) Included Included 9.2 Software License agreement to include two years of

updates Included within the CSF9010/F9510 (see Appendix G)

72.00 45.18

Total Net Evaluation Price: $2,817.50 Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

Page 128: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER II

Page 128

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory (may include single-band tier I mobiles only) which are offered at the same of greater level of price discount off the reference manufacturer’s price list. However, no single-band tier I products may be listed. Icom America offers other ICOM VHF and UHF products that could also be sold under this product category/subcategory.

Other Available Products/Models Percent Discount Off List Mobile - Single Tier 2 F9521S 01 + IAS REDHAWK 400-470MHz 45W P25 Trunking mobile, no keypad -37.25% Mobile - Single Tier 2 F1721D 41 + IAS REDHAWK 136-174MHz P25 mobile -37.25% Mobile - Single Tier 2 F2721D 01 + IAS REDHAWK 400-470MHz P25 mobile -37.25% Mobile - Single Tier 2 F2721D 03 + IAS REDHAWK 400-470MHz analog mobile, upgradeable to P25 -37.25% Mobile - Single Tier 2 F2821D 21 + IAS REDHAWK 400-470MHz P25 mobile -37.25% Mobile - Single Tier 2 F2821D 22 + IAS REDHAWK 450-512MHz P25 mobile -37.25% Mobile - Single Tier 2 F2821D 23 + IAS REDHAWK 400-470MHz analog mobile, upgradeable to P25 -37.25%

Mobile - Single Tier 2 F9511HT 01 + IAS REDHAWK 136-174MHz 110W P25 Trunking mobile with full keypad. No external speaker included - must be ordered separately -37.25%

Mobile - Single Tier 2 F9511T 05 + IAS REDHAWK 136-174MHz P25 Trunking 50W mobile with keypad -37.25% Mobile - Single Tier 2 F9521S 11 + IAS REDHAWK 450-512MHz 45W P25 Trunking mobile, no keypad -37.25% Mobile - Single Tier 2 F9521T 05 + IAS REDHAWK 400-470MHz mobile with full keypad -37.25% Mobile - Single Tier 2 F9521T 15 + IAS REDHAWK 450-512MHz mobile with full keypad -37.25%

Mobile - Single Tier 2 IAS HPUK F1721D + IAS REDHAWK 136-174MHz 100W P25 mobile kit -37.25%

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 129: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER III

Page 129

Category: Radio / Subcategory Description: Single-Band Mobile Radio, Tier III. Channel capacity 8 (min). Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: F5061 11

Manufacturer’s Reference Price List: $600.00 (radio only) Price Percentage Discount Offered: 37.25 %

SECTION A Transmitter – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

1.1 Frequency Range (MHz) F5061 11 - (see Appendix G) 600.00 376.50 1.1.1 VHF (136-174) Supported within the F5061 11 (see Appendix G) Included Included 1.2 Rated RF Output Power minimum: VHF 210-25 Watts Supported within the F5061 11 (see Appendix G) Included Included 1.3 Carrier Frequency Stability. (-30° to +60° C) - ± 2.5 PPM Supported within the F5061 11 (see Appendix G) Included Included 1.4 Spurious Emissions: 70 dB (min) 12.5 kHz Supported within the F5061 11 (see Appendix G) Included Included 1.4.1 Modulation Limiting: 2.5 kHz (12.5 kHz) Supported within the F5061 11 (see Appendix G) Included Included 1.5 Audio Response: +1,-3 dB Supported within the F5061 11 (see Appendix G) Included Included 1.6 Audio Distortion %: 3 5/ (12.5 kHz) Supported within the F5061 11 (see Appendix G) Included Included 1.7 FM Hum and Noise Ratio: <40 dB (12.5kHz) Supported within the F5061 11 (see Appendix G) Included Included 1.8 Conducted Spurious Emissions: -70 dBc (12.5kHz) Supported within the F5061 11 (see Appendix G) Included Included 1.9 Channel Spacing kHz: 12.5/25 Supported within the F5061 11 (see Appendix G) Included Included

SECTION B Receiver – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

Page 130: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER III

Page 130

2.1 Frequency Range (MHz) Supported within the F5061 11 (see Appendix G) Included Included 2.1.1 VHF (136-174 MHz) Supported within the F5061 11 (see Appendix G) Included Included 2.2 Analog Sensitivity: (at 12 Db SINAD) 0.25uV typ. (at 12

dB SINAD) 0.25uV typ. Supported within the F5061 11 (see Appendix G) Included Included

2.3 Digital Sensitivity: (5%BER) (-119dBm) Supported within the F5061 11 (see Appendix G) Included Included 2.4 Adjacent Channel Rejection: 45 dB (12.5 kHz) Supported within the F5061 11 (see Appendix G) Included Included 2.5 Spurious Response Rejection: 705 dB (12.5 kHz) Supported within the F5061 11 (see Appendix G) Included Included 2.6 Intermodulation Rejection: 75 dB (12.5 kHz) Supported within the F5061 11 (see Appendix G) Included Included 2.7 FM Hum and Noise Ratio: 3 45 dB (12.5kHz) Supported within the F5061 11 (see Appendix G) Included Included SECTION C Electrical Requirements Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

3.1 System Operation Voltage Supported within the F5061 11 (see Appendix G) Included Included 3.2 10.8 to 16.6 VDC Negative Ground Supported within the F5061 11 (see Appendix G) Included Included 3.3 Standby at 13.8V 0.85A Draw (max) Supported within the F5061 11 (see Appendix G) Included Included 3.4 Receive Current at 13.8V 3.2A Draw (max) Supported within the F5061 11 (see Appendix G) Included Included 3.5 Transmit Current at 13.8V 11A Draw (max) at 30 Watts Supported within the F5061 11 (see Appendix G) Included Included SECTION D Physical Requirements

Item # Description Part Number Mfg. List Price Net Price After Discount

4.1 Transmitter/Receiver assembly Supported within the F5061 11 (see Appendix G) Included Included 4.1.1 Station Chassis Configured for mounting in the trunk of a

vehicle. $___________ $___________

4.2 Installation kit Supported within the F5061 11 (see Appendix G) Included Included 4.2.1 Mounting Hardware Supported within the F5061 11 (see Appendix G) Included Included 4.2.2 Control cable minimum length 14 feet. $___________ $___________ 4.2.3 Power cable minimum length 17 feet. OPC347 - (see Appendix G) 70.00 43.93 4.3 Antenna ANTENNA 1 - (see Appendix G) 20.00 12.55 4.3.1 ¼ wave Broadband (136-174MHz) optimized for

frequency range specified on P.O. Supported within the ANTENNA 1 (see Appendix G) Included Included

Page 131: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER III

Page 131

4.4 Multifunction Volume/Channel knob $___________ $___________ 4.5 4.4 Microphone Palm type W/mounting bracket Supported within the HM148T (see Appendix G) Included Included 4.6 Programmable one touch buttons $___________ $___________ 4.7 4.5 External Speaker SP22 - (see Appendix G) 58.00 36.40 4.7.1 4.5.1

4 Watt (min) Supported within the F5061 11 (see Appendix G) Included Included

SECTION E User Training

Item # Description Part Number Mfg. List Price Net Price After Discount

5.1 Operator Manual: Supported within the F5061 11 (see Appendix G) Included Included 5.1.1 Provide a hardcopy of the manual One (1) copy included with the F5061 11 (see

Appendix G) Included Included

5.1.2 Provide soft copy on digital media (CD,DVD or flash drive or web download)

Available at: http://www.icomamerica.com/en/products/landmobile/mobiles/f5061_series - (see Appendix G)

Included Included

5.2 Contents of manual. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/mobiles/f5061_series - (see Appendix G)

Included Included

5.2.1 Location of all switches, controls and indicators. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/mobiles/f5061_series - (see Appendix G)

Included Included

5.2.2 Step-by-step instructions to operate all equipment features.

Available with radio or at: http://www.icomamerica.com/en/products/landmobile/mobiles/f5061_series - (see Appendix G)

Included Included

SECTION F Repairs and Warranties

Item # Description Part Number Mfg. List Price Net Price After Discount

6.1 Service Options; Optional Repair Service starts at end of standard radio warranty.

F5061 Series standard warranty is 3-years from Enduser date of purchase. - (see Appendix G)

Included Included

Page 132: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER III

Page 132

6.2 5 Year Repair Service Extended Warranty option, adding 2-years is under Icom America Part Number: EXTWARR612 - (see Appendix G)

70.00 43.93

SECTION G Accessories/Optional Features

Item # Description Part Number Mfg. List Price Net Price After Discount

7.1 Software License agreement to include two years of updates

Included within the CSF3161/F5061 (see Appendix G)

72.00 45.18

7.2 DTMF microphone HM148T SUBSTITUTION - (see Appendix G) 43.00 26.98 7.3 Desktop microphone SM26 - (see Appendix G) 90.00 56.48

Total Net Evaluation Price: $641.95 Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

Page 133: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: MOBILE RADIO, SINGLE-BAND, TIER III

Page 133

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product subcategory (may include single-band tier III mobiles only) which are offered at the same of greater level of price discount off the reference manufacturer’s price list. Icom America offers other ICOM VHF and UHF products that could also be sold under this product category/subcategory.

