Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 04-01-25
The City of Boynton Beach City Commission Agenda Tuesday, April 1, 2025, 6:00 PM City Hall Commission Chambers 100 E. Ocean Avenue Boynton Beach City Commission Rebecca Shelton, Mayor (At Large) Woodrow L Hay, Vice Mayor (District II) Angela Cruz, Commissioner (District I) Thomas Turkin, Commissioner (District III) Aimee Kelley, Commissioner (District IV) Daniel Dugger, City Manager Shawna Lamb, City Attorney Maylee De Jesus, City Clerk *Mission* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. www.boynton-beach.org Welcome Thank you for attending the City Commission Meeting 1 General Rules & Procedures for Public Participation at City of Boynton Beach Commission Meetings The Agenda: There is an official agenda for every meeting of the City Commissioners, which determines the order of business conducted at the meeting. The City Commission will not take action upon any matter, proposal, or item of business, which is not listed upon the official agenda, unless a majority of the Commission has first consented to the presentation for consideration and action. Consent Agenda Items: These are items which the Commission does not need to discuss individually and which are voted on as a group. Regular Agenda Items: These are items which the Commission will discuss individually in the order listed on the agenda. Voice Vote: A voice vote by the Commission indicates approval of the agenda item. This can be by either a regular voice vote with "Ayes & Nays" or by a roll call vote. Speaking at Commission Meetings: The public is encouraged to offer comment to the Commission at their meetings during Public Hearings, Public Audience, and on any regular agenda item, as hereinafter described. City Commission meetings are business meetings and, as such, the Commission retains the right to impose time limits on the discussion on an issue. Public Hearings: Any citizen may speak on an official agenda item under the section entitled "Public Hearings." Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission - Time Limit - Three (3) Minutes. Regular Agenda Items: Any citizen may speak on any official agenda item(s) listed on the agenda after a motion has been made and properly seconded, with the exception of Consent Agenda Items that have not been pulled for separate vote, reports, and presentations. - Time Limit - Three (3) Minutes. Addressing the Commission: When addressing the Commission, please step up to either podium and state your name for the record. Decorum: Any person who disrupts the meeting while addressing the Commission may be ordered by the presiding officer to cease further comments and/or to step down from the podium. Failure to discontinue comments or step down when so ordered shall be treated as a continuing disruption of the public meeting. An order by the presiding officer issued to control the decorum of the meeting is binding, unless over-ruled by the majority vote of the Commission members present. Please turn off all cellular phones in the City Commission Chambers while the City Commission Meeting is in session. The City of Boynton Beach encourages interested parties to attend and participate in public meetings either in-person or via communications media technology online. To view and/or 2 1.Openings A.Call to Order - Mayor Rebecca Shelton participate in the City Commission meeting online you have the following options: 1. Watch the meeting online, but not participate: https://www.boynton-beach.org/748/Watch-City-Commission-Meetings 2. Watch the meeting online and provide public comment during the meeting: YouTube channel (https://www.youtube.com/@cityofboynton). Please click onto the description / more tab under the video player to see: *The Agenda link *Live-To-Air Public Comment link *Instructions on how to make a comment link *Tech Support hotline number If you are following the agenda and want to speak specifically during the agenda item labeled “Public comments”, you are permitted to start the connectivity process during the item that precedes public comments to ensure that all contributors are in que, screened and ready when that segment of the agenda is presented, or please wait until your topic of concern is being discussed before requesting to join the meeting for public comment. Please note that time limits will be enforced so comments must be limited to no more than 3 minutes. *Presenters, Consultants, and Subject Matter Experts (SME) may join at any time with prior approval. For additional information or for special assistance prior to the meeting, please contact Maylee De Jesús, City Clerk at cityclerk@bbfl.us or (561) 742-6061. Roll Call. 3 2.Other A.Information Items by members of the City Commission. 3.Announcements, Community and Special Events And Presentations A.Update on dredging project at Harvey E. Oyer Park. B.Announcement- Pre-hurricane prep and Vegetation Amnesty Week. C.Announcement- Art and Autism Expo. D.Presentation- 2024 Year-End Crime Report by the Boynton Beach Police Department. 4.Public Audience Invocation given by Vice Mayor Woodrow Hay. Pledge of Allegiance to the Flag led by Commissioner Thomas Turkin. Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption City Commissioners to disclose any informational items to the public. Andy Studt from PBC Environmental Resources Management office will provide an update on the dredging project at Harvey Oyer Jr. Park. Announce that Hurricane Season begins June 1 st and the Solid Waste Division is urging residents to do their part by conducting tree trimming early in preparation for the Hurricane Season. The City will be having a Hurricane Vegetation Amnesty Week that begins May 5 th – May 9th, 2025. Residents may place more than the three (3) cubic yards of vegetation only out for pickup on their scheduled bulk day during that week. Fees will be waived during amnesty week only. All guidelines must be followed for pickup. The City of Boynton Beach is partnering with FAU's Center for Autism and Related Disabilities for the fifth annual Art & Autism Expo, where art will be displayed throughout April in the Arts and Cultural Center, 125 E. Ocean Ave. There will be a special gallery opening event from 5:00 P.M. to 7:30 P.M., on Tuesday, April 8, during which attendees can see performances, meet the artists, enjoy treats from The Chocolate Spectrum and make candles with ScentsAbility Candles! Review the crime statistics from 2024. Public Audience: Any citizen may be heard concerning any matter within the scope 4 5.Administrative A.Proposed Resolution No. R25-081- Appoint a City Commission representative and alternate to the Countywide Intergovernmental Coordination Program. B.Proposed Resolution No. R25-082- Appoint a City Commission representative and alternate to the Coalition of Boynton West Residents Association (COBWRA). C.Proposed Resolution No. R25-083- Appoint a City Commission representative and alternate to the Palm Beach County League of Cities. D.Proposed Resolution No. R25-084- Appoint a City Commission representative and alternate to the Transportation Planning Agency (Formerly known as the MPO, Metropolitan Planning Organization). E.Advisory Board Appointments. F.Community Support Funds. 6.Consent Agenda A.Proposed Resolution No. R25-085- Approve a Piggyback Agreement between the City and Blue Iguana Pest Control, Inc. d/b/a Iguana Control for reptile control services in an amount not to exceed $80,080. B.Proposed Resolution No. R25-086- Approving a Collocation Agreement between the City and Dish Wireless, LLC, and a Memorandum of Agreement between the City and Dish Wireless, LLC to allow for ground equipment and co-location on the existing telecommunications tower at 1901 N. Seacrest Blvd. with a lease area of 35 square feet. C.Proposed Resolution No. R25-087- Approving and authorizing the Mayor to sign a Use of Property Agreement between the City of Boynton Beach and First Baptist Church of Boynton Beach for the 2025 Taste of Boynton Beach event on Saturday, April 26, 2025. of the jurisdiction of the Commission. Speakers will be limited to 3-minute presentations (at the discretion of the Chair, this 3-minute allowance may need to be adjusted depending on the level of business coming before the City Commission). Staff recommends approval of Proposed Resolution No. R25-081. Staff recommends approval of Proposed Resolution No. R25-082. Staff recommends approval of Proposed Resolution No. R25-083. Staff recommends approval of Proposed Resolution No. R25-084. City Commission to reappoint and appoint eligible members of the community to serve in vacant positions on City Advisory Boards. Approve Community Support Fund request from Commissioner Kelley. Staff recommends approval of Proposed Resolution No. R25-085 . Staff recommends approval of Proposed Resolution No. R25-086. Staff recommends approval of Proposed Resolution No. R25-087. 5 D.Proposed Resolution No. R25-088- Approving and authorizing the Mayor to sign a Use of Property Agreement between the City of Boynton Beach and 315 South Federal LLC for the 2025 Taste of Boynton Beach event on Saturday, April 26, 2025. E.Proposed Resolution No. R25-089- Authorizing the City to apply for the Firehouse Subs Public Safety Grant for the amount up to $48,500, and if awarded, authorize the City to accept the Grant, and authorize the Mayor to execute all documents associated with the grant, subject to the approval of the City Attorney. F.Proposed Resolution No. R25-090- Approving a First Addendum to the Security Agreement with the School Board of Palm Beach County renewing the Agreement through July 31, 2026. G.Commission Meeting Minutes. 7.Consent Bids and Purchases over $100,000 A.Proposed Resolution No. R25-091- Approve an Order Form with FLOCK Group, Inc. to purchase and maintain a Drone First Responder Program in an amount not to exceed $350,000 for the initial term utilizing the Sole Source procurement exemption. B.Proposed Resolution No. R25-092- Approving an annual service agreement with Motorola, Inc. for the continued maintenance and repair of the city's P25 radio telecommunications systems as a sole source vendor with an expenditure not to exceed $165,000 annually for the next four years. C.Proposed Resolution No. R25-093- Approve the Piggyback Agreement between the City and Honeywell International, Inc., utilizing pricing from National Purchasing Partners ("NPPGov") through LEAGUE OF OREGON CITIES contract for the purchase of a Fire Station Alerting system for the budgeted amount of up to $800,000. 8.Public Hearing 6 P.M. or as soon thereafter as the agenda permits. T he City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. Staff recommends approval of Proposed Resolution No. R25-088. Staff recommends approval of Proposed Resolution No. R25-089. Staff recommends approval of Proposed Resolution No. R25-090. Approve minutes from the March 18, 2025 City Commission Meeting. Staff recommends approval of Proposed Resolution No. R25-091. Staff recommends approval of Proposed Resolution No. R25-092. Staff recommends approval of Proposed Resolution No. R25-093. 6 9.City Manager’s Report 10.Regular Agenda A.Proposed Resolution No. R25-094- Approve naming the entry road to Boynton Beach High School as "Lamar Jackson Way" in honor of Boynton Beach High School Alumnus Lamar Jackson for his outstanding athletic achievements and contributions to the community. B.Discussion on Animal Control position in Police Department. C.Discussion regarding taking a Legislative Summer Break. D.Discussion on residency requirements to hold elected office. E.Discussion on waiver process to allow continued service on advisory boards. F.Request for a joint meeting with the Community Redevelopment Agency. 11.Future Agenda Items A.Discuss and provide an update on Fire Station #3, to also include a State of the Fire Department.- April 15, 2025 B. First Reading of an ordinance to amend the City’s Land Development Regulation regarding standards for Artificial Turf.- April 15, 2025 C. First Reading of an ordinance to amend the City’s Land Development Regulation regarding expanding the uses of Public Art Fees.- April 15, 2025 D.First Reading of an ordinance regarding construction hours near residential locations and decibel levels .- April 15, 2025 E.Discussion regarding fluoride in the water.- TBD F.Discussion regarding the City's Comprehensive Plan. - TBD G.Discussion regarding Citywide Master Plan to light up the City.- TBD Staff recommends approval of Proposed Resolution No. R25-094. Requested by Commissioner Kelley. Requested by Commissioner Kelley. Requested by Commissioner Turkin. Requested by Commissioner Turkin. Select date and time for a joint meeting of the Community Redevelopment Agency and the City. Requested by Commissioner Kelley. Requested by Commissioner Turkin. Requested by Commissioner Turkin. Requested by Commissioner Cruz. Requested by Vice Mayor Hay. Requested by Commissioner Cruz. 7 H.Discussion on utility lift station upgrades and odor control - TBD I.Discussion in regards to an additional area that might be available as a future cemetery.- TBD J.Discussion regarding requirements for Advisory Board Appointments.- Pending meeting with Commissioner Kelley K.Discussion regarding Hazard Pay for Community Standards.- Pending meeting with Commissioner Cruz L.Discussion regarding Amendments to the Code of Ordinances regarding flooding in the community.- Pending meeting with Commissioner Cruz M.Discussion regarding combining City properties together to create senior affordable housing.- TBD N.Discussion on creating a charter review committee. - TBD O.Discussion on creating a code enforcement review board. - TBD P.Discussion regarding creating a beautification board. - TBD 12.Adjournment Requested by Commissioner Turkin. Requested by Vice Mayor Hay. Requested by Vice Mayor Hay. Requested by Commissioner Kelley. Requested by Commissioner Cruz. Requested by Commissioner Cruz. Requested by Commissioner Hay. Requested by Commissioner Turkin. Requested by Commissioner Turkin. Requested by Commissioner Turkin. Notice If a person decides to appeal to any decision made by the City Commission with respect to any matter considered at this meeting, He/She will need a record of the proceedings and, for such purpose, He/She may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. (F.S. 286.0105) The City shall furnish appropriate auxiliary aids and services where necessary to afford an individual with a disability an equal opportunity to participate in and enjoy the benefits of a service, program, or activity conducted by the City. Please contact the City Clerk's office, (561) 742-6060 or (TTY) 1-800-955-8771, at least 48 hours prior to the program or activity in order for the City to reasonably accommodate your request. Additional agenda items may be added subsequent to the publication of the agenda on the City's web site. Information regarding items added to the agenda after it is published on the City's web site can be obtained from the office of the City Clerk. 8 City of Boynton Beach Agenda Item Request Form 3.A Announcements, Community and Special Events And Presentations 04/ 1/2025 Meeting Date: 04/ 1/2025 Update on dredging project at Harvey E. Oyer Park. Requested Action: Andy Studt from PBC Environmental Resources Management office will provide an update on the dredging project at Harvey Oyer Jr. Park. How will this affect city programs or services? Oyer Park boat ramp will shut down for approximately one to two weeks for project. Attachments: SLWI 2025 Fact Sheet.pdf 9 Project Overview Phase I (February –April) •A cutterhead dredge will remove the accumulating sand in the interior sand trap and within the navigation channels west of the inlet. •Sand/water mixture will travel by pipeline through the Ocean Inlet Park, under A1A and along the beach into the ocean at Ocean Hammock Park. •More than 55,000 cubic yards of sand from the interior sand trap, the Lake Worth Lagoon, and the Boynton Boat Club Channel will be removed and re-introduced into the coastal (beach) system. •Dredged material will be placed below the low tide line. Project Partners Palm Beach County, Florida Inland Navigation District, City of Boynton Beach, Florida Department of Environmental Protection Palm Beach County Board of County Commissioners Department of Environmental Resources Management 2300 North Jog Road -Fourth Floor, West Palm Beach, FL 33411 Phone: 561-233-2400 pbcerm.com SOUTH LAKE WORTH INLET SAND TRAP AND CHANNEL MAINTENANCE DREDGING PROJECT Palm Beach County Inlets •4 inlets, 2 natural and 2 man made. •South Lake Worth Inlet, also called the Boynton Inlet, construction started in 1925 and completed in 1927. Project Location •Between the towns of Manalapan and Ocean Ridge. •Connects the Atlantic Ocean with the Lake Worth Lagoon. The Challenge •Inlets interrupt the natural southerly flow of sand along the coast. •Sand has piled up in the interior sand trap and navigation channels adjacent to the inlet. The Solution •Dredge the sand trap adjacent to the inlet. •Dredge the shoaled sand from the Intracoastal Waterway and Harvey E. Oyer Jr. Park boat ramp channel. •Beneficially reuse dredged sand by placing on the critically eroded shoreline of Ocean Ridge. Connect with Us @pbcerm Published Feb. 2025 Aerial photo of the SLWI Inlet from the Ocean. 10 City of Boynton Beach Agenda Item Request Form 3.B Announcements, Community and Special Events And Presentations 04/ 1/2025 Meeting Date: 04/ 1/2025 Announcement- Pre-hurricane prep and Vegetation Amnesty Week. Requested Action: Announce that Hurricane Season begins June 1 st and the Solid Waste Division is urging residents to do their part by conducting tree trimming early in preparation for the Hurricane Season. The City will be having a Hurricane Vegetation Amnesty Week that begins May 5 th – May 9 th, 2025. Residents may place more than the three (3) cubic yards of vegetation only out for pickup on their scheduled bulk day during that week. Fees will be waived during amnesty week only. All guidelines must be followed for pickup. Explanation of Request: Hurricane Season begins June 1 st and the Solid Waste Division is urging residents to do their part by conducting tree trimming early in preparation for the Hurricane Season. Residents should not do any major tree trimming or place bulk items at the roadside after the announcement of a named storm as there is no guarantee that vegetation or bulk items will be picked up before a storm arrives. As part of normal vegetation pick-up residents can place three (3) cubic yards of vegetation weekly to be set at the curb the day before their scheduled pick-up day. Vegetation needs to be cut in 4’ lengths and 4” in diameter. The vegetation must be placed at the roadside leaving 3’ around any obstructions, such 11 as mailboxes, cars or recycling bins. Bulk trash and vegetation must be separated for pick-up. Any trash or debris mixed in with vegetation will have to be removed by the resident prior to pick up. Large tree stumps and trunks larger than 4’ in diameter require a special pick up. The City will be having a Hurricane Vegetation Amnesty Week that began May 5 th -May 9 th, 2025. Residents may place more than the three (3) cubic yards of vegetation only out for pickup on their scheduled bulk day during that week. Fees will be waived during amnesty week only. All guidelines must be followed for pickup. If you have any questions you can contact us at (561) 742-6200, option 1, Monday- Friday, 8:00 A.M. to 5:00 P.M. How will this affect city programs or services? N/A Budgeted Item: Yes Account Line Item and Description: Other contractual services/waste disposal 431-2515- 534-34-62 Fiscal Impact: It is included with our annual Solid Waste disposal costs. 12 City of Boynton Beach Agenda Item Request Form 3.C Announcements, Community and Special Events And Presentations 04/ 1/2025 Meeting Date: 04/ 1/2025 Announcement- Art and Autism Expo. Requested Action: The City of Boynton Beach is partnering with FAU's Center for Autism and Related Disabilities for the fifth annual Art & Autism Expo, where art will be displayed throughout April in the Arts and Cultural Center, 125 E. Ocean Ave. There will be a special gallery opening event from 5:00 P.M. to 7:30 P.M., on Tuesday, April 8, during which attendees can see performances, meet the artists, enjoy treats from The Chocolate Spectrum and make candles with ScentsAbility Candles! How will this affect city programs or services? The event will be held in the Arts and Cultural Center. Budgeted Item: Yes Account Line Item and Description: 49-17 Other Contractual Services 13 City of Boynton Beach Agenda Item Request Form 3.D Announcements, Community and Special Events And Presentations 04/ 1/2025 Meeting Date: 04/ 1/2025 Presentation- 2024 Year-End Crime Report by the Boynton Beach Police Department. Requested Action: Review the crime statistics from 2024. Explanation of Request: This presentation will go over the crime statistics from 2024. How will this affect city programs or services? N/A Account Line Item and Description: N/A Fiscal Impact: N/A Attachments: 2024 END OF YEAR CRIME REPORT.pptx 14 15 2023 2024 % CHANGE / LAST YEAR ARREST CLEARENCE RATE/ARREST CRIMINAL HOMICIDE 5 3 -40%3 100% SEXUAL BATTERY 48 31 -35%2 6% ROBBERY 61 61 0%14 23% AGG ASSAULT/BATTERY 281 245 -13%72 29% VIOLENT CRIME TOTAL:395 340 -14%91 27% YEAR END CRIME REPORT 2024 *FINAL NUMBERS CONFIRMED WITH FIBRS/NIBRS REPORTING OFFENSE 2023 2024 % CHANGE / LAST YEAR ARREST CLEARENCE RATE BURGLARY 132 167 27%32 19% RETAIL THEFT / SHOPLIFTING 734 628 -14%218 35% AUTO BURGLARY 357 361 1%38 11% AUTO THEFT 203 163 -20%17 10% LARCENY 643 650 1%61 9% NON-VIOLENT CRIME TOTAL:2069 1969 -5%366 19% 2023 2024 % CHANGE / LAST YEAR ARREST CLEARENCE RATE DRUG OFFENSES 451 623 38%503 81% TOTAL ARRESTS 2157 2205 2% FIELD INTERVIEW REPORTS 381 806 112% CITATIONS - MOVING 4411 5996 36% CITATIONS - NON MOVING 3214 3535 10% TRAFFIC ACCIDENTS 3258 3346 3% CALLS FOR SERVICE 99952 97989 -2% INDEX CRIME TOTAL 2464 2309 -6%457 45% 16 •CALLS FOR SERVICE WERE DOWN 2% COMPARED TO LAST YEAR. •CALLS FOR SERVICE WERE LOWER THAN USUAL THROUGH THE FIRST AND SECOND QUARTER OF 2024, HOWEVER, THERE WAS AN INCREASE FOR THE FOURTH QUARTER OF THE YEAR, POSSIBLY DUE TO THE HOLIDAYS. 6660 8530 8430 8310 8330 8049 8693 8253 8072 8442 7963 82577787 7890 8766 9113 9380 9087 8559 8924 8045 8065 7037 7299 5000 5500 6000 6500 7000 7500 8000 8500 9000 9500 10000 JANUARY FEBRUARY MARCH APRIL MAY JUNE JULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER CALLS FOR SERVICE 2023 Vs. 2024 2024 2023 •MAY SEE A SLIGHT DECREASE IN CALLS FOR SERVICE AS THE ONLINE SELF REPORTING PROGRAM GAINS MOMENTUM. •The Online Self Reporting System went live in January 2025. 17 2023 2024 % CHANGE / LAST YEAR ARREST CLEARENCE RATE/ARREST CRIMINAL HOMICIDE 5 3 -40%3 100% SEXUAL BATTERY 48 31 -35%2 6% ROBBERY 61 61 0%14 23% AGG ASSAULT/BATTERY 281 245 -13%72 29% VIOLENT CRIME TOTAL:395 340 -14%91 27%* YEAR QTY % CHANGE 2020 9 50% 2021 6 -50% 2022 3 -50% 2023 5 67% 2024 3 -40% CRIMINAL HOMICIDE HOMICIDES HAVE DECREASED BY 40% THIS YEAR WITH A 100% CLEARENCE RATE FOR ALL HOMICIDE CASES. SEXUAL BATTERY IS DOWN 35% FROM 2023. ROBBERY HAS SHOWN NO INCREASE AND NO DECREASE COMPARED TO LAST YEAR. AGGRAVATED ASSAULT HAS GONE DOWN 13% FROM 2023. VIOLENT CRIME HAS DECREASED BY 14% COMPARED TO 2023. 5 48 61 281 3 31 61 245 0 50 100 150 200 250 300 CRIMINAL HOMICIDE SEXUAL BATTERY ROBBERY AGG ASSAULT/BATTERY VIOLENT CRIME 2023 / 2024 2024 2023 18 391 9 105 23 0 50 100 150 200 250 300 350 400 450 AGG ASSAULT/BATTERY CRIMINAL HOMICIDE ROBBERY SEXUAL BATTERY 2020 VIOLENT CRIME 292 6 82 39 0 50 100 150 200 250 300 350 AGG ASSAULT/BATTERY CRIMINAL HOMICIDE ROBBERY SEXUAL BATTERY 2021 VIOLENT CRIME 276 3 76 49 0 50 100 150 200 250 300 AGG ASSAULT/BATTERY CRIMINAL HOMICIDE ROBBERY SEXUAL BATTERY 2022 VIOLENT CRIME 311 6 63 57 0 50 100 150 200 250 300 350 AGG ASSAULT/BATTERY CRIMINAL HOMICIDE ROBBERY SEXUAL BATTERY 2023 VIOLENT CRIME 245 3 61 31 0 50 100 150 200 250 300 AGG ASSAULT/BATTERY CRIMINAL HOMICIDE ROBBERY SEXUAL BATTERY 2024 VIOLENT CRIME VIOLENT CRIME – 5 YEAR VISUAL COMPARISON VIOLENT CRIME 2020 2021 2022 2023 2024 AGG ASSAULT/BATTERY 391 292 276 311 245 CRIMINAL HOMICIDE 9 6 3 6 3 ROBBERY 105 82 76 63 61 SEXUAL BATTERY 23 39 49 57 31 19 OFFENSE 2023 2024 % CHANGE / LAST YEAR ARREST CLEARENCE RATE BURGLARY 132 167 27%32 19% RETAIL THEFT / SHOPLIFTING 734 628 -14%218 35% AUTO BURGLARY 357 361 1%38 11% AUTO THEFT 203 163 -20%17 10% LARCENY 643 650 1%61 9% NON-VIOLENT CRIME TOTAL:2069 1969 -5%366 19% NON – VIOLENT CRIME IS DOWN 5% COMPARED TO 2023. •BURGLARY HAS INCREASED BY 27% THIS YEAR COMPARED TO LAST YEAR HOWEVER, WE ARE SHOWING A 19% CLEARENCE RATE WITH 32 TOTAL ARRESTS. •RETAIL THEFT / SHOPLIFTING HAS DECREASED BY 14% AND WITH 218 ARRESTS, BBPD IS SHOWING A CLEARENCE RATE OF 35%! 132 734 357 203 643 167 628 361 163 650 0 100 200 300 400 500 600 700 800 BURGLARY RETAIL THEFT / SHOPLIFTING AUTO BURGLARY AUTO THEFT LARCENY NON-VIOLENT CRIME 2023 / 2024 2024 2023 BURGLARY QTY 2015 512 2016 566 2017 384 2018 256 2019 254 2020 153 2021 129 2022 144 2023 132 2024 167 COVID DATA *The national average clearance rate for non-violent crimes in the United States is 13.9% 20 2024 DRUG OFFENSES INCREASED BY 37% TRAFFIC ACCIDENTS INCREASED BY 3% 2% MORE ARRESTS WERE MADE 36% MORE CITATIONS WERE WRITEN FOR MOVING VIOLATIONS 10% MORE CITATIONS WERE WRITEN FOR NON- MOVING VIOLATIONS. 2023 2024 % CHANGE / LAST YEAR ARREST CLEARENCE RATE DRUG OFFENSES 451 623 38%503 81% TOTAL ARRESTS 2157 2205 2% FIELD INTERVIEW REPORTS 381 806 112% CITATIONS - MOVING 4411 5996 36% CITATIONS - NON MOVING 3214 3535 10% TRAFFIC ACCIDENTS 3258 3346 3% ARRESTS 2023 2024 JANUARY 152 148 FEBRUARY 157 171 MARCH 160 185 APRIL 148 172 MAY 163 182 JUNE 149 176 JULY 182 173 AUGUST 213 178 SEPTEMBER 187 182 OCTOBER 240 230 NOVEMBER 191 193 DECEMBER 213 215 152 157 160 148 163 149 182 AUGU… 187 2… 191 213 148 171 185 172 182 176 173 AUGUST, 178 182 230 193 215 120 140 160 180 200 220 240 260 JANUARY FEBRUARY MARCH APRIL MAY JUNE JULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER ARRESTS - 2023 Vs. 2024 ARRESTS 2023 ARRESTS 2024 21 22 City of Boynton Beach Agenda Item Request Form 5.A Administrative 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-081- Appoint a City Commission representative and alternate to the Countywide Intergovernmental Coordination Program. Requested Action: Staff recommends approval of Proposed Resolution No. R25-081. Explanation of Request: The Countywide Intergovernmental Coordination Program has been in place for several years under the auspices of two interlocal agreements that were signed by all municipalities, the School Board, the Water Management District and several special districts. The members of this Forum meet quarterly to discuss issues of inter-jurisdictional significance. Each individual local government decides the length of the term. Commissioner Aimee Kelley is currently serving as the representative and Commissioner Angela Cruz is currently serving as the alternate. How will this affect city programs or services? Maintain awareness and have input into matters of inter-jurisdictional significance. Attachments: R25-081 Agenda_Item_2861-2025_Intergovernmental_Coordination_Program.docx 23 RESOLUTION NO. R25-0811 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPOINTING ____________AS A 4 REPRESENTATIVE TO THE COUNTYWIDE INTERGOVERNMENTAL 5 COORDINATION PROGRAM AND APPOINTING 6 ____________________________ AS ALTERNATE REPRESENTATIVE TO THE 7 COUNTYWIDE INTERGOVERNMENTAL COORDINATION PROGRAM; 8 AND FOR ALL OTHER PURPOSES. 9 10 WHEREAS, the Countywide Intergovernmental Coordination Program has been in place 11 for several years under the auspices of two interlocal agreements that were signed by all 12 municipalities, the School Board, the Water Management District, and several special districts; and13 WHEREAS, the City Commission of the City of Boynton Beach, Florida, is entitled to 14 representation on the Countywide Intergovernmental Coordination Program; and15 WHEREAS, the City Commission has considered the qualifications necessary for such 16 representation and wishes to bestow upon the following named individuals such right and honor 17 of service.18 19 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 20 BEACH, FLORIDA, THAT:21 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 22 being true and correct and are hereby made a specific part of this Resolution upon adoption.23 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 24 appoint ________________________________ as a representative to the Countywide Intergovernmental 25 Coordination Program and appoints _______________________________ as an alternate representative 26 to the Countywide Intergovernmental Coordination Program.27 SECTION 3.This Resolution shall take effect in accordance with law.28 [SIGNATURES ON THE FOLLOWING PAGE]29 30 24 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.31 CITY OF BOYNTON BEACH, FLORIDA32 YES NO33 Mayor – Rebecca Shelton __________34 35 Vice Mayor – Woodrow L. Hay __________36 37 Commissioner – Angela Cruz __________38 39 Commissioner – Thomas Turkin __________40 41 Commissioner – Aimee Kelley __________42 43 VOTE ______44 ATTEST:45 46 ___________________________________________________________47 Maylee De Jesús, MPA, MMC Rebecca Shelton48 City Clerk Mayor49 50 APPROVED AS TO FORM:51 (Corporate Seal)52 53 _______________________________54 Shawna G. Lamb55 City Attorney56 25 City of Boynton Beach Agenda Item Request Form 5.B Administrative 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-082- Appoint a City Commission representative and alternate to the Coalition of Boynton West Residents Association (COBWRA). Requested Action: Staff recommends approval of Proposed Resolution No. R25-082. Explanation of Request: The Coalition of Boynton West Residents Association (COBWRA) is a civic organization representing the residential communities of West Boynton Beach, Florida, in unincorporated Palm Beach County. As a courtesy to the City of Boynton Beach, a City representative and alternate are welcome to attend the meetings to address issues of interest or concern. The meeting is held the 3rd Wednesday of each month at 10:00 A.M. at various locations throughout the COBWRA area. The current representative is Vice Mayor Woodrow Hay, and the alternate is Commissioner Angela Cruz. How will this affect city programs or services? Maintain awareness of matters of significance to the City. Fiscal Impact: None Attachments: R25-082 Agenda_Item_2862- 2025_Resolution_for_Colition_of_Boynton_West_Residents_Association_COBWRA.docx 26 RESOLUTION NO. R25-0821 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPOINTING AS A 4 REPRESENTATIVE TO THE COALITION OF BOYNTON WEST RESIDENTS 5 ASSOCIATION (COBWRA), AND APPOINTING 6 _________________________________________ AS ALTERNATE 7 REPRESENTATIVE TO THE COALITION OF BOYNTON WEST RESIDENTS 8 ASSOCIATION (COBWRA); AND FOR ALL OTHER PURPOSES. 9 10 WHEREAS, the Coalition of Boynton West Residents Association (COBWRA) is a civic 11 organization representing the residential communities of West Boynton Beach, Florida, in 12 unincorporated Palm Beach County; and13 WHEREAS, the City Commission of the City of Boynton Beach, Florida, is entitled to 14 representation on the Coalition of Boynton West Residents Association (COBWRA); and15 WHEREAS, the City Commission has considered the qualifications necessary for such 16 representation and wishes to bestow upon the following named individuals such right and honor 17 of service.18 19 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 20 BEACH, FLORIDA, THAT:21 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 22 being true and correct and are hereby made a specific part of this Resolution upon adoption.23 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 24 appoint _________________________ as a representative to the Coalition of Boynton West Residents 25 Association (COBWRA) and appoints _______________________________ as an alternate representative 26 to the Coalition of Boynton West Residents Association (COBWRA).27 SECTION 3.This Resolution shall take effect in accordance with law.28 [SIGNATURES ON THE FOLLOWING PAGE]29 30 27 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.31 CITY OF BOYNTON BEACH, FLORIDA32 YES NO33 Mayor – Rebecca Shelton __________34 35 Vice Mayor – Woodrow L. Hay __________36 37 Commissioner – Angela Cruz __________38 39 Commissioner – Thomas Turkin __________40 41 Commissioner – Aimee Kelley __________42 43 VOTE ______44 ATTEST:45 46 ___________________________________________________________47 Maylee De Jesús, MPA, MMC Rebecca Shelton48 City Clerk Mayor49 50 APPROVED AS TO FORM:51 (Corporate Seal)52 53 _______________________________54 Shawna G. Lamb55 City Attorney56 28 City of Boynton Beach Agenda Item Request Form 5.C Administrative 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-083- Appoint a City Commission representative and alternate to the Palm Beach County League of Cities. Requested Action: Staff recommends approval of Proposed Resolution No. R25-083. Explanation of Request: The Palm Beach County League of Cities shall advocate the collective interests of the municipalities in Palm Beach County in accordance with the principles of self-government. The Board for the Palm Beach County League of Cities meets on the fourth Wednesday of each month at 10:30 A.M. at various locations. The membership term is one year. Currently, Vice Mayor Woodrow Hay is serving as the representative and Commissioner Thomas Turkin is the alternate representative to this Committee. How will this affect city programs or services? Maintain awareness and have input into matters of significance to the City. Fiscal Impact: None Attachments: R25-083 Agenda_Item_2863- 2025_Resolution_for_Palm_Beach_County_League_of_Cities.docx 29 RESOLUTION NO. R25-0831 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPOINTING AS A 4 REPRESENTATIVE TO THE PALM BEACH COUNTY LEAGUE OF CITIES, 5 AND APPOINTING AS ALTERNATE 6 REPRESENTATIVE TO THE PALM BEACH COUNTY LEAGUE OF CITIES; 7 AND FOR ALL OTHER PURPOSES. 8 9 WHEREAS, the Palm Beach County League of Cities shall advocate the collective interests 10 of the municipalities in Palm Beach County in accordance with the principles of self-government; 11 and12 WHEREAS, the City Commission of the City of Boynton Beach, Florida, is entitled to 13 representation on the Palm Beach County League of Cities; and14 WHEREAS, the City Commission has considered the qualifications necessary for such 15 representation and wishes to bestow upon the following named individuals such right and honor 16 of service.17 18 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 19 BEACH, FLORIDA, THAT:20 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 21 being true and correct and are hereby made a specific part of this Resolution upon adoption.22 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 23 appoint _________________________ as a representative to the Palm Beach County League of Cities 24 and appoints _______________________________ as an alternate representative to the Palm Beach 25 County League of Cities.26 SECTION 3.This Resolution shall take effect in accordance with law.27 [SIGNATURES ON THE FOLLOWING PAGE]28 29 30 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.30 CITY OF BOYNTON BEACH, FLORIDA31 YES NO32 Mayor – Rebecca Shelton __________33 34 Vice Mayor – Woodrow L. Hay __________35 36 Commissioner – Angela Cruz __________37 38 Commissioner – Thomas Turkin __________39 40 Commissioner – Aimee Kelley __________41 42 VOTE ______43 ATTEST:44 45 ___________________________________________________________46 Maylee De Jesús, MPA, MMC Rebecca Shelton47 City Clerk Mayor48 49 APPROVED AS TO FORM:50 (Corporate Seal)51 52 _______________________________53 Shawna G. Lamb54 City Attorney55 31 City of Boynton Beach Agenda Item Request Form 5.D Administrative 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-084- Appoint a City Commission representative and alternate to the Transportation Planning Agency (Formerly known as the MPO, Metropolitan Planning Organization). Requested Action: Staff recommends approval of Proposed Resolution No. R25-084. Explanation of Request: The Transportation Planning Agency (TPA) was created by federal regulations and Florida Statutes to meet federal requirements for obtaining and expending federal transportation funds. The TPA is composed of local elected officials from County and municipal bodies. The responsibilities of the TPA encompass multi-modal transportation planning and addresses short-term (five-year) and long-range (20-year) time frames. The TPA meeting is held on the 3rd Thursday of the month at the PBC Governmental Center on Olive Avenue. They begin at 9:00 A.M. and typically last two hours. Currently, Commissioner Angela Cruz is serving as the representative and Commissioner Aimee Kelley is the alternate representative to this Committee. How will this affect city programs or services? Maintain communications and awareness of TPA initiatives that may affect the City. Fiscal Impact: None Attachments: R25-084 Agenda_Item_2864-2025_Resolution_for_Transportation_Planning_Agency.docx 32 RESOLUTION NO. R25-0841 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPOINTING ______AS A 4 REPRESENTATIVE TO THE TRANSPORTATION PLANNING AGENCY 5 (F/K/A METROPOLITAN PLANNING ORGANIZATION), AND 6 APPOINTING ______ AS ALTERNATE REPRESENTATIVE 7 TO THE TRANSPORTATION PLANNING AGENCY; AND FOR ALL OTHER 8 PURPOSES. 9 10 WHEREAS, the Transportation Planning Agency (TPA) was created by federal regulations 11 and Florida Statutes to meet federal requirements for obtaining and expending federal 12 transportation funds; and 13 WHEREAS, the responsibilities of the TPA encompass multi-modal transportation 14 planning and addresses short-term (five-year) and long-range (20-year) time frames; and15 WHEREAS, the City Commission of the City of Boynton Beach, Florida, is entitled to 16 representation on the Transportation Planning Agency; and17 WHEREAS, the City Commission has considered the qualifications necessary for such 18 representation and wishes to bestow upon the following named individuals such right and honor 19 of service.20 21 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 22 BEACH, FLORIDA, THAT:23 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 24 being true and correct and are hereby made a specific part of this Resolution upon adoption.25 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 26 appoint _________________________ as a representative to the Transportation Planning Agency and 27 appoints _______________________________ as an alternate representative to the Transportation 28 Planning Agency.29 SECTION 3.This Resolution shall take effect in accordance with law.30 [SIGNATURES ON THE FOLLOWING PAGE]31 32 33 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.33 CITY OF BOYNTON BEACH, FLORIDA34 YES NO35 Mayor – Rebecca Shelton __________36 37 Vice Mayor – Woodrow L. Hay __________38 39 Commissioner – Angela Cruz __________40 41 Commissioner – Thomas Turkin __________42 43 Commissioner – Aimee Kelley __________44 45 VOTE ______46 ATTEST:47 48 ___________________________________________________________49 Maylee De Jesús, MPA, MMC Rebecca Shelton50 City Clerk Mayor51 52 APPROVED AS TO FORM:53 (Corporate Seal)54 55 _______________________________56 Shawna G. Lamb57 City Attorney58 34 City of Boynton Beach Agenda Item Request Form 5.E Administrative 04/ 1/2025 Meeting Date: 04/ 1/2025 Advisory Board Appointments. Requested Action: City Commission to reappoint and appoint eligible members of the community to serve in vacant positions on City Advisory Boards. Explanation of Request: The City Clerk's Office has received applications from City residents who are seeking to become new board members. The attached list contains term openings and vacancies on the various advisory boards with the designated Commission members having responsibility for the appointment to fill each term opening and vacancy. How will this affect city programs or services? Appointments are necessary to keep City Advisory Boards full and operating as effectively as possible. Fiscal Impact: There is no fiscal impact to the budget for this item. Attachments: Advisory_Board_Appointments_Reappointments_and_Applicants_for_April 1 2025.docx Karina Maldonado - Art Advisory Board.pdf Chevette Gadson - Community Redevelopment Agency Advisory Board.pdf 35 Advisory Board Vacancies April 1, 2025 Art Advisory Board Regular member 2 (2 year) terms Alternate Member 2 (1 year) terms I Cruz Regular Vacant III Turkin Regular Replaces Susan Froehlich IV Kelley Alternate Replaces Ace Tilton Ratcliff Applicants:Karina Maldonado Building Board of Adjustment and Appeals Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms Vice Mayor Kelley Regular Replaces Paul Bortz I Cruz Regular Replaces Timothy Dornblaser II Hay Regular Replaces Sanford Guritzky III Turkin Regular Vacant Mayor Shelton Regular Vacant Vice Mayor Kelley Alternate Vacant I Cruz Alternate Vacant Applicants:None Community Redevelopment Agency Advisory Board 2 Year Staggered Terms III Turkin Regular Vacant Mayor Shelton Regular Vacant I Ruz Regular Vacant Applicants:Chevette Gadson Regular member seeking reappointed for a second term Education and Youth Advisory Board Regular Member 2 (2 year) terms Alternate/Student Member 2 (1 year) terms III Turkin Alternate Vacant Mayor Shelton Alternate Vacant Vice Mayor Kelley Student Vacant I Cruz Student Vacant II Hay Student Vacant Applicants:None Historic Resources Preservation Board – Quasi-judicial Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms I Cruz Regular Vacant Replaces Barbara Ready II Hay Regular Vacant Replaces Michael Wilson III Turkin Regular Vacant Mayor Shelton Alternate Vacant Replaces Victor Norfus Vice Mayor Kelley Alternate Vacant Applicants:None 36 Advisory Board Vacancies April 1, 2025 Library Board Regular member 2 (2 year) terms Alternate Member 2 (1 year) terms III Turkin Regular Vacant Replaces Margaret Newtown Applicants:None Recreation and Parks Board Regular member 2 (2 year) terms Alternate Member 2 (1 year) terms II Hay Alternate Vacant Applicants:None Senior Advisory Board Regular member 2 (2 year) terms Alternate Member 2 (1 year) terms III Turkin Regular Vacant Vice Mayor Kelley Alternate Vacant I Cruz Alternate Vacant Applicants:None 37 1 Stanzione, Tammy From:kariina <noreply@123formbuilder.com> Sent:Saturday, February 01, 2025 11:17 AM To:City Clerk Subject:Advisory Board Appointment application This Message Is From an External Sender This message came from outside your organization. Today's date 02/01/2025 Name Karina Maldonado Phone number 561-573-9799 Address 130 NE 27th Ave Boynton beach Florida 33435 United States Email kariina@rocketmail.com Current occupation or, if retired, prior occupation Urban planner Education Bachelors in Urban and Regional Planning Are you a registered voter? Yes Do you reside within the Boynton Beach City limits? Yes Do you own/manage a business within City limits? No If "yes", name of business: Are you currently serving on a City board? No Have you served on a City board in the past? No If "yes", which board(s) and when? Have you ever been convicted of a crime? No If "yes", when and where? Advisory Board Art Advisory Board If appointed by the City Commission to serve as Board Chair or Vice Chair are you willing to serve in this capacity? Yes Personal Qualifications As a planner for the City of Lake Worth Beach, I review mural application requests, draft staff reports with staff recommendations, and present mural requests to the 38 2 Planning and Zoning Board. I’m also a self proclaimed artist and passionate about 2D and 3D media. Professional Memberships Feel free to attach/upload an extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 166.196.89.122 (United States) at 2025-02-01 11:17:09 on iPhone 16.3 Entry ID: 742 Referrer: https://www.boynton-beach.org/ Form Host: https://form.123formbuilder.com/583214/advisory-board-appointment-application 39 1 Stanzione, Tammy From:City Clerk Sent:Monday, March 10, 2025 3:58 PM To:Stanzione, Tammy; De Jesus, Maylee Subject:FW: Advisory Board Appointment application From: CMGadson4 <noreply@123formbuilder.com> Sent: Monday, March 10, 2025 3:57 PM To: City Clerk <CityClerk@bbfl.us> Subject: Advisory Board Appointment application Today's date 03/10/2025 Name Chevette M Gadson Phone number 561-702-9973 Address 1480 N. W. 3rd Street BOYNTON BEACH FL 33435-2622 United States Email CMGadson4@ aol. com Current occupation or, if retired, prior occupation Manager, Out of School ZjQcmQRYFpfptBannerStart This Message Is From an External Sender This message came from outside your organization. ZjQcmQRYFpfptBannerEnd Today's date 03/10/2025 Name Chevette M Gadson Phone number 561-702-9973 Address 1480 N.W. 3rd Street BOYNTON BEACH FL 33435-2622 United States Email CMGadson4@aol.com Current occupation or, if retired, prior occupation Manager, Out of School Programs Education Master of Science, Counseling Psychology Are you a registered voter? Yes Do you reside within the Boynton Beach City limits? Yes Do you own/manage a business within City limits? No If "yes", name of business: Are you currently serving on a City board? Yes Have you served on a City board in the past? Yes If "yes", which board(s) and when? Education and Youth Advisory Board Community Redevelopment Agency Advisory Board Have you ever been convicted of a crime? No 40 2 If "yes", when and where? Advisory Board Community Redevelopment Agency Advisory Board If appointed by the City Commission to serve as Board Chair or Vice Chair are you willing to serve in this capacity? No Personal Qualifications I am currently a member of the Community Redevelopment Agency Advisory Board (CRAAB). I was appointed in October of 2023. I have only been on the board for a year and a half and would like the opportunity to finish the work the current group has started. I have lived in the City of Boynton Beach for 40+ years. I have worked with the Palm Beach County School District for 22 years where I have facilitated various committees, trainings, and projects. I work well with diverse populations and am always successful at handling tasks and meeting goals. Professional Memberships Florida Afterschool, Inc. National Afterschool Association Palm Beach School Counseling Association Delta Sigma Theta Sorority, Inc. Feel free to attach/upload an extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 165.161.17.142 (United States) at 2025-03-10 14:57:27 on Chrome 122.0.0.0 Entry ID: 756 Referrer: https://www.boynton-beach.org/ Form Host: https://form.123formbuilder.com/583214/advisory-board-appointment-application 41 City of Boynton Beach Agenda Item Request Form 5.F Administrative 04/ 1/2025 Meeting Date: 04/ 1/2025 Community Support Funds. Requested Action: Approve Community Support Fund request from Commissioner Kelley. How will this affect city programs or services? NA Budgeted Item: Yes Account Line Item and Description: Community Support Funds 001-1110-511-83-04 Fiscal Impact: There will be no fiscal impact to the budget for this item. Attachments: Operation Connor Share- Kelley $500.doc BBCHS- Kelley $2000.doc 42 R15-055 C:\Users\EASYPD~1\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@CC0510EC\@BCL@CC0510EC.doc EXHIBIT “A” COMMUNITY SUPPORT FUNDS REQUEST FORM Part I - Summary of Request (to be completed by City Clerk) Date of Request: April 1, 2025 Requested by Mayor/Commissioner:Commissioner Kelley Amount Requested:$500______________________ Recipient/Payee:Operation Connor Share Description of project, program, or activity to be funded: Easter baskets for children in local hospitals and goodie bags for elderly in nursing homes Part II - Availability of funds The annual appropriation of funds available to the requesting Member of the Commission listed above is $6,000. The balance of funds available for the requesting Member of the Commission is $5,500. Accordingly: There are funds available as requested There are insufficient funds available as requested Dated: 04/01/2025__By: _____________________________ Maylee De Jesús, City Clerk Part III-Eligibility Evaluation Public funds will not be used to improve private property unless there is a clear public need, purpose and benefit The recipient/payee provides services within the City The public purpose is beneficial to the entire community served by such donation Dated:_____________By: ________________________________ Requesting Member of the City Commission 43 R15-055 C:\Users\EASYPD~1\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@940911F5\@BCL@940911F5.doc EXHIBIT “A” COMMUNITY SUPPORT FUNDS REQUEST FORM Part I - Summary of Request (to be completed by City Clerk) Date of Request: April 1, 2025 Requested by Mayor/Commissioner:Commissioner Kelley Amount Requested:$2,000____________________ Recipient/Payee:Boynton Beach Community High School Description of project, program, or activity to be funded: Aerospace Science Academy Summer Competitions Part II - Availability of funds The annual appropriation of funds available to the requesting Member of the Commission listed above is $6,000. The balance of funds available for the requesting Member of the Commission is $5,000. Accordingly: There are funds available as requested There are insufficient funds available as requested Dated: 04/01/2025__By: _____________________________ Maylee De Jesús, City Clerk Part III-Eligibility Evaluation Public funds will not be used to improve private property unless there is a clear public need, purpose and benefit The recipient/payee provides services within the City The public purpose is beneficial to the entire community served by such donation Dated:_____________By: ________________________________ Requesting Member of the City Commission 44 City of Boynton Beach Agenda Item Request Form 6.A Consent Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-085- Approve a Piggyback Agreement between the City and Blue Iguana Pest Control, Inc. d/b/a Iguana Control for reptile control services in an amount not to exceed $80,080. Requested Action: Staff recommends approval of Proposed Resolution No. R25-085 . Explanation of Request: Recreation and Cultural Services is proposing a piggyback contract to manage and eradicate exotic and nuisance reptiles from all city-owned parks and property. These nuisance wildlife create health and safety concerns for patrons and cause significant damage to City property. Piggybacking at the City of Boynton Beach is an important strategy for maximizing efficiency and cost savings in procurement processes. By leveraging contracts and agreements that have already been competitively bid and awarded by other governmental entities, the City can avoid the lengthy and resource-intensive process of issuing its own bids. This allows for faster acquisition of goods and services, ensuring that City projects and operations continue smoothly without unnecessary delays. Additionally, piggybacking promotes fiscal responsibility by enabling the city to take advantage of favorable pricing and terms that have already been negotiated, ultimately benefiting taxpayers. It also fosters collaboration among local governments, enhancing resource sharing and creating opportunities for better service delivery to the community. It should be noted to the City Commission that Blue Iguana Pest Control, Inc. d/b/a Iguana Control, is a local Boynton Beach vendor located within the city limits. How will this affect city programs or services? The eradication of these nuisance reptiles will create a safer and more welcoming environment for all patrons and decrease the amount of pest-related damage at all sites. Account Line Item and Description: Rec & Parks- 001-2710-572.49-17 Public Works- 001-2730-572.49-17 Utilities- 401-2811-536-49-17 Fiscal Impact: Up to $80,080. Attachments: R25-085 Agenda_Item_2851-2025_-_Piggyback_Agreement_-_Blue_Iguana.docx 45 Exhibit A to Resolution - Iguana Control - Boynton Beach - Piggyback ii.pdf Composite Exhibit A.pdf Executed Renewal Request (1) - RFB 04-2023 - 2023-2024 (1).pdf Executed Renewal Request (2) - RFB 04-2023 - 2024-2025 (1).pdf 46 RESOLUTION NO. R25-0851 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT WITH BLUE 4 IGUANA PEST CONTROL, INC. DBA IGUANA CONTROL FOR REMOVAL 5 OF IGUANAS AND OTHER NUISANCE REPTILES FROM CITY 6 PROPERTIES, FOR AN AMOUNT NOT TO EXCEED $80,080.007 ANNUALLY; AND FOR ALL OTHER PURPOSES. 8 9 WHEREAS, the City requires the removal of iguanas and other exotic/nuisance reptiles 10 from City parks and other City properties; and11 WHEREAS, the Town of Palm Beach issued a “Request for Bids” (RFB No. 04-2023) for 12 Iguana Extermination Contracts and entered into an agreement with Blue Iguana Pest Control, Inc. 13 d/b/a Iguana Control (“Vendor”) for nuisance reptile removal and extermination; and 14 WHEREAS, the requested Piggyback Agreement with the Vendor is necessary to the 15 functions of the City; and16 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 17 best interests of the City's citizens and residents to approve the Piggyback Agreement with the 18 Vendor to provide the City with nuisance reptile removal and extermination services, with an 19 annual amount not to exceed $80,080.00.20 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 21 BEACH, FLORIDA, THAT:22 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 23 being true and correct and are hereby made a specific part of this Resolution upon adoption.24 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 25 approve the Piggyback Agreement between Vendor and the City for the removal of iguanas and 26 other nuisance reptiles, with an annual amount not to exceed $80,080.00 (the “Agreement”), in 27 form and substance similar to that attached as Exhibit A.28 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 29 authorizes the Mayor to execute the Piggyback Agreement. The Mayor is further authorized to 30 execute any ancillary documents required under the Agreement or necessary to accomplish the 31 purposes of this Resolution.32 47 SECTION 4.The City Clerk shall retain the fully executed Piggyback Agreement as a 33 public record of the City. A copy of the fully executed Piggyback Agreement shall be provided to 34 Taralyn Pratt for forwarding to the Vendor.35 SECTION 5.This Resolution shall take effect in accordance with law.36 37 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.38 39 CITY OF BOYNTON BEACH, FLORIDA40 YES NO41 Mayor – Rebecca Shelton __________42 43 Vice Mayor – Woodrow L. Hay __________44 45 Commissioner – Angela Cruz __________46 47 Commissioner – Thomas Turkin __________48 49 Commissioner – Aimee Kelley __________50 51 VOTE ______52 ATTEST:53 54 ___________________________________________________________55 Maylee De Jesús, MPA, MMC Rebecca Shelton56 City Clerk Mayor57 58 APPROVED AS TO FORM:59 (Corporate Seal)60 61 _______________________________62 Shawna G. Lamb63 City Attorney64 48 49 50 51 52 53 54 55 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services 1. ACCEPTANCE / REJECTION The Town reserves the right to accept or to reject any or all bids and make the award to that bidder, who in the opinion of the Town will be in the best interest of and/or the most advantageous to the Town, in the Town’s sole and absolute discretion. Town also reserves the right to reject the bid of any vendor who has previously failed in the proper performance of an award or to deliver on time contracts of a similar nature or who is not in a position to perform properly under this award. Town reserves the right to waive any irregularities and technicalities and may, at its sole and absolute discretion, request a re-bid. 2. ADDENDUMS The Purchasing Division may issue an Addendum to this solicitation that changes, adds to, or clarifies the terms, provisions, or requirements of the solicitation. The Supplier should not rely on any representation, statement, or explanation whether written or verbal, regardless of the source, other than those made in this solicitation document or in any addenda issued hereto. In the event of a conflict between the Solicitation Package and any addenda, the addenda shall prevail. It is the Suppliers responsibility to ensure receipt of all addenda and any accompanying documentation. The Supplier is required to acknowledge having reviewed the addendum within the solicitation system. Failure to acknowledge the addendum may cause the Submittal Package to be deemed non-responsive and not be considered for award. 3. ALTERNATIVES / APPROVED EQUAL / DEVIATIONS Unless otherwise specified, the mention of the particular manufacturer’s brand name or number in the specifications does not imply that this particular product is the only one that will be conside red for purchase. The reference is intended solely to designate the type or quality of merchandise that will be acceptable. Alternative offers will be considered and must inclu de descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with the alternative offer(s) may be cause for disqualification of the bid. The TOWN, in its sole and absolute discretion, shall determine the acceptability of any alternative product or service and such determination shall be final and binding upon all bidders. When an item is marked “No Substitutions” alternates or equivalents will not be accepted. The bidder shall be responsible for reading carefully, and understanding completely, the requirements and specifications of the items bid upon. Any deviation from specifications set forth herein must be clearly indicated. Unless a deviation is identified the TOWN has right to detrimentally rely that the items offered are in strict compliance with these specifications, and the successful bidder will be held responsible. Therefore, deviations must be explained in detail on an attached sheet(s) and itemized by number. Any item(s) that do not meet the TOWN specifications upon delivery will not be accepted and if the item cannot be brought up to specifications in a reasonable time (reasonable time as determined by TOWN), the bidder will be required to compensate the TOWN for any expenses incurred to acquire the specified items. 4. AS SPECIFIED A purchase order will be issued to the successful bidder with the understanding that all services rendered must meet the specifications herein. 5. AVAILABILITY OF FUNDS The obligations of the Town under this award are subject to and conditioned upon the availability of funds lawfully appropriated by the Town Council. 6. AWARD Award may be made to the Supplier which offers the best value to the Town. The Town reserves the right to reject any and all offers, to waive non-material irregularities or technicalities and to re -advertise for all or any part of this solicitation as deemed in its best interest. The Town shall be the sole judge of its best interest. Award will be made to the lowest responsi ve and responsible bidder. Bids shall remain open for 90 days. If a contract is awarded, the Town will provide the successful bidder a Notice of Award within 90 days after the day of the Bid Opening. The Town of Palm Beach reserves the right to award on an “All-or-None” basis to one bidder or to award on a “Lot-by- Lot” or “Item-by-Item” basis whenever it is in the best interest of and/or most advantageous to the Town of Palm Beach. 7. BID FORMS All bid proposals must be submitted on our standard bid form. Bid proposals on vendor quotation forms will not be accepted. 56 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services 8. BID TABULATION Bidders desiring a copy of the bid tabulation of the bid may obtain them by going to the Town’s website at www.townofpalmbeach.com, (click “Doing Business” click “Sealed Bids/Requests for Proposals” and follow the instructions). 9. CERTIFICATIONS AND/OR LICENSES Bidders shall hold a current license which shows that a principal in the firm or an employee is certified to perform these services. This Certification shall be current at all times during the duration of this contract. Bidders should provide, with their bid, a copy of all current licenses. If not provided with your bid, they must be submitted within three (3) business days of the Town’s request. Bidder must hold a current tax receipt (Occupational License). Copy of license must be submitted with bid and must be in the name of the bidder shown on the Bid Proposal Page. A current, signed copy of IRS Form W-9 should also be submitted with your bid. 10. CODE OF ETHICS If any Bidder violates or is a party to a violation of the code of ethics of the Town of Palm Beach, Palm Beach County or the State of Florida with respect to this proposal, such Bidder may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and may be further disqualified from submitting any future proposals for work, goods or services for the Town of Palm Beach. The link for additional information regarding the Palm Beach County Commission on Ethics may be found at: http://www.palmbeachcountyethics.com/ordinances-codes.htm. 11. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH Bidder certifies that all material, equipment, etc., contained in his/her bid meets all O.S.H.A. requirements. Bidder further certifies that, if he/she is the successful bidder, and the material, equipment, etc., delivered is subsequently found to be deficient in any O.S.H.A requirement in effect on date of delivery, all costs necessary to bring the material, equipment, etc., into compliance with the aforementioned requirements shall be borne by the bidder. 12. CONE OF SILENCE The Cone of Silence is a prohibition on any communication, except for written correspondence, regarding a particular request for proposal, request for qualification, bid or any other competitive solicitation between: a) Any person or person’s representative seeking an award from such competitive solicitation; and b) Any Town Council Member or Town Council staff, any member of a local governing body or the member’s staff, a mayor or chief executive officer that is not a member of a local governing body or the mayor or chief executive officer’s staff, or any employee authorized to act on behalf of the commission or local governing body to award a particular contract. For the purposes of this section, a person’s representative shall include but not be limited to the person’s employee, partner, officer, director, consultant, lobbyist, or any actual or potential subcontractor or consultant of the person. The cone of silence shall be in effect as of the issuance of the Bid. The cone of silence applies to any person or person’s representative who responds to a particular request for proposal, request for qualification, bid or any other competitive solicitation, and shall remain in effect until such response is either rejected by the Town or withdrawn by the person or person’s representative. Each request for proposal, request for qualification, bid or any other competitive solicitation shall provide notice of cone of silence requirements and refer to this article. The provisions of this article shall not apply to oral communications at any public proceeding, inc luding pre-bid conferences, oral presentations before selection committees, and contract negotiations during any public meeting, presentations made to the town council, and protest hearings. Further, the cone of silence shall not apply to contract negotiat ions between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence at any time with any employee, town council member, mayor, advisory board member, or selection committee member, unless specifically prohibited by the applicable competitive solicitation process. The cone of silence shall terminate at the time the town council or town department authorized to act on behalf of the board or local municipal governing body as applicable, awards or approves a contract, rejects all bids or responses, or otherwise takes action which ends the solicitation process. For further information refer to 57 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services http://www.palmbeachcountyethics.com/ordinances-codes.htm - Palm Beach County Registration Ordinance – Effective April 2, 2012. 13. CONFLICT OF INTEREST The award of this solicitation is subject to Chapter 112, Florida Statutes. All Suppliers must disclose with their response t he name of any officer, director, or agent who is also an employee of the Town of Palm Beach. Further, all Suppliers must disclose the name of any Town of Palm Beach employee who owns, directly or indirectly, an interest of five (5) percent or more of the Suppliers company or any of its branches. 14. CONTRACTUAL AGREEMENT This Bid shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Bidder response. Any and all legal action necessary to enforce the award will be held in Palm Beach County and the contractual obligations will be interpreted according to the laws of the State of Florida. Any additional contract or agreement terms requested for consideration by the Bidder must be attached and enclosed as part of the proposal. 15. DELETION OR MODIFICATION OF SERVICES The Town reserves the right to add or delete any portion of this Contract at any time with or without cause, and if such right is exercised by the Town, the total fee shall be increased or reduced in the same rati o as the estimated cost of the goods based on the unit prices set forth on the Bid Proposal Page. 16. DISCOUNT Bidders may offer a discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for bid evaluation purposes unless otherwise specified in the Special Conditions. Bidders should reflect any discounts to be considered in the bid evaluation in the unit prices bid. 17. DRUG-FREE WORKPLACE Preference shall be given to businesses with Drug-Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the Town for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 18. E-VERIFY The Town of Palm Beach is an E-Verify employer for the purposes of verifying work authorization. Work authorization for those contracted to provide services and/or goods to the Town of Palm Beach is the sole responsibility of the contracted vendor and/or service provider. 19. FEDERAL AND STATE TAX Town is exempt from Federal and State Taxes for tangible personal property. The Purchasing Agent will sign an exemption certificate submitted by the successful bidder. Vendors or contractors doing business with the Town shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the Town, nor shall any said vendor or contractor be authorized to use the Town’s tax exemption number in securing such materials. 20. F.O.B. POINT The F.O.B. shall be Destination to Town of Palm Beach Public Works Department, 951 Okeechobee Road, Palm Beach, FL 33401. Pricing shall include delivery and installation. No additional charges for delivery shall be allowed. 21. GENERAL INFORMATION Companies desiring a copy of the Request for Proposals may obtain such documents from the Town’s website, (click "Doing Business," click "Bids and Requests for Proposals" and under the Negometrix section select on the link to the Town of Palm Beach Solicitations to locate this bid. The Town only accepts online submittals through Negometrix, the eProcurement platform linked to the Town Website, promoting a greener footprint. If you are not registered through the website you are required to do so (at NO charge). The Bid is also advertised through DemandStar and Public Purchase, however proposals must be submitted through the Town website. Written proposals will 58 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services not be accepted. For further information, contact the Purchasing Office, 951 Okeechobee Road, Suite D, West Palm Beach, FL 33401, Telephone (561) 838-5406. a) Vendors doing business with the TOWN are prohibited from discriminating against any employee, applicant or client because of race, creed, color, national origin, sex, age or non-disqualifying physical or mental disability, with regard to but not limited to the following: employment practices, rates of pay or other compensation methods, and training selection. b) Identical Tie Bids/Proposals shall be awarded in accordance with the preference established in Section 287.087, Florida Statutes, to a vendor submitting the attached Drug -Free Workplace Certification form properly completed and certified. In the event that tie bids are received either from vendors who have all submitted a Drug-Free Workplace Certification or none of whom who have submitted such certification, the award will be made in accordance with TOWN purchasing procedures pertaining to tie bids. c) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity, crime may not submit a bid on a contract to provide any goods or services to a public entity may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO (Currently $25,000) for a period of 36 months from the date of being placed on the convicted vendor list. 22. EEO STATEMENT The Town is committed to assuring equal opportunity in the award of contracts and, therefore, complies with all laws prohibiting discrimination on the basis of race, color, religion, national origin, sex, age and non -disqualifying physical or mental disability 23. INDEMNIFICATION The Contractor recognizes that it is an independent contractor and not an agent or servant of the Town. To the fullest extent allowed by law the Contractor shall protect, defend, reimburse, indemnify, and hold the Town of Palm Beach, its officers, agents, and employees free and harmless from and against any and all claims, losses, penalties, damages, settlements, costs, charges, attorneys or other professional fees, and/or other expenses and/or liabilities of e very kind and character arising out of or relating to any and all claims, liens, demands, obligations, actions, proceedings, cause or causes of actio n of very kind and character in connection with, or arising directly or indirectly out of or related to thi s Contract and the Work performed hereunder. Without limiting the generality of the foregoing, Contractor’s Indemnity shall include all claims, damages, losses, or expense arising out of or related to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged infringement of any patent, trademark, copyright, proprietary information, or applications of any thereof, or of any other tangible or intangible personal or property right, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation, or order of any court. Contractor agrees to investi gate, respond, adjust, and provide a defense for, all and any such claims, demands and actions at Contractor’s sole expense and agrees to bear and remain liable for all such other costs and expenses relating thereto, even if such claim is groundless, false, or fraudulent. The Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, defend, and hold harmless the Town or its officers, employees, agents, and instrumentalities as herein provided. Notwithstanding the foregoing, if the joint, concurring, comparative or contributory fault or negligence of the Parties gives rise to the losses for which the Town is entitled to indemnification under this Article 8, then any losses shall be allocated between the Parties in proportion to their respective degrees of fault or negligence contributing for such losses. Contractor’s Indemnity shall not extend to liability for damages to persons or property to the extent such damage was caused by solely by the negligent act(s) or omission(s) by the Town, or by the Town’s officers, agents, and employees. Contractor acknowledges and agrees that Town would not enter into this Agreement without this indemnification of Town by Contractor and that such indemnification constitutes a material inducement for the Town’s e ntering into this Agreement and shall additionally constitute good and sufficient consideration for this indemnification. This Article shall survive the expiration or earlier termination of this Agreement. Nothing in this Contract shall be construed to aff ect in any way the Town’s rights, privileges, and immunities as set forth at Section 768.28, Fla. Stat. 59 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services 24. INFORMATION Any questions by prospective vendors should be directed to the Purchasing Division contact, who is authorized only to direct inquiries to various portions of the bid so bidders may read and interpret such for themselves. No authorization is allowed by purchasing personnel to interpret, or give information as to bid requirements in addition to that, which is contained in the original bid document. Interpretation of the bid or additional information as to its requirements, where necessary, shall be communicated to bidders only by written addendum. 25. LEGAL REQUIREMENTS Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder shall in no way release the bidder from responsibility. a) Vendors doing business with the Town are prohibited from discriminating against any employee, applicant, or client because of race, creed, color, national origin, sex, age, or non-disqualifying physical or mental disability regarding, but not limited to, the following: employment practices, rates of pay or other compensation methods, and training selection. b) Identical Tie Bids/Proposals shall be awarded in accordance with the preference established in Section 287.087, Florida Statutes, to a vendor submitting the attached Drug-Free Workplace Certification form properly completed and certified. In the event that tie bids are received either from vendors who have all submitted a Drug-Free Workplace Certification or none of whom who have submitted such certification, the award will be made in accordance with Town purchasing procedures pertaining to tie bids. c) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Fla. Stat. (2020) for CATEGORY TWO (Currently $25,000) for a period of 36 months from the date of being placed on the convicted vendor list. 26. LICENSES AND PERMITS When applicable, it shall be the responsibility of the successful bidder to obtain at no additional cost to the Town, any and all licenses and permit required to complete contractual service. A copy of these licenses and permits shall be submitted pri or to commencement of work. Permit fees shall be waived for this work, however, the successful vendor must pay any applicable Town business taxes. 27. LOBBYING PROHIBITED Proposers are not to contact or lobby any Town personnel related or involved with this Request for Proposals. All oral or written inquiries are to be directed to the Purchasing Div ision as instructed herein. Any violation of this condition may result in rejection and/or disqualification of the Proposer. Refer to Palm Beach County Registration Ordinance – Effective April 2, 2012 for further information: http://www.palmbeachcountyethics.com/ordinances-codes.htm . 28. MATERIAL SAFETY DATA SHEET Pursuant to Chapter 442, Florida Statutes, a Material Safety Data Sheet (MSDS) must accompany any toxic substance resulting from this bid. The MSDS must include the following information: a) The identity used on the chemical product’s label. b) The chemical and the common name(s) of all ingredients, which have been determined to be a health hazard. c) Physical and chemical characteristics of the hazardous chemicals (i.e. vapor pressure, flashpoint). d) The physical hazards of the hazardous chemical, including the potential for fire, explosion and reactivity. e) The health hazards of the hazardous chemical, including signs and symptoms of exposure. f) The primary route(s) of entry. g) The Occupational Safety and Health Administration (OSHA) permissible exposure limit, American Conference of Governmental Industrial Hygienists (ACGIH) Threshold Limit Value, and any other exposure limit used or recommended. 60 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services h) Whether the hazardous chemical is listed on the National Toxicology Program (NTP) Annual Report on Carcinogens (latest edition) or has been found to be a potential carcinogen. i) Any general applicable precautions for safe handling and use that are known. j) Any general applicable control measures, which are known. k) Emergency and first aid procedures. l) The date of MSDS preparation or last change to it. m) The name, address and telephone number of the chemical Manufacturer or importer. 29. METHOD OF ORDERING An annual Blanket Purchase Order may be issued for these services. Invoices shall be submitted monthly after completion of services specified in this Contract and shall refer to the Purchase Order Number and the appropriate item number. Invoices shall be submitted to the Town of Palm Beach, Finance Department, Accounts Payable P.O. Box 2029, Palm Beach, FL 33480 or email electronic invoices to:Invoices@TownofPalmBeach.com (Preferred Method). 30. MISTAKES IN SUBMITTAL PACKAGE a) Correction of mistakes or withdrawal of a submittal package after the established due date and time will not be allowed. b) Unit prices shall prevail in the event of an error in the Supplier’s Submittal Package. c) Minor Informalities - Minor informalities are matters of form rather than material substance from the solicitation, or non-material mistakes that can be waived or corrected without prejudice to other responding suppliers. Material substance is defined as any portion of a Supplier’s response that materially affects the submittal package, which includes but is not limited to, the effect on price, quantity, quality, manufacturer, product, delivery, or contractual conditions and shall not be considered a minor informality. 31. NO BID Where more than one item is listed, any items not bid upon shall be indicated “NO BID.” If no items are bid on, the “Statement of NO BID” should be returned, with the envelope plainly marked “NO BID” and with the bid number. Failure to do so will be an indication that the bidder does not wish to be considered for future bids. 32. NON-COLLUSION Bidder certifies that his Proposal is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a Proposal for the same materials, services, supplies, or equipment and is in all respects fair and without collusion or fraud. 33. PALM BEACH COUNTY INSPECTOR GENERAL The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any contracts resulting from this solicitation, and in furtherance thereof may demand and obtain records and testimony from the contractor and its subcontractors and lower tier subcontractors. The Contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. 34. PAYMENT Payment will be made by the Town after commodities/services have been received, accepted and properly invoiced as indicated in contract and/or order. Invoices must bear the order number. Terms of payment are net 30 days after services have been completed and accepted. Invoice must reflect purchase order number. The Town of Palm Beach shall pay invoices via either direct payments (ACH) or purchasing cards with the goal of achieving a greener footprint. Suppliers shall email their invoice(s) to following email address: Invoices@TownofPalmBeach.com. 35. PERFORMANCE The Town shall not pay for work that fails to meet the Town’s standards as set forth is this Bid and as determined by the Contract Coordinator. 36. PRICES QUOTED Bidder warrants by virtue of bidding that prices shall remain fixed and firm for a period of ninety days (90) days from the date of bid opening or time stated in Special Conditions. 61 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services 37. PRICE/DELIVERY Price quoted must be the price for new merchandise that is free from defects. Any bids containing modifying or “escalator” clauses will not be considered unless specifically provided for in the bid specifications. “Acceptance” as herein used means the acceptance by Town of Palm Beach, herein referred to as Town, after the Purchasing Agent or his designee has, by inspection or test of such items, determined that they fully comply with specificati ons. Deliveries of all items shall be made as soon as possible. In the appropriate blank on the bid form, the vendor must indicate the best delivery date after receipt of order (ARO). Deliveries resulting from this bid are to be made during the normal working hours of the Town. Time is of the essence and the Bidder’s delivery date must be specified and adhered to. Should the bidder, to whom the order or contract is awarded, fail to deliver on or before his/her stated date, the Town reserves the right to CANCEL the order or contract and make the purchase elsewhere. The successful Bidder(s) shall be responsible for making any and all claims against carriers for missing or damaged items. 38. PRICING The Town requires a firm price for the contract period. Invoices will be checked to confirm compliance with quoted pricing. Failure to hold prices firm through the entire contract term will be grounds for contract termination. 39. PROTESTS - Please see the Town of Palm Beach Purchasing Manual Stay of Procurement during Protest: Purchases which are the subject of a timely protest may be stayed until a final decision by the Town Manager regarding such Protest has been made. The Purchasing Manager shall not proceed further with the Invitation to Bid, RFP, or other purchasing solicitation or award which is the subject of the protest until all administrative remedies have been exhausted and a final decision of the Town Manager has been rendered, unless a determination is made that the continuation of the award process is in the best interest of the Town. In this case, the Town Manager must make a written determination that the execution of a contract without delay is necessary to protect substantial interests of the Town. Filing Fees: In order to defray a portion of the administrative costs associated with a protest, all protests shall be accompanied by a filing fee in the form of a bond, cashier’s check, or money order for an amount equal to ten percent (10%) of the total estimated contract value, but in no case less than $10,000. Failure to pay the filing fee shall result in a denial of the protest. In the event that a protest is upheld, the filing fee shall be refunded to the protestor. If the protest is not upheld, the f iling fee shall be drawn upon to offset any costs incurred by the Town related to the subject protest. 40. PUBLIC ENTITY CRIMES Pursuant to Section 287.133(12)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Submittal Package (Bid Response) on a contract to provide any goods or services to a public entity, may not submit a bond on a contract with a public entity for the constructi on or repair of a public building or public work, may not submit Submittal Package (Bid Response) for the lease of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business wi th any public entity in excess of the threshold amount provided in Section 287.017 for Category Two ($25,000) for a period of 36 months from the date of being place d on the convicted vendor lists that they have not been placed on the “Convicted Vendor List” or have been found guilty of a public entity crime. 41. PUBLIC RECORDS LAW Pursuant to Section 287.133(12)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Submittal Package (Bid Response) on a contract to provide any goods or services to a public entity, may not submit a bond on a contract with a public entity for the constructi on or repair of a public building or public work, may not submit Submittal Package (Bid Response) for the lease of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category Two ($25,000) for a period of 36 months from the date of being placed on the convicted vendor list." 42. PUBLIC SAFETY AND CONVENIENCE In the Contractor’s use of streets and highways for the work to be done under these specifications, they shall conform to all Municipal, County, State and Federal laws and regulations as applicable. 