Other Available Products/Models Percent Discount Off List

Mobile - Single Tier 3* F1721 43 136-174MHz analog mobile (P25 upgradeable) -37.25% Mobile - Single Tier 3 IAS HPUK F1721 136-174MHz 100W mobile kit -37.25% Mobile - Single Tier 3 F5011 51 136-174MHz mobile -37.25% Mobile - Single Tier 3 F5021 51 136-174MHz mobile -37.25% Mobile - Single Tier 3 F5061D 51 136-174MHz IDAS mobile -37.25% Mobile - Single Tier 3 F5061D 41 RR 136-174MHz IDAS radio, RR firmware installed, HM-148T included -37.25% Mobile - Single Tier 3 F5121D 56 136-174MHz IDAS mobile -37.25% Mobile - Single Tier 3 F5220D 01 136-174MHz IDAS mobile -37.25% Mobile - Single Tier 3 F6011 51 400-470MHz mobile -37.25% Mobile - Single Tier 3 F6011 52 450-512MHz mobile -37.25% Mobile - Single Tier 3 F6021 51 400-470MHz mobile -37.25% Mobile - Single Tier 3 F6021 52 450-512MHz mobile -37.25% Mobile - Single Tier 3 F6061 11 400-470MHz analog mobile -37.25% Mobile - Single Tier 3 F6061 16 450-512MHz analog mobile -37.25% Mobile - Single Tier 3 F6061D 31 400-470MHz IDAS mobile -37.25% Mobile - Single Tier 3 F6061D 36 450-512MHz IDAS mobile -37.25% Mobile - Single Tier 3 F6121D 57 400-470MHz IDAS mobile -37.25% Mobile - Single Tier 3 F6121D 58 450-512MHz IDAS mobile -37.25% Mobile - Single Tier 3 F6220D 01 400-470MHz IDAS mobile -37.25% Mobile - Single Tier 3 F6220D 21 450-512MHz IDAS mobile -37.25% Mobile - Single Tier 3 F8101 03 HF 125W transceiver with ALE (automatic link establishment) -37.25%

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 134: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE, DUAL-BAND

Page 134

Category: Radio / Subcategory Description: Dual-Band Desktop Desk Top Top/Console Radio P25 Phase I 12.5 kHz and P25 Phase II 6.25 kHz equivalent capable, backwards compatible. Channel capacity 1000 (min). Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 135: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE, SINGLE-BAND, TIER I

Page 135

Category: Radio / Subcategory Description: Desktop Console Radio, Single-Band Tier I, Project 25 Phase I 12.5 kHz and P25 Phase II 6.25 kHz equivalent capable, backwards compatible. Channel capacity 1000 (min). Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 136: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE, SINGLE-BAND, TIER II

Page 136

Category: Radio / Subcategory Description: Desktop Top/Console Radio, Single-Band, Tier II, P25 Phase I Channel capacity 1000 (min). Software – Defined Radio Architecture.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: F9511S 01

Manufacturer’s Reference Price List: $2060.00 (radio only) Price Percentage Discount Offered: 37.25 %

SECTION A Transmitter – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

1.1 Frequency Range (MHz) F9511S 01 – (see Appendix G) 2,060.00 1,292.65 1.1.1 VHF (136-174) Supported within the F9511S 01 (see Appendix G) Included Included 1.2 Rated RF Output Power minimum: adjustable range Supported within the F9511S 01 (see Appendix G) Included Included 1.2.1 VHF 210-30 Watts Supported within the F9511S 01 (see Appendix G) Included Included 1.3 Carrier Frequency Stability. (-30° to +60° C) - ±1.0 PPM Supported within the F9511S 01 (see Appendix G) Included Included 1.4 Modulation Limiting: Supported within the F9511S 01 (see Appendix G) Included Included 1.4.1 2.5 kHz (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 1.5 Audio Response: +1,-3 dB Supported within the F9511S 01 (see Appendix G) Included Included 1.6 Audio Distortion %: <1.5/ (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 1.7 FM Hum and Noise Ratio: <40 dB (12.5kHz) Supported within the F9511S 01 (see Appendix G) Included Included 1.8 Conducted Spurious Emissions: -75 -60 dBc (12.5kHz) Supported within the F9511S 01 (see Appendix G) Included Included 1.9 Channel Spacing kHz: 12.5 Supported within the F9511S 01 (see Appendix G) Included Included

SECTION B Receiver – Typical Performance Specifications

Page 137: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE, SINGLE-BAND, TIER II

Page 137

Item # Description Part Number Mfg. List Price Net Price After Discount

2.1 Frequency Range (MHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.1.1 VHF (136-174 MHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.2 Analog Sensitivity: (-119dBm) (12.5KHz) (12 dB

SINAD) Supported within the F9511S 01 (see Appendix G) Included Included

2.3 Digital Sensitivity: (5%BER) (-119dBm) Supported within the F9511S 01 (see Appendix G) Included Included 2.4 Adjacent Channel Rejection: : 45 60 dB (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.5 Spurious Response Rejection: 75 80 dB (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.6 Intermodulation Rejection: 75 dB (12.5 kHz) Supported within the F9511S 01 (see Appendix G) Included Included 2.7 Hum and Noise Ratio: 35dB (12.5kHz) Supported within the F9511S 01 (see Appendix G) Included Included

SECTION C Encryption System Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

3.1 Supported Encryption Algorithms: AES,DES UT125 FIPS + INSTALLLM6789 (see Appendix G) 859.00 539.03 3.2 Encryption Algorithm Capacity: 2(min) Supported within UT125 FIPS (see Appendix G) Included Included 3.3 Encryption Type: Digital Supported within UT125 FIPS (see Appendix G) Included Included SECTION D Electrical Requirements Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

4.1 System Operation Voltage ICT CS120-20A/IC06 - (see Appendix G) 230.00 144.33 4.2 110VAC operation with battery revert capability Supported within the ICT CS120-20A/IC06 (see

Appendix G) Included Included

4.3 AC Line Cord US Supported within the ICT CS120-20A/IC06 (see Appendix G)

Included Included

4.4 Standby current at 110VAC .3A Draw (MAX) $___________ $___________ 4.5 Receive Current at 110VAC .8A Draw (max) $___________ $___________ 4.6 Transmit Current at 110VAC 13.8A Draw (max) at 30

Watts $___________ $___________

Page 138: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE, SINGLE-BAND, TIER II

Page 138

4.7 DC source Battery (site provided) (UPS) Supported within the ICT CS120-20A/IC06 (see Appendix G)

Included Included

4.8 10.8 to 16.6 VDC Negative Ground Supported within the ICT CS120-20A/IC06 (see Appendix G)

Included Included

4.9 Standby at 13.8V 0.85A Draw (max) $___________ $___________ 4.10 Receive Current at 13.8V 3.2A Draw (max) $___________ $___________ 4.11 Transmit Current at 13.8V 11A Draw (max) at 30 Watts $___________ $___________

SECTION E Physical Requirements

Item # Description Part Number Mfg. List Price Net Price After Discount

5.1 Control Station Desk Microphone SM26 - (see Appendix G) 90.00 56.48 5.2 Front Panel Control Supported within the F9511S 01 (see Appendix G) Included Included 5.2.1 System control Front Panel key pad Dot-Matrix 1 line 12

character numeric display (min) Supported within the F9511S 01 (see Appendix G) Included Included

SECTION F User Training

Item # Description Part Number Mfg. List Price Net Price After Discount

6.1 Operator Manual: Supported within the F9511S 01 (see Appendix G) Included Included 6.1.1 Provide a hardcopy of the manual One (1) copy included with the F9511S 01 (see

Appendix G) Included Included

6.1.2 Provide soft copy on digital media (CD,DVD or flash drive or web download)

Available at: http://www.icomamerica.com/en/products/landmobile/p25/f9511 - (see Appendix G)

Included Included

6.2 Contents of manual. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9511 - (see Appendix G)

Included Included

6.2.1 Location of all switches, controls and indicators. Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9511 - (see Appendix G)

Included Included

Page 139: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE, SINGLE-BAND, TIER II

Page 139

6.2.2 Step-by-step instructions to operate all equipment features.

Available with radio or at: http://www.icomamerica.com/en/products/landmobile/p25/f9511 - (see Appendix G)

Included Included

SECTION G Repairs and Warranties

Item # Description Part Number Mfg. List Price Net Price After Discount

7.1 Service Options; Optional Repair Service starts at end of standard radio warranty.

F9511S Series standard warranty is 3-years from Enduser date of purchase. - (see Appendix G)

Included Included

7.1.1 5 Year Repair Service Extended Warranty option, adding 2-years is under Icom America Part Number: EXTWARR812 - (see Appendix G)

93.00 58.36

SECTION H Accessories/Optional Features

Item # Description Part Number Mfg. List Price Net Price After Discount

8.1 Operation mode Supported within the F9511S 01 (see Appendix G) Included Included 8.1.1 Digital CAI Operation Comply with TIA/EIA suite 102. Supported within the F9511S 01 (see Appendix G) Included Included 8.2 P25 Phase I Digital Trunking 12.5kHz Supported within the F9511S 01 (see Appendix G) Included Included 8.2.1 Radio Authentication Supported within the F9511S 01 (see Appendix G) Included Included 8.2.2 Noise reduction Supported within the F9511S 01 (see Appendix G) Included Included SECTION I Accessories/Optional Features

Item # Description Part Number Mfg. List Price Net Price After Discount

9.1 Software License agreement to include two years of updates

Included within the CSF9010/F9510 (see Appendix G)

72.00 45.18

Total Net Evaluation Price: $2,136.03 Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Page 140: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE, SINGLE-BAND, TIER II

Page 140

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

Page 141: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: DESKTOP/CONSOLE, SINGLE-BAND, TIER II

Page 141

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory (may include other tier II desktop radios only) which are offered at the same of greater level of price discount off the reference manufacturer’s price list. However, no single-band tier I products may be listed. Icom America offers other ICOM VHF and UHF products that could also be sold under this product category/subcategory.

Other Available Products/Models Percent Discount Off List Desktop Radio - Single Tier 2 F1721D 41 + ICT CS120-20A/IC06 136-174MHz P25 mobile -37.25% Desktop Radio - Single Tier 2 F2721D 01 + ICT CS120-20A/IC06 400-470MHz P25 mobile -37.25% Desktop Radio - Single Tier 2 F2721D 03 + ICT CS120-20A/IC06 400-470MHz analog mobile, upgradeable to P25 -37.25% Desktop Radio - Single Tier 2 IAS HPUK F1721D + ICT CS120-20A/IC06 136-174MHz 100W P25 mobile kit -37.25% Desktop Radio - Single Tier 2 F2821D 21 + ICT CS120-20A/IC06 400-470MHz P25 mobile -37.25% Desktop Radio - Single Tier 2 F2821D 22 + ICT CS120-20A/IC06 450-512MHz P25 mobile -37.25% Desktop Radio - Single Tier 2 F2821D 23 + ICT CS120-20A/IC06 400-470MHz analog mobile, upgradeable to P25 -37.25%

Desktop Radio - Single Tier 2 F9521S 01 + ICT CS120-20A/IC06 400-470MHz 45W P25 Trunking mobile, no keypad -37.25%

Desktop Radio - Single Tier 2 F9511T 05 + ICT CS120-20A/IC06 136-174MHz P25 Trunking 50W mobile with keypad -37.25%

Desktop Radio - Single Tier 2 F9521S 11+ ICT CS120-20A/IC06 450-512MHz 45W P25 Trunking mobile, no keypad -37.25%

Desktop Radio - Single Tier 2 F9521T 05 + ICT CS120-20A/IC06 400-470MHz mobile with full keypad -37.25% Desktop Radio - Single Tier 2 F9521T 15 + ICT CS120-20A/IC06 450-512MHz mobile with full keypad -37.25%

Desktop Radio - Single Tier 2 F9511HT 01 + ICT CS120-30A/IC08

136-174MHz 110W P25 Trunking mobile with full keypad. No external speaker included - must be ordered separately -37.25%

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 142: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER, SINGLE-BAND, TIER I

Page 142

Category: Radio / Subcategory Description: Base Station/Repeater, P25 12.5 kHz Digital Trunking P25 Phase II 6.25 kHz equivalent capable, backwards compatible. Software – Defined Radio Architecture. (Single-Band, Tier I)

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 143: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER, SINGLE-BAND, TIER II

Page 143

Category: Radio / Subcategory Description: Base Station/Repeater, Tier II, P25 Phase I 12.5 kHz Analog / Digital conventional and Digital Trunking Software – Defined Radio Architecture. (Single-Band, Tier II)

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: FR9010 11

Manufacturer’s Reference Price List: $8,700.00 (radio only) Price Percentage Discount Offered: 37.25 %

SECTION A Transmitter – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

1.1 Frequency Range (MHz) FR9010 11 – (see Appendix G) 8,700.00 5,459.25 1.1.1 VHF (136-174) Supported within the FR9010 11 (see Appendix G) Included Included 1.2 Rated RF Output Power minimum: adjustable range Supported within the FR9010 11 (see Appendix G) Included Included 1.2.1 VHF 12-100 Watts Supported within the FR9010 11 (see Appendix G) Included Included 1.3 Carrier Frequency Stability. (-30° to +60° C) - ±1.5 PPM Supported within the FR9010 11 (see Appendix G) Included Included 1.4 Modulation Limiting: Supported within the FR9010 11 (see Appendix G) Included Included 1.4.1 2.5 kHz (12.5 kHz) Supported within the FR9010 11 (see Appendix G) Included Included 1.5 Audio Response: +1,-3 dB Supported within the FR9010 11 (see Appendix G) Included Included 1.6 Audio Distortion %: <3.0/ (12.5 kHz) Supported within the FR9010 11 (see Appendix G) Included Included 1.7 FM Hum and Noise Ratio: <40 dB (12.5kHz) Supported within the FR9010 11 (see Appendix G) Included Included 1.8 Conducted Spurious Emissions: -70 -55 dBc (12.5kHz) Supported within the FR9010 11 (see Appendix G) Included Included 1.9 Channel Spacing kHz: 12.5 Supported within the FR9010 11 (see Appendix G) Included Included

SECTION B Receiver – Typical Performance Specifications

Page 144: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER, SINGLE-BAND, TIER II

Page 144

Item # Description Part Number Mfg. List Price Net Price After Discount

2.1 Frequency Range (MHz) Supported within the FR9010 11 (see Appendix G) Included Included 2.1.1 VHF (136-174 MHz) Supported within the FR9010 11 (see Appendix G) Included Included 2.2 Analog Sensitivity: (-119dBm) (12.5KHz) (12 dB

SINAD) Supported within the FR9010 11 (see Appendix G) Included Included

2.3 Digital Sensitivity: (5%BER) (-12019dBm) Supported within the FR9010 11 (see Appendix G) Included Included 2.4 Adjacent Channel Rejection: 65 dB (12.5 kHz) Supported within the FR9010 11 (see Appendix G) Included Included 2.5 Spurious Response Rejection: 90 80 dB (12.5 kHz) Supported within the FR9010 11 (see Appendix G) Included Included 2.6 Intermodulation Rejection: 82 75 dB (12.5 kHz) Supported within the FR9010 11 (see Appendix G) Included Included 2.7 Hum and Noise Ratio: >40dB (12.5kHz) Supported within the FR9010 11 (see Appendix G) Included Included

SECTION C Encryption System Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

3.1 Supported Encryption Algorithms: AES, DES See Appendix G See Note See Note 3.2 Encryption Algorithm Capacity: 2(min) See Appendix G See Note See Note 3.3 Encryption Type: Digital See Appendix G See Note See Note SECTION D Electrical Requirements Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

4.1 System Operation Voltage Supported within the FR9010 11 (see Appendix G) Included Included 4.2 110VAC operation with auto battery revert/charge

capability DC powered base station with a 12V and/or 48V input.

Supported within the FR9010 11 (see Appendix G) Included Included

4.3 AC Line Cord US Input voltage: 10.8 to 16.6 DC and/or 36.0 to 60.0 DC

Supported within the FR9010 11 (see Appendix G) Included Included

4.4 Standby current at 110VAC 0.3A Draw (max) $___________ $___________ 4.5 Receive Current at 110VAC 0.8A Draw (max) $___________ $___________ 4.6 Transmit Current at 110VAC 10A Draw (max) at 100

Watts $___________ $___________

Page 145: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER, SINGLE-BAND, TIER II

Page 145

4.7 DC source Battery (site provided) $___________ $___________ 4.8 10.8 to 16.6 VDC Negative Ground $___________ $___________ 4.9 Standby at 13.8V 3A Draw (max) $___________ $___________ 4.10 Receive Current at 13.8 3A Draw (max) $___________ $___________ 4.11 Transmit Current at 13.8V 25A Draw (max) at 100

Watts $___________ $___________

SECTION E Physical Requirements

Item # Description Part Number Mfg. List Price Net Price After Discount

5.1 Standard 19” Rack Mount (EIA) See Appendix G See Note See Note 5.1.1 Rack mount hardware (EIA) See Appendix G See Note See Note

SECTION F User Training

Item # Description Part Number Mfg. List Price Net Price After Discount

6.1 Operator Manual: Supported within the FR9010 11 (see Appendix G) Included Included 6.1.1 Provide a hardcopy of the manual One (1) copy included with the FR9010 11 (see

Appendix G) Included Included

6.1.2 Provide soft copy on digital media (CD,DVD or flash drive or web download)

Available at: http://www.icomamerica.com/en/products/systems/p25/fr9010fr9020 - (see Appendix G)

Included Included

6.2 Contents of manual. Available with radio or at: http://www.icomamerica.com/en/products/systems/p25/fr9010fr9020 - (see Appendix G)

Included Included

6.2.1 Location of all switches, controls and indicators. Available with radio or at: http://www.icomamerica.com/en/products/systems/p25/fr9010fr9020 - (see Appendix G)

Included Included

6.2.2 Step-by-step instructions to operate all equipment features.

Available with radio or at: http://www.icomamerica.com/en/products/systems/p25/fr9010fr9020 - (see Appendix G)

Included Included

SECTION G Repairs and Warranties

Page 146: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER, SINGLE-BAND, TIER II

Page 146

Item # Description Part Number Mfg. List Price Net Price After Discount

7.1 Service Options; Optional Repair Service starts at end of standard radio warranty.

F9010 Series standard warranty is 2-years from Enduser date of purchase. - (see Appendix G)

Included Included

7.1.1 5 Year Repair Service Extended Warranty option, adding 3-years is under Icom America Part Number: EXTWARRPT2 - (see Appendix G)

325.00

203.94

SECTION H Accessories/Optional Features

Item # Description Part Number Mfg. List Price Net Price After Discount

8.1 Operation mode Supported within the FR9010 11 (see Appendix G) Included Included 8.1.1 Conventional Analog Supported within the FR9010 11 (see Appendix G) Included Included 8.1.2 P25 Digital CAI Operation Supported within the FR9010 11 (see Appendix G) Included Included 8.1.3 Mixed mode operation Supported within the FR9010 11 (see Appendix G) Included Included 8.2 P25 Phase I Digital Trunking 12.5kHz Supported within the FR9010 11 (see Appendix G) Included Included 8.2.1 System Enhancement Options Supported within the FR9010 11 (see Appendix G) Included Included 8.2.2 Radio Authentication Supported within the FR9010 11 (see Appendix G) Included Included 8.3 Noise reduction Supported within the FR9010 11 (see Appendix G) Included Included 8.3.1 P25 OTAR Supported within the FR9010 11 (see Appendix G) Included Included SECTION I Accessories/Optional Features

Item # Description Part Number Mfg. List Price Net Price After Discount

9.1 Software License agreement to include two years of updates

Included within the CSF9010/F9510 (see Appendix G)

72.00 45.18

Total Net Evaluation Price: $5,708.37

Page 147: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER, SINGLE-BAND, TIER II

Page 147

Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory (may include other tier I base station/repeater radios only) which are offered at the same of greater level of price discount off the reference manufacturer’s price list. However, no single-band tier I products may be listed. Icom America offers other ICOM VHF and UHF products that could also be sold under this product category/subcategory.

Other Available Products/Models Percent Discount Off List

Basestation/Repeater - Single Tier 2 FR9020 11 + ICT 22012-35N 440-475MHz 100W P25 repeater -37.25%

Basestation/Repeater - Single Tier 2 RFT 485-520 100W P25/analog 485-520MHz repeater with a power supply -37.25%

Basestation/Repeater - Single Tier 2 RFT P25 136-174 2-120W P25/analog 136-174MHz repeater with a power supply -37.25%

Basestation/Repeater - Single Tier 2 RFT P25 400-430 100W P25/analog 400-430MHz repeater with a power supply -37.25%

Basestation/Repeater - Single Tier 2 RFT P25 440-490 100W P25/analog 440-490MHz repeater with a power supply -37.25%

Basestation/Repeater - Single Tier 2 RFT P25 485-520 100W P25/analog 485-520MHz repeater with a power supply -37.25%

Page 148: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: BASE STATION/REPEATER, SINGLE-BAND, TIER II

Page 148

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 149: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RADIO / SUBCATEGORY: IN-VEHICLE REPEATER

Page 149

Category: Radio / Subcategory Description: Vehicular Repeater Systems (VRS) P25 Trunking capable, backwards compatible (to analog conventional), and encryption capable.