62 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services The Contractor shall at all times so conduct their work as to insure the least possible obstruction to normal pedestrian and vehicular traffic including access to all public and private properties during all stages work, and inconvenience to the general public and the residents in the vicinity of the work, and to insure the protection of persons and property, in a manner satisfactory to the Town of Palm Beach or designee. No more than one-half (1/2) of the road or street shall be closed and traffic shall be controlled, so as to provide minimum hindrance. Contractor shall utilize traffic control devices when working on right of ways. Contractor is responsible for obtaining right of way permits when working on DOT roadways. There will be no fees for these permits. There shall be no obstruction of the travel lanes between the hours of 7:00 A.M. to 9:00 A.M. and 4:00 P.M. to 6:00 P.M. without approval from the Town of Palm Beach or designee. No road or street shall be closed to the public, except with the permission of the Contract Coordinator and proper governmental authority. Fire hydrants on or adjacent to the work shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the Contractor to insure the use of sidewalks, public telephones and the proper functioning of all gutters, sewer inlets, drainage ditches, and irrigation ditches. 43. RESTRICTED AREAS DURING OFFICIAL DIGNITARY VISITS, EMERGENGIES AND WEATHER EVENTS The Town of Palm Beach may become a restricted area during official Dignitary visits, emergencies, and/or significant weather events. Contractor and workers may be asked to show Town issued ID during this period. The Contractor and workers assigned to this project will be required to come to the Police Department prior to the start of the contract to have their fingerprints taken at no charge to contractor. If the fingerprint background check returns with no warrants or felonies, the contractor and workers will be given a picture ID for access to Palm Beach Island during this period. This process takes up to three (3) business days and needs to be planned for accordingly. 44. SAFETY REGULATIONS Equipment must meet all State and Federal safety regulations for grounding of electrical equipment. 45. SELLING, TRANSFERRING OR ASSIGNING CONTRACT No contract awarded for this proposal shall be sold, transferred or assigned without the prior written approval of the Town, which may be withheld for any reason or no reason at the Town’s sole and absolute discretion. 46. SUBCONTRACTING If the Contractor subcontracts any portion of the contract for any reason, the name and address of the subcontractor shall be included on the form contained herein with the extent of work to be performed. This information shall be submitted with bid response and approved by the Town. The Town reserves the right to reject a bid, of any bidder, if the bid names a subcontractor who has failed in the proper performance of a contract or is not in position to perform properly under this award. Subcontractors shall be responsible for meeting and submitting the insurance and licensing re quirements set forth in the bid documents to the Contractor, or the Contractor shall extend their insurance policy to cover the subcontractor and their employees. It shall be the responsibility of the Contractor to ensure that insurance and licenses required by this contract are in effect. 47. TERMINATION FOR CONVENIENCE The Town of Palm Beach may terminate under this contract in whole or in part (the “Work Terminated”) if the Town determines that such termination is in the Town's best interest. The Town shall terminate by delivering to the Contractor a Notice of Termination, specifying the extent of the Work Terminated and the effective date. After receipt of a Notice of Termination, a Contractor shall immediately proceed with the following, regardless of any delay in determining or adjusting any amounts due under this clause: a) Stop work as specified in the notice. b) Place no further subcontracts or orders for materials, services, or facilities, except as necessary to complete any portion of this Contract not encompassed in the Work Terminated. c) Terminate all subcontracts to the extent they relate to the Work Terminated. To the fullest extent practicable, cancel all outstanding purchase orders, contracts and delivery of materials, supplies and equipment related to the Work Terminated. 63 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services d) If requested by the Town in writing, assign to the Town, all right, title and interest of the Contractor under the subcontracts terminated. Such Assignment shall not include assumption of Contractor's obligations or liabilities under a subcontract. The Town shall have the right (but not the obligation) to assume the Contractor's obligations under any subcontracts assigned. Neither this paragraph nor any assignment of subcontracts shall constitute the Town's assumption of Contractor's obligations under any such subcontract absent a written document executed by the Town and the subcontractor in which the Town expressly acknowledges an assumption of Contractor's obligations, and then only to the extent specified. In no event will the Town assume any obligation of the Contractor under the subcontracts that arise out of or relate to Contractor's default prior to such assignment. e) With the approval of the Purchasing Agent, settle all outstanding liabilities and settlement proposals arising from the termination of subcontracts. f) As directed by the Town, transfer title and deliver to the Town (a) the fabricated or un-fabricated parts, work in process, completed work, supplies, and other materials produced or acquired for the Work Terminated, and (b) the completed or partially completed plans, drawings, information, and other property that, if the Work Terminated had been completed, would be required to be furnished to the Town. g) Complete performance of the work not terminated. h) Take any action that may be necessary, or that the Town may direct, for the protection and preservation of the property related to this contract that is in the possession of the Contractor and in which the Town has or may acquire an interest. 1) The Early Termination Claim shall be strictly limited to payment for those portions of the Work, including Contractor's reasonable profit therefore, properly performed prior to the Town's Termination for Convenience, and for work performed by Contractor under subparagraph B.8 above for protection and preservation of the property described therein. The Early Termination Claim shall not include, and Contractor shall not be entitled to claim or recover, Contractor's other direct or indirect costs, losses or damage of whatsoever nature by reason of the Early Termination including, without limitation: a) Lost profit for Work not to performed by Contractor by reason of the Town's Termination for Convenience; b) The cost of the Work not to performed by Contractor by reason of the Town's Termination for Convenience; c) Contractor's demobilization costs. d) Home office overhead; e) Effect on other contracts and subcontracts including without limitation, those with subcontractors, sub subcontractors, suppliers and material men of any tier or any claims by them arising out of or relating to the impact of the Termination for Convenience on their contracted relations; f) Lost opportunities or other actual/prospective contracts; g) Lower or lost productivity; h) Costs or damages claimed by subcontractors, sub subcontractors, material men, or suppliers of any tier arising or in any way related to their respective contracts with the Contractor or one another, or arising or related in any manner to the Termination for Convenience. 2) The Town's Termination for Convenience shall be without waiver or prejudice to, all of the Town's claims, rights and remedies arising out of or related to any default, breach of contract, damages or other claims the Town may have against Contractor, or Contractor's subcontractors, material men and suppliers of any tier, or any other person or entity at the time of Early Termination, or arising thereafter. Contractor hereby acknowledges acceptance of the risk and cost of the foregoing and acknowledges and agrees to the foregoing limitation on Contractor's claims or damages arising out of, or relating to, an Early Termination by the Town. 3) No later than 60 says following termination, the Contractor shall submit an Early Termination Claim to the Town, unless such time for submittal has been extended in writing by the Town. If the Contractor fails to timely submit the Early Termination Claim the Town may determine, based upon the information available, the amount due the Contractor because of the Early Termination and shall pay such amount, if any. 64 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services 4) Subject to above, the Contractor and the Town may agree upon the whole or any part of the amount that may be due because of the Early Termination. However, this amount may not exceed the total price as reduced by the amount of payments previously made and the contract price of work not terminated. This Contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. 5) If the Contractor and the Town fail to agree on the payment because of Early Termination of work, the Town shall pay the Contractor the amounts, if any, determined by the Town to be due the Contractor as a result of the terminated work. 6) If the termination is partial, the Contractor may file a proposal with the Town for an equitable adjustment of the price of the continued portion of the contract. 48. TERMINATION FOR DEFAULT The Town may terminate this Contract in the event: a) Contractor fails or refuses to prosecute the Work or any severable part, with the diligence that will insure its completion within the time specified in this Contract; b) Contractor fails or refuses to prosecute the Work on any severable part, with the diligence that will insure its completion within the time specified in construction schedules and related milestones issued in conjunction with this Contract; c) Contractor fails to complete the Work within the time specified in this Contract; d) Contractor fails to deliver the supplies or perform the services required of the Contractor under this Contract within the time specified in this Contract; e) Contractor fails or refuses to provide sufficient properly skilled workmen or tradesmen. f) Contractor refused or fails to supply materials, equipment or services meeting the requirements of this Contract; g) Contractor fails to make payments for materials, labor or services to subcontractors, sub subcontractors, suppliers or material men of any tier in accordance with such agreements that may exist among them; h) Contractor violates laws, ordinances, rules, regulations of any governmental authority having jurisdiction; i) Contractor materially breaches any of the provisions of this Contract. When any single or combination of the above causes exist such cause(s) have not been cured after seven (7) days written demand by the Town, the Town may, with full reservation of, and without prejudice to any other right or remedy the Town may have, upon giving Contractor and the surety five (5) days written notice, terminate the Contract. Thereupon the Town shall immediately be entitled to possession of the worksite and all supplies, materials, equipment thereon and to finish the Work by reasonable means the Town shall decide in its discretion. No payments shall be due the Contractor until the Work is fully and finally completed. Contractor and Contractor's surety shall be charged with all costs and expenses of completing the Work (the "Cost to Complete") including without limitation: costs of repairing, replacing or re -mediating improperly performed work; completing portions of the Work left undone on the Contractor's termination; architectural, engineering and other professional fees and costs incurred as a result of Contractor's termination and in connection with completing the Work; liquidated damages at the rate specified herein until Completion is achi eved; any other loss, claim or damage incurred by the Town by reason of Contractor's default. If the unpaid portion of the Contractor's Bid (the “Unpaid Bid Amount”) is greater than the Cost to Complete, the Cost to complete shall be subtracted from the Unpaid Bid Amount and the difference shall be paid to Contractor within sixty (60) days from completion of the Work. If the Cost to Complete exceeds the Unpaid Bid Amount, the Unpaid Bid Amount shall be subtracted from the cost to complete and Contractor shall be indebted to and shall pay to the Town that difference. The rights and remedies reserved to the Town in this paragraph are without waiver of and are in addition to any other rights and remedies provided by law or under this Contract to the Town. 49. TOWN CONTRACT COORDINATOR The Town of Palm Beach shall designate a Contract Coordinator who shall act on behalf of the Town with respect to monitoring contractor performance under this contract. The administration of this contract is vested in the Contract Coordinator. The Contract Coordinator shall have complete authority to require the Contractor to comply with all provisions of this Contract. However, the provisions of this Contract shall not be altered, waived or revoked by the Contract Coordinator. The Contract Coordinator principal duties shall be: a) Liaison with Contractor. b) Coordinate and approve all work under the contract. 65 TOWN OF PALM BEACH Request for Bids – Terms and Conditions –Goods and Services Request for Bids – Terms and Conditions –Goods and Services c) Resolve any disputes. d) Assures consistency and quality of Contractor’s performance. e) Schedule and conduct Contractor performance evaluations and document findings. f) Review and approve for payment all invoices for work performed or items delivered. 50. UNIFORM COMMERCIAL CODE The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations betwe en the awarded contractor/vendor and the TOWN for any terms and conditions not specifically stated in the bid. 51. VENDOR SERVICE REPRESENTATIVE The bidder must submit with their bid proposal the name, address, and phone number of the person(s) to be contacted for the placement of an order and the coordination of service. 52. WARRANTY The Contractor shall provide, at the time of delivery, a warranty for any and all goods against defective material, workmanship, and failure to perform in accordance with required performance criteria, for a period of no less than one (1) year from the date of delivery. This is a minimum standard; if the standard warranty period is greater than one (1) year, the entire warranty period will be honored. The Contractor agrees that all parts of the goods found defective shall be replaced without any cost or expense to the Town including all labor, materials and costs of transportation. In addition, the Contractor agrees that if said repair of defective goods will exceed ten (10) working days, the Contractor shall supply loaner goods, upon written request of the Town, in a timely and prompt fashion, at no cost or expense to the Town. 66 Town of Palm Beach RFB 04-2023 Reptile Control Services Bid Tabulation Description Estimated Man Hours Per Month Hourly Rate Estimated Cost Per Month Hourly Rate Estimated Cost Per Month Hourly Rate Estimated Cost Per Month Hourly Rate Estimated Cost Per Month Hourly Rate Estimated Cost Per MonthNuisance Reptile Removal 24 35.00$ 840.00$ 55.00$ 1,320.00$ 75.00$ 1,800.00$ 75.00$ 1,800.00$ 225.00$ 5,400.00$ Easy Removal SolutionsBasis of Award Emergency Wildlife Services Enviroscapes Plus Inc. Apparent Awardee Blue Iguana Pest Control Inc d/b/a Iguana Control Delgado Family Pest Solutions 67 SCOPE OF WORK/SPECIFICATIONS 1.Removal of exotic reptiles a.Contractor shall perform all removal efforts within the boundaries of Town owned Parks and properties. 2.Schedule a.Staff and the Contractor will develop an as needed schedule. b.Contractor shall provide services in accordance with landscape hours as per Town ordinances. c.Time spent at a site will be determined by Contractor and Town Staff availability. d.Contractor may be accompanied by Town Staff during all activities on Town property. 3.Removal and Dispatch a.Whenever possible, Contractors’ work will be performed using an air pellet rifle. When necessary, Contractor may use a snare. b.Contractor shall notify the Palm Beach Police department by phone prior to performing duties using a pellet rifle on Town property. c.Exotic reptiles, including but not limited to iguanas, tegus, monitor lizards, geckos and other nuisance reptiles as directed by Town Staff, will be dispatched on site. d.Dispatched reptiles shall be disposed of off-site by the Contractor, in accordance with state guidelines http://myfwc.com/conservation/you-conserve/assistnuisance-wildlife/ faqs/#what . 4.Identification a.Contractor shall wear a brightly colored shirt with the company name and identifying themselves as a wildlife trapper. b.Contractor’s vehicles shall be labeled with the company name. 5.Payment a.Monthly invoices will be submitted to the Town by the Contractor. b.Invoices will list the total number of hours Contractor provided services to the Town and the number of exotic reptiles removed from each serviced location. c.Contractor will be paid for services provided on a per hour basis. 68 TOWN OF PALM BEACH PROCUREMENT AND CONTRACT MANAGEMENT DIVISION 951 Okeechobee Road Suite D West Palm Beach, Florida 33401 Telephone: (561) 838-5406 Facsimile (561) 835-4688 Website: www.townofpalmbeach.com Date: 08/07/2023 Blue Iguana Pest Control Inc d/b/a Iguana Control 6615 W. BOYNTON BEACH BLVD. #121 BOYNTON BEACH, FL 33437 Ref: RFB 04-2023 Reptile Control Services Year Two (2) of Contract – 1st Renewal Good afternoon, As specified in Town of Palm Beach RFB 04-2023, we have an option to renew the existing contract for another one (1) year term if it is mutually agreeable to all parties. Please advise by signature below, if an extension of our current contract with the same terms, conditions, specifications, and pricing stated in your bid, would be acceptable. Please, complete and return this form to the Procurement Division. Your response may be emailed to rcanterbury@townofpalmbeach.com faxed to 561-835-4688. Respectfully, Ryan Canterbury Senior Procurement and Contract Management Agent _______ I hereby agree to an extension of RFB 04-2023. _______ I do not approve an extension of RFB 04-2023 for the following reasons: _____________________________________________________________ _____________________________________________________________ _________________________________ _________________________________ SIGNATURE DATE _________________________________ NAME (PRINT) 69 X 08/19/24 Thomas Portuallo President 70 City of Boynton Beach Agenda Item Request Form 6.B Consent Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-086- Approving a Collocation Agreement between the City and Dish Wireless, LLC, and a Memorandum of Agreement between the City and Dish Wireless, LLC to allow for ground equipment and co-location on the existing telecommunications tower at 1901 N. Seacrest Blvd. with a lease area of 35 square feet. Requested Action: Staff recommends approval of Proposed Resolution No. R25-086. Explanation of Request: This agenda item presents a proposed collocation lease and memorandum agreement with Dish Wireless, LLC for the co-location of network equipment on the existing telecommunications tower located at 1901 N. Seacrest Blvd. Dish Wireless intends to install antenna equipment on the tower and associated ground equipment within a designated area at the tower's base. This agreement will allow Dish Wireless to enhance its network coverage within the city, while also providing a new revenue stream for the City through lease payments. The tenant's ground lease portion is 35 square feet, with equipment space on the vertical tower. The initial term of the lease is for (5) five years with (4) four (5) year extensions. The annual rent is $ 7,500, with a 3% increase each year. How will this affect city programs or services? The execution of the collocation lease and memorandum agreement with Dish Wireless LLC, will directly benefit city programs and services by generating a new, consistent revenue stream. The annual rent of $7,500, with a 3% annual increase over the initial five-year term and a potential twenty additional years through extensions, will provide dedicated funds that can be allocated to various city initiatives. This revenue can be utilized to support infrastructure improvements, enhance public safety communications, fund community programs, or offset other municipal expenses. Furthermore, improved cellular coverage throughout the city, resulting from Dish Wireless' network expansion, will indirectly benefit city services by enhancing communication capabilities for residents, businesses, and emergency responders. Account Line Item and Description: 001-0000-362.91-00, Rents and Royalties / Tower Leases 71 Fiscal Impact: The annual rent of $7,500.00, with a 3% annual increase over the initial five-year term and potential twenty additional years through extensions. Attachments: R25-086 Agenda_Item_2854- 2025_Resolution_for_Dish_Wireless_Collocation_Agmt_and_MOA.docx Exhibit A to Resolution - Dish Lease agreement.pdf Exhibit B to Resolution - Dish Memoradum of Agreement.pdf 72 RESOLUTION NO. R25-0861 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING A COLLOCATION AGREEMENT 4 BETWEEN THE CITY AND DISH WIRELESS LLC AND A MEMORANDUM 5 OF AGREEMENT BETWEEN THE CITY AND DISH WIRELESS, LLC TO 6 ALLOW FOR GROUND EQUIPMENT AND CO-LOCATION ON THE 7 EXISTING TELECOMMUNICATIONS TOWER AT 1901 N. SEACREST 8 BOULEVARD WITH A LEASE AREA OF 35 SQUARE FEET; AND FOR ALL 9 OTHER PURPOSES. 10 11 WHEREAS, the Collocation Agreement and the Memorandum of Agreement with Dish 12 Wireless, LLC will authorize the co-location of network equipment on the existing 13 telecommunications tower located at 1901 N. Seacrest Blvd. Dish Wireless intends to install 14 antenna equipment and associated ground equipment within a designated area at the tower's 15 base; and16 WHEREAS, this agreement will allow Dish Wireless to enhance its network coverage within 17 the City while also providing a new revenue stream for the City through lease payments; and18 WHEREAS, the agreement provides that the tenant's ground lease portion is 35 square 19 feet, with equipment space on the vertical tower; the initial term of the lease is for (5) five years 20 with (4) four (5) year extensions, and the annual rent is $ 7,500.00, with a 3% increase each year; 21 and22 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 23 best interests of the city's citizens and residents to approve a Collocation Agreement between the 24 City and Dish Wireless LLC and a Memorandum of Agreement between the City and Dish Wireless,25 LLC to allow for ground equipment and co-location on the existing telecommunications tower at 26 1901 N. Seacrest Boulevard with a lease area of 35 square feet.27 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 29 BEACH, FLORIDA, THAT:30 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 31 being true and correct and are hereby made a specific part of this Resolution upon adoption.32 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 33 73 approve a Collocation Agreement between the City and Dish Wireless, LLC in form and substance 34 similar to that attached as Exhibit A.35 SECTION 3.The City Commission of the City of Boynton Beach, Florida, does hereby 36 approve a Memorandum of Agreement between the City and Dish Wireless, LLC in form and 37 substance similar to that attached as Exhibit B.38 SECTION 4.The City Commission of the City of Boynton Beach, Florida, hereby 39 authorizes the Mayor to execute the Collocation Agreement and the Memorandum of Agreement. 40 The Mayor is further authorized to execute any ancillary documents as may be necessary to 41 accomplish the purpose of this Resolution.42 SECTION 5.The City Clerk shall retain the fully executed Collocation Agreement as a 43 public record of the City. A copy of the fully executed Collocation Agreement shall be provided 44 to Gail Mootz to forward to Dish Wireless, LLC.45 SECTION 6.The fully executed Memorandum of Agreement shall be provided to Gail 46 Mootz to forward to Dish Wireless, LLC to record in the Public Records of Palm Beach County, 47 Florida, not more than sixty (60) days after the date of full execution of the Collocation Agreement, 48 as required by section 18 of the Collocation Agreement. Gail Mootz shall obtain a copy of the 49 recorded Memorandum of Agreement.50 SECTION 7.This Resolution shall take effect in accordance with law.51 52 [SIGNATURES ON THE FOLLOWING PAGE]53 54 55 74 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.56 CITY OF BOYNTON BEACH, FLORIDA57 YES NO58 Mayor – Rebecca Shelton __________59 60 Vice Mayor – Woodrow L. Hay __________61 62 Commissioner – Angela Cruz __________63 64 Commissioner – Thomas Turkin __________65 66 Commissioner – Aimee Kelley __________67 68 VOTE ______69 ATTEST:70 71 ___________________________________________________________72 Maylee De Jesús, MPA, MMC Rebecca Shelton73 City Clerk Mayor74 75 APPROVED AS TO FORM:76 (Corporate Seal)77 78 _______________________________79 Shawna G. Lamb80 City Attorney81 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 City of Boynton Beach Agenda Item Request Form 6.C Consent Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-087- Approving and authorizing the Mayor to sign a Use of Property Agreement between the City of Boynton Beach and First Baptist Church of Boynton Beach for the 2025 Taste of Boynton Beach event on Saturday, April 26, 2025. Requested Action: Staff recommends approval of Proposed Resolution No. R25-087. Explanation of Request: The City has received permission from the property owner to use the following property to provide free public parking for 2025 Taste of Boynton Beach event attendees: First Baptist Church of Boynton Beach- 301 N. Seacrest Blvd. How will this affect city programs or services? Parking is very limited in the Town Square area and this agreement provides an additional parking option for those that would like to attend the 2025 Taste of Boynton Beach event. Budgeted Item: Yes Account Line Item and Description: Special Event: 001-1213-519-48-24 Fiscal Impact: There is no cost related to the temporary use of this property. Crossing guards and shuttle buses will be provided to assist attendees to/from the event site. Attachments: R25-087 Agenda_Item_2866- 2025_Resolution_for_First_Baptist_Church_Land_Use_Agmt.docx Exhibit A - Use Agreement - First Baptist.pdf 114 RESOLUTION NO. R25-0871 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING AN AGREEMENT FOR THE USE OF PROPERTY 4 WITH FIRST BAPTIST CHURCH OF BOYNTON BEACH FOR THE USE OF 5 PARKING LOTS FOR THE APRIL 26, 2025, TASTE OF BOYNTON BEACH EVENT; 6 PROVIDING AN EFFECTIVE DATE; AND FOR ALL OTHER PURPOSES. 7 8 WHEREAS,the City has received permission from First Baptist Church of Boynton Beach9 (Owner) to utilize certain property located at 301 N. Seacrest Boulevard, Boynton Beach, Florida 10 33435, to provide free public parking for the April 26, 2025, Taste of Boynton Beach event; and11 WHEREAS, the City Commission of the City of Boynton Beach, upon the recommendation 12 of staff, deems it in the best interest of the citizens and residents of the City of Boynton Beach to 13 approve an Agreement for Use of Property with First Baptist Church of Boynton Beach, to utilize 14 certain property located at 301 N. Seacrest Boulevard, Boynton Beach, Florida 33435, to provide 15 free public parking for the April 26, 2025 Taste of Boynton Beach event.16 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 17 BEACH, FLORIDA, THAT:18 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being 19 true and correct and are hereby made a specific part of this Resolution upon adoption hereof. 20 SECTION 2.The City Commission of the City of Boynton Beach hereby approves an 21 Agreement for Use of Property with First Baptist Church of Boynton Beach to utilize certain 22 property located at 301 N. Seacrest Boulevard, Boynton Beach, Florida 33435, to provide free 23 public parking for the April 26, 2025, Taste of Boynton Beach event (the “Agreement”), in form 24 and substance similar to that attached as Exhibit A. 25 SECTION 3.The City Commission of the City of Boynton Beach hereby authorizes the26 Mayor to execute the Agreement. The Mayor is further authorized to execute any ancillary 27 documents required under the Agreement or necessary to accomplish its purposes, including any 28 term extensions as provided in the Agreement, provided such documents do not modify the 29 financial terms/material terms.30 SECTION 4.The City Clerk shall retain one fully executed Agreement as a public record 31 and forward a copy to Gabrielle Favitta. 32 115 SECTION 5.This Resolution shall take effect as provided by law.33 34 PASSED AND ADOPTED this _____ day of __________________________________________ 2025.35 CITY OF BOYNTON BEACH, FLORIDA36 YES NO37 Mayor – Rebecca Shelton __________38 39 Vice Mayor – Woodrow L. Hay __________40 41 Commissioner – Angela Cruz __________42 43 Commissioner – Thomas Turkin __________44 45 Commissioner – Aimee Kelley __________46 47 VOTE ______48 ATTEST:49 50 51 ___________________________________________________________52 Maylee De Jesús, MPA, MMC Rebecca Shelton53 City Clerk Mayor54 55 APPROVED AS TO FORM:56 (Corporate Seal)57 58 _______________________________59 Shawna G. Lamb60 City Attorney61 62 116 117 118 119 120 121 City of Boynton Beach Agenda Item Request Form 6.D Consent Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-088- Approving and authorizing the Mayor to sign a Use of Property Agreement between the City of Boynton Beach and 315 South Federal LLC for the 2025 Taste of Boynton Beach event on Saturday, April 26, 2025. Requested Action: Staff recommends approval of Proposed Resolution No. R25-088. Explanation of Request: The City has received permission from the property owner to use the following property to provide free public parking for 2025 Taste of Boynton Beach event attendees: 315 South Federal LLC- 315 S. Federal Hwy, Boynton Beach. How will this affect city programs or services? Parking is very limited in the Town Square area and this agreement provides an additional parking option for those that would like to attend the 2025 Taste of Boynton Beach event. Budgeted Item: Yes Account Line Item and Description: Special Event: 001-1213-519-48-24 Fiscal Impact: There is no cost related to the temporary use of this property. Crossing guards and shuttle buses will be provided to assist attendees to/from the event site. Attachments: Exhibit A - Use Agreement - 315 S Federal.pdf R25-088 Agenda_Item_2867- 2025__Resolution_for_315_S_Federal_LLC_Land_Use_agmt.docx 122 123 124 125 126 127 RESOLUTION NO. R25-0881 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING AN AGREEMENT FOR USE OF 4 PROPERTY BETWEEN THE CITY AND 315 SOUTH FEDERAL LLC FOR THE 5 USE OF PARKING FOR THE APRIL 26, 2025, TASTE OF BOYNTON 6 BEACH EVENT; AND FOR ALL OTHER PURPOSES. 7 8 WHEREAS, 315 South Federal LLC (“Owner”) warrants that it owns that certain property 9 located at 315 S. Federal Hwy, Boynton Beach, Florida (Parcel Number: 08-43-45-28-07-001-0010), 10 (the “Property”); and11 WHEREAS, the City desires to use the parking lots located on the Property for the 2025 12 Taste of Boynton Beach event taking place on Saturday, April 26, 2025 (the “Event”); and13 WHEREAS, the Owner desires to permit the City to use the Property for the Event; and14 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 15 best interests of the city's citizens and residents to approve an Agreement for Use of Property 16 between the City and 315 South Federal LLC for the use of parking for the 2025 Taste of Boynton 17 Beach event. 18 19 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 20 BEACH, FLORIDA, THAT:21 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 22 being true and correct and are hereby made a specific part of this Resolution upon adoption.23 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 24 approve an Agreement for Use of Property between 315 South Federal LLC and the City for the 25 use of parking for the 2025 Taste of Boynton Beach event (the “Agreement”), in form and 26 substance similar to that attached as Exhibit A.27 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 28 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 29 ancillary documents required under the Agreement or necessary to accomplish the purposes of 30 the Agreement and this Resolution.31 SECTION 4.The City Clerk shall retain the fully executed Agreement as a public record 32 128 of the City. A copy of the fully executed Agreement shall be provided to Gabrielle Favitta for33 forwarding to the Owner.34 SECTION 5.This Resolution shall take effect in accordance with law.35 36 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.37 CITY OF BOYNTON BEACH, FLORIDA38 YES NO39 Mayor – Rebecca Shelton __________40 41 Vice Mayor – Woodrow L. Hay __________42 43 Commissioner – Angela Cruz __________44 45 Commissioner – Thomas Turkin __________46 47 Commissioner – Aimee Kelley __________48 49 VOTE ______50 ATTEST:51 52 ___________________________________________________________53 Maylee De Jesús, MPA, MMC Rebecca Shelton54 City Clerk Mayor55 56 APPROVED AS TO FORM:57 (Corporate Seal)58 59 _______________________________60 Shawna G. Lamb61 City Attorney62 129 City of Boynton Beach Agenda Item Request Form 6.E Consent Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-089- Authorizing the City to apply for the Firehouse Subs Public Safety Grant for the amount up to $48,500, and if awarded, authorize the City to accept the Grant, and authorize the Mayor to execute all documents associated with the grant, subject to the approval of the City Attorney. Requested Action: Staff recommends approval of Proposed Resolution No. R25-089. Explanation of Request: The Firehouse Subs Public Safety Foundation mission is to impact the lifesaving capabilities, and the lives, of local heroes and their communities. The Firehouse Subs Public Safety Foundation has awarded millions of dollars of lifesaving equipment and resources to fire, police and public safety organizations across the country. The Firehouse Subs Public Safety Foundation Grant would help fund the purchase of a new UTV EMS vehicle, replacing our current one, which has been in service for over 10 years. The UTV will enhance community safety by providing rapid emergency response during city events, large crowd gatherings, and community risk reduction efforts. Its mobility allows emergency personnel to navigate congested areas, quickly reach individuals in need, and provide medical assistance before larger units arrive. The City is submitting an application for funding that provides first responders with lifesaving equipment. The requested grant funding for the project is up to $45,000 with no local match. The grant portal opens on Thursday, April 3, 2025 and the application deadline is April 4, 2025. How will this affect city programs or services? The City of Boynton Beach, committed to the health and well-being of its residents, finds it imperative to provide the residents with safety and timely emergency response. Account Line Item and Description: N/A Fiscal Impact: The Firehouse Subs Public Safety Foundation Grant is expected to fund up to $48,500 overall 130 throughout the project's lifecycle. No match is required. Attachments: R25-089 Agenda_Item_2869- 2025_Resolution_for_Firehouse_Subs_Public_Safety_Grant_application.docx Exhibit A - Grant Application.pdf Application Checklist.pdf 131 RESOLUTION NO. R25-0891 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, AUTHORIZING THE CITY’S APPLICATION FOR THE 4 FIREHOUSE SUBS PUBLIC SAFETY GRANT FOR THE AMOUNT UP TO 5 $45,000, AND IF AWARDED, AUTHORIZING THE CITY TO ACCEPT THE 6 GRANT, AND AUTHORIZING THE MAYOR TO EXECUTE ALL7 DOCUMENTS ASSOCIATED WITH THE GRANT; AND FOR ALL OTHER 8 PURPOSES. 9 10 WHEREAS, the Firehouse Subs Public Safety Foundation’s mission is to impact the 11 lifesaving capabilities, and the lives, of local heroes and their communities by awarding lifesaving 12 equipment and resources to fire, police, and public safety organizations across the country; and13 WHEREAS, the Firehouse Subs Public Safety Foundation Grant (“Grant”) would help fund 14 the purchase of a new Utility Task Vehicle (“UTV”) Emergency Medical Services (“EMS”) vehicle, 15 replacing the City’s current UTV EMS vehicle, which has been in service for over ten years; and16 WHEREAS, the acquisition of a new UTV EMS will enhance community safety by providing 17 rapid emergency response during City events, large crowd gatherings, and community risk 18 reduction efforts, with the UTV EMS’s mobility allowing emergency personnel to navigate 19 congested areas, quickly reach individuals in need, and provide medical assistance before larger 20 units may arrive; and21 WHEREAS, the Grant will provide the City with up to $45,000 in grant funds, if awarded, 22 with no match required; and23 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 24 best interests of the city's citizens and residents to authorize and ratify the City’s application for 25 the Firehouse Subs Public Safety Foundation Grant to support the City’s emergency response 26 capabilities by replacing the City’s current UTV EMS, which will provide the City with up to $45,00027 in grant funds, and if awarded, authorize the City to accept the Grant and execute all future 28 documents associated with the grant.29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 30 BEACH, FLORIDA, THAT:31 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 32 being true and correct and are hereby made a specific part of this Resolution upon adoption.33 132 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 34 authorize the City to apply for the Firehouse Subs Public Safety Foundation Grant to support the 35 City’s emergency response capabilities, which will provide the City with up to $45,000 in grant 36 funds, and if awarded, authorize the City to accept the Grant. 37 SECTION 3.The City Commission of the City of Boynton Beach, Florida, does hereby 38 authorize the Mayor to execute the Grant application attached hereto as Exhibit A, and if 39 awarded, the Grant Agreement, and any other document associated with applying for and 40 accepting the Grant that does not otherwise increase the financial obligations of the City, subject 41 to the approval of the City Attorney’s Office.42 SECTION 4.This Resolution shall take effect in accordance with law.43 44 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.45 CITY OF BOYNTON BEACH, FLORIDA46 YES NO47 Mayor – Rebecca Shelton __________48 49 Vice Mayor – Woodrow L. Hay __________50 51 Commissioner – Angela Cruz __________52 53 Commissioner – Thomas Turkin __________54 55 Commissioner – Aimee Kelley __________56 57 VOTE ______58 ATTEST:59 60 ___________________________________________________________61 Maylee De Jesús, MPA, MMC Rebecca Shelton62 City Clerk Mayor63 64 APPROVED AS TO FORM:65 (Corporate Seal)66 67 _______________________________68 Shawna G. Lamb69 City Attorney70 133 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 1 Firehouse Subs Public Safety Foundation Grant Application 134 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 2 Congratulations! Your organization has met Firehouse Subs Public Safety Foundation’s pre-qualification criteria to be considered for a grant. STOP HERE & PRINT THIS PAGE. You will not be able to return to this page. Thank you for your interest in Firehouse Subs Public Safety Foundation, where we are committed to giving back to communities by supporting first responders and public safety organizations with lifesaving equipment and funding resources. PLEASE APPLY EARLY IMPORTANT: A maximum of 600 grant applications are accepted on a quarterly basis. Once the maximum number of applications is met, the site will close for the remainder of the quarter. • Applications are considered on a quarterly basis ALL approvals and denials will be emailed to applicants within two months after the grant deadline. Please do not email our Foundation regarding the status of your application. • DO NOT send email inquiries to the Firehouse Subs Care Center or through the Firehouse Subs EMS survey. • DO NOT phone the Firehouse Subs main office or Firehouse Subs restaurants with grant inquiries. The grant process is a partnership. We greatly appreciate your cooperation and compliance. 135 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 3 APPLICATION GUIDELINES AND REQUIRED ATTACHMENTS STOP HERE & PRINT THIS PAGE. You will not be able to return to this page. Please prepare the following attachments before you continue. We cannot consider your application if any of the required information is missing. • Background/History o Brief history of your department or organization, and how this grant will benefit your community • Vendor Equipment Quote/Bid You must provide an official vendor quote with the following information for your grant request to be considered. Submitted quotes MUST meet the requirements below, please read carefully: o Vendor sales representative first and last name must be included on quote o Vendor email address must be included on quote o The name & physical address of your organization must be included o The first and last name of a contact person from your organization must be included o Only one vendor quote can be submitted. Your application will not be considered if more than one quote is submitted. o Quotes must be itemized o Online quotes will not be accepted o Must be dated within six months of the application deadline o Must contain only the item(s) pertaining to your grant request o The total dollar amount and equipment quantities in the vendor quote MUST MATCH the total that your department is requesting on the application o Include sales tax and freight charges, if applicable. Firehouse Subs Public Safety Foundation will not be responsible for additional shipping costs or tax not included in the quote. o Maintenance plans and extended warranties are not permissible o Firehouse Subs Public Safety Foundation will not be responsible for restocking fees or costs related to errors within your quote Note: When requesting a quote/bid from a vendor, please share our quote requirements and notify them that you are applying for a grant from our Foundation. Most Recent Financial Information Financials must show revenue and expenses and list the name of your organization, city or county. One of the following options must be submitted: o A recent - within one month - Balance Sheet which consists of Assets and Liabilities o A recent - within one month - Profit & Loss Statement also called an Income Statement o A current year annual budget showing projected income and expenses o A previous year audit or 990 • Equipment Inventory Inventory documentation must list the name of your organization. o Equipment inventory is required for first responder organizations only. If your organization does not have apparatus, vehicles or specialized equipment, please attach a document noting that the organization does not have any applicable inventory. 136 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 4 o First Responder Organizations: Please include a list of apparatus, vehicles and other specialized equipment. The lists we receive vary in length depending on the size and type of organization. (For example, include items such as vehicles, extrication equipment, breathing devices, and personal protective equipment/PPE) • Internal Revenue Service Form W-9 (Rev. October 2018) o Please contact your accounting department or treasurer to obtain a completed W-9 form. Your application will not be considered if any of the following sections of your W-9 are missing. ▪ Name as shown on your income tax return ▪ Entity Name, if different from line 1 ▪ Federal Tax Classification (including Other explanation if required) ▪ Exempt payee code (if any) ▪ Address ▪ City, State & Zip Code ▪ Employer ID Number (EIN) ▪ Signed by an official of the organization ▪ Dated no more than one year from the submission date of this application CLICK HERE to preview samples of completed W-9 forms. FREQUENTLY ASKED QUESTIONS & TIPS STOP HERE & PRINT THIS PAGE. You will not be able to return to this page. Please Apply Early. A maximum of 600 applications are accepted on a quarterly basis. Please do not contact area restaurants or Firehouse Subs Care center with grants questions. What does the Firehouse Subs Public Safety Foundation support? Our Mission is to impact the lifesaving capabilities, and the lives of local heroes and their communities by providing lifesaving equipment and prevention education tools to first responders, non-profits and public safety organizations. All requests must fall within our funding guidelines via firehousesubsfoundation.org/about-us/funding-areas. Are there items that your Foundation does not support? All requests must fall within our funding guidelines found on our website via firehousesubsfoundation.org/about-us/funding-areas. Examples of items that are not supported by our board of directors include: • body cameras • building exhaust removal systems • crash data boxes • dash cams • drones and drone accessories • exercise equipment • guns/firearms/use of force equipment, riot gear, laser pointers (designators) & tasers • inflatable bounce houses • license plate readers • Narcan & TruNar analyzers • Cardiac Science Powerheart G3 AEDs & Philips FR3 AEDs • Polar Breeze thermal rehabilitation systems 137 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 5 • portable message signs • power load stretchers • promotional items including apparel, costumes & Pluggie the fire plug/Sparky the Fire Dog robots • radar detectors • recording devices • refurbished equipment • security systems & surveillance equipment • stop sticks • throw bots • traffic road barriers Who can apply for this grant? Fire Departments, law enforcement, EMS, municipal & state organizations, public safety organizations, nonprofits and schools are encouraged to apply for lifesaving equipment. If my organization has received a grant award from Firehouse Subs Public Safety Foundation in the past, when can we reapply? We ask that grant recipients wait a minimum of two years from the date of approval before reapplying. Does the Foundation provide reimbursements for purchased equipment? No. If your organization has already purchased the equipment and is seeking reimbursement, please do not apply. What are the most common reasons a grant application is marked incomplete? • Quote is missing the required contact information and/or is not itemized • Financials are outdated and/or do not include both revenues and expenses • Alternate contact information is the same contact information as the main contact information • The name of the organization is missing on the inventory and/or financials • W9 form is missing the required information Can my organization submit multiple grant applications? The Foundation does not accept more than one grant request per organization each quarter. If your organization receives a grant, please wait a minimum of two years from the date of approval to apply again. Is the Firehouse Subs Public Safety Foundation grant a matching grant? There are no matching funds involved in our organization’s grants program. If my request is more or less than $20,000 will it be considered? $15,000-$25,000 is a guideline. Requests exceeding $50,000 will be denied. What financial information should we provide? Financials must show revenue and expenses and list the name of your organization, city or county. One of the following options must be submitted: o A recent - within one month - Balance Sheet which consists of Assets and Liabilities o A recent - within one month - Profit & Loss Statement also called an Income Statement o A current year annual budget showing projected income and expenses o A previous year audit or 990 138 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 6 What is needed for the required vendor quote/bid attachment? You must provide an official vendor quote with the following information for your grant request to be considered. Submitted quotes MUST meet the requirements below, please read carefully: o Vendor sales representative first and last name must be included on quote o Vendor email address must be included on quote o The name & physical address of your organization must be included o The first & last name of a contact person from your organization must be included o Only one vendor quote can be submitted. Your application will be marked incomplete if more than one quote is submitted. o Quote must be itemized o Online quotes will not be accepted o Must be dated within six months of the application deadline o Must contain only the item(s) pertaining to your grant request o The total dollar amount and equipment quantities in the vendor quote MUST MATCH the total that your department is requesting on the application o Include sales tax if applicable and freight charges, if applicable. Firehouse Subs Public Safety Foundation will not be responsible for additional shipping costs or sales tax not included in the submitted quote. o The cost of maintenance plans and extended warranties are not permissible o Firehouse Subs Public Safety Foundation will not be responsible for restocking fees or costs related to errors within your quote Note: When requesting a quote/bid from a vendor, please share our quote requirements and notify the vendor that you are applying for a grant from our Foundation. What inventory information should I provide? Equipment inventory is required for first responder organizations only. If your organization does not have apparatus, vehicles or specialized equipment, please attach a document noting that the organization does not have any applicable inventory, and include the name of your organization on the document. For first responders: The inventory documentation must list the name of your organization. Please include a list of apparatus, vehicles and other specialized equipment, if applicable. The lists we receive vary in length depending on the size and type of organization. (For example, include items such as vehicles, extrication equipment, breathing devices, and personal protective equipment/PPE). If my department is located more than 60 miles from a Firehouse Subs restaurant, should I still apply? Our Foundation focuses its resources in areas served by Firehouse Subs restaurants, however, we recognize the need of rural and volunteer departments throughout the country, and will consider applications outside of the 60-mile guideline. When can we expect to find out if our grant has been approved or denied? Grant award notifications will be emailed to ALL applicants within two months after the grant deadline. Please do not contact the Foundation, restaurants or the Firehouse Subs Care Center with questions regarding your grant status. Does Firehouse Subs Public Safety Foundation fund requests for "use of force"? Firehouse Subs Public Safety Foundation does not accept grant requests for "use of force" items such as guns, tasers, riot gear, or firearm simulators. 139 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 7 Does the Foundation only work with specific equipment vendors? No, the Firehouse Subs Public Safety Foundation does not endorse any specific equipment vendor or brand. Our goal is to provide the equipment that best fits the needs of our recipients, at the best possible price, to enable us to help more organizations. Does the Foundation fund requests for refurbished equipment? We do not accept grant requests for refurbished or pre-owned equipment. Does the Foundation fund requests for patent-pending equipment? We do not accept grant requests for patent-pending products. Does the Foundation accept requests for partial funding? We will consider requests for partial funding, however, the balance of funds must be secured and outlined within your grant request. Documentation of partial funding must be included as part of your background/history attachment. We are unable to provide any additional assistance due to the volume of applications received daily. For technical questions, please email Foundation@FirehouseSubs.com. Firehouse Subs Public Safety Foundation Scholarships Program FAQs How can an individual apply for a Firehouse Subs Public Safety Foundation scholarship? The scholarship program is open to community members as well as Firehouse Subs employees planning to enroll in a part-time or full-time firefighter, law enforcement or emergency medical (paramedic or EMT) program at an accredited two- or four-year college, university or vocational technical school for the upcoming academic year. Click here to learn more. How can accredited schools apply for scholarship funding? Accredited schools can apply for scholarship funding in support of firefighter, law enforcement or emergency medical (paramedic or EMT) programs by completing the online grant applications via grants.firehousesubs.com. We are unable to provide any additional assistance due to the volume of applications received daily. For technical questions, please email Foundation@FirehouseSubs.com. 140 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 8 ACCOUNT REGISTRATION Applicant First Name* _________________ Applicant Last Name* _________________ Applicant Title* ________________________________ Email* _________________ (we prefer an official email address for your organization/department) Applicant Cell Phone Number * _________________ *Please note, this information cannot be edited once submitted. APPLICANT and DEPARTMENT INFORMATION Firehouse Subs Public Safety Foundation Grant Application Organization/Department: (this must be your organization’s official name) ______________ Department Tax ID # (xx-xxxxxxx): ________________________________________ Mailing Address 1: ___________________________________________________ Mailing Address 2: ___________________________________________________ City, State & Zip Code: _________________________________________________ Shipping Address: __________________________________________________________ Organization Phone Number: ____________________________________________ Organization Phone Extension: _______________ Applicant Cell Phone Number: ____________________________________________ Secondary Applicant* First and Last Name: (must be different from main applicant first & last name) _________________________________________________________________ Secondary Applicant* Cell Phone Number: (must be different from main applicant phone number) _________________________________________________________________ Secondary Applicant* Extension: ________________ Secondary Applicant* Email Address: (must be different from main applicant email) _______ * Contact information for two separate individuals must be included in order for your application to be considered. 141 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 9 Communities Served: _________________________________________________ Population: ________________________________________________________ Number of Runs/Calls for Service per Year (for fire, EMS and police only): ______________ Local Approval Pre-Qualifications (Select the option that applies to your department/organization) o As required by our community, this request has been presented and approved by our local government as part of our process when applying for external funding. o Our jurisdiction requires approval from local officials once the award is granted. o Our jurisdiction does not require pre-approval from local officials. 142 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 10 APPLICATION REQUEST INFORMATION Please select the type of grant you are requesting: Equipment Donation/Prevention Education Items Scholarships/Continuing Education • Please note, our Foundation only reviews scholarship/continuing education grants connected with accredited schools • For all-terrain wheelchair grant applications, email foundation@firehousesubs.com to request a paper allterrain wheelchair grant application, and please title the email All -Terrain Wheelchair Grant Request EQUIPMENT DONATION/PREVENTION EDUCATION ITEMS The Foundation will determine the procurement method if your grant is approved. The equipment purchase will be implemented in one of two ways: 1) The Foundation Team will purchase the requested equipment on your behalf, and the vendor will ship it directly to your organization. Upon delivery, you must email a signed & dated copy of the packing slip to the Foundation. OR 2) You will receive a Memo of Understanding from the Foundation . Once it is signed by both parties, you will receive funding via ACH Transfer to make your purchase according to the approved vendor quote. After you receive your equipment, you must email signed and dated copies of all invoices to the Foundation within one week of delivery. What Equipment are you requesting? Please include the quantity of each item. Vendor company name: ________________________________________________ Sales representative first and last name:______________________________________ Sales representative email address: _________________________________________ What is the TOTAL cost of the equipment? Include sales tax and shipping, where applicable. Requests exceeding $50,000 will not be accepted. I understand that in order to be considered for funding, the total dollar amount and equipment quantities listed on the submitted quote/bid must match the total above. Has your department applied for this specific request in the past and been denied? ____ Yes ____ No If yes, how many times, prior to this application, has this request been submitted? _____ 143 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 11 Briefly explain how the equipment will benefit your community and your department. This would have a direct impact on more than _____children and _____senior citizens in our community. (For prevention education items.) COMMUNITY IMPACT Have you unsuccessfully reached out to the city for funds to purchase the equipment? Was there a particular instance where a life would have been positively impacted if you would have had the equipment available? What positive effects will the equipment specifically have? Ple ase describe how the requested equipment or funding would benefit your local community. We ask that you do not cite national statistics. SCHOLARSHIPS/CONTINUED EDUCATION REQUESTS Please note: Our Foundation only reviews scholarships/continuing education grants connected with accredited schools. For all-terrain wheelchair grant applications, please email foundation@firehousesubs.com to request a paper All-Terrain Wheelchair Grant Request. If you are requesting funds for scholarships or continued education: How do you plan to use the funds requested? What is the amount of funding you are requesting? How many scholarships would the requested funding provide? 144 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 12 Please describe the selection and distribution process for the requested scholarship funding. Has your department applied for this specific request in the past and been denied? Yes ____ No ____ If yes, how many times, prior to this application, has this request been submitted? _____ Please provide a detailed description of how the funding will assist your organization: COMMUNITY IMPACT What positive effects will the funds specifically have? Please describe how the requested funding would benefit your local community. We ask that you do not cite national statistics. FIREHOUSE SUBS RELATIONSHIP Address of Firehouse Subs location nearest you: How far is this location from your department? Miles How did you hear about our organization? ________________________________ _____ Has your department received funding from Firehouse Subs Public Safety Foundation in the past two years? This information will be verified, if submitted incorrectly it will result in an automatic denial. No It is strongly recommended and greatly appreciated that your organization acknowledges the donation by displaying our Foundation logo on donated items/equipment whenever possible. Please note that the artwork will need to be approved by our Foundation team before being displayed. If approved for funding we may facilitate a media presentation/press event at a local Firehouse Subs restaurant to demonstrate the equipment and acknowledge the donation. It may take up to a year depending Yes 145 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 13 on location and donation delivery timeframe. In the meantime, we ask that any immediate media announcements regarding the grant award be approved by the Foundation. By applying, you grant Firehouse Subs Public Safety Foundation (the “Foundation”) permission to use your organization’s name and identifying trademarks in connection with this application and in connection with the Foundation’s solicitations for support. Initial Acceptance PIO (Public Information Officer) Name: (If you do not have a PIO, please list a contact for event planning and publicity. This individual will need to be readily available by email and phone.) PIO e-mail: PIO phone number: 146 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 14 FIREHOUSE SUBS PUBLIC SAFETY FOUNDATION PRINT/VIDEO RELEASE Applicant First and Last Name: ____________________________________ Applicant Organization: ____________________________________ Date: _____________ The organization listed above, and its affiliates, hereby grant Firehouse Subs Public Safety Foundation, Inc., Firehouse Restaurant Group, Inc. (including its subsidiaries and affiliates) and its officers, directors, nominees, designees, successors, and assigns (hereinafter called “Producer”), permission to use, assign, convey, reproduce, copyright, and publish images or visual likenesses, names, and/or voices (“Personal Information”) in any video, photograph, sound or other recording, and/or other media for com mercial, informational, educational, advertising, or promotional purposes. The organization hereby waives any right to inspect or approve the finished product or the advertising copy which may be used in connection therewith, or the use to which it may be applied. The organization hereby releases, discharges, and agrees to hold harmless Producer from any liability of any nature or description by virtue of any use whatsoever of Personal Information, whether intentional or otherwise, including but not limited to any change that may occur or be produced in the taking of said pictures or images or in the recording of any sound, or in any processing in connection with the completion of the finished product. By checking this box, the organization listed above , and its affiliates, agree to the terms of the print/video release. 147 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 15 APPLICATION CHECKLIST Before submitting, please check that your application has been submitted completely by reviewing the checklist below. Your application will not be considered if any of information requested throughout the application is missing. Applicant & Alternate Contact Information • Main applicant contact information must differ from alternate contact information o First and last name, email address and phone number must differ Background/History Attachment • Has the following documentation been submitted? • Background/History- Brief history of your department or organization, and how this grant will benefit your community Vendor Equipment Quote/Bid • Does the submitted vendor equipment quote/bid include the following information? o Vendor sales representative first and last name o Vendor email address o The name & physical address of your organization o The first & last name of a contact person from your organization o Only one vendor quote has been be submitted o The quote must be itemized o The quote is dated within six months of the application deadline o The quote only includes item(s) pertaining to your grant request o The total dollar amount and equipment quantities in the vendor quote MATCH the total that your department is requesting o Include sales tax if applicable and freight charges, if applicable. Firehouse Subs Public Safety Foundation will not be responsible for additional shipping costs or sales tax not included in the submitted quote. o Sales tax and freight charges are included, if applicable Please note: The cost of maintenance plans and extended warranties are not permissible and should not be included in submitted quotes. Most Recent Financial Information • Does the submitted financial information include the following information? o The organization, city or county name o Both revenue and expenses o One of the following: ▪ A recent - within one month - Balance Sheet which consists of Assets and Liabilities ▪ A recent - within one month - Profit & Loss Statement also called an Income Statement ▪ A current year annual budget showing projected income and expenses ▪ A previous year audit or 990 148 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. 16 Equipment Inventory • Does the submitted equipment inventory include the following information? o Organization name o A list of your organization’s apparatus, vehicles and other specialized equipment NOTE: Equipment inventory is only required for first responder organizations. If your organization does not have apparatus, vehicles or specialized equipment, please ensure a document is attached noting the organization does not have any applicable inventory. Internal Revenue Service Form W-9 (Rev. October 2018) • Does the submitted W-9 include the following requirements? ▪ Name as shown on your income tax return ▪ Entity Name, if different from line 1 ▪ Federal Tax Classification (including Other explanation if required) ▪ Exempt payee code (if any) ▪ Address ▪ City, State & Zip Code ▪ Employer ID Number ▪ Signed by an official of the organization ▪ Dated no more than one year from the submission date of this application 149 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. APPLICATION CHECKLIST Before submitting, please check that your application has been submitted completely by reviewing the checklist below. Your application will not be considered if any of information requested throughout the application is missing. Applicant & Alternate Contact Information • Main applicant contact information must differ from alternate contact information o First and last name, email address and phone number must differ Background/History Attachment • Has the following documentation been submitted? • Background/History- Brief history of your department or organization, and how this grant will benefit your community Vendor Equipment Quote/Bid • Does the submitted vendor equipment quote/bid include the following information? o Vendor sales representative first and last name o Vendor email address o The name & physical address of your organization o The first & last name of a contact person from your organization o Only one vendor quote has been be submitted o The quote must be itemized o The quote is dated within six months of the application deadline o The quote only includes item(s) pertaining to your grant request o The total dollar amount and equipment quantities in the vendor quote MATCH the total that your department is requesting o Include sales tax if applicable and freight charges, if applicable. Firehouse Subs Public Safety Foundation will not be responsible for additional shipping costs or sales tax not included in the submitted quote. o Sales tax and freight charges are included, if applicable Please note: The cost of maintenance plans and extended warranties are not permissible and should not be included in submitted quotes. Most Recent Financial Information • Does the submitted financial information include the following information? o The organization, city or county name o Both revenue and expenses o One of the following: ▪ A recent - within one month - Balance Sheet which consists of Assets and Liabilities ▪ A recent - within one month - Profit & Loss Statement also called an Income Statement ▪ A current year annual budget showing projected income and expenses ▪ A previous year audit or 990 Equipment Inventory • Does the submitted equipment inventory include the following information? o A list of your organization’s apparatus, vehicles and other specialized equipment NOTE: Equipment inventory is only required for first responder organizations. If your organization does not have apparatus, vehicles or specialized equipment, please upload a document noting that the organization does not have any applicable inventory. 150 SAMPLE- Visit FirehouseSubsFoundation.org to apply online. Internal Revenue Service Form W-9 (Rev. October 2018) • Does the submitted W-9 include the following requirements? ▪ Name as shown on your income tax return ▪ Entity Name, if different from line 1 ▪ Federal Tax Classification (including Other explanation if required) ▪ Exempt payee code (if any) ▪ Address ▪ City, State & Zip Code ▪ Employer ID Number ▪ Signed by an official of the organization ▪ Dated no more than one year from the submission date of this application 151 City of Boynton Beach Agenda Item Request Form 6.F Consent Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-090- Approving a First Addendum to the Security Agreement with the School Board of Palm Beach County renewing the Agreement through July 31, 2026. Requested Action: Staff recommends approval of Proposed Resolution No. R25-090. Explanation of Request: In light of the Marjory Stoneman Douglas High School tragedy and the enactment of amendments to section 1006.12, Florida Statutes, Safe-school officers at each public school on March 9, 2018, it is the intent of both parties to work collaboratively to ensure a law enforcement presence at each District-operated Palm Beach County school. Law Enforcement Agency commits to providing Law Enforcement Agency Officers (LEAO) at schools through the use of extra duty assignments, while the School District of Palm Beach County Police Department (SDPBCPD) works to hire additional full-time school police officers to staff a minimum of one School Police Officer at every non-charter District-operated school. This agreement is intended to be temporary until the school district hires full-time Officers. How will this affect city programs or services? The agreement stipulates having two BBPD detail officers at Boynton Beach High School and one at Congress Middle School. Account Line Item and Description: N/A Fiscal Impact: The BBPD will invoice the School District of Palm Beach County Police Department for the hourly cost of each Officer at the agreed upon rate. Attachments: R25-090 Agenda_Item_2868- 2025_Resolution_to_approve_First_Addendum_to_Security_Agreement_with_School_Board_of_PBC_to_renew_thru_7.31.26.docx Exhibit A to Resolution - BBPD FY25 FIRST ADDENDUM TO THE LAW ENFORCEMENT AGREEMENT - v2 - clean.docx Boynton Bch LE Agrmt FY 23-25 Executed_Signed.pdf 152 RESOLUTION NO. R25-0901 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, AUTHORIZING THE CITY COMMISSION TO EXECUTE 4 A FIRST ADDENDUM TO THE SECURITY AGREEMENT WITH THE 5 SCHOOL BOARD OF PALM BEACH COUNTY AND THE CITY OF 6 BOYNTON BEACH, WHICH PROVIDES BOYNTON BEACH POLICE 7 OFFICERS AT DESIGNATED SCHOOLS WITHIN THE CITY OF BOYNTON 8 BEACH, WHICH SHALL RENEW THE SECURITY AGREEMENT THROUGH 9 JULY 31, 2026. 10 11 WHEREAS, in light of the Marjory Stoneman Douglas High School tragedy and the 12 enactment of amendments to section 1006.12, Florida Statutes, Safe-school officers at each public 13 school on March 9, 2018, it is the intent of both parties to work collaboratively to ensure a law 14 enforcement presence at each District-operated Palm Beach County school; and15 WHEREAS, the Boynton Beach Police Department commits to providing Law Enforcement 16 Agency Officers (“LEAO”) at schools, through the use of extra duty assignments, while the School 17 District of Palm Beach County Police Department (“SDPBCPD”) works to hire additional full-time 18 school police officers to staff a minimum of one School Police Officer at every non-charter District-19 operated school; and20 WHEREAS, the Security Agreement is intended to be temporary in nature until the school 21 district can hire full-time officers; and22 WHEREAS, the parties seek to renew the Security Agreement through July 31, 2026, in 23 order to continue to have one Boynton Beach Police Department detail officer at Boynton Beach 24 High School and another at Congress Middle School; and25 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 26 best interests of the city’s citizens and residents to authorize the proper City officials to execute 27 the First Addendum between The School Board of Palm Beach County and the City of Boynton 28 Beach, in order to extend the Security Agreement through July 31, 2026, and execute all future 29 documents associated with the First Addendum and/or the Security Agreement.30 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 31 BEACH, FLORIDA, THAT:32 SECTION 1.The foregoing “Whereas” clauses are hereby ratified and confirmed as 33 153 being true and correct and are hereby made a specific part of this Resolution upon adoption.34 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 35 authorize the proper City officials to execute the First Addendum between The School Board of 36 Palm Beach County and the City of Boynton Beach, in order to extend the Security Agreement 37 through July 31, 2026, and execute all future documents associated with the First Addendum 38 and/or the Security Agreement. 39 SECTION 3.The City Commission of the City of Boynton Beach, Florida, does hereby 40 authorize the proper City officials to execute the First Addendum between The School Board of 41 Palm Beach County and the City of Boynton Beach, in order to extend the Security Agreement 42 through July 31, 2026, and execute all future documents associated with the First Addendum 43 and/or the Security Agreement, subject to the approval of the City Attorney’s Office. A copy of 44 the First Addendum to the Security Agreement is attached hereto as Exhibit A.45 SECTION 4.This Resolution shall take effect in accordance with law.46 47 48 49 50 51 52 [SIGNATURES ON THE FOLLOWING PAGE]53 54 55 56 57 58 59 60 61 154 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.62 CITY OF BOYNTON BEACH, FLORIDA63 YES NO64 Mayor – Rebecca Shelton __________65 66 Vice Mayor – Woodrow L. Hay __________67 68 Commissioner – Angela Cruz __________69 70 Commissioner – Thomas Turkin __________71 72 Commissioner – Aimee Kelley __________73 74 VOTE ______75 ATTEST:76 77 ___________________________________________________________78 Maylee De Jesús, MPA, MMC Rebecca Shelton79 City Clerk Mayor80 81 APPROVED AS TO FORM:82 (Corporate Seal)83 84 _______________________________85 Shawna G. Lamb86 City Attorney87 155 Page 1 of 2 FIRST ADDENDUM TO THE SECURITY AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND THE SCHOOL BOARD OF PALM BEACH COUNTY, FLORIDA This First Addendum (“First Addendum”) to the Security Agreement is made by and between the School Board of Palm Beach County, Florida, a political subdivision of the State of Florida (hereinafter referred to as “School Board”), and the Boynton Beach Police Department and the City of Boynton Beach, Florida (hereinafter referred to as the “City”) (hereinafter be referred to as “Parties.”) WHEREAS, the parties executed a Security Agreement effective the 1 st day of August 2023, (the “Agreement”), whereby the City of Boynton Beach agreed to perform law enforcement services; and WHEREAS, the Parties wish to renew said Agreement for one (1) year, effective August 1, 2025, upon both parties' signatures, and to amend the expiration date of the Agreement to one (1) year thereafter on July 31st, 2026. NOW, THEREFORE, in consideration of the mutual covenants herein contained the receipt and sufficiency of which are hereby acknowledged, it is agreed upon as follows: 1. The foregoing recitals are true and correct and are hereby incorporated herein by reference. 2. Section VI of the Agreement is hereby amended to reflect that the Agreement shall be renewed and the term of this Agreement shall be extended through July 31, 2026. 3. The City hereby delegates authority to the City’s Mayor to approve any further renewals related to this Agreement and authorizes the City’s Mayor to execute any documents necessary to reflect those renewals. 4. In all other respects and unless otherwise stated, the terms and conditions of the Agreement shall continue unchanged and in full force and effect. [Remainder of this page is intentionally blank] [Signatures are located on the following page] 156 Page 2 of 2 IN WITNESS WHEREOF, the parties hereto have executed this First Addendum to the Agreement, and as of the last date, all signatures below are affixed. THE SCHOOL BOARD OF PALM BEACH COUNTY, FLORIDA BY: _____________________________________ Karen Brill- Board Chair Date BY: _____________________________________ Michael J. Burke Date Superintendent of Schools or Designee THE CITY OF BOYNTON BEACH, FLORIDA BY: _____________________________________ Daniel Dugger, City Manager Date BY: _____________________________________ Rebecca Shelton, Mayor Date BY: _____________________________________ Joseph DeGiulio, Chief of Police Date SUBMITTED BY: _____________________________________ School Police Department Date Chief of Police APPROVED AS TO FORM AND LEGAL SUFFICIENCY AS TO THE SCHOOL BOARD _____________________________________ Office of General Counsel Date APPROVED AS TO FORM AND LEGAL SUFFICIENCY AS TO LAW ENFORCEMENT AGENCY _____________________________________ Shawna G. Lamb, City Attorney Date Attest _____________________________________ Maylee De Jesus, Clerk Date 157 158 159 160 161 162 163 164 165 166 167 168 169 170 City of Boynton Beach Agenda Item Request Form 6.G Consent Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Commission Meeting Minutes. Requested Action: Approve minutes from the March 18, 2025 City Commission Meeting. Explanation of Request: The City Commission met on March 18, 2025, and minutes were prepared from the notes taken at the meeting. The Florida Statutes provide that minutes of all Commission meetings be prepared, approved and maintained in the records of the City of Boynton Beach. How will this affect city programs or services? A record of the actions taken by the City Commission will be maintained as a permanent record. Account Line Item and Description: N/A Fiscal Impact: There is no fiscal impact to the budget from this item. Attachments: City Commission Minutes March 18, 2025.docx 171 Minutes of the City Commission Meeting Held Online Via the GoToWebinar Platform and In-Person at the City Hall Commission Chambers 100 East Ocean Avenue, Boynton Beach, Florida On Tuesday, March 18, 2025, at 6:00 P.M. Present: Mayor Ty Penserga Daniel Dugger, City Manager Vice Mayor Aimee Kelley George Lagos, Senior Asst. City Attorney Commissioner Angela Cruz Maylee De Jesús, City Clerk Commissioner Woodrow L. Hay Commissioner Thomas Turkin 1.Agenda Items A.Call to Order Mayor Penserga called the meeting to order at 6:03 P.M. Roll Call City Clerk Maylee De Jesús called the roll. Invocation by Commissioner Woodrow Hay. Invocation was given by Commissioner Hay. Pledge of Allegiance to the Flag led by Commissioner Woodrow Hay. The Pledge of Allegiance was led by Commissioner Hay. City Clerk De Jesús announces the results of the certification of the Supervisor of Election's Office from the March 11, 2025 Municipal Election. City Clerk De Jesús announced the results of the certification of the Supervisor of Election's Office from the March 11, 2025 Municipal Election. Swearing in of Incumbent Angela Cruz, as Commissioner District I, by City Clerk De Jesús. City Clerk De Jesús swore in Incumbent Angela Cruz, as Commissioner District I. Swearing in of Incumbent Thomas Turkin, as Commissioner District III, by Judge Lourdes Casanova, 15th Judicial Circuit Court Judge. Judge Casanova swore in Incumbent Thomas Turkin, as Commissioner District III. 172 City Commission Meeting Boynton Beach, FL March 18, 2025 Commissioner Turkin stated that he is deeply grateful for this election. He thanked his family and residents for supporting him in this election. He welcomed the new Mayor and said that he looks forward to working with the Commission moving forward. He said that he is thankful and ready to get back to work. Swearing in of Rebecca Shelton, as Mayor, by Judge James Martz, 15th Judicial Circuit Court Judge. Judge Martz swore in Mayor Rebecca Shelton as Mayor. Mayor Rebecca Shelton stated that she is humbled and ready to serve. She spoke about the history she has had in the community, and about being the first female elected Mayor in 32 years. She thanked the residents and her family for their support. Present Plaque to Ty Penserga. Vice Mayor Kelley presented a plaque to Mayor Ty Penserga for his years of service with the City. Mayor Shelton outlined public comments moving forward. Agenda Approval: 1. Additions, Deletions, Corrections Vice Mayor congratulated Mayor Shelton and Commissioner Turkin. Commissioner Turkin stated that he would like to bring back a discussion for residency requirements for elected office for the next agenda; discussion regarding a waiver provision for advisory boards, to allow members to continue serving after their terms; establish a charter committee review board, for the City Charter; and a discussion regarding a code enforcement review board and beautification Board. Motion: Commissioner Turkin moved to approve the agenda, as amended. Commissioner Hay seconded the motion. The motion passed unanimously. 2.Other A.Informational items by the Members of the City Commission. No member of the City Commission had informational items. 3.Announcements, Community and Special Events and Presentations 173 City Commission Meeting Boynton Beach, FL March 18, 2025 A.Proclamation- Women's History Month. Vice Mayor Kelley highlighted the women who have served on the Commission as a Mayor in the past. She read the proclamation into the record. Takida King Peng, Women’s Foundation of Florida, thanked the City for acknowledging Women’s History Month. Ashley Cacicedo Surdovel, Women’s Chamber of Commerce of Palm Beach County, thanked the City for their support and stated that tomorrow they are celebrating the 29th Giraffe Awards. 4.Public Audience Rick Maharaj, Boynton Beach Chamber of Commerce, stated that he represents the community. He mentioned that "we the people spoke" in regards to the election. He thanked Commissioner Turkin for his service to our Country and City, and to Commissioner Cruz for her commitment to the City. He spoke about how important local government is, and what it means to work for the City. Mack McCray congratulated the newly elected officials. He said that the new Mayor is going to make some mistakes, but she is going to learn from mistakes. He spoke about the workers making us look good, and that to please stay engaged to the residents. Cindy Falco de Corrado stated that it is a breath of fresh air to see the new Mayor up there. She spoke about "LIFT" which is limited governance and spoke about previously being under a communistic regime. David Katz stated that the results were fantastic for people. He mentioned some alleged things that have happened with the candidates. Al Miccarelli stated that he would like to address the Boynton Beach Tennis community and said that tennis was taken away from them. He mentioned that the tennis courts were taken down for several months and have limited upgrades. Susan Oyer congratulated the first female Mayor in over 30 years, and that she is the 4th female Mayor. She congratulated Commissioners Cruz and Turkin on their wins. She stated that she looks forward to transparency of the City, and working towards goals. She said that we need to work on better height requirements and tree issues within the City. Darcel Streeter spoke about being the new Executive Director of Women's Circle, and spoke about the program, which is a center of women's education and development. She spoke about impacting thousands of women over the years. She invited everyone to visit them. Tom Warnkey spoke about moving here when he was eight years old and congratulated 174 City Commission Meeting Boynton Beach, FL March 18, 2025 the newly elected officials. He stated that it is high time that women run the Commission and that one should be President. He spoke about the upcoming 100th Anniversary of the Meisner Building. He noted that he was the CRA Liaison for “Move Andrews House” and said that the project needs to go forward. Tom Isabella congratulated the newly elected officials. He spoke about his past in NY and the City of Boynton Beach. He gave kudos to the City Managers that have helped his community to make it better. He said that Commissioner Turkin has helped out the community, even when nobody was looking. He mentioned that he loved Mayor Shelton's speech, and that he looks forward to working with the Commission. Vice Mayor Kelley noted that there is one person online. Alan Ables stated that he would like help, because he would like to have the Boynton Beach Leash Law enforced, and that there are two dangerous dogs that are always loose. He spoke about violations that are not being enforced. 