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide an in-vehicle repeater)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 150: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: GATEWAY DEVICES

Page 150

Category: IP-based Interoperability Gateway Devices (Open Standards)

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: VEPG3

Manufacturer’s Reference Price List: $1,900.00 (gateway only) Price Percentage Discount Offered: 37.25 %

SECTION A Transmitter – Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

1.1 The gateway device shall interface existing radio, telephone and network systems with SIP telephones, networks, and devices, while allowing multiple simultaneous voice, data and multimedia communications.

VEPG3 – (see Appendix G) 1,900.00 1,192.25

1.2 The gateway device shall interface narrow band radios to wide band radios, analog channels to digital channels and conventional channels to trunking talk group radios in the VHF Low, VHF High, UHF, 700MHz, 800MHz and 900MHz bands. It shall be capable of interfacing various trunking talk group radios with P 25 and non-P 25 protocols.

Supported within the VEPG3 (see Appendix G) Included Included

1.3 The gateway device will be capable of interfacing any type of radio to any analog or digital public telephone network or private branch exchange.

Supported within the VEPG3 (see Appendix G) Included Included

Page 151: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: GATEWAY DEVICES

Page 151

1.3.1 It shall cross-connect multiple diverse encrypted radio networks together seamlessly.

Supported within the VEPG3 (see Appendix G) Included Included

1.3.2 The gateway device shall be capable of interconnecting up to 12 communications devices in each chassis.

Supported within the VEPG3 (see Appendix G) Included Included

1.4 The gateway device shall have local keypad control, microphone input and headphone/speaker output via its front panel.

OPC2275 - (see Appendix G) 150.00 94.13

1.4.1 The gateway device shall include RS-232 serial remote control, remote DTMF control of cross-connects over RF links, public phone circuits, PBX circuits, SATCOM paths and cellular circuits.

Supported within the VEPG3 (see Appendix G) Included Included

1.5 The gateway device shall use a Windows-based software control package compatible with Windows 95, 98, 2000, NT, XP & 7 to provide a user-friendly GUI (Graphic User Interface) depicting system operation allowing programming of features, and shall permit password protection of all features, and allow priority access and rejection relative to individual passwords.

Supported within the VEPG3 (see Appendix G) Included Included

1.5.1 Software shall allow connecting and disconnecting of any channel with any other channel.

Supported within the VEPG3 (see Appendix G) Included Included

1.5.2 Software shall allow programming of all radio interface features, as well as public phone interface features, SATCOM interface features and cellular interface features.

Supported within the VEPG3 (see Appendix G) Included Included

1.5.3 Software shall provide the ability to program and store specific interoperability response combinations based on individual contingencies and related interoperability response plans.

Supported within the VEPG3 (see Appendix G) Included Included

1.5.4 Software shall allow quick and easy all-call broadcast of emergency messages over all channels simultaneously. It shall provide for monitoring of any combination of interoperability channels by any other channel.

Supported within the VEPG3 (see Appendix G) Included Included

Page 152: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: GATEWAY DEVICES

Page 152

1.5.5 Software shall allow multiple interoperability gateways to be networked together over a large area to produce wide area interoperability systems.

Supported within the VEPG3 (see Appendix G) Included Included

1.5.6 Each interoperability device shall allow a minimum of seven (7) cross-connect nets at one time.

Supported within the VEPG3 (see Appendix G) Included Included

1.6 This gateway device shall employ a DSP algorithm on each radio interface that will detect speech spectrum in heavy receiver noise to key cross-connected radios reliably without COR (Carrier Operated Relay) signals. This speech spectrum detector shall be capable of ignoring sirens, whistles, horns, etc., without falsely keying cross-connected radios. In addition, it shall provide a DSP noise reduction algorithm capable of cleaning up noisy receiver signals before transmitting them over clean channels.

See Appendix G. See Note See Note

1.7 The gateway device shall employ a DSP-based adaptive hybrid to produce adjusted nulls at telephone audio signaling frequency. The adaptive broadband hybrid nulls will allow reliable interfacing of any radio to phone lines at the edge of dial tone.

Supported within the VEPG3 (see Appendix G) Included Included

1.7.1 The gateway device shall provide a reliable DSP VOX algorithm to key radios from voice signals received remotely over phone, SATCOM and cellular circuits.

Supported within the VEPG3 (see Appendix G) Included Included

1.7.2 The gateway device shall be designed to include a local telephone interface capability to act as an extension or ring down phone for the interconnect system.

Supported within the VEPG3 (see Appendix G) Included Included

1.7.3 The local phone circuit shall produce ring voltage, loop current, busy signal, and dial tone so an interfaced conventional phone acts as though it is hooked to the central office even though it is connected to the interoperability device over nothing but a 2-wire direct circuit.

Page 153: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: GATEWAY DEVICES

Page 153

1.8 The interoperability solution shall be capable of interconnecting with almost any type of radio through a multitude of specially designed radio interface cables. It must allow users to interconnect a wide array of radios of all types by selecting appropriate cables from an interface cable cache defined at the time of order.

Supported within the VEPG3 (see Appendix G) Included Included

1.9 The gateway device will use digital delay to guarantee no lost syllables resulting from channel acquisition times when cross-connecting trunking radios. The digital delay capability shall be DSP-based and shall delay speech going into the transmit side of a trunking radio until channel acquisition occurs.

1.109 The gateway device will also allow interfacing with remote radios over dial-up lines, leased lines, microwave circuits, LANs, WANs or the Internet. It shall offer VoIP capability optimized for radio performance, and be capable of operating transparently over a network. It shall allow network interfacing over T1, E1, Frame Relay, DSL and Cable Modem. The VoIP performance of the unit shall allow use of a wide area data network more efficiently by including radio voice communications comprised of transmit audio, keyline, receive audio and COR.

Supported within the VEPG3 (see Appendix G) Included Included

1.110 The audio gateway device shall perform either as an unmanned gateway or as a manned gateway while providing interoperability over multiple radios.

Supported within the VEPG3 (see Appendix G) Included Included

SECTION B Gateway Device Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

2.1 Radio/4W Interface Supported within the VEPG3 (see Appendix G) Included Included 2.1.1 Audio Input: Un-balanced 600 ohms or Hi-Z; -26dBm to

+12dBm levels; 100 300Hz to 3200 3000Hz. Supported within the VEPG3 (see Appendix G) Included Included

Page 154: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: GATEWAY DEVICES

Page 154

2.1.2 Audio Output: Balanced or Un-balanced 600 ohms; -26dBm to +12dBm levels; 100 300Hz to 3200 3000Hz.

Supported within the VEPG3 (see Appendix G) Included Included

2.1.3 Digital I/O: COR/Squelch and AUX inputs, PTT, and AUX outputs; E&M input/output.

Supported within the VEPG3 (see Appendix G) Included Included

2.1.4 DSP Algorithms: VOX or VMR Voice Detection; TD-Mode Noise Reduction; DTMF; Audio Equalizer; TX and/or RX Audio delay; Peak Limiter; COR Sampling; TX keying tones.

Supported within the VEPG3 (see Appendix G) Included Included

2.2 SIP Network Interface. Supported within the VEPG3 (see Appendix G) Included Included 2.2.1 RFC Supported: 3261, 2976, 3515, 2327, 1889. Supported within the VEPG3 (see Appendix G) Included Included 2.2.2 SIP Support Vocoders; GSM and G711u. Supported within the VEPG3 (see Appendix G) Included Included 2.3. Telephone Line Interface. Supported within the VEPG3 (see Appendix G) Included Included 2.3.1 Phone Line: RJ-11 Connection (2); -24dBm to 0 dBm

levels. Supported within the VEPG3 (see Appendix G) Included Included

2.3.2 DSP Algorithms: DTMF Detection and Generation; DSP Adaptive Hybrid, DSP VOX.

Supported within the VEPG3 (see Appendix G) Included Included

2.4 Radio voice over IP. Supported within the VEPG3 (see Appendix G) Included Included 2.4.1 Network Interface: RJ-45 Connector; 10/100Base-T

Ethernet. Supported within the VEPG3 (see Appendix G) Included Included

2.4.2 Radio-Centric Features: Audio delay and jitter buffer to handle network latency; COR, PTT, and RS-232 serial control.

Supported within the VEPG3 (see Appendix G) Included Included

2.4.3 Programming/Configuration: HTTP (Password Protected Web).

Supported within the VEPG3 (see Appendix G) Included Included

2.4.4 Network Interface Type: 10/100Base-T Ethernet, 100Mbps; RJ-45 Connector.

Supported within the VEPG3 (see Appendix G) Included Included

SECTION C Electrical Requirements Typical Performance Specifications

Item # Description Part Number Mfg. List Price Net Price After Discount

3.1 AC Input Power: 115 to 230 VAC 15% 47-63Hz, 80VA Typical, 100 VA Maximum.

Supported within the VEPG3 (see Appendix G) Included Included

3.2 DC Input Power: + 11 to 15 VDC @ 4A Nominal. Supported within the VEPG3 (see Appendix G) Included Included

Page 155: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: GATEWAY DEVICES

Page 155

3.3 Battery Charger: 1A Output Maximum; Tapered charge circuitry for lead acid battery.

See Appendix G See Note See Note

SECTION D Physical Requirements

Item # Description Part Number Mfg. List Price Net Price After Discount

4.1 19” Standard Rack Mount. See Appendix G See Note See Note 4.1.1 Rack mount hardware. See Appendix G See Note See Note

SECTION E User Training

Item # Description Part Number Mfg. List Price Net Price After Discount

5.1 Operator Manual: Supported within the VEPG3 (see Appendix G) Included Included 5.1.1 Provide a hardcopy of the manual. One (1) copy included with the VEPG3 (see Appendix

G) Included Included

5.1.2 Provide soft copy on digital media (CD, DVD or flash drive or web download)

Available at: http://www.icomamerica.com/en/products/systems/ip/vepg3/default.aspx - (see Appendix G)

Included Included

5.1.3 Contents of manual. Available with radio or at: http://www.icomamerica.com/en/products/systems/ip/vepg3/default.aspx - (see Appendix G)

Included Included

5.1.4 Location of all switches, controls and indicators. Available with radio or at: http://www.icomamerica.com/en/products/systems/ip/vepg3/default.aspx - (see Appendix G)

Included Included

5.1.5 Step-by-step instructions to operate all equipment features.

Available with radio or at: http://www.icomamerica.com/en/products/systems/ip/vepg3/default.aspx - (see Appendix G)

Included Included

SECTION F Repairs and Warranties

Item # Description Part Number Mfg. List Price Net Price After Discount

6.1 Service Options: Optional Repair Service starts at end of standard radio warranty.

VEPG3 standard warranty is 1-years from Enduser date of purchase. - (see Appendix G)

Included Included

6.1.1 5 Year Repair Service. There is no extended warranty option for this model. Not Available Not Available

Page 156: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: GATEWAY DEVICES

Page 156

Total Net Evaluation Price: $1,286.38 Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory which are being offered at the same of greater level of price discount off the reference manufacturer’s price list.

Other Available Products/Models Percent Discount Off List CT24 37.25 % Discount

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 157: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: MICROWAVE RADIOS

Page 157

Category: Microwave Radios

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 158: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: DISPATCH CONSOLES

Page 158

Category Description: Dispatch Consoles, Radio Dispatch Console Systems

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 159: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: MICROWAVE ANTENNAS

Page 159

Category Description: Microwave Antennas

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 160: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: MOBILE RADIO ANTENNAS

Page 160

Category Description: Mobile Radio Antennas

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: PC TEL Product Model Name/Number: ANTENNA 1

Manufacturer’s Reference Price List: $20.00 (antenna only) Price Percentage Discount Offered: 37.25 %

Item # Description Part Number Mfg. List Price Net Price After Discount

1.0 Antenna & Base, with Shock Spring ANTENNA 1 – (See Appendix G, exception) 20.00 12.55 1.1 Frequency range = 136-174 MHz Supported within the ANTENNA 1 (see Appendix G) Included Included 1.2 Center frequency = 155 MHz Supported within the ANTENNA 1 (see Appendix G) Included Included 1.3 Gain = Unity Supported within the ANTENNA 1 (see Appendix G) Included Included 1.4 Pattern = Omnidirectional Supported within the ANTENNA 1 (see Appendix G) Included Included 1.5 VSWR <2.0:1 Supported within the ANTENNA 1 (see Appendix G) Included Included 1.6 Maximum power = 100 W Supported within the ANTENNA 1 (see Appendix G) Included Included 1.7 Nominal impedance = 50 ohms Supported within the ANTENNA 1 (see Appendix G) Included Included 1.8 Polarization = Vertical Supported within the ANTENNA 1 (see Appendix G) Included Included 1.9 Termination = 1-1/8”-18 thread (NMO) mounts Supported within the ANTENNA 1 (see Appendix G) Included Included 1.10 Radiator = 17-7ph straight stainless steel Supported within the ANTENNA 1 (see Appendix G) Included Included 1.11 Shock spring = 302 stainless steel Supported within the ANTENNA 1 (see Appendix G) Included Included 1.12 Base housing material = Molded ABS Supported within the ANTENNA 1 (see Appendix G) Included Included 1.13 Pattern = Offset Supported within the ANTENNA 1 (see Appendix G) Included Included 2.0 Antenna Mount MOUNT 1 – (See Appendix G) 23.00 14.43

Page 161: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: MOBILE RADIO ANTENNAS

Page 161

2.1 Industry standard NMO type mount: 0-6 GHz 3/4" hole mount. Features a fully weatherized cable interface and a center pin that removes to convert it from a standard to a high frequency mount.

Supported within the MOUNT 1 (see Appendix G) Included Included

2.2 Cable Length = 17 feet Supported within the MOUNT 1 (see Appendix G) Included Included 2.3 Cable Type = RG58/U Dual Shield Supported within the MOUNT 1 (see Appendix G) Included Included 2.4 Connector = No Connector Supplied Supported within the MOUNT 1 (see Appendix G) Included Included

Total Net Evaluation Price: $26.98 Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory which are being offered at the same of greater level of price discount off the reference manufacturer’s price list.

Page 162: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: MOBILE RADIO ANTENNAS

Page 162

Other Available Products/Models Percent Discount Off List ANTENNA 2 37.25 % Discount

ANTENNA 3 37.25 % Discount

ANTENNA 4 37.25 % Discount

MOUNT 2 37.25 % Discount

MOUNT 3 37.25 % Discount

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 163: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: BASE STATION/REPEATER RADIO ANTENNAS

Page 163

Category Description: Base Station/Repeater Radio Antennas

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: PC TEL Product Model Name/Number: ANTENNA 2

Manufacturer’s Reference Price List: $38.00 (antenna only) Price Percentage Discount Offered: 37.25 %

Item # Description Part Number Mfg. List Price Net Price After Discount

1.1 Frequency Range / Bandwidth = 150-174 MHz ANTENNA 2 – (See Appendix G) 38.00 23.85 1.2 VSWR: 1.5:1 Supported within the ANTENNA 2 (see Appendix G) Included Included 1.3 Pattern = Offset Supported within the ANTENNA 2 (see Appendix G Included Included 1.4 Nominal Gain = 8 dB Supported within the ANTENNA 2 (see Appendix G Included Included 1.5 Maximum Power = 300 watts Supported within the ANTENNA 2 (see Appendix G Included Included 1.6 Top, Bottom, or Side mount options Supported within the ANTENNA 2 (see Appendix G Included Included 1.7 Impedance = 50 ohms Supported within the ANTENNA 2 (see Appendix G Included Included 1.8 Weight < 50 pounds Supported within the ANTENNA 2 (see Appendix G Included Included 1.9 Wind Survival Rating = 130 mph (no ice) Supported within the ANTENNA 2 (see Appendix G Included Included 1.10 Down-tilt = optional 0, 2, 4, 6, or 8 degrees Supported within the ANTENNA 2 (see Appendix G Included Included

Total Net Evaluation Price: $23.85

Page 164: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: BASE STATION/REPEATER RADIO ANTENNAS

Page 164

Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory which are being offered at the same of greater level of price discount off the reference manufacturer’s price list.

Other Available Products/Models Percent Discount Off List ANTENNA 1 37.25 % Discount

ANTENNA 3 37.25 % Discount

ANTENNA 4 37.25 % Discount

In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 165: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RF TRANSMISSION LINES

Page 165

Category: RF Transmission Lines, (Includes: Base station coaxial cables and waveguide for microwave installations along with associated connectors and hardware)

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: ICOM Product Model Name/Number: “No Bid” - N/A (Manufacturer does not provide)

Manufacturer’s Reference Price List: N/A Price Percentage Discount Offered: N/A

Page 166: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RF FILTERING EQUIPMENT

Page 166

Category: RF Filtering Equipment, (Includes: Filter cavities, duplexers, ferrite circulators, receiver multi-couplers, and RF combining equipment)

Bidders are to identify below the same specific product they offered to meet target product specifications described in Appendix G Specifications. Identify below the manufacturer, product model name/number, a fixed price percentage discount (rounded to the 1/10 of one percent) to be applied to the product offered and all parts, features, and accessories. List by line item part number: the manufacturer’s list price and the net price after discount (rounded to the whole cent). The total of line item prices for the entire target product as configured below shall be used for evaluation purposes. Enclose a copy of the manufacturer’s reference price list with the proposal response. Additionally, Bidders may identify by listing below other products they market within this category/subcategory that they wish to include in the contract in the event of contract award. (Reference Section 4.16 Pricing, Part I Solicitation Document and Section 3.4 Contract Pricing of the Model Contract)

Manufacturer: TELEWAVE Product Model Name/Number: TEL TPRD 1554

Manufacturer’s Reference Price List: $2,375.00 (duplexer only) Price Percentage Discount Offered: 37.25 %

Item # Description Part Number Mfg. List Price Per Foot

Net Price After Discount

1 VHF Duplexer TEL TPRD 1554 – (see Appendix G) 2,375.00 1,490.31 1.1 Frequency Range, minimum = 150 to 165 MHz Supported within the TEL TPRD 1554 (see Appendix G) Included Included 1.2 Frequency Separation, minimum = 3 MHz. Supported within the TEL TPRD 1554 (see Appendix G) Included Included 1.3 Insertion Loss, maximum = 0.8 Db. See Appendix G See Note See Note 1.4 Isolation, minimum = 80 Db. Supported within the TEL TPRD 1554 (see Appendix G) Included Included 1.5 Impedance = 50 ohms Supported within the TEL TPRD 1554 (see Appendix G) Included Included 1.6 VSWR, maximum = 1.5:1 Supported within the TEL TPRD 1554 (see Appendix G) Included Included 1.7 Temperature Range = -30°C to +60°C Supported within the TEL TPRD 1554 (see Appendix G) Included Included 1.8 Average Power Input Rating = 120 Watts Supported within the TEL TPRD 1554 (see Appendix G) Included Included 1.9 Mounting: standard 19” Rack Supported within the TEL TPRD 1554 (see Appendix G) Included Included 1.10 Connections = N or BNC See Appendix G See Note See Note

Total Net Evaluation Price: $1,490.31

Page 167: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions) Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

APPENDIX H PRICE WORKSHEETS CATEGORY: RF FILTERING EQUIPMENT

Page 167

Bidder offers the following services commonly available for this product category/subcategory at the percentage discounts listed below off manufacturer’s (or subcontractor’s/dealer’s/distributor’s) list prices or at the per hour price specified.

Services Percent Discount Off List or Charge Per Hour

Equipment configuration and system design: 37.25 % Discount or $__________/Hour

Technical support services: 37.25 % Discount or $__________/Hour

Equipment installation: 37.25 % Discount or $__________/Hour

Equipment repair: __________ % Discount or $ 87.80/Hour

Training: 37.25 % Discount or $__________/Hour

Other Services

IAS CONSULT DAILY RATE Consulting/training services 37.25 % Discount

IAS CONSULT TRAVEL DAYS To-from customer location 37.25 % Discount

IAS ONSITE TECH DAILY RATE System Optimization-Inst Labor 37.25 % Discount

In the event of contract award, Bidder agrees to include the following additional manufacturer products sold under this product category/subcategory which are being offered at the same of greater level of price discount off the reference manufacturer’s price list. In addition, Icom America also offers a 37.25% discount from published list price on all Landmobile Accessories, see ATTACHMENT #1.

Page 168: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 168

APPENDIX I CUSTOMER REFERENCE QUESTIONNAIRE

(To be completed and returned by the customer reference in support of the vendor’s proposal to the State of Washington for RFP 06913 to supply public safety communication equipment.)