5.Administrative A.City Commission to appoint a Vice Mayor to serve until March 2026. Motion: Commissioner Kelley moved to approve Woodrow Hay as the Vice Mayor to serve until March 2026. Commissioner Turkin seconded the motion. The motion passed unanimously. Commissioner Cruz requested information about the charter and term limits for Vice Mayor. B.Advisory Board Appointments. Motion: Commissioner Cruz moved to approve Margaret Roberts as the Regular Member of the Art Advisory Board. Commissioner Turkin seconded the motion. The motion passed unanimously. Motion: Commissioner Turkin moved to approve Gregory Hartman as the Regular Member of the Art Advisory Board. Commissioner Kelley seconded the motion. The motion passed unanimously. Motion: 175 City Commission Meeting Boynton Beach, FL March 18, 2025 Vice Mayor Hay moved to approve Margaret Newton as the Regular Member of the Art Advisory Board. Commissioner Turkin seconded the motion. The motion passed unanimously. Motion: Mayor Shelton moved to approve Mikaela McLaughlin as the Regular Member of the Art Advisory Board. Commissioner Cruz seconded the motion. The motion passed unanimously. Motion: Commissioner Kelley moved to approve Breion Moses as the Alternate Member of the Art Advisory Board. Commissioner Turkin seconded the motion. The motion passed unanimously. Motion: Commissioner Kelley moved to approve Alexandria Loprestoas the Regular Member of the CRA Advisory Board. Commissioner Turkin seconded the motion. The motion passed unanimously. Motion: Commissioner Cruz moved to approve Lesha Roundtree as the Regular Member of the CRA Advisory Board. Commissioner Kelley seconded the motion. The motion passed unanimously. Motion: Vice Mayor Hay moved to approve Courtlandt McQuire as the Regular Member of the CRA Advisory Board. There was no second. Motion died due to lack of a second. Motion: Vice Mayor Hay moved to approve Angela Troyanowski as the Regular Member of the CRA Advisory Board. Commissioner Turkin seconded the motion. The motion passed unanimously. Motion: Commissioner Kelley moved to approve Lori Wilkinson as the Regular Member of the Education and Youth Advisory Board. Commissioner Cruz seconded the motion. The motion passed unanimously. Motion: Commissioner Cruz moved to approve Isabella Acosta as the Regular Member of the 176 City Commission Meeting Boynton Beach, FL March 18, 2025 Education and Youth Advisory Board. Vice Mayor Hay seconded the motion. The motion passed unanimously. Motion: Vice Mayor Hay moved to approve Kristopher Kenny as the Regular Member of the Education and Youth Advisory Board. Commissioner Kelley seconded the motion. The motion passed unanimously. Motion: Commissioner Cruz moved to approve Jasper Pastorius as the Alternate Member of the Recreation and Parks Board. Commissioner Turkin seconded the motion. The motion passed unanimously. Motion: Mayor Shelton moved to approve Ann Cwynar as a Regular Member of the Senior Advisory Board. Commissioner Turkin seconded the motion. The motion passed unanimously. Motion: Vice Mayor Hay moved to approve James Czizik as a Regular Member of the Senior Advisory Board. Commissioner Cruz seconded the motion. The motion passed unanimously. C.Ratify Affordable Housing Advisory Committee Board Chair and Vice-Chair. Motion: Commissioner Kelley moved to ratify the selection of Kerry Clinton as Chair, and Tara Okler as Vice Chair, to the Affordable Housing Advisory Committee Board. Commissioner Cruz seconded the motion. The motion passed unanimously. D.Community Support Funds. Motion: Commissioner Cruz moved to approve Community Support Funds to Pathways to Prosperity, from Commissioner Hay, in the amount of $1000. Commissioner Turkin seconded the motion. The motion passed unanimously. 6.Consent Agenda A.Approve the one-year extension for RFPs/Bids and/or piggy-backs for the procurement of services and/or commodities under $100,000 as described in 177 City Commission Meeting Boynton Beach, FL March 18, 2025 the written report for March 18, 2025 - "Request for Extensions and/or Piggybacks." B.Proposed Resolution No. R25-053- Approve Amendment No. 1 to Contract No. CS24-053 and change All Counties Painting, LLC d/b/a People's Choice Pressure Cleaning & Painting business name to Peoples Choice Painting, LLC d/b/a All Counties Painting. C.Proposed Resolution No. R25-054- Approve Amendment No. 1 to amend Contract No. CS24-053 for the Citywide Painting & Coating Services and change the business name from Mario's Painting and Services, Inc. to Mario's Painting and Construction, Inc. D.Proposed Resolution No. R25-055-Approve the auction of the vehicles/equipment submitted by the Fleet Maintenance Division for disposal by using the online auctioneer JJ Kane Auctioneers piggybacking Sourcewell RFP 110421. E.Proposed Resolution No. R25-056- Approve a Purchase Order to Robert Half International, Inc. to provide Temporary Staffing, Direct-Hire, and Other Employer Services to the City on an as-needed basis in an amount not to exceed $100,000. F.Proposed Resolution No. R25-057- Approving an Amendment to an Agreement for Public Relations Services, Event Management, and Event Marketing between the City and Zucker Media Group, LLC increasing the fee payable by $679.35 for a new total payment amount not to exceed $50,678.35. G.Proposed Resolution No. R25-058- Approve the renewal and purchase of insurance policies for flood insurance coverage with Wright Flood for the policies with effective dates of March 6, 2025. H.Proposed Resolution No. R25-059- Adopting the 2024 Affordable Housing Advisory Committee Housing Incentives Report and providing an effective date. I.Proposed Resolution No. R25-060- Approve a temporary On-The-Job Training Agreement with Florida Division of Vocational Rehabilitation. J.Proposed Resolution No. R25-061- Ratifying the City's application for the Florida Department of Law Enforcement (FDLE) Online Sting Operations Grant Program, and if awarded, authorize the City to accept the Grant and authorizing the Mayor or Chief of Police to sign all documents associated with the Grant subject to the approval of the City Attorney. K.Proposed Resolution No. R25-062- Approve the release of Performance Bond 178 City Commission Meeting Boynton Beach, FL March 18, 2025 No. SU1122232 in the amount of $540,662 for the completion of construction work and required public improvements associated with Raising Cane's Restaurant. L.Proposed Resolution No. R25-063- Approve the Amendment to the Parking Lease Agreement for the North Garage between the City and Boynton Beach Town Center Apartments, LLC and approve the Amendment to the Parking Lease Agreement for the South Garage between the City and Boynton Beach Town Center Apartments, LLC. M.Proposed Resolution No. R25-064- Approve and authorize the Mayor to execute the Interlocal Agreement between Palm Beach County and the City of Boynton Beach to re-determine, re-adopt, and ratify the existing distribution formula for the six (6) cent Local Option Fuel Tax. N.Proposed Resolution No. R25-065- Approve the final ranking for RFP No. PLDEV25-011R Comprehensive Plan Review Professional Services (Consultant) as recommended by the evaluation committee and allow negotiations to begin with the top-ranked proposer Chen Moore and Associates, Inc., and if negotiations fail to culminate into an agreement with the top-ranked proposer, enable staff to terminate negotiations and allow negotiations to begin with the 2nd-ranked proposer Kimley-Horn and Associates, Inc. O.Proposed Resolution No. R25-066- Approve the issuance of a Purchase Order to Stryker Medical ProCare Services, a Sole Source vendor and the original equipment manufacturer of Stryker Medical, for parts and equipment maintenance for four years, with an expenditure of $81,931.52, and authorize the Mayor to sign a vendor proposal. P.Proposed Resolution No. R25-067- Amending the FY2024-25 Capital Improvement Budget to adjust budgeted appropriations and revenue sources and provide spending authority for the Galaxy Park Field Lighting Project in the amount of $567,482. Q.Proposed Resolution No. R25-068- Approve the "Villages at East Ocean Avenue Plat 1" record plat in association with the Villages at East Ocean North project, on the condition that the City Engineer has certified the plat. R.Commission Meeting Minutes. Motion: Vice Mayor Hay moved to approve the consent agenda. Commissioner Turkin seconded the motion. The motion passed unanimously. 179 City Commission Meeting Boynton Beach, FL March 18, 2025 7.Consent Bids and Purchases over $100,000 A.Approve the one-year extension for RFPs/Bids and/or piggy-backs for the procurement of services and/or commodities over $100,000 as described in the written report for March 18, 2025 - "Request for Extensions and/or Piggybacks." B.Proposed Resolution No. R25-069- Approve an annual expenditure increase to the service agreement with Catalis Payments, LLC for billing, mailings, electronic bill presentment, and payment for an updated expenditure of $420,000 per year. C.Proposed Resolution No. R25-070- Approve the Piggyback Agreement with The Ware Group, LLC d/b/a Johnstone Supply, LLC for the purchase of HVAC equipment, parts, supplies (OEM), and services, piggybacking Palm Beach County (PBC) IFB #18-091/HS Contract #18091, with an annual total not to exceed $150,000. D.Proposed Resolution No. R25-071- Approve a Piggyback Agreement with Dana Safety Supply, Inc. for the purchase and installation of emergency equipment on an "as-needed basis" for all City of Boynton Beach Departments, with an annual expenditure of $470,000, utilizing the Bradford County Sheriff Contract No. BCSO219-01, which expires on July 14, 2029. E.Proposed Resolution No. R25-072- Approving a piggyback contract with Konica Minolta Business Solutions U.S.A., Inc. piggybacking the NASPO 187962 & State of Florida Contract #44100000-24-NASPO-ACS that expires on July 31, 2026, for Multi-Function Devices, Copiers, and Related Software and Services Citywide for an annual expenditure of $120,000. F.Proposed Resolution No. R25-073- Approve a Piggyback Agreement between the City and Cellco Partnership dba Verizon Wireless for City-wide Mobile Communications Services and high-speed wireless data services in an amount not to exceed $630,000 per year, utilizing the State of Florida Contract with Verizon Wireless (Contract No. DMS-19/20-006C). This amount includes all departments and divisions within the City that currently use Verizon Wireless. G.Proposed Resolution No. R25-074- Approve a Piggyback agreement between the City of Boynton Beach and Carahsoft Technology Corp. to piggyback NASPO contract 43230000-NASPO-16-ACS in an amount not to exceed $250,000 per year to procure technology hardware and software from BlueAlly Technology Solutions and other authorized resellers as needed. H.Proposed Resolution No. R25-075- Approve Task Order No. GESUT-1G-01- 25 with EXP U.S. Services, Inc., to develop the Citywide Adaptation Plan funded by the Resilient Florida Program in an amount not to exceed $300,000. 180 City Commission Meeting Boynton Beach, FL March 18, 2025 I.Proposed Resolution R25-076- Approve the First Amendment to the Agreement between South Florida Emergency Vehicles, LLC for the purchase of parts, equipment, maintenance, and repair of Sutphen Fire trucks and ambulances increasing the annual expenditure from $100,000 to $200,000. J.Proposed Resolution No. R25-077- Approve a Cooperative Acceptance Agreement with Cintas Corporation No. 2 and issue Purchase Orders to Cintas Corporation No. 2 by piggybacking OMNIA cooperative contract, number 00129, which expires May 31, 2028, to provide Workplace Solutions to the City of Boynton Beach on an as-needed basis for an annual expenditure of $65,000. K.Proposed Resolution No. R25-079- Approve the First Amendment to an Agreement between the City and CentralSquare Technologies, LLC for CentralSquare Solutions extending the Agreement through March 31, 2026, and establishing the fee during the renewal term to an amount not to exceed $269,943.78. L.Proposed Resolution No. R25-080- Approval of a Piggyback Agreement between the City and International Sweeping, Inc. d/b/a Facilities Pro-Sweep for Street Sweeping Services in an amount not to exceed $200,000 per year. Motion: Commissioner Turkin moved to approve the Consent Bids and Purchases over $100,000. Vice Mayor Hay seconded the motion. The motion passed unanimously. 8.Public Hearing - None 9.City Manager’s Report - None 10.Regular Agenda A.Discussion on additional paving in fiscal year 24-25. Commissioner Turkin stated that he brought this forward because this is a Citywide issue, specifically Chapel Hill, and he would like to see them get a return. Kevin Ramsey, Public Works Director, spoke about the following regarding Pavement Management: Golfview Harbor; Chapel Hill; Meadows neighborhoods (South); and SE 3rd Street. Commissioner Turkin asked if this is an F rated street. Mr. Ramsey confirmed that it is an F rated street. 181 City Commission Meeting Boynton Beach, FL March 18, 2025 Mr. Ramsey continued his presentation as follows: Martin Luther King Jr. Boulevard; and Asset Summary. Vice Mayor Hay asked what the impact of this is, in terms of pushing it. Andrew Mack, Deputy City Manager, spoke about working on getting grants to work this in and rolling green as well. He stated that they are working on MLK Boulevard for this round, and then the next one will have more areas. City Manager Dugger spoke about the Ocean Parkway paving occurring in District II, which received a good amount of funding. Commissioner Kelley spoke about the County’s plan to transition to the surtax and asked if we have heard anything from the County. City Manager Dugger stated that they have had conversations with County counterparts and that the numbers that he saw was almost double the amount of monies received for roads and paving, and that they are working on the mobility fee from the County as well. Deputy City Manager Mack stated that the County is working on their Master plan and that they are hoping the report would be issued within a year, which would be the basis for the referendum. City Manager Dugger stated that this is what they are waiting on, and that the County wants to know what the priorities are for each municipality. Commissioner Kelley asked if they have the funding earmarked for this or if they need direction. Deputy City Manager Mack said that they will be doing budget amendments, as they bring the Task Orders back. City Manager Dugger stated that Mr. Ramsey has reached out to the Commission to get the geographical areas that they are the most concerned about. He mentioned that when the City does their paving projects, and they do their assessments, they sometimes come in under budget. Commissioner Turkin asked what the City needs. Deputy City Manager Mack asked for consensus on what was proposed, and each task order will come back with the budget, as proposed. There was consensus from the Commission. City Manager Dugger spoke about the budget, broken up equally between districts. 182 City Commission Meeting Boynton Beach, FL March 18, 2025 Commissioner Turkin spoke about gaps between what was proposed. B.Proposed Resolution No. R25-078- Approve the Waiver of Procurement Procedures exemption and authorize the purchase of two (2) ADA-compliant five-station portable restroom trailers from Elk Creek Trailers for an amount not to exceed $139,460. Gail Mootz, Real Estate and Special Projects Manager, spoke about the ADA Compliant restroom trailers, and mentioned the company and what their cooperative model is. She mentioned the procurement process that they went through for this, and what the bids were that were submitted. She said that the City will be reimbursed 100% for these trailers and said that she would like to have the purchase policy waived for this item. Commissioner Kelley asked about permanently adding more bathrooms at the amphitheater. Deputy City Mack stated that there is room to build bathrooms, which would be a smaller footprint, and said that they we could engage these and then speak about a more permanent fixture, if needed in the future. Commissioner Kelley spoke about possibly adding this to the future CIP, if we need it, or scrap it if we do not need it. Deputy City Manager Mack stated that they can look at that, and mentioned that these can be moved, as needed, but that one will be permanently at the amphitheater. Commissioner Cruz stated that she agrees, that we deserve a permanent structure at the amphitheater, especially if we are paying this amount of money. She mentioned working on a plan for a permanent structure. Commissioner Turkin stated that we need to look into fixing our current bathrooms in other places, before we spend money on something new. He mentioned that we need to do a better job at maintaining the bathrooms at a lot of our parks. Vice Mayor Hay said that he would like to have the Ethics Conduct addressed for this Board at the next meeting. Deputy City Mack stated that this could be tabled if they would like. Commissioner Cruz said that this is our City Hall, and we should have a permanent full structure at the amphitheater and would like to know how much it would be. Deputy City Manager Mack stated that it would be more than $100K for a permanent bathroom. 183 City Commission Meeting Boynton Beach, FL March 18, 2025 Commissioner Kelley stressed that we are in need of bathrooms now. Motion: Vice Mayor Hay moved to approve Resolution No. R25-078. Commissioner Turkin seconded the motion. The motion passed unanimously. 11.Future Agenda Items A.Appoint Mayor and Commissioners as representatives to various boards. - April 1, 2025 B.Discuss and provide an update on Fire Station #3, to also include a State of the Fire Department.- April 1, 2025. Requested by Vice Mayor Kelley. C.Discussion regarding taking a Legislative Summer Break. - April 1, 2025. Requested by Vice Mayor Kelley. D.Discussion on Animal Control position in Police Department. - April 1, 2025 Requested by Vice Mayor Kelley. E.First Reading of an ordinance to amend the City’s Land Development Regulation regarding standards for Artificial Turf.- April 15, 2025. Requested by Commissioner Turkin. F.First Reading of an ordinance to amend the City’s Land Development Regulation regarding expanding the uses of Public Art Fees.- April 15, 2025. Requested by Commissioner Turkin. G. First Reading of an ordinance regarding construction hours near residential locations and decibel levels .- April 15, 2025. Requested by Commissioner Cruz. H.Discussion regarding ethics and behavior of the Commission. -TBD Requested by Commissioner Hay. I.Discussion regarding fluoride in the water. – TBD. Requested by Commissioner Hay. J.Discussion regarding the City's Comprehensive Plan.-TBD.Requested by Commissioner Cruz. K.Discussion regarding Citywide Master Plan to light up the City.-TBD. Requested by Commissioner Turkin. L.Discussion on utility lift station upgrades and odor control –TBD.Requested by Commissioner Hay. 184 City Commission Meeting Boynton Beach, FL March 18, 2025 M. Discussion in regard to an additional area that might be available as a future cemetery.- TBD. Requested by Commissioner Hay. N.Discussion regarding requirements for Advisory Board Appointments.- Pending meeting with Vice Mayor Kelley.Requested by Vice Mayor Kelley. O. Discussion regarding Hazard Pay for Community Standards.-Pending meeting with Commissioner Cruz.Requested by Commissioner Cruz. P.Discussion regarding Amendments to the Code of Ordinances regarding flooding in the community.-Pending meeting with Commissioner Cruz. Requested by Commissioner Cruz. Q. Discussion regarding combining City properties together to create senior affordable housing.- TBD. Requested by Commissioner Hay. 14.Adjournment Motion: Vice Mayor Hay moved to adjourn the meeting. Commissioner Kelley seconded the motion. The motion passed unanimously. There being no further business to discuss, the meeting is adjourned at 7:38 P.M. CITY OF BOYNTON BEACH ATTEST: Maylee De Jesús, MPA, MMC City Clerk 185 City of Boynton Beach Agenda Item Request Form 7.A Consent Bids and Purchases over $100,000 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-091- Approve an Order Form with FLOCK Group, Inc. to purchase and maintain a Drone First Responder Program in an amount not to exceed $350,000 for the initial term utilizing the Sole Source procurement exemption. Requested Action: Staff recommends approval of Proposed Resolution No. R25-091. Explanation of Request: The request is to enter into a three year contract with FLOCK's Drone as First Responder (DFR) program. DFR uses a compact unmanned aerial vehicles (UAVs) designed for public safety operations to provide support to police officers and firefighters. Fast response is facilitated by the deployment of drones immediately upon receipt of emergency calls. Equipped with advanced technology, public safety, drones provide real-time, accurate information to reduce response times and help responders make informed decisions. DFR will not completely replace the handheld drones that are currently deployed from the field; rather, it will reduce the amount of field deployable drones. This purchase will be made under the Sole Source Procurement Exemption, as the City currently holds a contract with this vendor, and the drone will seamlessly integrate with the City's existing technology. The Sole Source Purchase exemption permits an award for commodities, services, or construction items without competition when it is established that only one source is available. This may include, but is not limited to, repairs or additions from the original equipment manufacturer, the sole supplier in the area, a franchised or licensed distributor or service provider, or a patented or proprietary item. Any vendor identified as a sole source must provide written certification confirming their sole-source status to the City. The decision to utilize this exemption and the selection process is at the discretion of the Procurement Division, which has determined that this purchase qualifies as a sole source for the reasons outlined above. The agreement provides for a 24-month renewal option after the initial 3-year term. If such option is exercised by the City, the annual fee would be $125,000 per year. How will this affect city programs or services? Drone as First Responder (DFR) program uses unmanned aerial vehicles (UAVs) to respond 186 to emergencies day or night. DFRs serve as the first line of response, arriving quickly at the scene of various incidents, including but not limited to in progress crimes, road accidents, fires, water rescues and public events. DFR programs can improve response times, increase safety, and reduce the use of force. DFR will work with the current operating system in the Police RTCC (FLOCK OS) that will allow the DFR footage to be streamed seamlessly into the RTCC. The DFR will be used for both Police and Fire operations. This drone system will allow first responders to reach most locations in under 90 seconds. Budgeted Item: Yes Account Line Item and Description: 103-2110-521-64-02 Drones (PD) 001-2210-522-46-91 (FD) Fiscal Impact: The first year of the contract is for FY 2025/26, at an annual cost of $100,000 split 50/50 by Police and Fire. The second year will require a 25 percent increase to $125,000 and the third year will remain the same as year two at $125,000. 3yr $350,000: $100,000/125,000/125,000 Attachments: R25-091 Agenda_Item_2846-2025_Resolution_for_Flock_Drone_purchase.docx Exhibit A to Resolution - Boynton Beach PD -Flock Safety - DFR '25 - Law Enforcement Agreement - .pdf Exhibit A - Addendum-All Short Form Terms 1.30.pdf DFR sole source.pdf R23-115 (Read-Only) Flock Master Agreemet.pdf DFR Compliance Statement - Flock Aerodome UAS.pdf 187 RESOLUTION NO. R25-0911 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING AN ORDER FORM WITH FLOCK GROUP,4 INC. TO PURCHASE AND MAINTAIN A DRONE FIRST RESPONDER 5 PROGRAM IN AN AMOUNT NOT TO EXCEED $350,000 DURING THE 6 INITIAL 3-YEAR TERM UTILIZING THE SOLE SOURCE PROCUREMENT 7 EXEMPTION; AND FOR ALL OTHER PURPOSES. 8 9 WHEREAS, the Drone as First Responder (“DFR”) program uses compact unmanned aerial 10 vehicles (UAVs) designed for public safety operations to provide support to police officers and 11 firefighters. Fast response is facilitated by the deployment of drones immediately upon receipt of 12 emergency calls. Equipped with advanced technology and public safety, drones provide real-time 13 accurate information to reduce response times and help responders make informed 14 decisions. DFR will not wholly replace the handheld drones that are currently deployed from the 15 field; instead, it will reduce the amount of field deployable drones; and16 WHEREAS, the City desires to purchase Flock Safety Platform, Flock Safety Drone 17 Hardware Services from Flock Group, Inc. for an initial term of thirty-six (36) months in an amount 18 not to exceed $350,000; and19 WHEREAS, the Agreement provides for a renewal term of twenty-four (24) months at a 20 rate of $125,000 per year; and21 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 22 best interests of the city's citizens and residents to approve an Order Form with Flock Group, Inc. 23 to purchase and maintain a Drone First Responder Program in an amount not to exceed $350,000 24 during the initial term utilizing the Sole Source procurement exemption.25 26 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 27 BEACH, FLORIDA, THAT:28 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 29 being true and correct and are hereby made a specific part of this Resolution upon adoption.30 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 31 approve an Order Form between Flock Group, Inc. and the City for the purchase of Flock Safety 32 188 Platform, Flock Safety Drone Hardware Services, for an initial term of thirty-six (36) months in an 33 amount not to exceed $350,000 (the “Order Form”), in form and substance similar to that attached 34 as Exhibit A.35 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 36 authorizes the Mayor to execute the Order Form, and any documents necessary to exercise the 37 renewal option. The Mayor is further authorized to execute any ancillary documents as may be 38 necessary to accomplish the purpose of this Resolution.39 SECTION 4.The Mayor-executed Order Form shall be forwarded to Christine Miner to 40 obtain execution by Flock. Christine Miner shall be responsible for ensuring that one fully executed41 is returned to the City and provided to the Office of the City Attorney for forwarding to the City 42 Clerk for retention as a public record.43 SECTION 5.This Resolution shall take effect in accordance with law.44 45 46 189 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.47 CITY OF BOYNTON BEACH, FLORIDA48 YES NO49 Mayor – Rebecca Shelton __________50 51 Vice Mayor – Woodrow L. Hay __________52 53 Commissioner – Angela Cruz __________54 55 Commissioner – Thomas Turkin __________56 57 Commissioner – Aimee Kelley __________58 59 VOTE ______60 ATTEST:61 62 ___________________________________________________________63 Maylee De Jesús, MPA, MMC Rebecca Shelton64 City Clerk Mayor65 66 APPROVED AS TO FORM:67 (Corporate Seal)68 69 _______________________________70 Shawna G. Lamb71 City Attorney72 190 Flock Safety + FL - Boynton Beach PD ______________ Flock Group Inc. 1170 Howell Mill Rd, Suite 210 Atlanta, GA 30318 ______________ MAIN CONTACT: Jake Downs jake.downs@flocksafety.com 5854146554 191 ORDER FORM This order form (“Order Form”) hereby incorporates and includes the terms of the previously executed agreement (the “Terms”) which describe and set forth the general legal terms governing the relationship (collectively, the "Agreement" ). The Terms contain, among other things, warranty disclaimers, liability limitations and use limitations. This additional services Agreement will be effective when this Order Form is executed by both Parties (the “Effective Date”) Customer: FL - Boynton Beach PD Initial Term: 36 Months Legal Entity Name: FL - Boynton Beach PD Renewal Term: 24 Months Accounts Payable Email: bonafairj@bbfl.us Payment Terms: Net 30 Address: 2100 High Ridge Road Boynton Beach, Florida 33426 Billing Frequency: Annual Retention Period: 30 Days Hardware and Software Products Annual recurring amounts over subscription term Item Cost Quantity Total Flock Safety Platform $125,000.00 Flock Safety Drone Hardware and Services Flock Safety DFR 2.0 - 200ft Included 1 Included Professional Services and One Time Purchases Item Cost Quantity Total One Time Fees Subtotal Year 1: $100,000.00 Discounts: $75,000.00 Estimated Tax: $0.00 Contract Total: $350,000.00 Taxes shown above are provided as an estimate. Actual taxes are the responsibility of the Customer. This Agreement will automatically renew for successive renewal terms of the greater of one year or the length set forth on the Order Form (each, a “Renewal Term”) unless either Party gives the other Party notice of non-renewal at least thirty (30) days prior to the end of the then-current term. Special Terms: • This Order Form, including any pricing quoted herein, is valid until March 31, 2025. After this date, this offer shall be considered null and void unless re- offered at the sole discretion of Flock Safety. • Hardware Loss or Damage: Flock retains ownership of all Flock Hardware. In the event of loss or damage to Flock Hardware not caused by the Customer’s negligence or willful misconduct, Flock shall replace the hardware at no additional cost to the Customer. Customer shall prompt ly notify Flock of any such loss or damage." Drone Dock Warranty: "The drone dock, including all associated hardware and software, is included in the Flock Hardware warranty. In the event of a malfunction of the drone dock, Flock will replace the malfunctioning dock at no cost to the Customer. 192 Billing Schedule Billing Schedule Amount (USD) Year 1 At 10/01/2025 $100,000.00 Annual Recurring after Year 1 $125,000.00 Contract Total $350,000.00 *Tax not included Discounts Discounts Applied Amount (USD) Flock Safety Platform $0.00 Flock Safety Add-ons $0.00 Flock Safety Professional Services $0.00 Flock Safety Drone Hardware and Services $100,000.00 193 Product and Services Description Flock Safety Platform Items Product Description Flock Safety DFR 2.0 - 200ft Drone as First Responder (DFR) 2.0 system, including hardware, software, and services. Hardware includes drone, camera, batteries, battery- swapping dock, 200ft ceiling with ADS-B. Software includes remote piloting, air traffic awareness, spectator view, mobile app, and community engagement dashboard. Services include FAA regulatory services, SOP development, training, and ongoing support. FlockOS Features & Description FlockOS Features Description 194 PRODUCT ADDENDUM UNMANNED AIR SUPPORT AS A SERVICE (UASaaS) PROGRAM FOR DRONE RESPONSE SERVICES WHEREAS, Customer has determined that it is in the interests of public safety for it to have the ability to utilize unmanned drones during crisis incidents, public emergencies, and in certain public safety operations, to the extent permitted by law; WHEREAS, Flock is in the business of providing unmanned d rone services (the unmanned drone services shall be considered part of the “Flock Services”) and Flock Hardware; NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, Customer and Flock agree as follows: 1. UNMANNED AIR SUPPORT GENERAL TERMS OF DELIVERY 1.1 Flock Services and Hardware. Flock shall provide access to Customer the Flock Services and related Flock Hardware (the “Flock Hardware”) listed on the Order Form upon the terms and conditions set forth in the Agreement. Flock maintains ownership of all the Flock Hardware. Each year, as specified in the Order Form, the Customer will be provided with a designated number of batteries. Customer may place an order for additional Flock Hardware (e.g., batteries prior to 500 complete charging cycles, hardware damaged due to Customer’s error, additional spares, etc.) at Flock’s then current list price, which will be made available to Customer upon request. 1.2 FAA Regulatory Waivers. Flock will assist Customer in acquiring any required Federal Aviation Administration (“FAA”) regulatory waivers. 1.3 Delivery. Flock shall make the Flock Hardware available to Customer at Customer’s delivery address set forth in the Order Form (“Delivery Point”). If for any reason Customer fails to accept delivery of the Flock Hardware by the date fixed pursuant to Flock's notice stating that the Flock Hardware is available at the Delivery Point: (i) Custo mer shall bear the risk of loss to the Flock Hardware; (ii) the Flock Hardware shall be deemed to have been delivered; and (iii) Flock, at its option, may store the Flock Hardware until collected by Customer, whereupon Customer shall be liable for all related costs and expenses (including, without limitation, storage and insurance). Once the Flock Hardware is made available as the Delivery Point, Customer is responsible for any resulting use of the Flock Hardware by all Authorized Users and all third-parties who may gain access to the same. 1.4 Pilot Services. Upon Customer’s request, Flock will make available an employee or independent contractor pilot (each a “Pilot”) to Customer for purposes of operating the Flock Hardware (hereafter the “Pilot Services”) at the pricing set forth in the Order Form. The Pilot Services shall be considered part of the Flock Services. When operating the Flock Hardware, the Pilot shall comply with the reasonable requests of Customer. Such Pilot Services may be used for up to forty (40) hours per week during the Term. Customer’s use of the Pilot Services shall not alleviate any of Customer’s obligations set forth herein. Customer shall provide Pilots with a safe working environment when on Customer’s premises. 2. LOSS AND DAMAGE OF FLOCK HARDWARE 2.1 Customer assumes and shall bear the entire risk of loss, damage to, theft or destruction of, all Flock Hardware. LOSS OR DAMAGE TO THE FLOCK HARDWARE, OR ANY PART OF IT, SHALL NOT RELIEVE CUSTOMER OF ANY OBLIGATION UNDER THE AGREEMENT. Customer’s obligations with respect to this Section shall commence upon delivery of the Flock Hardware. 195 2.2 Customer agrees to immediately notify Flock of any accident or event of loss or damage involving the Flock Hardware. The notification shall include any information as may be pertinent to Flock's investigation of such accident, loss, or damage, or which Flock may reasonably require. 3. FEES. The Order Form dictates the Flock Hardware, software, personnel, and Flock Services and the entire Flock Services corresponding fees. Customer shall pay the Fees as described on the Order Form. 4. TERM. The term of this Agreement commences on the Effective Date of this Agreement and continues until terminated as provided under this Agreement (the “Term”). Each Order Form shall commence and expire and/or terminate according to the terms set forth in such Order Form. On expiration or termination of the Agreement, all licenses provided hereunder by Flock shall immediately expire. 5. FLOCK DRONE IP. Customer Data does not include, and Flock Drone IP (defined herein) expressly includes, any data to the extent processed by, resulting as an output of, or based on the usage of, the Flock Services, Flock Hardware, including, without limitation, data collected by Flock’s radar and radio frequency sensors. Such Flock Drone IP shall be Flock’s Confidential Information. Flock shall own all rights to (i) any data input into the Flock Services, Flock Hardware by or on behalf of Flock (not including any Custome r Data) and (ii) any aggregated and anonymized data extracted or derived from the Flock Services, or use of the Flock Hardware, including all aggregated and anonymized usage data, statistical data, transactional data, metadata, market data, flight logs and flight history, telemetry data and logs, fleet information including drone serial numbers and models, connected device information including radar data concerning the surrounding airspace, and other aggregated and anonymized data collected from user data and files (collectively, “Flock Drone IP”). Without limiting the generality of the foregoing, Flock reserves the right to create and market public indexes, analysis or insights created from such data. Customer agrees that it will not share, sell, transfer, or make available any data generated by the Flock Hardware, including all Flock Drone IP to which it may have access, to any third party without the prior express written consent of Flock 196 SCHEDULE A SERVICES Flock makes no warranties regarding the efficacy of the training detailed below. 1. AIRWORTHINESS TRAINING Flock will make commercially reasonable efforts to provide training for the Customer to maintain the airworthiness of its drones, including compliance-related trainings. Customer shall be responsible for ensuring that all crew, including pilot in command, visual observer, sensor or payload operator, or other persons necessary for the safe operation of the flight have the qualifications, experience, l icenses, and certificates required by applicable FAA regulations and that all have the necessary skill required to perform their duties. After completion of training, Customer will be responsible for maintaining the airworthiness of drones to which Customer is responsible and the ensuring that the respective operations are in line with all applicable laws and regulations. The training will be conducted via both online and in-person methods, as agreed upon by both parties. The frequency and duration of training will be mutually decided and scheduled to the convenience of the Customer. 2. FLIGHT TRAINING Flock will assist the Customer in obtaining FAA BVLOS waivers and train the Customer on compliance matters related to such waivers. Flock will start with one deployment location at a time, and work up to the agreed upon number of deployment locations for all UAS. As part of the BVLOS process, Flock will provide training materials to the Customer to certify all employees of the Customers selected as Visual Observers (“VOs”) to help aid in BVLOS operations. Flock will provide training to officers on how to utilize the Flock IP. This will consist of: ● Showing how to access Flock on their respective internet devices ● Showing how to view a live stream through the application ● Showing how to control the drone using the application ● Showing how to report problems if they come across them on the application The training will be conducted via both online and in-person methods, as agreed upon by both parties. The frequency and duration of training will be mutually decided and scheduled to the convenience of the Customer. 3. FLOCK HARDWARE TRAINING There will also be training for the Customer to use the Flock Hardware. This training will consist of: ● Discussing maintenance list for the drone, and how to maintain airworthiness ● Teaching how to fly the drone autonomously using the Flock IP ● Teaching how to fly the drone manually using the remote controller The training will be conducted via both online and in-person methods, as agreed upon by both parties. The frequency and duration of training will be mutually decided and scheduled to the convenience of the Customer. 197 4. DEPLOYMENT SUPPORT Flock will teach the Customer how to dispatch the Flock Hardware using the software for 911 calls. Only personnel authorized by Customer may have access to the livestream from the drone. They will also be taught on how to use Flock’s software to view said stream on any internet-connected device. Authorized personnel may have access to the Flock IP, which can convey the current status of the drone, and how to tell the drone to conduct additional maneuvers if needed. All operations must be conducted by a Pilot in Command (“PIC”), who is an FAA-certified pilot. Customer will provide the PICs needed to sustain this program. Flock will assist in drafting a Standard Operating Procedure (“SOP”) as well as department policies regarding access, deployments, privacy, and community engagement. Flock will ensure correct implementation of each Flock station and its included Flock Hardware which may or may not include the aircraft, on-prem servers, charging dock installations, radars, and more. 198 SCHEDULE B SPECIFICATIONS Customer must abide by the following standards: Operational: ● Per FAA regulations, and without the necessary waiver, a minimum of one pilot is required to operate each drone. ● Work with Flock to get BVLOS waivers for the city to fully use Flock’s product and services. ● Train members of the city to be VOs so that the Customer can have FAA-compliant and safe BVLOS operations (Flock will provide training material if needed). ● If Customer wants to connect Flock’s software to their Computer Aided Dispatch (“CAD”) system, Customer will provide access to said CAD system at no cost to Flock to location information and other pertinent information about calls-for-service as they are placed. ● Flock will provide their Flock software interface to command the Flock Hardware . Customer must independently access and store any personal information about calls-for-services other than their location and the type of response (police, fire, or EMS) they prompted. Customer shall be responsible to integrate with CAD software to pull location information and call type information of every call-for-service that the Customer decides the drone should be deployed to, so long as there are no monetary charges to Flock for said integration. 199 By executing this Order Form, Customer represents and warrants that it has read and agrees to all of the terms and conditions contained in the previously executed agreement. The Parties have executed this Agreement as of the dates set forth below. FLOCK GROUP, INC. Customer: FL - Boynton Beach PD By: \FSSignature2\ By: \FSSignature1\ Name: \FSFullname2\ Name: \FSFullname1\ Title: \FSTitle2\ Title: \FSTitle1\ Date: \FSDateSigned2\ Date: \FSDateSigned1\ PO Number: 200 ADDENDUM ADDITIONAL TERMS The terms of this Addendum govern and control your Agreement with the City of Boynton Beach. If there is any conflict between the Agreement and this Addendum, this Addendum shall control. PUBLIC RECORDS. The City is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: A.Keep and maintain public records required by the City to perform the service; B.Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Fla. Stat. or as otherwise provided by law; C.Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and D.Upon completion of the contract, Contractor shall transfer to the City, at no cost to the City, all public records in Contractor’s possession All records stored electronically by Contractor must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. E.IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK 100 E. OCEAN AVE. BOYNTON BEACH, FL, 33435 561-742-6060 CITYCLERK@BBFL.US CONFIDENTIALITY. If the Agreement contains any confidentiality obligations, any such provisions are subject to Chapter 119, Florida Statutes mandates. The Agreement and any information provided by Contractor to the City may fall within the disclosure requirements of Chapter 119, Fla. Stat. The Contractor must clearly label and mark each page or section of any tangible documents (excluding internet-based Confidential Information) provided to the City in connection with the Agreement that it considers proprietary information or otherwise confidential or exempt from Chapter 119, Fla. Stat. If the City receives a public records request regarding the Contractor’s Confidential Information, it will notify the Contractor in writing or electronically. If the Contractor continues to assert in good faith that the information is confidential or exempt from disclosure pursuant to Chapter 119, Fla Stat., then the Contractor shall be solely responsible for defending its position or seeking a judicial declaration. Nothing in this Agreement shall create an obligation or duty for the City to defend or justify the Contractor’s position. Contractor shall indemnify and hold harmless the City for any award, damages, fines, fees, penalties, or impositions of whatsoever nature or kind and all costs and fees, including attorney’s fees incurred by the City in connection with this section. Any requirements in the Agreement that require the City to destroy Confidential Information upon termination of the Agreement are hereby deemed null and void. DISCRIMINATORY VENDOR AND SCRUTINIZED COMPANIES LISTS; COUNTRIES OF CONCERN. Contractor represents that it has not been placed on the “discriminatory vendor list” as provided in Section 287.134, Florida Statutes, and that it is not a “scrutinized company” pursuant to Sections 215.473 or 215.4725, Florida Statutes. Contractor represents and certifies that it is not, and for the duration of the Term, will not be, ineligible to contract with City on any of the grounds stated in Section 287.135, Florida Statutes. Contractor represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. VERIFICATION OF EMPLOYMENT ELIGIBILITY. Contractor represents that Contractor and each subcontractor have registered with and use the E-Verify system maintained by the United States Department of Homeland Security Docusign Envelope ID: E8BF03A4-5690-4EAD-AC26-D16C6AEA6A14 201541 to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If Contractor violates this section, City may immediately terminate this Agreement for cause, and Contractor shall be liable for all costs incurred by City due to the termination. PUBLIC ENTITY CRIMES ACT. Contractor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. Contractor further represents that there has been no determination that it committed a “public entity crime” as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether Contractor has been placed on the convicted vendor list. ENTITIES OF FOREIGN CONCERN. This section shall apply if Contractor or any subcontractor will have access to an individual’s personal identifying information under this Agreement. Accordingly, Contractor represents and certifies: (i) Contractor is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in Contractor; and (iii) Contractor is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the Effective Date or the date that Contractor or its subcontractor will have access to personal identifying information under this Agreement, Contractor and any subcontractor that will have access to personal identifying information shall submit to City executed affidavit(s) under penalty of perjury, in a form approved by City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of the Agreement, Contractor shall provide City with an affidavit attesting that the Contractor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. INVOICES AND PAYMENT. Payments of any fees due to the Contractor for services shall be conditioned on receipt of a proper invoice. Payment will be made in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. VENUE, WAIVER OF JURY TRIAL. The exclusive venue for any lawsuit arising from, related to, or in connection with this Agreement shall be in the state courts of the Fifteenth Judicial Circuit in and for Palm Beach County, Florida. If any claim arising from, related to, or in connection with this Agreement must be litigated in federal court, the exclusive venue for any such lawsuit shall be in the United States District Court or United States Bankruptcy Court for the Southern District of Florida. EACH PARTY HEREBY EXPRESSLY WAIVES ANY RIGHTS IT MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO THIS AGREEMENT. INDEMNIFICATION. Contractor shall indemnify, hold harmless, and defend City and all of City’s current, past, and future officers, agents, and employees (collectively, “Indemnified Party”) from and against any and all causes of action, demands, claims, losses, liabilities, and expenditures of any kind, including attorneys’ fees, court costs, and expenses, including through the conclusion of any appellate proceedings, raised or asserted by any person or entity not a party to this Agreement, and caused or alleged to be caused, in whole or in part, by any breach of this Agreement by Contractor, or any intentional, reckless, or negligent act or omission of Contractor, its officers, employees, or agents, arising from, relating to, or in connection with this Agreement (collectively, a “Claim”). If any Claim is brought against an Indemnified Party, Contractor shall, upon written notice from City, defend each Indemnified Party with counsel satisfactory to City or, at City’s option, pay for an attorney selected by the City Attorney to defend the Indemnified Party. The obligations of this section shall survive the expiration or earlier termination of this Agreement. Any provision of the Agreement that requires the City to indemnify the Contractor or any third party is hereby deleted in its entirety. SOVEREIGN IMMUNITY. Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or under Section 768.28, Florida Statutes. By signing below, the Contractor agrees to the terms in this Addendum. By:_____________________________ Name:___________________________ Title:____________________________ Date:____________________________ Docusign Envelope ID: E8BF03A4-5690-4EAD-AC26-D16C6AEA6A14 3/13/2025 General Counsel Mark Smith 202542 Purchasing Division Sole/Single Source Justification Form 1 This form shall be completed and approved prior to all sole source purchases Sole Source Definition - Commodities or contractual services available only from a sole source may be exempt from the quote or competitive process under the following circumstances: a. There is only one source or one reasonable source for the required commodity, service, or construction, or; b. The parts or accessories are an integral repair accessory compatible with existing equipment and are the only parts that can be reasonably used, or; c. The procurement is needed to ensure consistency in results as related to other products or standardization of parts or supplies as required to avoid unreasonable cost or inefficiency Single Source Definition - A procurement decision whereby purchases are directed to one source because of standardization, warranty, or other factors, even though other competitive sources may be available. Section A – Purchase Details Requestor Department Police Dept. Division Point of Contact Phone Number Vendor Company Name Address Phone Number Point of Contact and Title What other vendors were contacted? (List company name, contact, and phone number and explain why they were not suitable) Product or Service Product/Service Name Manufacturer Make/Model # Price Did you negotiate the terms or prices with the vendor? Yes No Why is this price considered to be fair and reasonable? 203 Purchasing Division Sole/Single Source Justification Form 2 Will this purchase obligate the City to a particular vendor in the future? (Either in terms of maintenance, services, or re-purchase for compatibility reasons) Yes No Section B – Justification This is a sole source because (choose any that apply): Sole provider of a licensed or patented good or service Single Source provider of items compatible with existing equipment, inventory, systems, programs, or services. Single Source provider of goods and services for which the city has established a standard. (new standards require the competitive solicitation process) Single Source of factory-authorized warranty service Sole provider of goods or services that will meet the specialized needs of the City or perform the intended function (please detail below or reference an attachment). The vendor/distributor is the owner of used equipment that would represent a best-value purchase for the City and is advantageous to the City. (Please provide information on current market prices, availability, etc.) What necessary features does this vendor provide which are not available from other vendors? Please be specific. Attach documentation to substantiate this sole source claim including but not limited to: vendor quotes, product manuals, sole source letters, and patents or copyrights. Section C – Routing, Certification and Approval My department’s recommendation for a sole source purchase is based upon an objective review of the product/service required and appears to be in the best interest of the City. I know of no conflict of interest on my part nor do I have any personal involvement in any way with this request. No gratuities, favors or compromising action have taken place. Neither has my personal familiarity with particular brands, types of equipment, materials, or firms been a deciding influence on my request to sole source this purchase when there are other known suppliers that exist. 1. Department Director ___________________________ ____________ Signature Date 2. Purchasing Manager/Finance Director Based on the information provided in Sections A and B and the attached supporting documents, I recommend / do not recommend this being certified as a sole source. Required / not required to be advertised for a period of 7 business days before award. _____________________________________________________ __________________ Signature Date 204 205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 236 237 238 Flock Safety March 6, 2025 Jake Downs Account Executive (585)414-6554 jake.downs@flocksafety.com 1170 Howell Mill Road NW Ste. 210 Atlanta, GA 30318 Re: Flock Safety Unmanned Aerial Systems Compliance All quadcopters currently being designed by Flock Safety will fully comply with Florida rule: 60GG-2.0075 “Unmanned Aerial Systems (UAS) Minimum Security Requirements”. The rule outlines tiers of drones (1,2, and 3) and the security requirements associated with each tier. For the Flock Aerodome DFR system the drones are classified as tier 3 as they collect and transmit data. For tier 3 aircraft rule 60GG-2.0075 outlines “critical components" that can not be manufactured in a covered country of concern, these include: flight controllers, radios, data transmission devices, cameras, gimbals, ground control systems, operating software, network connectivity, and data storage. All of these components/subsystems in Flock Aerodome-designed aircraft will either be built directly by Flock and our contract manufacturing partners or sourced from outside of foreign countries of concern. Thank you, Jake Downs Docusign Envelope ID: C188897E-773E-4995-8A4A-02809B88238D 239540 City of Boynton Beach Agenda Item Request Form 7.B Consent Bids and Purchases over $100,000 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-092- Approving an annual service agreement with Motorola, Inc. for the continued maintenance and repair of the city's P25 radio telecommunications systems as a sole source vendor with an expenditure not to exceed $165,000 annually for the next four years. Requested Action: Staff recommends approval of Proposed Resolution No. R25-092. Explanation of Request: The City maintains a radio telecommunications system that provides the Police Department, Fire Department, and other local government entities with radio communications. The Motorola company manufactured and installed our current system, which consists of computer consoles, portable radios, antennas, and operational readiness. The City has a long-standing relationship with Motorola, and this request is for an annual maintenance agreement for Motorola to provide monitoring and diagnostic service along with the replacement or repair of any defects to the infrastructure, computer equipment, radio repair, and any required upgrades. While Motorola has the option to subcontract radio maintenance to an authorized Motorola subcontractor, the communications infrastructure (consoles, repeaters, etc.) are serviced and maintained by Motorola directly. Authorized subcontractors of Motorola will not contract with entities directly as their work orders are routed through Motorola. The annual contract amount shall not exceed $165K per year over the next four years. This purchase is being made pursuant to the Sole Source Procurement Exemption outlined in Section X, Alternatives to Formal Sealed Bids, of the procurement policy. This section permits Sole Source Services and Purchases when it is determined that only one viable source is available. Such circumstances may include, but are not limited to, repairs or additions from the original equipment manufacturer, exclusive regional suppliers, franchised or licensed distributors, or proprietary items. The vendor has submitted the required documentation to the City, and the Procurement Division has affirmed that the documentation for this purchase meets the Sole Source Procurement Exemption criteria. How will this affect city programs or services? This service agreement ensures that public safety and relevant local government entities can maintain radio communications which is critical to the safety of City personnel and the provision of services to the community. Budgeted Item: Yes 240 Account Line Item and Description: Account Number: 001-2112-521-46-24 | Radio Repairs Fiscal Impact: Budgeted funds have been included in the FY 2024/25 proposed budget in line item Account # 001-2112-521-46-24. Attachments: R25-092 Agenda_Item_2872-2025_-_Resolution_-_Motorola__Inc._-_Sole_Source.docx Exhibit A to Resolution - Boynton Beach contract renewal 12-1-2024_.pdf Motorola-P25-COBB-Sole_Source.pdf Boynton Beach Sole Source Letter 3-11-2025.pdf 241 RESOLUTION NO. R25-0921 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING AN ANNUAL SERVICE AGREEMENT 4 WITH MOTOROLA, INC., A SOLE SOURCE VENDOR, TO PROVIDE 5 CONTINUED MAINTENANCE AND REPAIR OF THE CITY’S P25 RADIO 6 TELECOMMUNICATIONS SYSTEM IN AN AMOUNT NOT TO EXCEED 7 $165,000.00; AND FOR ALL OTHER PURPOSES. 8 9 WHEREAS, the City maintains a radio telecommunications system that provides the Police 10 Department, Fire Department, and other local government agencies with radio communications; 11 and12 WHEREAS, Motorola, Inc. (“Vendor”) manufactured and installed the current system,13 which consists of computer consoles, portable radios, antennas, and operational readiness; and14 WHEREAS, the City has a longstanding relationship with Vendor and requires an annual 15 maintenance agreement for Vendor to provide monitoring, diagnostic service, and replacement 16 or repair of any defects to the radio telecommunications system; and17 WHEREAS, authorized subcontractors of Vendor will not contract with entities directly as 18 their work orders are routed through Vendor; and19 WHEREAS, this purchase is being made pursuant to the Sole Source Procurement 20 Exemption outlined in Section X, Alternatives to Formal Sealed Bids, of the procurement policy, 21 which permits sole source services and purchases when it is determined that only one viable 22 source is available; and 23 WHEREAS, Vendor has submitted the required documentation to the City, and the 24 Procurement Division has affirmed that the documentation for this purchase meets the criteria for 25 the Sole Source Procurement Exemption; and 26 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 27 best interests of the City's citizens and residents to approve an annual maintenance agreement 28 with Vendor to provide monitoring, diagnostic service, and replacement or repair of any defects 29 to the P25 radio telecommunications system in an amount not to exceed $165,000.00.30 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 31 BEACH, FLORIDA, THAT:32 242 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 33 being true and correct and are hereby made a specific part of this Resolution upon adoption.34 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 35 approve an annual maintenance agreement with Vendor, to provide monitoring, diagnostic 36 service, and replacement or repair of any defects to the P25 radio telecommunications system in 37 an amount not to exceed $165,000.00 (the “Service Agreement”), in form and substance similar to 38 that attached as Exhibit A.39 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 40 authorizes the Mayor to execute any ancillary documents as may be necessary to accomplish the 41 purpose of this Resolution.42 SECTION 4.The City Clerk shall retain the fully executed Service Agreement as a public 43 record of the City. A copy of the fully executed Service Agreement shall be provided to Karl 44 Maracotta to forward to the Vendor. 45 SECTION 5.This Resolution shall take effect in accordance with law.46 47 48 [SIGNATURES ON THE FOLLOWING PAGE]49 50 243 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.51 CITY OF BOYNTON BEACH, FLORIDA52 YES NO53 Mayor – Rebecca Shelton __________54 55 Vice Mayor – Woodrow L. Hay __________56 57 Commissioner – Angela Cruz __________58 59 Commissioner – Thomas Turkin __________60 61 Commissioner – Aimee Kelley __________62 63 VOTE ______64 ATTEST:65 66 ___________________________________________________________67 Maylee De Jesús, MPA, MMC Rebecca Shelton68 City Clerk Mayor69 70 APPROVED AS TO FORM:71 (Corporate Seal)72 73 _______________________________74 Shawna G. Lamb75 City Attorney76 244 City C QT SPE DESC P25 Tec Infra Serv Loca ann Company N Billing Add y, State, Zip C Customer Co Ph TY MOD ECIAL INSTR CRIPTIONS 5 Radio System hnical Support astructure Repa vice, Remote S al radio combo ual PM check. Date: Name: Boynto Attn.: dress: 100 E Code: Boynto ntact: Karl M hone: 56174 EL/OPTION RUCTIONS - A m and Subscrib , Network Mon air with Advanc SUS, On site re o with Pickup an 01-AUG-202 on Beach, Cit Boynton Bea on Beach, FL Maracotta 26170 ***** Recu ATTACH STATEMEN er for Year 8 to itoring, On Site ced Replaceme eboot for SUS, nd Delivery for 24 ty Of ach Blvd L 33435 SERVICES D urring Service T OF WORK FOR PE o include Dispa e Response, ent, Security U Annual PM of r subscribers an DESCRIPTIO es ***** ERFORMANCE atching, Update system, nd an G SER Con Con Contra Contr P ON Sub Total Taxes Grand Total THIS SERVICE A JURISDICTIONS W RVICE A ntract Numbe ntract Modifie P.O.# Customer # Bill to Tag# act Start Date ract End Date ayment Cycle Currency MONTHL EXT $13,419 $13,419 $0 $13,419 AMOUNT IS SUBJEC WHERE APPLICABLE SOLUT GREEME r: USC0000 r: R30-JUL- #: N/A #: 10003030 #: 0001 e: 01-DEC-2 e: 30-NOV-2 e: QUARTE y: USD LY EXTE 9.74 $ 9.74 0.00 9.74 CT TO STATE AND LO E, TO BE VERIFIED B IONS ENT 006388 -24 16:02:34 040 2024 2025 RLY ENDED AMT $161,036.88 $161,036.88 $0.00 $161,036.88 OCAL TAXING BY MOTOROLA 1 245 Revised Sep 3, 2022 I have received Applicable Statements of Work which describe the Services and cybersecurity services provided on this Agreement. Motorola's Terms and Conditions, including the Cybersecurity Online Terms Acknowledgement, are attached hereto and incorporate the Cyber Addendum (available at https://www.motorolasolutions.com/en_us/managed-support-services/cybersecurity.html) by reference. By signing below Customer acknowledges these terms and conditions govern all Services under this Service Agreement. AUTHORIZED CUSTOMER SIGNATURE TITLE DATE …………………… ………………… CUSTOMER (PRINT NAME) Cindee Markes CSM 8-1-2024 MOTOROLA REPRESENTATIVE (SIGNATURE) TITLE DATE CINDEE MARKES 954-520-8868 MOTOROLA REPRESENTATIVE (PRINT NAME) PHONE 2 246 Revised Sep 3, 2022 Company Name : Boynton Beach, City Of Contract Number : USC000006388 Contract Modifier : R30-JUL-24 16:02:34 Contract Start Date : 01-DEC-2024 Contract End Date : 30-NOV-2025 3 247 Customer:Boynton Beach, City of Effective: 12/1/2024 Contract #:USC000006388 Qty Equipment Description 5 MCC7500 consoles 5 GTR8000 Repeaters 227 APX6000 Model 2.5 85 APX6000 Model 1.5 19 APX4000 Model 2.5 132 APX6500 Mobile 6 APX7500 Consolettes 1 APX8500 Mobile See attached serial number list for subscribers included Contract includes local Pick up and Delivery services Radios flagged as End Of Life will be supported on a Commercially Reasonable effort dependant upon parts availability. Contract includes 1 Annual Preventative Maintenance Inspection to be scheduled upon customer request 4 248 ***Th the e City valid Orde one t contr expir = $1 he pricing expiration of Boynt , execute er if applic time adm ract rate red contra 5,479.00* g quoted v of the cu on Beach ed service cable), wi inistrative will be bi act. Pricin *** Delin via this se urrent serv h does no e agreeme ithin 30 d e fee equa lled to the ng on the quency ervice con vice contr ot provide ent renew days of th al to 10% e custom 10% Adm y Fee ntract ren ract Septe e to Moto wal, (with he current of the sub er upon r ministratio ewal is va ember 30 orola Solu a hard co t contract bsequent reestablis on fee onc alid only 0, 2024. If utions, In opy Purch expiratio years ann shment of ce delinqu until f the c. a hase n, a nual f the uent 5 249 {00203944.1 306-9001821} Motorola Solution Service Terms and Conditions Motorola Solutions Inc. ("Motorola") and the City of Boynton Beach, Florida ("Customer") hereby agree as follows: Section 1. APPLICABILITY These Maintenance Service Terms and Conditions apply to service contracts whereby Motorola will provide to Customer either (1) maintenance, support, or other services under a Motorola Service Agreement, or (2) installation services under a Motorola Installation Agreement. Section 2. DEFINITIONS AND INTERPRETATION 2.1. "Agreement" means these Maintenance Service Terms and Conditions; the cover page for the Service Agreement or the Installation Agreement, as applicable; and any other attachments, all of which are incorporated herein by this reference. In interpreting this Agreement and resolving any ambiguities, these Maintenance Service Terms and Conditions take precedence over any cover page, and the cover page takes precedence over any attachments, unless the cover page or attachment states otherwise. 2.2. "Equipment" means the equipment that is specified in the attachments or is subsequently added to this Agreement. 2.3. "Services" means those installation, maintenance, support, training, and other services described in this Agreement. Section 3. ACCEPTANCE Customer accepts these Maintenance Service Terms and Conditions and agrees to pay the prices set forth in the Agreement. This Agreement becomes binding only when accepted in writing by Motorola. The term of this Agreement begins on the "Start Date" indicated in this Agreement. Section 4. SCOPE OF SERVICES 4.1. Motorola will provide the Services described in this Agreement or in a more detailed statement of work or other document attached to this Agreement. At Customer's request, Motorola may also provide additional services at Motorola' s then-applicable rates for the services. 4.2. If Motorola is providing Services for Equipment, Motorola parts or parts of equal quality will be used; the Equipment will be serviced at levels set forth in the manufacturer's product manuals; and routine service procedures that are prescribed by Motorola will be followed. 4.3. If Customer purchases from Motorola additional equipment that becomes part of the same system as the initial Equipment, the additional equipment may be added to this Agreement and will be billed at the applicable rates after the warranty for that additional equipment expires. 4.4. All Equipment must be in good working order on the Start Date or when additional equipment is added to the Agreement. Upon reasonable request by Motorola, Customer will provide a complete serial and model number list of the Equipment. Customer must promptly notify Motorola in writing when any Equipment is lost, damaged, stolen or taken out of service. Customer's obligation to pay Service fees for this Equipment will terminate at the end of the month in which Motorola receives the written notice. 4.5. Customer must specifically identify any Equipment that is labeled intrinsically safe for use in hazardous environments. 4.6. If Equipment cannot, in Motorola's reasonable opinion, be properly or economically serviced for any reason, Motorola may modify the scope of Services related to that Equipment; remove that Equipment from the Agreement; or increase the price to Service that Equipment. 4.7. Customer must promptly notify Motorola of any Equipment failure. Motorola will respond to Customer's notification in a manner consistent with the level of Service purchased as indicated in this Agreement. 6 250 {00203944.1 306-9001821} Section 5. EXCLUDED SERVICES 5.1. Service excludes the repair or replacement of Equipment that has become defective or damaged from use in other than the normal, customary, intended, and authorized manner; use not in compliance with applicable industry standards; excessive wear and tear; or accident, liquids, power surges, neglect, acts of God or other force majeure events. 5.2. Unless specifically included in this Agreement, Service excludes items that are consumed in the normal operation of the Equipment, such as batteries or magnetic tapes.; upgrading or reprogramming Equipment; accessories, belt clips, battery chargers, custom or special products, modified units, or software; and repair or maintenance of any transmission line, antenna, microwave equipment, tower or tower lighting, duplexer, combiner, or multicoupler. Motorola has no obligations for any transmission medium, such as telephone lines, computer networks, the internet or the worldwide web, or for Equipment malfunction caused by the transmission medium. Section 6. TIME AND PLACE OF SERVICE Service will be provided at the location specified in this Agreement. When Motorola performs service at Customers location, Customer will provide Motorola, at no charge, a non-hazardous work environment with adequate shelter, heat, light, and power and with full and free access to the Equipment. Waivers of liability from Motorola or its subcontractors will not be imposed as a site access requirement. Customer will provide all information pertaining to the hardware and software elements of any system with which the Equipment is interfacing so that Motorola may perform its Services. Unless otherwise stated in this Agreement, the hours of Service will be 8:30 a.m. to 4:30 p.m., local time, excluding weekends and holidays. Unless otherwise stated in this Agreement, the price for the Services exclude any charges or expenses associated with helicopter or other unusual access requirements; if these charges or expenses are reasonably incurred by Motorola in rendering the Services, Customer agrees to reimburse Motorola for those charges and expenses. Section 7. CUSTOMER CONTACT Customer will provide Motorola with designated points of contact (list of names and phone numbers) that will be available twenty-four (24) hours per day, seven (7) days per week, and an escalation procedure to enable Customer's personnel to maintain contact, as needed, with Motorola. Section 8. PAYMENT Unless alternative payment terms are stated in this Agreement, Motorola will invoice Customer in advance for each payment period. All other charges will be billed monthly, and Customer must pay each invoice in U.S. dollars within forty- five (45) days of the invoice date. Section 9. WARRANTY Motorola warrants that its Services under this Agreement will be free of defects in materials and workmanship for a period of ninety (90) days from the date the performance of the Services are completed. In the event of a breach of this warranty, Customers sole remedy is to require Motorola to re-perform the non-conforming Service or to refund, on a pro-rata basis, the fees paid for the non-conforming Service. MOTOROLA DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Section 10. DEFAULT/TERMINATION 10.1. If either party defaults in the performance of this Agreement, the other party will give to the non-performing party a written and detailed notice of the default. The non-performing party will have thirty (30) days thereafter to provide a written plan to cure the default that is acceptable to the other party and begin implementing the cure plan immediately after plan approval. If the non-performing party fails to provide or implement the cure plan, then the injured party, in addition to any other rights available to it under law, may immediately terminate this Agreement effective upon giving a written notice of termination to the defaulting party. 10.2. Any termination of this Agreement will not relieve either party of obligations previously incurred pursuant to this Agreement, including payments which may be due and owing at the time of termination. All sums owed by Customer to Motorola will become due and payable immediately upon termination of this Agreement. Upon the effective date of termination, Motorola will have no further obligation to provide Services. 7 251 {00203944.1 306-9001821} Section 11. LIMITATION OF LIABILITY Except for personal injury or death, Motorola's total liability, whether for breach of contract, warranty, negligence, strict liability in tort, or otherwise, will be limited to the direct damages recoverable under law, but not to exceed the price of twelve (12) months of Service provided under this Agreement. ALTHOUGH THE PARTIES ACKNOWLEDGE THE POSSIBILITY OF SUCH LOSSES OR DAMAGES, THEY AGREE THAT MOTOROLA WILL NOT BE LIABLE FOR ANY COMMERCIAL LOSS; INCONVENIENCE; LOSS OF USE, TIME, DATA, GOOD WILL, REVENUES, PROFITS OR SAVINGS; OR OTHER SPECIAL, INCIDENTAL, INDIRECT, OR CONSEQUENTIAL DAMAGES IN ANY WAY RELATED TO OR ARISING FROM THIS AGREEMENT OR THE PERFORMANCE OF SERVICES BY MOTOROLA PURSUANT TO THIS AGREEMENT. This limitation of liability will survive the expiration or termination of this Agreement and applies notwithstanding any contrary provision. Section 12. EXCLUSIVE TERMS AND CONDITIONS 12.1. This Agreement supersedes all prior and concurrent agreements and understandings between the parties, whether written or oral, related to the Services, and there are no agreements or representations concerning the subject matter of this Agreement except for those expressed herein. The Agreement may not be amended or modified except by a written agreement signed by authorized representatives of both parties. 12.2. Customer agrees to reference this Agreement on any purchase order issued in furtherance of this Agreement, however, an omission of the reference to this Agreement will not affect its applicability. In no event will either party be bound by any terms contained in a Customer purchase order, acknowledgement, or other writings unless: the purchase order, acknowledgement, or other writing specifically refers to this Agreement; clearly indicate the intention of both parties to override and modify this Agreement; and the purchase order, acknowledgement, or other writing is signed by authorized representatives of both parties. Section 13. PROPRIETARY INFORMATION; CONFIDENTIALITY; INTELLECTUAL PROPERTY RIGHTS 13.1. Any information or data in the form of specifications, drawings, reprints, technical information or otherwise furnished to Customer under this Agreement will remain Motorola’s property, subject to the requirements and limitations for Florida’s Public Records law, pursuant to Chapter 119, Florida Statutes, will be deemed proprietary, will be kept confidential, and will be promptly returned at Motorola's request. Customer may not disclose, without Motorola's written permission or as required by law, any confidential information or data to any person, or use confidential information or data for any purpose other than performing its obligations under this Agreement. The obligations set forth in this Section survive the expiration or termination of this Agreement. 13.2. Unless otherwise agreed in writing, no commercial or technical information disclosed in any manner or at any time by Customer to Motorola will be deemed secret or confidential. Motorola will have no obligation to provide Customer with access to its confidential and proprietary information, including cost and pricing data. 13.3. This Agreement does not grant directly or by implication, estoppel, or otherwise, any ownership right or license under any Motorola patent, copyright, trade secret, or other intellectual property, including any intellectual property created as a result of or related to the Equipment sold or Services performed under this Agreement. Section 14. FCC LICENSES AND OTHER AUTHORIZATIONS Customer is solely responsible for obtaining licenses or other authorizations required by the Federal Communications Commission or any other federal, state, or local government agency and for complying with all rules and regulations required by governmental agencies. Neither Motorola nor any of its employees is an agent or representative of Customer in any governmental matters. Section 15. COVENANT NOT TO EMPLOY During the term of this Agreement and continuing for a period of two (2) years thereafter, Customer will not hire, engage on contract, solicit the employment of, or recommend employment to any third party of any employee of Motorola or its subcontractors without the prior written authorization of Motorola. This provision applies only to those employees of Motorola or its subcontractors who are responsible for rendering services under this Agreement. If this provision is found to be overly broad under applicable law, it will be modified as necessary to conform to applicable law. 8 252 {00203944.1 306-9001821} Section 16. MATERIALS, TOOLS AND EQUIPMENT All tools, equipment, dies, gauges, models, drawings or other materials paid for or furnished by Motorola for the purpose of this Agreement will be and remain the sole property of Motorola. Customer will safeguard all such property while it is in Customers custody or control, be liable for any loss or damage to this property, and return it to Motorola upon request. This property will be held by Customer for Motorola's use without charge and may be removed from Customers premises by Motorola at any time without restriction. Section 17. GENERAL TERMS 17.1. If any court renders any portion of this Agreement unenforceable, the remaining terms will continue in full force and effect in which the Services are performed. 17.3. Failure to exercise any right will not operate as a waiver of that right, power, or privilege. 17.4. Neither party is liable for delays or lack of performance resulting from any causes that are beyond that party’s reasonable control, such as strikes, material shortages, or acts of God. 17.5. Motorola may subcontract any of the work, but subcontracting will not relieve Motorola of its duties under this Agreement. 17.6. Except as provided herein, neither Party may assign this Agreement or any of its rights or obligations hereunder without the prior written consent of the other Party, which consent will not be unreasonably withheld. Any attempted assignment, delegation, or transfer without the necessary consent will be void. Notwithstanding the foregoing, Motorola may assign this Agreement to any of its affiliates or its right to receive payment without the prior consent of Customer. In addition, in the event Motorola separates one or more of its businesses (each a "Separated Business"), whether by way of a sale, establishment of a joint venture, spin-off or otherwise (each a "Separation Event"), Motorola may, without the prior written consent of the other Party and at no additional cost to Motorola, assign this Agreement such that it will continue to benefit the Separated Business and its affiliates (and Motorola and its affiliates, to the extent applicable) following the Separation Event. 17.7. THIS AGREEMENT WILL RENEW, FOR AN ADDITIONAL ONE (1) YEAR TERM, ON EVERY ANNIVERSARY OF THE START DATE UNLESS EITHER THE COVER PAGE SPECIFICALLY STATES A TERMINATION DATE OR ONE PARTY NOTIFIES THE OTHER IN WRITING OF ITS INTENTION TO DISCONTINUE THE AGREEMENT NOT LESS THAN THIRTY (30) DAYS OF THAT ANNIVERSARY DATE. At the anniversary date, Motorola may adjust the price of the Services to reflect its current rates. The City of Boynton Beach can remove any equipment off the service agreement with 30 days written notice. Equipment will be removed on a prorated basis. 17.8. If Motorola provides Services after the termination or expiration of this Agreement, the terms and conditions in effect at the time of the termination or expiration will apply to those Services and Customer agrees to pay for those services on a time and materials basis at Motorola’s then effective hourly rates. 17.9 This Agreement may be executed in one or more counterparts, all of which shall be considered part of the Agreement. The parties may execute this Agreement in writing, or by electronic signature, and any such electronic signature shall have the same legal effect as a handwritten signature for the purposes of validity, enforceability and admissibility. In addition, an electronic signature, a true and correct facsimile copy or computer image of this Agreement shall be treated as and shall have the same effect as an original signed copy of this document. 18. Motorola shall comply with Florida’s Public Records Law. Specifically, Motorola shall: 1. Keep and maintain public records required by the City to perform the service. 2. Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if Motorola does not transfer the records to the City. 4. Upon completion of the contract, transfer, at no cost, to the City all public records in possession of Motorola or keep and maintain public records required by the City to perform the service. If Motorola transfers all public records to the City upon completion of the contract, Motorola shall destroy any 9 253 {00203944.1 306-9001821} duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Motorola keeps and maintains public records upon completion of the contract, the Motorola shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. 19. By execution of this Agreement, in accordance with the requirements of F.S. 287-135 and F.S. 215.473, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK) 100 E OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435. 561-742-6061. dejesusm@BBFL.US 10 254 Statement of Work Local Radio Combo Package 1.0 Description Local Radio Combo Package provides operational check and board level repair services for mobile, portable, two-way and mobile data. An operational check is an analysis of the Equipment to identify external or internal defects. Local Radio Combo Package also includes service on standard palm microphones and single mobile controls heads, provided that they are required for normal operation of the two-way mobile and are included at the point of manufacture. Service is only included on Equipment specifically named in the applicable Agreement to which this Statement of Work is attached. Local Radio Combo Package excludes repairs to: optional accessories; iDEN accessories; iDEN mobile microphones; non-standard mobile microphones, mobile external speakers; optional or additional control heads, single and multiple unit portable chargers; batteries, mobile antennas; mobile power & antenna cables and power supplies. The following services are excluded from Local Radio Combo service unless they are purchased for an additional fee. The services are Pick-up & delivery, Subscriber Preventative Maintenance, Portable Remote Speaker Microphones, Portable Antenna Replacements and Mobile Remote Control Heads. The terms and conditions of this SOW are an integral part of Motorola's Service Terms and Conditions or other applicable agreement to which it is attached and made a part thereof by this reference. 2.0 Motorola has the following responsibilities: 2.1 Service to be performed at the Servicer facility during Standard Business Days. 2.2 Perform an operational check on the Equipment to determine the nature of the problem. 2.3 Remove/reinstall mobile or data Equipment from/to Customer's vehicle as needed for additional servicing. 2.4 Test and Restore the Equipment to Motorola factory specifications. 2.5 Remove any dust, and/or foreign substances from the Equipment. 2.6 Reprogram Equipment necessary to return Equipment to original operating parameters based on the template in the Equipment, if the template information can be retrieved from the Equipment, or from a backup diskette provided by Customer containing the template information. If the Customer template is not provided or not reasonably usable, a generic template utilizing the latest Radio Service Software (RSS) version for that Equipment will be used. The Equipment will require additional programming by the Customer to Restore the original template. 2.7 Notify Customer upon completion of repair for pickup of Equipment. 3.0 Customer has the following Responsibilities: 3.1 Deliver and pick up Equipment to/from the Servicer facility. 3.2 Inform Servicer of description of problem for Equipment brought in for service. 3.3 If the Equipment will not power up, or if desired, supply Servicer with a backup diskette with the Software template or programming in order to assist in returning the Equipment to original operating parameters. If applicable, record the current flashcode for each radio. 3.4 If Motorola must use a generic template to restore Equipment to operating condition, Customer is responsible for any programming required to Restore Equipment to desired parameters. 3.5 Cooperate with Motorola and perform all acts that are reasonable or necessary to enable Motorola to provide 3.6 the Local Radio Combo Package service to Customer. 11 255 Statem Subscri 1.0 Descri Subscr custom provid attache Preven 2.0 Motor 2.1 T 2. 2. 2. 2. 2.2 P s 2.3 C 3.0 Custom 3.1 C n 3.2 S M 3.3 C p ment of W iber Preve iption riber Preventat mer’s equipme ded on subscri ed. The PM ntative Mainten rola has the fol The following .1.1. Physically .1.2. Remove a .1.3. Replace r .1.4. Measure, manufactu 2.1.4.1. Rec 2.1.4.2. Tra 2.1.4.3. Tra 2.1.4.4. Dev 2.1.4.5. Tra 2.1.4.6. Rec 2.1.4.7. Aud 2.1.4.8. Vac Perform an op specifications. Clean external mer has the fol Coordinate and needing the PM Schedule the P Motorola manu Cooperate with perform the Pre Work entative M tive Maintenan ent meets and iber equipment inspection do nance check. lowing respon service will be y inspect the eq any dust intern equired seals i record, align urer. ceive frequency ansmit frequenc ansmit frequenc viation ansmit power ceive sensitivit dio output leve cuum test perfo perational che housing of the llowing Respon d schedule wit M check comple PM check on ufacturer specif h Motorola an eventative Mai Maintenanc nce (PM) prov continues to t specifically n oes not includ sibilities: e provided duri quipment. ally from the e f applicable, re and adjust the y cy cy error ty els ormed on rugg eck on the e e equipment. nsibilities: th the Motorol eted. an annual bas fications. nd perform all intenance servi ce vides for an ann meet the man named in the de any hardw ng the PM pro equipment. eassemble unit e following ap gedized radios equipment, and la Service Sho sis with the M acts that are ice to customer nual operation nufacturer’s sp agreement to ware repair tha ocess, if applica and test. pplicable equip d restore the op the PM che Motorola to en reasonable or r. al test and alig pecification. T which this St at may be id able: pment parame equipment to ecks for large nsure the radio r necessary to gnment to ensu This service is tatement of W dentified durin eters outlined b o Motorola f quantities of o continues to enable Motor ure the s only Work is ng the by the factory radios o meet rola to 12 256 OnSite Infrastructure Response and Dispatch Service Overview Motorola‘s OnSite Infrastructure Response & Dispatch service provides case management and escalation for onsite technical service requests. The service is delivered by the Motorola’s Solutions Support Center (SSC) in conjunction with a local service provider. The SSC is responsible for opening a case for onsite support and monitoring the status of that case to ensure strict compliance to committed response times. The terms and conditions of this Statement of Work (SOW) are an integral part of Motorola's Service Agreement or other applicable agreement to which it is attached and made a part thereof by this reference. 1.0 Description of Services The Motorola SSC will receive customer request for OnSite service provider and dispatch a servicer. The servicer will respond to the customer location based on pre-defined Severity Levels set forth in Section 4.0 - Severity Level Definitions able and Response times set forth in Section 5.0 – Severity Level Response Time Commitments table in order to restore the system. Motorola will provide case management as set forth herein. The SSC will maintain contact with the on-site Motorola Service Shop until system restoral and case closure. The SSC will continuously track and manage cases from creation to close through an automated case tracking process. 1.1 Scope OnSite Infrastructure Response & Dispatch service is available 24 hours a day, 7 days a week in accordance with Severity Level Definitions and Severity Level Response Time Commitments listed in sections 4.0 and 5.0 of this document. 1.2 Geographic Availability OnSite Infrastructure Response and Dispatch is available to customers worldwide where Motorola servicers are present. Response times are based on the customer’s local time zone. 1.3 Inclusions Onsite Infrastructure Response and Dispatch Service can be delivered on Motorola-sold infrastructure. 2.0 Motorola has the following responsibilities: 2.1. Receive service requests. 2.2. Create a case as necessary when service requests are received. Gather information to perform the following: 2.2.1. Characterize the issue. 2.2.2. Determine a plan of action. 2.2.3. Assign and track the case to resolution. 2.3. Dispatch a servicer as required by Motorola standard procedures and provide necessary case information collected in 2.2. 2.4. Ensure the required personnel have access to customer information as needed. 2.5. Servicer will perform the following on-site: 2.5.1. Run diagnostics on the Infrastructure or Field Replacement Units (FRU). 2.5.2. Replace defective Infrastructure or FRU, as supplied by customer1. 13 257 2.5.3. Provide materials, tools, documentation, physical planning manuals, diagnostic/test equipment and any other requirements necessary to perform the maintenance service. 2.5.4. If a third party vendor is needed to restore the system, the Servicer may accompany that vendor onto the customer’s premises. 2.6. Verify with customer that restoration is complete or system is functional, if required by customer’s repair verification in the Customer Support Plan required by section 3.2. If verification by customer cannot be completed within 20 minutes of restoration, the case will be closed and the Servicer will be released. 2.7. Escalate the case to the appropriate party upon expiration of a response time. 2.8. Close the case upon receiving notification from customer or servicer, indicating the case is resolved. 2.9. Notify customer of case status as defined by the Customer Support Plan: 2.9.1. Open and closed; or 2.9.2. Open, assigned to the servicer, arrival of the servicer on-site, deferred or delayed, closed. 2.10. Provide Case activity reports to customer if requested. 3.0 Customer has the following responsibilities: 3.1. Contact Motorola, as necessary, to request service. 3.2. Provide Motorola with the following pre-defined customer information and preferences prior to start date necessary to complete Customer Support Plan (CSP): 3.2.1. Case notification preferences and procedure. 3.2.2. Repair verification preference and procedure. 3.2.3. Database and escalation procedure forms. 3.2.4. Submit changes in any information supplied in the CSP to the Customer Support Manager (CSM). 3.3. Provide the following information when initiating a service request: 3.3.1. Assigned system ID number. 3.3.2. Problem description and site location. 3.3.3. Other pertinent information requested by Motorola to open a case. 3.4. Allow Servicers access to equipment. 3.5. Supply infrastructure or FRU, as applicable, in order for Motorola to restore the system as set forth in paragraph 2.5.2. 3.6. Maintain and store in an easily accessible location any and all software needed to restore the system. 3.7. Maintain and store in an easily accessible location proper system backups. 3.8. For E911 systems, test the secondary/backup Public Safety Answering Point (PSAP) connection to be prepared in the event of a catastrophic failure of a system. Train appropriate personnel on the procedures to perform the function of switching to the backup PSAP. 3.9. Verify with the SSC that restoration is complete or system is functional, if required by repair verification preference provided by customer in accordance with section 3.2. 3.10. Cooperate with Motorola and perform all acts that are reasonable or necessary to enable Motorola to provide these services. 1.Infrastructure Repair with Advanced Replacement (IRAR) is a service offering that provides repair and replacement of infrastructure equipment. IRAR enhances Onsite and Dispatch Service by enabling a faster response and repair times. 14 258 4.0 Severity Level Definitions The f ollowing severity level definitions will be used to determine the maximum response times: Severity Level Severity Definition Severity 1 This is defined as a failure that causes the system and/or infrastructure a loss of voice functionality and no work-around or immediate solution is available. The following are examples of this kind of severity: •33% of call processing resources impaired •Site Environment alarms: o Smoke o Unauthorized access o Temperature o Power failure Severity 2 This is defined as a fault that causes the system to operate with a continuous reduction in capacity or functionality of core services (core services include, voice, data or network management). The following are examples of this kind of severity: •Less than 33% of call processing resources impaired •Failure of a single redundant component Severity 3 This is defined as a fault which reduces the functionality, efficiency or usability of core services (voice, data and network management) and there is a viable work- around in place. The following are examples of this kind of severity: •Intermittent faults that are infrequent and minor impact to core services •Statistical reporting problems Severity 4 This is defined as a minor issue, which has little or no impact on the functionality, efficiency or usability of core services. The following are examples of this kind of severity: •Faults resulting in minor functions or features being unsupported or unreliable in ways that are not noticeable to the user. •Faults that have no impact in how the user perceives the system to work. •Cosmetic issues. •Requests for information. •Preventive Maintenance 15 259 5.0 Severity Level Response Time Commitments (Customer’s Response Time Classification is designated in the Customer Support Plan.) Severity Level Standard Response Time Severity 1* Within 4 hours from receipt of notification continuously Severity 2 Within 4 hours from receipt of notification Standard Business Day Severity 3 Within 8 hours from receipt of notification Standard Business Day Severity 4 Within 12 hours from receipt of notification Standard Business Day *Premier Response is an option that provides a 2-hour response time for severity 1 issues. 16 260 Network Monitoring, Statement of Work Version 1.12 Approved by Motorola Solutions LGA&C 11/12/2014 © Motorola 2015 Network Monitoring Overview Motorola’s Network Monitoring Operations (NMO) within the Motorola Solutions Support Center (SSC) provides real-time fault monitoring for radio communications networks on a continuous basis. NMO utilizes sophisticated tools for remote monitoring and event characterization of your communications networks. When an event is detected, NMO technologists acknowledge and assess the situation, and initiate a defined response. The terms and conditions of this Statement of Work (SOW) are an integral part of Motorola's Service Agreement or other applicable agreement to which it is attached and made a part thereof by this reference. 1.0 Description of Network Monitoring Services Network Monitoring is a service designed to electronically monitor elements of a communication system for events, as set forth in the Monitored Elements Table. When the SSC detects an event, (based on the severity of the event) trained technologists acknowledge and remotely diagnose the event, and initiate an appropriate response in accordance with the customer handling procedure. Appropriate responses could include, but are not limited to, continuing to monitor the event for further development, attempting remote remediation via engagement of Technical Support resources, or initiating dispatch1 of a Field Servicer for onsite remediation. 1.1 Availability Network Monitoring service is available 24 hours a day, 7 days a week. Network Monitoring availability is based on the level of contracted service and defined in the Customer Support Plan (CSP). 1.2 Geographic Availability Network Monitoring is a globally provided service unless limited by data export control regulations. Timeframes are based on the customer’s local time zone. 1.3 Inclusions Network monitoring service can be delivered on Motorola sold infrastructure as stated in Monitored Elements Table. 1.4 Limitations and Exclusions 1.4.1 Does not include monitoring of anything outside of the radio network or monitoring of infrastructure provided by a third party, unless specifically stated. Monitored elements must be within the radio network and capable of sending traps to the Unified Event Manager (UEM). 1.4.2 Additional support charges above and beyond the contracted service agreements may apply if it is determined that system faults were caused by the customer making changes to critical system parameters. 1.4.3 The following activities are outside the scope of the Network Monitoring service, but are optional services that are available to remote Network Monitoring customers at an additional cost: 17 261 Network Monitoring, Statement of Work Version 1.12 Approved by Motorola Solutions LGA&C 11/12/2014 © Motorola 2015 1.4.3.1 Emergency on-site visits required to resolve technical issues that cannot be resolved by with SSC working remotely with the local customer technical resource. 1.4.3.2 System installations, upgrades, and expansions. 1.4.3.3 Customer training. 1.4.3.4 Hardware repair and/or exchange. 1.4.3.5 Network security services. 1.4.3.6 Network transport. 1.4.3.7 Information Assurance. 1.4.3.8 Any services not expressly included in this statement of work. 1.4.4 Reference the event catalogue to confirm monitored equipment. 1 Dispatch service with OnSite Response is a separate service that is required with Network Monitoring. 1.5 Motorola has the following responsibilities: 1.5.1. Provide dedicated connectivity through a network connection necessary for monitoring communication networks. The Connectivity Matrix further describes the connectivity options. 1.5.2 If determined necessary by Motorola, provide Motorola owned equipment for monitoring system elements. If Motorola installs or replaces Motorola owned equipment, the type of equipment and location installed is listed in the Motorola Owned & Supplied Equipment Table. 1.5.3 Verify connectivity and event monitoring prior to system acceptance or start date. 1.5.4 Monitor system continuously during hours designated in the CSP in accordance with the pre-defined times specified in section 1.6.2 below. 1.5.5 Remotely access the customer’s system to perform remote diagnosis as permitted by customer pursuant to section 1.6.4. 1.5.6 Create a case, as necessary. Gather information to perform the following: 1.5.6.1 Characterize the issue 1.5.6.2 Determine a plan of action 1.5.6.3 Assign and track the case to resolution. 1.5.7 Cooperate with customer to coordinate transition of monitoring responsibilities between Motorola and customer as specified in section 1.6.13 and 1.6.13.1. 1.5.8 Maintain communication with the customer in the field as needed until resolution of the case 1.6 The Customer has the following responsibilities: 1.6.2 Allow Motorola continuous remote access to enable the monitoring service. 1.6.3 Provide continuous utility service to any Motorola equipment installed or utilized at customer’s premises to support delivery of the service. 1.6.4 Provide Motorola with pre-defined customer information and preferences prior to Start Date necessary to complete the CSP, including, but not limited to: 1.6.4.1 Case notification preferences and procedure 18 262 Network Monitoring, Statement of Work Version 1.12 Approved by Motorola Solutions LGA&C 11/12/2014 © Motorola 2015 1.6.4.2 Repair Verification Preference and procedure 1.6.4.3 Database and escalation procedure forms. 1.6.4.4 Submit changes in any information supplied to Motorola and included in the CSP to the CSM. 1.6.5 Provide the following information when initiating a service request: 1.6.5.1 Assigned system ID number 1.6.5.2 Problem description and site location 1.6.5.3 Other pertinent information requested by Motorola to open a Case. 1.6.6 Notify the SSC when customer performs any activity that impacts the system. (Activity that impacts the system may include, but is not limited to, installing software or hardware upgrades, performing upgrades to the network, or taking down part of the system to perform maintenance.) 1.6.7 Allow Servicers access to equipment (including any connectivity or monitoring equipment) if remote service is not possible. 1.6.8 Allow Servicers access to remove Motorola owned monitoring equipment upon cancellation of service. 1.6.9 Provide all customer managed passwords required to access the customer’s system to Motorola upon request or when opening a case to request service support or enable response to a technical issue. 1.6.10 Pay additional support charges above and beyond the contracted service agreements that may apply if it is determined that system faults were caused by the customer making changes to critical system parameters 1.6.11 Obtain all third party consents or licenses required to enable Motorola to provide the monitoring service. 1.6.12 Cooperate with Motorola and perform all acts that are reasonable or necessary to enable Motorola to provide the services described in this SOW. 1.6.13 Contact Motorola to coordinate transition of monitoring when monitoring responsibility is to be transferred to or from Motorola. (I.e. normal business hours to after-hours monitoring) as set forth in pre-defined information provided by customer CSP. 1.6.13.1 Upon contact, customer must provide customer name, site id, status on any open cases, severity level, and brief description of case and action plan to Motorola. 1.6.14 Acknowledge that cases will be handled in accordance with the times and priorities as defined in the Event Definition table- Appendix A . 1.6.15 Cooperate with Motorola and perform all acts that are reasonable or necessary to enable Motorola to provide the Network Monitoring service. 19 263 Network Monitoring, Statement of Work Version 1.12 Approved by Motorola Solutions LGA&C 11/12/2014 © Motorola 2015 The event types are based on the defined levels as follows: Severity Level Severity Definition Engagement Times 1 This is defined as a critical/major incident that causes the system and/or infrastructure to experience a loss of call processing functionality and no work- around or immediate solution is available. The following are examples of this kind of failure: o 33% of call processing resources impaired o Remote Site/sub-system severed o Site Environment alarms: o Smoke o Unauthorized access o Temperature o Power failure Response provided 24 hours, 7 days a week, including US Holidays. 2 This is defined as a moderate/minor incident that causes the system to operate with a continuous reduction in capacity or functionality of core services (core services include, voice, data or network management). The following are examples of this kind of failure: o Less than 33% of call processing resources impaired o Failure of a single redundant component Response provided 8 x 5 on standard business days, which is normally Monday through Friday 8AM to 5PM, excluding US Holidays. 3 This is defined as a minor issue, which has little or no impact on the functionality, efficiency or usability of core services. The following are examples of this kind of severity: Response provided 8 x 5 on standard business days, which is normally Monday through Friday 8AM to 5PM, excluding US Holidays. Appendix A Engagement Matrix 20 264 Network Monitoring, Statement of Work Version 1.12 Approved by Motorola Solutions LGA&C 11/12/2014 © Motorola 2015 o Faults that have no impact in how the user perceives the system to work o Intermittent issues o Requests for information o Preventive Maintenance or upgrade related work Request connectivity 8 weeks in advance of service start date System Type Connectivity Set up and Maintenance ASTRO® 25 Internet VPN Motorola ASTRO® 25 T1 Motorola Equipment Type Location Installed Firewall/Router Master Site Service Delivery Management Server Master Site for each Zone Connectivity Matrix Motorola Owned & Supplied Equipment Table 21 265 Network Monitoring, Statement of Work Version 1.12 Approved by Motorola Solutions LGA&C 11/12/2014 © Motorola 2015 *Some or all of the above equipment may be monitored depending on system configuration and need. Other equipment (not listed) may be monitored as an option, consult with your Customer Support Manager for details. Monitored Elements Table Master Site Infrastructure RF Site Equipment Dispatch Site Equipment Servers & Back up Servers Channels Consoles MOSCAD (digital inputs & RS232 serial alarms) MOSCAD (digital inputs & RS232 serial alarms) AIS Servers TRAK RF Site Communication Path Operator Position (OP) Core LAN Switch Switch Motorola Gold Elite Gateway (MGEG) Packet Data Gateway (PDG) Site Controller Call Processor Radio Network Gateway (RNG) Router Logging Replay Station (only within the RNI) Zone Database Server (ZDS) Site Ambassador (AMB) Gateway Router Gateway Router Client Station Controller – Zone & Domain Network Time Protocol (NTP) Voice Processing Module (VPM) Firewall Manager Servers Firewall MCC 7500 IP Logging Recorders Air Traffic Router (ATR) SmartX Site Converter (only the converter, not the legacy sites) MCC 7100 (only within the RNI) Unified Event Manager (UEM) Zone Statistical Server (ZSS) Install Server 22 266 Technical Support Overview Motorola’s Technical Support service provides telephone consultation for technical issues that require a high level of ASTRO network expertise and troubleshooting capabilities. Remote Technical Support is delivered through the Motorola System Support Center (SSC) by a staff of technical support specialists skilled in diagnosis and swift resolution of infrastructure performance and operational issues. Technical Support provides access to a solutions database, as well as access to in house test labs and additional Motorola technical resources Motorola applies industry best practices in recording, monitoring, escalating and reporting for Technical Support calls from its contracted customers, reflecting the importance of maintaining mission critical systems. The terms and conditions of this Statement of Work (SOW) are an integral part of Motorola's Service Agreement or other applicable agreement to which it is attached and made a part thereof by this reference. 1.0 Description of Technical Support Services Motorola’s System Support Center (SSC) will provide technical support to assist the customer’s technical resources of the Motorola’s currently supported infrastructure. This team of highly skilled professionals is available to the customer as an integrated part of the support and technical issue resolution process. The SSC remotely supports the customer and works with but not limited to fault diagnostics tools, simulation networks and fault database search engines. The Technical Support Operations is available 24 hours a day; 7 days per week to support technical requests (see severity level response time commitments). Calls requiring incidents, problems, or service requests will be logged in Motorola’s issue management system. This ensures that technical issues are prioritized, updated, tracked and escalated as necessary, until resolution. The Technical Support Operations shall assign the priority level as in accordance with the agreed Severity Level Definitions stated in this document. Motorola will track the progress of each case from initial logging to resolution. Motorola will ensure that the customer is advised of the case progress and informed of tasks that require further investigation and assistance from the customer’s technical resources The provision of this service requires that the customer provides a suitably trained technical resource that delivers maintenance and support to the system, and who is familiar with the operation of that system. Motorola provides technical consultants to support the local resource in the timely closure of infrastructure, performance and operational issues. 1.1 Scope Technical Support service is available 24 hours a day, 7 days a week based on Severity Level Definitions. 1.2 Geographic Availability Technical Support is available to any customer regardless of their geographic location and timeframes are based on the customer’s local time zone. 23 267 1.3 Inclusions Technical Support service will be delivered on Motorola sold infrastructure including integrated 3rd party products. 1.4 Limitations and Exclusions The following activities are outside the scope of the Technical Support service, but are optional services that are available to remote Technical Support customers at an additional cost: 1.4.1 Emergency on-site visits required to resolve technical issues that cannot be resolved by with SSC working remotely with the local customer technical resource. 1.4.2 Third party support for equipment not sold by Motorola as part of the original system. 1.4.3 System installations, upgrades, and expansions. 1.4.4 Customer training. 1.4.5 Hardware repair and/or exchange. 1.4.6 Network security services. 1.4.7 Network transport. 1.4.8 Information Assurance. 1.4.9 Motorola services not included in this statement of work. 1.4.10 Any technical support required as a result of a virus or unwanted intrusion is excluded if the system is not protected against these security threats by Motorola’s Pre-tested Security Update Service when applicable. 1.5 Motorola has the following responsibilities: 1.5.1 Enable customer access to the Motorola Technical Support Center (800-221- 7144), 24 hours a day, 7 days per week, to answer, document and respond to requests for support. 1.5.2 Respond to requests for Technical Support in accordance with the response times set forth in the Severity Level Response Time Commitments section of this document and the severity level defined in the Severity Level Definitions section of this document. 1.5.3 Advise caller of procedure for determining any additional requirements, activities or information relating to issue restoration and/or characterization. 1.5.4 Maintain communication with the customer in the field as needed until resolution of the case 1.5.5 Coordinate technical resolutions with agreed upon third party vendors, as needed. 1.5.6 Escalate and manage support issues, including systemic issues, to additional Motorola technical resources, as applicable. 1.5.7 Escalate the case to the appropriate party upon expiration of a response time. 24 268 1.5.8 Determine, in its sole discretion, when a case requires more than the Technical Support services described in this SOW and notify customer of an alternative course of action. 1.6 The Customer has the following responsibilities: 1.6.1 Provide Motorola with pre-defined information prior to contract start date necessary to complete Customer Support Plan (CSP). 1.6.2 Submit changes in any information supplied in the Customer Support Plan (CSP) to the Customer Support Manager (CSM). 1.6.3 Contact the SSC in order to engage the Technical Support service, providing the necessary information for proper entitlement services. Including but not limited to the name of contact, name of customer, system ID number, site(s) in question, and brief description of the problem including pertinent information for initial issue characterization. 1.6.4 Maintain suitable trained technical resources that provide field maintenance and technical maintenance services to the system, and who are familiar with the operation of that system. 1.6.5 Provide SSC access via the remote connection that has been established through other sold services (e.g. Network Fault Monitoring) 1.6.6 Supply suitably skilled and trained on-site presence when requested by the SSC. 1.6.7 Validate issue resolution prior to close of the case in a timely manner. 1.6.8 Acknowledge that cases will be handled in accordance with the times and priorities as defined in the Severity Level Definitions and in the Severity Level Response Time Commitments section in this document. 1.6.9 Cooperate with Motorola and perform all acts that are reasonable or necessary to enable Motorola to provide the Technical Support service. 25 269 1.7 Severity Level Definitions The following severity level definitions will be used to determine the maximum response times: Severity Level Severity Definition Severity 1 This is defined as a failure that causes the system and/or infrastructure a loss of voice functionality and no work-around or immediate solution is available. The following are examples of this kind of failure: •33% of call processing resources impaired •Site Environment alarms: o Smoke, o Unauthorized access o Temperature o Power failure Severity 2 This is defined as a fault that causes the system to operate with a continuous reduction in capacity or functionality of core services (core services include, voice, data or network management). The following are examples of this kind of failure: •Less than 33% of call processing resources impaired •Failure of a single redundant component Severity 3 This is defined as a fault which reduces the functionality, efficiency or usability of core services (voice, data and network management) and there is a viable work - around in place. The following are examples of this kind of severity: •Intermittent faults that are infrequent and minor impact to core services •Statistical reporting problems Severity 4 This is defined as a minor issue, which has little or no impact on the functionality, efficiency or usability of core services. The following are examples of this kind of severity: •Faults resulting in minor functions or features being unsupported or unreliable in ways that are not noticeable to the user. •Faults that have no impact in how the user perceives the system to work. •Cosmetic issues. •Requests for information. •Preventive Maintenance 26 270 2.1 Severity Level Response Time Commitments The response times are based on the defined severity levels as follows: Severity Level Response Time Severity 1 A Motorola SSC Technician will make contact with the customer technical representative within one hour of the request for support being logged in the issue management system. Continual effort will be maintained to restore the system or provide a workaround resolution. Response provided 24 x 7. Severity 2 A Motorola SSC Technician will make contact with the customer technical representative within four hours of the request for support being logged at the issue management system. Response provided 8 x 5 on standard business days, which is normally Monday through Friday 8AM to 5PM, excluding US Holidays. Severity 3 A Motorola SSC Technician will make contact with the customer technical representative within the next business day of the request for support being logged at the issue management system. Response provided 8 x 5 on standard business days, which is normally Monday through Friday 8AM to 5PM, excluding US Holidays. Severity 4 A Motorola SSC Technician will make contact with the customer technical representative within the next business day of the request for support being logged at the issue management system. Response provided 8 x 5 on standard business days, which is normally Monday through Friday 8AM to 5PM, excluding US Holidays. 27 271 Infrastructure Repair w/ Advanced Replacement, Statement of Work Version 1.8 Approved by Motorola Contracts and Compliance September 2013 © Motorola 2013 Infrastructure Repair with Advanced Replacement Overview Infrastructure Repair with Advanced Replacement is a repair exchange service for Motorola and select third party infrastructure supplied by Motorola. When available, Motorola will provide customer with an advanced replacement unit(s) or Field Replacement Units (FRU’s) in exchange for customer’s malfunctioning equipment. Malfunctioning equipment will be evaluated and repaired by the infrastructure repair depot and returned to depot’s FRU inventory upon completion of repair. For customers who prefer to maintain their existing FRU inventory they have an option to request a “Loaner” FRU while their unit is being repaired. Refer to Appendix A for details on the loaner process. The Motorola authorized repair depot manages and performs the repair of Motorola supplied equipment as well as coordinating the equipment repair logistics process. The terms and conditions of this Statement of Work (SOW) are an integral part of Motorola's Service Agreement or other applicable agreement to which it is attached and made a part thereof by this reference. 1.0 Description of Services Infrastructure components are repaired at a Motorola authorized Infrastructure Depot Operations (IDO). At Motorola’s discretion, select third party infrastructure may be sent to the original equipment manufacturer or third party vendor for repair. 1.1 Scope Repair authorizations are obtained by contacting the Solutions Support Center which is available 24 hours a day, 7 days a week. Repair authorizations can also be obtained online via Motorola Online at under Repair Status/Submit Infrastructure RA. Motorola Online: https://businessonline.motorolasolutions.com 1.2 Geographic Availability Infrastructure repair with advanced replacement is supported globally; geographic proximity and type of infrastructure will determine the repair facility. 1.3 Inclusions Infrastructure repair with advanced replacement is available on Motorola sold infrastructure including integrated 3rd party products. Motorola will make a “Commercially Reasonable Effort” to repair Motorola manufactured infrastructure products for seven (7) years after product cancellation. 1.4 Exclusions If infrastructure is no longer supported by Motorola, the original equipment manufacturer or a third party vendor, Motorola may return said equipment to the customer without repair or replacement. The following items are excluded from Infrastructure Repair with Advanced Replacement: 1.4.1 All Motorola infrastructure hardware over seven (7) years from product cancellation date. 1.4.2. All third party infrastructure hardware over three (3) years from product cancellation date. 1.4.3 All broadband infrastructure three (3) years from product cancellation date 1.4.4 Physically damaged infrastructure. 1.4.5 Third party equipment not shipped by Motorola. 28 272 Infrastructure Repair w/ Advanced Replacement, Statement of Work Version 1.8 Approved by Motorola Contracts and Compliance September 2013 © Motorola 2013 1.4.6 Consumable items including, but not limited to, batteries, connectors, cables, toner/ink cartridges, tower lighting, laptop computers, monitors, keyboards and mouse. 1.4.7 Video retrieval from digital in-car video equipment. 1.4.8 Infrastructure backhaul including but not limited to, antennas, antenna dehydrators, microwave1, line boosters, amplifier, data talker wireless transmitter, short haul modems and UPS.1 1.4.9 Test equipment. 1.4.10. Racks, furniture and cabinets. 1.4.11. Non-standard configurations, customer-modified infrastructure and certain third party infrastructure are excluded from advanced replacement service. 1.4.11. Firmware and/or software upgrades. 1 Excluded from service agreements but may be repaired on an above contract, time and material basis. All UPS Systems must be shipped to IDO for repair. Excludes batteries and any on-site services. 1.5 Motorola has the following responsibilities: 1.5.1 Enable customer access to the Motorola call center which is operational 24 hours a day, 7 days per week, to create requests for advanced replacement service. 1.5.2. Use commercially reasonable efforts to maintain FRU inventory on supported platforms. 1.5.3. Provide new or reconditioned FRU’s to the customer, upon request and subject to availability. The FRU will be of similar equipment and version, and will contain equivalent boards and chips, as the customer’s malfunctioning FRU. 1.5.4. Load firmware/software for equipment that requires programming. The software version information must be provided for the replacement FRU to be programmed accordingly. If the customer software version/configuration is not provided, shipping times will be delayed. 1.5.5 Package and ship Advance Exchange FRU from the FRU inventory to customer specified address. 1.5.5.1. During normal operating hours of Monday through Friday 7:00am to 7:00pm CST, excluding holidays, FRU will be shipped from Motorola as soon as possible dependent upon stock availability and configuration requested. Motorola will pay for the shipping to the customer, unless customer requests shipments outside of standard business hours and/or carrier programs, such as weekend or next flight out (NFO) shipment. In such cases, customer will be responsible for shipping and handling charges. 1.5.5.2. When sending the advanced replacement FRU to customer, provide a return air bill in order for customer to return the customer’s malfunctioning FRU. The customer’s malfunctioning FRU will become property of the Motorola repair depot or select third party and the customer will own the advanced replacement FRU. 1.5.5.3. When sending a loaner FRU to customer, Motorola will pay for outbound shipping charges. Inbound shipping to Motorola for repair is the responsibility of the customer. Motorola will repair and return the customer’s FRU and will provide a return air bill for the customer to return IDO’s loaner FRU. Refer to Appendix A for the loaner process and Appendix B for shipping charge detail. 1.5.6. Provide repair return authorization number upon customer request for Infrastructure that is not classified as an advanced replacement or loaner FRU. 29 273 Infrastructure Repair w/ Advanced Replacement, Statement of Work Version 1.8 Approved by Motorola Contracts and Compliance September 2013 © Motorola 2013 1.5.7. Provide a repair Return Authorization (RA) number so that the returned FRU can be repaired and returned to FRU stock. 1.5.8. Receive malfunctioning FRU from Customer, carry out repairs and testing and return it to the FRU stock 1.5.9. Receive malfunctioning infrastructure from customer and document its arrival , repair and return. 1.5.10. Perform the following service on Motorola infrastructure: 1.5.10.1. Perform an operational check on the infrastructure to determine the nature of the problem. 1.5.10.2. Replace malfunctioning Field Replacement Units (FRU) or components. 1.5.10.3. Verify that Motorola infrastructure is returned to Motorola manufactured specifications, as applicable 1.5.10.4. Perform a box unit test on all serviced infrastructure. 1.5.10.5. Perform a system test on select infrastructure. 1.5.11. Provide the following service on select third party infrastructure: 1.5.11.1. Perform pre-diagnostic and repair services to confirm infrastructure malfunction and eliminate sending infrastructure with no trouble found (NTF) to third party vendor for repair, when applicable. 1.5.11.2. Ship malfunctioning infrastructure components to the original equipment manufacturer or third party vendor for repair service, when applicable. 1.5.11.3. Track infrastructure sent to the original equipment manufacturer or third party vendor for service. 1.5.11.4. Perform a post-test after repair by Motorola, to confirm malfunctioning infrastructure has been repaired and functions properly in a Motorola system configuration, when applicable. 1.5.12. For loaner equipment, Motorola will ship repaired infrastructure to the customer specified address during normal operating hours of Monday through Friday 7:00am to 7:00pm CST, excluding holidays. FRU will be sent two-day air unless otherwise requested. Motorola will pay for such shipping, unless customer requests shipments outside of the above mentioned standard business hours and/or carrier programs, such as NFO (next flight out). In such cases, customer will be responsible for payment of shipping and handling charges. 1.6 The Customer has the following responsibilities: 1.6.1 Contact or instruct Servicer to contact the Motorola Solutions Support Center (SSC) and request a return authorization number prior to shipping malfunctioning infrastructure or third party infrastructure named in the applicable attached exhibit. 1.6.2 Provide model description, model number and serial number, type of system and firmware version, software options, symptom of problem and address of site id for FRU or infrastructure. 1.6.3 Indicate if FRU or third party FRU being sent in for service was subjected to physical damage or lightning damage. 30 274 Infrastructure Repair w/ Advanced Replacement, Statement of Work Version 1.8 Approved by Motorola Contracts and Compliance September 2013 © Motorola 2013 1.6.4 Follow Motorola instructions regarding inclusion or removal of firmware and software applications from infrastructure being sent in for service. 1.6.5 Provide customer purchase order number to secure payment for any costs described herein. 1.6.6. Pay for shipping of Advanced Replacement or Loaner FRU from Motorola repair depot if customer requested shipping outside of standard business hours or carrier programs set forth in section 1.5.5.1. See Appendix B for shipping charges. 1.6.7. Properly package and ship the malfunctioning FRU using the pre-paid air-bill that arrived with the advanced replacement FRU. Customer is responsible for properly packaging the malfunctioning infrastructure FRU to ensure that the shipped infrastructure arrives un-damaged and in repairable condition. Customer will be subject to a replacement fee for malfunctioning FRU’s not properly returned. 1.6.8. Within five (5) business days of receipt of the advanced replacement FRU from Motorola’s FRU inventory, properly package customer’s malfunctioning FRU and ship the malfunctioning Infrastructure to Motorola’s repair depot for evaluation and repair. Customer must send the return air bill back to the repair depot in order to ensure proper tracking of the returned infrastructure. Customer will be subject to a full replacement fee for FRU’s not returned within 5 business days. 1.6.9. For Infrastructure and/or third party infrastructure repairs that are not exchanged in advance, properly package Infrastructure and ship the malfunctioning FRU, at Customer’s expense and risk of loss to Motorola. 1.6.10. Clearly print the return authorization number on the outside of the packaging. 1.6.11. Maintain information of software/applications and firmware for re-loading of infrastructure. 1.6.12. Cooperate with Motorola and perform all acts that are reasonable or necessary to enable Motorola to provide the infrastructure repair services to customer. 31 275 Infrastructure Repair w/ Advanced Replacement, Statement of Work Version 1.8 Approved by Motorola Contracts and Compliance September 2013 © Motorola 2013 APPENDIX A Advanced Exchange or Loaner Decision Process 32 276 Infrastructure Repair w/ Advanced Replacement, Statement of Work Version 1.8 Approved by Motorola Contracts and Compliance September 2013 © Motorola 2013 APPENDIX B Shipping Charges *Motorola shipping carriers – FedEx and DHL 33 277 ASTRO Security Update Service Statement of Work Security Update Service Overview To verify compatibility with your ASTRO system, Motorola Solutions, Inc.’s (“Motorola”) Security Update Service (SUS) provides pre-tested 3rd party software (SW) security updates. This service was formerly called Pre-tested Software Subscription (PTSS). Additionally, SUS Platinum has been eliminated. The additional SUS Platinum features have been merged into this one SUS offering. This Statement of Work (“SOW”) is subject to the terms and conditions of Motorola’s Professional Services Agreement, Service Agreement or other applicable agreement in effect between the parties (“Agreement”). Motorola and Customer may be referred to herein individually as a “Party or together as “Parties.” 1.0 Description of Security Update Services Motorola shall maintain a dedicated vetting lab for each supported ASTRO release for the purpose of pre-testing security updates. In some cases, when appropriate, Motorola will make the updates available to outside vendors, allow them to test, and then incorporate those results into this offering. Depending on the specific ASTRO release and customer options, these may include updates to antivirus definitions, OEM vendor supported Windows Workstation and Server, Solaris and RedHat Linux (RHEL) operating system patches, VMware ESXi Hypervisor patches, Oracle database patches, PostgreSQL patches, and patches for other 3rd party Windows applications such as Adobe Acrobat and Flash. Motorola has no control over the schedule of releases. The schedule for the releases of updates is determined by the Original Equipment Manufacturers (OEMs), without consultation with Motorola. Antivirus definitions are released every week. Microsoft patches are released on a monthly basis. Motorola obtains and tests these updates as they are released. Other products have different schedules or are released “as-required.” Motorola will obtain and test these updates on a quarterly basis. SUS (Self- Installed) is the baseline offer. Sections describing the optional delivery methods and reboot support service are only applicable if purchased. Motorola Solutions, Inc. Confidential Proprietary © Motorola Solutions, Inc. 2017 34 278 ASTRO Security Update Service Statement of Work SUS Delivery Methods Patch Delivery Method Download Responsibility Installation Responsibility Reboot Support SUS (Self-Installed ) Customer Customer *Option Remote SUS *Option On-Site Delivery of SUS Included Packages for L & M Cores Packages SUS (Self Installed) RSUS On-Site Delivery of SUS Reboot Support Essential / + Optional Advanced / + Optional Optional Premier Optional Included SUS Once tested, Motorola will post the updates to a secured extranet website and send an email notification to the customer. If there are any recommended configuration changes, warnings, or workarounds, Motorola will provide detailed documentation along with the updates on the website.The customer will be responsible for the download and deployment of these updates to their ASTRO System. Motorola Solutions, Inc. Confidential Proprietary © Motorola Solutions, Inc. 2017 35 279 ASTRO Security Update Service Statement of Work Remote Delivery of SUS (RSUS) Remote Delivery of SUS. Motorola’s dedicated staff remotely installs the required security updates and operating system patches onto your radio network. Vulnerabilities from third party software are addressed as soon as the validation of recommended patches is completed. Motorola will also provide reports outlining updates made for your team’s review and awareness. Patch transfers are transparent to the end user. After the patches are transferred, a report is sent out to inform our customers which machines they will need to reboot the appropriate devices to enable the new patches and antivirus definitions. Reboot Support Delivery of SUS/RSUS This optional enhancement provides support for rebooting impacted servers and workstations after the patches have been downloaded/pushed and installed. Once installation is complete, Motorola will deploy trained technicians to reboot servers and workstations at the customer locations. ON-SITE Delivery of SUS For convenience, a trained technician will be contacted to provide the complete patching service. At the customer location, the technician will download patches, perform the required installation services and coordinate the rebooting of servers and dispatch ops. 2.0 Scope Security Update Service supports the currently shipping Motorola ASTRO System Release (SR) and strives to support 4 releases prior. Motorola reserves the right to adjust which releases are supported as business conditions dictate. Contact your Customer Service Manager for the latest supported releases. SUS is available for any L or M core system in a supported release. Systems that have non-standard configurations that have not been certified by Motorola Systems Integration and Testing (SIT) are specifically excluded from this Service unless otherwise agreed in writing by Motorola. Service does not include pre-tested intrusion detection system (IDS) updates for IDS solutions. Certain consoles, MOTOBRIDGE, MARVLIS, Symbol Equipment, AirDefense Equipment, AVL, and Radio Site Security products are also excluded. Motorola will determine, in its sole discretion, the third party software that is supported as a part of this offering. Antivirus updates - Antivirus updates are released weekly. The target release for these Motorola Solutions, Inc. Confidential Proprietary © Motorola Solutions, Inc. 2017 36 280 ASTRO Security Update Service Statement of Work updates is by close of business each Tuesday. While the release often occurs early, this is the time and date committed to by vetting. Windows - Updates are downloaded on Microsoft Patch Tuesday (2nd Tuesday of the month). Updates are incorporated, tested and vetted in the Windows Motopatch disk over the next few weeks. The target release is by the last day of the month. Windows 3rd Party updates - for Adobe Reader and Adobe Flash are included on the standard Motopatch for Windows disk and follow the Windows patching schedule. RHEL - Security updates are downloaded the last week of the first month of the quarter. Updates include any updates that are available at that time. We then prepare, test and vet the RHEL 5, and RHEL 6, Motopatch disks and target to release the disks by the last day of the quarter. VMware - Security updates are downloaded the last week of the first month of the quarter for ESXi. These updates are downloaded from HP directly. The updates are incorporated into the Motopatch for ESXi disk. We then prepare, test and vet the ESXi Motopatch and target to release the disk by the last day of the quarter. PostgreSQL* - Security updates are downloaded the last week of the first month of the quarter. Whatever updates that are available at that time are used. The disk is then prepared, tested and vetted. The Motopatch for PostgreSQL disk target release is by the last day of the quarter. *7.14 and later major releases McAfee Patch Updates - Security patches are downloaded from McAfee the last week of the first month of the quarter. Whatever updates that are available at that time are used. The disk is then prepared, tested and vetted. The Motopatch for McAfee disk target release is by the last day of the quarter. DOT HILL DAS Firmware disk - Security patches are downloaded from DOT HILL the last week of the first month of the quarter. Whatever updates that are available at that time are used. The disk is then prepared, tested and vetted. The disk target release is by the last day of the quarter. 3.0 Motorola has the following responsibilities: 3.1 Obtain relevant 3rd party security updates as made available and supported from the OEM’s. This includes antivirus definition, OEM vendor available/supported operating systems patches, VMWare patches, database patches, and selected other 3rd party patches.covered by SUS. Motorola does not control when these updates are released, but current release schedules are listed for reference: McAfee Antivirus definitions– Weekly Microsoft PC and Server OS patches – Monthly Motorola Solutions, Inc. Confidential Proprietary © Motorola Solutions, Inc. 2017 37 281 ASTRO Security Update Service Statement of Work Solaris, RHEL OS, VMware hypervisor patches – Quarterly Other 3rd party patches - Quarterly 3.2 Each assessment will consist of no less than 36 hours of examination time to evaluate the impact each update has on the system. 3.3 Testing of updates to verify whether they degrade or compromise system functionality on a dedicated ASTRO test system with standard supported configurations. 3.4 Address any issues identified during testing by working with Motorola selected commercial supplier and/or Motorola product development engineering team. If a solution for the identified issues cannot be found, the patch will not be posted on Motorola’s site. 3.5 Pre-test STIG recommended remediation when applicable. 3.6 Release all tested updates to Motorola’s secure extranet site. 3.7 Include documentation for installation, recommended configuration changes, and identified issues and remediation for each update release. 3.8 Include printable labels for customers who download the updates to CD’s. 3.9 Notify customer of update releases by email. 3.10 A supported SUS ASTRO release matrix will be kept on the extranet site for reference. 4.0 The Customer has the following responsibilities: 4.1 Provide Motorola with pre-defined information prior to contract start date necessary to complete a Customer Support Plan (CSP). 4.2 Submit changes in any information supplied in the Customer Support Plan (CSP) to the Customer Support Manager (CSM). 4.3 Provide means for accessing pre-tested files (Access to the extranet website). 4.4 Deploy pre-tested files to the customer system as instructed in the “Read Me” text provided. 4.5 Implement recommended remediation(s) on customer system, as determined necessary by customer. 4.6 Upgrade system to a supported system release as necessary to continue service. 4.7 Adhere closely to the System Support Center (SSC) troubleshooting guidelines provided upon system acquisition. A failure to follow SSC guidelines may cause the customer and Motorola unnecessary or overly burdensome remediation efforts. In such case, Motorola reserves the right to charge an additional service fee for the remediation effort. 4.8 Comply with the terms of the applicable license agreement between the customer Motorola Solutions, Inc. Confidential Proprietary © Motorola Solutions, Inc. 2017 38 282 ASTRO Security Update Service Statement of Work and the non-Motorola software copyright owner. 5.0 Disclaimer: Motorola disclaims any and all warranties with respect to pre-tested antivirus definitions, database security updates, hypervisor patches, operating system software patches, intrusion detection sensor signature files, or other 3rd party files, express or implied. Further, Motorola disclaims any warranty concerning the non-Motorola software and does not guarantee that customer’s system will be error-free or immune to security breaches as a result of these services. Motorola Solutions, Inc. Confidential Proprietary © Motorola Solutions, Inc. 2017 39 283 Preventive Maintenance © Motorola Solutions 2016 Annual Preventive Maintenance Statement of Work The terms and conditions of this Statement of Work (SOW) are an integral part of Motorola's Service Agreement or other applicable agreement to which it is attached and made a part thereof by this reference. Annual Preventative Maintenance will provide annual operational tests on the customer’s infrastructure equipment (Infrastructure or Fixed Network Equipment or “FNE”) to monitor the Infrastructure’s conformance to specifications. 1.1 Scope Annual Preventive Maintenance will be performed during standard business hours (unless otherwise agreed to in writing). If the system or Customer requirements dictate this service must occur outside of standard business hours, an additional quotation will be provided. Customer is responsible for any charges associated with unusual access requirements or expenses. 1.2 Inclusions Annual Preventive Maintenance service will be delivered on Motorola sold infrastructure including integrated 3rd party products. 1.3 Limitations and Exclusions Unless specifically called out, the following activities are outside the scope of the Annual Preventive Maintenance service, however, can be included as optional services that are available to Annual Preventive Maintenance customers at an additional cost: 1.3.1. Emergency on‐site visits required to resolve technical issues. 1.3.2. Third party support for equipment not sold by Motorola as part of the original system. 1.3.3. System installations, upgrades, and expansions. 1.3.4. Customer training. 1.3.5. Hardware repair and/or exchange. 1.3.6. Network security services. 1.3.7. Network transport. 1.3.8. Information Assurance. 1.3.9. Motorola services not included in this statement of work. 1.3.10. Any maintenance required as a result of a virus or unwanted intrusion is excluded if the system is not protected against these security threats by Motorola’s Pre‐tested Security Update Service when applicable. 1.3.11. Tower climbs, tower mapping analysis or tower structure analysis 1.4 Motorola has the following responsibilities: 1.4.1 Notify the customer of any planned system downtime needed to perform this Service. 1.4.2 Advise customer of issues that may require attention. 40 284 Preventive Maintenance © Motorola Solutions 2016 1.4.3 Maintain communication with the customer as needed until completion of the Annual Preventive Maintenance. 1.4.4 Determine, in its sole discretion, when a case requires more than the Annual Preventive Maintenance services described in this SOW and notify customer of an alternative course of action. 1.4.5 Provide customer with a report documenting system performance against expected parameters along with recommended actions. Time allotment for report completion TBD. 1.4.6 Provide trained and qualified personnel with proper security clearance required to complete Annual Preventive Maintenance service. 1.5 The Customer has the following responsibilities: 1.5.1 Provide preferred schedule for Annual Preventative Maintenance to Motorola. 1.5.2 Authorize and acknowledge any scheduled system downtime. 1.5.3 Maintain periodic backup of databases, software applications, and firmware. 1.5.4 Establish and maintain a suitable environment (heat, light, and power) for the equipment location and provide Motorola full, free, and safe access to the equipment so that Motorola may provide services. All sites shall be accessible by standard service vehicles. 1.5.5 Submit changes in any information supplied in the Customer Support Plan (CSP) to the Customer Support Manager (CSM). 1.5.6 Provide site escorts in a timely manner if required. 1.5.7 Provide Motorola with requirements necessary for access to secure facilities. 1.5.8 Obtain at Customer’s cost all third party consents or licenses required to enable Motorola to provide the Service. 1.6 The Servicer has the following responsibilities: 1.6.1 Perform the Preventive Maintenance tasks at the level of service the customer has purchased. 1.6.2 Perform the Site Performance Verification Procedures for each site type on the system. 1.6.3 Provide required diagnostic/test equipment necessary to perform the Preventive Maintenance service. 1.6.4 As applicable, use the Method of Procedure (MOPs) as defined for each task. 41 285 Boynton Beach Subscribers Qty Model Name Model Number Serial Number Model Type Support Status 1 APX6000 H98UCF9PW6AN 481CSH0930 Model 2.5 End Of Life 2 APX6000 H98UCF9PW6AN 481CSH0931 Model 2.5 End Of Life 3 APX6000 H98UCF9PW6AN 481CSH0932 Model 2.5 End Of Life 4 APX6000 H98UCF9PW6AN 481CSH0933 Model 2.5 End Of Life 5 APX6000 H98UCF9PW6AN 481CSH0934 Model 2.5 End Of Life 6 APX6000 H98UCF9PW6AN 481CSH0935 Model 2.5 End Of Life 7 APX6000 H98UCF9PW6AN 481CSH0936 Model 2.5 End Of Life 8 APX6000 H98UCF9PW6AN 481CSH0937 Model 2.5 End Of Life 9 APX6000 H98UCF9PW6AN 481CSH0938 Model 2.5 End Of Life 10 APX6000 H98UCF9PW6AN 481CSH0939 Model 2.5 End Of Life 11 APX6000 H98UCF9PW6AN 481CSH0940 Model 2.5 End Of Life 12 APX6000 H98UCF9PW6AN 481CSH0941 Model 2.5 End Of Life 13 APX6000 H98UCF9PW6AN 481CSH0942 Model 2.5 End Of Life 14 APX6000 H98UCF9PW6AN 481CSH0943 Model 2.5 End Of Life 15 APX6000 H98UCF9PW6AN 481CSH0944 Model 2.5 End Of Life 16 APX6000 H98UCF9PW6AN 481CSH0945 Model 2.5 End Of Life 17 APX6000 H98UCF9PW6AN 481CSH0946 Model 2.5 End Of Life 18 APX6000 H98UCF9PW6AN 481CSH0947 Model 2.5 End Of Life 19 APX6000 H98UCF9PW6AN 481CSH0948 Model 2.5 End Of Life 20 APX6000 H98UCF9PW6AN 481CSH0949 Model 2.5 End Of Life 21 APX6000 H98UCF9PW6AN 481CSH0950 Model 2.5 End Of Life 22 APX6000 H98UCF9PW6AN 481CSH0951 Model 2.5 End Of Life 23 APX6000 H98UCF9PW6AN 481CSH0952 Model 2.5 End Of Life 24 APX6000 H98UCF9PW6AN 481CSH0953 Model 2.5 End Of Life 25 APX6000 H98UCF9PW6AN 481CSH0954 Model 2.5 End Of Life 26 APX6000 H98UCF9PW6AN 481CSH0955 Model 2.5 End Of Life 27 APX6000 H98UCF9PW6AN 481CSH0956 Model 2.5 End Of Life 28 APX6000 H98UCF9PW6AN 481CSH0957 Model 2.5 End Of Life 29 APX6000 H98UCF9PW6AN 481CSH0958 Model 2.5 End Of Life 30 APX6000 H98UCF9PW6AN 481CSH0959 Model 2.5 End Of Life 31 APX6000 H98UCF9PW6AN 481CSH0960 Model 2.5 End Of Life 32 APX6000 H98UCF9PW6AN 481CSH0961 Model 2.5 End Of Life 33 APX6000 H98UCF9PW6AN 481CSH0962 Model 2.5 End Of Life 34 APX6000 H98UCF9PW6AN 481CSH0963 Model 2.5 End Of Life 35 APX6000 H98UCF9PW6AN 481CSH0964 Model 2.5 End Of Life 36 APX6000 H98UCF9PW6AN 481CSH0965 Model 2.5 End Of Life 37 APX6000 H98UCF9PW6AN 481CSH0966 Model 2.5 End Of Life 38 APX6000 H98UCF9PW6AN 481CSH0967 Model 2.5 End Of Life 39 APX6000 H98UCF9PW6AN 481CSH0968 Model 2.5 End Of Life 40 APX6000 H98UCF9PW6AN 481CSH0969 Model 2.5 End Of Life 41 APX6000 H98UCF9PW6AN 481CSH0970 Model 2.5 End Of Life 42 APX6000 H98UCF9PW6AN 481CSH0971 Model 2.5 End Of Life 42 286 43 APX6000 H98UCF9PW6AN 481CSH0972 Model 2.5 End Of Life 44 APX6000 H98UCF9PW6AN 481CSH0973 Model 2.5 End Of Life 45 APX6000 H98UCF9PW6AN 481CSH0974 Model 2.5 End Of Life 46 APX6000 H98UCF9PW6AN 481CSH0975 Model 2.5 End Of Life 47 APX6000 H98UCF9PW6AN 481CSH0976 Model 2.5 End Of Life 48 APX6000 H98UCF9PW6AN 481CSH0977 Model 2.5 End Of Life 49 APX6000 H98UCF9PW6AN 481CSH0978 Model 2.5 End Of Life 50 APX6000 H98UCF9PW6AN 481CSH0979 Model 2.5 End Of Life 51 APX6000 H98UCF9PW6AN 481CSH0980 Model 2.5 End Of Life 52 APX6000 H98UCF9PW6AN 481CSH0981 Model 2.5 End Of Life 53 APX6000 H98UCF9PW6AN 481CSH0982 Model 2.5 End Of Life 54 APX6000 H98UCF9PW6AN 481CSH0983 Model 2.5 End Of Life 55 APX6000 H98UCF9PW6AN 481CSH0984 Model 2.5 End Of Life 56 APX6000 H98UCF9PW6AN 481CSH0985 Model 2.5 End Of Life 57 APX6000 H98UCF9PW6AN 481CSH0986 Model 2.5 End Of Life 58 APX6000 H98UCF9PW6AN 481CSH0987 Model 2.5 End Of Life 59 APX6000 H98UCF9PW6AN 481CSH0988 Model 2.5 End Of Life 60 APX6000 H98UCF9PW6AN 481CSH0989 Model 2.5 End Of Life 61 APX6000 H98UCF9PW6AN 481CSH0990 Model 2.5 End Of Life 62 APX6000 H98UCF9PW6AN 481CSH0991 Model 2.5 End Of Life 63 APX6000 H98UCF9PW6AN 481CSH0992 Model 2.5 End Of Life 64 APX6000 H98UCF9PW6AN 481CSH0993 Model 2.5 End Of Life 65 APX6000 H98UCF9PW6AN 481CSH0994 Model 2.5 End Of Life 66 APX6000 H98UCF9PW6AN 481CSH0995 Model 2.5 End Of Life 67 APX6000 H98UCF9PW6AN 481CSH0996 Model 2.5 End Of Life 68 APX6000 H98UCF9PW6AN 481CSH0997 Model 2.5 End Of Life 69 APX6000 H98UCF9PW6AN 481CSH0998 Model 2.5 End Of Life 70 APX6000 H98UCF9PW6AN 481CSH0999 Model 2.5 End Of Life 71 APX6000 H98UCF9PW6AN 481CSH1000 Model 2.5 End Of Life 72 APX6000 H98UCF9PW6AN 481CSH1001 Model 2.5 End Of Life 73 APX6000 H98UCF9PW6AN 481CSH1002 Model 2.5 End Of Life 74 APX6000 H98UCF9PW6AN 481CSH1003 Model 2.5 End Of Life 75 APX6000 H98UCF9PW6AN 481CSH1004 Model 2.5 End Of Life 76 APX6000 H98UCF9PW6AN 481CSH1005 Model 2.5 End Of Life 77 APX6000 H98UCF9PW6AN 481CSH1006 Model 2.5 End Of Life 78 APX6000 H98UCF9PW6AN 481CSH1007 Model 2.5 End Of Life 79 APX6000 H98UCF9PW6AN 481CSH1008 Model 2.5 End Of Life 80 APX6000 H98UCF9PW6AN 481CSH1009 Model 2.5 End Of Life 81 APX6000 H98UCF9PW6AN 481CSH1010 Model 2.5 End Of Life 82 APX6000 H98UCF9PW6AN 481CSH1011 Model 2.5 End Of Life 83 APX6000 H98UCF9PW6AN 481CSH1012 Model 2.5 End Of Life 84 APX6000 H98UCF9PW6AN 481CSH1013 Model 2.5 End Of Life 85 APX6000 H98UCF9PW6AN 481CSH1014 Model 2.5 End Of Life 86 APX6000 H98UCF9PW6AN 481CSH1015 Model 2.5 End Of Life 87 APX6000 H98UCF9PW6AN 481CSH1016 Model 2.5 End Of Life 88 APX6000 H98UCF9PW6AN 481CSH1017 Model 2.5 End Of Life 89 APX6000 H98UCF9PW6AN 481CSH1018 Model 2.5 End Of Life 43 287 90 APX6000 H98UCF9PW6AN 481CSH1019 Model 2.5 End Of Life 91 APX6000 H98UCF9PW6AN 481CSH1020 Model 2.5 End Of Life 92 APX6000 H98UCF9PW6AN 481CSH1021 Model 2.5 End Of Life 93 APX6000 H98UCF9PW6AN 481CSH1022 Model 2.5 End Of Life 94 APX6000 H98UCF9PW6AN 481CSH1023 Model 2.5 End Of Life 95 APX6000 H98UCF9PW6AN 481CSH1024 Model 2.5 End Of Life 96 APX6000 H98UCF9PW6AN 481CSH1025 Model 2.5 End Of Life 97 APX6000 H98UCF9PW6AN 481CSH1026 Model 2.5 End Of Life 98 APX6000 H98UCF9PW6AN 481CSH1027 Model 2.5 End Of Life 99 APX6000 H98UCF9PW6AN 481CSH1028 Model 2.5 End Of Life 100 APX6000 H98UCF9PW6AN 481CSH1029 Model 2.5 End Of Life 101 APX6000 H98UCF9PW6AN 481CSH1030 Model 2.5 End Of Life 102 APX6000 H98UCF9PW6AN 481CSH1031 Model 2.5 End Of Life 103 APX6000 H98UCF9PW6AN 481CSH1032 Model 2.5 End Of Life 104 APX6000 H98UCF9PW6AN 481CSH1033 Model 2.5 End Of Life 105 APX6000 H98UCF9PW6AN 481CSH1034 Model 2.5 End Of Life 106 APX6000 H98UCF9PW6AN 481CSH1035 Model 2.5 End Of Life 107 APX6000 H98UCF9PW6AN 481CSH1036 Model 2.5 End Of Life 108 APX6000 H98UCF9PW6AN 481CSH1037 Model 2.5 End Of Life 109 APX6000 H98UCF9PW6AN 481CSH1038 Model 2.5 End Of Life 110 APX6000 H98UCF9PW6AN 481CSH1039 Model 2.5 End Of Life 111 APX6000 H98UCF9PW6AN 481CSH1040 Model 2.5 End Of Life 112 APX6000 H98UCF9PW6AN 481CSH1041 Model 2.5 End Of Life 113 APX6000 H98UCF9PW6AN 481CSH1042 Model 2.5 End Of Life 114 APX6000 H98UCF9PW6AN 481CSH1043 Model 2.5 End Of Life 115 APX6000 H98UCF9PW6AN 481CSH1044 Model 2.5 End Of Life 116 APX6000 H98UCF9PW6AN 481CSH1045 Model 2.5 End Of Life 117 APX6000 H98UCF9PW6AN 481CSH1046 Model 2.5 End Of Life 118 APX6000 H98UCF9PW6AN 481CSH1047 Model 2.5 End Of Life 119 APX6000 H98UCF9PW6AN 481CSH1048 Model 2.5 End Of Life 120 APX6000 H98UCF9PW6AN 481CSH1049 Model 2.5 End Of Life 121 APX6000 H98UCF9PW6AN 481CSH1050 Model 2.5 End Of Life 122 APX6000 H98UCF9PW6AN 481CSH1051 Model 2.5 End Of Life 123 APX6000 H98UCF9PW6AN 481CSH1052 Model 2.5 End Of Life 124 APX6000 H98UCF9PW6AN 481CSH1053 Model 2.5 End Of Life 125 APX6000 H98UCF9PW6AN 481CSH1054 Model 2.5 End Of Life 126 APX6000 H98UCF9PW6AN 481CSH1055 Model 2.5 End Of Life 127 APX6000 H98UCF9PW6AN 481CSH1056 Model 2.5 End Of Life 128 APX6000 H98UCF9PW6AN 481CSH1057 Model 2.5 End Of Life 129 APX6000 H98UCF9PW6AN 481CSH1058 Model 2.5 End Of Life 130 APX6000 H98UCF9PW6AN 481CSH1059 Model 2.5 End Of Life 131 APX6000 H98UCF9PW6AN 481CSH1060 Model 2.5 End Of Life 132 APX6000 H98UCF9PW6AN 481CSH1061 Model 2.5 End Of Life 133 APX6000 H98UCF9PW6AN 481CSH1062 Model 2.5 End Of Life 134 APX6000 H98UCF9PW6AN 481CSH1063 Model 2.5 End Of Life 135 APX6000 H98UCF9PW6AN 481CSH1064 Model 2.5 End Of Life 136 APX6000 H98UCF9PW6AN 481CSH1065 Model 2.5 End Of Life 44 288 137 APX6000 H98UCF9PW6AN 481CSH1066 Model 2.5 End Of Life 138 APX6000 H98UCF9PW6AN 481CSH1067 Model 2.5 End Of Life 139 APX6000 H98UCF9PW6AN 481CSH1068 Model 2.5 End Of Life 140 APX6000 H98UCF9PW6AN 481CSH1069 Model 2.5 End Of Life 141 APX6000 H98UCF9PW6AN 481CSH1070 Model 2.5 End Of Life 142 APX6000 H98UCF9PW6AN 481CSH1071 Model 2.5 End Of Life 143 APX6000 H98UCF9PW6AN 481CSH1072 Model 2.5 End Of Life 144 APX6000 H98UCF9PW6AN 481CSH1073 Model 2.5 End Of Life 145 APX6000 H98UCF9PW6AN 481CSH1074 Model 2.5 End Of Life 146 APX6000 H98UCF9PW6AN 481CSH1075 Model 2.5 End Of Life 147 APX6000 H98UCF9PW6AN 481CSH1076 Model 2.5 End Of Life 148 APX6000 H98UCF9PW6AN 481CSH1077 Model 2.5 End Of Life 149 APX6000 H98UCF9PW6AN 481CSH1078 Model 2.5 End Of Life 150 APX6000 H98UCF9PW6AN 481CSH1079 Model 2.5 End Of Life 151 APX6000 H98UCF9PW6AN 481CSH1080 Model 2.5 End Of Life 152 APX6000 H98UCF9PW6AN 481CSH1081 Model 2.5 End Of Life 153 APX6000 H98UCF9PW6AN 481CSH1082 Model 2.5 End Of Life 154 APX6000 H98UCF9PW6AN 481CSH1083 Model 2.5 End Of Life 155 APX6000 H98UCF9PW6AN 481CSH1084 Model 2.5 End Of Life 156 APX6000 H98UCF9PW6AN 481CSH1085 Model 2.5 End Of Life 157 APX6000 H98UCF9PW6AN 481CSH1086 Model 2.5 End Of Life 158 APX6000 H98UCF9PW6AN 481CSH1087 Model 2.5 End Of Life 159 APX6000 H98UCF9PW6AN 481CSH1088 Model 2.5 End Of Life 160 APX6000 H98UCF9PW6AN 481CSH1089 Model 2.5 End Of Life 161 APX6000 H98UCF9PW6AN 481CSH1090 Model 2.5 End Of Life 162 APX6000 H98UCF9PW6AN 481CSH1091 Model 2.5 End Of Life 163 APX6000 H98UCF9PW6AN 481CSH1092 Model 2.5 End Of Life 164 APX6000 H98UCF9PW6AN 481CSH1093 Model 2.5 End Of Life 165 APX6000 H98UCF9PW6AN 481CSH1094 Model 2.5 End Of Life 166 APX6000 H98UCF9PW6AN 481CSH1095 Model 2.5 End Of Life 167 APX6000 H98UCF9PW6AN 481CSH1096 Model 2.5 End Of Life 168 APX6000 H98UCF9PW6AN 481CSH1097 Model 2.5 End Of Life 169 APX6000 H98UCF9PW6AN 481CSH1098 Model 2.5 End Of Life 170 APX6000 H98UCF9PW6AN 481CSH1099 Model 2.5 End Of Life 171 APX6000 H98UCF9PW6AN 481CSH1100 Model 2.5 End Of Life 172 APX6000 H98UCF9PW6AN 481CSH1101 Model 2.5 End Of Life 173 APX6000 H98UCF9PW6AN 481CSH1102 Model 2.5 End Of Life 174 APX6000 H98UCF9PW6AN 481CSH1103 Model 2.5 End Of Life 175 APX6000 H98UCF9PW6AN 481CSH1104 Model 2.5 End Of Life 176 APX6000 H98UCF9PW6AN 481CSH1105 Model 2.5 End Of Life 177 APX6000 H98UCF9PW6AN 481CSH1106 Model 2.5 End Of Life 178 APX6000 H98UCF9PW6AN 481CSH1107 Model 2.5 End Of Life 179 APX6000 H98UCF9PW6AN 481CSH1108 Model 2.5 End Of Life 180 APX6000 H98UCF9PW6AN 481CSH1109 Model 2.5 End Of Life 181 APX6000 H98UCF9PW6AN 481CSH1110 Model 2.5 End Of Life 182 APX6000 H98UCF9PW6AN 481CSH1111 Model 2.5 End Of Life 183 APX6000 H98UCF9PW6AN 481CSH1112 Model 2.5 End Of Life 45 289 184 APX6000 H98UCF9PW6AN 481CSH1113 Model 2.5 End Of Life 185 APX6000 H98UCF9PW6AN 481CSH1114 Model 2.5 End Of Life 186 APX6000 H98UCF9PW6AN 481CSH1115 Model 2.5 End Of Life 187 APX6000 H98UCF9PW6AN 481CSH1116 Model 2.5 End Of Life 188 APX6000 H98UCF9PW6AN 481CSH1117 Model 2.5 End Of Life 189 APX6000 H98UCF9PW6AN 481CSH1118 Model 2.5 End Of Life 190 APX6000 H98UCF9PW6AN 481CSH1119 Model 2.5 End Of Life 191 APX6000 H98UCF9PW6AN 481CSH1120 Model 2.5 End Of Life 192 APX6000 H98UCF9PW6AN 481CSH1121 Model 2.5 End Of Life 193 APX6000 H98UCF9PW6AN 481CSH1122 Model 2.5 End Of Life 194 APX6000 H98UCF9PW6AN 481CSH1123 Model 2.5 End Of Life 195 APX6000 H98UCF9PW6AN 481CSH1124 Model 2.5 End Of Life 196 APX6000 H98UCF9PW6AN 481CSH1125 Model 2.5 End Of Life 197 APX6000 H98UCF9PW6AN 481CSH1126 Model 2.5 End Of Life 198 APX6000 H98UCF9PW6AN 481CSH1127 Model 2.5 End Of Life 199 APX6000 H98UCF9PW6AN 481CSH1128 Model 2.5 End Of Life 200 APX6000 H98UCF9PW6AN 481CSH1129 Model 2.5 End Of Life 201 APX6000 H98UCF9PW6AN 481CSH1130 Model 2.5 End Of Life 202 APX6000 H98UCF9PW6AN 481CSH1131 Model 2.5 End Of Life 203 APX6000 H98UCF9PW6AN 481CSH1132 Model 2.5 End Of Life 204 APX6000 H98UCF9PW6AN 481CSH1133 Model 2.5 End Of Life 205 APX6000 H98UCF9PW6AN 481CSH1134 Model 2.5 End Of Life 206 APX6000 H98UCF9PW6AN 481CSH1135 Model 2.5 End Of Life 207 APX6000 H98UCF9PW6AN 481CSH1136 Model 2.5 End Of Life 208 APX6000 H98UCF9PW6AN 481CSH1137 Model 2.5 End Of Life 209 APX6000 H98UCF9PW6AN 481CSH1138 Model 2.5 End Of Life 210 APX6000 H98UCF9PW6AN 481CSH1139 Model 2.5 End Of Life 211 APX6000 H98UCF9PW6AN 481CSH1140 Model 2.5 End Of Life 212 APX6000 H98UCF9PW6AN 481CSH1141 Model 2.5 End Of Life 213 APX6000 H98UCF9PW6AN 481CSH1142 Model 2.5 End Of Life 214 APX6000 H98UCF9PW6AN 481CSH1143 Model 2.5 End Of Life 215 APX6000 H98UCF9PW6AN 481CSH1144 Model 2.5 End Of Life 216 APX6000 H98UCF9PW6AN 481CSH1145 Model 2.5 End Of Life 217 APX6000 H98UCF9PW6AN 481CSH1146 Model 2.5 End Of Life 218 APX6000 H98UCF9PW6AN 481CSH1147 Model 2.5 End Of Life 219 APX6000 H98UCF9PW6AN 481CSH1148 Model 2.5 End Of Life 220 APX6000 H98UCF9PW6AN 481CSH1149 Model 2.5 End Of Life 221 APX6000 H98UCF9PW6AN 481CSH1150 Model 2.5 End Of Life 222 APX6000 H98UCF9PW6AN 481CSH1151 Model 2.5 End Of Life 223 APX6000 H98UCF9PW6AN 481CSH1152 Model 2.5 End Of Life 224 APX6000 H98UCF9PW6AN 481CSH1153 Model 2.5 End Of Life 225 APX6000 H98UCF9PW6AN 481CSH1154 Model 2.5 End Of Life 226 APX6000 H98UCF9PW6AN 481CSH1155 Model 2.5 End Of Life 227 APX6000 H98UCF9PW6AN 481CSH1156 Model 2.5 End Of Life 1 APX6000 H98UCD9PW5AN 756CSF0290 Model 1.5 End Of Life 2 APX6000 H98UCD9PW5AN 756CSF0291 Model 1.5 End Of Life 46 290 3 APX6000 H98UCD9PW5AN 756CSF0292 Model 1.5 End Of Life 4 APX6000 H98UCD9PW5AN 756CSF0293 Model 1.5 End Of Life 5 APX6000 H98UCD9PW5AN 756CSF0294 Model 1.5 End Of Life 6 APX6000 H98UCD9PW5AN 756CSF0295 Model 1.5 End Of Life 7 APX6000 H98UCD9PW5AN 756CSF0296 Model 1.5 End Of Life 8 APX6000 H98UCD9PW5AN 756CSF0297 Model 1.5 End Of Life 9 APX6000 H98UCD9PW5AN 756CSF0298 Model 1.5 End Of Life 10 APX6000 H98UCD9PW5AN 756CSF0299 Model 1.5 End Of Life 11 APX6000 H98UCD9PW5AN 756CSF0300 Model 1.5 End Of Life 12 APX6000 H98UCD9PW5AN 756CSF0301 Model 1.5 End Of Life 13 APX6000 H98UCD9PW5AN 756CSF0302 Model 1.5 End Of Life 14 APX6000 H98UCD9PW5AN 756CSF0303 Model 1.5 End Of Life 15 APX6000 H98UCD9PW5AN 756CSF0304 Model 1.5 End Of Life 16 APX6000 H98UCD9PW5AN 756CSF0305 Model 1.5 End Of Life 17 APX6000 H98UCD9PW5AN 756CSF0306 Model 1.5 End Of Life 18 APX6000 H98UCD9PW5AN 756CSF0307 Model 1.5 End Of Life 19 APX6000 H98UCD9PW5AN 756CSF0308 Model 1.5 End Of Life 20 APX6000 H98UCD9PW5AN 756CSF0309 Model 1.5 End Of Life 21 APX6000 H98UCD9PW5AN 756CSF0310 Model 1.5 End Of Life 22 APX6000 H98UCD9PW5AN 756CSF0311 Model 1.5 End Of Life 23 APX6000 H98UCD9PW5AN 756CSF0312 Model 1.5 End Of Life 24 APX6000 H98UCD9PW5AN 756CSF0313 Model 1.5 End Of Life 25 APX6000 H98UCD9PW5AN 756CSF0314 Model 1.5 End Of Life 26 APX6000 H98UCD9PW5AN 756CSF0315 Model 1.5 End Of Life 27 APX6000 H98UCD9PW5AN 756CSF0316 Model 1.5 End Of Life 28 APX6000 H98UCD9PW5AN 756CSF0317 Model 1.5 End Of Life 29 APX6000 H98UCD9PW5AN 756CSF0318 Model 1.5 End Of Life 30 APX6000 H98UCD9PW5AN 756CSF0319 Model 1.5 End Of Life 31 APX6000 H98UCD9PW5AN 756CSF0320 Model 1.5 End Of Life 32 APX6000 H98UCD9PW5AN 756CSF0321 Model 1.5 End Of Life 33 APX6000 H98UCD9PW5AN 756CSF0322 Model 1.5 End Of Life 34 APX6000 H98UCD9PW5AN 756CSF0323 Model 1.5 End Of Life 35 APX6000 H98UCD9PW5AN 756CSF0324 Model 1.5 End Of Life 36 APX6000 H98UCD9PW5AN 756CSF0325 Model 1.5 End Of Life 37 APX6000 H98UCD9PW5AN 756CSF0326 Model 1.5 End Of Life 38 APX6000 H98UCD9PW5AN 756CSF0327 Model 1.5 End Of Life 39 APX6000 H98UCD9PW5AN 756CSF0328 Model 1.5 End Of Life 40 APX6000 H98UCD9PW5AN 756CSF0329 Model 1.5 End Of Life 41 APX6000 H98UCD9PW5AN 756CSF0330 Model 1.5 End Of Life 42 APX6000 H98UCD9PW5AN 756CSF0331 Model 1.5 End Of Life 43 APX6000 H98UCD9PW5AN 756CSF0332 Model 1.5 End Of Life 44 APX6000 H98UCD9PW5AN 756CSF0333 Model 1.5 End Of Life 45 APX6000 H98UCD9PW5AN 756CSF0334 Model 1.5 End Of Life 46 APX6000 H98UCD9PW5AN 756CSF0335 Model 1.5 End Of Life 47 APX6000 H98UCD9PW5AN 756CSF0336 Model 1.5 End Of Life 48 APX6000 H98UCD9PW5AN 756CSF0337 Model 1.5 End Of Life 49 APX6000 H98UCD9PW5AN 756CSF0338 Model 1.5 End Of Life 47 291 50 APX6000 H98UCD9PW5AN 756CSF0339 Model 1.5 End Of Life 51 APX6000 H98UCD9PW5AN 756CSF0340 Model 1.5 End Of Life 52 APX6000 H98UCD9PW5AN 756CSF0341 Model 1.5 End Of Life 53 APX6000 H98UCD9PW5AN 756CSF0342 Model 1.5 End Of Life 54 APX6000 H98UCD9PW5AN 756CSF0343 Model 1.5 End Of Life 55 APX6000 H98UCD9PW5AN 756CSF0344 Model 1.5 End Of Life 56 APX6000 H98UCD9PW5AN 756CSF0345 Model 1.5 End Of Life 57 APX6000 H98UCD9PW5AN 756CSF0346 Model 1.5 End Of Life 58 APX6000 H98UCD9PW5AN 756CSF0347 Model 1.5 End Of Life 59 APX6000 H98UCD9PW5AN 756CSF0348 Model 1.5 End Of Life 60 APX6000 H98UCD9PW5AN 756CSF0349 Model 1.5 End Of Life 61 APX6000 H98UCD9PW5AN 756CSF0350 Model 1.5 End Of Life 62 APX6000 H98UCD9PW5AN 756CSF0351 Model 1.5 End Of Life 63 APX6000 H98UCD9PW5AN 756CSF0352 Model 1.5 End Of Life 64 APX6000 H98UCD9PW5AN 481CSF3837 Model 1.5 End Of Life 65 APX6000 H98UCD9PW5AN 481CSF3838 Model 1.5 End Of Life 66 APX6000 H98UCD9PW5AN 481CSF3839 Model 1.5 End Of Life 67 APX6000 H98UCD9PW5AN 481CSF3840 Model 1.5 End Of Life 68 APX6000 H98UCD9PW5AN 481CSF3841 Model 1.5 End Of Life 69 APX6000 H98UCD9PW5AN 481CSF3842 Model 1.5 End Of Life 70 APX6000 H98UCD9PW5AN 481CSF3843 Model 1.5 End Of Life 71 APX6000 H98UCD9PW5AN 481CSF3844 Model 1.5 End Of Life 72 APX6000 H98UCD9PW5AN 481CSF3845 Model 1.5 End Of Life 73 APX6000 H98UCD9PW5AN 481CSF3846 Model 1.5 End Of Life 74 APX6000 H98UCD9PW5AN 481CSF3847 Model 1.5 End Of Life 75 APX6000 H98UCD9PW5AN 481CSF3848 Model 1.5 End Of Life 76 APX6000 H98UCD9PW5AN 481CSF3849 Model 1.5 End Of Life 77 APX6000 H98UCD9PW5AN 481CSF3850 Model 1.5 End Of Life 78 APX6000 H98UCD9PW5AN 481CSF3851 Model 1.5 End Of Life 79 APX6000 H98UCD9PW5AN 481CSF3852 Model 1.5 End Of Life 80 APX6000 H98UCD9PW5AN 481CSF3853 Model 1.5 End Of Life 81 APX6000 H98UCD9PW5AN 481CSF3854 Model 1.5 End Of Life 82 APX6000 H98UCD9PW5AN 481CSF3855 Model 1.5 End Of Life 83 APX6000 H98UCD9PW5AN 481CSF3856 Model 1.5 End Of Life 84 APX6000 H98UCD9PW5AN 481CSF3857 Model 1.5 End Of Life 85 APX6000 H98UCD9PW5AN 481CSF3858 Model 1.5 End Of Life 1 APX4000 H51UCF9PW6AN 426CSF2014 Model 2End Of Life 2 APX4000 H51UCF9PW6AN 426CSF2015 Model 2End Of Life 3 APX4000 H51UCF9PW6AN 426CSF2016 Model 2End Of Life 4 APX4000 H51UCF9PW6AN 426CSF2017 Model 2End Of Life 5 APX4000 H51UCF9PW6AN 426CSF2018 Model 2End Of Life 6 APX4000 H51UCF9PW6AN 426CSF2019 Model 2End Of Life 7 APX4000 H51UCF9PW6AN 426CSF2020 Model 2End Of Life 8 APX4000 H51UCF9PW6AN 426CSF2021 Model 2End Of Life 9 APX4000 H51UCF9PW6AN 426CSF2022 Model 2End Of Life 10 APX4000 H51UCF9PW6AN 426CSF2023 Model 2End Of Life 48 292 11 APX4000 H51UCF9PW6AN 426CSF2024 Model 2End Of Life 12 APX4000 H51UCF9PW6AN 426CSF2025 Model 2End Of Life 13 APX4000 H51UCF9PW6AN 426CSF2026 Model 2End Of Life 14 APX4000 H51UCF9PW6AN 426CSF2027 Model 2End Of Life 15 APX4000 H51UCF9PW6AN 426CSF2028 Model 2End Of Life 16 APX4000 H51UCF9PW6AN 426CSF2029 Model 2End Of Life 17 APX4000 H51UCF9PW6AN 426CSF2030 Model 2End Of Life 18 APX4000 H51UCF9PW6AN 426CSF2031 Model 2End Of Life 19 APX4000 H51UCF9PW6AN 426CSF2032 Model 2End Of Life 1 APX6500 M25URS9PW1AN 527CRH0812 Mid Power End Of Life 2 APX6500 M25URS9PW1AN 527CRH0813 Mid Power End Of Life 3 APX6500 M25URS9PW1AN 527CQK2029 Mid Power End Of Life 4 APX6500 M25URS9PW1AN 527CRR1426 Mid Power End Of Life 5 APX6500 M25URS9PW1AN 527CSF2257 Mid Power End Of Life 6 APX6500 M25URS9PW1AN 527CSF2258 Mid Power End Of Life 7 APX6500 M25URS9PW1AN 527CSF2259 Mid Power End Of Life 8 APX6500 M25URS9PW1AN 527CSF2260 Mid Power End Of Life 9 APX6500 M25URS9PW1AN 527CSF2261 Mid Power End Of Life 10 APX6500 M25URS9PW1AN 527CSF2262 Mid Power End Of Life 11 APX6500 M25URS9PW1AN 527CSF2263 Mid Power End Of Life 12 APX6500 M25URS9PW1AN 527CSF2264 Mid Power End Of Life 13 APX6500 M25URS9PW1AN 527CSF2265 Mid Power End Of Life 14 APX6500 M25URS9PW1AN 527CSF2266 Mid Power End Of Life 15 APX6500 M25URS9PW1AN 527CSF2267 Mid Power End Of Life 16 APX6500 M25URS9PW1AN 527CSF2268 Mid Power End Of Life 17 APX6500 M25URS9PW1AN 527CSF2269 Mid Power End Of Life 18 APX6500 M25URS9PW1AN 527CSF2270 Mid Power End Of Life 19 APX6500 M25URS9PW1AN 527CSF2271 Mid Power End Of Life 20 APX6500 M25URS9PW1AN 527CSF2272 Mid Power End Of Life 21 APX6500 M25URS9PW1AN 527CSF2273 Mid Power End Of Life 22 APX6500 M25URS9PW1AN 527CSF2274 Mid Power End Of Life 23 APX6500 M25URS9PW1AN 527CSF2275 Mid Power End Of Life 24 APX6500 M25URS9PW1AN 527CSF2276 Mid Power End Of Life 25 APX6500 M25URS9PW1AN 527CSF2317 Mid Power End Of Life 26 APX6500 M25URS9PW1AN 527CFS2318 Mid Power End Of Life 27 APX6500 M25URS9PW1AN 527CFS2319 Mid Power End Of Life 28 APX6500 M25URS9PW1AN 527CSF2320 Mid Power End Of Life 29 APX6500 M25URS9PW1AN 527CSF2321 Mid Power End Of Life 30 APX6500 M25URS9PW1AN 527CSF2322 Mid Power End Of Life 31 APX6500 M25URS9PW1AN 527CSF2323 Mid Power End Of Life 32 APX6500 M25URS9PW1AN 527CSF2324 Mid Power End Of Life 33 APX6500 M25URS9PW1AN 527CSF2325 Mid Power End Of Life 34 APX6500 M25URS9PW1AN 527CSF2326 Mid Power End Of Life 35 APX6500 M25URS9PW1AN 527CSF2327 Mid Power End Of Life 36 APX6500 M25URS9PW1AN 527CSF2328 Mid Power End Of Life 37 APX6500 M25URS9PW1AN 527CSF2329 Mid Power End Of Life 49 293 38 APX6500 M25URS9PW1AN 527CSF2330 Mid Power End Of Life 39 APX6500 M25URS9PW1AN 527CSF2331 Mid Power End Of Life 40 APX6500 M25URS9PW1AN 527CSF2332 Mid Power End Of Life 41 APX6500 M25URS9PW1AN 527CSF2333 Mid Power End Of Life 42 APX6500 M25URS9PW1AN 527CSF2334 Mid Power End Of Life 43 APX6500 M25URS9PW1AN 527CSF2335 Mid Power End Of Life 44 APX6500 M25URS9PW1AN 527CSF2336 Mid Power End Of Life 45 APX6500 M25URS9PW1AN 527CSF2337 Mid Power End Of Life 46 APX6500 M25URS9PW1AN 527CSF2338 Mid Power End Of Life 47 APX6500 M25URS9PW1AN 527CSF2339 Mid Power End Of Life 48 APX6500 M25URS9PW1AN 527CSF2380 Mid Power End Of Life 49 APX6500 M25URS9PW1AN 527CSF2441 Mid Power End Of Life 50 APX6500 M25URS9PW1AN 527CSF2442 Mid Power End Of Life 51 APX6500 M25URS9PW1AN 527CSF2443 Mid Power End Of Life 52 APX6500 M25URS9PW1AN 527CSF2444 Mid Power End Of Life 53 APX6500 M25URS9PW1AN 527CSF2445 Mid Power End Of Life 54 APX6500 M25URS9PW1AN 527CSF2446 Mid Power End Of Life 55 APX6500 M25URS9PW1AN 527CSF2447 Mid Power End Of Life 56 APX6500 M25URS9PW1AN 527CSF2448 Mid Power End Of Life 57 APX6500 M25URS9PW1AN 527CSF2449 Mid Power End Of Life 58 APX6500 M25URS9PW1AN 527CSF2450 Mid Power End Of Life 59 APX6500 M25URS9PW1AN 527CSF2451 Mid Power End Of Life 60 APX6500 M25URS9PW1AN 527CSF2452 Mid Power End Of Life 61 APX6500 M25URS9PW1AN 527CSF2453 Mid Power End Of Life 62 APX6500 M25URS9PW1AN 527CSF2454 Mid Power End Of Life 63 APX6500 M25URS9PW1AN 527CSF2455 Mid Power End Of Life 64 APX6500 M25URS9PW1AN 527CSF2456 Mid Power End Of Life 65 APX6500 M25URS9PW1AN 527CSF2457 Mid Power End Of Life 66 APX6500 M25URS9PW1AN 527CSF2458 Mid Power End Of Life 67 APX6500 M25URS9PW1AN 527CSF2459 Mid Power End Of Life 68 APX6500 M25URS9PW1AN 527CSF2460 Mid Power End Of Life 69 APX6500 M25URS9PW1AN 527CSF2495 Mid Power End Of Life 70 APX6500 M25URS9PW1AN 527CSF2496 Mid Power End Of Life 71 APX6500 M25URS9PW1AN 527CSF2497 Mid Power End Of Life 72 APX6500 M25URS9PW1AN 527CSF2498 Mid Power End Of Life 73 APX6500 M25URS9PW1AN 527CSF2499 Mid Power End Of Life 74 APX6500 M25URS9PW1AN 527CSF2500 Mid Power End Of Life 75 APX6500 M25URS9PW1AN 527CSF2501 Mid Power End Of Life 76 APX6500 M25URS9PW1AN 527CSF2502 Mid Power End Of Life 77 APX6500 M25URS9PW1AN 527CSF2503 Mid Power End Of Life 78 APX6500 M25URS9PW1AN 527CSF2504 Mid Power End Of Life 79 APX6500 M25URS9PW1AN 527CSF2505 Mid Power End Of Life 80 APX6500 M25URS9PW1AN 527CSF2506 Mid Power End Of Life 81 APX6500 M25URS9PW1AN 527CSF2507 Mid Power End Of Life 82 APX6500 M25URS9PW1AN 527CSF2508 Mid Power End Of Life 83 APX6500 M25URS9PW1AN 527CSF2509 Mid Power End Of Life 84 APX6500 M25URS9PW1AN 527CSF2510 Mid Power End Of Life 50 294 85 APX6500 M25URS9PW1AN 527CSF2511 Mid Power End Of Life 86 APX6500 M25URS9PW1AN 527CSF2512 Mid Power End Of Life 87 APX6500 M25URS9PW1AN 527CSF2513 Mid Power End Of Life 88 APX6500 M25URS9PW1AN 527CSF2514 Mid Power End Of Life 89 APX6500 M25URS9PW1AN 527CSF2515 Mid Power End Of Life 90 APX6500 M25URS9PW1AN 527CSF2516 Mid Power End Of Life 91 APX6500 M25URS9PW1AN 527CSF2517 Mid Power End Of Life 92 APX6500 M25URS9PW1AN 527CSF2518 Mid Power End Of Life 93 APX6500 M25URS9PW1AN 527CSF2519 Mid Power End Of Life 94 APX6500 M25URS9PW1AN 527CSF2520 Mid Power End Of Life 95 APX6500 M25URS9PW1AN 527CSF2521 Mid Power End Of Life 96 APX6500 M25URS9PW1AN 527CSF2522 Mid Power End Of Life 97 APX6500 M25URS9PW1AN 527CSF2523 Mid Power End Of Life 98 APX6500 M25URS9PW1AN 527CSF2524 Mid Power End Of Life 99 APX6500 M25URS9PW1AN 527CSF2525 Mid Power End Of Life 100 APX6500 M25URS9PW1AN 527CSF2526 Mid Power End Of Life 101 APX6500 M25URS9PW1AN 527CSF2527 Mid Power End Of Life 102 APX6500 M25URS9PW1AN 527CSF2528 Mid Power End Of Life 103 APX6500 M25URS9PW1AN 527CSF2529 Mid Power End Of Life 104 APX6500 M25URS9PW1AN 527CSF2530 Mid Power End Of Life 105 APX6500 M25URS9PW1AN 527CSF2531 Mid Power End Of Life 106 APX6500 M25URS9PW1AN 527CSF2532 Mid Power End Of Life 107 APX6500 M25URS9PW1AN 527CSF2533 Mid Power End Of Life 108 APX6500 M25URS9PW1AN 527CSF2534 Mid Power End Of Life 109 APX6500 M25URS9PW1AN 527CSF2535 Mid Power End Of Life 110 APX6500 M25URS9PW1AN 527CSF2536 Mid Power End Of Life 111 APX6500 M25URS9PW1AN 527CSF2537 Mid Power End Of Life 112 APX6500 M25URS9PW1AN 527CSF2538 Mid Power End Of Life 113 APX6500 M25URS9PW1AN 527CSF2539 Mid Power End Of Life 114 APX6500 M25URS9PW1AN 527CSF2540 Mid Power End Of Life 115 APX6500 M25URS9PW1AN 527CSF2541 Mid Power End Of Life 116 APX6500 M25URS9PW1AN 527CSF2542 Mid Power End Of Life 117 APX6500 M25URS9PW1AN 527CSF2543 Mid Power End Of Life 118 APX6500 M25URS9PW1AN 527CSF2544 Mid Power End Of Life 119 APX6500 M25URS9PW1AN 527CSF2545 Mid Power End Of Life 120 APX6500 M25URS9PW1AN 527CSF2546 Mid Power End Of Life 121 APX6500 M25URS9PW1AN 527CSF2547 Mid Power End Of Life 122 APX6500 M25URS9PW1AN 527CSF2548 Mid Power End Of Life 123 APX6500 M25URS9PW1AN 527CSF2549 Mid Power End Of Life 124 APX6500 M25URS9PW1AN 527CSF2550 Mid Power End Of Life 125 APX6500 M25URS9PW1AN 527CSF2551 Mid Power End Of Life 126 APX6500 M25URS9PW1AN 527CSF2552 Mid Power End Of Life 127 APX6500 M25URS9PW1AN 527CSF2553 Mid Power End Of Life 128 APX6500 M25URS9PW1AN 527CSF2554 Mid Power End Of Life 129 APX6500 M25URS9PW1AN 527CVT2498 Mid Power End Of Life 130 APX6500 M25URS9PW1AN 527CVT2499 Mid Power End Of Life 131 APX6500 M25URS9PW1AN 527CVT2500 Mid Power End Of Life 51 295 132 APX6500 M25URS9PW1AN 527CVT2501 Mid Power End Of Life 1 APX7500 L30URS9PW1AN 761CSF0163 Single Band End Of Life 2 APX7500 L30URS9PW1AN 761CSF0164 Single Band End Of Life 3 APX7500 L30URS9PW1AN 761CSF0165 Single Band End Of Life 4 APX7500 L30URS9PW1AN 761CSF0166 Single Band End Of Life 5 APX7500 L30URS9PW1AN 761CSF0167 Single Band End Of Life 6 APX7500 L30URS9PW1AN 761CSF0168 Single Band End Of Life 1 APX8500 M37TSS9PW1AN 681CWK1745 All Band Supported Radios flagged as End Of Life will be supported on a Commercially Reasonable Effort depending upon parts availability 52 296 Purchasing Division Sole/Single Source Justification Form 1 This form shall be completed and approved prior to all sole source purchases Sole Source Definition - Commodities or contractual services available only from a sole source may be exempt from the quote or competitive process under the following circumstances: a. There is only one source or one reasonable source for the required commodity, service, or construction, or; b. The parts or accessories are an integral repair accessory compatible with existing equipment and are the only parts that can be reasonably used, or; c. The procurement is needed to ensure consistency in results as related to other products or standardization of parts or supplies as required to avoid unreasonable cost or inefficiency Single Source Definition - A procurement decision whereby purchases are directed to one source because of standardization, warranty, or other factors, even though other competitive sources may be available. Section A – Purchase Details Requestor Department Police Dept. Division Point of Contact Phone Number Vendor Company Name Address Phone Number Point of Contact and Title What other vendors were contacted? (List company name, contact, and phone number and explain why they were not suitable) Product or Service Product/Service Name Manufacturer Make/Model # Price Did you negotiate the terms or prices with the vendor? Yes No Why is this price considered to be fair and reasonable? 