As stated under Section 10.0 - Icom America offers the following Client Information to whom we requested professional references from:

Reference name: The National Railroad Passenger Corporation, dba Amtrak

Contact person and telephone: Helen Butler at 215.349.4854. Email: [email protected]

Equipment categories/subcategories: Single Band: Portables, Mobiles, Desktop, Repeaters, Gateway,

Mobile Radio Antennas & Base Station/Repeater Antennas.

Reference name: New York City Transit Authority

Contact person and telephone: Aliya Allen at 646.252.6797. Email: [email protected]

Equipment categories/subcategories: Single Band: Portables

Reference name: Los Angeles County Metropolitan Transit Authority

Contact person and telephone: Jean Davis at 213.922.1005. Email: [email protected]

Equipment categories/subcategories: Single Band: Portables, Mobiles, Desktop, Repeaters, Gateway,

Mobile Radio Antennas & Base Station/Repeater Antennas.

Reference name: Massachusetts Bay Commuter Rail (MBCR)

Contact person and telephone: Ralph Collins at 617.222.3061. Email: [email protected]

Equipment categories/subcategories: Single Band: Portables, Mobiles, Desktop, Repeaters, Mobile

Radio Antennas & Base Station/Repeater Antennas.

Reference name: Burlington Santa Fe Railway (BNSF)

Contact person and telephone: Robert Leedham at 913.551.4615. Email: [email protected]

Equipment categories/subcategories: Single Band: Portables, Mobiles, Desktop, Repeaters, Gateway,

Mobile Radio Antennas & Base Station/Repeater Antennas.

Page 169: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 169

Icom America’s Responses

Section Description Yes No Comment(s)

PART II Washington State Supplemental Standard Terms and Conditions X ACKNOWLEDGED

Washington State Supplemental Standard Terms and Conditions

1. Management fee Contractor will pay a management fee of 0.74 percent to DES on all state contract sales. The management fee must be rolled into the contractor’s current pricing, and not shown as a separate line item on an invoice.

DES may increase, reduce or eliminate the management fee, and reserves the right to negotiate contract pricing with the contractor when adjustment of the management fee might justify an increase in pricing. Written notifications of the management fee by DES become effective for new purchases or new change orders to existing purchases 30 calendar days after notification unless DES grants additional time.

The state reserves the right to audit, or have a designated third party audit, applicable records to ensure that the state has been properly invoiced and all management fees have been paid. Failure to accurately report total net sales, to submit a timely usage report, or remit timely payment of the management fee, may be cause for contract termination, the charging of interest or penalties, or the exercise of other remedies provided by law.

The management fee does not include or supersede fee terms owed to other entities such as the Western States Contracting Alliance (WSCA), National Association of State Procurement Officials (NASPO) or governmental entities other than the state of Washington.

Management fee payment must reference the contract number, work request number (if applicable), the year and quarter for which the management fee is being remitted, and the contractor’s name as it is known to DES, if not already included on the face of the check. All payments are sent to:

Washington State Department of Enterprise Services Finance Department 1500 Jefferson St. S.E. PO Box 41460 Olympia, WA 98504-1460

2. Contract usage report The management fee will be based on total contract usage (sales), which must be reported quarterly by the contractor in the Contract Sales Reporting System. DES will provide a login password and a vendor number.

For each report, contractor must identify every purchaser who has made purchases during the reporting period. The “Miscellaneous” option may be used only with prior approval by DES, and use of this option without prior approval by DES may be cause for contract termination. Refer sales reporting questions to the Contract Administrator.

Page 170: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 170

Due date: Reports must be submitted electronically within 30 days after the end of the calendar quarter: no later than April 30, July 31, October 31 and January 31.

Failure to provide reports in accordance with the schedule above may be cause for contract termination.

3. Other required term contract reports DES may require the contractor to provide a detailed annual contract sales history report. This report, if requested, will include at a minimum, but is not limited to: product description, part number or other product identifier, per unit quantities sold, and contract price. This report must be provided to DES in an electronic format that can be read by MS Excel. Unless the solicitation specifies otherwise, all other required reports will be designed and approved by the parties by mutual agreement.

4. Common vendor-registration and bid-notification system Contractor shall be registered in the state’s common vendor registration and bid notification system, RCW 39.29.006, known as Washington’s Electronic Business Solution (WEBS), at www.ga.wa.gov/webs. Contractors already registered need not re-register. It is the sole responsibility of contractor to properly register and maintain an accurate vendor profile.

5. Statewide Payee Desk Contractors must register with the Washington Statewide Payee Desk, maintained by DES, in order to be paid for contract sales. Washington state agencies cannot make payments to a contractor until it is registered. Registration materials are available here: Receiving Payment from the State.

6. Contractor qualifications and requirements DES reserves the right to require receipt of proof of compliance with any of the requirements in this section within ten (10) calendar days from the date of request, and to terminate this contract as a material breach for noncompliance with any requirement of this paragraph. Contractor shall maintain compliance with these requirements throughout the life of this contract.

a. Hours of labor

In compliance with RCW 49.28, contractor agrees that no worker, laborer, or mechanic in the employ of the contractor or subcontractor shall be permitted or required to work more than eight (8) hours in any one calendar day, or forty (40) hours in any one calendar week. However, in cases of extraordinary emergency such as danger to life or property, the hours of work may be extended but in such cases the rate of pay for time employed in excess of the above shall be at the prevailing overtime rate of pay. Except, contracts will not require the payment of overtime rates for the first two hours worked in excess of eight (8) hours per day when the employer has obtained the employee’s agreement (as defined in WAC 296-127-022) to work a four-day, ten-hour work week.

b. Prevailing wage requirements

Some on-site services performed within the state of Washington under the provisions of this Contract may fall under the requirements of Washington State law (Chapter 39.12 RCW) for the payment of prevailing wages to Contractor’s/Subcontractor’s employees. The Washington State Department of Labor and Industries publishes labor classifications and prevailing wage rates for public work (work, construction, alteration, repair or improvement) performed at a cost to the state

Page 171: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 171

or any municipality. Additional information is available from the Department of Labor and Industries website at - http://www.lni.wa.gov/TradesLicensing/PrevWage/default.asp

Specific wage rates and job classifications for work to be performed must be identified in the purchaser’s order document and Contractor/Subcontractor must submit approved “Intent to Pay Prevailing Wages” and an “Affidavit of Wages Paid” documents with invoices to receive payments. The prevailing wage rates in effect at the time of order placement shall apply for the work performed.

7. Delivery requirements

a. Hazardous materials:

Consistent with WAC 296-839, all manufacturers and distributors of hazardous substances, including any of the items listed in this contract, must include a complete material safety data sheet (MSDS) for each hazardous material. Additionally, each container of hazardous materials must be appropriately labeled with:

The identity of the hazardous material,

Appropriate hazard warnings, and

Name and address of the chemical manufacturer, importer, or other responsible party

The Department of Labor and Industries may levy appropriate fines for noncompliance and agencies may withhold payment-pending receipt of a legible copy of MSDS. It should be noted that OSHA Form 20 is not acceptable in lieu of this requirement unless it is modified to include appropriate information relative to “carcinogenic ingredients” and “routes of entry” of the product(s) in question.

8. Taxes, fees and licenses

a. Ferry vessel exemption(as applicable) Orders for tangible personal property which become a component part of ferry vessels of the State of Washington or local government units in the State of Washington are exempt from use tax under RCW 82.12.0279.

9. General Provisions

a. Governing law and venue

This contract shall be construed and interpreted in accordance with the laws of the State of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County.

b. Immunity and hold harmless

To the fullest extent permitted by law, contractor shall indemnify, defend and hold harmless state, agencies of state and all officials, agents and employees of state (the “Indemnified Parties”), from and against all claims for bodily injury, death or damage to property. Contractor's obligation to

Page 172: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 172

indemnify, defend, and hold harmless includes any claim by contractor’s agents, employees, representatives, or any subcontractor or its employees.

Contractor expressly agrees to indemnify, defend, and hold harmless the Indemnified Parties for any claim arising out of or incident to contractor's or any subcontractor's performance or failure to perform the contract. Contractor shall be required to indemnify, defend, and hold harmless the Indemnified Parties only to the extent claim is caused in whole or in part by negligent, reckless or willful acts or omissions of contractor, its agents, employees, representatives, or any subcontractor or its employees.

Contractor waives its immunity under Title 51 to the extent it is required to indemnify, defend and hold harmless state and its agencies, officials, agents or employees.

10. Insurance The following are general insurance provisions for the State of Washington. Additional requirements specific to a good/service may be detailed elsewhere in a solicitation or its appendices.

a. General requirements

Contractor shall, at its own expense, obtain and keep in force insurance as follows until completion of the contract. Upon request, contractor shall furnish evidence in the form of a certificate of insurance satisfactory to the State of Washington that insurance, in the following kinds and minimum amounts, has been secured. Failure to provide proof of insurance, as required, will result in contract cancellation.

Contractor shall include all subcontractors as insureds under all required insurance policies, or shall furnish separate Certificates of Insurance and endorsements for each subcontractor. Subcontractor(s) must comply fully with all insurance requirements stated herein. Failure of subcontractor(s) to comply with insurance requirements does not limit contractor’s liability or responsibility.

All insurance provided in compliance with this contract shall be primary as to any other insurance or self-insurance programs afforded to or maintained by the state.

b. Specific requirements

Employer’s Liability (Stop Gap): The contractor will at all times comply with all applicable workers’ compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable and will maintain Employers Liability insurance with a limit of no less than $1,000,000.00. The State of Washington will not be held responsible in any way for claims filed by the contractor or their employees for services performed under the terms of this contract.

Commercial General Liability Insurance: The contractor shall at all times during the term of this contract, carry and maintain commercial general liability insurance and if necessary, commercial umbrella insurance for bodily injury and property damage arising out of services provided under this contract. This insurance shall cover such claims as may be caused by any act, omission, or negligence of the contractor or its officers, agents, representatives, assigns, or servants.

The insurance shall also cover bodily injury, including disease, illness and death, and property damage arising out of the contractor’s premises/operations, independent contractors, products/completed operations, personal injury and advertising injury, and contractual liability

Page 173: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 173

(including the tort liability of another assumed in a business contract), and contain separation of insured’s (cross liability) conditions.

Contractor waives all rights against the State of Washington for the recovery of damages to the extent they are covered by general liability or umbrella insurance.