297 Purchasing Division Sole/Single Source Justification Form 2 Will this purchase obligate the City to a particular vendor in the future? (Either in terms of maintenance, services, or re-purchase for compatibility reasons) Yes No Section B – Justification This is a sole source because (choose any that apply): Sole provider of a licensed or patented good or service Single Source provider of items compatible with existing equipment, inventory, systems, programs, or services. Single Source provider of goods and services for which the city has established a standard. (new standards require the competitive solicitation process) Single Source of factory-authorized warranty service Sole provider of goods or services that will meet the specialized needs of the City or perform the intended function (please detail below or reference an attachment). The vendor/distributor is the owner of used equipment that would represent a best-value purchase for the City and is advantageous to the City. (Please provide information on current market prices, availability, etc.) What necessary features does this vendor provide which are not available from other vendors? Please be specific. Attach documentation to substantiate this sole source claim including but not limited to: vendor quotes, product manuals, sole source letters, and patents or copyrights. Section C – Routing, Certification and Approval My department’s recommendation for a sole source purchase is based upon an objective review of the product/service required and appears to be in the best interest of the City. I know of no conflict of interest on my part nor do I have any personal involvement in any way with this request. No gratuities, favors or compromising action have taken place. Neither has my personal familiarity with particular brands, types of equipment, materials, or firms been a deciding influence on my request to sole source this purchase when there are other known suppliers that exist. 1. Department Director ___________________________ ____________ Signature Date 2. Purchasing Manager/Finance Director Based on the information provided in Sections A and B and the attached supporting documents, I recommend / do not recommend this being certified as a sole source. Required / not required to be advertised for a period of 7 business days before award. _____________________________________________________ __________________ Signature Date 298 March Karl M City o 100 E Boynt Subjec Dear M Over t mainta servic Browa Motor to the reliabi This r Motor inform Soluti drives Becau replac integr Since associ standa strict specia Servic In add to con their o Count Motor h 11, 2025 Maracotta of Boynton B E Boynton Be ton Beach, F ct: Sole Sou Mr. Maracot the years the ained and s ce team you ard, Dade an rola has resu e City of B ility to its cu radio system rola since th mation and ions, Inc. Th s the system. use of the p ced or added rity and the r Motorola in iated equipm ard of reliab licensing co al handling a ce Organizat dition, the Ci nnect to and own. As a ty requires rola Service Beach each Blvd. FL 33435 urce Justifica tta e City’s Mo supported by u presently h nd Monroe C ulted in a pub Boynton Bea ustomers. m was manu he original pu other prote he proprieta . proprietary n d to the syst reliability of nstalled the ment enables ility for both ontrols, som and repair m tion. ity of Boynt d utilize the C part of this any agency e Agreemen ation Letter torola Publi y the our l have mainta County. The blic safety ra ach. Motoro factured, ins urchase. Mo ected design ary nature o nature of th tem must be f the system. entire radio s us to prov h the system me commun measures, wh ton Beach en County’s P2 agreement connected nt and a SU c Safety Rad ocal Motoro ains custom e close coop adio system ola takes gre stalled and h ost of the ins n aspects, w f the system he radio sys e provided b system, our vide the City m’s infrastruc nication tech hich can only ntered into an 25 Master Si between th to their Mo UA (System dio Commun ola Field S mers through eration betw that provide eat pride in has been co stalled equip which are k m is also rel stem, any c by Motorola r familiarity y of Boynto cture and sub hnology use y be carried n agreement ite as oppos he City and otorola P25 m Upgrade Addre 8000 Planta (954) (954) nications sy ervice Orga out Martin, ween the sys es outstandin n delivering ontinuously m pment contai known only lated to the components a in order to with the ne on Beach wi bscriber uni d in the sy out at our M t with Palm B sed to the Ci Palm Beach Master Sit Agreement) ess Reply To: W Sunrise ation, FL 33322 723-4718 Phone 723-4791 Fax stem has be anization. Th Palm Beac stem users an ng capabiliti this level maintained b ins proprieta y to Motoro software th or equipme o maintain th etwork and th ith the highe ts. Because ystem requir Motorola Fie Beach Coun ity purchasin h County, th te to obtain ) in order e en he ch, nd ies of by ary ola hat ent he he est of res eld nty ng he a to 299 maintain the integrity and reliability for all the Public Safety Radio Systems connected to their Master Site. Should you have any questions or if I can be of further assistance, feel free to contact me at Cindee@Motorolasolutions.com or 954-520-8868. Sincerely, Cindee Markes Cindee Markes Customer Support Manager Motorola Solutions, Inc. 300 City of Boynton Beach Agenda Item Request Form 7.C Consent Bids and Purchases over $100,000 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-093- Approve the Piggyback Agreement between the City and Honeywell International, Inc., utilizing pricing from National Purchasing Partners ("NPPGov") through LEAGUE OF OREGON CITIES contract for the purchase of a Fire Station Alerting system for the budgeted amount of up to $800,000. Requested Action: Staff recommends approval of Proposed Resolution No. R25-093. Explanation of Request: Boynton Beach Fire Rescue currently relies on a Zetron FSA system to alert stations, which is no longer supported. This system uses a radio tone followed by the dispatcher’s voice to transmit alerts. Dispatchers must wait approximately five seconds for the tone to end before speaking, or their voice is cut off. If they speak too soon, critical information such as the dispatched unit may be unclear or missing. To address these limitations, we are seeking to purchase a modern fire station alerting system, the Phoenix G2 by US Digital Designs (USDD), a Honeywell company. This state of the art system is designed to enhance response times while also providing significant health benefits to our firefighters. The Phoenix G2 features a gradual (soft ramp-up) tone and an automated voice for initial dispatch communications, improving clarity and reducing auditory strain. This purchase will be procured utilizing the Honeywell's National Contract through National Purchasing Partners (“NPPGov”) and RFP No. 04-2020, which complies with the City's procurement policy and piggyback exemption. Piggyback contracts significantly benefit the City of Boynton Beach by providing a cost- effective and efficient way to procure goods and services. By leveraging agreements already in place with other governmental entities, the City can avoid the time-consuming and expensive process of issuing its own competitive bids. This allows quicker access to needed resources while often securing more favorable pricing due to the economies of scale achieved through larger contracts. Additionally, piggybacking ensures the City can tap into pre-vetted vendors who have already been thoroughly evaluated, reducing administrative burdens and risks associated with vendor selection. Ultimately, piggyback contracts streamline procurement, save taxpayer money, and improve the efficiency of City operations. The pricing has been checked and verified by the City's procurement division How will this affect city programs or services? This system will enhance emergency response across the City and reduce response times. With an integrated mobile application, firefighters will have immediate access to call details, addresses, and routing information on 301 assigned unit devices, minimizing the need to verify locations and call types. This system will also enhance communication operations, ultimately improving public safety and service to the community. Budgeted Item: Yes Account Line Item and Description: Fire Assessment - 302-4101-522.64-15 Is Budgeted Here for $800,000 Fiscal Impact: Approving the procurement of the Fire Alerting System from Honeywell at the national contract pricing will result in significant cost savings for the City. Attachments: R25-093 Agenda_Item_2882-2025_-_Piggyback_Agreement_-_Honeywell_International__Inc. (1).docx Exhibit A to Resolution - Matter 24-0835 - Piggyback Agreement - Honeywell - Fire Alert System - Draft -Final 3.24.25 signed.pdf Exhibit A to Agmt - LOC-Intergovernmental-Agreement.pdf Composite Exhibit B.pdf Exhibit C - Quote.pdf LOC-RFP-PUBLIC-SAFETY-SOFTWEARE-SOLUTIONS-DATA-COLLECTION-STORAGE- AND-UTILIZATION-2020-FINAL.pdf Public-Safety-Software-Solutions-Data-Collection-Storage-and-Utilization-RFP-2020- Synopsis.pdf Honeywell Contract LOC.pdf 302 RESOLUTION NO. R25-0931 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT WITH4 HONEYWELL INTERNATIONAL, INC. FOR PURCHASE OF A FIRE 5 STATION ALERTING SYSTEM, THE PHOENIX G2 BY U.S. DIGITAL 6 DESIGNS, FOR AN AMOUNT NOT-TO-EXCEED $800,000.00, AND FOR 7 ALL OTHER PURPOSES. 8 9 WHEREAS, the City currently relies on an outdated Zeltra FSA Dispatch System to alert fire 10 stations; and11 WHEREAS, the City requires an updated Fire Station alerting system, which provides 12 firefighters immediate access to call details, addresses, and routing information on assigned unit 13 devices to enhance emergency response across the City; and14 WHEREAS, the League of Oregon Cities issued a “Request for Proposal” (RFP No. 04-2020) 15 for Public Safety Software Solutions, Data Collection, Storage, and Utilization; and entered into an 16 Master Price Agreement with Honeywell International, Inc. (“Vendor”) for Public Safety Software 17 Solutions, Data Collection, Storage, and Utilization; and 18 WHEREAS, the League of Oregon Cities, as the Lead Contracting Agency, works in 19 cooperation with participating agencies that are members of National Purchasing Partners (NPP) 20 to allow agencies to reciprocally utilize competitively solicited Master Price Agreements; and21 WHEREAS, Boynton Beach Fire Rescue is a participating agency and member of NPP; and 22 WHEREAS, the requested Piggyback Agreement with the Vendor is necessary to the 23 functions of the City; and24 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 25 best interests of the City's citizens and residents to approve the Piggyback Agreement with the 26 Vendor to provide the City with Phoenix G2 fire station alerting system, with a cost of not-to-27 exceed $800,000.00.28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 29 BEACH, FLORIDA, THAT:30 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 31 being true and correct and are hereby made a specific part of this Resolution upon adoption.32 303 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 33 approve the Piggyback Agreement between Vendor and the City for Phoenix G2 fire station 34 alerting system, with a not-to-exceed $800,000.00 (the “Agreement”), in form and substance 35 similar to that attached as Exhibit A.36 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 37 authorizes the Mayor to execute the Piggyback Agreement. The Mayor is further authorized to 38 execute any ancillary documents required under the Agreement or necessary to accomplish the 39 purposes of this Resolution.40 SECTION 4.The City Clerk shall retain the fully executed Piggyback Agreement as a 41 public record of the City. A copy of the fully executed Piggyback Agreement shall be provided to 42 Taralyn Pratt to forward to the Vendor.43 SECTION 5.This Resolution shall take effect in accordance with law.44 45 46 304 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.47 CITY OF BOYNTON BEACH, FLORIDA48 YES NO49 Mayor – Rebecca Shelton __________50 51 Vice Mayor – Woodrow L. Hay __________52 53 Commissioner – Angela Cruz __________54 55 Commissioner – Thomas Turkin __________56 57 Commissioner – Aimee Kelley __________58 59 VOTE ______60 ATTEST:61 62 ___________________________________________________________63 Maylee De Jesús, MPA, MMC Rebecca Shelton64 City Clerk Mayor65 66 APPROVED AS TO FORM:67 (Corporate Seal)68 69 _______________________________70 Shawna G. Lamb71 City Attorney72 305 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 1 PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND HONEYWELL INTERNATIONAL, INC. This Piggyback Agreement is made as of this __ day of _____________, 2025, by and between Honeywell International, Inc., a Delaware corporation authorized to transact business in Florida with a principal address of 855 S. Mint Street, Charlotte, NC 28202, hereinafter referred to as “Vendor,” and the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as “City.” RECITALS WHEREAS, on January 6, 2020, the League of Oregon Cities (LOC), issued a “Request for Proposal” (RFP) No. 2020, to establish a Master Agreement to procure Public Safety Software Solutions, Data Collection, Storage, and Utilization; and WHEREAS, the League of Oregon Cities found Honeywell International, Inc. to be a responsive, responsible bidder and awarded a Master Price Agreement for an initial term of three (3) years, commencing on June 2, 2020, which will automatically extend for up to three (3) successive one (1) year periods; terminating June 1, 2026, Contract No.: PS20350 (“Master Agreement”); and WHEREAS, the League of Oregon Cities, as the Lead Contracting Agency, works in cooperation with Participating Agencies, that are members of National Purchasing Partners (NPP) and its Government Division dba NPPGov, dba Public Safety GPO, dba First Responder GPO, dba EMS GPO, and dba Law Enforcement GPO; and WHEREAS, Boynton Beach Fire Rescue is a member of NPP (M-5697309); and WHEREAS, NPPGov has instituted a cooperative purchasing program under which member Participating Agencies may reciprocally utilize competitively solicited Master Price Agreements awarded by the Lead Contracting Agency, a copy of the Intergovernmental Cooperative Purchasing Agreement is attached hereto as Exhibit “A”; and WHEREAS, the Master Price Agreements provide that all qualified government members of NPPGov may purchase goods and services on the same terms, conditions, and pricing as the Lead Contracting Agency, subject to applicable local and state laws of the Participating Agencies; and WHEREAS, the City’s Purchasing Policy Section X – Alternatives to Formal Sealed Bids, provides authority for the City to acquire or contract for services without utilizing a sealed competitive method or the written quotations methods where the desired services are the subject of 306 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 2 an agreement that utilizes another government entity’s contract, provided that the contract was awarded based strictly on competitive bidding; and WHEREAS, in order to ensure the continued service of Public Safety Software Solutions, Data Collection, Storage, and Utilization, the City Fire Department is requesting to enter into a Piggyback Agreement with the Vendor for all City Departments as needed; and WHEREAS, the City and Vendor have agreed to allow the City to piggyback the Intergovernmental Cooperative Purchasing Agreement and Master Agreement, a copy of the Master Agreement and all Amendments to the Master Agreement are attached as Composite Exhibit “B.” NOW, THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. 2. TERM: The term of this Agreement commences on full execution by the parties and will remain in effect until June 1, 2026. The Mayor is authorized to execute any renewal amendments. The initial term and any subsequent renewals of this Agreement are subject to the renewal or extension of the Master Agreement. If the Master Agreement expires or is terminated during the Term, this Agreement shall terminate no later than six months after such expiration or termination of the Master Agreement. 3. CONTRACT TERMS: The Vendor shall complete the Services on the same terms and in the same manner as set forth in the Master Agreement, except as otherwise provided herein. All recitals, representations, and warranties of Vendor made by Vendor in the Master Agreement are restated as if set forth fully herein, made for the benefit of the City, and incorporated herein, except that all references to the “League of Oregon Cities (LOC)” or “National Purchasing Partners “NPP” and its Government Division dba NPPGov, dba Public Safety GPO and dba Law Enforcement GPO ” are hereby replaced with the “City of Boynton Beach.” The City shall compensate the Vendor pursuant to the rates set forth in the Master Agreement for the Services in an amount not to exceed EIGHT HUNDRED THOUSAND DOLLARS ($800,000.00) for the agreement term. A copy of the Price Quote is attached hereto as Exhibit “C.” 4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach 307 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 3 P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Boynton Beach, FL 33425. Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, person performing services, nature of the service, hourly rate, and dates(s) of service. Invoices may be submitted no more frequently than monthly. However, all services rendered prior to September 30th of any given year are required to be invoiced by September 30th of that year. Vendor shall provide W-9 with first invoice. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Vendor of liability for the defective, faulty, or incomplete rendition of the Services. 6. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. Upon request, City will provide Vendor with proof of tax- exempt status. 7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive City’s rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY’S FEES: In the event that either Party brings suit for enforcement of the Agreement, each Party shall bear its own attorney's fees and court costs. 9. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall comply with Florida’s Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service; 308 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 4 B. Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Vendor shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor’s possession All records stored electronically by Vendor must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityClerk@bbfl.us 10. SCRUTINIZED COMPANIES - 287.135 AND 215.473: By execution of this Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Vendor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Vendor of the City's determination concerning the false certification. The Vendor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 11. E-VERIFY: VENDOR shall comply with Section 448.095, Fla. Stat., “Employment 309 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 5 Eligibility,” including the registration and use of the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Agreement is terminated for a violation of the statute by Vendor, Vendor may not be awarded a public contract for a period of one (1) year after the date of termination. 12. DISPUTES: Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 13. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute the Addendum on behalf of the Party for whom he or she is signing and to bind and obligate such Party with respect to all provisions contained in this Agreement 14. TERMINATION FOR CONVENIENCE: This Agreement may be terminated by the City for convenience upon fourteen (14) calendar days of written notice by the terminating party to the other party for such termination in which event the Vendor shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the Vendor abandons the Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. 15. TERMINATION FOR CAUSE: In addition to all other remedies available to City, this Agreement shall be subject to cancellation by City for cause, should Vendor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) calendar days’ after receipt by Vendor of written notice of such neglect or failure. 16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City, its elected and appointed officers, agents, assigns and employees, consultants, separate Vendors, any of their subcontractors, or sub-subcontractors, from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages, costs, and expenses, including but not limited to attorneys’ fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor’s performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor’s, its agents, employees, subcontractors, participants, and volunteers, and (C) Vendor’s failure to take out and maintain insurance as required under this Agreement. Vendor’s shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. 310 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 6 17. INSURANCE: At the time of execution of this Agreement, Vendor shall provide the City with a copy of its Certificate of Insurance reflecting the insurance coverage required by the Master Agreement. The Certificate of Insurance shall name the City of Boynton Beach, and its officers, employees and agents as an additional insured. 18. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement, regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for punitive or exemplary damages or for lost profits or consequential damages. 19. NO SPECIAL DAMAGES. In no event shall either Party be liable to the other for any special damages, speculative damages, indirect, special, incidental, consequential, loss of profits, or other damages or losses of any kind whatsoever, no matter what the cause. 20. INDEPENDENT CONTRACTOR: The Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that Vendor is an independent contractor pursuant to the Agreement and shall not be considered the City’s employee for any purpose. 21. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes. Non-compliance may constitute a material breach of the Agreement. 22. ASSIGNMENT: In the event this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered, under any circumstances by Vendor, Vendor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any change of ownership of Company shall constitute an assignment that requires City’s approval. Notwithstanding the foregoing, Vendor may, without City’s consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement. Vendor shall provide City written notice of any such corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement within thirty (30) calendar days of such event. 23. AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. Early termination by City due to loss of funding shall not obligate Vendor to refund any prepaid fees. 24. ENTIRE AGREEMENT. The Agreement, including the Master Agreement, sets forth the entire Agreement between the City and the Vendor with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties’ mutual agreement set forth in writing and signed by the parties. 311 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 7 25. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 26. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. Signature Page to follow 312 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 8 IN WITNESS OF THE FOREGOING, the parties have set their hands and sealed the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA HONEYWELL INTERNATIONAL, INC. _________________________________ ________________________________ Rebecca Shelton, Mayor Approved as to Form: __________________________________ (Signature) Honeywell International, Inc. ________________________________ Print Name of Authorized Official ________________________________ Title Shawna G. Lamb, City Attorney Attested/Authenticated: __________________________________ Maylee DeJesus, City Clerk (Corporate Seal) Attest/Authenticated: _________________________________ (Signature), Witness __________________________________ Print Name 313 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 9 EXHIBIT “A” INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT 314 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 10 EXHIBIT “B” MASTER PRICE AGREEMENT BETWEEN LEAGUE OF OREGON CITIES AND HONEYWELL INTERNATIONAL, INC. (PS20350 AND AMENDMENTS 1-7) 315 City of Boynton Contract # 25-036PB Piggyback Contract – Honeywell International, Inc. 11 EXHIBIT “C” QUOTE 316 League of Oregon Cities IGA V1.0 Intergovernmental Cooperative Purchasing Agreement This Intergovernmental Agreement (Agreement) is by and between the “Lead Contracting Agency” and participating government entities (“Participating Agencies”), that are members of National Purchasing Partners (“NPPGov”), including members of Public Safety GPO, First Responder GPO, Law Enforcement GPO, Education GPO and EMS GPO that agree to the terms and conditions of this Agreement. The Lead Contracting Agency and all Participating Agencies shall be considered as “parties” to this agreement. WHEREAS, upon completion of a formal competitive solicitation and selection process, the Lead Contracting Agency has entered into Master Price Agreements with one or more Vendors to provide goods and services, often based on national sales volume projections; WHEREAS, NPPGov provides group purchasing, marketing and administrative support for governmental entities. NPPGov’s marketing and administrative services are free to its membership, which includes participating public entities and nonprofit institutions throughout North America. WHEREAS, NPPGov has instituted a cooperative purchasing program under which member Participating Agencies may reciprocally utilize competitively solicited Master Price Agreements awarded by the Lead Contracting Agency; WHEREAS, the Master Price Agreements provide that all qualified government members of NPPGov may purchase goods and services on the same terms, conditions and pricing as the Lead Contracting Agency, subject to applicable local and state laws of the Participating Agencies; WHEREAS, the parties agree to comply with the requirements of the Intergovernmental Cooperation Act as may be applicable to the local and state laws of the Participating Agencies; WHEREAS, the parties desire to conserve and leverage resources, and to improve the efficiency and economy of the procurement process while reducing solicitation and procurement costs; WHEREAS, the parties are authorized and eligible to contract with governmental bodies and Vendors to perform governmental functions and services, including the purchase of goods and services; and WHEREAS, the parties desire to contract with Vendors under the terms of the Master Price Agreements; DocuSign Envelope ID: D3B4CAB0-871C-4962-802D-06ECC64C7B3A 317 League of Oregon Cities IGA V1.0 NOW, THEREFORE, the parties agree as follows: ARTICLE 1: LEGAL AUTHORITY Each party represents and warrants that it is eligible to participate in this Agreement because it is a local government created and operated to provide one or more governmental functions and possesses adequate legal authority to enter into this Agreement. ARTICLE 2: APPLICABLE LAWS The procurement of goods and services subject to this Agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules, and regulations that govern each party’s procurement policies. Competitive Solicitations are intended to meet the public contracting requirements of the Lead Contracting Agency and may not be appropriate under, or satisfy Participating Agencies’ procurement laws. It is the responsibility of each party to ensure it has met all applicable solicitation and procurement requirements. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. ARTICLE 3: USE OF BID, PROPOSAL OR PRICE AGREEMENT a. A “procuring party” is defined as the Lead Contracting Agency or any Participating Agency that desires to purchase from the Master Price Agreements awarded by the Lead Contracting Agency. b. Each procuring party shall be solely responsible for their own purchase of goods and services under this Agreement. A non-procuring party shall not be liable in any fashion for any violation of law or contract by a procuring party, and the procuring party shall hold non-procuring parties and all unrelated procuring parties harmless from any liability that may arise from action or inaction of the procuring party. c. The procuring party shall not use this agreement as a method for obtaining additional concessions or reduced prices for similar goods and services outside the scope of the Master Price Agreement. d. The exercise of any rights or remedies by the procuring party shall be the exclusive obligation of such procuring party. e. The cooperative use of bids, proposals or price agreements obtained by a party to this Agreement shall be in accordance with the terms and conditions of the bid, proposal or price agreement, except as modified where otherwise allowed or required by applicable law, and does not relieve the party of its other solicitation requirements under state law or local policies. DocuSign Envelope ID: D3B4CAB0-871C-4962-802D-06ECC64C7B3A 318 League of Oregon Cities IGA V1.0 ARTICLE 4: PAYMENT OBLIGATIONS The procuring party will make timely payments to Vendors for goods and services received in accordance with the terms and conditions of the procurement. Payment for goods and services, inspections and acceptance of goods and services ordered by the procuring party shall be the exclusive obligation of such procuring party. Disputes between procuring party and Vendor shall be resolved in accordance with the law and venue rules of the state of the procuring party. ARTICLE 5: COMMENCEMENT DATE This Agreement shall take effect after execution of the “Lead Contracting Agency Endorsement and Authorization” or “Participating Agency Endorsement and Authorization,” as applicable. ARTICLE 6: TERMINATION OF AGREEMENT This Agreement shall remain in effect until terminated by a party giving 30 days written notice to “Lead Contracting Agency” ARTICLE 7: ENTIRE AGREEMENT This Agreement and any attachments, as provided herein, constitute the complete Agreement between the parties hereto, and supersede any and all oral and written agreements between the parties relating to matters herein. ARTICLE 8: CHANGES AND AMENDMENTS This Agreement may be amended only by a written amendment executed by all parties, except that any alterations, additions, or deletions of this Agreement which are required by changes in Federal and State law or regulations are automatically incorporated into this Agreement without written amendment hereto and shall become effective on the date designated by such law or regulation. ARTICLE 9: SEVERABILITY All parties agree that should any provision of this Agreement be determined to be invalid or unenforceable, such determination shall not affect any other term of this Agreement, which shall continue in full force and effect. THIS INSTRUMENT HAS BEEN EXECUTED IN TWO OR MORE ORIGINALS BY EXECUTION AND ATTACHMENT OF “THE LEAD CONTRACTING AGENCY ENDORSEMENT AND AUTHORIZATION” OR “PARTICIPATING AGENCY ENDORSEMENT AND AUTHORIZATION,” AS APPLICABLE. ONCE EXECUTED, IT IS THE RESPONSIBILITY OF EACH PARTY TO FILE THIS AGREEMENT WITH THE PROPER AGENCY IF REQUIRED BY LOCAL OR STATE LAW. DocuSign Envelope ID: D3B4CAB0-871C-4962-802D-06ECC64C7B3A 319 League of Oregon Cities IGA V1.0 LEAGUE OF OREGON CITIES ENDORSEMENT AND AUTHORIZATION The undersigned acknowledges, on behalf of the League of Oregon Cities (“Lead Contracting Agency”) that he/she has read and agrees to the general terms and conditions set forth in the enclosed Intergovernmental Cooperative Purchasing Agreement regulating use of the Master Price Agreements and purchase of goods and services that from time to time are made available by the League of Oregon Cities to Participating Agencies locally, regionally, and nationally through NPPGov. Copies of Master Price Agreements and any amendments thereto made available by the League of Oregon Cities will be provided to Participating Agencies and NPPGov to facilitate use by Participating Agencies. The undersigned understands that the purchase of goods and services under the provisions of the Intergovernmental Cooperative Purchasing Agreement is at the absolute discretion of the Participating Agencies. The undersigned affirms that he/she is an agent of the League of Oregon Cities and is duly authorized to sign this League of Oregon Cities Endorsement and Authorization. ________________________________________ Date:______________ BY: ITS: League of Oregon Cities Contact Information: Contact Person: Mike Culley Address: 1201 Court St NE #200, Salem, OR 97301 Telephone No.: 503-588-6550 Email: mculley@orcities.org DocuSign Envelope ID: D3B4CAB0-871C-4962-802D-06ECC64C7B3A 3/26/2020 320 League of Oregon Cities IGA V1.0 PARTICIPATING AGENCY ENDORSEMENT AND AUTHORIZATION The undersigned acknowledges, on behalf of ______________ (“Participating Agency”) that he/she has read and agrees to the general terms and conditions set forth in the enclosed Intergovernmental Cooperative Purchasing Agreement regulating use of the Master Price Agreements and purchase of goods and services that from time to time are made available by the Lead Contracting Agency to Participating Agencies locally, regionally, and nationally through NPPGov. The undersigned further acknowledges that the purchase of goods and services under the provisions of the Intergovernmental Cooperative Purchasing Agreement is at the absolute discretion of the Participating Agency and that neither the Lead Contracting Agency nor NPPGov shall be held liable for any costs or damages incurred by or as a result of the actions of the Vendor or any other Participating Agency. Upon award of contract, the Vendor shall deal directly with the Participating Agency concerning the placement of orders, disputes, invoicing and payment. The undersigned affirms that he/she is an agent of __________________ and is duly authorized to sign this Participating Agency Endorsement and Authorization. ______________________________ Date:______________ BY: _________________________ ITS: _________________________ Participating Agency Contact Information: Contact Person: ________________________ Address: ______________________________ ______________________________________ ______________________________________ Telephone No.:__________________________ Email:_________________________________ DocuSign Envelope ID: D3B4CAB0-871C-4962-802D-06ECC64C7B3A 321 LEAGUE OF OREGON CITIES MASTER PRICE AGREEMENT This Master Price Agreement is effective as of the date of the last signature below (the “Effective Date”) by and between the LEAGUE OF OREGON CITIES, an Oregon public corporation under ORS Chapter 190 (“LOC” or “Purchaser”) and US Digital Designs, Inc. (“Vendor”). RECITALS WHEREAS, the Vendor is in the business of selling certain Public Safety Software Solutions, Data Collection, Storage and Utilization, as further described herein; and WHEREAS, the Vendor desires to sell and the Purchaser desires to purchase certain products and related services all upon and subject to the terms and conditions set forth herein; and WHEREAS, through a solicitation for Public Safety Software Solutions, Data Collection, Storage and Utilization the Vendor was awarded the opportunity to complete a Master Price Agreement with the LEAGUE OF OREGON CITIES as a result of its response to Request for Proposal No. 2020 for Public Safety Software Solutions, Data Collection, Storage and Utilization; and WHEREAS, the LEAGUE OF OREGON CITIES asserts that the solicitation and Request for Proposal meet Oregon public contracting requirements (ORS 279, 279A, 279B and 279C et. seq.); and WHEREAS, Purchaser and Vendor desire to extend the terms of this Master Price Agreement to benefit other qualified government members of National Purchasing Partners, LLC dba Public Safety GPO, dba First Responder GPO, dba Law Enforcement GPO and dba NPPGov; NOW, THEREFORE, Vendor and Purchaser, intending to be legally bound, hereby agree as follows: ARTICLE 1 – CERTAIN DEFINITIONS 1.1 “Agreement” shall mean this Master Price Agreement, including the main body of this Agreement and Attachments A-F attached hereto and by this reference incorporated herein, including Purchaser’s Request for Proposal No. 2020 (herein “RFP”) and Vendor’s Proposal submitted in response to the RFP (herein “Vendor’s Proposal”) as referenced and incorporated herein as though fully set forth (sometimes referred to collectively as the “Contract Documents”). 1.2 “Applicable Law(s)” shall mean all applicable federal, state and local laws, statutes, ordinances, codes, rules, regulations, standards, orders and other governmental requirements of any kind. 1.3 “Employee Taxes” shall mean all taxes, assessments, charges and other amounts whatsoever payable in respect of, and measured by the wages of, the Vendor’s employees (or subcontractors), as required by the Federal Social Security Act and all amendments thereto and/or any other applicable federal, state or local law. 1.4 “EUAA” means an End User Acknowledgement and Agreement hereafter entered into between Vendor and a Purchaser (other than the Lead Contracting Agency) in a form acceptable to Vendor in its sole discretion, which shall address, among other issues (i) the warranty applicable to the Products and Services, (ii) Vendor’s retention of its intellectual property rights, (iii) licensing of Vendor’s intellectual property rights to Purchaser, (iv) the terms of installation, technical specifications, and scope of work, and (v) any other terms 322 2 and conditions necessary to facilitate and govern the transaction. A sample EUAA is attached at Attachment F. 1.5 “Intellectual Property” means any and all rights of USDD related to USDD’s products, Software, and Hardware, existing from time to time under patent law, copyright law, trade secret law, trademark law, unfair competition law, and any and all other proprietary rights, and any and all derivative works, work product, applications, renewals, extensions and restorations thereof, now or hereafter in force and effect worldwide. 1.6 “Purchaser’s Destination” shall mean such delivery location(s) or destination(s) as Purchaser may prescribe from time to time. 1.7 “Products and Services” shall mean the products and/or services to be sold by Vendor hereunder as identified and described on Attachment A hereto and incorporated herein, as may be updated from time to time by Vendor to reflect products and/or services offered by Vendor generally to its customers. 1.8 “Purchase Order” shall mean any authorized written order for Products and Services sent by Purchaser to Vendor via mail, courier, overnight delivery service, email, fax and/or other mode of transmission as Purchaser and Vendor may from time to time agree. 1.9 “Unemployment Insurance” shall mean the contribution required of Vendor, as an employer, in respect of, and measured by, the wages of its employees (or subcontractors) as required by any applicable federal, state or local unemployment insurance law or regulation. 1.10 “National Purchasing Partners” or “(NPP)” is a subsidiary of two nonprofit health care systems. The Government Division of NPP, hereinafter referred to as “NPPGov”, provides group purchasing marketing and administrative support for governmental entities within the membership. NPPGov’s membership includes participating public entities across North America. 1.11 “Lead Contracting Agency” shall mean the LEAGUE OF OREGON CITIES, which is the governmental entity that issued the Request for Proposal and awarded this resulting Master Price Agreement. 1.12 “Participating Agencies” shall mean members of National Purchasing Partners for which Vendor has agreed to extend the terms of this Master Price Agreement pursuant to Article 2.6 and Attachment C herein. For purposes of cooperative procurement, “Participating Agency” shall be considered “Purchaser” under the terms of this Agreement. 1.13 “Party” and “Parties” shall mean the Purchaser and Vendor individually and collectively as applicable. ARTICLE 2 – AGREEMENT TO SELL 2.1 Vendor hereby agrees to sell to Purchaser such Products and Services as Purchaser may order from time to time by Purchase Order, all in accordance with and subject to the terms, covenants and conditions of this Agreement. Purchaser agrees to purchase those Products and Services ordered by Purchaser by Purchase Order in accordance with and subject to the terms, covenants and conditions of this Agreement. 2.2 Vendor may add additional products and services to the contract provided that any additions reasonably fall within the intent of the original RFP specifications. Pricing on additions shall be equivalent to 323 3 the percentage discount for other similar products. Vendor may provide a web-link with current product listings, which may be updated periodically, as allowed by the terms of the resulting Master Price Agreement. Vendor may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products may be added to avoid competitive procurement requirements. 2.3 All Purchase Orders issued by Purchaser to Vendor for Products during the term (as hereinafter defined) of this Agreement are subject to the provisions of this Agreement as though fully set forth in such Purchase Order. The Vendor retains authority to negotiate above and beyond the terms of this Agreement to meet the Purchaser or Vendor contract requirements, which terms may be included in the EUAA. In the event that the provisions of this Agreement conflict with any Purchase Order issued by Purchaser to Vendor, the provisions of this Agreement shall govern. 2.4 Purchaser agrees that no Purchase Order issued hereunder shall be binding on Vendor unless and until the following contingencies (“Contingencies”) are satisfied or waived in writing by Vendor: 2.4.1 The Purchaser and Vendor have entered into an EUAA in a form acceptable to Vendor in its sole discretion; and 2.4.2 The execution of a separate written contract between Vendor and Purchaser, in a form acceptable to Vendor in its sole and absolute discretion, for service and maintenance of the System after expiration of the warranty period for the Products and Services delivered hereunder (the “Service Agreement”). 2.5 Notwithstanding any other provision of this Agreement to the contrary, the Lead Contracting Agency shall have no obligation to order or purchase any Products and Services hereunder and the placement of any Purchase Order shall be in the sole discretion of the Participating Agencies. This Agreement is not exclusive. Vendor expressly acknowledges and agrees that Purchaser may purchase at its sole discretion, Products and Services that are identical or similar to the Products and Services described in this Agreement from any third party. Purchaser expressly acknowledges and agrees that Vendor may sell, at its sole discretion, Products and Services that are identical or similar to the Products and Services described in this Agreement to any third party, including Participating Agencies, either through this Agreement or any other agreement. 2.6 In case of any conflict or inconsistency between any of the Contract Documents, the documents shall prevail and apply in the following order of priority: (i) This Agreement; (ii) The RFP; (iii) Vendor’s Proposal; 2.7 Extension of contract terms to Participating Agencies: 2.7.1 Vendor agrees to extend the same terms, covenants and conditions available to Purchaser under this Agreement to Participating Agencies, that have executed an Intergovernmental Cooperative Purchasing Agreement (“IGA”) as may be required by each Participating Agency’s local laws and regulations, in accordance with Attachment C. Each Participating Agency will be exclusively responsible for and deal directly with Vendor on matters relating to ordering, delivery, inspection, acceptance, invoicing, and payment for Products and Services in accordance with the terms and conditions of this Agreement as if it were “Purchaser” 324 4 hereunder. Any disputes between a Participating Agency and Vendor will be resolved directly between them under and in accordance with the laws of the State in which the Participating Agency exists. Pursuant to the IGA, the Lead Contracting Agency shall not incur any liability as a result of the access and utilization of this Agreement by other Participating Agencies. 2.6.2 This Solicitation meets the public contracting requirements of the Lead Contracting Agency and may not be appropriate under or meet Participating Agencies’ procurement laws. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. 2.6.3 Vendor acknowledges execution of a Vendor Administration Fee Agreement with NPPGov, pursuant to the terms of the RFP. 2.7 Oregon Public Agencies are prohibited from use of Products and Services offered under this Agreement that are already provided by qualified nonprofit agencies for disabled individuals as listed on the Department of Administrative Service’s Procurement List (“Procurement List”) pursuant to ORS 279.835-.855. See www.OregonRehabilitation.org/qrf for more information. Vendor shall not sell products and services identified on the Procurement List (e.g., reconditioned toner cartridges) to Purchaser or Participating Agencies within the state of Oregon. ARTICLE 3 – TERM AND TERMINATION 3.1 The initial contract term shall be for three (3) calendar years from the Effective Date of this Agreement (“Initial Term”). Upon termination of the original three (3) year term, this Agreement shall automatically extend for up to three (3) successive one (1) year periods; (each a “Renewal Term”); provided, however, that the Lead Contracting Agency and/or the Vendor may opt to decline extension of the MPA by providing notification in writing at least thirty (30) calendar days prior to the annual automatic extension anniversary of the Initial Term. 3.2 Either Vendor or the Lead Contracting Agency may terminate this Agreement by written notice to the other party if the other Party breaches any of its obligations hereunder and fails to remedy the breach within thirty (30) days after receiving written notice of such breach from the non-breaching party. 3.3 The forgoing terms of this Article apply only between Vendor and the Lead Contracting Agency. The “Term and Termination” terms as between Vendor and any Participating Agency may be addressed in the EUAA. Termination of this Agreement shall have no effect on any EUAA entered into prior to such termination. Vendor shall not enter into an EUAA in reliance on this Agreement subsequent to the termination of this Agreement. ARTICLE 4 – PRICING, INVOICES, PAYMENT AND DELIVERY 4.1 Purchaser shall pay Vendor for all Products and Services ordered and delivered in compliance with the terms and conditions of this Agreement at the pricing specified for each such Product and Service on Attachment A, including shipping. Unless Attachment A expressly provides otherwise, the pricing schedule set forth on Attachment A hereto shall remain fixed for the Initial Term of this Agreement; provided that manufacturer pricing is not guaranteed and may be adjusted based on the next manufacturer price increase. Pricing contained in Attachment A shall be extended to all NPPGov, Public Safety GPO, First Responder GPO and Law Enforcement GPO members upon execution of the IGA. 325 5 4.2 Vendor shall submit original invoices to Purchaser in form and substance and format reasonably acceptable to Purchaser. All invoices must reference the Purchaser’s Purchase Order number, contain an itemization of amounts for Products and Services purchased during the applicable invoice period and any other information reasonably requested by Purchaser, and must otherwise comply with the provisions of this Agreement. Invoices shall be addressed as directed by Purchaser. Additional invoicing terms may be addressed in the EUAA. 4.3 Unless otherwise specified, Purchaser is responsible for any and all applicable sales taxes. Attachment A or Vendor’s Proposal (Attachment D) or the EUAA shall specify any and all other taxes and duties of any kind which Purchaser is required to pay with respect to the sale of Products and Services covered by this Agreement and all charges for packing, packaging and loading. 4.4 Price reductions or discount increases may be offered at any time during the contract term and shall become effective upon notice of acceptance from Purchaser. 4.5 Notwithstanding any other agreement of the Parties as to the payment of shipping/delivery costs, and subject to Attachments A, D, and F herein, Vendor shall offer delivery and/or shipping costs prepaid FOB Destination. If there are handling fees, these also shall be included in the pricing. 4.6 Unless otherwise directed by Purchaser for expedited orders, Vendor shall utilize such common carrier for the delivery of Products and Services as Vendor may select; provided, however, that for expedited orders Vendor shall obtain delivery services hereunder at rates and terms not less favorable than those paid by Vendor for its own account or for the account of any other similarly situated customer of Vendor. 4.7 Vendor shall have the risk of loss of or damage to any Products until delivery to Purchaser. Purchaser shall have the risk of loss of or damage to the Products after delivery to Purchaser. Title to Products shall not transfer until the Products have been delivered to and accepted by Purchaser at Purchaser’s Destination. ARTICLE 5 – INSURANCE 5.1 During the term of this Agreement, Vendor shall maintain at its own cost and expense (and shall cause any subcontractor to maintain) insurance policies providing insurance of the kind and in the amounts generally carried by reasonably prudent manufacturers in the industry, with one or more reputable insurance companies licensed to do business in Oregon and any other state or jurisdiction where Products and Services are sold hereunder. Such certificates of insurance shall be made available to the Lead Contracting Agency upon 48 hours’ notice. BY SIGNING THE AGREEMENT PAGE THE VENDOR AGREES TO THIS REQUIREMENT AND FAILURE TO MEET THIS REQUIREMENT WILL RESULT IN CANCELLATION OF THIS MASTER PRICE AGREEMENT. 5.2 All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of this Agreement is satisfactorily completed and formally accepted. Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy warranty shall not affect coverage afforded under the insurance policies to protect the Lead Contracting Agency. The insurance policies may provide coverage that contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to the Lead Contracting Agency under such policies. Vendor shall be solely responsible for the deductible and/or self-insured retention and the Lead Contracting Agency, at its option, may require Vendor to 326 6 secure payment of such deductibles or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. 5.3 Vendor shall carry Workers’ Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Vendor’s employees engaged in the performance of the work or services, as well as Employer’s Liability insurance. Vendor waives all rights against the Lead Contracting Agency and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the Workers’ Compensation and Employer’s Liability or commercial umbrella liability insurance obtained by Vendor pursuant to this Agreement. 5.4 Insurance required herein shall not be permitted to expire, be canceled, or materially changed without thirty days (30 days) prior written notice to the Lead Contracting Agency. 5.5 The foregoing terms of this Article apply only between Vendor and the Lead Contracting Agency. Insurance required by any Participating Agency may be addressed in the EUAA. ARTICLE 6 – INDEMNIFICATION AND HOLD HARMLESS 6.1 Vendor agrees that it shall indemnify, defend and hold harmless Lead Contracting Agency, its respective officials, directors, employees, members and agents (collectively, the “Indemnitees”), from and against any and all damages, claims, losses, expenses, costs, obligations and liabilities (including, without limitation, reasonable attorney’s fees), suffered directly or indirectly by any of the Indemnitees to the extent of, or arising out of, (i) any breach of any covenant, representation or warranty made by Vendor in this Agreement, (ii) any failure by Vendor to perform or fulfill any of its obligations, covenants or agreements set forth in this Agreement, (iii) the negligence or intentional misconduct of Vendor, any subcontractor of Vendor, or any of their respective employees or agents, (iv) any failure of Vendor, its subcontractors, or their respective employees to comply with any Applicable Law, (v) any litigation, proceeding or claim by any third party relating in any way to the obligations of Vendor under this Agreement or Vendor’s performance under this Agreement, (vi) any Employee Taxes or Unemployment Insurance, or (vii) any claim alleging that the Products and Services or any part thereof infringe any third party’s U.S. patent, copyright, trademark, trade secret or other intellectual property interest. Such obligation to indemnify shall not apply where the damage, claim, loss, expense, cost, obligation or liability is due to the breach of this Agreement by, or negligence or willful misconduct of, Lead Contracting Agency or its officials, directors, employees, agents or contractors. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. The indemnity obligations of Vendor under this Article shall survive the expiration or termination of this Agreement for two years. 6.2 LIMITATION OF LIABILITY: IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES IN CONNECTION WITH OR ARISING OUT OF THIS AGREEMENT, INCLUDING, BUT NOT LIMITED TO, DAMAGES FOR INJURIES TO PERSONS OR TO PROPERTY OR LOSS OF PROFITS OR LOSS OF FUTURE BUSINESS OR REPUTATION, WHETHER BASED ON TORT OR BREACH OF CONTRACT OR OTHER BASIS, EVEN IF IT HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. 6.3 The same terms, conditions and pricing of this Agreement may be extended to government members of National Purchasing Partners, LLC. In the event the terms of this Agreement are extended to other government members, each government member (procuring party) shall be solely responsible for the ordering of Products and Services under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a procuring party, and the procuring party shall hold non- procuring parties or unrelated purchasing parties harmless from any liability that may arise from action or inaction of the procuring party. 327 7 ARTICLE 7 – WARRANTIES Purchaser shall refer to Vendor’s Proposal for all Vendor and manufacturer express warranties, as well as those warranties provided under Attachment B herein. ARTICLE 8 – RESERVED ARTICLE 9 – RESERVED ARTICLE 10 - COMPLIANCE WITH LAWS 10.1 Vendor agrees to comply with all Applicable Laws and at Vendor’s expense, secure and maintain in full force during the term of this Agreement, all licenses, permits, approvals, authorizations, registrations and certificates, if any, required by Applicable Laws in connection with the performance of its obligations hereunder. At Purchaser’s request, Vendor shall provide to Purchaser copies of any or all such licenses, permits, approvals, authorizations, registrations and certificates. 10.2 Purchaser has taken all required governmental action to authorize its execution of this Agreement and there is no governmental or legal impediment against Purchaser’s execution of this Agreement or performance of its obligations hereunder. ARTICLE 11 – PUBLICITY / CONFIDENTIALITY/ INTELLECTUAL PROPERTY AND LICENSING 11.1 No news releases, public announcements, advertising materials, or confirmation of same, concerning any part of this Agreement or any Purchase Order issued hereunder shall be issued or made without the prior written approval of the Parties. Neither Party shall in any advertising, sales materials or in any other way use any of the names or logos of the other Party without the prior written approval of the other Party. 11.2 Any knowledge or information which Vendor or any of its affiliates shall have disclosed or may hereafter disclose to Purchaser, and which in any way relates to the Products and Services covered by this Agreement shall not, unless otherwise designated by Vendor, be deemed to be confidential or proprietary information, and shall be acquired by Purchaser, free from any restrictions, as part of the consideration for this Agreement. 11.3 Purchaser hereby agrees and acknowledges that Vendor (USDD) owns all rights, title, and interest in and to the Intellectual Property. Purchaser agrees to not remove, obscure, or alter USDD’s or any third party’s copyright notice, trademarks, or other proprietary rights notices affixed to or contained within or accessed in conjunction with or through USDD’s products. Nothing herein shall be deemed to give, transfer, or convey to Purchaser any rights in the Intellectual Property other than the license to use the Software, as set forth below. 11.4 At all times that Purchaser is in compliance with the terms of this MPA and any applicable EUAA, Purchaser shall have a non-exclusive, non-transferable, fully paid license to use the Software in conjunction with the Products and Services. 328 8 ARTICLE 12 - RIGHT TO AUDIT Subject to Vendor’s reasonable security and confidentiality procedures, Purchaser, or any third party retained by Purchaser, may at any time upon prior reasonable notice to Vendor, during normal business hours, audit the books, records and accounts of Vendor to the extent that such books, records and accounts pertain to sale of any Products and Services hereunder or otherwise relate to the performance of this Agreement by Vendor. Vendor shall maintain all such books, records and accounts for a period of at least three (3) years after the date of expiration or termination of this Agreement. The Purchaser’s right to audit under this Article 12 and Purchaser’s rights hereunder shall survive the expiration or termination of this Agreement for a period of three (3) years after the date of such expiration or termination. ARTICLE 13 - REMEDIES Except as otherwise provided herein, any right or remedy of Vendor or Purchaser set forth in this Agreement shall not be exclusive, and, in addition thereto, Vendor and Purchaser shall have all rights and remedies under Applicable Law, including without limitation, equitable relief. The provisions of this Article shall survive the expiration or termination of this Agreement. ARTICLE 14 - RELATIONSHIP OF PARTIES Vendor is an independent contractor and is not an agent, servant, employee, legal representative, partner or joint venture of Purchaser. Nothing herein shall be deemed or construed as creating a joint venture or partnership between Vendor and Purchaser. Neither Party has the power or authority to bind or commit the other. ARTICLE 15 - NOTICES All notices required or permitted to be given or made in this Agreement shall be in writing. Such notice(s) shall be deemed to be duly given or made if delivered by hand, by certified or registered mail or by nationally recognized overnight courier to the address specified below: If to Lead Contracting Agency: LEAGUE OF OREGON CITIES 1201 Court St. NE Suite 200 Salem OR 97301 ATTN: Jamie Johnson-Davis Email: rfp@ORCities.org If to Vendor: US DIGITAL DESIGNS, INC. 1835 E. Sixth Street Suite 27 Tempe AZ 85281 ATTN: Erik Hanson Email: ehanson@usdd.com 329 9 Either Party may change its notice address by giving the other Party written notice of such change in the manner specified above. ARTICLE 16 - FORCE MAJEURE Except for Purchaser’s obligation to pay for Products and Services delivered, delay in performance or non-performance of any obligation contained herein shall be excused to the extent such failure or non- performance is caused by force majeure. For purposes of this Agreement, “force majeure” shall mean any cause or agency preventing performance of an obligation which is beyond the reasonable control of either Party hereto, including without limitation, fire, flood, sabotage, shipwreck, embargo, strike, explosion, labor trouble, accident, riot, acts of governmental authority (including, without limitation, acts based on laws or regulations now in existence as well as those enacted in the future), acts of nature, and delays or failure in obtaining raw materials, supplies or transportation. A Party affected by force majeure shall promptly provide notice to the other, explaining the nature and expected duration thereof, and shall act diligently to remedy the interruption or delay if it is reasonably capable of being remedied. In the event of a force majeure situation, deliveries or acceptance of deliveries that have been suspended shall not be required to be made upon the resumption of performance. ARTICLE 17 - WAIVER No delay or failure by either Party to exercise any right, remedy or power herein shall impair such Party’s right to exercise such right, remedy or power or be construed to be a waiver of any default or an acquiescence therein; and any single or partial exercise of any such right, remedy or power shall not preclude any other or further exercise thereof or the exercise of any other right, remedy or power. No waiver hereunder shall be valid unless set forth in writing executed by the waiving Party and then only to the extent expressly set forth in such writing. ARTICLE 18 - PARTIES BOUND; ASSIGNMENT This Agreement shall inure to the benefit of and shall be binding upon the respective successors and assigns of the Parties hereto, but it may not be assigned in whole or in part by Vendor without prior written notice to Purchaser which shall not be unreasonably withheld or delayed. ARTICLE 19 - SEVERABILITY To the extent possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under Applicable Law. If any provision of this Agreement is declared invalid or unenforceable, by judicial determination or otherwise, such provision shall not invalidate or render unenforceable the entire Agreement, but rather the entire Agreement shall be construed as if not containing the particular invalid or unenforceable provision or provisions and the rights and obligations of the Parties shall be construed and enforced accordingly. ARTICLE 20 - INCORPORATION; ENTIRE AGREEMENT 20.1 All the provisions of the Attachments hereto are hereby incorporated herein and made a part of this Agreement. In the event of any apparent conflict between any provision set forth in the main body of this Agreement and any provision set forth in the Attachments, including the RFP and/or Vendor’s Proposal, the provisions shall be interpreted, to the extent possible, as if they do not conflict. If such an interpretation is not possible, the provisions set forth in the main body of this Agreement shall control. 330 10 20.2 This Agreement (including Attachments and Contract Documents hereto) constitutes the entire Agreement of the Parties relating to the subject matter hereof and supersedes any and all prior written and oral agreements or understandings relating to such subject matter. ARTICLE 21 - HEADINGS Headings used in this Agreement are for convenience of reference only and shall in no way be used to construe or limit the provisions set forth in this Agreement. ARTICLE 22 - MODIFICATIONS This Agreement may be modified or amended only in writing executed by Vendor and the Lead Contracting Agency. The Lead Contracting Agency and each Participating Agency contracting hereunder acknowledge and agree that any agreement entered into in connection with any Purchase Order hereunder shall constitute a modification of this Agreement as between the Vendor and the Participating Agency. Any modification of this Agreement as between Vendor and any Participating Agency shall not be deemed a modification of this Agreement for the benefit of the Lead Contracting Agency or any other Participating Agency. ARTICLE 23 - GOVERNING LAW This Agreement shall be governed by and interpreted in accordance with the laws of the State of Oregon or in the case of a Participating Agency’s use of this Agreement, the laws of the State in which the Participating Agency exists, without regard to its choice of law provisions. ARTICLE 24 - COUNTERPARTS This Agreement may be executed in counterparts all of which together shall constitute one and the same Agreement. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the day and year last written below. PURCHASER: Signature: ____________________________________ Printed Name: Title: ____________________________________________ LEAGUE OF OREGON CITIES Dated: ____________________________ VENDOR: 331 11 Signature: ______________________________ Printed Name: Title: _____________________________ US Digital Designs, Inc. Dated: ____________________________ 332 12 ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES The following is the catalog pricing and a fixed 10% discount pricing provided by USDD under this Response. The pricing is derived from USDD’s latest catalog pricing (March 2020): DISPATCH SYSTEM INTERFACES Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE Radio System Interface (Full Console Interface) - Requires (owner-furbished) dedicated console, specifically and solely tasked for Station Alerting) RSI-P $ 13,650.00 10% $ 12,285.00 CAD Interface - TBD (USDD-side Only - Customer responsibility to discuss CAD-side costs (if any) with their vendor) CADI-P $ 11,950.00 10% $ 10,755.00 DISPATCH SYSTEM COMPONENTS Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE G2 Communications Gateway Pair (Hardware for CAD interface) 2@1RU each (2RU Total) G2-GW $ 10,425.00 10% $ 9,382.50 G2 Gateway Audio Radio Interface (GaRi) - Kitted with Flange-Mount, Rack-Mount Adapter Available if needed GaRI2 $ 2,450.00 10% $ 2,205.00 Rack-Mount Adapter Plate - Mounts (up to) 2 GaRI2s in 19" Rack GaRI2-RMP $ 52.00 10% $ 46.80 G2 HDTV REMOTE Module (TV & Electrical Outlet by Others) TVR $ 975.00 10% $ 877.50 G2 Light Tower Interface LTI $ 575.00 10% $ 517.50 DISPATCH SYSTEM SERVICES Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE Gateway Configuration & Modifications GW-CM $ 310.00 10% $ 279.00 Gateway Installation / On-Site BY USDD (with direct coordinated assistance by authorized customer CAD, Radio & IT personnel) GW-I-O $ 875.00 10% $ 787.50 333 13 Gateway Installation / BY CUSTOMER (with REMOTE ASSISTANCE by USDD Personnel) GW-I-C $ 325.00 10% $ 292.50 Gateway Start-Up / On-Site BY USDD (with direct coordinated assistance by authorized customer CAD, Radio & IT personnel) GW-SU-O $ 5,925.00 10% $ 5,391.75 Gateway Project Management GW-PM $ - 10% $ - Training - System Administrator / Dispatch Supervisor - On-Site (4 Hours) TRA-DIS-O $ 4,025.00 10% $ 3,622.50 Training - System Administrator / Dispatch Supervisor - Remote Refresh (4 Hours) TRA-DIS-R $ 1,200.00 10% $ 1,080.00 Training - Station-Level Configuration and Equipment Usage - On-Site (4 Hours) TRA-STA-O $ 4,025.00 10% $ 3,622.50 Training - Station-Level Configuration and Equipment Usage - Remote Refresh (4 Hours) TRA-STA-R $ 1,200.00 10% $ 1,080.00 Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-O $ 5,325.00 10% $ 4,792.50 Training - Installation Contractor - At Arizona Training Center / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-AZ $ 2,725.00 10% $ 2,452.50 DISPATCH MOBILE ALERTING APP LICENSES Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE G2 MOBILE FSAS APP - Single Device License / Per Year Cost ($9.00 / $8.10 per Month) APP-DLA $ 108.00 10% $ 97.20 DISPATCH MAPPING COMPONENTS Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE 334 14 G2 FSA Mapping Server (Hardware for mapping interface) 1@2RU ONLY NEED TO INCLUDE IF YOU DO NOT WISH USDD TO HOST. Would contain only your data / Accessible only to your system. MAP-CUS $ 4,625.00 10% $ 4,162.50 DISPATCH MAPPING SERVICES Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE G2 FSA Mapping Server - Yearly Hosting Cost (Cloud/USDD Hosted) Using National Street Data we provide, as-is MAP-CLD $ 1,540.00 10% $ 1,386.00 System Configuration and Modification for Mapping MAP-CM $ 310.00 10% $ 279.00 Customer-Hosted Mapping Server Configuration and Start-up MAP-CSU-O $ 5,925.00 10% $ 5,332.50 Mapping Gateway Project Management MAP-PM $ 415.00 10% $ 373.50 Training - Mapping Service - On-Site (4 Hours) MAP-TRN-O $ 4,025.00 10% $ 3,622.50 Training - Mapping Services - At Arizona Training Center MAP-TRN- AZ $ 1,600.00 10% $ 1,440.00 Training - Mapping Services - Remote Refresh (4 Hours) MAP-TRN-R $ 1,200.00 10% $ 1,080.00 DISPATCH SYSTEM WARRANTY & SUPPORT Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS DISPATCH SYSTEM (or Component): Telephone / Remote Access Support (8:00 AM - 5:00 PM MST) PLEASE NOTE: An additional 6 months (for total of 18 months/1.5 years) of initial warranty has been offered by USDD for no additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) RS-1YR- STD $ - 10% $0.00 335 15 [STANDARD] EACH ADDITIONAL YEAR (12-Months) WARRANTY & SUPPORT FOR THIS DISPATCH SYSTEM (or Component): Telephone / Remote Access Support (8:00 AM - 5:00 PM MST) IF QUANTITY '0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD RS-AYR- STD $ - 10% $ - LEGANCY SYSTEM MODERIZATION & EXPANSION COMPONENTS (to upgrade/update/expand previously-installed, existing systems) Description Part No. US List Unit DISCOUNT OFF LIST LOC PRICE Mixer - G2 Power, Audio & Ethernet (24 devices) - Version 2 MIXR-IP $ 1,440.00 10% $ 1,296.00 Power Supply, Phoenix G2 System, 48 Vdc, 1200 VA plus 12 Vdc output for Station Radio PS-G248p12v2 $ 2,105.00 10% $ 1,894.50 UPS - Rack Mount (1500VA) (Each ATX Needs x1/ Each Mixer Needs x1) UPS-RM $ 1,100.00 10% $ 990.00 Ethernet Switch, Rack Mount, 26-port Gigabit Smart Switch SRW226G4 $ 540.00 10% $ 486.00 CONTROL MODULE for 70V AUDIO Systems. Includes (1) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (4) audio circuits. IOR-70V-SW4- V1 $ 1,550.00 10% $ 1,395.00 CONTROL MODULE for 70V AUDIO Systems. Includes (2) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (8) audio circuits. IOR_70V-SW8- V1 $ 3,100.00 10% $ 2,790.00 STATION SYSTEM SERVICE PARTS Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE ATX Mother Board - Replacement for Damaged or EOL Original ATX-MBR $ 8,010.00 10% $ 7,209.00 G2 Station Controller Software Upgrade - to ATX Station Controller G2-SCSU $ 10,800.00 10% $ 9,720.00 ATX Network Switch (non-PoE) - 16-Port 10/100 - Replacement for Damaged or EOL Original Only ATX-NSR $ 320.00 10% $ 288.00 ATX TouchPanel Computer - Replacement for Damaged or EOL Original (ships with new door assembly) ATX-TPR $ 6,875.00 10% $ 6,187.50 336 16 STATION SYSTEM LICENSES Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE G2 VOICEALERT - Single Station License. VA $ 1,030.00 10% $ 927.00 G2 MOBILE FSAS APP - Single Device License. G2-APP-DLI $ 108.00 10% $ 97.20 STATION SYSTEM CONTROL COMPONENTS Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $ 21,750.00 10% $ 19,575.00 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ 7,325.00 10% $ 6,592.50 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 10% $ 48.60 Base Plate for ATX or EXP ATX-P $ 54.00 10% $ 48.60 ATX UPS, Standard UPS-STD $ 923.00 10% $ 830.70 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 57.00 10% $ 51.30 STATION SYSTEM PERIPHERAL COMPONENTS Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE Audio Amplifier, External, Standard AMP $ 987.00 10% $ 888.30 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 66.00 10% $ 59.40 G2 COLOR INDICATOR REMOTE Module - Up to 8 unique colors CIR $ 725.00 10% $ 652.50 G2 HDTV REMOTE Module (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR $ 975.00 10% $ 877.50 Flat Panel Monitor / Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FP-43 $ 1,377.57 10% $ 1,239.81 Flat Panel/TV Mount - Universal 23"-46" Tilt FPM-U $ 107.86 10% $ 97.07 G2 I/O REMOTE Module w/ 8 In & 8 Out IOR $ 1,275.00 10% $ 1,147.50 Push Button, Standard (Black) PB-B $ 110.00 10% $ 99.00 Push Button, Emergency (Red) PB-R $ 110.00 10% $ 99.00 337 17 G2 MESSAGE REMOTE 2 Module (2017 Version 2) MR2 $ 1,275.00 10% $ 1,147.50 G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12" Active Screen Width / Turn Out Timing ONLY MS-G-M $ 915.00 10% $ 823.50 G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24" Active Screen Width MS-G-S $ 1,050.00 10% $ 945.00 G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36" Active Screen Width MS-G-E $ 1,575.00 10% $ 1,417.50 MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS-G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-S $ 38.00 10% $ 34.20 MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS-G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-D $ 49.00 10% $ 44.10 MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. MS-HK $ 73.00 10% $ 65.70 MS Mount - Articulating, Long reach MS-MNT-ART-L $ 287.00 10% $ 258.30 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $ 2,025.00 10% $ 1,822.50 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 10% $ 41.40 RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) 3/4" conduit knock-outs. RR2-SMB $ 175.00 10% $ 157.50 G2 SPEAKER - LED Illuminated - FLUSH Mount, 70v SPK-LED-FM $ 325.00 10% $ 292.50 G2 SPEAKER - LED Illuminated - SURFACE Mount (Metal Box), 70v SPK-LED-SM $ 325.00 10% $ 292.50 G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (typically requires MR2 for power/signal/control) SPK-OAS $ 815.00 10% $ 733.50 SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14") I-Beam SPK-OAS-BFC $ 13.00 10% $ 11.70 SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T- Bar in Suspended Ceiling SPK-OAS-DCB $ 48.00 10% $ 43.20 SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT - for mounting directly to hard ceiling SPK-OAS-SMB $ 42.00 10% $ 37.80 338 18 SPEAKER - STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 10% $ 76.50 SPEAKER - STANDARD, SURFACE Mount (Metal Box), 70v SPK-STD-SM $ 85.00 10% $ 76.50 SPEAKER - APP BAY/OUTDOOR - Weatherized, Surface Mount, 70v SPK-W-SM $ 310.00 10% $ 279.00 G2 Strobe Light / Red LED STR $ 550.00 10% $ 495.00 Transformer, 8ohm to 70V, External XFMR $ 53.00 10% $ 47.70 VIDEO DOOR STATION - Doorbell & Camera that ties into G2 FSAS (HDTV Remote) - Includes Power Injector VDS $ 1,700.00 10% $ 1,530.00 STATION SYSTEM SERVICES Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE Station Installation (Estimate Only - Pending final authorized system design submission to G2 Trained/Certified Contractor for installation quote to include in final turnkey project pricing) ST-INST $ - 10% $ - Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST $ - 10% $ - Station Configuration & Start-Up ST-SU $ - 10% $ - Station Project Management ST-PM $ - 10% $ - Station Engineering / Design Services ST-ES $ - 10% $ - Station Documentation ST-DM $ - 10% $ - Station Training - Configuration and Equipment. On-Site @ Station. 4 Hours, 1 Visit. (for Technical Services Staff) TRA-UT-O $ 4,025.00 10% $ 3,622.50 Station Training - User/Technician / Remote Refresh (2 Hours) TRA-UT-R $ 600.00 10% $ 540.00 Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours (TBD - only needed if requied to use non-certified contractor) TRA-IC-O $ 5,325.00 10% $ 4,792.50 Training - Installation Contractor - At Arizona Training Center / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non- certified contractor) TRA-IC-AZ $ 2,725.00 10% $ 2,452.50 339 19 STATION SYSTEM WARRANTY & SUPPORT Description Part No. US LIST PRICE DISCOUNT OFF LIST LOC PRICE [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): Telephone / Remote Access Support (8:00 AM - 5:00 PM MST) PLEASE NOTE: An additional 6 months (for total of 18 months/1.5 years) of initial warranty has been offered by USDD for no additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) RS-1YR-STD $ - 10% $ - [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone / Remote Access Support (8:00 AM - 5:00 PM MST) IF QUANTITY '0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD RS-AYR-STD $ - 10% $ - Pricing contained in this Attachment A shall be extended to all NPPGov members upon execution of the Intergovernmental Agreement. Participating Agencies may purchase from Vendor’s authorized dealers and distributors, as applicable, provided the pricing and terms of this Agreement are extended to Participating Agencies by such dealers and distributors. Vendor’s authorized dealers and distributors, as applicable, are identified in a [list, link found at http:], as may be updated from time to time. [ A current list may be obtained from Vendor.] 340 20 ATTACHMENT B to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL SELLER WARRANTIES To the extent possible, Vendor will make available all warranties from third party manufacturers of Products not manufactured by Vendor, as well as any warranties identified in this Agreement and Vendor’s Proposal. 341 21 ATTACHMENT C to Master Price Agreement by and between VENDOR and PURCHASER. PARTICIPATING AGENCIES The Lead Contracting Agency in cooperation with National Purchasing Partners (NPPGov) entered into this Agreement on behalf of other government agencies that desire to access this Agreement to purchase Products and Services. Vendor must work directly with any Participating Agency concerning the placement of orders, issuance of the purchase orders, contractual disputes, invoicing, and payment. The Lead Contracting Agency shall not be held liable for any costs, damages, etc., incurred by any Participating Agency. Any subsequent contract entered into between Vendor and any Participating Agency shall be construed to be in accordance with and governed by the laws of the State in which the Participating Agency exists. Each Participating Agency is directed to execute an Intergovernmental Cooperative Purchasing Agreement (“IGA”), as set forth on the NPPGov web site, www.nppgov.com. The IGA allows the Participating Agency to purchase Products and Services from the Vendor in accordance with each Participating Agency’s legal requirements as if it were the “Purchaser” hereunder. 342 22 ATTACHMENT D to Master Price Agreement by and between VENDOR and PURCHASER. Vendor’s Proposal (The Vendor’s Proposal is not attached hereto.) (The Vendor’s Proposal is incorporated by reference herein.) 343 23 ATTACHMENT E to Master Price Agreement by and between VENDOR and PURCHASER. Purchaser’s Request for Proposal (The Purchaser’s Request for Proposal is not attached hereto.) (The Purchaser’s Request for Proposal is incorporated by reference herein.) 344 24 ATTACHMENT F to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL VENDOR TERMS OF PURCHASE, IF ANY. 345 Certificate Of Completion Envelope Id: 04DEFD12C26D4B3F81D4C0D4EBD2193A Status: Completed Subject: Please DocuSign: MPA 2020 Between LOC and US Digital - MS FINAL V2.pdf Source Envelope: Document Pages: 24 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Bill DeMars AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 1100 Olive Way Suite 1020 Seattle, WA 98101 bill.demars@nppgov.com IP Address: 24.16.218.197 Record Tracking Status: Original 6/2/2020 2:02:57 PM Holder: Bill DeMars bill.demars@nppgov.com Location: DocuSign Signer Events Signature Timestamp Dominic Magnoni dmagnoni@usdd.com VP - General Manager Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 24.250.118.109 Sent: 6/2/2020 2:08:17 PM Viewed: 6/2/2020 2:21:32 PM Signed: 6/2/2020 2:21:48 PM Electronic Record and Signature Disclosure: Accepted: 6/2/2020 2:21:32 PM ID: b9c395fc-1f9f-434e-a1d6-7e4263b2ca29 Mike Cully mcully@orcities.org Executive Director Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 71.63.237.219 Sent: 6/2/2020 2:08:17 PM Resent: 6/2/2020 2:21:51 PM Viewed: 6/2/2020 2:35:36 PM Signed: 6/2/2020 2:35:52 PM Electronic Record and Signature Disclosure: Accepted: 6/2/2020 2:35:36 PM ID: 4e158c3c-bc36-43e3-865d-b3609ff6b081 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps 346 Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 6/2/2020 2:21:51 PM Certified Delivered Security Checked 6/2/2020 2:35:36 PM Signing Complete Security Checked 6/2/2020 2:35:52 PM Completed Security Checked 6/2/2020 2:35:52 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure 347 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, National Purchasing Partners (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. ! 348 How to contact National Purchasing Partners: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: bruce.busch@mynpp.com To advise National Purchasing Partners of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at bruce.busch@mynpp.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from National Purchasing Partners To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to bruce.busch@mynpp.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with National Purchasing Partners To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to bruce.busch@mynpp.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. 349 Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify National Purchasing Partners as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by National Purchasing Partners during the course of my relationship with you. 350 First Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Amend Attachment A in its Entirety This Amendment to the Master Price Agreement is entered into this 8TH day of June 2022 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and US DIGITAL DESIGNS, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Vendor desires to amend in its entirety Attachment A as permitted under the terms of the Master Price Agreement; and WHEREAS, Vendor has provided notice, on or about June 1, 2022, to amend in its entirety Attachment A of the Master Price Agreement; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect all of the changes to Attachment A. NOW, THEREFORE, Purchaser and Vendor enter into the following: 351 AMENDMENT TO MASTER PRICE AGREEMENT 1. Amend in Entirety. Attachment A to the Master Price Agreement shall be amended in its entirety to reflect the following: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES The following is the catalog pricing and a fixed 10% discount pricing provided by USDD under the Contract. The pricing is derived from USDD’s latest catalog pricing (June 1, 2022) DISPATCH LEVEL SYSTEM Product /Service Description Part No USDD List Discoun t LOC Price Radio System Interface (Full Console Interface) – To L3Harris SYMPHONY (Requires Applications Server (DA2) and owner-furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI- SYMP $13,650.00 10% $12,285.00 Radio System Interface (Full Console Interface) – To L3Harris MAESTRO (Requires owner-furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI- MAES $13,650.00 10% $12,285.00 Radio System Interface (Full Console Interface) – To Motorola MCC7500 (Requires owner-furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI- MCC7 $13,650.00 10% $12,285.00 CAD Interface – TBD (USDD-side Only – Customer responsibility to discuss CAD-side costs (if any) with their vendor) CADI-P $14,25000 10% $12,825.00 G2 Communications Gateway Pair (Hardware for CAD interface) 2@1RU each (2RU Total) G2-GW $10,425.00 10% $9,382.50 G2 Communications Gateway – VMWare Virtual (Software for Controller with Install Assistance) G2-VM $10,425.00 10% $9,382.50 G2 Gateway Audio Radio Interface (Garib) – Kitted with Flange-Mount, Rack-Mount Adapter Available if needed GaRI2 $2,450.00 10% $2,205.00 Rack-Mount Adapter Plate – Mounts (up to) 2 GaRI2s in 19” Rack GaRI2- RMP $65.00 10% $58.50 G2 TV REMOTE Module, For Dispatch-Level Information (TV & Electrical Outlet by Others) TVR-D $975.00 10% $877.50 G2 Light Tower Interface LTI $675.00 10% $607.50 Training – System Administrator / Dispatch Supervisor – On-Site (4 Hours) TRA-DIS- O $4,425.00 10% $3,982.50 Training – System Administrator / Dispatch Supervisor - @ USDD HQ (4 Hours) TRA-DIS- AZ $1,550.00 10% $1,395.00 Training – System Administrator / Dispatch Supervisor – Remote Refresh (4 Hours) TRA-DIS- R $1,3250.00 10% $1,192.50 Training – Station-Level Configuration and Equipment Usage – On-Site (4 Hours) TRA-STA- O $4,425.00 10% $3,982.50 352 3 Training – Station-Level Configuration and Equipment Usage - @ USDD AZ-HQ (4 Hours) TRA-STA- AZ $1,550.00 10% $1,395.00 Training – Station-Level Configuration and Equipment Usage – Remote Refresh (4 Hours) TRA-STA- R $1,325.00 10% $1,192.50 Training – Installation Contractor – On-Site / USDD G2 Certification / 8 Hours (TBD – only needed if required to use non-certified contractor) TRA-IC-O $6,125.00 10% $5,512.50 Training – Installation Contractor – At Arizona Training Center / USDD G2 Certification / 8 Hours (TBD – only needed if required to use non-certified contractor) TRA-IC- AZ $3,125.00 10% $2,812.50 STATION LEVEL SYSTEM RETROFIT COMPONENTS (Integration into Legacy Systems and Legacy Conversion Mixer – G2 Power, Audio & Ethernet (24 devices) – Version 2 MIX4-IP $1,825.00 10% $1,642.50 Power Supply, Phoenix G2 System, 48 Vdc, 1200 VA plus 12 Vdc output for Station Radio PS-G248p v2 $2,150.00 10% $1,935.00 Ethernet Switch, Rack Mount, 26-port Gigabit Smart Switch SRW22 G4 $550.00 10% $495.00 UPS – Rack Mount (1500VA) (Each ATX Needs x1/ Each Mixer Needs x1) UPS-RM $1,150.00 10% $1,035.00 CONTROL MODULE for 70V AUDIO Systems. Includes (1) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (4) audio circuits. IOR-70V- SW4-V1 $1,850.00 10% $1,665.00 CONTROL MODULE for 70V AUDIO Systems. Includes (2) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (8) audio circuits. IOR_70V- SW8-V1 $3,650.00 10% $3,285.00 XX SPECIAL SYSTEM COMPONENTS & PRODUCTS (for replacement of damaged original parts / Critical Updates Only) 90-DAY WARRANTY ATX Mother Board – Replacement for Damaged or EOL Original ATX- MBR $8,250.00 10% $7,425.00 G2 Station Controller Software Upgrade – to ATX Station Controller G2-SCSU $10,800.00 10% $9,720.00 ATX Network Switch (non-PoE) – 16-Port 10/100 – Replacement for Damaged or EOL Original Only ATX-NSR $365.00 10% $328.50 ATX Network Switch (non-PoE) – 16-Port 10/100 – Replacement for Damaged or EOL Original Only ATX-TPR $6,875.00 10% $6,187.50 STATION SYSTEM LICENSES G2 VOICEALERT - Single Station License VA $1,030.00 10% $927.00 STATION SYSTEM CONTROLLER G2 ATX STATION CONTROLLER – Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $21,750.00 10% $19,575.00 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $7,325.00 10% $6,592.50 Rack Mount Ears for ATX or EXP ATX-E $64.00 10% $57.60 Base Plate for ATX or EXP ATX-P $64.00 10% $57.60 ATX UPS, Standard UPS-STD $923.00 10% $830.70 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $65.00 10% $57.60 STATION SYSTEM PERIPHERAL COMPONENTS 353 4 Audio Amplifier, External, Standard AMP $987.00 10% $888.30 Shelf, Under Table or Wall Mount, for 1U ½ Rack AMP-S $76.00 10% $68.40 G2 COLOR INDICATOR REMOTE Module – Up to 8 unique colors CIR 825.00 10% $742.50 G2 I/O REMOTE Module w/ 8 In & 8 Out IOR $1,3750.00 10% $1,237.50 Push Button, Standard (Black) PB-B $110.00 10% $99.00 Push Button, Emergency (Red) PB-R $110.00 10% $99.00 G2 LOCAL ALERTING REMOTE Module – Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level system is not available. Requires ATX PoE or PoE Injector. LAR $2,025.00 10% $1,822.50 POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components POI-INJ-1 $390.00 10% $351.00 G2 MESSAGE REMOTE 2 Module (2017 Version 2) MR2 $1,425.00 10% $1,282.50 G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12” Active Screen Width / Turn Out Timing ONLY MS-G-M $915.00 10% $823.50 G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24” Active Screen Width MS-G-S $1,050.00 10% $945.00 G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36” Active Screen Width MS-G-E $1,575.00 10% $1,417.50 MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS- G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-S $55.00 10% $49.50 MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS- G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-D $65.00 10% $58,50 MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. MS-HK $73.00 10% $65.70 MS Mount – Articulating, Long reach MS-MNT- ART-L $325.00 10% $292.50 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $2,025.00 10% $1,822.50 G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. RUI $2,025.00 10% $1,822.50 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $75.00 10% $67.50 RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) ¾” conduit knock-outs. RR2-SMB $175.00 10% $157.50 G2 SPEAKER – LED Illuminated – FLUSH Mount, 70v SPK-LED- FM $325.00 10% $292.50 G2 SPEAKER – LED Illuminated – SURFACE Mount (Metal Box), 70v SPK-LED- SM $325.00 10% $292.50 G2 SPEAKER – OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light Arrays – includes Cable Hanging Kit (typically requires MR2 for power/signal/control) SPK-OAS $875.00 10% $787.50 SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14”) I-Beam SPK-OAS- BFC $23.00 10% $20.70 SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T-Bar in Suspended Ceiling SPK-OAS- DCB $55.00 10% $49.50 354 5 SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT – for mounting directly to hard ceiling SPK-OAS- SMB $55.00 10% $49.50 SPEAKER – STANDARD, FLUSH Mount, 70v SPK-STD- FM $105.00 10% $94.50 SPEAKER – STANDARD, SURFACE Mount (Metal Box), 70v SPK-STD- SM $105.00 10% $76.50 SPEAKER – APP BAY/OUTDOOR – Weatherized, Surface Mount, 70v SPK-W- SM $325.00 10% $292.50 G2 Strobe Light / Red LED STR $575.00 10% $517.50 G2 TV REMOTE Module – For Station-Level Information (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR-S $975.00 10% $877.50 Flat Panel Monitor / Smart HDTV 40-43” (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FP-43 $1,100.00 10% $999.00 Flat Panel/TV Mount – Universal 23”-46” Tilt FPM-U $115.00 10% $103.50 Transformer, 8ohm to 70V, External XFMR $53.00 10% $47.70 VIDEO DOOR STATION – Doorbell & Camera that ties into G2 FSAS (HDTV Remote) – Includes Power Injector VDS $ 1,700.00 10% $1,530.00 Hourly Rates Description Cat. No. List Price Discount LOC Pricing Senior Software Engineer HR-SSE $325.00 10% $292.50 Software Engineer I HR-SE1 $310.00 10% $279.00 Field Training Representative HR-FTR $345.00 10% $310.00 Remote Training Representative HR-RTR $275.00 10% $247.50 Field Project Manager HR-FPM $275.00 10% $247.50 Remote Project Manager HR-RPM $225.00 10% $202.50 Service Technician HR-ST $165.00 10% $148.50 Integration Technician HR-IT $150.00 10% $135.00 OPTIONS Description Part No. List Price Discount LOC Pricing G2 FSA Applications Server (Hardware for mapping interface) 1@2RU ONLY NEED TO INCLUDE IF YOU DO NOT WISH USDD TO HOST. Would contain only your data / Accessible only to your system. APLS- SVR $ 4,625.00 10% $ 4,162.50 G2 MOBILE FSAS APP - Single Device License / Per Year Cost ($9.00 / $8.10 per Month) - for additional licenses over and above x24 provided with ATX Station Controller APP-DLA $ 108.00 10% $97.20 System Configuration and Modification for Applications Integrations APLS-CM $325.00 10% $292.50 Training - Application Services - On-Site (4 Hours) APLS- TRN- $4,425.00 10% $3,982.00 Training - Applications Services - At Arizona Training Center (4 Hours) APLS- TRN-AZ $1,550.00 10% $1,395.00 Training - Applications Services - Remote Refresh (4 Hours) APLS- TRN-R $1,325.00 10% $1,192.50 355 6 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020 shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: US DIGITAL DESIGNS, INC. _______________________________ Date _________________________ BY: ITS: !% $!"! #! " !% 356 Electronic Record and Signature Disclosure Certificate Of Completion Envelope Id: CF917C01217C47138314D788DFA36ABC Status: Completed Subject: Please DocuSign: Amendment 1 MPA 2020 US DIGITAL DESIGN FINAL.pdf Source Envelope: Document Pages: 6 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Marshall Stiles AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 17930 International Boulevard Suite 900 SeaTac, WA 98188 marshall.stiles@mynpp.com IP Address: 67.161.98.88 Record Tracking Status: Original 6/8/2022 3:22:27 PM Holder: Marshall Stiles marshall.stiles@mynpp.com Location: DocuSign Signer Events Signature Timestamp Erik Hanson ehanson@usdd.com Sales Manager Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Signed by link sent to ehanson@usdd.com Using IP Address: 98.177.47.70 Sent: 6/8/2022 3:26:05 PM Viewed: 6/10/2022 3:09:18 PM Signed: 6/10/2022 3:12:48 PM Electronic Record and Signature Disclosure: Accepted: 6/10/2022 3:09:18 PM ID: 4cc10a13-80a8-4b27-8f6b-33624357391a Patty Mulvihull pmulvihill@orcities.org Interim Executive Director Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Signed by link sent to pmulvihill@orcities.org Using IP Address: 65.152.168.162 Sent: 6/9/2022 1:34:20 PM Viewed: 6/9/2022 10:35:42 PM Signed: 6/9/2022 10:36:00 PM Electronic Record and Signature Disclosure: Accepted: 6/9/2022 10:35:42 PM ID: 4c22aa4d-0727-4804-9323-ff4c72862496 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Marshall Stiles marshall.stiles@mynpp.com Contract Administrator NPP & NPPGov Security Level: Email, Account Authentication (None) Using IP Address: 98.232.37.85 Viewed using mobile Sent: 6/10/2022 3:12:50 PM Viewed: 6/10/2022 3:21:16 PM 357 Certified Delivery Events Status Timestamp Electronic Record and Signature Disclosure: Not Offered via DocuSign Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 6/8/2022 3:26:05 PM Certified Delivered Security Checked 6/10/2022 3:21:16 PM Signing Complete Security Checked 6/9/2022 10:36:00 PM Completed Security Checked 6/10/2022 3:21:16 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure 358 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, National Purchasing Partners (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically !! #!"! #!"! 359 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact National Purchasing Partners: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: marshall.stiles@mynpp.com To advise National Purchasing Partners of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at bruce.busch@mynpp.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from National Purchasing Partners To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with National Purchasing Partners To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: 360 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: x You can access and read this Electronic Record and Signature Disclosure; and x You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and x Until or unless you notify National Purchasing Partners as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by National Purchasing Partners during the course of your relationship with National Purchasing Partners. 361 Second Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Company Name Change This Amendment to the Master Price Agreement is entered into this 9th day of November 2022 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and HONEYWELL INTERNATIONAL, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about June 10, 2022, and by this reference incorporated herein; and WHEREAS, Vendor desires to change the company name US DIGITAL DESIGNS, INC. to HONEYWELL INTERNATIONAL, INC. as permitted under the terms of the Master Price Agreement; and WHEREAS, Vendor has provided notice, on or about November 8, 2022, that Vendor had acquired US DIGITAL DESIGNS, INC., and to update the company name to HONEYWELL INTERNATIONAL, INC. in the Master Price Agreement; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the company name change. NOW, THEREFORE, Purchaser and Vendor enter into the following: 362 2 AMENDMENT TO MASTER PRICE AGREEMENT 1. Company Name Change. Any reference to US DIGITAL DESIGNS, INC. in the Master Price Agreement shall be updated to HONEYWELL INTERNATIONAL, INC. 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: HONEYWELL INTERNATIONAL, INC. _______________________________ Date _________________________ BY: ITS: #& #& !!%"#" !$"!# ! 363 Certificate Of Completion Envelope Id: B7803907593F4B718DB29F5FF6AA2532 Status: Completed Subject: Complete with DocuSign: Amendment 2 MPA 2020 HONEYWELL FINAL.pdf Source Envelope: Document Pages: 2 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Marshall Stiles AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 17930 International Boulevard Suite 900 SeaTac, WA 98188 marshall.stiles@mynpp.com IP Address: 67.161.98.32 Record Tracking Status: Original 11/9/2022 12:43:58 PM Holder: Marshall Stiles marshall.stiles@mynpp.com Location: DocuSign Signer Events Signature Timestamp Asim Akram, General Manaer Asim.akram@honeywell.com General Manager Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 174.209.34.251 Signed using mobile Sent: 11/9/2022 3:19:46 PM Viewed: 11/9/2022 3:20:11 PM Signed: 11/9/2022 3:20:31 PM Electronic Record and Signature Disclosure: Accepted: 11/9/2022 3:20:11 PM ID: 30a4fa52-9ae4-4ec8-b6c9-c95f8f8ed9bc Patty Mulvihull pmulvihill@orcities.org Interim Executive Director Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 63.64.125.122 Sent: 11/10/2022 12:52:27 PM Viewed: 11/10/2022 1:02:13 PM Signed: 11/10/2022 1:02:25 PM Electronic Record and Signature Disclosure: Accepted: 11/10/2022 1:02:13 PM ID: 7a102c0b-6755-42b1-bfab-0162e0d91ae5 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Marshall Stiles marshall.stiles@mynpp.com Contract Administrator NPP & NPPGov Security Level: Email, Account Authentication (None) Using IP Address: 66.212.64.166 Sent: 11/9/2022 3:20:33 PM Viewed: 11/10/2022 12:52:27 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign 364 Carbon Copy Events Status Timestamp Maribeth Kascht maribeth.kascht@honeywell.com Security Level: Email, Account Authentication (None) Sent: 11/9/2022 3:19:47 PM Viewed: 11/10/2022 3:00:53 PM Electronic Record and Signature Disclosure: Accepted: 11/9/2022 3:17:31 PM ID: 1208446e-b0ba-4da3-8d1e-953c50a14e7c Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 11/9/2022 12:49:49 PM Certified Delivered Security Checked 11/10/2022 1:02:13 PM Signing Complete Security Checked 11/10/2022 1:02:25 PM Completed Security Checked 11/10/2022 1:02:25 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure 365 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, National Purchasing Partners (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically #! !#$!" "$!!# !#"!# "!!!##&$%$!#"# 366 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact National Purchasing Partners: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: marshall.stiles@mynpp.com To advise National Purchasing Partners of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at bruce.busch@mynpp.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from National Purchasing Partners To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with National Purchasing Partners To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: 367 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: x You can access and read this Electronic Record and Signature Disclosure; and x You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and x Until or unless you notify National Purchasing Partners as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by National Purchasing Partners during the course of your relationship with National Purchasing Partners. 368 Third Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Amend Attachment A in its Entirety This Amendment to the Master Price Agreement is entered into this 17th day of February 2023 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and HONEYWELL INTERNATIONAL, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about June 10, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about November 9, 2022, and by this reference incorporated herein; and WHEREAS, Vendor desires to amend the price list on Attachment A in its entirety as permitted under the terms of the Master Price Agreement; and WHEREAS, Vendor has provided notice, on or about February 17, 2023, to amend the price list on Attachment A in its entirety; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the new price list on Attachment A. NOW, THEREFORE, Purchaser and Vendor enter into the following: 369 2 AMENDMENT TO MASTER PRICE AGREEMENT 1. Updated Price List. Attachment A to the Master Price Agreement shall be amended in its entirety to reflect the following price list: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES DISPATCH LEVEL SYSTEM Product /Service Description Part No USDD List Discount LOC Price Radio System Interface (Full Console Interface) – To L3Harris SYMPHONY (Requires Applications Server (DA2) and owner-furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-SYMP $13,650.00 10% $12,285.00 Radio System Interface (Full Console Interface) – To L3Harris MAESTRO (Requires owner- furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-MAES $13,650.00 10% $12,285.00 Radio System Interface (Full Console Interface) – To Motorola MCC7500 (Requires owner-furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-MCC7 $13,650.00 10% $12,285.00 CAD Interface – TBD (USDD-side Only – Customer responsibility to discuss CAD-side costs (if any) with their vendor) CADI-U $14,25000 10% $12,825.00 G2 Communications Gateway Pair (Hardware for CAD interface) 2@1RU each (2RU Total) G2-GW $10,425.00 10% $9,382.50 G2 Communications Gateway – VMWare Virtual (Software for Controller with Install Assistance) G2-VM $10,425.00 10% $9,382.50 G2 Gateway Audio Radio Interface (Gari2) – Kitted with Flange-Mount, Rack-Mount Adapter Available if needed GaRI-2 $2,450.00 10% $2,205.00 G2 TV REMOTE Module, For Dispatch-Level Information (TV & Electrical Outlet by Others) TVR-R $975.00 10% $877.50 G2 Light Tower Interface LTI $675.00 10% $607.50 DISPATCH SYSTEM SERVICES Gateway Configuration & Modifications GW-CM $325.00 10% $292.50 Gateway Installation / On-Site BY USDD (with direct coordinated assistance by authorized customer CAD, Radio IT personnel) Varies by Geographic location GW-I-O N/A TBD by Quote TBD by Quote Gateway Installation / BY CUSTOMER (with REMOTE ASSISTANCE BY USDD PERSONNEL GW-I-C $375.00 10% $337.50 Gateway Start-Up / On-Site BY USDD (with direct coordinated assistance by authorized customer CAD, Radio & IT personnel) GW-SU-O $5,925.00 10% $5,332.50 Gateway Start-Up / BY USDD (Remotely completed with direct coodinaed assistance by authorized customer CAD, Radio & IT Personnel GW-SU-R $2,650.00 10% $2,385.00 Gateway Project Management GW-PM N/A TBD by Quote TBD by Quote Training - System Administrator / Dispatch Supervisor - at AZ Training Facility (4 Hours) TRA-DIS-A $1,550.00 10% $1,395.00 370 3 Training - System Administrator / Dispatch Supervisor - On-Site (4 Hours) TRA-DIS-O $4,425.00 10% $3,982.50 Training - System Administrator / Dispatch Supervisor - Remote Refresh (4 Hours) TRA-DIS-R $1,325.00 10% $1,192.50 Training - Station-Level Configuration and Equipment Usage - On-Site (4 Hours) TRA-STA-O $4,425.00 10% $3,982.50 Training - Station-Level Configuration and Equipment Usage - Remote Refresh (4 Hours) TRA-STA-R $1,325.00 10% $1,192.50 Training - Installation Contractor - At Arizona Training Center / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-AZ $3,125.00 10% $2,812.50 Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-O $ 6,125.00 10% $5,512.50 STATION LEVEL SYSTEM RETROFIT COMPONENTS (Integration into Legacy Systems and Legacy Conversion Mixer – G2 Power, Audio & Ethernet (24 devices) – Version 2 MIX4-IP $1,825.00 10% $1,642.50 Power Supply, Phoenix G2 System, 48 Vdc, 1200 VA plus 12 Vdc output for Station Radio G2-PWR $2,150.00 10% $1,935.00 Ethernet Switch, Rack Mount, 26-port Gigabit Smart Switch G2-LAN $550.00 10% $495.00 UPS – Rack Mount (1500VA) (Each ATX Needs x1/ Each Mixer Needs x1) UPS-RM $1,150.00 10% $1,035.00 CONTROL MODULE for 70V AUDIO Systems. Includes (1) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (4) audio circuits. IOR-4-70V $1,850.00 10% $1,665.00 CONTROL MODULE for 70V AUDIO Systems. Includes (2) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (8) audio circuits. IOR-8-70V $3,650.00 10% $3,285.00 XX SPECIAL SYSTEM COMPONENTS & PRODUCTS (for replacement of damaged original parts / Critical Updates Only) 90-DAY WARRANTY ATX Mother Board – Replacement for Damaged or EOL Original USDD- 0103SE $8,250.00 10% $7,425.00 G2 Station Controller Software Upgrade – to ATX Station Controller G2-SCSU $10,800.00 10% $9,720.00 ATX Network Switch (non-PoE) – 16-Port 10/100 – Replacement for Damaged or EOL Original Only ATX-LAN $365.00 10% $328.50 ATX Network Switch (non-PoE) – 16-Port 10/100 – Replacement for Damaged or EOL Original Only ATX-TPC $6,875.00 10% $6,187.50 STATION SYSTEM LICENSES G2 VOICEALERT - Single Station License G2-VA $1,030.00 10% $927.00 STATION SYSTEM CONTROLLER G2 ATX STATION CONTROLLER – Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $21,750.00 10% $19,575.00 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. ATX-EXP $7,325.00 10% $6,592.50 Rack Mount Ears for ATX or EXP ATX-E $64.00 10% $57.60 Base Plate for ATX or EXP ATX-P $64.00 10% $57.60 Timer (GPS) - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System TMR-GPS $51.00 10% $45.90 371 4 ATX UPS, Standard UPS-STD $923.00 10% $830.70 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $65.00 10% $58.50 STATION SYSTEM PERIPHERAL COMPONENTS Audio Amplifier, External, Standard AMP-70v $987.00 10% $888.30 Shelf, Under Table or Wall Mount, for 1U ½ Rack AMP-S $76.00 10% $68.40 G2 COLOR INDICATOR REMOTE Module – Up to 8 unique colors CIR 825.00 10% $742.50 G2 I/O REMOTE Module w/ 8 In & 8 Out IOR $1,3750.00 10% $1,237.50 Push Button, Standard (Black) PB-B $110.00 10% $99.00 Push Button, Emergency (Red) PB-R $110.00 10% $99.00 G2 LOCAL ALERTING REMOTE Module – Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level system is not available. Requires ATX PoE or PoE Injector. LAR $2,025.00 10% $1,822.50 POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components G2-POE $390.00 10% $351.00 G2 MESSAGE REMOTE 2 Module (2017 Version 2) MR-2 $1,425.00 10% $1,282.50 G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12” Active Screen Width / Turn Out Timing ONLY MS-G-M $915.00 10% $823.50 G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24” Active Screen Width MS-G-S $1,050.00 10% $945.00 G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36” Active Screen Width MS-G-E $1,575.00 10% $1,417.50 MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS-G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-S $55.00 10% $49.50 MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS-G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-D $65.00 10% $58,50 MS-G Hanger Kit. Hangs single or double (back-to- back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. MS-HK $73.00 10% $65.70 MS Mount – Articulating, Long reach MS-MNT $325.00 10% $292.50 G2 ROOM REMOTE 2 Module / 2017 version 2 RR-2 $2,025.00 10% $1,822.50 G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. RUI $2,025.00 10% $1,822.50 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $75.00 10% $67.50 RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) ¾” conduit knock- outs. RR2-SMB $175.00 10% $157.50 G2 SPEAKER – LED Illuminated – FLUSH Mount, 70v SPK-LED- FM $325.00 10% $292.50 G2 SPEAKER – LED Illuminated – SURFACE Mount (Metal Box), 70v SPK-LED- SM $325.00 10% $292.50 G2 SPEAKER – OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light Arrays – includes Cable Hanging Kit (typically requires MR2 for power/signal/control) SPK-OAS $875.00 10% $787.50 SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14”) I-Beam SPK-OAS- BFC $23.00 10% $20.70 372 5 SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T-Bar in Suspended Ceiling SPK-OAS- DCB $55.00 10% $49.50 SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT – for mounting directly to hard ceiling SPK-OAS- SMB $55.00 10% $49.50 SPEAKER – STANDARD, FLUSH Mount, 70v SPK-STD- FM $105.00 10% $94.50 SPEAKER – STANDARD, SURFACE Mount (Metal Box), 70v SPK-STD- SM $105.00 10% $76.50 SPEAKER – APP BAY/OUTDOOR – Weatherized, Surface Mount, 70v SPK-W-SM $325.00 10% $292.50 G2 Strobe Light / Red LED STR-2 $575.00 10% $517.50 G2 TV REMOTE Module – For Station-Level Information (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR-R $975.00 10% $877.50 Flat Panel Monitor / Smart HDTV 40-43” (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FPM-S $1,100.00 10% $999.00 Flat Panel/TV Mount – Universal 23”-46” Tilt FPM-U $115.00 10% $103.50 Transformer, 8ohm to 70V, External XFMR $53.00 10% $47.70 VIDEO DOOR STATION – Doorbell & Camera that ties into G2 FSAS (HDTV Remote) – Includes Power Injector VDS $ 1,700.00 10% $1,530.00 Hourly Rates Description Cat. No. List Price Discount LOC Pricing Senior Software Engineer HR-SS1 $325.00 10% $292.50 Software Engineer I HR-SE1 $310.00 10% $279.00 Field Training Representative HR-FTR $345.00 10% $310.00 Remote Training Representative HR-RTR $275.00 10% $247.50 Field Project Manager HR-FPM $275.00 10% $247.50 Remote Project Manager HR-RPM $225.00 10% $202.50 Service Technician HR-ST $165.00 10% $148.50 Integration Technician HR-IT $150.00 10% $135.00 OPTIONS Description Part No. List Price Discount LOC Pricing G2 FSA Applications Server (Hardware for mapping interface) 1@2RU ONLY NEED TO INCLUDE IF YOU DO NOT WISH USDD TO HOST. Would contain only your data / Accessible only to your system. APLS-SVR $ 4,625.00 10% $ 4,162.50 G2 MOBILE FSAS APP - Single Device License / Per Year Cost ($9.00 / $8.10 per Month) - for additional licenses over and above x24 provided with ATX Station Controller APP-DLA $ 108.00 10% $97.20 System Configuration and Modification for Applications Integrations APLS-CM $325.00 10% $292.50 Training - Application Services - On-Site (4 Hours) APLS-TRN-O $4,425.00 10% $3,982.00 Training - Applications Services - At Arizona Training Center (4 Hours) APLS-TRN-A $1,550.00 10% $1,395.00 Training - Applications Services - Remote Refresh (4 Hours) APLS-TRN-R $1,325.00 10% $1,192.50 373 6 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: HONEYWELL INTERNATIONAL, INC. _______________________________ Date _________________________ BY: ITS: "!!! !! !$!'( #!$% &$#% !# ! !$!'( 374 Certificate Of Completion Envelope Id: 7589463D4EDA4139BC2989DFDC8B6B4D Status: Completed Subject: Complete with DocuSign: Amendment 3 MPA 2020 Honeywell FINAL.pdf Source Envelope: Document Pages: 6 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Marshall Stiles AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 17930 International Boulevard Suite 900 SeaTac, WA 98188 marshall.stiles@mynpp.com IP Address: 98.232.37.85 Record Tracking Status: Original 2/17/2023 2:40:44 PM Holder: Marshall Stiles marshall.stiles@mynpp.com Location: DocuSign Signer Events Signature Timestamp Asim Akram, General Manaer asim.akram@honeywell.com General Manager Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 155.190.20.7 Sent: 2/20/2023 8:12:23 AM Viewed: 2/20/2023 8:14:24 AM Signed: 2/20/2023 8:14:38 AM Electronic Record and Signature Disclosure: Accepted: 2/20/2023 8:14:24 AM ID: dcd85798-9d2d-4e0a-9494-c4aa19cc90c6 Patricia M. Mulvihill pmulvihill@orcities.org Executive Director Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 65.152.168.162 Sent: 2/20/2023 8:14:42 AM Viewed: 2/20/2023 8:51:12 AM Signed: 2/20/2023 8:51:25 AM Electronic Record and Signature Disclosure: Accepted: 2/20/2023 8:51:12 AM ID: 8b0eab46-4a31-487b-b00c-67b3ece45fb1 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Maribeth Kascht maribeth.kascht@honeywell.com Security Level: Email, Account Authentication (None) Sent: 2/20/2023 8:12:25 AM Viewed: 2/20/2023 9:35:00 AM Electronic Record and Signature Disclosure: Accepted: 2/20/2023 8:11:02 AM ID: b010e4c9-5f05-421b-87d5-006a1aad6223 375 Carbon Copy Events Status Timestamp Marshall Stiles marshall.stiles@mynpp.com Contract Administrator NPP & NPPGov Security Level: Email, Account Authentication (None) Sent: 2/20/2023 8:14:40 AM Resent: 2/20/2023 8:51:30 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 2/17/2023 2:43:46 PM Certified Delivered Security Checked 2/20/2023 8:51:12 AM Signing Complete Security Checked 2/20/2023 8:51:25 AM Completed Security Checked 2/20/2023 8:51:25 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure 376 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, National Purchasing Partners (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically $"! !" $%" #!#%""$! "$#"$!#" " "$"%&"$#$ 377 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact National Purchasing Partners: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: marshall.stiles@mynpp.com To advise National Purchasing Partners of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at bruce.busch@mynpp.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from National Purchasing Partners To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with National Purchasing Partners To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: 378 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: x You can access and read this Electronic Record and Signature Disclosure; and x You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and x Until or unless you notify National Purchasing Partners as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by National Purchasing Partners during the course of your relationship with National Purchasing Partners. 379 Fourth Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Product Addition and Pricing Update This Amendment to the Master Price Agreement is entered into this 3rd day of November 2023 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and HONEYWELL INTERNATIONAL, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about June 10, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about November 9, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Third Amendment to the Master Price Agreement on or about February 20, 2023, and by this reference incorporated herein; and WHEREAS, Vendor desires to add seven products to the price list on Attachment A as permitted under the terms of the Master Price Agreement; and WHEREAS, due to increased cost throughout the supply chain, Vendor desires increase the price of approximately 50 products on the price list in Attachment A; and WHEREAS, Vendor has provided notice, on or about October 31, 2023, of the price increase to approximately 50 products, and the addition of seven new products to Attachment A of the Master Price Agreement; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the new pricing and new products in Attachment A. NOW, THEREFORE, Purchaser and Vendor enter into the following: 380 2 AMENDMENT TO MASTER PRICE AGREEMENT 1. Product Addition. Attachment A to the Master Price Agreement shall be amended in part to reflect the addition of the following products: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES SPECIAL SYSTEM COMPONENTS & PRODUCTS (for replacement of damaged original parts/Critical Updates Only) 90-Day Warranty List Price Discount Member Price ATX Touch Panel Computer - replacement for Damaged of EOL Original (ships with new door assembly) ATX-TPC $7,906.50 10% $7,115.00 PoE Injector - Provides local 48vdc power to specific USDD G2 FSA System peripheral components G2-POE $448.50 10% $403.65 STATION SYSTEM CONTROLLER List Price Discount Member Price G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. ATX-Lite $13,282.50 10% $11,954.25 G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX- ATX-Upgrade $9,990.00 10% $8,991.00 STATION SYSTEM PERIPHERAL COMPONENTS List Price Discount Member Price G2 LOCAL ALERTING REMOTE Module – Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level system is not available. Requires ATX PoE or PoE Injector. LAR $2,329.00 10% $2,096.10 POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components G2-POE $390.00 10% $351.00 G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. RUI $2,025.00 10% $1,822.50 381 3 2. Pricing Update. Attachment A to the Master Price Agreement shall be amended in part to reflect the following new pricing: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES DISPATCH SYSTEM COMPONENTS List Price Discount Member Price G2 Communications Gateway Pair (Hardware for CAD interface) 2@1RU each (2RU Total) G2-GW $12,510.00 10% $11,259.00 G2 Communications Gateway – VMWare Virtual (Software for Controller with Install Assistance) G2-VM $12,510.00 10% $11,259.00 G2 Gateway Audio Radio Interface (GaRi) - Kitted with Flange- Mount, Rack-Mount Adapter Available if needed GARI-2 $2,817.50 10% $2,535.75 G2 TV REMOTE Module, For Dispatch-Level Information (TV & Electrical Outlet by Others) TV-R $1,121.50 10% $1,009.35 DISPATCH SYSTEM SERVICES List Price Discount Member Price Gateway Configuration & Modifidations GW-CM $373.75 10% $336.38 Gateway Start-Up / On-Site BY USDD (with direct coordinated assistance by authorized customer CAD, Radio & IT personnel) GW-SU-O $6,813.75 10% $6,132.38 Training - System Administrator / Dispatch Supervisor - On- Site (4 Hours) TRA-DIS-O $4,867.50 10% $4,380.75 Training - System Administrator / Dispatch Supervisor - Remote Refresh (4 Hours) TRA-DIS-R $1,457.50 10% $1,311.75 Training - Station-Level Configuration and Equipment Usage - On-Site (4 Hours) TRA-STA-O $4,867.50 10% $4,380.75 Training - Station-Level Configuration and Equipment Usage - Remote Refresh (4 Hours) TRA-STA-R $1,457.50 10% $1,311.75 Training - Installation Contractor - At Arizona Training Center / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-AZ $3,437.50 10% $3,093.75 Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-O $6,737.50 10% $6,063.75 APP DEVICE LICENSES List Price Discount Member Price G2 MOBILE FSAS APP - Single Device License / Per Year Cost - x24 per ATX Station Controller included at no cost while under Warranty and elected support - per license cost if additional are needed. APP-DLA $124.50 10% $112.05 RETROFIT COMPONENTS (Integration into Legacy Systems and Legacy Conversion) List Price Discount Member Price Mixer - G2 Power, Audio & Ethernet (24 devices) - Version 2 MIXR-IP $2,099.00 10% $1,889.10 Power Supply, Phoenix G2 System, 48 Vdc, 1200 VA plus 12 Vdc output for Station Radio G2-PWR $2,472.50 10% $2,225.25 Ethernet Switch, Rack Mount, 26-port Gigabit Smart Switch G2-LAN $632.50 10% $569.25 UPS - Rack Mount (1500VA) (Each ATX Needs x1/ Each Mixer Needs x1) UPS-RM $1,322.50 10% $1,190.25 382 4 STATION SYSTEM CONTROLLER List Price Discount Member Price G2 ATX STATION CONTROLLER – Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $23,272.50 10% $20,945.45 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. ATX-EXP $7,838.00 10% $7,054.20 Rack Mount Ears for ATX or EXP ATX-E $74.00 10% $66.60 Base Plate for ATX or EXP ATX-P $74.00 10% $66.60 ATX UPS, Standard UPS-STD $988.00 10% $889.20 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $75.00 10% $67.50 STATION SYSTEM PERIPHERAL COMPONENTS List Price Discount Member Price Audio Amplifier, External, Standard AMP-70V $1,135.50 10% $1,021.95 Shelf, Under Table or Wall Mount, for 1U ½ Rack AMP-S $91.20 10% $82.08 G2 COLOR INDICATOR REMOTE Module – Up to 8 unique colors CIR $949.00 10% $854.10 G2 I/O REMOTE Module w/ 8 In & 8 Out IOR $1,581.50 10% $1,423.45 Push Button, Standard (Black) PB-B $126.50 10% $113.85 Push Button, Emergency (Red) PB-R $126.50 10% $113.85 G2 MESSAGE REMOTE 2 Module (2017 Version 2) MR-2 $1,525.00 10% $1,372.50 G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12” Active Screen Width / Turn Out Timing ONLY MS-G-M $1,006.50 10% $905.85 G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24” Active Screen Width MS-G-S $1,260.00 10% $1,134.00 G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36” Active Screen Width MS-G-E $1,811.25 10% $1,630.32 MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS-G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-S $63.50 10% $57.15 MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS-G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not MS-AP-D $75.00 10% $67.50 MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. MS-HK $87.60 10% $78.84 MS Mount – Articulating, Long reach MS-MNT $390.00 10% $351.00 G2 ROOM REMOTE 2 Module / 2017 version 2 RR-2 $2,167.00 10% $1,950.39 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $86.50 10% $77.85 RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) ¾” conduit knock-outs. RR2-SMB $201.25 10% $181.13 G2 SPEAKER – LED Illuminated – FLUSH Mount, 70v SPK-LED-FM $374.00 10% $336.60 G2 SPEAKER – LED Illuminated – SURFACE Mount (Metal Box), 70v SPK-LED-SM $374.00 10% $336.60 G2 SPEAKER – OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light Arrays – includes Cable Hanging Kit (typically requires MR2 for power/signal/control) SPK-OAS $1,050.00 10% $945.00 SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T-Bar in Suspended Ceiling SPK-OAS-DCB $63.50 10% $57.15 SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT – for mounting directly to hard ceiling SPK-OAS-SMB $63.50 10% $57.15 SPEAKER – STANDARD, FLUSH Mount, 70v SPK-STD-FM $126.00 10% $113.40 SPEAKER – STANDARD, SURFACE Mount (Metal Box), 70v SPK-STD-SM $126.00 10% $113.40 SPEAKER – APP BAY/OUTDOOR – Weatherized, Surface Mount, 70v SPK-W-SM $373.75 10% $336.38 383 5 G2 Strobe Light / Red LED STR-2 $661.50 10% $595.35 G2 TV REMOTE Module – For Station-Level Information (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR-R $1,121.50 10% $1,009.35 Flat Panel Monitor / Smart HDTV 40-43” (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FPM-S $1,265.00 10% $1,138.50 Flat Panel/TV Mount – Universal 23”-46” Tilt FPM-U $138.00 10% $124.20 Transformer, 8ohm to 70V, External XFMR $74.20 10% $66.78 VIDEO DOOR STATION – Doorbell & Camera that ties into G2 FSAS (HDTV Remote) – Includes Power Injector VDS $2,040.00 10% $1,836.00 3. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: HONEYWELL INTERNATIONAL, INC. _______________________________ Date _________________________ BY: ITS: " " # " !&"( !&"( $"%& '%$&"$!" 384 Fifth Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Product Line Addition This Amendment to the Master Price Agreement is entered into this 13th day of May 2024 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and HONEYWELL INTERNATIONAL, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about June 10, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about November 9, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Third Amendment to the Master Price Agreement on or about February 20, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fourth Amendment to the Master Price Agreement on or about November 9, 2023, and by this reference incorporated herein; and WHEREAS, Vendor desires to add a new product line to the price list on Attachment A as permitted under the terms of the Master Price Agreement; and WHEREAS, Vendor has provided notice, on or about April 26, 2024, of the addition of the Flex Alert product line to Attachment A of the Master Price Agreement; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the product line addition in Attachment A. NOW, THEREFORE, Purchaser and Vendor enter into the following: 385 2 AMENDMENT TO MASTER PRICE AGREEMENT 1. Product Addition. Attachment A to the Master Price Agreement shall be amended in part to reflect the addition of the following products: FLEX ALERT List Price Discount Member Price Flex Alert Device - Requires USDD-FLEX-APP annual recurring subscription USDD-FLEX $ 277.78 10% $ 250.00 Flex Alert Annual Recurring Subscription - Requires USDD- FLEX ALERT device to receive alerts USDD-FLEX- APP $ 66.67 10% $ 60.00 G2 MOBILE FSAS APP - Single Device License / Per Year Cost ($10.37/ $9.34 per Month) G2-APP-DLA $ 124.50 10% $ 112.05 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: HONEYWELL INTERNATIONAL, INC. _______________________________ Date _________________________ BY: ITS: %& ! $# !" %& !" $! " 386 Sixth Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Amend Attachment A in its Entirety This Amendment to the Master Price Agreement is entered into this 29th day of January 2025 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and HONEYWELL INTERNATIONAL, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about June 10, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about November 9, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Third Amendment to the Master Price Agreement on or about February 20, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fourth Amendment to the Master Price Agreement on or about November 9, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fifth Amendment to the Master Price Agreement on or about May 14, 2024, and by this reference incorporated herein; and WHEREAS, Vendor desires to amend the price list on Attachment A in its entirety to reflect current pricing; and WHEREAS, Vendor has provided notice, on or about January 24, 2025, to amend the price list on Attachment A in its entirety; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the new price list on Attachment A. NOW, THEREFORE, Purchaser and Vendor enter into the following: 387 2 AMENDMENT TO MASTER PRICE AGREEMENT 1. Updated Price List. Attachment A to the Master Price Agreement shall be amended in its entirety to reflect the following price list: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES DISPATCH SYSTEM COMPONENTS, LICENSES, SERVICES & LABOR Any Related Shipping/Tax Not Assumed Nor Included. ANY NEW PRODUCTS DEVELOPED DURING THE TER OF THE CONTRACT WILL BE OFFERED TO MEMBERS OF NPPGOV AT 10% OF USDD LIST PRICE Effective January 1, 2025 DISPATCH SYSTEM INTERFACES List Price Discount Member Price Radio Console/System Interface (Requires owner- furnished, dedicated console) RSI-P $ 13,650.00 10% $ 12,285.00 Radio System Interface (Full Console Interface) – To L3Harris SYMPHONY (Requires Applications Server (DA2) and owner-furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-SYMB $ 13,650.00 10% $ 12,285.00 Radio System Interface (Full Console Interface) – To Motorola MCC7500 (Requires owner- furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-MCC7 $ 13,650.00 10% $ 12,285.00 CAD Interface – TBD (USDD-side Only – Customer responsibility to discuss CAD -side costs (if any) with their vendor) CADI-U $ 14,677.50 10% $ 13,209.75 CAD Interface - TBD (CAD provider-Side Only - Customer responsibility to discuss CAD -side costs (if any) with their vendor) CADI-P TBD 10% TBD BACKUP CAD Interface - TBD (USDD-side Only - Customer responsibility to discuss CAD-side costs (if any) with their vendor) CADI-B $ 7,338.75 10% $ 6,604.88 DISPATCH SYSTEM COMPONENTS List Price Discount Member Price G2 Communications Gateway Pair (Hardware for CAD interface) 2@1RU each (2RU Total) G2-GW $ 12,510.00 10% $13,510.80 G2 Gateway Audio Radio Interface (GaRi) - Kitted with Rack-Mount Adapter Plate GARI-2 $ 3,662.75 10% $ 3,296.48 G2 TV REMOTE Module, For Dispatch-Level Information (TV & Electrical Outlet by Others ) TV-R $ 1,121.50 10% $ 1,009.35 G2 Light Tower Interface LTI $ 675.00 10% $ 607.50 Consolette Motorola Interface Cable GARI2-008R $ 300.00 10% $ 270.00 Motorola APX XTL, Cable Active Low GARI-2009R $ 300.00 10% $ 270.00 388 3 Dual Motorola APX Consolette I/O Adapter GARI-2-010R $ 300.00 10% $ 270.00 Motorola Busy High Converter USDD-A0012 $ 300.00 10% $ 270.00 DISPATCH SYSTEM SERVICES List Price Discount Member Price G2 Communications Gateway - VMWare Virtual (software controller with Install Assistance) G2-VM $ 10,008.00 10% $ 9,007.20 Gateway Configuration & Modifidations GW-CM $ 373.75 10% $ 336.38 Gateway Installation / On-Site BY USDD (with Member coordinated assitance by authorized customer CAD, Radio IT personnel) GW-I-O $ 2,200.00 10% $ 1,980.00 Gateway Installation / BY CUSTOMER (with REMOTE ASSISTANCE BY USDD PERSONNEL GW-I-C $ 431.25 10% $ 388.13 Gateway Start-Up / On-Site BY USDD (with Member coordinated assistance by authorized customer CAD, Radio & IT personnel) GW-SU-O $ 6,813.75 10% $ 6,132.38 Gateway Start-Up / BY USDD (Remotely completed with Member coodinaed assistance by authorized customer CAD, Radio & IT Personnel GW-SU-R removed removed removed Gateway Project Management GW-PM $ 3,695.50 10% $ 3,316.95 Training - System Administrator / Dispatch Supervisor - On-Site (4 Hours) TRA-DIS-O $ 5,008.75 10% $ 4,507.88 Training - System Administrator / Dispatch Supervisor - Remote Refresh (4 Hours) TRA-DIS-R $ 1,523.75 10% $ 1,371.38 Training - Station-Level Configuration and Equipment Usage - On-Site (4 Hours) TRA-STA-O $ 5,008.75 10% $ 4,507.88 Training - Station-Level Configuration and Equipment Usage - Remote Refresh (4 Hours) TRA-STA-R $ 1,523.75 10% $ 1,371.38 Training-Station-Level Configuration and Equipment Usage - Remote Refres (2 Hours) TRA-UT-R $ 650.00 10% $ 585.00 Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-O $ 7,043.75 10% $ 6,339.38 Training - Installation Contractor - At Arizona Training Center / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-AZ $ 3,593.75 10% $ 3,234.38 APP DEVICE LICENSES List Price Discount Member Price G2 MOBILE FSAS APP - Single Device License / Per Year Cost - x24 per ATX Station Controller included at no cost while under Warranty and elected support - per license cost if additional are needed. G2-APP-DLA $ 15.00 10% $ 13.50 USDD-Hosted Mapping - Included List Price Discount Member Price 389 4 G2 FSA Mapping Server - Yearly Hosting Cost (Cloud/USDD Hosted) Using National Street Data we provide, As -Is (no customizations). Cost included while under warranty and elected support - cost shown if customer does not elect continuing support MAP-CLD $ 1,540.00 10% $ 1,386.00 MAPPING SYSTEM SERVICES - Customer Hosted List Price Discount Member Price G2 FSA Mapping Server (Hardware for mapping interface) 1@2RU ONLY NEED TO INCLUDE IF YOU DO NOT WISH USDD TO HOST. Would contain only your data / Accessible only to your system. MAP-CUS Removed Removed Removed System Configuration and Modification for Mapping MAP-CM $ 325.00 10% $ 292.50 Customer-Hosted Mapping Server Configuration and Start-up MAP-CSU-O $ 5,925.00 10% $ 5,332.50 Mapping Gateway Project Management MAP-PM $ 415.00 10% $ 373.50 Training - Mapping Service - On-Site (4 Hours) MAP-TRN-O $ 4,425.00 10% $ 3,982.50 Training - Mapping Services - At Arizona Training Center MAP-TRN-AZ $ 1,550.00 10% $ 1,395.00 Training - Mapping Services - Remote Refresh (4 Hours) MAP-TRN-R $ 1,325.00 10% $ 1,192.50 Misc Option 1 MISC CHARGE $- 10% $ - STATION SYSTEM COMPONENTS, LICENSES, SERVICES AND LABOR Any Related Shipping/Tax Not Assumd Nor Included. ANY NEW PRODUCTS DEVELPED DURING THE TERM OF THE CONTRACT WILL BE OFFERED TO THE CITY AT 10% OFF OF USDD LIST PRICE RETROFIT COMPONENTS (Integration into Legacy Systems and Legacy Conversion) List Price Discount Member Price Mixer - G2 Power, Audio & Ethernet (24 devices) - Version 2 MIXR-IP $ 2,099.00 10% $ 1,889.10 Power Supply, Phoenix G2 System , 48 Vdc, 1200 VA plus 12 Vdc output for Station Radio G2-PWR $ 2,472.50 10% $ 2,225.25 Ethernet Switch, Rack Mount, 26-port Gigabit Smart Switch G2-LAN $ 632.50 10% $ 569.25 UPS - Rack Mount (1500VA) (Each ATX Needs x1/ Each Mixer Needs x1) UPS-RM $ 1,322.50 10% $ 1,190.25 CONTROL MODULE for 70V AUDIO Systems. Includes (1) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (4) audio circuits. IOR-4-70V $ 1,850.00 10% $ 1,665.00 CONTROL MODULE for 70V AUDIO Systems. Includes (2) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (8) audio circuits. IOR-8-70V $ 3,650.00 10% $ 3,285.00 390 5 SPECIAL SYSTEM COMPONENTS & PRODUCTS (for replacement of damaged original parts/Critical Updates Only) 90-Day Warranty List Price Discount Member Price ATX Mother Board – Replacement for Damaged or EOL Original USDD-0103E $ 8,250.00 10% $ 7,425.00 G2 Station Controller Software Upgrade – to ATX Station Controller G2-SCSU $ 10,800.00 10% $ 9,720.00 ATX Network Switch (non-PoE) – 16-Port 10/100 – Replacement for Damaged or EOL Original Only ATX-LAN $ 365.00 10% $ 328.50 ATX Touch Panel Computer - replacement for Damaged of EOL Original (ships with new door assembly) ATX-TPC $ 7,906.50 10% $ 7,115.85 PoE Injector - Provides local 48vdc power to specific USDD G2 FSA System peripheral components G2-POE $ 448.50 10% $ 403.65 Station System Licenses List Price Discount Member Price G2 VOICEALERT - Single Station License G2-VA $ 1,433.25 10% $ 1,289.93 STATION SYSTEM CONTROLLER List Price Discount Member Price G2 ATX STATION CONTROLLER – Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $23,272.50 10% $ 20,945.25 G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. ATX-Lite $15,274.88 10% $ 13,747.39 G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite ATX-Upgrade $9,990.00 10% $ 8,991.00 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. ATX-EXP $7,838.00 10% $ 7,054.20 Timer (GPS) - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System TMR-GPS $ 52.53 10% $ 47.28 Rack Mount Ears for ATX or EXP ATX-E $ 76.22 10% $ 68.60 Base Plate for ATX or EXP ATX-P $ 76.22 10% $ 68.60 ATX UPS, Standard UPS-STD $ 1,017.64 10% $ 915.88 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 77.25 10% $ 69.53 STATION SYSTEM PERIPHERAL COMPONENTS List Price Discount Member Price Audio Amplifier, External, Standard AMP-70V $ 1,226.34 10% $ 1,103.71 Shelf, Under Table or Wall Mount, for 1U ½ Rack AMP-S $ 91.20 10% $ 82.08 G2 COLOR INDICATOR REMOTE Module – Up to 8 unique colors CIR $ 1,043.90 10% $ 939.51 G2 COLOR INDICATOR REMOTE BACK BOX CIR-SMB $ 165.10 10% $ 148.59 G2 TV REMOTE Module – For Station-Level Information (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR-R $ 1,121.50 10% $ 1,009.35 391 6 Flat Panel Monitor / Smart HDTV 40-43” (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FPM-S $ 1,265.00 10% $ 1,138.50 Flat Panel/TV Mount – Universal 23”-46” Tilt FPM-U $ 138.00 10% $ 124.20 G2 I/O REMOTE Module w/ 8 In & 8 Out IOR $ 1,581.50 10% $ 1,423.35 Push Button, Standard (Black) PB-B $ 126.50 10% $ 113.85 Push Button, Emergency (Red) PB-R $ 126.50 10% $ 113.85 G2 MESSAGE REMOTE 2 Module MR-2 $ 1,753.75 10% $ 1,578.38 NEW PRODUCT COMING SOON G2 LCD MESSAGE SIGN / 28" Active Screen width / Configurable display USDD-LCD- SIGN $ 3,000.00 10% $ 2,700.00 G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12” Active Screen Width / Turn Out Timing ONLY MS-G-M $ 1,258.13 10% $ 1,132.32 G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24” Active Screen Width MS-G-S $ 1,575.00 10% $ 1,417.50 G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36” Active Screen Width MS-G-E $ 2,351.56 10% $ 2,116.40 MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS-G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-S $ 63.50 10% $ 57.15 MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS-G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-D $ 75.00 10% $ 67.50 MS-G Hanger Kit. Hangs single or double (back-to- back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. MS-HK $ 87.60 10% $ 78.84 MS Mount – Articulating, Long reach MS-MNT $ 390.00 10% $ 351.00 G2 ROOM REMOTE 2 Module / 2017 version 2 RR-2 $ 2,275.35 10% $ 2,047.82 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 86.50 10% $ 77.85 RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) ¾” conduit knock-outs. RR2-SMB $ 201.25 10% $ 181.13 G2 LOCAL ALERTING REMOTE Module – Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level system is not available. Requires ATX PoE or PoE Injector. LAR $ 2,329.00 10% $ 2,096.10 POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components G2-POE $ 448.50 10% $ 403.65 G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. RUI $ 2,167.00 10% $ 1,950.30 G2 SPEAKER – LED Illuminated – FLUSH Mount, 70v SPK-LED-FM $ 374.00 10% $ 336.60 G2 SPEAKER – LED Illuminated – SURFACE Mount (Metal Box), 70v SPK-LED-SM $ 374.00 10% $ 336.60 392 7 G2 SPEAKER – OmniAlertStrobe - OmniMemberional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light Arrays – includes Cable Hanging Kit (typically requires MR2 for power/signal/control) SPK-OAS $ 1,575.00 10% $ 1,417.50 SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting Memberly onto an exposed (1/8-14”) I-Beam SPK-OAS-BFC $ 23.00 10% $ 20.70 SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting Memberly to T- Bar in Suspended Ceiling SPK-OAS-DCB $ 63.50 10% $ 57.15 SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT – for mounting Memberly to hard ceiling SPK-OAS-SMB $ 63.50 10% $ 57.15 SPEAKER – STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 132.30 10% $ 119.07 SPEAKER – STANDARD, SURFACE Mount (Metal Box), 70v SPK-STD-SM $ 132.30 10% $ 119.07 SPEAKER – APP BAY/OUTDOOR – Weatherized, Surface Mount, 70v SPK-W-SM $ 373.75 10% $ 336.38 G2 Strobe Light / Red LED STR-2 $ 661.50 10% $ 595.35 Transformer, 8ohm to 70V, External XFMR $ 74.20 10% $ 66.78 VIDEO DOOR STATION – Doorbell & Camera that ties into G2 FSAS (HDTV Remote) – Includes Power Injector VDS $ 2,040.00 10% $ 1,836.00 Station System Services Station Installation (Cost determined by Quote from G2 Certified Installer based on final approved station design - USDD includes a 30% markup to installers quote) ST-INST TBD 10% TBD Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST TBD 10% TBD Station Configuration & Start-Up ST-SU TBD 10% TBD Station Project Management ST-PM TBD 10% TBD Station Engineering / Design Services ST-ES TBD 10% TBD Station Documentation ST-DM TBD 10% TBD Station Services Costs are determined depending upon the complexity of the System ordered Flex Alert Flex Alert Device - Requires USDD-FLEX-APP annual recurring subscription USDD-FLEX $ 277.78 10% $ 250.00 Flex Alert Annual Recurring Subscription - Requires USDD -FLEX ALERT device to receive alerts USDD-FLEX- APP $ 66.67 10% $ 60.00 393 8 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF , the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: HONEYWELL INTERNATIONAL, INC. _______________________________ Date _________________________ BY: ITS: !& # $!( ) !" '$#%!# ! #!$% $!( ) 394 Seventh Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Pricing Correction This Amendment to the Master Price Agreement is entered into this 7th day of February 2025 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and HONEYWELL INTERNATIONAL, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about June 10, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about November 9, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Third Amendment to the Master Price Agreement on or about February 20, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fourth Amendment to the Master Price Agreement on or about November 9, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Sixth Amendment to the Master Price Agreement on or about January 30, 2025, and by this reference incorporated herein; and WHEREAS, Vendor discovered that the Agreement contains a typographical error in Attachment A, which should be corrected to accurately reflect the intent of the Vendor; and WHEREAS, the List Price for the G2 Communications Gateway Pair, was listed incorrectly as $12,510.00, whereas the correct List Price is $15,012.00; WHEREAS, the Discount and Member Price remain correct and unchanged; WHEREAS, Vendor has provided notice, on or about February 7, 2025, of the typographical error in Attachment A; and WHEREAS, the Parties desire to amend the Agreement to correct the typographical error in accordance with the terms and conditions set forth herein; NOW, THEREFORE, Purchaser and Vendor enter into the following: 395 2 AMENDMENT TO MASTER PRICE AGREEMENT 1. Price Correction. Attachment A to the Master Price Agreement shall be amended in part to reflect the following price list for G2 Communications Gateway Pair: DISPATCH SYSTEM COMPONENTS List Price Discount Member Price G2 Communications Gateway Pair (Hardware for CAD interface) 2@1RU each (2RU Total) G2-GW $15,012.00 10% $13,510.80 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF , the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: HONEYWELL INTERNATIONAL, INC. _______________________________ Date _________________________ BY: ITS: #$ #&#* + !#(% #&#* + %#&' )&%'#%"# 396 PROPRIETARY and CONFIDENTIAL TITLE Page 1 of 33 Quotation to: Boynton Beach, FL Boynton Beach Fire Rescue Project: G2 Fire Station Alerting System x1 Dispatch System & x6 Station Systems Proposal number: FL_BOYN001 Revision # 1 Quote Date: 12-Mar-2025 Quote Expires: 10-Jun-2025 By: John Spanbauer Territory Manager US Digital Designs, Inc. 1150 W Grove Pkwy St #110 Tempe, AZ 85283 804.310.0993 N/A John.Spanbauer@jpsfireconsulting.com stationalerting.com Installation by: Keylite Power & Lighting Corp Troy Bailey This proposal is subject to corrections due to errors or omissions Pricing pursuant to the Master Price Agreement entered into between League of Oregon Cities (LOC) and USDD, and made available to members of the National Purchasing Partners, LLC, dba Public Safety GPO, dba Law Enforcement GPO, and dba NPPgov - Contract #PS20350. More information available at: https://nppgov.com/contract/honeywell/ Boynton Beach Fire Rescue is a member: M-5697309 397 PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH SYSTEM Page 2 of 33 US DIGITAL DESIGNS QUOTE 1150 W Grove Pkwy St #110 Tempe, Arizona 85282 877-551-8733 tel 480-290-7892 fax DATE:3/12/25 Expires:6/10/25 Quote SUBMITTED TO: Boynton Beach, FL Boynton Beach Fire Rescue REF PROPOSAL Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT LOT USDD 0 RSI-P Radio Console/System Interface (Requires owner-furnished, dedicated console) $ 13,650.00 $ 12,285.00 - LOT USDD 0 RSI-SYMB Radio System Interface (Full Console Interface) - To L3Harris SYMPHONY (Requires Applications Server (DA2) and owner-furnished, dedicated console - specifically and soley tasked for Station Alerting) $ 13,650.00 $ 12,285.00 - LOT USDD 0 RSI-MCC7 Radio System Interface (Full Console Interface) - To Motorola MCC7500 (Requires Applications Server (DA2) and owner-furnished, dedicated console - specifically and soley tasked for Station Alerting) $ 13,650.00 $ 12,285.00 - LOT USDD 1 CADI-U CAD Interface - Mark 43 (USDD-side Only - Customer responsibility to discuss CAD-side costs (if any) with their vendor) $ 14,677.50 $ 13,209.75 13,209.75 LOT USDD 0 CADI-P CAD Interface - TBD (CAD provider- Side Only - Customer responsibility to discuss CAD-side costs (if any) with their vendor) TBD TBD TBD Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT PR USDD 1 G2-GW G2 Communications Gateway Pair (Primary FSA Servers) 2@1RU each (2RU Total) $ 15,012.00 $ 13,510.80 13,510.80 Kit USDD 1 GARI-2 G2 Gateway Audio Radio Interface (GARI) - Kitted with Rack-Mount Adapter Plate $ 3,662.75 $ 3,296.48 3,296.48 FL_BOYN001 v1 DISPATCH SYSTEM COMPONENTS PRIMARY DISPATCH G2 FSA SYSTEM DISPATCH SYSTEM INTERFACES Dispatch center costs typically only need to be assumed once per dispatching agency, no matter how many stations are dispatched (unless redundant centers or further modifications are needed). 398 PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH SYSTEM Page 3 of 33 Kit USDD 0 TV-R G2 HDTV REMOTE $ 1,121.50 $ 1,009.35 - Kit USDD 0 LTI G2 Light Tower Interface $ 675.00 $ 607.50 - ea USDD 0 GARI2-008R Consolete Motorola Interface Cable $ 300.00 $ 270.00 - ea USDD 1 GARI2-009R Motorola APX XTL Cable Active Low $ 300.00 $ 270.00 270.00 ea USDD 0 GARI2-010R Dual Motorola APX Consollete I/O Adapter $ 300.00 $ 270.00 - ea USDD 0 USDD-A0012 Motorola Busy High Converter $ 300.00 $ 270.00 - Item Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT HR USDD 0 GW-VM G2 Communications Gateway - VMWare Virtual (Software for Controller with Install Assistance) $ 10,008.00 $ 9,007.20 - HR USDD 8 GW-CM Gateway Configuration & Modifications $ 373.75 $ 336.38 2,691.00 LOT USDD 2 GW-I-O Gateway Installation/ On-Site BY USDD (with direct coordinated assistance by authorized customer CAD, Radio & IT personnel) $ 2,200.00 $ 1,980.00 3,960.00 LOT USDD 0 GW-I-C Gateway Installation / BY CUSTOMER (with REMOTE ASSISTANCE by USDD Personnel) $ 431.25 $ 388.13 - LOT USDD 1 GW-SU-O Gateway Start-Up / On-Site BY USDD (with direct coordinated assistance by authorized customer CAD, Radio & IT personnel) $ 6,813.75 $ 6,132.38 6,132.38 LOT USDD 3 GW-PM Gateway Project Management $ 3,685.50 $ 3,316.95 9,950.85 LOT USDD 1 TRA-DIS-O Training - System Administrator / Dispatch Supervisor - On-Site (4 Hours) $ 5,008.75 $ 4,507.88 4,507.88 LOT USDD 0 TRA-DIS-R Training - System Administrator / Dispatch Supervisor - Remote Refresh (4 Hours) $ 1,523.75 $ 1,371.38 - LOT USDD 1 TRA-STA-O Training - Station-Level Configuration and Equipment Usage - On-Site (4 Hours) $ 5,008.75 $ 4,507.88 4,507.88 LOT USDD 0 TRA-STA-R Training - Station-Level Configuration and Equipment Usage - Remote Refresh (4 Hours) $ 1,523.75 $ 1,371.38 - LOT USDD 0 TRA-UT-R Training - Station-Level Configuration and Equipment Usage - Remote Refresh (2 Hours) $ 650.00 $ 585.00 LOT USDD 0 TRA-IC-O Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) $ 7,043.75 $ 6,339.38 - LOT USDD 0 TRA-IC-AZ Training - Installation Contractor - At Arizona Training Facility / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) $ 3,593.75 $ 3,234.38 - LOT USDD 0 Misc Option 1 $ - $ - - LOT USDD 0 Misc Option 2 $ - $ - - DISPATCH SYSTEM SERVICES 399 PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH SYSTEM Page 4 of 33 62,037.00 139.00 62,176.00 for IOS and ANDROID Platforms Only - In Conjunction with USDD Communications Gateways Only APP DEVICE LICENSES Item Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea/Yr USDD 0 G2-APP-DLA Phoenix G2 Mobile App - Single Device License / Per Year Cost $ 15.00 $ 13.50 - 1 PRIMARY DISPATCH MOBILE APP SERVICE Yearly Total: - All Years Subtotal:- Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT YR USDD 1 MAP-CLD G2 FSA Mapping Server - Yearly Hosting Cost (Cloud/USDD Hosted) - Only for customers not paying support. $ 1,540.00 $ 1,386.00 1386 included at no charge/no additional cost USDD-HOSTED MAPPING - INCLUDED (at no additional cost while under Warranty/Support) USDD G2 MOBILE FSA APP: USDD has developed the Phoenix G2 FSA Mobile Application (the “App”) to provide a remote extension of the customer’s existing G2 FSAS. Mobile App Only Available to Customers Using USDD's G2 Communications Gateways interfaced to a formal Computer Aided Dispatch (CAD) System. The App is supported by Apple and Android devices. The App will interface with the Agency’s CAD to send simultaneous mobile alerts, including dispatch announcements, administrative alerts, IT support notifications and application update notifications to authorized personnel via their smartphones and tablets. The App alerts personnel as individuals or groups (e.g., stations, battalions, districts, etc.) wherever they are, making it especially ideal for volunteers and reserves. The mobile alerts plays the same tones as those in the station, shows incident location using the device’s built-in mapping capabilities and enables users to save notifications for future reference and search for previous notifications. In addition, the App provides an easy-access email address and phone link to local IT support. The performance of mobile alerting is subject to network reliability and coverage. PRIMARY DISPATCH MAPPING SERVICE Mapping System costs typically only need to be assumed once per dispatching agency, no matter how many stations are dispatched (unless redundant centers or further modifications are needed). Costs for this part of the system are often shared between consolidated agencies. System Subtotal System Total: PRIMARY DISPATCH G2 FSA SYSTEM Shipping Total: For each year the FSA System is under standard warranty or elected recurring support coverage, USDD would like to offer our G2 Mobile Station Alerting App to those customers at no additional cost (in groups of 24 licenses-per-ATX-purchased). PRIMARY DISPATCH MOBILE APP SERVICE Number of Years Purchasing for this License Group : 400 PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH SYSTEM Page 5 of 33 Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT HR USDD 0 MAP-CM System Configuration and Modification for Mapping $ 325.00 $ 292.50 - LOT USDD 0 MAP-CSU-O Customer-Hosted Mapping Server Configuration and Start-up $ 5,925.00 $ 5,332.50 - LOT USDD 0 MAP-PM Mapping Gateway Project Management $ 415.00 $ 373.50 - LOT USDD 0 MAP-TRN-O Training - Mapping Service - On-Site (4 Hours) $ 4,425.00 $ 3,982.50 - LOT USDD 0 MAP-TRN-AZ Training - Mapping Services - At Arizona Training Center $ 1,550.00 $ 1,395.00 - LOT USDD 0 MAP-TRN-R Training - Mapping Services - Remote Refresh (4 Hours) $ 1,325.00 $ 1,192.50 - LOT USDD 0 Misc Option 1 $ - $ - - - - MAPPING SYSTEM SERVICES PRIMARY DISPATCH MAPPING SERVICE System Total: System Subtotal 401 PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH SYSTEM Page 6 of 33 Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT HR USDD 1.0 RS-1YR-STD [STANDARD] 1st YEAR WARRANTY & SUPPORT $ 3,365.23 $3,028.70 No Charge LOT USDD 0.0 RS-AYR-STD [STANDARD] EACH ADDITIONAL YEAR (12-Months) WARRANTY & SUPPORT $ 3,365.23 $ 3,028.70 - INDIVIDUAL DISPATCH SYSTEMS TOTALS 62,176.00 ENTIRE DISPATCH-LEVEL SUBTOTALS (NOW INCLUDING WARRANTY, OPTIONAL SUPPORT & TAX AS WELL) ALL SYSTEMS SUBTOTAL:62,037.00 ALL SHIPPING SUBTOTAL:139.00 ALL WARRANTY & SUPPORT:- ALL PRIMARY DISPATCH-LEVEL ESTIMATED TAX:- 62,176.00 DISPATCH-LEVEL WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT PRIMARY DISPATCH WARRANTY & SUPPORT ALL PRIMARY DISPATCH-LEVEL GRAND TOTAL: Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PRIMARY DISPATCH G2 FSA SYSTEM TOTAL: 402 PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 7 of 33 US DIGITAL DESIGNS QUOTE 1150 W Grove Pkwy St #110 Tempe, Arizona 85282 877-551-8733 tel 480-290-7892 fax DATE:3/12/25 Expires:6/10/25 Quote SUBMITTED TO: Boynton Beach, FL Boynton Beach Fire Rescue REF PROPOSAL STATION-LEVEL Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 G2-VA G2 VOICEALERT - Single Station License. $ 1,433.25 $ 1,289.93 $ 1,289.93 Ea/Yr USDD 24 G2-APP-DLA G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. $ 15.00 $ 13.50 No Charge Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Kit USDD 1 ATX G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. $ 23,272.50 $ 20,945.25 $ 20,945.25 Kit USDD 0 ATX-LITE G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. $ 15,274.88 $ 13,747.39 $ - Kit USDD 0 ATX-Upgrade G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite $ 9,990.00 $ 8,991.00 $ - Kit USDD 1 ATX-EXP G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. $ 7,838.00 $ 7,054.20 $ 7,054.20 Kit USDD 0 TMR-GPS USB GPS Time Adjustment Module - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System $ 52.53 $ 47.28 $ - Kit USDD 0 ATX-E Rack Mount Ears for ATX or EXP $ 76.22 $ 68.60 $ - Kit USDD 0 ATX-P Base Plate for ATX or EXP $ 76.22 $ 68.60 $ - Ea TBD 2 UPS-STD ATX UPS, Standard $ 1,017.64 $ 915.88 $ 1,831.75 Ea TBD 2 UPS-WMB Shelf/Bracket, Wall-Mount for UPS $ 77.25 $ 69.53 $ 139.05 Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea TBD 0 AMP-70V Audio Amplifier, External, Standard $ 1,226.34 $ 1,103.71 $ - Ea TBD 0 AMP-S Shelf, Under Table or Wall Mount, for 1U 1/2 Rack $ 91.20 $ 82.08 $ - Ea USDD 1 CIR G2 COLOR INDICATOR REMOTE $ 1,043.90 $ 939.51 $ 939.51 Ea USDD 1 CIR-SMB G2 COLOR INDICATOR REMOTE BACK BOX $ 165.10 $ 148.59 $ 148.59 Ea USDD 0 TV-R G2 HDTV REMOTE (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) $ 1,121.50 $ 1,009.35 $ - FL_BOYN001 v1 STATION 01 STATION SYSTEM LICENSES STATION SYSTEM CONTROLLER STATION SYSTEM PERIPHERAL COMPONENTS Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.FL_BYBE.FSA 03.13.2025 403 PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 8 of 33 Ea TBD 0 FPM-S Flat Panel Monitor / Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) $ 1,265.00 $ 1,138.50 $ - Ea TBD 0 FPM-U Flat Panel/TV Mount - Universal 23"-46" Tilt $ 138.00 $ 124.20 $ - Ea USDD 0 IOR G2 I/O REMOTE Module with (8) Digital Inputs and (8) Digital Outputs $ 1,581.50 $ 1,423.35 $ - Ea USDD 0 PB-B Push Button, Standard (Black) $ 126.50 $ 113.85 $ - Ea USDD 0 PB-R Push Button, Emergency (Red) $ 126.50 $ 113.85 $ - Ea USDD 1 MR-2 G2 MESSAGE REMOTE 2 Module $ 1,753.75 $ 1,578.38 $ 1,578.38 Ea USDD 0 USDD-LCD-SIGN G2 LCD MESSAGE SIGN 28" Active Screen width / Configurable display $ 3,000.00 $ 2,700.00 $ - Ea USDD 0 MS-G-M G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12" Active Screen Width / Turn Out Timing ONLY $ 1,258.13 $ 1,132.32 $ - Ea USDD 0 MS-G-S G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24" Active Screen Width $ 1,575.00 $ 1,417.50 $ - Ea USDD 3 MS-G-E G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36" Active Screen Width $ 2,351.56 $ 2,116.40 $ 6,349.21 Ea USDD 2 MS-AP-S MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS- G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 63.50 $ 57.15 $ 114.30 Ea USDD 0 MS-AP-D MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS- G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 75.00 $ 67.50 $ - Ea USDD 0 MS-HK MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. $ 87.60 $ 78.84 $ - Ea TBD 2 MS-MNT MS Mount - Articulating, Long reach $ 390.00 $ 351.00 $ 702.00 Ea USDD 10 RR-2 G2 ROOM REMOTE 2 Module $ 2,275.35 $ 2,047.82 $ 20,478.15 Ea USDD 0 RR2-AP RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity $ 86.50 $ 77.85 $ - Ea USDD 0 RR2-SMB RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) 3/4" conduit knock-outs. $ 201.25 $ 181.13 $ - Ea USDD 0 LAR G2 Local Alerting Remote Module - Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level sytem in not available. Requires ATX PoE or PoE Injector. $ 2,329.00 $ 2,096.10 $ - Ea USDD 0 G2-POE POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components $ 448.50 $ 403.65 $ - Ea USDD 0 RUI G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. $ 2,167.00 $ 1,950.30 $ - Ea USDD 12 SPK-LED-FM G2 SPEAKER - LED Illuminated - FLUSH Mount, 70v $ 374.00 $ 336.60 $ 4,039.20 Ea USDD 0 SPK-LED-SM G2 SPEAKER - LED Illuminated - SURFACE Mount (Metal Box), 70v $ 374.00 $ 336.60 $ - Ea USDD 1 SPK-OAS G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light $ 1,575.00 $ 1,417.50 $ 1,417.50 Ea USDD 0 SPK-OAS-BFC SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14") I-Beam $ 23.00 $ 20.70 $ - Ea USDD 0 SPK-OAS-DCB SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T- Bar in Suspended Ceiling $ 63.50 $ 57.15 $ - Ea USDD 0 SPK-OAS-SMB SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT - for mounting directly to hard ceiling $ 63.50 $ 57.15 $ - Ea USDD 15 SPK-STD-FM SPEAKER - STANDARD, FLUSH Mount, 70v $ 132.30 $ 119.07 $ 1,786.05 404 PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 9 of 33 Ea USDD 0 SPK-STD-SM SPEAKER - STANDARD, SURFACE Mount (Metal Box), 70v $ 132.30 $ 119.07 $ - Ea USDD 0 SPK-W-SM SPEAKER - APP BAY/OUTDOOR - Weatherized, Surface Mount, 70v $ 373.75 $ 336.38 $ - Ea USDD 1 STR-2 G2 Strobe Light / Red LED $ 661.50 $ 595.35 $ 595.35 Ea USDD 0 XFMR Transformer, 8ohm to 70V, External $ 74.20 $ 66.78 $ - Ea USDD 0 VDS VIDEO DOOR STATION - Outdoor IP Video Intercom ties into G2 FSAS (HDTV Remote) - Includes Power Injector $ 2,040.00 $ 1,836.00 $ - Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 ST-INST Station Installation (Keylite ) $ 49,744.44 $ 44,770.00 $ 44,770.00 Ea USDD 1 ST-INST Permitting, Mobilization, & Fees (Keylite) $ 1,989.78 $ 1,790.80 $ 1,790.80 Ea USDD 1 ST-SU Station Configuration & Start-Up $ 3,888.89 $ 3,500.00 $ 3,500.00 Ea USDD 1 ST-PM Station Project Management $ 5,000.00 $ 4,500.00 $ 4,500.00 Ea USDD 1 ST-ES Station Engineering / Design Services $ 1,666.67 $ 1,500.00 $ 1,500.00 Ea USDD 0 TRA-IC-O Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours $ 7,043.75 $ 6,339.38 $ - Ea USDD 0 TRA-IC-AZ Training - Installation Contractor - At Arizona Training Facility / USDD G2 Certification / 8 Hours $ 3,593.75 $ 3,234.38 $ - Ea USDD 0 USDD-USR-GRP USDD Customer User Group - Registration Fee Per Individual $ 3,200.00 $ 2,880.00 $ - Ea USDD 0 MISC Miscellaneous/TBD $ - $ - $ - Unit Mfr .Part No.Description US List Unit QUOTE UNIT QUOTE EXT YR USDD 0.0 RS-1YR-STD [STANDARD] 1st YEAR WARRANTY & SUPPORT $ 7,712.05 $ 6,940.84 no charge YR USDD 0.0 RS-AYR-STD [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT $ 7,712.05 $ 6,940.84 $ - 125,469.21$ 1,462.00$ -$ -$ 126,931.21$ STATION 01 This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. Shipping: System: STATION SUBTOTAL: STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Warranty & Support: Estimated Tax: STATION SYSTEM SERVICES 405 PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 10 of 33 US DIGITAL DESIGNS QUOTE 1150 W Grove Pkwy St #110 Tempe, Arizona 85282 877-551-8733 tel 480-290-7892 fax DATE:3/12/25 Expires:6/10/25 Quote SUBMITTED TO: Boynton Beach, FL Boynton Beach Fire Rescue REF PROPOSAL STATION-LEVEL Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 G2-VA G2 VOICEALERT - Single Station License. $ 1,433.25 $ 1,289.93 $ 1,289.93 Ea/Yr USDD 24 G2-APP-DLA G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. $ 15.00 $ 13.50 No Charge Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Kit USDD 1 ATX G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. $ 23,272.50 $ 20,945.25 $ 20,945.25 Kit USDD 0 ATX-LITE G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. $ 15,274.88 $ 13,747.39 $ - Kit USDD 0 ATX-Upgrade G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite $ 9,990.00 $ 8,991.00 $ - Kit USDD 1 ATX-EXP G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. $ 7,838.00 $ 7,054.20 $ 7,054.20 Kit USDD 0 TMR-GPS USB GPS Time Adjustment Module - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System $ 52.53 $ 47.28 $ - Kit USDD 0 ATX-E Rack Mount Ears for ATX or EXP $ 76.22 $ 68.60 $ - Kit USDD 0 ATX-P Base Plate for ATX or EXP $ 76.22 $ 68.60 $ - Ea TBD 2 UPS-STD ATX UPS, Standard $ 1,017.64 $ 915.88 $ 1,831.75 Ea TBD 2 UPS-WMB Shelf/Bracket, Wall-Mount for UPS $ 77.25 $ 69.53 $ 139.05 Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea TBD 0 AMP-70V Audio Amplifier, External, Standard $ 1,226.34 $ 1,103.71 $ - Ea TBD 0 AMP-S Shelf, Under Table or Wall Mount, for 1U 1/2 Rack $ 91.20 $ 82.08 $ - Ea USDD 1 CIR G2 COLOR INDICATOR REMOTE $ 1,043.90 $ 939.51 $ 939.51 Ea USDD 1 CIR-SMB G2 COLOR INDICATOR REMOTE BACK BOX $ 165.10 $ 148.59 $ 148.59 Ea USDD 0 TV-R G2 HDTV REMOTE (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) $ 1,121.50 $ 1,009.35 $ - FL_BOYN001 v1 STATION 02 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.FL_BYBE.FSA 03.13.2025 STATION SYSTEM LICENSES STATION SYSTEM CONTROLLER STATION SYSTEM PERIPHERAL COMPONENTS 406 PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 11 of 33 Ea TBD 0 FPM-S Flat Panel Monitor / Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) $ 1,265.00 $ 1,138.50 $ - Ea TBD 0 FPM-U Flat Panel/TV Mount - Universal 23"-46" Tilt $ 138.00 $ 124.20 $ - Ea USDD 0 IOR G2 I/O REMOTE Module with (8) Digital Inputs and (8) Digital Outputs $ 1,581.50 $ 1,423.35 $ - Ea USDD 0 PB-B Push Button, Standard (Black) $ 126.50 $ 113.85 $ - Ea USDD 0 PB-R Push Button, Emergency (Red) $ 126.50 $ 113.85 $ - Ea USDD 2 MR-2 G2 MESSAGE REMOTE 2 Module $ 1,753.75 $ 1,578.38 $ 3,156.75 Ea USDD 0 USDD-LCD-SIGN G2 LCD MESSAGE SIGN 28" Active Screen width / Configurable display $ 3,000.00 $ 2,700.00 $ - Ea USDD 0 MS-G-M G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12" Active Screen Width / Turn Out Timing ONLY $ 1,258.13 $ 1,132.32 $ - Ea USDD 0 MS-G-S G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24" Active Screen Width $ 1,575.00 $ 1,417.50 $ - Ea USDD 3 MS-G-E G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36" Active Screen Width $ 2,351.56 $ 2,116.40 $ 6,349.21 Ea USDD 2 MS-AP-S MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS- G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 63.50 $ 57.15 $ 114.30 Ea USDD 0 MS-AP-D MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS- G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 75.00 $ 67.50 $ - Ea USDD 0 MS-HK MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. $ 87.60 $ 78.84 $ - Ea TBD 2 MS-MNT MS Mount - Articulating, Long reach $ 390.00 $ 351.00 $ 702.00 Ea USDD 9 RR-2 G2 ROOM REMOTE 2 Module $ 2,275.35 $ 2,047.82 $ 18,430.34 Ea USDD 0 RR2-AP RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity $ 86.50 $ 77.85 $ - Ea USDD 0 RR2-SMB RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) 3/4" conduit knock-outs. $ 201.25 $ 181.13 $ - Ea USDD 0 LAR G2 Local Alerting Remote Module - Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level sytem in not available. Requires ATX PoE or PoE Injector. $ 2,329.00 $ 2,096.10 $ - Ea USDD 0 G2-POE POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components $ 448.50 $ 403.65 $ - Ea USDD 0 RUI G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. $ 2,167.00 $ 1,950.30 $ - Ea USDD 12 SPK-LED-FM G2 SPEAKER - LED Illuminated - FLUSH Mount, 70v $ 374.00 $ 336.60 $ 4,039.20 Ea USDD 0 SPK-LED-SM G2 SPEAKER - LED Illuminated - SURFACE Mount (Metal Box), 70v $ 374.00 $ 336.60 $ - Ea USDD 2 SPK-OAS G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light $ 1,575.00 $ 1,417.50 $ 2,835.00 Ea USDD 0 SPK-OAS-BFC SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14") I-Beam $ 23.00 $ 20.70 $ - Ea USDD 0 SPK-OAS-DCB SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T- Bar in Suspended Ceiling $ 63.50 $ 57.15 $ - Ea USDD 0 SPK-OAS-SMB SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT - for mounting directly to hard ceiling $ 63.50 $ 57.15 $ - Ea USDD 12 SPK-STD-FM SPEAKER - STANDARD, FLUSH Mount, 70v $ 132.30 $ 119.07 $ 1,428.84 407 PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 12 of 33 Ea USDD 0 SPK-STD-SM SPEAKER - STANDARD, SURFACE Mount (Metal Box), 70v $ 132.30 $ 119.07 $ - Ea USDD 0 SPK-W-SM SPEAKER - APP BAY/OUTDOOR - Weatherized, Surface Mount, 70v $ 373.75 $ 336.38 $ - Ea USDD 1 STR-2 G2 Strobe Light / Red LED $ 661.50 $ 595.35 $ 595.35 Ea USDD 0 XFMR Transformer, 8ohm to 70V, External $ 74.20 $ 66.78 $ - Ea USDD 0 VDS VIDEO DOOR STATION - Outdoor IP Video Intercom ties into G2 FSAS (HDTV Remote) - Includes Power Injector $ 2,040.00 $ 1,836.00 $ - Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 ST-INST Station Installation (Keylite ) $ 47,177.78 $ 42,460.00 $ 42,460.00 Ea USDD 1 ST-INST Permitting, Mobilization, & Fees (Keylite) $ 1,887.11 $ 1,698.40 $ 1,698.40 Ea USDD 1 ST-SU Station Configuration & Start-Up $ 3,888.89 $ 3,500.00 $ 3,500.00 Ea USDD 1 ST-PM Station Project Management $ 5,000.00 $ 4,500.00 $ 4,500.00 Ea USDD 1 ST-ES Station Engineering / Design Services $ 1,666.67 $ 1,500.00 $ 1,500.00 Ea USDD 0 TRA-IC-O Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours $ 7,043.75 $ 6,339.38 $ - Ea USDD 0 TRA-IC-AZ Training - Installation Contractor - At Arizona Training Facility / USDD G2 Certification / 8 Hours $ 3,593.75 $ 3,234.38 $ - Ea USDD 0 USDD-USR-GRP USDD Customer User Group - Registration Fee Per Individual $ 3,200.00 $ 2,880.00 $ - Ea USDD 0 MISC Miscellaneous/TBD $ - $ - $ - Unit Mfr .Part No.Description US List Unit QUOTE UNIT QUOTE EXT YR USDD 0.0 RS-1YR-STD [STANDARD] 1st YEAR WARRANTY & SUPPORT $ 7,777.70 $ 6,999.93 no charge YR USDD 0.0 RS-AYR-STD [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT $ 7,777.70 $ 6,999.93 $ - 123,657.66$ 1,438.00$ -$ -$ 125,095.66$ STATION SYSTEM SERVICES STATION 02 System: STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Shipping: Warranty & Support: Estimated Tax: STATION SUBTOTAL: This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. 408 PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 13 of 33 07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included. Warranty & Support Notes: Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only available to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement. USDD cannot warrant nor support any system configuration that deviates from this specific proposal's documented station system design file number. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to review documented engineering assumptions and approve system integrity, performance and reliability expectations. For FSAaaS Program: The cost of service and support beyond initial warranty period is included in the FSASaaS Program for a total of 5 years. The service and support includes Mobile Smart Phone Alerting App and Mapping Services. Please see the FSASaaS Subscription Agreement for more information concerning the service and support provided by USDD. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannnot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to review documented engineering assumptions and approve system integrity, performance and reliability expectations. Station System Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided. 02 - Because these are mission-critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors. 03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD. 05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. 06 - Unless specifically detailed in this proposal, no permit fees or material charges have been included. 14 - USDD cannot warrant nor support any owner-furbished (3rd-Party) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect 08 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,included or budgeted for in this proposal. 09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on-site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high-voltage wiring and fixtures by others. 