The limits of liability insurance shall not be less than as follows:

General aggregate limits (other than products-completed operations) $2,000,000

Products-completed operations aggregate $2,000,000

Personal and advertising injury aggregate $1,000,000

Each occurrence (applies to all of the above) $1,000,000

Fire damage limit (per occurrence) $50,000

Medical expense limit (any one person) $5,000

c. Business Auto Policy (BAP)

In the event that services delivered pursuant to this contract involve the use of vehicles, or the transportation of clients, automobile liability insurance shall be required. The coverage provided shall protect against claims for bodily injury, including illness, disease, and death; and property damage caused by an occurrence arising out of or in consequence of the performance of this service by the contractor, subcontractor, or anyone employed by either.

Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a combined single limit not less than $1,000,000 per occurrence. The business auto liability shall include Hired and Non-Owned coverage.

Contractor waives all rights against the State of Washington for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance.

d. Additional insurance provisions

All above insurance policies shall include, but not be limited to, the following provisions:

Additional insured:

The State of Washington and all authorized purchasers shall be named as an additional insured on all general liability, umbrella, excess, and property insurance policies. All policies shall be primary over any other valid and collectable insurance.

Notice of policy cancellation/Non-renewal: For insurers subject to Chapter 48.18 RCW (admitted and regulated by the Washington State Insurance Commissioner) a written notice shall be given to the director of purchasing or designee 45 calendar days prior to cancellation or any material change to the policy as it relates to this contract. Written notice shall include the affected contract reference number.

e. Surplus lines

Page 174: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 174

For insurers subject to Chapter 48.15 RCW (Surplus Lines) a written notice shall be given to the director of purchasing or designee 20 calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract. Written notice shall include the affected contract reference number.

Cancellation for non-payment of premium:

If cancellation on any policy is due to non-payment of premium, a written notice shall be given the director of purchasing or designee ten (10) calendar days prior to cancellation. Written notice shall include the affected contract reference number.

Identification:

Policy(ies) and certificates of insurance shall include the affected contract reference number.

Page 175: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 175

f. Insurance carrier rating

The insurance required above shall be issued by an insurance company authorized to do business within the State of Washington. Insurance is to be placed with a carrier that has a rating of A- Class VII or better in the most recently published edition of Best’s Reports. Any exception must be reviewed and approved by the Risk Manager for the State of Washington, by submitting a copy of the contract and evidence of insurance before contract commencement. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and Chapter 284-15 WAC .

g. Excess coverage

The limits of all insurance required to be provided by the contractor shall be no less than the minimum amounts specified. However, coverage in the amounts of these minimum limits shall not be construed to relieve the contractor from liability in excess of such limits.

h. Limit adjustments

The state reserves the right to increase or decrease limits as appropriate.

11. Industrial Insurance Coverage The contractor shall comply with the provisions of Title 51 RCW Industrial Insurance. If the contractor fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, DES may terminate this contract. This provision does not waive any of the Washington State Department of Labor and Industries (L&I) rights to collect from the contractor.

Page 176: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913 (unofficial update version), Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes

Page 176

California State Supplemental, General Provisions – Information Technology and Public Safety Radio Goods Special Provisions

Icom America’s Responses

Section Description Yes No Comment(s)

PART II California State Supplemental X ACKNOWLEDGED

California General Provisions.pdf

California Public Safety Radio Goods Special Provision5-11.pdf

Page 177: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913, Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes APPENDIX M SOFTWARE LICENSE AGREEMENT

Page 177

Icom America’s Responses

Section Description Yes No Comment(s)

Appendix M The revised RFP Check List did not appear to indicate to include or exclude from the proposal package, so Icom America is including and acknowledging this required section should we be awarded with this contract.

X ACKNOWLEDGED

This Appendix M Software License Agreement ("Agreement") has been made a part of the Contract/Master Agreement and shall be between the Purchaser/Purchasing Entity, and the [Contractor]. For good and valuable consideration, the parties agree as follows:

1.0 DEFINITIONS 1.1 “Designated Products” means original or replacement products provided by Contractor to Licensee

with which or for which the Software and Documentation is licensed for use.

1.2 “Documentation” means product and software documentation that specifies technical and performance features and capabilities, and the user, operation and training manuals for the Software (including all physical or electronic media upon which such information is provided).

1.3 “Licensee” means Purchaser/Purchasing Entity who has purchased communication equipment through the Contract/Master Agreement.

1.4 “Open Source Software” means software with either freely obtainable source code, license for modification, or permission for free distribution.

1.5 “Open Source Software License” means the terms or conditions under which the Open Source Software is licensed.

1.6 “Security Vulnerability” means a flaw or weakness in system security procedures, design, implementation, or internal controls that could be exercised (accidentally triggered or intentionally exploited) and result in a security breach such that data is compromised, manipulated or stolen or the system damaged.

1.7 “Software” (i) means proprietary software in object code format, and adaptations, translations, de-compilations, disassemblies, emulations, or derivative works of such software; (ii) means any modifications, enhancements, new versions and new releases of the software provided by Contractor; and (iii) may contain one or more items of software owned by a third party supplier. The term "Software" does not include any third party software provided under separate license or third party software not licensable under the terms of this Agreement.

2.0 SCOPE Contractor and Licensee enter into this Agreement in connection with Contractor's delivery of certain proprietary Software or products containing embedded or pre-loaded proprietary Software, or both. This Agreement contains the terms and conditions of the license Contractor is providing to Licensee, and Licensee’s use of the Software and Documentation.

Page 178: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913, Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes APPENDIX M SOFTWARE LICENSE AGREEMENT

Page 178

3.0 GRANT OF LICENSE 3.1 Subject to the provisions of this Agreement and the payment of applicable license fees, Contractor

grants to Licensee a personal, limited, perpetual, non-transferable (except as permitted in Section 7) and non-exclusive license under Contractor’s copyrights and Confidential Information (as defined in the Contract) embodied in the Software to use the Software, in object code form, and the Documentation solely in connection with Licensee's use of the Designated Products. This Agreement does not grant any rights to source code.

3.2 If the Software licensed under this Agreement contains or is derived from Open Source Software, the terms and conditions governing the use of such Open Source Software are in the Open Source Software Licenses of the copyright owner and not this Agreement. If there is a conflict between the terms and conditions of this Agreement and the terms and conditions of the Open Source Software Licenses governing Licensee’s use of the Open Source Software, the terms and conditions of the license grant of the applicable Open Source Software Licenses will take precedence over the license grants in this Agreement. Contractor will use commercially reasonable efforts to: (i) determine whether any Open Source Software is provided under this Agreement; (ii) identify the Open Source Software and provide Licensee a copy of the applicable Open Source Software License (or specify where that license may be found); and, (iii) provide Licensee a copy of the Open Source Software source code, without charge, if it is publicly available. Contractor shall be responsible for any distribution fees may be applicable.

3.3 If the Software is or includes Integration Framework, Customer Service Request (“CSR”), or Cityworks software, such Software is licensed pursuant to this Agreement plus a separate document entitled “Software License Agreement Rider for Integration Framework, Customer Service Request, or Cityworks Software” (which document is incorporated by this reference and is attached to this Agreement).

3.4 Freedom of Use. Contractor understands that a Licensee may provide certain services to other Licensees that are agencies of local, state or federal government and other tax-supported entities. Contractor further understands that Licensees that are agencies of local, state or federal government and other tax-supported entities may provide services to the public. Software delivered hereunder may be used in the delivery of these services. Contractor acknowledges and agrees that such use of Software is acceptable under the licensing agreements contained herein.

4.0 LIMITATIONS ON USE 4.1 Other than as permitted in Section 3.4, Freedom of Use, Licensee may use the Software only for

Licensee's internal business purposes and only in accordance with the Documentation. Any other use of the Software is strictly prohibited. Without limiting the general nature of these restrictions, Licensee will not make the Software available for use by third parties on a "time sharing," "application service provider," or "service bureau" basis or for any other similar commercial rental or sharing arrangement except as provided in Section 3.4.

4.2 Other than as permitted under Section 3.4, Freedom of Use, of this Agreement, Licensee will not, and will not allow or enable any third party to: (i) reverse engineer, disassemble, peel components, decompile, reprogram or otherwise reduce the Software or any portion to a human perceptible form or otherwise attempt to recreate the source code; (ii) modify, adapt, create derivative works of, or merge the Software; (iii) copy, reproduce, distribute, lend, or lease the Software or Documentation to any third party, grant any sublicense or other rights in the Software or Documentation to any third party, or take any action that would cause the Software or Documentation to be placed in the public

Page 179: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913, Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes APPENDIX M SOFTWARE LICENSE AGREEMENT

Page 179

domain; (iv) remove, or in any way alter or obscure, any copyright notice or other notice of Contractor's proprietary rights; or (v) provide, copy, transmit, disclose, divulge or make the Software or Documentation available to, or permit the use of the Software by any third party or on any machine except as expressly authorized by this Agreement. Licensee may make one copy of Software to be used solely for archival, back-up, or disaster recovery purposes; provided that Licensee may not operate that copy of the Software at the same time as the original Software is being operated. Licensee may make as many copies of the Documentation as it may reasonably require for the authorized use of the Software.

4.3 Unless otherwise authorized by Contractor in writing, Licensee will not, and will not enable or allow any third party to: (i) install a licensed copy of the Software on more than one unit of a Designated Product; or (ii) copy onto or transfer Software installed in one unit of a Designated Product onto one other device. Licensee may temporarily transfer Software installed on a Designated Product to another device if the Designated Product is inoperable or malfunctioning, if Licensee provides written notice to Contractor of the temporary transfer and identifies the device on which the Software is transferred. Temporary transfer of the Software to another device must be discontinued when the original Designated Product is returned to operation and the Software must be removed from the other device. Licensee must provide prompt written notice to Contractor at the time temporary transfer is discontinued.

4.4 When using Contractor's Radio Service Software ("RSS"), Licensee must purchase a separate license for each location at which Licensee uses RSS. Licensee's use of RSS at a licensed location does not entitle Licensee to use or access RSS remotely. Licensee may make one copy of RSS for each licensed location. Licensee shall provide Contractor with a list of all locations at which Licensee uses or intends to use RSS upon Contractor’s request.