13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 409 PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 14 of 33 US DIGITAL DESIGNS QUOTE 1150 W Grove Pkwy St #110 Tempe, Arizona 85282 877-551-8733 tel 480-290-7892 fax DATE:3/12/25 Expires:6/10/25 Quote SUBMITTED TO: Boynton Beach, FL Boynton Beach Fire Rescue REF PROPOSAL STATION-LEVEL Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 G2-VA G2 VOICEALERT - Single Station License. $ 1,433.25 $ 1,289.93 $ 1,289.93 Ea/Yr USDD 24 G2-APP-DLA G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. $ 15.00 $ 13.50 No Charge Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Kit USDD 0 ATX G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. $ 23,272.50 $ 20,945.25 $ - Kit USDD 1 ATX-LITE G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. $ 15,274.88 $ 13,747.39 $ 13,747.39 Kit USDD 0 ATX-Upgrade G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite $ 9,990.00 $ 8,991.00 $ - Kit USDD 0 ATX-EXP G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. $ 7,838.00 $ 7,054.20 $ - Kit USDD 0 TMR-GPS USB GPS Time Adjustment Module - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System $ 52.53 $ 47.28 $ - Kit USDD 0 ATX-E Rack Mount Ears for ATX or EXP $ 76.22 $ 68.60 $ - Kit USDD 0 ATX-P Base Plate for ATX or EXP $ 76.22 $ 68.60 $ - Ea TBD 1 UPS-STD ATX UPS, Standard $ 1,017.64 $ 915.88 $ 915.88 Ea TBD 1 UPS-WMB Shelf/Bracket, Wall-Mount for UPS $ 77.25 $ 69.53 $ 69.53 Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea TBD 0 AMP-70V Audio Amplifier, External, Standard $ 1,226.34 $ 1,103.71 $ - Ea TBD 0 AMP-S Shelf, Under Table or Wall Mount, for 1U 1/2 Rack $ 91.20 $ 82.08 $ - Ea USDD 0 CIR G2 COLOR INDICATOR REMOTE $ 1,043.90 $ 939.51 $ - Ea USDD 0 CIR-SMB G2 COLOR INDICATOR REMOTE BACK BOX $ 165.10 $ 148.59 $ - Ea USDD 0 TV-R G2 HDTV REMOTE (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) $ 1,121.50 $ 1,009.35 $ - FL_BOYN001 v1 STATION 03 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.FL_BYBE.FSA 03.13.2025 STATION SYSTEM LICENSES STATION SYSTEM CONTROLLER STATION SYSTEM PERIPHERAL COMPONENTS 410 PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 15 of 33 Ea TBD 0 FPM-S Flat Panel Monitor / Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) $ 1,265.00 $ 1,138.50 $ - Ea TBD 0 FPM-U Flat Panel/TV Mount - Universal 23"-46" Tilt $ 138.00 $ 124.20 $ - Ea USDD 0 IOR G2 I/O REMOTE Module with (8) Digital Inputs and (8) Digital Outputs $ 1,581.50 $ 1,423.35 $ - Ea USDD 0 PB-B Push Button, Standard (Black) $ 126.50 $ 113.85 $ - Ea USDD 0 PB-R Push Button, Emergency (Red) $ 126.50 $ 113.85 $ - Ea USDD 0 MR-2 G2 MESSAGE REMOTE 2 Module $ 1,753.75 $ 1,578.38 $ - Ea USDD 0 USDD-LCD-SIGN G2 LCD MESSAGE SIGN 28" Active Screen width / Configurable display $ 3,000.00 $ 2,700.00 $ - Ea USDD 0 MS-G-M G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12" Active Screen Width / Turn Out Timing ONLY $ 1,258.13 $ 1,132.32 $ - Ea USDD 0 MS-G-S G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24" Active Screen Width $ 1,575.00 $ 1,417.50 $ - Ea USDD 0 MS-G-E G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36" Active Screen Width $ 2,351.56 $ 2,116.40 $ - Ea USDD 0 MS-AP-S MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS- G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 63.50 $ 57.15 $ - Ea USDD 0 MS-AP-D MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS- G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 75.00 $ 67.50 $ - Ea USDD 0 MS-HK MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. $ 87.60 $ 78.84 $ - Ea TBD 0 MS-MNT MS Mount - Articulating, Long reach $ 390.00 $ 351.00 $ - Ea USDD 0 RR-2 G2 ROOM REMOTE 2 Module $ 2,275.35 $ 2,047.82 $ - Ea USDD 0 RR2-AP RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity $ 86.50 $ 77.85 $ - Ea USDD 0 RR2-SMB RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) 3/4" conduit knock-outs. $ 201.25 $ 181.13 $ - Ea USDD 0 LAR G2 Local Alerting Remote Module - Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level sytem in not available. Requires ATX PoE or PoE Injector. $ 2,329.00 $ 2,096.10 $ - Ea USDD 0 G2-POE POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components $ 448.50 $ 403.65 $ - Ea USDD 0 RUI G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. $ 2,167.00 $ 1,950.30 $ - Ea USDD 0 SPK-LED-FM G2 SPEAKER - LED Illuminated - FLUSH Mount, 70v $ 374.00 $ 336.60 $ - Ea USDD 0 SPK-LED-SM G2 SPEAKER - LED Illuminated - SURFACE Mount (Metal Box), 70v $ 374.00 $ 336.60 $ - Ea USDD 0 SPK-OAS G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light $ 1,575.00 $ 1,417.50 $ - Ea USDD 0 SPK-OAS-BFC SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14") I-Beam $ 23.00 $ 20.70 $ - Ea USDD 0 SPK-OAS-DCB SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T- Bar in Suspended Ceiling $ 63.50 $ 57.15 $ - Ea USDD 0 SPK-OAS-SMB SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT - for mounting directly to hard ceiling $ 63.50 $ 57.15 $ - Ea USDD 0 SPK-STD-FM SPEAKER - STANDARD, FLUSH Mount, 70v $ 132.30 $ 119.07 $ - 411 PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 16 of 33 Ea USDD 0 SPK-STD-SM SPEAKER - STANDARD, SURFACE Mount (Metal Box), 70v $ 132.30 $ 119.07 $ - Ea USDD 0 SPK-W-SM SPEAKER - APP BAY/OUTDOOR - Weatherized, Surface Mount, 70v $ 373.75 $ 336.38 $ - Ea USDD 0 STR-2 G2 Strobe Light / Red LED $ 661.50 $ 595.35 $ - Ea USDD 0 XFMR Transformer, 8ohm to 70V, External $ 74.20 $ 66.78 $ - Ea USDD 0 VDS VIDEO DOOR STATION - Outdoor IP Video Intercom ties into G2 FSAS (HDTV Remote) - Includes Power Injector $ 2,040.00 $ 1,836.00 $ - Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 ST-INST Station Installation (Keylite ) $ 16,666.67 $ 15,000.00 $ 15,000.00 Ea USDD 1 ST-INST Permitting, Mobilization, & Fees (Keylite) $ 1,038.89 $ 935.00 $ 935.00 Ea USDD 1 ST-SU Station Configuration & Start-Up $ 3,888.89 $ 3,500.00 $ 3,500.00 Ea USDD 1 ST-PM Station Project Management $ 5,000.00 $ 4,500.00 $ 4,500.00 Ea USDD 1 ST-ES Station Engineering / Design Services $ 1,666.67 $ 1,500.00 $ 1,500.00 Ea USDD 0 TRA-IC-O Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours $ 7,043.75 $ 6,339.38 $ - Ea USDD 0 TRA-IC-AZ Training - Installation Contractor - At Arizona Training Facility / USDD G2 Certification / 8 Hours $ 3,593.75 $ 3,234.38 $ - Ea USDD 0 USDD-USR-GRP USDD Customer User Group - Registration Fee Per Individual $ 3,200.00 $ 2,880.00 $ - Ea USDD 0 MISC Miscellaneous/TBD $ - $ - $ - Unit Mfr .Part No.Description US List Unit QUOTE UNIT QUOTE EXT YR USDD 0.0 RS-1YR-STD [STANDARD] 1st YEAR WARRANTY & SUPPORT $ 1,780.30 $ 1,602.27 no charge YR USDD 0.0 RS-AYR-STD [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT $ 1,780.30 $ 1,602.27 $ - 41,457.72$ 90.00$ -$ -$ 41,547.72$ STATION SYSTEM SERVICES STATION 03 System: STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Shipping: Warranty & Support: Estimated Tax: STATION SUBTOTAL: This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. 412 PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 17 of 33 US DIGITAL DESIGNS QUOTE 1150 W Grove Pkwy St #110 Tempe, Arizona 85282 877-551-8733 tel 480-290-7892 fax DATE:3/12/25 Expires:6/10/25 Quote SUBMITTED TO: Boynton Beach, FL Boynton Beach Fire Rescue REF PROPOSAL STATION-LEVEL Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 G2-VA G2 VOICEALERT - Single Station License. $ 1,433.25 $ 1,289.93 $ 1,289.93 Ea/Yr USDD 24 G2-APP-DLA G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. $ 15.00 $ 13.50 No Charge Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Kit USDD 1 ATX G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. $ 23,272.50 $ 20,945.25 $ 20,945.25 Kit USDD 0 ATX-LITE G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. $ 15,274.88 $ 13,747.39 $ - Kit USDD 0 ATX-Upgrade G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite $ 9,990.00 $ 8,991.00 $ - Kit USDD 1 ATX-EXP G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. $ 7,838.00 $ 7,054.20 $ 7,054.20 Kit USDD 0 TMR-GPS USB GPS Time Adjustment Module - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System $ 52.53 $ 47.28 $ - Kit USDD 2 ATX-E Rack Mount Ears for ATX or EXP $ 76.22 $ 68.60 $ 137.20 Kit USDD 0 ATX-P Base Plate for ATX or EXP $ 76.22 $ 68.60 $ - Ea TBD 2 UPS-STD ATX UPS, Standard $ 1,017.64 $ 915.88 $ 1,831.75 Ea TBD 2 UPS-WMB Shelf/Bracket, Wall-Mount for UPS $ 77.25 $ 69.53 $ 139.05 Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea TBD 1 AMP-70V Audio Amplifier, External, Standard $ 1,226.34 $ 1,103.71 $ 1,103.71 Ea TBD 1 AMP-S Shelf, Under Table or Wall Mount, for 1U 1/2 Rack $ 91.20 $ 82.08 $ 82.08 Ea USDD 1 CIR G2 COLOR INDICATOR REMOTE $ 1,043.90 $ 939.51 $ 939.51 Ea USDD 1 CIR-SMB G2 COLOR INDICATOR REMOTE BACK BOX $ 165.10 $ 148.59 $ 148.59 Ea USDD 0 TV-R G2 HDTV REMOTE (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) $ 1,121.50 $ 1,009.35 $ - FL_BOYN001 v1 STATION 04 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.FL_BYBE.FSA 03.13.2025 STATION SYSTEM LICENSES STATION SYSTEM CONTROLLER STATION SYSTEM PERIPHERAL COMPONENTS 413 PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 18 of 33 Ea TBD 0 FPM-S Flat Panel Monitor / Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) $ 1,265.00 $ 1,138.50 $ - Ea TBD 0 FPM-U Flat Panel/TV Mount - Universal 23"-46" Tilt $ 138.00 $ 124.20 $ - Ea USDD 0 IOR G2 I/O REMOTE Module with (8) Digital Inputs and (8) Digital Outputs $ 1,581.50 $ 1,423.35 $ - Ea USDD 0 PB-B Push Button, Standard (Black) $ 126.50 $ 113.85 $ - Ea USDD 0 PB-R Push Button, Emergency (Red) $ 126.50 $ 113.85 $ - Ea USDD 1 MR-2 G2 MESSAGE REMOTE 2 Module $ 1,753.75 $ 1,578.38 $ 1,578.38 Ea USDD 0 USDD-LCD-SIGN G2 LCD MESSAGE SIGN 28" Active Screen width / Configurable display $ 3,000.00 $ 2,700.00 $ - Ea USDD 0 MS-G-M G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12" Active Screen Width / Turn Out Timing ONLY $ 1,258.13 $ 1,132.32 $ - Ea USDD 0 MS-G-S G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24" Active Screen Width $ 1,575.00 $ 1,417.50 $ - Ea USDD 3 MS-G-E G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36" Active Screen Width $ 2,351.56 $ 2,116.40 $ 6,349.21 Ea USDD 2 MS-AP-S MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS- G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 63.50 $ 57.15 $ 114.30 Ea USDD 0 MS-AP-D MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS- G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 75.00 $ 67.50 $ - Ea USDD 0 MS-HK MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. $ 87.60 $ 78.84 $ - Ea TBD 2 MS-MNT MS Mount - Articulating, Long reach $ 390.00 $ 351.00 $ 702.00 Ea USDD 9 RR-2 G2 ROOM REMOTE 2 Module $ 2,275.35 $ 2,047.82 $ 18,430.34 Ea USDD 0 RR2-AP RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity $ 86.50 $ 77.85 $ - Ea USDD 0 RR2-SMB RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) 3/4" conduit knock-outs. $ 201.25 $ 181.13 $ - Ea USDD 0 LAR G2 Local Alerting Remote Module - Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level sytem in not available. Requires ATX PoE or PoE Injector. $ 2,329.00 $ 2,096.10 $ - Ea USDD 0 G2-POE POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components $ 448.50 $ 403.65 $ - Ea USDD 0 RUI G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. $ 2,167.00 $ 1,950.30 $ - Ea USDD 14 SPK-LED-FM G2 SPEAKER - LED Illuminated - FLUSH Mount, 70v $ 374.00 $ 336.60 $ 4,712.40 Ea USDD 0 SPK-LED-SM G2 SPEAKER - LED Illuminated - SURFACE Mount (Metal Box), 70v $ 374.00 $ 336.60 $ - Ea USDD 1 SPK-OAS G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light $ 1,575.00 $ 1,417.50 $ 1,417.50 Ea USDD 0 SPK-OAS-BFC SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14") I-Beam $ 23.00 $ 20.70 $ - Ea USDD 0 SPK-OAS-DCB SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T- Bar in Suspended Ceiling $ 63.50 $ 57.15 $ - Ea USDD 0 SPK-OAS-SMB SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT - for mounting directly to hard ceiling $ 63.50 $ 57.15 $ - Ea USDD 12 SPK-STD-FM SPEAKER - STANDARD, FLUSH Mount, 70v $ 132.30 $ 119.07 $ 1,428.84 414 PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 19 of 33 Ea USDD 0 SPK-STD-SM SPEAKER - STANDARD, SURFACE Mount (Metal Box), 70v $ 132.30 $ 119.07 $ - Ea USDD 0 SPK-W-SM SPEAKER - APP BAY/OUTDOOR - Weatherized, Surface Mount, 70v $ 373.75 $ 336.38 $ - Ea USDD 1 STR-2 G2 Strobe Light / Red LED $ 661.50 $ 595.35 $ 595.35 Ea USDD 0 XFMR Transformer, 8ohm to 70V, External $ 74.20 $ 66.78 $ - Ea USDD 0 VDS VIDEO DOOR STATION - Outdoor IP Video Intercom ties into G2 FSAS (HDTV Remote) - Includes Power Injector $ 2,040.00 $ 1,836.00 $ - Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 ST-INST Station Installation (Keylite ) $ 49,744.44 $ 44,770.00 $ 44,770.00 Ea USDD 1 ST-INST Permitting, Mobilization, & Fees (Keylite) $ 1,989.78 $ 1,790.80 $ 1,790.80 Ea USDD 1 ST-SU Station Configuration & Start-Up $ 3,888.89 $ 3,500.00 $ 3,500.00 Ea USDD 1 ST-PM Station Project Management $ 5,000.00 $ 4,500.00 $ 4,500.00 Ea USDD 1 ST-ES Station Engineering / Design Services $ 1,666.67 $ 1,500.00 $ 1,500.00 Ea USDD 0 TRA-IC-O Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours $ 7,043.75 $ 6,339.38 $ - Ea USDD 0 TRA-IC-AZ Training - Installation Contractor - At Arizona Training Facility / USDD G2 Certification / 8 Hours $ 3,593.75 $ 3,234.38 $ - Ea USDD 0 USDD-USR-GRP USDD Customer User Group - Registration Fee Per Individual $ 3,200.00 $ 2,880.00 $ - Ea USDD 1 MISC Miscellaneous/TBD (IT Rack - Keylite ) $ 580.56 $ 522.50 $ 522.50 Unit Mfr .Part No.Description US List Unit QUOTE UNIT QUOTE EXT YR USDD 0.0 RS-1YR-STD [STANDARD] 1st YEAR WARRANTY & SUPPORT $ 7,666.62 $ 6,899.96 no charge YR USDD 0.0 RS-AYR-STD [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT $ 7,666.62 $ 6,899.96 $ - 125,582.87$ 1,474.00$ -$ -$ 127,056.87$ STATION SYSTEM SERVICES STATION 04 System: STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Shipping: Warranty & Support: Estimated Tax: STATION SUBTOTAL: This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. 415 PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 20 of 33 US DIGITAL DESIGNS QUOTE 1150 W Grove Pkwy St #110 Tempe, Arizona 85282 877-551-8733 tel 480-290-7892 fax DATE:3/12/25 Expires:6/10/25 Quote SUBMITTED TO: Boynton Beach, FL Boynton Beach Fire Rescue REF PROPOSAL STATION-LEVEL Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 G2-VA G2 VOICEALERT - Single Station License. $ 1,433.25 $ 1,289.93 $ 1,289.93 Ea/Yr USDD 24 G2-APP-DLA G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. $ 15.00 $ 13.50 No Charge Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Kit USDD 1 ATX G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. $ 23,272.50 $ 20,945.25 $ 20,945.25 Kit USDD 0 ATX-LITE G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. $ 15,274.88 $ 13,747.39 $ - Kit USDD 0 ATX-Upgrade G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite $ 9,990.00 $ 8,991.00 $ - Kit USDD 1 ATX-EXP G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. $ 7,838.00 $ 7,054.20 $ 7,054.20 Kit USDD 0 TMR-GPS USB GPS Time Adjustment Module - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System $ 52.53 $ 47.28 $ - Kit USDD 0 ATX-E Rack Mount Ears for ATX or EXP $ 76.22 $ 68.60 $ - Kit USDD 0 ATX-P Base Plate for ATX or EXP $ 76.22 $ 68.60 $ - Ea TBD 2 UPS-STD ATX UPS, Standard $ 1,017.64 $ 915.88 $ 1,831.75 Ea TBD 2 UPS-WMB Shelf/Bracket, Wall-Mount for UPS $ 77.25 $ 69.53 $ 139.05 Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea TBD 0 AMP-70V Audio Amplifier, External, Standard $ 1,226.34 $ 1,103.71 $ - Ea TBD 0 AMP-S Shelf, Under Table or Wall Mount, for 1U 1/2 Rack $ 91.20 $ 82.08 $ - Ea USDD 1 CIR G2 COLOR INDICATOR REMOTE $ 1,043.90 $ 939.51 $ 939.51 Ea USDD 1 CIR-SMB G2 COLOR INDICATOR REMOTE BACK BOX $ 165.10 $ 148.59 $ 148.59 Ea USDD 0 TV-R G2 HDTV REMOTE (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) $ 1,121.50 $ 1,009.35 $ - FL_BOYN001 v1 STATION 05 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.FL_BYBE.FSA 03.13.2025 STATION SYSTEM LICENSES STATION SYSTEM CONTROLLER STATION SYSTEM PERIPHERAL COMPONENTS 416 PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 21 of 33 Ea TBD 0 FPM-S Flat Panel Monitor / Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) $ 1,265.00 $ 1,138.50 $ - Ea TBD 0 FPM-U Flat Panel/TV Mount - Universal 23"-46" Tilt $ 138.00 $ 124.20 $ - Ea USDD 0 IOR G2 I/O REMOTE Module with (8) Digital Inputs and (8) Digital Outputs $ 1,581.50 $ 1,423.35 $ - Ea USDD 0 PB-B Push Button, Standard (Black) $ 126.50 $ 113.85 $ - Ea USDD 0 PB-R Push Button, Emergency (Red) $ 126.50 $ 113.85 $ - Ea USDD 2 MR-2 G2 MESSAGE REMOTE 2 Module $ 1,753.75 $ 1,578.38 $ 3,156.75 Ea USDD 0 USDD-LCD-SIGN G2 LCD MESSAGE SIGN 28" Active Screen width / Configurable display $ 3,000.00 $ 2,700.00 $ - Ea USDD 0 MS-G-M G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12" Active Screen Width / Turn Out Timing ONLY $ 1,258.13 $ 1,132.32 $ - Ea USDD 0 MS-G-S G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24" Active Screen Width $ 1,575.00 $ 1,417.50 $ - Ea USDD 4 MS-G-E G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36" Active Screen Width $ 2,351.56 $ 2,116.40 $ 8,465.62 Ea USDD 3 MS-AP-S MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS- G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 63.50 $ 57.15 $ 171.45 Ea USDD 0 MS-AP-D MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS- G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 75.00 $ 67.50 $ - Ea USDD 0 MS-HK MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. $ 87.60 $ 78.84 $ - Ea TBD 3 MS-MNT MS Mount - Articulating, Long reach $ 390.00 $ 351.00 $ 1,053.00 Ea USDD 18 RR-2 G2 ROOM REMOTE 2 Module $ 2,275.35 $ 2,047.82 $ 36,860.67 Ea USDD 0 RR2-AP RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity $ 86.50 $ 77.85 $ - Ea USDD 0 RR2-SMB RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) 3/4" conduit knock-outs. $ 201.25 $ 181.13 $ - Ea USDD 0 LAR G2 Local Alerting Remote Module - Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level sytem in not available. Requires ATX PoE or PoE Injector. $ 2,329.00 $ 2,096.10 $ - Ea USDD 0 G2-POE POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components $ 448.50 $ 403.65 $ - Ea USDD 0 RUI G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. $ 2,167.00 $ 1,950.30 $ - Ea USDD 31 SPK-LED-FM G2 SPEAKER - LED Illuminated - FLUSH Mount, 70v $ 374.00 $ 336.60 $ 10,434.60 Ea USDD 0 SPK-LED-SM G2 SPEAKER - LED Illuminated - SURFACE Mount (Metal Box), 70v $ 374.00 $ 336.60 $ - Ea USDD 2 SPK-OAS G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light $ 1,575.00 $ 1,417.50 $ 2,835.00 Ea USDD 0 SPK-OAS-BFC SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14") I-Beam $ 23.00 $ 20.70 $ - Ea USDD 0 SPK-OAS-DCB SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T- Bar in Suspended Ceiling $ 63.50 $ 57.15 $ - Ea USDD 0 SPK-OAS-SMB SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT - for mounting directly to hard ceiling $ 63.50 $ 57.15 $ - Ea USDD 37 SPK-STD-FM SPEAKER - STANDARD, FLUSH Mount, 70v $ 132.30 $ 119.07 $ 4,405.59 417 PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 22 of 33 Ea USDD 0 SPK-STD-SM SPEAKER - STANDARD, SURFACE Mount (Metal Box), 70v $ 132.30 $ 119.07 $ - Ea USDD 0 SPK-W-SM SPEAKER - APP BAY/OUTDOOR - Weatherized, Surface Mount, 70v $ 373.75 $ 336.38 $ - Ea USDD 1 STR-2 G2 Strobe Light / Red LED $ 661.50 $ 595.35 $ 595.35 Ea USDD 0 XFMR Transformer, 8ohm to 70V, External $ 74.20 $ 66.78 $ - Ea USDD 0 VDS VIDEO DOOR STATION - Outdoor IP Video Intercom ties into G2 FSAS (HDTV Remote) - Includes Power Injector $ 2,040.00 $ 1,836.00 $ - Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 ST-INST Station Installation (Keylite ) $ 99,488.89 $ 89,540.00 $ 89,540.00 Ea USDD 1 ST-INST Permitting, Mobilization, & Fees (Keylite) $ 3,979.56 $ 3,581.60 $ 3,581.60 Ea USDD 1 ST-SU Station Configuration & Start-Up $ 3,888.89 $ 3,500.00 $ 3,500.00 Ea USDD 1 ST-PM Station Project Management $ 5,000.00 $ 4,500.00 $ 4,500.00 Ea USDD 1 ST-ES Station Engineering / Design Services $ 1,666.67 $ 1,500.00 $ 1,500.00 Ea USDD 0 TRA-IC-O Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours $ 7,043.75 $ 6,339.38 $ - Ea USDD 0 TRA-IC-AZ Training - Installation Contractor - At Arizona Training Facility / USDD G2 Certification / 8 Hours $ 3,593.75 $ 3,234.38 $ - Ea USDD 0 USDD-USR-GRP USDD Customer User Group - Registration Fee Per Individual $ 3,200.00 $ 2,880.00 $ - Ea USDD 0 MISC Miscellaneous/TBD $ - $ - $ - Unit Mfr .Part No.Description US List Unit QUOTE UNIT QUOTE EXT YR USDD 0.0 RS-1YR-STD [STANDARD] 1st YEAR WARRANTY & SUPPORT $ 11,147.37 $ 10,032.63 no charge YR USDD 0.0 RS-AYR-STD [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT $ 11,147.37 $ 10,032.63 $ - 202,947.90$ 2,423.00$ -$ -$ 205,370.90$ STATION SYSTEM SERVICES STATION 05 System: STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Shipping: Warranty & Support: Estimated Tax: STATION SUBTOTAL: This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. 418 PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 23 of 33 US DIGITAL DESIGNS QUOTE 1150 W Grove Pkwy St #110 Tempe, Arizona 85282 877-551-8733 tel 480-290-7892 fax DATE:3/12/25 Expires:6/10/25 Quote SUBMITTED TO: Boynton Beach, FL Boynton Beach Fire Rescue REF PROPOSAL STATION-LEVEL Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 G2-VA G2 VOICEALERT - Single Station License. $ 1,433.25 $ 1,289.93 $ 1,289.93 Ea/Yr USDD 24 G2-APP-DLA G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each as long as system is currently under warranty or elected recurring annual support coverage. $ 15.00 $ 13.50 No Charge Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Kit USDD 1 ATX G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. $ 23,272.50 $ 20,945.25 $ 20,945.25 Kit USDD 0 ATX-LITE G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. $ 15,274.88 $ 13,747.39 $ - Kit USDD 0 ATX-Upgrade G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite $ 9,990.00 $ 8,991.00 $ - Kit USDD 0 ATX-EXP G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. $ 7,838.00 $ 7,054.20 $ - Kit USDD 0 TMR-GPS USB GPS Time Adjustment Module - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System $ 52.53 $ 47.28 $ - Kit USDD 0 ATX-E Rack Mount Ears for ATX or EXP $ 76.22 $ 68.60 $ - Kit USDD 0 ATX-P Base Plate for ATX or EXP $ 76.22 $ 68.60 $ - Ea TBD 1 UPS-STD ATX UPS, Standard $ 1,017.64 $ 915.88 $ 915.88 Ea TBD 1 UPS-WMB Shelf/Bracket, Wall-Mount for UPS $ 77.25 $ 69.53 $ 69.53 Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea TBD 0 AMP-70V Audio Amplifier, External, Standard $ 1,226.34 $ 1,103.71 $ - Ea TBD 0 AMP-S Shelf, Under Table or Wall Mount, for 1U 1/2 Rack $ 91.20 $ 82.08 $ - Ea USDD 0 CIR G2 COLOR INDICATOR REMOTE $ 1,043.90 $ 939.51 $ - Ea USDD 0 CIR-SMB G2 COLOR INDICATOR REMOTE BACK BOX $ 165.10 $ 148.59 $ - Ea USDD 0 TV-R G2 HDTV REMOTE (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) $ 1,121.50 $ 1,009.35 $ - FL_BOYN001 v1 STATION 06 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.FL_BYBE.FSA 03.13.2025 STATION SYSTEM LICENSES STATION SYSTEM CONTROLLER STATION SYSTEM PERIPHERAL COMPONENTS 419 PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 24 of 33 Ea TBD 0 FPM-S Flat Panel Monitor / Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) $ 1,265.00 $ 1,138.50 $ - Ea TBD 0 FPM-U Flat Panel/TV Mount - Universal 23"-46" Tilt $ 138.00 $ 124.20 $ - Ea USDD 0 IOR G2 I/O REMOTE Module with (8) Digital Inputs and (8) Digital Outputs $ 1,581.50 $ 1,423.35 $ - Ea USDD 0 PB-B Push Button, Standard (Black) $ 126.50 $ 113.85 $ - Ea USDD 0 PB-R Push Button, Emergency (Red) $ 126.50 $ 113.85 $ - Ea USDD 1 MR-2 G2 MESSAGE REMOTE 2 Module $ 1,753.75 $ 1,578.38 $ 1,578.38 Ea USDD 0 USDD-LCD-SIGN G2 LCD MESSAGE SIGN 28" Active Screen width / Configurable display $ 3,000.00 $ 2,700.00 $ - Ea USDD 0 MS-G-M G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12" Active Screen Width / Turn Out Timing ONLY $ 1,258.13 $ 1,132.32 $ - Ea USDD 0 MS-G-S G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24" Active Screen Width $ 1,575.00 $ 1,417.50 $ - Ea USDD 2 MS-G-E G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36" Active Screen Width $ 2,351.56 $ 2,116.40 $ 4,232.81 Ea USDD 1 MS-AP-S MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS- G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 63.50 $ 57.15 $ 57.15 Ea USDD 0 MS-AP-D MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS- G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) $ 75.00 $ 67.50 $ - Ea USDD 0 MS-HK MS-G Hanger Kit. Hangs single or double (back-to-back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. $ 87.60 $ 78.84 $ - Ea TBD 1 MS-MNT MS Mount - Articulating, Long reach $ 390.00 $ 351.00 $ 351.00 Ea USDD 0 RR-2 G2 ROOM REMOTE 2 Module $ 2,275.35 $ 2,047.82 $ - Ea USDD 0 RR2-AP RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity $ 86.50 $ 77.85 $ - Ea USDD 0 RR2-SMB RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) 3/4" conduit knock-outs. $ 201.25 $ 181.13 $ - Ea USDD 0 LAR G2 Local Alerting Remote Module - Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level sytem in not available. Requires ATX PoE or PoE Injector. $ 2,329.00 $ 2,096.10 $ - Ea USDD 0 G2-POE POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components $ 448.50 $ 403.65 $ - Ea USDD 0 RUI G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. $ 2,167.00 $ 1,950.30 $ - Ea USDD 12 SPK-LED-FM G2 SPEAKER - LED Illuminated - FLUSH Mount, 70v $ 374.00 $ 336.60 $ 4,039.20 Ea USDD 0 SPK-LED-SM G2 SPEAKER - LED Illuminated - SURFACE Mount (Metal Box), 70v $ 374.00 $ 336.60 $ - Ea USDD 1 SPK-OAS G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light $ 1,575.00 $ 1,417.50 $ 1,417.50 Ea USDD 0 SPK-OAS-BFC SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting directly onto an exposed (1/8-14") I-Beam $ 23.00 $ 20.70 $ - Ea USDD 0 SPK-OAS-DCB SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting directly to T- Bar in Suspended Ceiling $ 63.50 $ 57.15 $ - Ea USDD 0 SPK-OAS-SMB SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT - for mounting directly to hard ceiling $ 63.50 $ 57.15 $ - Ea USDD 15 SPK-STD-FM SPEAKER - STANDARD, FLUSH Mount, 70v $ 132.30 $ 119.07 $ 1,786.05 420 PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 25 of 33 Ea USDD 0 SPK-STD-SM SPEAKER - STANDARD, SURFACE Mount (Metal Box), 70v $ 132.30 $ 119.07 $ - Ea USDD 0 SPK-W-SM SPEAKER - APP BAY/OUTDOOR - Weatherized, Surface Mount, 70v $ 373.75 $ 336.38 $ - Ea USDD 0 STR-2 G2 Strobe Light / Red LED $ 661.50 $ 595.35 $ - Ea USDD 0 XFMR Transformer, 8ohm to 70V, External $ 74.20 $ 66.78 $ - Ea USDD 0 VDS VIDEO DOOR STATION - Outdoor IP Video Intercom ties into G2 FSAS (HDTV Remote) - Includes Power Injector $ 2,040.00 $ 1,836.00 $ - Unit Mfr Qty Part No.Description US List Unit QUOTE UNIT QUOTE EXT Ea USDD 1 ST-INST Station Installation (Keylite ) $ 26,522.22 $ 23,870.00 $ 23,870.00 Ea USDD 1 ST-INST Permitting, Mobilization, & Fees (Keylite) $ 1,060.89 $ 954.80 $ 954.80 Ea USDD 1 ST-SU Station Configuration & Start-Up $ 3,888.89 $ 3,500.00 $ 3,500.00 Ea USDD 1 ST-PM Station Project Management $ 5,000.00 $ 4,500.00 $ 4,500.00 Ea USDD 1 ST-ES Station Engineering / Design Services $ 1,666.67 $ 1,500.00 $ 1,500.00 Ea USDD 0 TRA-IC-O Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours $ 7,043.75 $ 6,339.38 $ - Ea USDD 0 TRA-IC-AZ Training - Installation Contractor - At Arizona Training Facility / USDD G2 Certification / 8 Hours $ 3,593.75 $ 3,234.38 $ - Ea USDD 0 USDD-USR-GRP USDD Customer User Group - Registration Fee Per Individual $ 3,200.00 $ 2,880.00 $ - Ea USDD 0 MISC Miscellaneous/TBD $ - $ - $ - Unit Mfr .Part No.Description US List Unit QUOTE UNIT QUOTE EXT YR USDD 0.0 RS-1YR-STD [STANDARD] 1st YEAR WARRANTY & SUPPORT $ 4,075.85 $ 3,668.27 no charge YR USDD 0.0 RS-AYR-STD [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT $ 4,075.85 $ 3,668.27 $ - 71,007.46$ 937.00$ -$ -$ 71,944.46$ STATION SYSTEM SERVICES STATION 06 System: STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Shipping: Warranty & Support: Estimated Tax: STATION SUBTOTAL: This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. 421 PROPRIETARY and CONFIDENTIAL SECTION TOTALS Page 26 of 33 US DIGITAL DESIGNS QUOTE 1150 W Grove Pkwy St #110 Tempe, Arizona 85282 877-551-8733 tel 480-290-7892 fax DATE:3/12/25 Expires:6/10/25 Quote SUBMITTED TO: Boynton Beach, FL Boynton Beach Fire Rescue REF PROPOSAL 62,176.00 Includes:62,176.00 - - - - Notes: 697,946.83 126,931.21 - - 125,095.66 - - 41,547.72 - - 127,056.87 - - 205,370.90 - - 71,944.46 - - Notes: 760,122.83$ US Digital Designs System Total: STATION 04 ESTIMATED TAX: (6) Station Systems w/ installation by Keylite Includes: STATION 06 WARRANTY & SUPPORT: STATION 06 SYSTEM: Includes:STATION 05 SYSTEM: STATION 05 WARRANTY & SUPPORT: STATION 06 ESTIMATED TAX: STATION 05 ESTIMATED TAX: Section Totals SUBTOTAL STATION-LEVEL SUBTOTAL PRIMARY DISPATCH G2 FSA SYSTEM : PRIMARY DISPATCH MOBILE APP SERVICE : PRIMARY DISPATCH MAPPING SERVICE : PRIMARY DISPATCH WARRANTY & SUPPORT : FL_BOYN001 v1 SECTION TOTALS [UNLESS OTHERWISE NOTED, ALL PRICES ARE $US] PRIMARY DISPATCH G2 FSA SYSTEMESTIMATED TAX: One (1) Dispatch Center System currently proposed/included. STATION 03 ESTIMATED TAX: Includes: STATION 02 SYSTEM: STATION 02 WARRANTY & SUPPORT: Includes: STATION 01 ESTIMATED TAX: STATION 01 SYSTEM: STATION 02 ESTIMATED TAX: STATION 03 SYSTEM: STATION 03 WARRANTY & SUPPORT: Includes: Includes: STATION 04 SYSTEM: STATION 04 WARRANTY & SUPPORT: STATION 01 WARRANTY & SUPPORT: 422 PROPRIETARY and CONFIDENTIAL SECTION TOTALS Page 27 of 33 (TBD By Customer) Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only available to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. 423 PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 28 of 33 TERMS AND CONDITIONS OF USDD PRODUCT SALES These U.S.Digital Designs,Inc.terms and conditions of sale (“Terms and Conditions”)are effective March 1,2022 (the “Terms and Conditions Effective Date”),and supersede all prior versions covering the sale of products and related services (collectively,“Products”,as defined more specifically below)by U.S.Digital Designs,Inc.(“USDD”).References to “Customer”,“you”,or “your”all pertain to the purchaser of Products. These Terms and Conditions, together with any separate agreement you may have with USDD that specifically references these Terms and Conditions (collectively,the “Agreement”)set forth the entire agreement between the parties relating to your purchase of USDD Products.The Agreement may only be modified by an authorized representative of each party in a signed writing. ORDERS.Orders (including any revised and follow-on orders)(each,an “Order”)for USDD Products are non-cancelable,except as expressly set forth herein,and will be governed by the terms of the Agreement.All Orders are subject to acceptance by USDD and shall include the following information:purchase order number;customer’s legal name and billing address;Customer’s shipping address;and a list of the Products and quantities for each different type of Product Customer wishes to order.USDD’s acknowledgment of its receipt of an Order shall not constitute acceptance of such Order. An Order is deemed to be accepted upon the earlier of (i) USDD’s written acceptance or (ii) shipment of the Products specified in the Order. Any conflicting,additional,and/or different terms or conditions on Customer’s Order or any other similar instrument are deemed to be material alterations and are rejected and not binding upon USDD.USDD’s acceptance of Customer’s Order is expressly conditioned upon Customer’s assent to the terms and conditions contained herein in their entirety.Customer’s acceptance of delivery from USDD constitutes Customer’s acceptance of these terms and conditions in their entirety. REMITTANCES.All invoices shall be due and payable upon receipt in United States currency,free of exchange or any other charges,or as otherwise agreed in writing by USDD. QUOTE PRICING.This proposal expires 30 days after its date.Prices are subject to correction for error.Prices,terms,conditions,and Product or Service specifications are subject to change without notice. Pricing is subject to immediate change upon announcement of Product discontinuance. PAYMENT. 4.1.Invoicing &Payment .USDD reserves the right to invoice Customer monthly for all materials delivered.Invoices are due thirty (30)days from the date of the invoice,unless prepayment is required in the quote.If the Customer becomes overdue in any progress payment,USDD shall be entitled to suspend further shipments,shall be entitled to interest at the annual rate of 18%,or the maximum amount allowed by law,and shall also be entitled to avail itself of any other legal or equitable remedies.Customer agrees that it will pay and/or reimburse USDD for any and all reasonable attorneys’fees and costs which are incurred by USDD in the collection of amounts due and payable hereunder. 4.2.Payment Disputes.Any disputes must be provided to USDD as soon as possible and must be accompanied by detailed supporting information. Disputes as to invoices are deemed waived fifteen (15)days following the invoice date.In the event that any portion of an invoice is undisputed,such undisputed amount must be paid by no later than the invoice due date. 4.3.No Set Off .Neither Customer nor any related entities (or representatives or agents thereof)shall attempt to set off or recoup any invoiced amounts or any portion thereof against other amounts that are due or may become due from USDD,its parent,affiliates,subsidiaries or other legal entities, business divisions, or units. 4.4.Credit Card Payments.All USDD quotes are developed for the Customer with the understanding the eventualany purchase of the Products listed thereon willwould be facilitated usingsubject to USDD’s standard Purchase Order and Invoice process.If Ccustomer would rather seek to use a Credit Card for purchase, then said order would be subject to a 4% credit card surcharge. SURCHARGES. 5.1.In addition to any Product repricing under Section 8.2,USDD may,from time-to-time and in its sole discretion,issue surcharges on new and existing Orders in order to mitigate and/or recover increased operating costs arising out of or related to,without limitation:(a)foreign currency exchange variation,(b)increased cost of third-party content,labor and materials,(c)impact of government tariffs or other actions,and (d)any conditions that increase USDD’s costs,including without limitation increased labor,freight,material or supply costs,or increased costs due to inflation (collectively, “Surcharges”).Such Surcharges will not be considered a “price increase”as contemplated hereunder and will be effective upon notice to Customer. For avoidance of doubt,Orders placed prior to the Terms and Conditions Effective Date which have not been delivered,including those on backlog or which requested delivery more than twelve (12) months from the date of Order, are subject to Surcharges. 424 PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 29 of 33 5.2.USDD will invoice Customer,and Buyer agrees to pay for any Surcharges pursuant to the standard payment terms in these Terms and Conditions.If a dispute arises with respect to Surcharges and that dispute remains open for more than fifteen (15)days,USDD may,in its sole discretion,withhold performance or future shipments, or combine any other rights and remedies under this Agreement or permitted by law, until the dispute is resolved. The terms of this Section shall prevail in the event of inconsistency with any other terms in these Terms and Conditions.Any Surcharges,as well as the timing,effectiveness,and method of determination thereof,will be separate from and in addition to any changes to pricing that are affected by any other provisions in these Terms and Conditions. CANCELLATION AND SUSPENSION. Any Order resulting from this proposal is subject to cancellation or instructions to suspend work by the Customer only upon agreement to pay USDD for all work in progress, all inventoried or ordered project parts and materials, and all other costs incurred by USDD related to the Order. TAXES. USDD’s pricing excludes all taxes (including but not limited to sales, use, excise, value-added, and other similar taxes), tariffs and duties (including, but not limited to, amounts imposed upon the Product(s) or bill of material thereof under any Trade Act, including, but not limited to, the Trade Expansion Act, section 232 and the Trade Act of 1974, section 301) and charges (collectively “Taxes”). All Taxes of any kind levied by any federal, state, municipal or other governmental authority, which tax USDD is required to collect or pay with respect to the production, sale, or delivery of products sold to Customer, shall be the responsibility of and be invoiced to Customer, unless, at the time of Order placement, Customer furnishes USDD with a valid exemption certificate or other documentation sufficient to verify exemption from Taxes, including, but not limited to, a direct pay permit. Customer agrees to pay all such Taxes and further agrees to reimburse USDD for any such payments made by USDD. Merced Fire Department is Member # M-5708985SHIPPING/DELIVERY/RISK OF LOSS. 8.1.Delivery Liability. Delivery and shipment dates for Products are estimates only. Deliveries may be made in partial shipments. USDD and its affiliated entities are not liable, either directly or indirectly, for delays of carriers or delays in connection with any Force Majeure Event (as defined in Section 17 below), and the estimated delivery date shall be extended accordingly. 8.2.Future Delivery and Repricing. USDD will schedule delivery in accordance with its standard lead times unless the Order states a later delivery date or the parties otherwise agree in writing. USDD will accept Orders with a future ship date of up to eighteen (18) months from the date of the entry of the Order. Customer agrees that in the event an Order is scheduled to be delivered more than six (6) months from the date of the entry of the Order, USDD may, in its sole determination and at each six (6) month anniversary of the date of the entry of the Order, adjust the pricing of the Order to conform to the then-current prices of the USDD Products included in the Order. USDD will include any repricing in its final invoice related to the Order. 8.3.Storage Fees. If delivery takes place more than six (6) months from the date of the entry of the Order, Customer agrees to pay USDD a storage fee (the “Storage Fee”), as set forth in the quote, for each month after six (6) months from the date of the entry of the Order Customer has not taken delivery of the Products in the Order. USDD will separately invoice any storage fees owed under this Section at the end of each month for which the storage fees are owed. 8.4.Title & Risk of Loss. Unless otherwise specifically detailed in this quote, delivery terms for Products (excluding software and services) are (i) EX Works (EXW Incoterms 2020) USDD’s point of shipment (“USDD Dock”) for all shipments (except that USDD is responsible for obtaining any export license), and (ii) F.O.B. USDD Dock for all domestic shipments. For shipments from a USDD Dock to a Buyer location within the same country, the import/export provisions of the INCOTERMS do not apply. USDD shall be responsible for obtaining insurance on each shipment to Customer for the full value of the shipment. Shipment shall be to a single point of delivery. LIMITED WARRANTY. CUSTOMER’S EXCLUSIVE REMEDIES AND USDD’S SOLE LIABILITY AS TO ANY WARRANTY CLAIM ON ANY PRODUCT SOLD IN CONNECTION WITH THIS QUOTE IS AS SET FORTH IN THIS SECTION. SUCH REMEDIES ARE IN LIEU OF ANY OTHER LIABILITY OR OBLIGATION OF USDD, INCLUDING WITHOUT LIMITATION ANY LIABILITY OR OBLIGATION FOR DAMAGE, LOSS, OR INJURY (WHETHER DIRECT, INDIRECT, EXEMPLARY, SPECIAL, CONSEQUENTIAL, PUNITIVE OR INCIDENTAL) ARISING OUT OF OR IN CONNECTION WITH THE DELIVERY, USE, OR PERFORMANCE OF THE PRODUCTS. CREDIT, REPAIR OR REPLACEMENT (AT USDD’S OPTION) IS THE SOLE REMEDY PROVIDED HEREUNDER. NO EXTENSION OF THIS WARRANTY WILL BE BINDING UPON USDD UNLESS SET FORTH IN WRITING AND SIGNED BY A USDD AUTHORIZED REPRESENTATIVE. 9.1.Product Warranty Terms. Subject to the terms, conditions and limitations contained herein, and unless USDD has otherwise provided an alternative written warranty (in which case the terms of such warranty will control), USDD warrants and guarantees its products will be free from defects in workmanship and materials (collectively, “Defects”) for 12 months from the date of shipment to Customer (“Warranty Period”). This limited warranty does not cover defects caused by normal wear and tear or maintenance. 425 PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 30 of 33 9.2.Product Defects. If a Defect with a Product arises and a valid claim is made within the Warranty Period, Customer shall initiate the RMA process as described below. Upon approval, USDD, at its option, will either (1) repair the Product defect at no charge, using new parts or parts equivalent to new in performance and reliability or (2) exchange the Product with a Product that is new or equivalent to new in performance and reliability and is at least functionally equivalent to the original Product. Any replacement Product or part, including a user-installable part that has been installed in accordance with instructions provided by USDD, shall remain under warranty during the Warranty Period or for ninety (90) days from the date of repair, whichever is longer. When a Product or part is exchanged, any replacement item becomes the Customer’s property and the replaced item becomes the property of USDD. Parts provided by USDD in fulfillment of its warranty obligation must be used in the same USDD Fire Station Alerting System for which the warranty claim is made. 9.3.Procedure for Warranty Claims. 9.3.1.Prior to making a Warranty claim,Customer is encouraged to review USDD’s online help resources.Thereafter,to make a valid claim hereunder,Customer must contact USDD technical support and describe the problem or defect with specificity.The first such contact must occur during the Warranty Period.USDD’s technical support contact information can be found on USDD’s web site at http://stationalerting.com/home/about- usdd/contact-usdd/.Customer must use its best efforts to assist in diagnosing defects,follow USDD’s technical instructions,and fully cooperate in the diagnostic process. Failure to do so shall relieve USDD of any further obligation hereunder. 9.3.2.Customer shall be responsible for appropriately packing and shipping Products,to USDD for repair,and shall bear all risks and costs associated withof,shipping any Product to USDD for repairthe same.USDD shall be responsible for,and bear all risks and costs of,returning any Product to Customer after repair or replacement,but Customer will be responsible for paying any customs or import duties payable upon receipt of any repaired or replacement Products. A replacement Product will be returned to Customer configured as it was when the Product was originally purchased, subject to applicable updates. 9.4.Return Material Authorization Process.If a Customer makes a warranty claim for a Product during the Warranty Period,the Customer shall provide USDD with the Product model and serial number and failure information to initiate the RMA process.Upon USDD’s issuance of the RMA, USDD will send the replacement Product,shipped postage paid ground shipping,to the address provided by Customer.RMA requests approved between 12:00 a.m.and 2:00 p.m.Mountain Standard Time are shipped on the same business day.After 2:00 p.m.Mountain Standard Time,the replacement Product is shipped on the next business day.All RMA requests are processed on the business day on which the request was received, excluding holidays.Included with the shipped package will be return shipment instructions and a pre-paid return shipping label for the Product that the Customer is returning.The original Product must be returned in the shipping box provided by USDD.No goods will be accepted for exchange or return without a pre-approved RMA number or which have not been properly packaged in USDD’s shipping box to ensure that goods are not damaged due to improper packing and the shipping process.The original Product must be shipped back within 10 days of receiving the replacement.Failure to return the original Product,or failure to return in an appropriate manner,will cause Customer to incur a replacement charge equal to full market value of the replacement Product. 9.5.No Fault Found.USDD reserves the right to charge 50%of the standard repair price if the returned Product is found to have no defect covered by the Warranty.Customer understands that this fee is intended to discourage return of Products prior to proper troubleshooting or return because the product is “old.”Product returns will not be allowed if,upon examination of the returned Product,it is determined that the Product was subjected to accident, misuse,neglect,alteration,improper installation,unauthorized repair,improper testing,or poor packaging upon return.In such event,USDD shall invoice Customer for the full market value of the replacement Product. 9.6.WARRANTY EXCLUSIONS & DISCLAIMERS. 9.6.1.USDD does not warrant that the operation of its Products or any related peripherals will be uninterrupted or error-free.USDD further does not warrant nor support any system configuration that deviates from this specific quote’s documented station system design file number. 9.6.2. USDD does not warrant or support any system not installed by G2 Trained & Certified Installation technician (installer). If Customer intends to tie this system into any 3rd-party system or devices,USDD will be unable to warrant or support the Products unless USDD has had a chance to review documented engineering assumptions and approve system integrity, performance, and reliability expectations. 9.6.3. USDD is not responsible for damage arising from Customer’s failure to follow instructions relating to the use of the Products. This Warranty does not apply to any Products, including the hardware or software, not used for its intended purpose. 9.6.4.USDD cannot warrant nor support any system not using USDD-approved Uninteruptable Power Supply Battery Backup.This Warranty does not apply to monitors or televisions manufactured by third parties.Repair or replacement of such components shall be subject exclusively to the manufacturer’s warranty, if any. Recovery and reinstallation of hardware and user data (including passwords) are not covered under this Warranty. 426 PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 31 of 33 9.6.5.This Warranty does not apply:(a)to consumable parts,such as batteries,unless damage has occurred due to a defect in materials or workmanship;(b)to cosmetic damage,including but not limited to scratches,dents and broken plastic on ports;(c)to damage caused by use with non- USDD products;(d)to damage caused by accident,abuse,misuse,flood,lightning,fire,earthquake or other external causes;(e)to damage caused by operating the Product outside the permitted or intended uses described by USDD;(f)to damage or failure caused by installation or service (including upgrades and expansions)performed by anyone who is not a representative of USDD or a USDD authorized installer or service provider;(g)to a Product or part that has been modified to alter functionality or capability without the written permission of USDD;(h)to Software (as defined below);(i) to any other damage caused by an event or action outside of USDD’s control,including,without limitation,Customer’s failure to apply required or recommended updatres or patches to any Software or Product; or (h) if any serial number has been removed or defaced. LIMITATIONS OF LIABILITY.TO THE EXTENT PERMITTED BY LAW,THE LIMITED WARRANTY IN SECTION 9 OF THESE TERMS AND CONDITIONS AND ANY OTHER REMEDIES SET FORTH ABOVE ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES,REMEDIES AND CONDITIONS,WHETHER ORAL OR WRITTEN,STATUTORY,EXPRESS OR IMPLIED.AS PERMITTED BY APPLICABLE LAW, USDD SPECIFICALLY DISCLAIMS ANY AND ALL STATUTORY OR IMPLIED WARRANTIES,INCLUDING,WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY,FITNESS FOR A PARTICULAR PURPOSE AND WARRANTIES AGAINST HIDDEN OR LATENT DEFECTS.If USDD cannot lawfully disclaim statutory or implied warranties,then to the extent permitted by law,all such warranties shall be limited in duration to the duration of this express Warranty and to repair or replacement service as determined by USDD in its sole discretion. No reseller, agent, or employee is authorized to make any modification,extension,or addition to this Warranty.If any term is held to be illegal or unenforceable,the legality or enforceability of the remaining terms shall not be affected or impaired. EXCEPT AS PROVIDED IN THE LIMITED WARRANTY IN SECTION 9 OF THESE TERMS AND CONDITIONS,AND TO THE EXTENT PERMITTED BY LAW,USDD IS NOT RESPONSIBLE FOR DIRECT,SPECIAL,INCIDENTAL,PUNITIVE,OR CONSEQUENTIAL DAMAGES RESULTING FROM ANY BREACH OF WARRANTY OR CONDITION,OR UNDER ANY OTHER LEGAL THEORY,INCLUDING BUT NOT LIMITED TO LOSS OF USE;LOSS OF REVENUE;LOSS OF THE USE OF MONEY;LOSS OF ANTICIPATED SAVINGS;LOSS OF GOODWILL; LOSS OF REPUTATION;AND LOSS OF,DAMAGE TO OR CORRUPTION OF DATA.USDD IS NOT RESPONSIBLE FOR ANY INDIRECT LOSS OR DAMAGE HOWSOEVER CAUSED,INCLUDING THE REPLACEMENT OF EQUIPMENT AND PROPERTY,ANY COSTS OF RECOVERING PROGRAMMING OR REPRODUCING ANY PROGRAM OR DATA STORED OR USED WITH USDD PRODUCTS,AND ANY FAILURE TO MAINTAIN THE CONFIDENTIALITY OF DATA STORED ON THE PRODUCT. ALL PRODUCT CLAIMS ARE LIMITED TO THOSE EXCLUSIVE REMEDIES SET FORTH IN THE LIMITED WARRANTY IN SECTION 9 OF THESE TERMS AND CONDITIONS.USDD’S AGGREGATE LIABILITY IN CONNECTION WITH THEREWITH SHALL NOT EXCEED THE PURCHASE PRICE OF THE PRODUCTS PAID BY CUSTOMER TO USDD FOR THE PRODUCTS GIVING RISE TO THE CLAIM. CUSTOMER SHALL NOT BRING A LEGAL OR EQUITABLE ACTION AGAINST USDD MORE THAN ONE YEAR AFTER THE FIRST EVENT GIVING RISE TO A CAUSE OF ACTION,UNLESS A SHORTER LIMITATIONS PERIOD IS PROVIDED BY APPLICABLE LAW.USDD disclaims any representation that it will be able to repair any Hardware under this Warranty or make a product exchange without risk to or loss of the programs or data stored thereon. SERVICE AGREEMENT.The Product being purchased hereunder is not subject to any post-Warranty service agreement or maintenance program unless specifically contracted for between USDD and Customer.USDD offers a comprehensive post-Warranty Service Agreement at additional cost. Customer should contact USDD regarding its Service Agreement and costs associated therewith. SOFTWARE PRODUCTS.All software Products delivered by USDD to Customer or for which USDD provides access,including,without limitation, USDD’s mobile application software and Products with embedded software or firmware (collectively,“Software”)are not sold and are licensed.At all times that Customer is in compliance with the terms of these Terms and Conditions and any other agreement between the parties, Customer shall have a non-exclusive,non-transferable,fully paid license to use the Software,but only in conjunction with the Products provided by USDD and Customer’s fire station alerting system (the “License”).The terms of such Software License may be set forth in a separate software license agreement or end user license agreement provided by USDD with such Software.In no event shall Customer have any right to (or authorize or allow any third party to) distribute, sell, lend, rent, transfer, or convey the Software; grant any sublicense, lease, or other rights in the Software; decompile, disassemble, reverse engineer,or otherwise attempt to reconstruct,identify,or discover any source code,underlying user interface architecture or techniques,or algorithms of the Software by any means;or take any action that would cause the Software or any portion of it to be placed in the public domain.In the event of a conflict between the terms of any Software license terms provided upon download or purchase a purchase and these Terms and Conditions,the relevant Software license terms shall control solely with respect to such Software. 427 PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 32 of 33 INTELLECTUAL PROPERTY:Customer hereby agrees and acknowledges that USDD owns all rights,title,and interest in and to the Intellectual Property (as defined below).Customer agrees to not remove,obscure,or alter USDD’s or any third party's copyright notice,trademarks,or other proprietary rights notices affixed to or contained within or accessed in conjunction with or through USDD’s Product (as defined below).Nothing herein shall be deemed to give,transfer,or convey to Customer any rights in the Intellectual Property other than the License,as set forth above.For purposes of this Section,“Intellectual Property"means any and all rights of USDD related to USDD’s Products existing from time to time under patent law, copyright law,trade secret law,trademark law,unfair competition law,and any and all other proprietary rights,and any and all derivative works,work product, applications, renewals, extensions and restorations thereof, now or hereafter in force and effective worldwide. REMOTE ACCESS TO THE SYSTEM. 14.1.Remote Access.USDD requires remote network access to the Customer’s Products through Secure Shell (SSH)to perform implementation and support tasks under this Agreement.To enable remote network access,the Customer will provide USDD support personnel VPN or similar remote network access to the Products for USDD support personnel (“Customer Support ”)to effectively troubleshoot critical or complex problems and to expedite resolution of such issues.Remote network access is also used to install core software upgrades and customized software.USDD will only access Customer’s Products with the knowledge and consent of Customer. USDD will not access any other systems or data. 14.2.Alternative to Network Access.If the Customer elects not to provide remote network access to the Products,then USDD may not be able to perform some support functions.Customers that elect not to routinely provide network access may temporarily reinstate this access to allow USDD to perform the above services.The following services will not be performed without this access:Product software upgrades;Product software customization; Network troubleshooting assistance including packet capture and network monitoring on USDD devices;Detailed log analysis;Bulk updates to certain Product database tables; Troubleshooting that requires low-level system access or large file transfer. 14.3.Timely Access.Customers much ensure that remote access is available prior to notifying USDD of a support request.In the event that the Customer is unable to provide remote access,USDD will not be required to provide support outside those tasks that do not require remote access,and any corresponding resolution response times will not apply. 14.4.Physical Security Tokens.USDD has multiple software engineers that provide after-hours support and these engineers do not typically take security tokens from the USDD office. If the customer requires the use of physical security tokens, this may delay after hours service. GOVERNING LAW.This proposal and any contract or agreement resulting therefrom will be governed by and construed according to the laws of the State of Arizona without regard to its conflicts of law principles. DISPUTE RESOLUTION/ARBITRATION.Before either USDD or Customer initiate any dispute resolution process related to the Agreement,they must schedule a mandatory executive resolution conference to be held within thirty (30)days of receipt of the other party’s written request.The conference must be attended by at least one executive from each party. At the conference, each party will present its view of the dispute in detail and the executives will enter into good faith negotiations in an attempt to resolve the dispute.If the dispute is not resolved within fifteen (15)days of the end of the conference or if one party refuses to attend the executive resolution conference,then USDD and Customer further agree that any remaining dispute between them arising out of or relating to this Agreement will be settled by arbitration administered by the American Arbitration Association under its Commercial Arbitration Rules,to the extent such rules are not inconsistent with this Section,in the AAA’s Phoenix regional office by a single,neutral arbitrator.Discovery may be conducted either upon mutual consent of the parties or by order of the arbitrator upon good cause being shown.In ruling on motions pertaining to discovery,the arbitrator shall consider that the purpose of arbitration is to provide for the efficient and inexpensive resolution of disputes,and the arbitrator shall limit discovery whenever appropriate to ensure that this purpose is preserved.The arbitrator shall permit dispositive motions and issue a written decision sufficient to explain the essential findings and conclusions and may award damages.Any award rendered by the arbitrator will be final and binding upon USDD and Customer,and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof.USDD and Customer expressly and irrevocably consent to the jurisdiction of the Maricopa County Superior Court of Arizona for such purpose.In the event a dispute is submitted to arbitration pursuant to this Section,the prevailing party shall be entitled to the payment of its reasonable attorneys’fees and costs,as determined by the arbitrator.Each of the parties shall keep all disputes and arbitration proceedings strictly confidential, except for disclosures of information required by applicable law or regulation. 428 PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 33 of 33 FORCE MAJEURE.Except for Customer’s duty to pay sums due hereunder,neither party will be liable to the other for any failure to meet its obligations due to any Force Majeure Event.As used herein,a “Force Majeure Event”is one that is beyond the reasonable control of the non- performing party and may include,but is not limited to:(a)delays or refusals to grant an export license or the suspension or revocation thereof,(b) embargoes,blockages,seizure or freeze of assets,or any other acts of any government that would limit a party’s ability to perform the Contract,(c) fires,earthquakes,floods,tropical storms,hurricanes,tornadoes,severe weather conditions,or any other acts of God,(d)quarantines,pandemics,or regional medical crises,(e)labor strikes,lockouts,or pandemic worker shortages,(f)riots,strife,insurrection,civil disobedience,landowner disturbances,armed conflict,terrorism or war,declared or not (or impending threat of any of the foregoing,if such threat might reasonably be expected to cause injury to people or property),and (g)shortages or inability to obtain materials or components.The party unable to fulfill its obligations due to Force Majeure will promptly (i)Notify the other in writing of the reasons for its failure to fulfill its obligations and the effect of such failure;and (ii)Use all reasonable efforts to avoid or remove the cause and perform its obligations. If a Force Majeure Event results in a delay, then the date of performance will be extended by the period of time that the non-performing party is actually delayed or for any other period as the parties may agree in writing. In the event that a Force Majeure Event is ongoing for a period of time which is sixty (60) days or longer, USDD may provide notice to Customer that it is cancelling its Order. ACCEPTANCE OF TERMS.This proposal shall become a binding contract between the Customer and USDD when accepted in writing by the Customer.Without limiting the foregoing,issuance by Customer of a purchase order to USDD for any of the goods or services herein described shall constitute acceptance.Any such acceptance shall be with the mutual understanding that these Terms and Conditions of this proposal are a part thereof with the same effect as though signed by both parties named herein and shall prevail over any inconsistent provision of said order. No waiver, alteration, or modification of these terms and conditions shall be binding unless in writing and signed by an authorized representative of USDD. SEVERABILITY.In the event any provision or portion of a provision herein is determined to be illegal,invalid,or unenforceable,the validity and enforceability of the remaining provisions shall not be affected and,in lieu of such provision,a provision as similar in terms as may be legal,valid,and enforceable shall be added hereto. WAIVER.The failure of either party to insist upon strict performance of any provision of these Terms and Conditions,or to exercise any right provided for herein,shall not be deemed to be a waiver for the future of such provision or right,and no waiver of any provision or right shall affect the right of the waiving party to enforce any provision or right herein. NO JOINT VENTURE.The parties acknowledge that they are independent entities and nothing contained in these Terms and Conditions shall be construed to constitute either party hereto as the partner,joint venturer,employee,agent,servant,franchisee,or other representative of the other party hereto,and neither party has the right to bind or obligate the other,except as otherwise provided herein.Furthermore,nothing contained in these Terms and Conditions shall be construed to constitute Customer as an exclusive purchaser of the Products in any respect. THIS QUOTE SUBJECT TO REVIEW FOR ERRORS AND OMISSIONS. 429 NOTICE OF SOLICITATION LEAGUE OF OREGON CITIES RFP NUMBER 2020 SOLICITATION FOR: PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION Notice is hereby given that the LEAGUE OF OREGON CITIES will accept sealed proposals for PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION at the address listed below, until 5:00 PM PST on MARCH 9TH, 2020. Those proposals will be for the LEAGUE OF OREGON CITIES and members of National Purchasing Partners Government Division (“NPPGov”) across the nation, including but not limited to governmental units incorporated by “ATTACHMENT H” of the Request for Proposal (RFP), WIPHE members identified in “ATTACHMENT G” of the RFP, as well as government units in all other states (collectively, “Participating Agencies”). Significant sales potential exists because the resulting Master Price Agreement for national proposers will include piggy backing language that permits use of the Master Price Agreement nationwide which may allow Participating Agencies to forego duplicating the formal solicitation process and expend staff resources and funds. All Proposals must be signed, sealed and addressed to: Mailing Address: LOC PUBLIC “PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION RFP” #2020 LEAGUE OF OREGON CITIES c/o Mike Cully, Contract Manager 1201 Court St. NE Suite 200 Salem, OR 97301 All Proposals must clearly state RFP #2020 and Proposing company’s full name on the OUTERMOST packaging. NOTE: THE LEAGUE OF OREGON CITIES WILL NOT ACCEPT PROPOSAL ENVELOPES WITH INSUFFICIENT POSTAGE. INQUIRIES: LOC “PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION RFP” #2020 LEAGUE OF OREGON CITIES c/o Mike Cully 1201 Court St. NE Suite 200 Salem, OR 97301 rfp@orcities.org The solicitation documents may be reviewed at the office address listed above. NOTE: NOTICES OF SOLICITATION WILL BE PUBLISHED IN THE OREGON DAILY JOURNAL OF COMMERCE, USA TODAY 430 IMPORTANT PLEASE READ BEFORE SUBMITTING YOUR PROPOSAL SOLICITATIONS FOR: PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION 1.0 INTENT: 1.1 GENERAL INTENT The LEAGUE OF OREGON CITIES (“LOC”) serves as the “Lead Contracting Agency” for this solicitation on behalf of its members, and as authorized by the LOC Intergovernmental Agreement, which is an agreement for intergovernmental cooperation among select local Oregon governments and recognized under ORS Chapter 190. LOC, in association with the members of National Purchasing Partners, LLC dba NPPGov (hereinafter referred to as “NPPGov”), comprises a cooperative procurement group. NPPGov membership includes government entities, non-profit organizations across the nation, members of Public Safety GPO, First Responders GPO, and Law Enforcement GPO, Hawaii, and Oregon local government units (ATTACHMENT H), and WIPHE members (ATTACHMENT G), as well as all other government units in all other states, as authorized under the terms of the Intergovernmental Cooperative Purchasing Agreement executed by all Lead Contracting and Participating Agencies (the foregoing list of entities hereinafter referred to as “Participating Agencies”). This procurement group is soliciting proposals from qualified companies (hereinafter referred to as “Proposer”) to enter into a Master Price Agreement for PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION. The intent of this Interstate Cooperative Procurement Solicitation (hereinafter referred to as “Solicitation” or “RFP”) is to invite Proposers to submit a competitive pricing proposal offering PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION to LOC, which will then be made available to NPPGov members locally and nationwide; to reduce expenses by eliminating multiple requests for proposals and multiple responses by Vendors; and to obtain discounted pricing through volume purchasing. Significant sales potential exists because the Master Price Agreement will be used nationwide which may allow Participating Agencies to forego duplicating the formal solicitation process and expend staff resources. Preferably, the successful Proposer will provide its entire catalog of products and/or services in order that Participating Agencies who wish to access the Master Price Agreement may order a broad range of goods and services as needed. With the exception of successful local Proposer(s) capable of servicing LOC and Participating Agencies within the state of Oregon, successful Proposer(s) should have a strong national presence for PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION for use by government agencies nationwide. This Solicitation meets Oregon public contracting requirements (ORS 279A et. seq.) and may not be appropriate under or meet Participating Agencies’ procurement laws. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. 1.2 POTENTIAL MARKET The LOC is publishing this RFP to create publicly awarded contracts for use by its members, which may 431 also benefit the thousands of fellow members of NPPGov, Public Safety GPO, First Responders GPO, and Law Enforcement GPO. These are nationwide programs representing member government agencies in all 50 states. We encourage each Proposer’s response to be a collaborative effort including manufacturer and distributor (when they are not the same company) to ensure nationwide contract utilization. Proposer’s response should also take into consideration the considerable market potential for this Solicitation. Because the successful proposal will be incorporated into a nationwide cooperative procurement program including tens of thousands of state, local government and non-profit participants from all 50 states, the LOC believes that contracts created from this Solicitation will provide vendors with a significant market advantage. Members of NPPGov, Public Safety GPO, First Responders GPO, and Law Enforcement GPO and current vendors who participate in the program indicate the ability to shorten the sale cycle by eliminating the need to complete individual RFP processes is a significant advantage to participation. The LOC believes that participation in the NPPGov purchasing program benefits both its Participating Agencies and successful Proposers. NPPGov engages with successful proposers who complete the Vendor Administration Agreement through a marketing and sales partnership. This partnership includes (but is not limited to) contract promotion to members, contract administration support to potential customers and live customer phone support. 1.3 REQUIREMENTS 1.3.1 The RFP and resulting Master Price Agreement are anticipated for use by the LOC’s government members, as well as other Participating Agencies across the nation. The LOC has entered into an Intergovernmental (interlocal) Cooperative Purchasing Agreement with other Participating Agencies for the purpose of obtaining Master Price Agreements with various vendors. Interlocal cooperative purchasing agreements allow Participating Agencies to make purchases at the LOC’s accepted proposal price, terms and conditions, provided that the Participating Agency has satisfied all of its local and state cooperative procurement requirements. By submitting a proposal, the Proposer(s) agrees to make the same proposal terms and price, exclusive of any possible rebates, incentives, freight and transportation fees, available to other Participating Agencies. The LOC and NPPGov will not incur any direct liability with respect to specifications, delivery, payment, or any other aspect of purchases by such Participating Agencies or nonprofit institutions. The Intergovernmental Cooperative Purchasing Agreement is incorporated by reference herein and is available upon request — See Attachment A. The successful Proposer must work directly with the Participating Agencies concerning the placement of orders, disputes, invoicing and payment. The LOC and NPPGov shall not be held liable for any costs or damages incurred by or as a result of the actions of the Vendor or any Participating Agency. Successful Proposers must comply with the state and local laws, rules and regulations in each state and locality where the product or service is provided. 1.3.2 Each Participating Agency shall execute a Participating Agency Endorsement and Authorization included in the Intergovernmental Cooperative Purchasing Agreement. While the terms of the Master Price Agreement shall govern the general pricing terms, each Participating Agency may request modification of the Master Price Agreement in accordance with each Participating Agency’s state and/or local purchasing laws, rules, regulations and procedures, provided said modifications are not material changes. Each Participating Agency may, at its discretion, and upon written agreement by the Participating Agency and Successful Proposer, request additional legal and procedural provisions not included herein that the successful Proposer must adhere to if it wishes to conduct business with said Participating Agency using the Master Price Agreement. 1.3.3 NPPGov, Public Safety GPO, First Responders GPO, and Law Enforcement GPO provide vendor exposure/marketing and contract utilization support for the successful Proposer’s products and services. Successful Proposers servicing the awarded contract to Participating Agencies shall pay a Contract Administration Fee representing 2% percent of actual net sales under the Master Price Agreement as established in the NPPGov Vendor Administration 432 Agreement (available upon request). Administration fee may not be listed or charged as a separate line item to users of the contract. The value of trade-ins or rebates shall not affect the amount of the administration fee paid to NPPGov. 1.4 MULTIPLE AWARDS Multiple awards may be granted to meet the requirements of this Solicitation provided that such awards are differentiated by product make and model, service, and/or distribution regions and capabilities of the successful Proposers. Specifically, the LOC may award separate contracts to Proposers in order to cover all local and national geographical markets, electronic purchasing capabilities, and products and services identified in this Request for Proposal, as well as the diverse and large number of Participating Agencies. The award of multiple contracts is to be determined upon receipt and review of all proposals, and based upon the general criteria provided herein. The LOC may solicit proposals from local qualified companies with or without a national presence provided that the successful Proposer is able to provide the LOC with the products and services requested. Multiple awards will ensure fulfillment of current and future requirements of the diverse and large number of Participating Agencies. In the event a local Proposer with no national distribution capabilities best meets the proposal selection criteria, multiple local and nationwide responsive proposals may be awarded simultaneously in the best interests of local commerce, compliance with local laws, and the Participating Agencies nationwide. Proposers should be able to serve the needs of Participating Agencies on a national basis. However, this requirement shall not exclude local Proposers without a national presence that are capable of meeting the requirements of the LOC within the state of Oregon. 1.5 CONTRACT USAGE The actual utilization of any Master Price Agreement will be at the sole discretion of LOC and the other Participating Agencies. It is the intent of this Request for Proposal and resulting Master Price Agreement that Participating Agencies may buy directly from Successful Proposers without the need for further solicitation. However, Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements as well as the need of further notice prior to utilizing the Master Price Agreement 1.6 BACKGROUND OF NPPGov NPPGov, owned by two non-profit healthcare organizations, provides group purchasing opportunities and purchasing administrative support for governmental entities and nonprofit institutions within its membership. NPPGov’s membership includes participating public and nonprofit entities across North America. 1.7 EQUAL OPPORTUNITY The LOC encourages Minority and Women-owned Small Business Proposers to submit proposals. 1.8 QUALIFIED REHABILITATION FACILITIES Oregon Public Agencies are prohibited from use of products and services offered under this contract that are already provided by qualified nonprofit agencies for disabled individuals as listed on the Department of Administrative Service’s Procurement List pursuant to ORS 279.835 ORS 279.855. Please see www.OregonRehabilitation.org/qrf for more information. 2.0 SCOPE OF WORK: 2.1 REQUIREMENTS OF PROPOSERS SUBMITTING A RESPONSE: Proposers must present clear and concise evidence indicating Proposer’s ability to comply with the requirements stated herein and to provide and deliver the specified products and services to Participating 433 Agencies. 2.1.1 PROPOSER COMMITMENTS Each Proposer is required to commit to low pricing, and accurate and timely reporting to NPPGov pursuant to the reporting requirements identified in the NPPGov Vendor Administration Agreement (available upon request). In addition, successful Proposer(s) with a national presence must commit to marketing of the Master Price Agreement nationwide and that the sales force will be trained, engaged and committed to offering NPPGov pricing to member government agencies nationwide, including the opportunity for NPPGov to train the Vendor sales staff. 2.1.2 PROPOSERS MUST COMPLETE “ATTACHMENT B” – PROPOSER PROFILE WORKBOOK”. 2.2 PRODUCTS AND SERVICES: 2.2.1 Provide a description of the PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION offered as set forth in ATTACHMENT C. The primary objective is for the Proposer(s) to provide the Proposer(s)’s entire catalog of products and services (“catalog discount”) that are responsive to this RFP so that Participating Agencies may order a broad range of products and services as appropriate for their needs. Anticipated future models and related products/services that may be offered during the term of the resulting Master Price Agreement should also be in included in Vendor’s Proposal. 2.2.2 All products offered must be new, unused and the most current product lines, unless otherwise clearly identified as remanufactured goods. 2.2.3 Describe any special programs that Proposer offers that shall improve the ability of the Participating Agencies to access the products, such as retail store availability, expedited delivery intervals, item sourcing, or other unique plans and services. 2.2.4 Additional Benefits: Proposer shall identify any other added value it offers to the LEAGUE OF OREGON CITIES (“LOC”) and Participating Agencies (e.g. convenience cards, individual/member discounts, additional admin fee, etc.) 2.3 PRICING: 2.3.1 Pricing for the products and services may be based on “ATTACHMENT D” - PRICING SCHEDULE as follows: A A fixed percentage (%) off marked price based on the Proposer’s catalog or retail store price for each CATEGORY specified in ATTACHMENT D – PRICING SCHEDULE. Proposer shall identify the catalog used. Option (A) is preferred. If option (A) is not feasible proposer may use option (B) provided Proposer includes a justification. B Alternatively, contract pricing may be based upon fixed prices (contingencies for economic price adjustments must be identified in the proposal), or a combination fixed percentage off and firm fixed prices. Proposer may offer additional discounts to LOC and Participating Agencies based on volume. If proposers are responding with option “B”, proposers may request price increases based on manufacturer costs, cost of labor and/or materials that must be supported by appropriate documentation. If LOC agrees to the price modification, LOC may approve in writing, including electronic mail, without the need for a written amendment to the Master Price Agreement. 434 2.3.2 Proposers may also add additional products and services provided that any additions reasonably fall within the intent of the original RFP specifications. Pricing on additions shall be equivalent to the percentage discount for other similar products. Proposer may provide a web-link with current product listings, which may be updated periodically, as allowed by the terms of the resulting Master Price Agreement. Proposer may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products may be added to avoid competitive procurement requirements. LOC may reject any additions without cause. 2.3.3 Explain any additional pricing incentives that may be available such as large volume purchases, cash terms, or rebates to Participating Agencies. However, steeper discounts are preferred to rebates. 2.3.4 All pricing proposals shall clearly explain how freight and/or delivery costs are determined as described in ATTACHMENT D PRICING SCHEDULE herein. 2.4 TAX: Proposers shall strictly adhere to all federal, state and local tax requirements applicable to their operation, and to any contract or activity resulting from this Solicitation. 3.0 SPECIAL TERMS & CONDITIONS: 3.1 MASTER PRICE AGREEMENT TERM: As a result of this Solicitation the successful Proposer(s) shall be awarded a Master Price Agreement for a three (3) year period. The Master Price Agreement may be extended up to a maximum of three (3) additional one (1) year periods. 3.2 MASTER PRICE AGREEMENT ACCESS PROVISIONS Utilization of the Master Price Agreement will be at the discretion of the LEAGUE OF OREGON CITIES (“LOC”) and Participating Agencies. The LOC shall be under no obligation to purchase off of the Master Price Agreement. Assuming all local competitive solicitation requirements have been met, Participating Agencies may purchase directly from the successful Proposer(s) without the need for further solicitation. 3.3 INDEMNIFICATIONS AND INSURANCE: Indemnification and insurance requirements will vary based on the nature of the RFP. Proposer is responsible for submitting appropriate indemnification and insurance coverage as applicable. 3.3.1 Indemnification The successful Proposer shall indemnify the LOC and NPPGov as specified in the Master Price Agreement. 3.3.2 Insurance Requirements. Proposer(s), at Proposer(s)’s own expense, shall purchase and maintain the herein stipulated minimum insurance from a reputable company or companies duly licensed by the State of Oregon. In lieu of State of Oregon licensing, the stipulated insurance may be purchased from a company or companies that are authorized to do business in the State of Oregon, provided that said insurance companies meet the approval of the LOC. 435 Proposer(s)’s insurance shall be primary insurance with respect to the LOC, and any insurance or self-insurance maintained by the LOC shall not contribute to it. Award of this Solicitation is contingent upon the required insurance policies and/or endorsements identified herein. The LOC shall not be obligated to review such policies and/or endorsements or to advise Proposer(s) of any deficiencies in such policies and endorsements, and such receipt shall not relieve Proposer(s) from, or be deemed a waiver of the LOC’s right to insist on strict fulfillment of Proposer(s)’s obligations under this RFP. The insurance policies required by this RFP, except Workers’ Compensation, shall name the LOC, its agents, representatives, officers, directors, officials and employees as an Additional Insured. The policies required hereunder, except Workers’ Compensation, shall contain a waiver of transfer of rights of recovery (subrogation) against the LOC, its agents, representatives, officers, directors, officials and employees for any claims arising out of Proposer(s)’s work or service. 3.3.3 Commercial, automobile and workers’ compensation insurance. 3.3.3.1 Commercial General Liability. Proposer(s) shall maintain Commercial General Liability Insurance (CGL) and, if necessary, Commercial Umbrella Insurance. The policy shall include coverage for bodily injury, broad form property damage, personal injury, products and completed operations and blanket contractual coverage including, but not limited to, the liability assumed under the indemnification provisions of the Master Price Agreement. 3.3.3.2 Automobile Liability. Proposer(s) shall maintain Automobile Liability Insurance and, if necessary, Commercial Umbrella Insurance. If hazardous substances, materials, or wastes are to be transported, MCS 90 endorsement shall be included. 3.3.3.3 Workers’ Compensation and Employer’s Liability. Proposer(s) shall carry Workers’ Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Proposer(s)’s employees engaged in the performance of the work or services, as well as Employer’s Liability insurance. In case any work is subcontracted, Proposer(s) will require the SubProposer(s) to provide Workers’ Compensation and Employer’s Liability insurance to at least the same extent as required of Proposer(s). 4.0 SCHEDULE, RESPONSE PREPARATION AND SUBMISSION 4.1 SCHEDULE OF EVENTS 4.1.1 Publication of Request for Proposal Publication of this Solicitation conforms with ORS 279B, to include Public Notice by publication in a newspaper of general circulation in the area where the LEAGUE OF OREGON CITIES (“LOC”) is located no less than 30 days prior to the proposal due date, as well as posting of the Public Notice on the web site that typically posts Public Notices concerning the LOC. Solicitation Notice Publication: JANUARY 6TH, 2020 4.1.2 Question and Answer period The LOC will post questions and answers concerning this Solicitation no later than 10 days prior to the proposal due date. All questions shall be submitted in writing via email to 2020, Contract 436 Manager, at rfp@orcities.org. The LOC reserves the right to accept and answer questions after the question and answer period has expired. All questions and answers will be posted on the LOC website at www.orcities.org. 4.1.3 Submission of Proposals There will be no mandatory pre-proposal meeting. All questions must be submitted via email as directed above. If necessary, questions can be submitted in writing to LEAGUE OF OREGON CITIES, c/o Mike Cully, 1201 Court St. NE, Suite 200, Salem, OR 97301 or rfp@orcities.org. Close date: Deadline for submission of proposals is 5:00 PM PST, on MARCH 9th, 2020. The LOC must receive all proposals before 5:00 PM PST on the above closing date in the office of the LEAGUE OF OREGON CITIES, c/o Mike Cully, Executive Director, 1201 Court St. NE, Suite 200, Salem, OR 97301. Approximate opening date: 9:00 AM PST on MARCH 10th, 2020 at the office of the LEAGUE OF OREGON CITIES, c/o Mike Cully, 1201 Court St. NE, Suite 200, Salem, OR 97301. Proposal selection: MARCH 10th, 2020 to MARCH 31st, 2020. Approximate award date: APRIL 14th, 2020. All responses to this Solicitation become the property of the LOC. Proposers should mark those aspects of the proposal that they consider trade secrets and exempt from public disclosure. The LOC will not be held accountable if parties other than the LOC obtain material from proposal responses without the written consent of the Proposer(s). 4.1.4 Withdrawal of Proposal The Proposer(s) may withdraw its proposal at any time prior to the hour and date set for the receipt of proposals. Withdrawal will not preclude the submission of another proposal prior to the deadline. 