4.5 Licensee will maintain, during the term of this Agreement and for a period of two years thereafter, accurate records relating to this license grant to verify compliance with this Agreement. Contractor or an independent third party (“Auditor”) may inspect Licensee’s premises, books and records, upon fifteen (15) days prior notice to Licensee, during Licensee’s normal business hours and subject to Licensee's facility and security regulations, no more than once per calendar year. Contractor is responsible for the payment of all expenses and costs of the Auditor. Any information obtained by Contractor and the Auditor will be kept in strict confidence by Contractor and the Auditor and used solely for the purpose of verifying Licensee's compliance with the terms of this Agreement.

5.0 OWNERSHIP AND TITLE Contractor, its licensors, and its suppliers retain all of their proprietary rights in any form in and to the Software and Documentation, including, but not limited to, all rights in patents, patent applications, inventions, copyrights, trademarks, trade secrets, trade names, and other proprietary rights in or relating to the Software and Documentation (including any corrections, bug fixes, enhancements, updates, modifications, adaptations, translations, de-compilations, disassemblies, emulations to or derivative works from the Software or Documentation, whether made by Contractor or another party, or any improvements that result from Contractor’s processes or, provision of information services). No rights are granted to Licensee under this Agreement by implication, estoppel or otherwise, except for those rights which are expressly granted to Licensee in this Agreement. Other than as provided in the Contract, all intellectual property developed, originated, or prepared by Contractor in connection with providing the Software, Designated Products, Documentation or related services, remains vested exclusively in Contractor, and Licensee will not have any shared development or other intellectual property rights.

Page 180: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913, Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes APPENDIX M SOFTWARE LICENSE AGREEMENT

Page 180

6.0 LIMITED WARRANTY; DISCLAIMER OF WARRANTY 6.1 The commencement date and the term of the Software warranty will be a period of ninety (90) days

from System Acceptance (the "Warranty Period"). If Licensee is not in breach of any of its obligations under this Agreement, Contractor warrants that the unmodified Software, when used properly and in accordance with the Documentation and this Agreement, will be free from a reproducible material defect. Whether a defect occurs will be determined solely with reference to the Documentation. Contractor does not warrant that Licensee’s use of the Software or the Designated Products will be uninterrupted, error-free, completely free of Security Vulnerabilities, or that the Software or the Designated Products will meet Licensee’s particular requirements. Contractor makes no representations or warranties with respect to any third party software included in the Software.

6.2 Contractor warrants that no licensed copy of the Software contains or will contain any virus, back door, time bomb, drop dead device, Trojan horse, worm or other software routines or Equipment components designed to permit unauthorized access; or, automatically with the passage of time or under the positive control of a person other than a licensee, to disable, erase, or otherwise harm software, Equipment, or data. [still open for Contractor]

6.3 Contractor’s sole obligation to Licensee, and Licensee’s exclusive remedy under this warranty, is to use reasonable efforts to remedy any material Software defect covered by this warranty. These efforts will involve either replacing the media or attempting to correct significant, demonstrable program or documentation errors or Security Vulnerabilities. If Contractor cannot correct the defect within a reasonable time, then at Contractor’s option, Contractor will replace the defective Software with functionally-equivalent Software, license to Licensee substitute Software which will accomplish the same objective, or terminate the license and refund the Licensee’s paid license fee.

6.4 All other warranty claims are described in the Contract.

6.5 The express warranties set forth in this Section 6 are in lieu of, and Contractor disclaims, any and all other warranties (express or implied, oral or written) with respect to the Software or Documentation, including, without limitation, any and all implied warranties of condition, title, non-infringement, merchantability, or fitness for a particular purpose or use by Licensee (whether or not Contractor knows, has reason to know, has been advised, or is otherwise aware of any such purpose or use), whether arising by law, by reason of custom or usage of trade, or by course of dealing. In addition, Contractor disclaims any warranty to any person other than an authorized user with respect to the Software or Documentation.

7.0 TRANSFERS Licensee will not transfer the Software or Documentation to any third party without Contractor's prior written consent. Contractor’s consent may not be unreasonably withheld and may be conditioned upon transferee paying all unpaid license fees and agreeing to be bound by this Agreement. If the Designated Products are Contractor's radio products and Licensee transfers ownership of the Contractor radio products to a third party, Licensee may assign its right to use the Software (other than RSS) which is furnished for use with the radio products and the related Documentation; provided that Licensee transfers all copies of the Software and Documentation to the transferee, and Licensee and the transferee agrees to be bound by this Agreement.

8.0 TERM AND TERMINATION

Page 181: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913, Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes APPENDIX M SOFTWARE LICENSE AGREEMENT

Page 181

8.1 Licensee’s right to use the Software and Documentation will begin when such Software or Documentation is delivered to Licensee and will continue for the life of the Designated Products with which or for which the Software and Documentation have been provided by Contractor, unless Licensee breaches this Agreement, in which case this Agreement and Licensee's right to use the Software and Documentation may be terminated in accordance with the relevant terms and conditions of the Contract relating to termination for default.

8.2 Within thirty (30) days after termination of this Agreement, Licensee must certify in writing to Contractor that all copies of the Software have been removed or deleted from the Designated Products and that all copies of the Software and Documentation have been returned to Contractor or destroyed by Licensee and are no longer in use by Licensee.

8.3 Licensee acknowledges that Contractor made a considerable investment of resources in the development, marketing, and distribution of the Software and Documentation and that Licensee's breach of this Agreement will result in irreparable harm to Contractor for which monetary damages would be inadequate. If Licensee breaches this Agreement, Contractor may terminate this Agreement and be entitled to all available remedies at law or in equity (including immediate injunctive relief and repossession of all non-embedded Software and associated Documentation unless Licensee is a Federal agency of the United States Government).

9.0 UNITED STATES GOVERNMENT LICENSING PROVISIONS This Section applies if Licensee is the United States Government or a United States Government agency. Licensee’s use, duplication or disclosure of the Software and Documentation under Contractor’s copyrights or trade secret rights is subject to the restrictions set forth in subparagraphs (c)(1) and (2) of the Commercial Computer Software-Restricted Rights clause at FAR 52.227-19 (JUNE 1987), if applicable, unless they are being provided to the Department of Defense. If the Software and Documentation are being provided to the Department of Defense, Licensee’s use, duplication, or disclosure of the Software and Documentation is subject to the restricted rights set forth in subparagraph (c)(1)(ii) of the Rights in Technical Data and Computer Software clause at DFARS 252.227-7013 (OCT 1988), if applicable. The Software and Documentation may or may not include a Restricted Rights notice, or other notice referring to this Agreement. The provisions of this Agreement will continue to apply, but only to the extent that they are consistent with the rights provided to the Licensee under the provisions of the FAR or DFARS mentioned above, as applicable to the particular procuring agency and procurement transaction.

10.0 CONFIDENTIALITY Licensee acknowledges that the Software and Documentation contain Contractor’s valuable proprietary and Confidential Information and are Contractor’s trade secrets, and that the provisions in the Contract concerning Confidential Information apply.

11.0 LIMITATION OF LIABILITY The Limitation of Liability provision is described in the Contract.

12.0 LEGAL NOTICE Legal Notices are described in the Contract.

13.0 GENERAL

Page 182: Public Safety Communication Equipment RFP #06913€¦ · Public Safety Communication Equipment . RFP #06913. Provided by: Icom America Inc. ... Procurement Coordinator) Appendix J

RFP 06913, Public Safety Communication Equipment Part II Model Contract (with Amendment 1 thru 4 changes/revisions)

Yellow identifies Amendment #2 changes and Blue indicates Amendment #4 changes APPENDIX M SOFTWARE LICENSE AGREEMENT

Page 182

13.1 COPYRIGHT NOTICES. The existence of a copyright notice on the Software will not be construed as an admission or presumption of publication of the Software or public disclosure of any trade secrets associated with the Software.

13.2 COMPLIANCE WITH LAWS. Licensee acknowledges that the Software is subject to the laws and regulations of the United States and Licensee will comply with all applicable laws and regulations, including export laws and regulations of the United States. Licensee will not, without the prior authorization of Contractor and the appropriate governmental authority of the United States, in any form export or re-export, sell or resell, ship or reship, or divert, through direct or indirect means, any item or technical data or direct or indirect products sold or otherwise furnished to any person within any territory for which the United States Government or any of its agencies at the time of the action, requires an export license or other governmental approval. Violation of this provision is a material breach of this Agreement.

13.3 ASSIGNMENTS AND SUBCONTRACTING. With the prior written consent of Licensee, which consent shall not be unreasonably withheld, Contractor may assign this Agreement including the proceeds hereof, provided that such assignment shall not operate to relieve Contractor of any of its duties and obligations hereunder, nor shall such assignment affect any remedies available to Licensee that may arise from any breach of the sections of this Agreement, or warranties made herein including but not limited to, rights of setoff.

13.4 GOVERNING LAW. This Agreement is governed by the laws of the United States to the extent that they apply and otherwise by the internal substantive laws of the State to which the Software is shipped if Licensee is a sovereign government entity, or the internal substantive laws of the State of Contractor’s U.S. home office if Licensee is not a sovereign government entity. The terms of the U.N. Convention on Contracts for the International Sale of Goods do not apply. In the event that the Uniform Computer Information Transaction Act, any version of this Act, or a substantially similar law (collectively "UCITA") becomes applicable to a party's performance under this Agreement, UCITA does not govern any aspect of this Agreement or any license granted under this Agreement, or any of the parties' rights or obligations under this Agreement. The governing law will be that in effect prior to the applicability of UCITA.

13.5 THIRD PARTY BENEFICIARIES. This Agreement is entered into solely for the benefit of Contractor and Licensee. No third party has the right to make any claim or assert any right under this Agreement, and no third party is deemed a beneficiary of this Agreement. Notwithstanding the foregoing, any licensor or supplier of third party software included in the Software will be a direct and intended third party beneficiary of this Agreement.

13.6 SURVIVAL. Sections 4, 5, 6.3, 7, 8, 9, 10, 11 and 13 survive the termination of this Agreement.

13.7 ORDER OF PRECEDENCE. In the event of inconsistencies between this Agreement and the Contract, the parties agree that this Agreement prevails, only with respect to the specific subject matter of this Agreement, and not the Contract or any other exhibit as it applies to any other subject matter.

13.8 SECURITY. Contractor uses reasonable means in the design and writing of its own Software and the acquisition of third party Software to limit Security Vulnerabilities. While no software can be guaranteed to be free from Security Vulnerabilities, if a Security Vulnerability is discovered, Contractor will take the steps set forth in Section 6 of this Agreement.