4.2 REVIEW, INQUIRIES AND NOTICES: 4.2.1 The solicitation documents may be reviewed in person at the following address: LEAGUE OF OREGON CITIES 1201 Court St. NE Suite 200 Salem, OR 97301 All inquiries concerning information herein shall be addressed to: LEAGUE OF OREGON CITIES c/o Mike Cully 1201 Court St. NE Suite 200 Salem, OR 97301 Administrative telephone inquiries shall be addressed to: Mike Cully Email inquiries shall be addressed to: rfp@orcities.org Inquiries are required to be submitted by email to the Administrative Contact listed above. No oral communication is binding on the LOC. 437 4.2.2 Proposal Interpretation of the RFP Documents and Issuance of Addenda If any Proposer(s) finds discrepancy in, or omissions from, or is in doubt to the true meaning of any part of the RFP document, he/she shall submit a written request for a clarification or interpretation thereof to: LEAGUE OF OREGON CITIES c/o Mike Cully 1201 Court St. NE Suite 200 Salem, OR 97301 Any request for clarification or interpretation must be received at least ten (10) calendar days prior to the RFP closing date. The LOC is not responsible for any explanation, clarification, interpretation, or approval made or given in any manner, except by addenda. Addenda, if necessary, will be issued not later than five (5) days prior to the RFP closing date by publication on the LOC’s web site and NPPGov website. Oral interpretations or statements cannot modify the provisions of this Request for Proposal. If inquiries or comments by Proposers raise issues that require clarification by the LOC, or the LOC decides to revise any part of this Request for Proposal, addenda will be published and provided to all persons who receive the Request for Proposal. Receipt of an addendum must be acknowledged by signing and returning it with the proposal. 4.3 INSTRUCTIONS FOR PREPARING AND SUBMITTING PROPOSALS: Proposers are to provide two (2) hard copies and two (2) electronic copies of the complete proposal. Each electronic copy is to be submitted on a USB flash drive with the core response in a file less than 10 MB, when possible. Electronic files may be used by the Evaluation Committee so they should be organized and named in an easy to understand manner. Proposers are to address proposals identified with return address, RFP number and title in the following manner: LOC “PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION RFP” #2020 LEAGUE OF OREGON CITIES c/o Mike Cully, Contract Manager 1201 Court St. NE Suite 200 Salem, OR 97301 All prices shall be held firm for a period of sixty (60) days after the Solicitation closing date. Any Proposer may withdraw its proposal if a Master Price Agreement has not been executed within sixty (60) days from the RFP closing date. 4.4 EXCEPTIONS AND DEVIATIONS TO THE RFP The Proposer shall identify and list all exceptions taken to all sections of this RFP and list these exceptions, referencing the section (paragraph) where the exception exists and stating the proposed revision. The Proposer shall list these exceptions under the heading, “Exception to the Solicitation, RFP Number 2020.” Exceptions not listed under the heading “Exception to the Solicitation, RFP Number 2020.” shall be considered invalid. The LOC reserves the right to reject exceptions, render the proposal non-responsive, enter into negotiation on any of the Proposer exceptions, or accept any or all exceptions. 438 The Proposer shall detail any and all deviations from specifications, if any, contained in this Solicitation and Attachments, as requested. The LOC may accept or reject deviations, and all LOC decisions shall be final. 4.5 RESPONSE FORMAT AND CONTENT: To aid in the evaluation, it is desired that all proposals follow the same general format. The proposals are to be submitted in binders and have sections tabbed as follows: 4.5.1 Letter of Transmittal 4.5.2 Table of Contents 4.5.3 Short introduction and executive summary. This section shall contain an outline of the general approach utilized in the proposal. 4.5.4 The proposal should contain a statement of all of the programs and services proposed, including conclusions and generalized recommendations. Proposals should be all-inclusive, detailing the Proposer’s best offer. Additional related services should be incorporated into the proposal, if applicable. 4.5.5 Qualifications – This section shall describe the Proposer’s ability and experience related to the programs and services proposed. 4.5.6 Exceptions to the Solicitation, RFP Number 2020. 4.5.7 PRICING SCHEDULE (“ATTACHMENT D”). 4.5.8 PROPOSER PROFILE WORKBOOK (“ATTACHMENT B”). 4.5.9 Complete, Current Catalog Pricing shall be submitted on a USB flash drive. 4.5.10 Format Proposal to specifically address each individual sub-section and sub-set of the SCOPE OF WORK (Section 2.0). 4.5.11 Signed Addenda, if any. 4.5.12 Proposal Final Certification. 5.0 EVALUATION AND POST SUBMISSION 5.1 EVALUATION OF PROPOSAL – SELECTION FACTORS: LOC will evaluate each Proposal and prepare a scoring of each Proposal. Each Proposal received and reviewed shall be awarded points under each criterion solely on the judgment and determination of the Evaluation Committee and the LOC. There is a maximum score of 500 points and Proposer’s average total score must be at least 200 points for consideration of an award. Proposals will be evaluated on the following criteria and further defined in the Proposal Evaluation Form (ATTACHMENT E) utilizing the point system indicated on the form: 1) Pricing 2) Product Line (within each category) 3) Marketing 4) Customer Service 5) Proven Experience & References 6) Coverage 7) Conformance At the LOC’s discretion, Proposers may be invited to make presentations to the Evaluation Committee. LOC reserves the right to make multiple awards to meet the national membership needs of this Solicitation. 439 5.1.1 Additional criteria/preferences that are not necessarily awarded points. 5.1.1.1 Pursuant to ORS 279A.128, Lead Contracting Agency shall give preference to goods fabricated or processed within state or services performed within state. 5.1.1.2 Pursuant to ORS 279A.125, Lead Contracting Agency shall give preference to the procurement of goods manufactured from recycled materials. 5.1.1.3 Pursuant to ORS 279A.120, Lead Contracting Agency shall give preference to goods and services that have been manufactured or produced within the State of Oregon if price, fitness, availability and quality are otherwise equal; and the Lead Contracting Agency shall add a percent increase to the proposal of a nonresident Proposer equal to the percent, if any, of the preference given to the Proposer in the state in which the Proposer resides. All Proposers shall identify the state to which it is a resident bidder. 5.1.1.4 Lead Contracting Agency shall consider proposals for printing, binding and stationary work in accordance with ORS 282.210, incorporated herein by this reference. 5.1.1.5 Proposer shall comply with all federal, state and local laws applicable to the work under the Master Price Agreement awarded as a result of this Solicitation, including, without limitation, the provisions of ORS 279A and ORS 279B, including those provisions set forth on “ATTACHMENT F”, attached hereto and incorporated herein by this reference. 5.1.1.6 Pursuant to Section 1.7, the Lead Contracting Agency encourages Minority and Women-owned Small Business Proposers to submit proposals. 5.2 RIGHT OF LEAGUE OF OREGON CITIES TO AWARD OR REJECT PROPOSALS 5.2.1 The Request for Proposal does not commit the LOC to award a Master Price Agreement for the products or services specified within the Request for Proposal document. The LOC may cancel the procurement or reject any or all proposals in accordance with ORS 279B.100. Under no circumstance will the LOC pay the costs incurred in the preparation of a response to this request. 5.2.2 The LOC reserves the right to: 5.2.2.1 Accept or reject any or all proposals and proposal terms and conditions received as a result of the Request for Proposals; 5.2.2.2 Accept a proposal and subsequent offers for a Master Price Agreement from proposer(s) other than the lowest cost proposer; 5.2.2.3 Waive or modify any irregularities in proposals received after prior notification to the Proposer(s). 5.2.3 The award, if there is one, will be made to that Proposer(s) who is determined to be the most qualified, responsible and responsive within a competitive price range based upon the evaluation of the information furnished under this RFP. 5.3 PROTEST PROCESS A prospective Proposer may protest the procurement process of the Solicitation for an Agreement solicited under ORS 279B. Before seeking judicial review, a prospective Proposer must file a written protest with the LOC and exhaust all administrative remedies. Written protests must be delivered to the LOC at 1201 Court St. NE, Suite 200, Salem, OR 97301 not less than ten (10) days prior to the date upon which all proposals are due. The written protest shall contain a statement of the desired changes to the procurement process or Solicitation document that the protester believes will remedy the conditions upon which the protest is based. The LOC shall consider the protest if it is timely filed and meets the conditions set forth in ORS 279B.405. The LOC shall respond pursuant to ORS 279B.405. If the LOC 440 upholds the protest, in whole or in part, the LOC may in its sole discretion either issue an Addendum reflecting its disposition or cancel the procurement or solicitation. The LOC may extend the due date of proposals if it determines an extension is necessary to consider and respond to the protest. A Proposer may protest the Award of the Contract, or the intent to Award the Contract, if the conditions set forth in ORS 279B.410 are satisfied. Judicial review of the protest and the LOC’s decision shall be governed by ORS 279B.415. 5.4 NON-ASSIGNMENT If a Master Price Agreement is awarded, Proposer shall not assign the Agreement in part or in total. 5.5 POST AWARD MEETING: The successful Proposer(s) may be required to attend a post-award meeting with the LOC to discuss the terms and conditions of the Master Price Agreement. 5.6 PROPOSAL FINAL CERTIFICATION The Proposer must certify the following: a) I hereby certify that the Proposal contained herein fully and exactly complies with the instruction for proposers and specifications as they appear in this Notice of Solicitation. b) I hereby further certify that I am authorized by the Board of Directors or Corporate Officers of the Corporation to sign the Requests for Proposals and proposals in the name of the corporation listed below: Proposer Name: ____________________________________________ Signature: _________________________________________________ Name Typed: ______________________ Title: ___________________ Proposer is a resident bidder of the state of _______________________ Date: _____________________ 441 ATTACHMENT A INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT (The Intergovernmental Cooperative Purchasing Agreement is not attached hereto, but the current version is available upon request from the Lead Public Agency) (The Intergovernmental Cooperative Purchasing Agreement is incorporated by reference herein) ATTACHMENT B 442 Proposer Profile Workbook to be completed by all responders as directed herein (fillable form available upon request) 1.0 GENERAL QUESTIONS: Section 1.1 only to be completed by vendors with a national presence; i.e. vendors with a sales territory in 25 states or more. 1.1 The “Yes” or “No” questions below are to help evaluators familiarize themselves with national vendors. Indicate “Yes” or “No” as it applies to your company. Do you have a national sales force adequate in size to meet the demands of multiple agencies and their unique needs for the products and services listed herein? Yes No Do you have a national distribution network that will support sales resulting from this RFP? Yes No Can you provide product availability to meet the requirements for materials and services listed herein for government and nonprofit agencies nationwide in a timely manner? Yes No Does your company have the ability to provide toll-free telephone/fax access, and an online presence? Yes No Can you provide a single point of contact (National Account Manager) to interact with the lead agency and NPPGov staff? Yes No Are you a strong competitor in the industry with a minimum of three consecutive years of demonstrated success in all business practices and pursuits? Yes No 1.2 Provide at least three references of government agencies within the United States that have purchased products/services from Proposer similar to those specified in this solicitation within the last year. If proposed products/services are new to market, please use most similar business references available. Include: Agency name and address Contact name, phone and email Description of products/services sold and date. LOC may use other information, however learned, in evaluation of the response. 1.3 OPTIONAL: If a Dun and Bradstreet Comprehensive Report (or similar) for your company is available, please submit it with your response. 1.4 OPTIONAL: Attach any case studies, white papers and/or testimonials supporting your company and products/services. 2.0 ABOUT PROPOSER: 2.1 State of incorporation: 443 2.2 Federal Tax Identification Number: 2.3 If applicable to the product(s) and/or service(s), describe the Proposer’s ability to conduct E- commerce or online ordering. [Insert response in box below] 2.4 Describe Proposer’s system for processing orders from point of customer contact through delivery and billing. [Insert response in box below] 2.5 Describe Proposer’s ability to provide detailed electronic reporting of quarterly sales correlated with NPPGov Member ID numbers of Participating Agency purchases as set forth in Addendum A to Vendor Administration Agreement (VAA), a copy of which is available upon request from the LOC. [Insert response in box below] 2.6 Describe the capacity of Proposer to meet Minority and Women Business Enterprises (MWBE) preferences, which may vary among Participating Agencies. [Insert response in box below] 2.7 Proposer acknowledges compliance with Davis Bacon wage requirements where labor is concerned by indicating “yes” or “no” below. 2.8 By submitting a Proposal in response to this RFP, Proposer agrees, if applicable, to comply with all applicable provisions of Title 2, Subtitle A, Chapter II, PART 200—UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS contained in Title 2 C.F.R. § 200 et seq. Indicate “yes” or “no” below. 2.9 Complete Exhibit 1, located at the end of this workbook. 444 3.0 DISTRIBUTION SYSTEM: 3.1 Describe distribution of products and/or services available in Proposer’s response through Proposer’s distribution system (including Alaska and Hawaii), including any limitations. [Insert response in box below] 3.1.A Is it your intent to offer the proposed products and/or services through a designated distribution/dealer network, indicate “yes” or “no” below? YES NO 3.2 Provide Proposer’s shipping and delivery policy, including standard delivery time and any options and costs for expedited delivery and return policies. [Insert response in box below] 3.3 Third party and/or subcontracting may be allowed. If applicable, detail the sub-contracting process (ordering, shipment, invoicing, billing) for those products not carried in Proposer’s distribution center. Alternatively, if proposer utilizes a third-party ordering, shipment, invoicing or billing partner, please describe in detail. [Insert response in box below] 3.4 What is Proposer’s backorder policy? Is your policy to classify as “immediate or cancel” (requiring the Participating Agency to reorder if item is backordered) or “good until cancelled”? [Insert response in box below] 3.5 Indicate whether the Proposer has any dealer or distributors that are authorized to fulfil purchases? Yes No [Check one] 3.6 If answered yes to 3.5, include a copy of or link to authorized dealers or distributors. 445 4.0 MARKETING: 4.1 Outline Proposer’s plan for marketing the Products and Services to the Participating Agencies on a local and national basis. Include any marketing incentives such as committed dollars for advertising, conferences/travel and custom marketing materials. [May attach marketing plan or insert response in box below] 4.2 Explain how Proposer will educate its local and national sales force about the use of the Master Price Agreement. [Insert response in box below] 4.3 Indicate the Proposer’s willingness to allow training to its local and national sales force about the use of the Master Price Agreement. [Insert response in box below] 5.0 POINT OF CONTACT: Proposer POC who will administer, coordinate, and manage this program with NPPGov and the LEAGUE OF OREGON CITIES: Contact Person: Title: Mailing Address: City: State & Zip: Email Address: Phone #: Fax #: Attach current resume of National Account Manager that will be the POC managing this contract. 446 6.0 CUSTOMER SUPPORT SERVICES: Explain Proposer’s policy regarding each of the following if applicable to product(s) and/or service(s): 6.1 Auditing for order completeness. [Insert response in box below] 6.2 Replacement policy (i.e., damaged or defective goods). [Insert response in box below] 6.3 Minimum order requirement (e.g., Individual item vs. case lot). [Insert response in box below] 6.4 Customer service hours/days of operation [Insert response in boxes below] Monday: Tuesday: Wednesday: Thursday: Friday: Saturday: Sunday: 6.5 Special Orders. [Insert response in box below] 6.6 Post sale services issues. [Insert response in box below] 6.7 Repair services, including repair warranty programs, if any. Proposer shall identify, where applicable, authorized factory repair facilities that will honor the warranty of items on contract. [Insert response in box below] 6.8 Technical support services Proposer provides. [Insert response in box below] 6.9 Product substitution policy. [Insert response in box below] 6.10 Identify trade-in program criteria (if applicable). [Insert response in box below] 6.11. After hours service (including weekends and holidays) [Insert response in boxes below] Monday: Tuesday: Wednesday: Thursday: Friday: Saturday: Sunday: 6.12 Shipment tracking. [Insert response in box below] 6.13 Back order tracking process. [Insert response in box below] 6.14 Return Item process, including any/all associated fees (e.g., restocking, shipping, turnaround time 447 on returns). [Insert response in box below] 6.15 Electronic billing. [Insert response in box below] 6.16 Explain how Proposer will resolve complaints, issues, or challenges. [Insert response in box below] 6.17 Other services not already covered. [Insert response in box below] 448 7.0 DELIVERY AND FREIGHT CHARGES: 7.1 Identify delivery and/or shipping costs or provide a shipping rate schedule based on weight, item, and/or destination for all items ordered within the continental U.S. (and Hawaii/Alaska). The Proposer shall identify all exceptions to this shipping rate schedule. [Insert response in box below] 7.2 Identify policy for transfer of product ownership (delivery) and damage/issue resolution. [Insert response in box below] 8.0 VENDOR TERMS AND CONDITIONS. 8.1 Does Proposer require that customers/Participating Agencies agree to standard terms and conditions related to their purchase? Yes No [Circle one] 8.2 If answered yes to 8.1, include a copy of or link to terms and conditions. 9.0 WARRANTY INFOMATION: 9.1 Identify warranty options, if applicable. [Insert response in box below] 449 Exhibit 1 PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION Coverage RETAIL, DISTRIBUTION AND SERVICE/SUPPORT LOCATIONS Number of retail stores in each state? (leave blank for none) Number of distribution centers in each state? (leave blank for none) Number of support locations in each state? (leave blank for none) ALABAMA ALASKA ARIZONA ARKANSAS CALIFORNIA COLORADO CONNECTICUT DELAWARE FLORIDA GEORGIA HAWAII IDAHO ILLINOIS INDIANA IOWA KANSAS KENTUCKY LOUISIANA MAINE MARYLAND MASSACHUSETTS MICHIGAN MINNESOTA MISSISSIPPI MISSOURI MONTANA NEBRASKA NEVADA NEW HAMPSHIRE NEW JERSEY NEW MEXICO NEW YORK NORTH CAROLINA NORTH DAKOTA OHIO OKLAHOMA OREGON PENNSYLVANIA 450 Number of retail stores in each state? (leave blank for none) Number of distribution centers in each state? (leave blank for none) Number of support locations in each state? (leave blank for none) RHODE ISLAND SOUTH CAROLINA SOUTH DAKOTA TENNESSEE TEXAS UTAH VERMONT VIRGINIA WASHINGTON WEST VIRGINIA WISCONSIN WYOMING 451 THE FORM LISTED BELOW MUST BE SIGNED AND RETURNED WITH SOLICITATION RESPONSE 452 Exhibit 2 Declaration of Non-Collusion The undersigned does hereby declare that there has been no collusion between the undersigned, the LEAGUE OF OREGON CITIES, and National Purchasing Partners, and in further support of said Declaration, states as follows: The person, firm, association, co-partnership or corporation herein named has not, either directly or indirectly, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding or solicitation in the preparation and submission of a proposal to the LEAGUE OF OREGON CITIES for consideration in the award of a contract or Master Price Agreement negotiated as a result of this Request for Proposal. DATED this ______ day of _____________, _______. (Name of Firm) By: (Authorized Signature) Title: 453 ATTACHMENT C SPECIFICATIONS PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION These specifications are intended to cover the complete range of PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION. Several categories are included below but are in no means intended to limit the Proposer to responding to just these categories if there are other related products and services that Proposer would like to be considered for the award. Proposers should respond with pricing for all products and services they wish to be considered in the evaluation for a possible award and master price agreement. The following categories are provided to indicate the intended extent of the RFP but do not necessarily represent the format of the Proposer’s response. Proposers may combine any and all categories and elements in a format that is most appropriate to represent their business in their response. NOTE: Proposers are not required to respond to all categories. Proposals will only be evaluated based on the categories to which they respond. CATEGORY 1: GENERAL SOFTWARE SOLUTIONS FOR GOVERNMENT SERVICES: Including but not limited to interfaces capable of integrating with internal and external systems, modeling capability, metric prediction, analytics, staffing, scheduling, payroll, resource management, asset tracking, etc. CATEGORY 2: RECORD MANAGEMENT SYSTEMS: Including but not limited to tracking of employee training records, billing, field data collection, scheduling, electronic patient care reporting, fire rehab management and tracking, etc. CATEGORY 3: TRAINING AND SUPPORT: Including but not limited to training time and resources necessary for Systems Administrator(s), training plan for users in each aspect of the software, on-line support as it relates to the proposed application, schedule of new releases or expected time intervals, etc. CATEGORY 4: CONVERSION/IMPLEMENTATION: Including but not limited to converting existing data from it’s current application, application ability to use accumulated data from systems currently in place, etc. CATEGORY 5: APP BASED PLATFORMS: Including but not limited to scheduling, resource management, staffing, equipment tracking, etc. CATEGORY 6: COMPUTER AIDED DISPATCH: Including but not limited to dispatch, scheduled transports, mobile data computing, mapping, and automatic vehicle locating solutions CATEGORY 7: FIRE OPERATIONS AND PREVENTION: Including but not limited to pre-fire plans, prevention activities, fire ground accountability, fire resource management and operations, fire inspection management, National Fire Incident Reporting System (NFIRS) data entry and management, residence and structural data, high risk hazard collaboration, functional needs data collection. CATEGORY 8: REQUIRED SYSTEM HARDWARE: Including but not limited to necessary hardware and system software to ensure optimum performance, unmanned services, managed services, physical network components which support or manage the public safety data storage, collection or reporting etc. 454 CATEGORY 9: INSTALLATION, MAINTENANCE, SERVICE AND TESTING: Any services and options related to the installation, maintenance, service and testing of products offered in any of the categories. CATEGORY 10: BILLING AND REVENUE CYCLE MANAGEMENT TOOLS CATEGORY 11: OTHER: Other public safety and government relates services software not included in other categories. 455 ATTACHMENT D PRICING SCHEDULE The intent is for each Proposer to submit their complete product line so that Participating Agencies may order a wide array of products and services as appropriate for their needs. Proposer is encouraged but is not required to respond to all categories. Proposer may suggest additional categories and sub-categories as applicable. Proposer may subcontract items Proposer does not supply. The Proposer should not necessarily limit the proposal to the performance of the services in accordance with this document but should outline any additional services and their costs if the Proposer deems them necessary to accomplish the program. Pricing and resulting relative discount to LOC and NPPGov membership shall be clearly delineated on each proposal. Contract admin fee (established in the “Requirements” Section of the RFP) may not be listed or charged as a separate line item to users of the contract. Contract pricing shall be based upon: 1) Fixed discount(s) off published price list(s) or catalog(s) 2) Firm fixed price with economic adjustment (contingencies for economic price adjustments must be identified in the proposal) 3) A combination of the above. EXAMPLE PUBLIC SAFETY SOFTWARE SOLUTIONS, DATA COLLECTION, STORAGE AND UTILIZATION Product Category Percentage (%) off List Price* (OR fixed price if % off pricing is not available) GENERAL SOFTWARE SOLUTIONS FOR GOVERNMENT SERVICES RECORD MANAGEMENT SYSTEMS TRAINING AND SUPPORT CONVERSION/IMPLEMENTATION APP BASED PLATFORMS COMPUTER AIDED DISPATCH FIRE OPERATIONS AND PREVENTION REQUIRED SYSTEM HARDWARE INSTALLATION, MAINTENANCE, SERVICE AND TESTING BILLING AND REVENUE CYCLE MANAGEMENT TOOLS OTHER Options Proposers shall provide pricing on all options, modifications, and accessories in a format that best represents their product line and pricing structure. This may include specific pricing for some options and may also include general pricing/discounts for categories of options. Proposer may also indicate availability and pricing of all other non-specified options. The intent is to provide Proposers the opportunity to present as much product as possible in the format that fits within their individual formatting needs so that the resulting award allows LOC and NPPGov members the greatest number of procurement options. Miscellaneous Proposers should include any applicable pricing information related to Section 2.3 of the RFP including but not limited to: large volume purchases, cash terms, rebates, freight/delivery costs and individual discounts. ATTACHMENT E 456 PROPOSAL EVALUATION FORM Proposals will be evaluated using a two-step process. The first step evaluates the responsiveness of the proposer and determines 1) if the proposer is deemed fully responsive enabling the proposal to move to the second step and 2) if the proposal will be evaluated as a local response (within the State of Oregon), regional response (covering multiple States, but not the entire US) or a national response (covering the entire US, or at least the continental US). The second step of the evaluation process will only occur with proposals deemed fully responsive from the first step. The second step fully evaluates the proposer’s response based on the criteria found in the proposal evaluation form. STEP 1 Proposal Responsiveness Component YES NO Submitted on time Company name and RFP number on outermost packaging Completed Proposer Profile Workbook (PPW) Included pricing structure Included references Proposal signed Deemed Fully Responsive YES NO Categorized as Local, Regional or National Local Regional National 457 Proposal Evaluation Form STEP 2 Full Evaluation of Proposal Point Value Definitions (5) Exceeded Requirements - Compelling Detail, Showed Ability to Complete (4) Met Requirements - Thorough, Provided Supportive Material/Examples (3) Satisfied Requirements - Sufficient (2) Unclear if Requirements Met - Poor or Confusing (1) Did Not Comply with Requirements - Substandard or Blank Component Evaluated Weight Possible Points (1-5) Total Points (Weight x PP) Evaluator’s Comments Pricing: Product price and discounts proposed included favorable pricing for cooperative purchasing. Shipping conditions. PPW Section 7.0 and Pricing structure. 25 Comments: Product Line (Score only categories proposed): Breadth, variety, quality of product line and innovation of products. Warranty availability. PPW Section 9.0. 15 Comments: Marketing: Marketing plan to promote the resulting contractual agreement and ability to incorporate use of agreement in their sales system throughout indicated coverage region. Willingness to allow training of salesforce. PPW Section 4.0. 15 Comments Customer Service: Support dedicated to Participating Agencies. Ability to meet promised delivery timelines. Additional services offered. Conduct e-commerce. PPW Sub-Sections 2.3 & 2.4 and Section 6.0. 15 Comments: Proven Experience: Success in providing products and services in a timely manner. Years in business, references and reputation. 15 Comments: 458 Experience with cooperative purchasing. PPW Sub-Section 1.2. Coverage: Ability to provide products and services for indicated coverage region including distribution, retail & service facilities, coordination of manufacturer and distribution, and staff availability. Clearly states distribution model and provides dealer list if applicable. PPW Section 3.0 and Exhibit 1. 10 Comments: Conformance: Completeness of proposal and the degree to which the Proposer responded to the terms and all requirements and specifications of the RFP. Followed the response format and content, was clear and easily understood. Provided Term’s and Condition’s, if applicable. PPW Section 8.0 and 4.5 of RFP. 5 Comments: TOTAL 100 General Comments: Name of Evaluator _________________________ Signature _________________________________ Date _________________ 459 ATTACHMENT F OREGON REVISED STATUTES (AS MAY BE AMENDED) REQUIREMENTS Successful Proposer (Contractor) shall comply with the requirements of this ATTACHMENT F to the extent required by any applicable federal or state law. (1) Contractor shall pay promptly, as due, all persons supplying labor or materials for the performance of the work provided for in the contract and shall be responsible for such payment of all persons supplying such labor or material to any Subcontractor. (2) Contractor shall promptly pay all contributions or amounts due the Industrial Accident Fund from such Contractor or Subcontractor incurred in the performance of the contract. (3) Contractor shall not permit any lien or claim to be filed or prosecuted against the LOC or any Participating Agency on account of any labor or material furnished and agrees to assume responsibility for satisfaction of any such lien so filed or prosecuted. (4) Contractor and any Subcontractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167 (5) If Contractor fails, neglects or refuses to make prompt payment of any claim for labor or materials furnished to the Contractor or a Subcontractor by any person in connection with the contract as such claim becomes due, the LOC or any Participating Agency may pay such claim to the persons furnishing the labor or material and charge the amount of payment against funds due or to become due Contractor by reason of the contract. The payment of a claim in the manner authorized hereby shall not relieve the Contractor or Contract surety from Contractor or its obligation with respect to any unpaid claim. If the LOC or any Participating Agency is unable to determine the validity of any claim for labor or material furnished, the District may withhold from any current payment due Contractor an amount equal to said claim until its validity is determined and the claim, if valid, is paid. (6) Contractor shall promptly, as due, make payment to any person, co-partnership, association, or corporation, furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or injury, to employees of such Contractor, of all sums which the Contractor agrees to pay for such services and all monies and sums which the Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. (7) In a contract for personal services, contractor shall pay employees at least time and half for all overtime worked in excess of 40 hours in any one week under the contract in accordance with ORS 653.010 to 653.261 and the Fair Labor Standards Act of 1938 (29 USC 201, et seq.). In contracts for services, contractors shall pay employees at least time and a half pay for work performed on the legal holidays specified in a collective bargaining agreement or in ORS 279B.020(1)(b)(A) to (G) and for all time worked in excess of 10 hours in any one day or in excess of 40 hours in any one week, whichever is greater. (8) The Contractor must give notice in writing to employees who work on this contract, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and the days per week that the employees may be required to work. (9) All subject employers working under the contract are either employers that will comply with ORS 656.017, or employers that are exempt under ORS 656.126. (10) All sums due the State Unemployment Compensation Trust Fund from the Contractor or any Subcontractor in connection with the performance of the contract shall be promptly so paid. (11) The contract may be canceled at the election of LOC for any willful failure on the part of Contractor to faithfully perform the contract according to its terms. (12) Contractor certifies compliance with all applicable Oregon tax laws, in accordance with ORS 305.385. 460 (13) Contractor certifies that it has not discriminated against minorities, women, emerging small business enterprises certified under ORS 200.055, or business enterprises owned or controlled by or that employ a disabled veteran in obtaining any required subcontractors. 461 ATTACHMENT G WIPHE RESPONSE FORM THIS FORM MUST BE RETURNED WITH SOLICITATION RESPONSE Vendor servicing Washington State AGREES to sell items included in this solicitation to WIPHE institutions at prices offered, unless otherwise noted below: ________ DOES NOT agree to sell to WIPHE Institutions. ________ AGREES to sell to WIPHE Institutions at same prices and discounts, with the following exceptions: (attach additional pages as necessary) Vendor must state geographic areas or specific institution(s) listed below within the State of Washington that are EXCLUDED from the contract(s) resulting from this solicitation: Washington Institutions of Public Higher Education (WIPHE). See list on following page. If Vendor agrees to sell to the WIPHE Institutions, a WIPHE Contract number will be assigned and the information will be reported to the Council of Presidents. The Council of Presidents notifies all the other schools when a WIPHE contract has been awarded and a master list will be maintained and the WIPHE website updated. WIPHE shall determine, at its absolute discretion, whether it shall accept and/or utilize the contract resulting from the Request for Proposal 462 Washington Institutions of Public Higher Education (WIPHE) FOUR-YEAR UNIVERSITIES CENTRAL WASHINGTON UNIVERSITY EASTERN WASHINGTON UNIVERSITY THE EVERGREEN STATE COLLEGE UNIVERSITY OF WASHINGTON WASHINGTON STATE UNIVERSITY WESTERN WASHINGTON UNIVERSITY COMMUNITY AND TECHNICAL COLLEGES: BATES TECHNICAL COLLEGE BELLEVUE COMMUNITY COLLEGE BELLINGHAM TECHNICAL COLLEGE BIG BEND COMMUNITY COLLEGE CASCADE COMMUNITY COLLEGE CASCADIA COLLEGE CENTRALIA COLLEGE CLARK COLLEGE CLOVER PARK TECHNICAL COLLEGE COLUMBIA BASIN COLLEGE EDMONDS COMMUNITY COLLEGE EVERETT COMMUNITY COLLEGE GRAYS HARBOR COLLEGE GREEN RIVER COMMUNITY COLLEGE HIGHLINE COMMUNITY COLLEGE LAKE WASHINGTON TECHNICAL COLLEGE LOWER COLUMBIA COLLEGE OLYMPIC COLLEGE PENINSULA COLLEGE PIERCE COLLEGE RENTON TECHNICAL COLLEGE SEATTLE CENTRAL COMMUNITY COLLEGES SHORELINE COMMUNITY COLLEGE SKAGIT VALLEY COLLEGE SOUTH PUGET SOUND COMMUNITY COLLEGE SPOKANE COMMUNITY COLLEGES STATE BOARD FOR TECHNICAL & COMMUNITY COLLEGES WENATCHEE VALLEY COLLEGE YAKIMA VALLEY COMMUNITY COLLEGE WHATCOM COMMUNITY COLLEGE 463 Miscellaneous local agencies within Washington State* ADAMS COUNTY PUYALLUP SCHOOL DIST 3 KITSAP COUNTY FIFE SCHOOL DIST 417 RIVERVIEW SCHOOL DIST 407 GONZAGA UNIVERSITY PLANNED PARENTHOOD OF WESTERN WASHINGTON SNOHOMISH COUNTY MASON COUNTY FEDERAL WAY SCHOOL DIST SPOKANE COUNTY ISSAQUAH SCHOOL DIST 411 ADAMS COUNTY FIRE DISTRICT ADAMS COUNTY HEALTH DISTRICT AFFILIATED HEALTH SERVICES ALDERWOOD WATER DISTRICT ANACORTES PORT OF ANACORTES SCHOOL DISTRICT 103 ANNAPOLIS WATER DISTRICT ASOTIN COUNTY AUBURN SCHOOL DISTRICT 408 BAINBRIDGE IS SCHOOL DISTRICT 303 BAINBRIDGE ISLAND FIRE DEPARTMENT BAINBRIDGE ISLAND PARKS BATTLE GROUND SCHOOL DISTRICT 119 BELLEVUE SCHOOL DISTRICT 405 BELLINGHAM PORT OF BELLINGHAM SCHOOL DISTRICT 501 BENTON COUNTY BENTON COUNTY FIRE DISTRICT BENTON COUNTY PUD BENTON FRANKLIN COUNTY BENTON FRANKLIN PRIVTE INDUST CNCL BENTON PORT OF BETHEL SCHOOL DISTRICT 403 BIG BROTHERS BIG SISTERS OF KING CO BIRCH BAY WATER & SEWER DISTRICT BLANCHET SCHOOL DISTRICT BREMERTON KITSAP CO HEALTH DISTRICT BREMERTON PORT OF BREMERTON SCHOOL DISTRICT 100 BURLINGTON EDISON SCHOOL DIST 100 CANCER RESEARCH AND BOISTATISTICS CASCADE BLUE MT FD SHR CASCADE IRRIGATION DISTRICT CASHMERE SCHOOL DISTRICT 222 CATHOLIC COMM SVCS OF KING CO CENTRAL KITSAP SCHOOL DISTRICT 401 CENTRAL WAS COMP MENTAL HEALTH CENTRALIA SCHOOL DISTRICT 40 CHEHALIS SCHOOL DISTRICT 302 CHELAN COUNTY CHELAN COUNTY COMMUNITY HOSPITAL CHELAN COUNTY FIRE DISTRICT CHELAN COUNTY PUD 1 CHELAN DOUGLAS COUNTY HEALTH DIST CHENEY CARE CENTER CHILD CARE RESOURCE & REFERRAL CHILDRENS THERAPY CENTER CHIMACUM SCHOOL DISTRICT 49 CLALLAM COUNTY CLALLAM COUNTY FIRE DISTRICT CLALLAM COUNTY HOSPITAL DISTRICT CLALLAM COUNTY PUD CLARK COUNTY CLARK COUNTY FIRE DISTRICT CLARK COUNTY PUD CLE ELUM-ROSLYN SCHOOL DISTRICT 404 CLOVER PARK SCHOOL DISTRICT 400 CNTRL WHIDBEY FIRE & RESCUE COAL CREEK UTILITY DISTRICT COALITION AGAINST DOMESTIC VIOLENCE COLUMBIA COUNTY COLUMBIA IRRIGATION DISTRICT COLUMBIA MOSQUITO CONTROL DISTRICT COMMUNITY CHRISTIAN ACADEMY COMMUNITY PSYCHIATRIC CLINIC COMMUNITY TRANSIT CONFEDERATED TRIBES OF CHEHALIS CONSOLIDATED DIKING IMPROVEMENT DIST CONSOLIDATED IRRIGATION COWLITZ COUNTY COWLITZ COUNTY FIRE DISTRICT COWLITZ COUNTY PUD CROSS VALLEY WATER DISTRICT DAYTON SCHOOL DISTRICT 2 DOUGLAS COUNTY DOUGLAS COUNTY FIRE DISTRICT DOUGLAS COUNTY PUD DRUG ABUSE PREVENTION CENTER E COLUMBIA BASIN IRRIGATION DIST EAST WENATCHEE WATER EATONVILLE SCHOOL DIST 404 EDMONDS SCHOOL DISTRICT 15 EDUCATIONAL SERVICE DIST 114 EDUCATIONAL SERVICE DISTRICT 113 ELLENSBURG SCHOOL DIST 401 ENUMCLAW SCHOOL DIST EVERETT PORT OF EVERETT PUBLICE FACILITIES DIST EVERGREEN MANOR INC EVERGREEN SCHOOL DIST 114 FEDERAL WAY FD FERRY COUNTY FERRY COUNTY PUBLIC HOSPITAL FERRY OKAHOGAN FPD FOSS WATERWAY DEVELOPMENT AUTHORITY FRANKLIN COUNTY FRANKLIN COUNTY PUD 464 FRANKLIN PIERCE SCHOOL DIST 402 FRIDAY HARBOR PORT OF GARDENA FARMS IRRIGATION DIST 13 GARFIELD COUNTY GRAND COULEE PROJECT GRANDVIEW SCHOOL DIST 116/200 GRANITE FALLS SCHOOL DIST 332 GRANT COUNTY GRANT COUNTY HEALTH DIST GRANT COUNTY PUD GRAYS HARBOR COUNTY GRAYS HARBOR COUNTY FIRE DIST GRAYS HARBOR COUNTY PUD # 1 GRAYS HARBOR PORT OF GRAYS HARBOR PUB DEV AUTH GRAYS HARBOR TRANSIT GRIFFIN SCHOOL DIST 324 HARBORVIEW MEDICAL CENTER HAZEL DELL SEWER DIST HEALTHY MOTHERS HEALTHY BABIES COAL HIGHLINE SCHOOL DIST 401 HIGHLINE WATER DIST HOMESIGHT HOPELINK HOQUIAM SCHOOL DIST 28 HOUSING AUTHORITY OF PORTLAND ILWACO PORT OF INCHELIUM SCHOOL DIST 70 ISLAND COUNTY ISLAND COUNTY FIRE DIST JEFFERSON COUNTY JEFFERSON COUNTY FIRE DIST JEFFERSON COUNTY LIBRARY JEFFERSON COUNTY PUD JEFFERSON GENERAL HOSPITAL KARCHER CREEK SEWER DIST KELSO SCHOOL DIST 458 KENNEWICK GENERAL HOSPITAL KENNEWICK SCHOOL DISTRICT 17 KENT SCHOOL DIST 415 KETTLE FALLS SCHOOL DIST 212 KING COUNTY KING COUNTY FIRE DIST KING COUNTY HOUSING AUTHORITY KING COUNTY LIBRARY KING COUNTY WATER SEWER KINGSTON PORT OF KITSAP COUNTY FIRE & RESCUE KITSAP COUNTY LIBRARY KITSAP COUNTY PUD 1 KITTITAS COUNTY KITTITAS COUNTY PUD KITTITAS COUNTY RECLAMATION DIST KLICKITAT COUNTY KLICKITAT COUNTY PUD LAKE CHELAN RECLAMATION DIST LAKE STEVENS SCHOOL DIST 4 LAKE WASHINGTON SCHOOL DIST 414 LAKEHAVEN UTILITY DIST LAKEWOOD SCHOOL DIST 306 LEWIS CO PUD 1 LEWIS COUNTY LEWIS COUNTY FIRE DIST LEWIS PUBLIC TRANSPORTATION LIBERTY LAKE SEWER & WATER DIST LINCOLN COUNTY LINCOLN COUNTY FIRE DIST LONGVIEW PORT OF LONGVIEW SCHOOL DIST 122 LOTT WASTEWATER ALLIANCE LUMMI INDIAN NATION MANCHESTER WATER DIST MARYSVILLE SCHOOL DIST 25 MASON COUNTY FIRE DIST MASON COUNTY PUD MEAD SCHOOL DIST 354 METRO PARK DISTRICT OF TACOMA MID COLUMBIA LIBRARY MIDWAY SEWER DISTRICT MONROE SCHOOL DIST 103 MORTON SCHOOL DIST 214 MOSES LAKE PORT OF MOUNT BAKER SCHOOL DIST MT VERNON SCHOOL DISTRICT 320 MUKILTEO SCHOOL DIST 6 MUKILTEO WATER DIST NAVAL STATION EVERETT NE TRI COUNTY HEALTH DIST NORTH CENTRAL REGIONAL LIBRARY DIST NORTH KITSAP SCHOOL DIST 400 NORTH SHORE UTILITY DISTRICT NORTH THURSTON SCHOOL DISTRICT NORTHSHORE SCHOOL DIST 417 NORTHWEST KIDNEY CTR NORTHWEST WORK FORCE DEVELOPMENT CO NW REGIONAL COUNCIL OAK HARBOR SCHOOL DIST 201 OAKVILLE SCHOOL DIST 400 OCOSTA SCHOOL DIST 172 OKANOGAN COUNTY OKANOGAN COUNTY FIRE DIST OKANOGAN COUNTY PUD OKANOGAN SCHOOL DISTRICT OLYMPIA PORT OF OLYMPIA SCHOOL DISTRICT 111 OLYMPIA THURSTON CHAMBER FOUNDATION OLYMPIC AREA AGENCY ON AGING OLYMPIC MEMORIAL HOSPITAL DIST OLYMPIC REGION CLEAN AIR AGENCY OLYMPIC VIEW WATER & SEWER DIST OLYMPUS TERRACE SEWER DIST PACIFIC COUNTY PACIFIC COUNTY FIRE PARATRANSIT SERVICES 465 PASCO SCHOOL DIST PEND OREILLE COUNTY CONSERV DIST PEND OREILLE COUNTY PUB HOSP DIST PEND OREILLE COUNTY PUD PENINSULA SCHOOL DISTRICT 401 PERRY TECHNICAL INSTITUTE PIERCE COUNTY PIERCE COUNTY FIRE DIST PORT ANGELES PORT OF PORT ANGELES SCHOOL DISTRICT 121 PRESCOTT SCHOOL DIST PUGET SOUND CLEAN AIR AGENCY PUGET SOUND SCHOOL DIST QUINCY COLUMBIA BASIN IRRIG DIST RICHLAND SCHOOL DIST 400 S KITSAP SCHOOL DISTRICT 402 S SNOHOMISH CO PUBLIC FAC DIST SAFEPLACE SAMISH WATER DIST SAMMAMISH WATER AND SEWER DIST SAN JUAN COUNTY SAN JUAN COUNTY FIRE DIST SEA MAR COMM HEALTH CTR SEATTLE JEWISH PRIMARY SCHOOL SEATTLE PORT OF SEATTLE SCHOOL DIST 1 SEATTLE UNIVERSITY SECOND AMENDMENT FOUNDATION SECOND CHANCE INC SENIOR OPPORTUNITY SERVICES SHELTON SCHOOL DISTRICT 309 SILVERDALE WATER SKAGIT COUNTY SKAGIT COUNTY CONSERVATION DIST SKAGIT COUNTY FIRE DIST SKAGIT COUNTY ISLAND HOSPITAL SKAGIT COUNTY PORT OF SKAGIT COUNTY PUD 1 SKAGIT TRANSIT SKAMANIA COUNTY SKOOKUM INC SNOHOMISH COUNTY LIBRARY SNOHOMISH COUNTY PUD SNOHOMISH HEALTH DISTRICT SNOHOMISH SCHOOL DISTRICT 201 SOAP LAKE SCHOOL DISTRICT 156 SOOS CREEK WATER AND SEWER DIST SOUND TRANSIT SOUTH COLUMBIA BASIN IRRIG DIST SOUTH EAST EFFECTIVE DEVELOPMENT SOUTH SOUND MENTAL HEALTH SERVICES SOUTHWEST YOUTH & FAMILY SERVICES SPECIAL MOBILITY SERVICES INC SPOKANE CO AIR POLLUTION CNTRL AUTHORITY SPOKANE COUNTY FIRE DIST SPOKANE COUNTY LIBRARY SPOKANE SCHOOL DISTRICT 81 ST JOSEPH/MARQUETTE SCHOOL STANWOOD SCHOOL DIST 410 STEVENS COUNTY STEVENS COUNTY PUD STILLAGUAMISH TRIBE OF INDIANS SUMNER SCHOOL DISTRICT 320 SUNNYSIDE PORT OF SUNNYSIDE SCHOOL DISTRICT 201 SUQUAMISH TRIBE SW CLEAN AIR AGENCY SWINOMISH TRIBE TACOMA DAY CHILD CARE AND PRESCHOOL TACOMA MUSICAL PLAYHOUSE TACOMA PORT OF TACOMA SCHOOL DISTRICT 10 TACOMA-PIERCE CO TAHOMA SCHOOL DISTRICT 409 TERRACE HEIGHTS SEWER DISTRICT THURSTON COMMUNITY TELEVISION THURSTON COUNTY THURSTON COUNTY CONSERVATION DIST THURSTON COUNTY FIRE DISTRICT TOPPENISH SCHOOL DISTRICT 202 TOUCHET SD 300 TRIUMPH TREATMENT SERVICES TUKWILA SCHOOL DIST 406 TUMWATER SCHOOL DISTRICT 33 U S DEPARTMENT OF TRANSPORTATION UNITED WAY OF KING COUNTY UNIVERSITY PLACE SCHOOL DIST UPPER SKAGIT INDIAN TRIBE VAL VUE SEWER DISTRICT VALLEY TRANSIT VALLEY WATER DISTRICT VANCOUVER PORT OF VANCOUVER SCHOOL DISTRICT 37 VASHON ISLAND SCHOOL DISTRICT 402 VERA IRRIGATION VETERANS ADMINISTRATION VOLUNTEERS OF AMERICA WA ASSOC OF SCHOOL ADMINISTRATORS WA ASSOC SHERIFFS & POLICE CHIEFS WA GOVERNMENTAL ENTITY POOL WA LABOR COUNCIL AFL-CIO WA PUBLIC PORTS ASSOCIATION WA RESEARCH COUNCIL WA ST ASSOCIATION OF COUNTIES WA STATE PUBLIC STADIUM AUTHORITY WAHKIAKUM COUNTY WALLA WALLA COLLEGE WALLA WALLA COUNTY WALLA WALLA COUNTY FIRE DISTRICT WALLA WALLA PORT OF WALLA WALLA SD 140 WASHINGTON ASSOCIATION WASHINGTON COUNTIES RISK POOL WASHINGTON FIRE COMMISSIONERS ASSOC 466 WASHINGTON HEALTH CARE ASSOCIATION WASHINGTON PUBLIC AFFAIRS NETWORK WASHINGTON STATE MIGRANT COUNCIL WEST VALLEY SCHOOL DISTRICT 208 WEST VALLEY SCHOOL DISTRICT 363 WESTERN FOUNDATION THE WHATCOM CONSERVATION DIST WHATCOM COUNTY WHATCOM COUNTY FIRE DISTRICT WHATCOM COUNTY RURAL LIBRARY DIST WHIDBEY GENERAL HOSPITAL WHITMAN COUNTY WHITWORTH WATER WILLAPA COUNSELING CENTER WILLAPA VALLEY SCHOOL DISTRICT 160 WILLAPA VALLEY WATER DISTRICT WINLOCK SCHOOL DISTRICT 232 WOODINVILLE FIRE & LIFE SAFETY DIST WOODLAND PORT OF YAKIMA COUNTY YAKIMA COUNTY FIRE DISTRICT YAKIMA COUNTY REGIONAL LIBRARY YAKIMA SCHOOL DISTRICT 7 YAKIMA VALLEY FARMWORKERS CLINIC YAKIMA-TIETON IRRIGATION DISTRICT YELM COMMUNITY SCHOOL DISTRICT YMCA - TACOMA PIERCE COUNTY YMCA OF GREATER SEATTLE *Washington State cities and other unnamed Washington State local and municipal agencies may also utilize the resulting Master Price Agreement; provided they enter into the Intergovernmental Cooperative Purchasing Agreement. 467 ATTACHMENT H LOCAL GOVERNMENT UNITS BY STATE Oregon’s Incorporated Cities ADAIR VILLAGE ADAMS ADRIAN ALBANY AMITY ANTELOPE ARLINGTON ASHLAND ASTORIA ATHENA AUMSVILLE AURORA BAKER CITY BANDON BANKS BARLOW BAY CITY BEAVERTON BEND BOARDMAN BONANZA BROOKINGS BROWNSVILLE BURNS BUTTE FALLS CANBY CANNON BEACH CANYON CITY CANYONVILLE CARLTON CASCADE LOCKS CAVE JUNCTION CENTRAL POINT CHILOQUIN CLATSKANIE COBURG COLUMBIA CITY CONDON COOSBAY COQUILLE CORNELIUS CORVALLIS COTTAGE GROVE COVE CRESWELL CULVER DALLAS DAMASCAS DAYTON DAYVILLE DEPOE BAY DETROIT DONALD DRAIN DUFUR DUNDEE DUNES CITY DURHAM EAGLE POINT ECHO ELGIN ELKTON ENTERPRISE ESTACADA EUGENE FAIRVIEW FALLS CITY FLORENCE FOREST GROVE FOSSIL GARBALDI GASTON GATES GEARHART GERVAIS GLADSTONE GLENDALE GOLD BEACH GOLD HILL GRANITE GRANTS PASS GRASS VALLEY GREENHORN GRESHAM HAINES HALFWAY HALSEY HAPPY VALLEY HARRISBURG HELIX HEPPNER HERMISTON HILLSBORO HINES HOOD RIVER HUBBARD HUNTINGTON IDANHA IMBLER INDEPENDENCE IONE IRRIGON ISLAND CITY JACKSONVILLE JEFFERSON JOHN DAY JOHNSON CITY JORDAN VALLEY JOSEPH JUNCTION CITY KEIZER KING CITY KLAMATH FALLS LA GRANDE LAPINE LAFAYETTE LAKE OSWEGO LAKESIDE LAKEVIEW LEBANON LEXINGTON LINCOLN CITY LONEROCK LONG CREEK LOSTINE LOWELL LYONS MADRAS MALIN MANZANITA MAUPIN MAYWOOD PARK MCMINNVILLE MEDFORD MERRILL METOLIUS MILLCITY MILLERSBURG MILTON- FREEWATER MILWAUKIE MITCHELL MOLALLA MONMOUTH MONROE MONUMENT MORO MOSIER MT ANGEL MT VERNON MYRTLE CREEK MYRTLE POINT NEHALEM NEWBERG NEWPORT NORTH BEND NORTH PLAINS NORTH POWDER NYSSA OAKLAND OAKRIDGE ONTARIO OREGON CITY PAISLEY PENDLETON PHILOMATH PHOENIX PILOT ROCK PORT ORFORD PORTLAND POWERS PRAIRIE CITY PRESCOTT PRINEVILLE RAINIER REDMOND REEDSPORT RICHLAND RIDDLE RIVERGROVE ROCKAWAY BEACH ROGUE RIVER ROSEBURG RUFUS SALEM SANDY SCAPPOUSE SCIO SCOTT MILLS SEASIDE SENECA SHADY COVE SHANIKO SHERIDAN SHERWOOD SILETZ SILVERTON SISTERS SODAVILLE SPRAY SPRINGFIELD ST HELENS ST PAUL STANFIELD STAYTON SUBLIMITY SUMMERVILLE SUMPTER SUTHERLIN SWEET HOME TALENT TANGENT THE DALLES TIGARD TILLAMOOK TOLEDO TROUTDALE TUALATIN TURNER UKIAH UMATILLA UNION UNITY VALE VENETA VERNONIA WALDPORT WALLOWA WARRENTON WASCO WATERLOO WESTLINN WESTFIR WESTON WHEELER WILLAMINA WILSONVILLE WINSTON WOOD VILLAGE WOODBURN YACHATS YAMHILL YONCALLA This may not be a complete list of all Oregon cities, but all other Oregon cities shall be incorporated by this reference. 468 Hawaii’s Counties Hawaii Honolulu Kalawao Kaua’i Maui 469 LEAGUE OF OREGON CITIES Public Safety Software Solutions, Data Collection, Storage and Utilization Solicitation Synopsis Solicitation No. 2020 Intent The League of Oregon Cities (LOC) served as Lead Agency to solicit proposals for Public Safety Software Solutions, Data Collection, Storage and Utilization. LOC works in cooperation with National Purchasing Partners “NPP” and its Government Division dba NPPGov, dba Public Safety GPO and dba Law Enforcement GPO (collectively hereinafter “NPPGov”), to service the LOC and NPPGov membership. The published Request for Proposal (RFP) contained provisions that permitted all members of LOC and NPPGov throughout the nation to “piggy-back” off the resulting Master Price Agreement. Determination for issuing RFP vs. Sealed Bid LOC has determined that it is advantageous for LOC to procure Public Safety Software Solutions, Data Collection, Storage, and Utilization using a secure competitive RFP process evaluated based on “best value” rather than sealed bidding. Sealed bidding limits evaluation of offers solely to compliance with the requirements, provides no opportunity to compare the product and service offerings among the vendors, and uses price as the predominate deciding factor. Such limitations prevent LOC from awarding the most advantageous contract(s) for LOC and its members. Procedure LOC issued an RFP (2020) on January 6th, 2020. The RFP was published in the Daily Journal of Commerce on January 9th, 2020. The RFP was published in USA Today on January 9th, 2020. The RFP closed on March 9th, 2020. The RFP was awarded on April 27th, 2020. The RFP was posted to the following web sites: www.nppgov.com, www.orcities.org and www.findrfp.com 470 The text of the published notice of solicitation is as follows: 471 LOC received a proposal (s) from the following vendor (s): 1.Building Reports 2.Carbyne 911 3.Central Square 4.Deccan International 5.Emergency Reporting 6. Geocomm 7.Gtechna 8.Informer Systems 9.Openlattice 10.Optimum Technology 11.Priority 5 Holding 12.US Digital Design 13. ZOLL A copy of the log for proposals received is attached hereto. Proposals were evaluated by LOC based on the criteria contained in the RFP and selected the following successful proposer(s): 1.Building Reports 2.Carbyne 911 3.Central Square 4.Deccan International 5.Emergency Reporting 6. Geocomm 7.Gtechna 8.Informer Systems 9.Openlattice 10.Optimum Technology 11.Priority 5 Holding 12.US Digital Design 13. ZOLL 472 Evaluation The evaluation was based on the following criteria as described in the RFP (weighted): Component Evaluated Weight Pricing: Product price and discounts proposed included favorable pricing for cooperative purchasing. Shipping conditions. PPW Section 7.0 and Pricing structure. 25 Product Line (Score only categories proposed): Breadth, variety, quality of product line and innovation of products. Warranty availability. PPW Section 9.0. 15 Marketing: Marketing plan to promote the resulting contractual agreement and ability to incorporate use of agreement in their sales system throughout indicated coverage region. Willingness to allow training of salesforce. PPW Section 4.0. 15 Customer Service: Support dedicated to Participating Agencies. Ability to meet promised delivery timelines. Additional services offered. Conduct e-commerce. PPW Sub-Sections 2.3 & 2.4 and Section 6.0. 15 Proven Experience: Success in providing products and services in a timely manner. Years in business, references and reputation. Experience with cooperative purchasing. PPW Sub-Section 1.2. 15 Coverage: Ability to provide products and services for indicated coverage region including distribution, retail & service facilities, coordination of manufacturer and distribution, and staff availability. Clearly states distribution model and provides dealer list if applicable. PPW Section 3.0 and Exhibit 1. 10 Conformance: Completeness of proposal and the degree to which the Proposer responded to the terms and all requirements and specifications of the RFP. Followed the response format and content, was clear and easily understood. Provided Term’s and Condition’s, if applicable. PPW Section 8.0 and 4.5 of RFP. 5 TOTAL 100 473 Pricing Structure Building Reports: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. Carbyne 911: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. Central Square: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. Deccan International: Proposer provided a fixed pricing structure. See Price List Attachment in the resulting Master Price Agreement. Emergency Reporting: Proposer provided a fixed pricing structure. See Price List Attachment in the resulting Master Price Agreement. Geocomm: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. Gtechna: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. Informer Systems: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. Openlattice: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. Optimum Technology: Proposer provided a fixed pricing structure. See Price List Attachment in the resulting Master Price Agreement. Priority 5 Holding: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. US Digital Design: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. Zoll: Proposer provided a discount off list price. See Price List Attachment in the resulting Master Price Agreement. 474 Additional Information National Purchasing Partners Bruce Busch, Senior VP 1100 Olive Way bruce.busch@mynpp.com Suite #1020 (206) 515-5439 Seattle, WA 98101 www.nppgovernment.com 475 476 477 478 479 480 481 Sixth Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Amend Attachment A in its Entirety This Amendment to the Master Price Agreement is entered into this 29 th day of January 2025 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and HONEYWELL INTERNATIONAL, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about June 10, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about November 9, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Third Amendment to the Master Price Agreement on or about February 20, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fourth Amendment to the Master Price Agreement on or about November 9, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fifth Amendment to the Master Price Agreement on or about May 14, 2024, and by this reference incorporated herein; and WHEREAS, Vendor desires to amend the price list on Attachment A in its entirety to reflect current pricing ; and WHEREAS, Vendor has provided notice, on or about January 24, 2025, to amend the price list on Attachment A in its entirety; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the new price list on Attachment A. NOW, THEREFORE, Purchaser and Vendor enter into the following: Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 482527 2 AMENDMENT TO MASTER PRICE AGREEMENT 1. Updated Price List. Attachment A to the Master Price Agreement shall be amended in its entirety to reflect the following price list: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES DISPATCH SYSTEM COMPONENTS, LICENSES, SERVICES & LABOR Any Related Shipping/Tax Not Assumed Nor Included. ANY NEW PRODUCTS DEVELOPED DURING THE TERM OF THE CONTRACT WILL BE OFFERED TO MEMBERS OF NPPGOV AT 10% OF USDD LIST PRICE Effective January 1, 2025 DISPATCH SYSTEM INTERFACES List Price Discount Member Price Radio Console/System Interface (Requires owner- furnished, dedicated console) RSI-P $ 13,650.00 10% $ 12,285.00 Radio System Interface (Full Console Interface) – To L3Harris SYMPHONY (Requires Applications Server (DA2) and owner-furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-SYMB $ 13,650.00 10% $ 12,285.00 Radio System Interface (Full Console Interface) – To Motorola MCC7500 (Requires owner- furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-MCC7 $ 13,650.00 10% $ 12,285.00 CAD Interface – TBD (USDD-side Only – Customer responsibility to discuss CAD-side costs (if any) with their vendor) CADI-U $ 14,677.50 10% $ 13,209.75 CAD Interface - TBD (CAD provider-Side Only - Customer responsibility to discuss CAD -side costs (if any) with their vendor) CADI-P TBD 10% TBD BACKUP CAD Interface - TBD (USDD-side Only - Customer responsibility to discuss CAD-side costs (if any) with their vendor) CADI-B $ 7,338.75 10% $ 6,604.88 DISPATCH SYSTEM COMPONENTS List Price Discount Member Price G2 Communications Gateway Pair (Hardware for CAD interface) 2@1RU each (2RU Total) G2-GW $ 12,510.00 10% $13,510.80 G2 Gateway Audio Radio Interface (GaRi) - Kitted with Rack-Mount Adapter Plate GARI-2 $ 3,662.75 10% $ 3,296.48 G2 TV REMOTE Module, For Dispatch-Level Information (TV & Electrical Outlet by Others) TV-R $ 1,121.50 10% $ 1,009.35 G2 Light Tower Interface LTI $ 675.00 10% $ 607.50 Consolette Motorola Interface Cable GARI2-008R $ 300.00 10% $ 270.00 Motorola APX XTL, Cable Active Low GARI-2009R $ 300.00 10% $ 270.00 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 483528 3 Dual Motorola APX Consolette I/O Adapter GARI-2-010R $ 300.00 10% $ 270.00 Motorola Busy High Converter USDD-A0012 $ 300.00 10% $ 270.00 DISPATCH SYSTEM SERVICES List Price Discount Member Price G2 Communications Gateway - VMWare Virtual (software controller with Install Assistance) G2-VM $ 10,008.00 10% $ 9,007.20 Gateway Configuration & Modifidations GW-CM $ 373.75 10% $ 336.38 Gateway Installation / On -Site BY USDD (with Member coordinated assitance by authorized customer CAD, Radio IT personnel) GW-I-O $ 2,200.00 10% $ 1,980.00 Gateway Installation / BY CUSTOMER (with REMOTE ASSISTANCE BY USDD PERSONNEL GW-I-C $ 431.25 10% $ 388.13 Gateway Start-Up / On-Site BY USDD (with Member coordinated assistance by authorized customer CAD, Radio & IT personnel) GW-SU -O $ 6,813.75 10% $ 6,132.38 Gateway Start-Up / BY USDD (Remotely completed with Member coodinaed assistance by authorized customer CAD, Radio & IT Personnel GW-SU -R removed removed removed Gateway Project Management GW-PM $ 3,695.50 10% $ 3,316.95 Training - System Administrator / Dispatch Supervisor - On -Site (4 Hours) TRA-DIS-O $ 5,008.75 10% $ 4,507.88 Training - System Administrator / Dispatch Supervisor - Remote Refresh (4 Hours) TRA-DIS-R $ 1,523.75 10% $ 1,371.38 Training - Station-Level Configuration and Equipment Usage - On-Site (4 Hours) TRA-STA-O $ 5,008.75 10% $ 4,507.88 Training - Station-Level Configuration and Equipment Usage - Remote Refresh (4 Hours) TRA-STA-R $ 1,523.75 10% $ 1,371.38 Training-Station-Level Configuration and Equipment Usage - Remote Refres (2 Hours) TRA-UT-R $ 650.00 10% $ 585.00 Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-O $ 7,043.75 10% $ 6,339.38 Training - Installation Contractor - At Arizona Training Center / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-AZ $ 3,593.75 10% $ 3,234.38 APP DEVICE LICENSES List Price Discount Member Price G2 MOBILE FSAS APP - Single Device License / Per Year Cost - x24 per ATX Station Controller included at no cost while under Warranty and elected support - per license cost if additional are needed. G2-APP-DLA $ 15.00 10% $ 13.50 USDD-Hosted Mapping - Included List Price Discount Member Price Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 484529 4 G2 FSA Mapping Server - Yearly Hosting Cost (Cloud/USDD Hosted) Using National Street Data we provide, As-Is (no customizations). Cost included while under warranty and elected support - cost shown if customer does not elect continuing support MAP-CLD $ 1,540.00 10% $ 1,386.00 MAPPING SYSTEM SERVICES - Customer Hosted List Price Discount Member Price G2 FSA Mapping Server (Hardware for mapping interface) 1@2RU ONLY NEED TO INCLUDE IF YOU DO NOT WISH USDD TO HOST. Would contain only your data / Accessible only to your system. MAP-CUS Removed Removed Removed System Configuration and Modification for Mapping MAP-CM $ 325.00 10% $ 292.50 Customer-Hosted Mapping Server Configuration and Start-up MAP-CSU-O $ 5,925.00 10% $ 5,332.50 Mapping Gateway Project Management MAP-PM $ 415.00 10% $ 373.50 Training - Mapping Service - On -Site (4 Hours) MAP-TRN-O $ 4,425.00 10% $ 3,982.50 Training - Mapping Services - At Arizona Training Center MAP-TRN-AZ $ 1,550.00 10% $ 1,395.00 Training - Mapping Services - Remote Refresh (4 Hours) MAP-TRN-R $ 1,325.00 10% $ 1,192.50 Misc Option 1 MISC CHARGE $- 10% $ - STATION SYSTEM COMPONENTS, LICENSES, SERVICES AND LABOR Any Related Shipping/Tax Not Assumd Nor Included. ANY NEW PRODUCTS DEVELPED DURING THE TERM OF THE CONTRACT WILL BE OFFERED TO THE CITY AT 10% OFF OF USDD LIST PRICE RETROFIT COMPONENTS (Integration into Legacy Systems and Legacy Conversion) List Price Discount Member Price Mixer - G2 Power, Audio & Ethernet (24 devices) - Version 2 MIXR-IP $ 2,099.00 10% $ 1,889.10 Power Supply, Phoenix G2 System , 48 Vdc, 1200 VA plus 12 Vdc output for Station Radio G2-PWR $ 2,472.50 10% $ 2,225.25 Ethernet Switch, Rack Mount, 26-port Gigabit Smart Switch G2-LAN $ 632.50 10% $ 569.25 UPS - Rack Mount (1500VA) (Each ATX Needs x1/ Each Mixer Needs x1) UPS-RM $ 1,322.50 10% $ 1,190.25 CONTROL MODULE for 70V AUDIO Systems. Includes (1) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (4) audio circuits. IOR-4-70V $ 1,850.00 10% $ 1,665.00 CONTROL MODULE for 70V AUDIO Systems. Includes (2) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (8) audio circuits. IOR-8-70V $ 3,650.00 10% $ 3,285.00 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 485530 5 SPECIAL SYSTEM COMPONENTS & PRODUCTS (for replacement of damaged original parts/Critical Updates Only) 90-Day Warranty List Price Discount Member Price ATX Mother Board – Replacement for Damaged or EOL Original USDD-0103E $ 8,250.00 10% $ 7,425.00 G2 Station Controller Software Upgrade – to ATX Station Controller G2-SCSU $ 10,800.00 10% $ 9,720.00 ATX Network Switch (non-PoE) – 16-Port 10/100 – Replacement for Damaged or EOL Original Only ATX-LAN $ 365.00 10% $ 328.50 ATX Touch Panel Computer - replacement for Damaged of EOL Original (ships with new door assembly) ATX-TPC $ 7,906.50 10% $ 7,115.85 PoE Injector - Provides local 48vdc power to specific USDD G2 FSA System peripheral components G2-POE $ 448.50 10% $ 403.65 Station System Licenses List Price Discount Member Price G2 VOICEALERT - Single Station License G2-VA $ 1,433.25 10% $ 1,289.93 STATION SYSTEM CONTROLLER List Price Discount Member Price G2 ATX STATION CONTROLLER – Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $23,272.50 10% $ 20,945.25 G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. ATX-Lite $15,274.88 10% $ 13,747.39 G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite ATX-Upgrade $9,990.00 10% $ 8,991.00 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. ATX-EXP $7,838.00 10% $ 7,054.20 Timer (GPS) - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System TMR-GPS $ 52.53 10% $ 47.28 Rack Mount Ears for ATX or EXP ATX-E $ 76.22 10% $ 68.60 Base Plate for ATX or EXP ATX-P $ 76.22 10% $ 68.60 ATX UPS, Standard UPS-STD $ 1,017.64 10% $ 915.88 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 77.25 10% $ 69.53 STATION SYSTEM PERIPHERAL COMPONENTS List Price Discount Member Price Audio Amplifier, External, Standard AMP-70V $ 1,226.34 10% $ 1,103.71 Shelf, Under Table or Wall Mount, for 1U ½ Rack AMP-S $ 91.20 10% $ 82.08 G2 COLOR INDICATOR REMOTE Module – Up to 8 unique colors CIR $ 1,043.90 10% $ 939.51 G2 COLOR INDICATOR REMOTE BACK BOX CIR-SMB $ 165.10 10% $ 148.59 G2 TV REMOTE Module – For Station-Level Information (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR-R $ 1,121.50 10% $ 1,009.35 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 486531 6 Flat Panel Monitor / Smart HDTV 40-43” (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FPM-S $ 1,265.00 10% $ 1,138.50 Flat Panel/TV Mount – Universal 23”-46” Tilt FPM-U $ 138.00 10% $ 124.20 G2 I/O REMOTE Module w/ 8 In & 8 Out IOR $ 1,581.50 10% $ 1,423.35 Push Button, Standard (Black) PB-B $ 126.50 10% $ 113.85 Push Button, Emergency (Red) PB-R $ 126.50 10% $ 113.85 G2 MESSAGE REMOTE 2 Module MR-2 $ 1,753.75 10% $ 1,578.38 NEW PRODUCT COMING SOON G2 LCD MESSAGE SIGN / 28" Active Screen width / Configurable display USDD-LCD- SIGN $ 3,000.00 10% $ 2,700.00 G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12” Active Screen Width / Turn Out Timing ONLY MS-G-M $ 1,258.13 10% $ 1,132.32 G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24” Active Screen Width MS-G-S $ 1,575.00 10% $ 1,417.50 G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36” Active Screen Width MS-G-E $ 2,351.56 10% $ 2,116.40 MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS-G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-S $ 63.50 10% $ 57.15 MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS-G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-D $ 75.00 10% $ 67.50 MS-G Hanger Kit. Hangs single or double (back-to- back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. MS-HK $ 87.60 10% $ 78.84 MS Mount – Articulating, Long reach MS-MNT $ 390.00 10% $ 351.00 G2 ROOM REMOTE 2 Module / 2017 version 2 RR-2 $ 2,275.35 10% $ 2,047.82 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 86.50 10% $ 77.85 RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) ¾” conduit knock-outs. RR2-SMB $ 201.25 10% $ 181.13 G2 LOCAL ALERTING REMOTE Module – Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level system is not available. Requires ATX PoE or PoE Injector. LAR $ 2,329.00 10% $ 2,096.10 POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components G2-POE $ 448.50 10% $ 403.65 G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. RUI $ 2,167.00 10% $ 1,950.30 G2 SPEAKER – LED Illuminated – FLUSH Mount, 70v SPK-LED-FM $ 374.00 10% $ 336.60 G2 SPEAKER – LED Illuminated – SURFACE Mount (Metal Box), 70v SPK-LED-SM $ 374.00 10% $ 336.60 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 487532 7 G2 SPEAKER – OmniAlertStrobe - OmniMemberional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light Arrays – includes Cable Hanging Kit (typically requires MR2 for power/signal/control) SPK-OAS $ 1,575.00 10% $ 1,417.50 SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting Memberly onto an exposed (1/8-14”) I-Beam SPK-OAS-BFC $ 23.00 10% $ 20.70 SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting Memberly to T- Bar in Suspended Ceiling SPK-OAS-DCB $ 63.50 10% $ 57.15 SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT – for mounting Memberly to hard ceiling SPK-OAS-SMB $ 63.50 10% $ 57.15 SPEAKER – STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 132.30 10% $ 119.07 SPEAKER – STANDARD, SURFACE Mount (Metal Box), 70v SPK-STD-SM $ 132.30 10% $ 119.07 SPEAKER – APP BAY/OUTDOOR – Weatherized, Surface Mount, 70v SPK-W-SM $ 373.75 10% $ 336.38 G2 Strobe Light / Red LED STR-2 $ 661.50 10% $ 595.35 Transformer, 8ohm to 70V, External XFMR $ 74.20 10% $ 66.78 VIDEO DOOR STATION – Doorbell & Camera that ties into G2 FSAS (HDTV Remote) – Includes Power Injector VDS $ 2,040.00 10% $ 1,836.00 Station System Services Station Installation (Cost determined by Quote from G2 Certified Installer based on final approved station design - USDD includes a 30% markup to installers quote) ST-INST TBD 10% TBD Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST TBD 10% TBD Station Configuration & Start-Up ST-SU TBD 10% TBD Station Project Management ST-PM TBD 10% TBD Station Engineering / Design Services ST-ES TBD 10% TBD Station Documentation ST-DM TBD 10% TBD Station Services Costs are determined depending upon the complexity of the System ordered Flex Alert Flex Alert Device - Requires USDD-FLEX-APP annual recurring subscription USDD-FLEX $ 277.78 10% $ 250.00 Flex Alert Annual Recurring Subscription - Requires USDD-FLEX ALERT device to receive alerts USDD-FLEX- APP $ 66.67 10% $ 60.00 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 488533 8 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: HONEYWELL INTERNATIONAL, INC. _______________________________ Date _________________________ BY: ITS: Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 Andrew Blate January 30, 2025 | 11:17 AM PST VP/GM Americas Executive Director Patricia M. Mulvihill January 30, 2025 | 11:17 AM PST 489534 Certificate Of Completion Envelope Id: E83C3908-515D-4E5C-AECB-C788D10B4714 Status: Completed Subject: Complete with Docusign: Amendment 6 MPA 2020 HONEYWELL FINAL.pdf Source Envelope: Document Pages: 8 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Marshall Stiles AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 17930 International Boulevard Suite 900 SeaTac, WA 98188 marshall.stiles@mynpp.com IP Address: 174.165.10.44 Record Tracking Status: Original 1/29/2025 1:03:01 PM Holder: Marshall Stiles marshall.stiles@mynpp.com Location: DocuSign Signer Events Signature Timestamp Andrew Blate andrew.blate@honeywell.com VP/GM Americas Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 104.129.206.202 Sent: 1/29/2025 4:11:40 PM Viewed: 1/30/2025 11:16:58 AM Signed: 1/30/2025 11:17:08 AM Electronic Record and Signature Disclosure: Accepted: 1/30/2025 11:16:58 AM ID: 45d8bdd5-33cb-4e76-841a-77e0f83c634f Patricia M. Mulvihill pmulvihill@orcities.org Executive Director Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 68.38.235.176 Sent: 1/30/2025 11:17:10 AM Viewed: 1/30/2025 11:17:40 AM Signed: 1/30/2025 11:17:52 AM Electronic Record and Signature Disclosure: Accepted: 1/30/2025 11:17:40 AM ID: 9c640fed-8666-4b22-8c9c-c49c5a5f346f In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Maribeth Kascht maribeth.kascht@honeywell.com Security Level: Email, Account Authentication (None) Sent: 1/29/2025 1:05:14 PM Resent: 1/29/2025 4:11:39 PM Viewed: 1/29/2025 4:12:53 PM Electronic Record and Signature Disclosure: Accepted: 1/29/2025 3:09:16 PM ID: a78f4466-832c-4c4a-9764-888eb3f3e53a 490535 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 1/29/2025 1:05:14 PM Envelope Updated Security Checked 1/29/2025 4:11:39 PM Envelope Updated Security Checked 1/29/2025 4:11:39 PM Envelope Updated Security Checked 1/29/2025 4:11:39 PM Envelope Updated Security Checked 1/29/2025 4:11:39 PM Certified Delivered Security Checked 1/30/2025 11:17:40 AM Signing Complete Security Checked 1/30/2025 11:17:52 AM Completed Security Checked 1/30/2025 11:17:52 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure 491536 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, National Purchasing Partners (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 12/29/2020 5:54:29 AM Parties agreed to: Andrew Blate, Patricia M. Mulvihill, Maribeth Kascht 492537 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact National Purchasing Partners: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: marshall.stiles@mynpp.com To advise National Purchasing Partners of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at bruce.busch@mynpp.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from National Purchasing Partners To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with National Purchasing Partners To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: 493538 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: You can access and read this Electronic Record and Signature Disclosure; and You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and Until or unless you notify National Purchasing Partners as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by National Purchasing Partners during the course of your relationship with National Purchasing Partners. 494539 City of Boynton Beach Agenda Item Request Form 10.A Regular Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Proposed Resolution No. R25-094- Approve naming the entry road to Boynton Beach High School as "Lamar Jackson Way" in honor of Boynton Beach High School Alumnus Lamar Jackson for his outstanding athletic achievements and contributions to the community. Requested Action: Staff recommends approval of Proposed Resolution No. R25-094. Explanation of Request: Lamar Jackson, a Boynton Beach High School graduate, has distinguished himself as one of the most successful athletes to emerge from our community. Since graduating, Jackson has achieved remarkable success, including winning the Heisman Trophy while at the University of Louisville and being named the National Football League's Most Valuable Player twice during his professional career with the Baltimore Ravens. This proposal seeks to honor Mr. Jackson's achievements by naming the entry road to Boynton Beach High School as "Lamar Jackson Way." The naming would recognize his significant accomplishments while also inspiring current and future students of Boynton Beach High School. In accordance with Section 2-22 of the City Code regarding the Policy for Naming City Facilities, this request meets multiple criteria for consideration: It honors a person of cultural significance to the community It recognizes an individual particularly identified with the facility (as an alumni) It reinforces community values and character of the area The City Manager authorized the formation of the advisory committee as required by Section 2-22(e) of the City Code. The committee has reviewed the proposal and finds it meets all criteria outlined in the Policy for Naming City Facilities. Public input has been received through the advisory committee process, and the committee recommends approval of this naming resolution. 495 How will this affect city programs or services? The proposed naming will enhance community pride and provide a positive example for Boynton Beach youth. It aligns with the City's roadway and streets naming policy in the City's Code of Ordinances. Budgeted Item: Yes Account Line Item and Description: Funds are available in the Public Works Beautification and Streets Division budget. Fiscal Impact: Minimal fiscal impact is anticipated. Costs will be limited to: 1. Production and installation of new street signage. 2. Administrative updates to city records and maps. 3. Possible ceremonial costs for a dedication event. Attachments: R25-094 Agenda_Item_2876-2025_Resolution_for_Lamar_Jackson_Way (1).docx 10A. LJ Street Renaming.pptx Street Name Change Memo 3-31.doc 496 RESOLUTION NO. R25-0941 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING NAMING THE ENTRY ROAD TO 4 BOYNTON BEACH HIGH SCHOOL AS "LAMAR JACKSON WAY" IN 5 HONOR OF BOYNTON BEACH HIGH SCHOOL ALUMNUS LAMAR 6 JACKSON FOR HIS OUTSTANDING ATHLETIC ACHIEVEMENTS AND 7 CONTRIBUTIONS TO THE COMMUNITY; AND FOR ALL OTHER 8 PURPOSES. 9 10 WHEREAS, Lamar Jackson, a Boynton Beach High School graduate, has distinguished 11 himself as one of the most successful athletes to emerge from our community. Since graduating, 12 Jackson has achieved remarkable success, including winning the Heisman Trophy while at the 13 University of Louisville and being named the National Football League's Most Valuable Player 14 twice during his professional career with the Baltimore Ravens; and15 WHEREAS, this proposal seeks to honor Mr. Jackson's achievements by naming the entry 16 road to Boynton Beach High School as "Lamar Jackson Way." The naming would recognize his 17 significant accomplishments while also inspiring current and future students of Boynton Beach 18 High School; and19 WHEREAS, in accordance with Section 2-22 of the City Code regarding the Policy for 20 Naming City Facilities, this request meets multiple criteria for consideration:21 It honors a person of cultural significance to the community22 It recognizes an individual particularly identified with the facility (as an alumnus)23 It reinforces community values and character of the area; and24 WHEREAS, the City Manager authorized the formation of the advisory committee as 25 required by Section 2-22(e) of the City Code. The committee has reviewed the proposal and finds 26 it meets all criteria outlined in the Policy for Naming City Facilities. Public input has been received 27 through the advisory committee process, and the committee recommends approval of this 28 naming resolution; and29 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 30 best interests of the city's citizens and residents to approve naming the entry road to Boynton 31 Beach High School as "Lamar Jackson Way" in honor of Boynton Beach High School alumnus32 497 Lamar Jackson for his outstanding athletic achievements and contributions to the community.33 34 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 35 BEACH, FLORIDA, THAT:36 SECTION 1.The foregoing “Whereas” clauses are hereby ratified and confirmed as 37 being true and correct and are hereby made a specific part of this Resolution upon adoption.38 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 39 approve naming the entry road to Boynton Beach High School as “Lamar Jackson Way” in honor 40 of Boynton Beach High School alumni Lamar Jackson for his outstanding athletic achievements 41 and contributions to the community.42 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 43 authorizes the Mayor to execute any ancillary as may be necessary to accomplish the purpose of 44 this Resolution.45 SECTION 4.This Resolution shall take effect in accordance with law.46 47 48 49 50 [SIGNATURES ON THE FOLLOWING PAGE]51 52 498 PASSED AND ADOPTED this ______________ day of ______________________________ 2025.53 CITY OF BOYNTON BEACH, FLORIDA54 YES NO55 Mayor – Rebecca Shelton __________56 57 Vice Mayor – Woodrow L. Hay __________58 59 Commissioner – Angela Cruz __________60 61 Commissioner – Thomas Turkin __________62 63 Commissioner – Aimee Kelley __________64 65 VOTE ______66 ATTEST:67 68 ___________________________________________________________69 Maylee De Jesús, MPA, MMC Rebecca Shelton70 City Clerk Mayor71 72 APPROVED AS TO FORM:73 (Corporate Seal)74 75 _______________________________76 Shawna G. Lamb77 City Attorney78 499 ‘Lamar Jackson’ Street Renaming Proposal Signage Recreation & ParksDepartment 500 Signage Examples Road Sign Speed Limit Sign 501 The City of Boynton Beach Recreation & Parks Department 100 E. Ocean Ave. P.O. Box 310 Boynton Beach, Florida 33425-0310 www.boynton-beach.org TO:Daniel Dugger, City Manager FROM:Advisory Committee for Facility Naming DATE:March 31, 2025 RE:Recommendation to Name Entry Road to Boynton Beach High School as "Lamar Jackson Way" The Advisory Committee for Facility Naming, as established under Section 2-22 of the City Code, has completed its review of the proposal to name the entry road to Boynton Beach High School as "Lamar Jackson Way" in honor of distinguished alumni Lamar Jackson. COMMITTEE RECOMMENDATION After thorough review and consideration of public input, the Advisory Committee unanimously recommends approval of naming the entry road to Boynton Beach High School as "Lamar Jackson Way." FINDINGS The Committee's recommendation is based on the following findings: 1.Criteria Satisfaction: The proposal meets multiple criteria established in Section 2-22(d) of the City Code: o It honors a person of cultural significance to the Boynton Beach community o It recognizes an individual particularly identified with the facility as a notable alumni o It reinforces positive community values by celebrating excellence and achievement 2.Distinguished Achievements: Lamar Jackson's accomplishments include: o Heisman Trophy winner (2016) o Two-time NFL Most Valuable Player (2019, 2023) o Multiple NFL Pro Bowl selections o Numerous NFL records for quarterback performance 502 3.Community Connection: Mr. Jackson maintains ties to the Boynton Beach community through charitable work and youth football camps, making him an appropriate honoree who continues to positively impact local youth. 4.Public Support: During our public input session held on March 8, 2025, the Committee received overwhelming support for this naming proposal: o Community members spoke in favor of the proposal o Recreation and Parks Advisory Board Members spoke on their support of the change at the 3/24/25 meeting o Representatives from Boynton Beach High School, including the principal and athletic director, endorsed the proposal 5.Compliance with City Standards: The proposed naming complies with the city's roadway and streets standards under Section 3 of the City Code, as verified by the Department of Public Works. IMPLEMENTATION CONSIDERATIONS The Committee recommends the following implementation steps: 1.Signage Design: Collaborate with the Public Works Department to design appropriate "Lamar Jackson Way" signage that is consistent with city standards while highlighting the significance of the naming. 2.Dedication Ceremony: Plan a formal dedication ceremony with Mr. Jackson's participation, if possible, to maximize community engagement and educational impact. 3.Educational Component: Work with Boynton Beach High School to develop a permanent educational display highlighting Mr. Jackson's achievements as inspiration for current and future students. 4.Address Coordination: Ensure proper coordination with emergency services and the U.S. Postal Service regarding the road name change. The Committee believes this naming will serve as a source of community pride and inspiration for generations of Boynton Beach residents, particularly students at Boynton Beach High School. Respectfully submitted, Fabien Desrouleaux Chair, Advisory Committee for Facility Naming Committee Members: Dr. Moody Fuller Alexander Muzii Bill Tome Joe Evans Chris Malave Justin Johnson 503 City of Boynton Beach Agenda Item Request Form 10.B Regular Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Discussion on Animal Control position in Police Department. Requested Action: Requested by Commissioner Kelley. Attachments: 10B. BBPD_Animal Control Presentation.pptx 504 Animal ControlPresentation Joe DeGiulio Chief of Police 505 Historical Information • The City of Boynton Beach used to maintain their own animal shelter and had two (2) employees, closed in the late 90’s. • The Police Department reclassified the position to an Animal Cruelty Investigator (ACI) in the Police Support Services Division on October 1, 1999. • The ACI retired on April 30, 2024, after 30 years of employment. • May 1, 2024, the ACI was brought back as a temporary employee with the Police Department. • ACI position was not included in 24/25 budget, reclassified to a position responsible for recruiting/hiring/staffing and vacant position is now being reclassified to a Real Time Crime Center Analyst 506 BBPD’s Plan to Cover Animal Cruelty’s Responsibilities • Dedicate a full-time Public Safety Aide (PSA) to handle the manner and keeping issues, minor neglect violations, nuisance calls. PSA will be a certified animal care and control officer through FSS and authorized to issue civil citations. • Continue road patrols response to Calls for Service (CFS) for animal related calls. Historical data shows road patrol has handled 75% of animal related CFS • Continue providing training to Road Patrol, Public Safety Aides, Code Officers and training for Park Rangers in the future. (Cross-training) • Utilize county resources already in place for the 38 municipalities to assist with dog-bites, dangerous dogs, and other nuisance issues. • Dedicate Detectives to handle any cruelty case involving an investigation. • Identify officers on each platoon as the dedicated Animal Cruelty/Care and Control points of contact as an ancillary duty. (Force Multiplier) • Continue to use outside vendor, Extreme Pest Control, for dead animal calls. • Retired Animal Cruelty Investigator on contract for training and consulting. 507 BBPD’s Plan to Cover Animal Cruelty’s Responsibilities • The responsibilities of the Animal Cruelty Investigator have been dispersed throughout the PD and City to: • Police Department • Road Patrol-Responding to calls when the PSA is not available • Public Safety Aide-will have one PSA that will solely handle animal related tasks and be ACC certified • Special Victim’s Unit (for Criminal Investigations) • Community Standards-will be used as a resource for above officers • Palm Beach County Animal Care and Control-will be used as a resource for above officers • The Boynton Beach Police Department was the only municipal police department in Palm Beach County that had its own Animal Cruelty Investigator (Civilian Officer). • Other municipal police departments were surveyed and stated they utilize the county resources and have officers/detectives handle the criminal offenses. 508 Community Standards 14 calls received since October 1, 2024 10 calls received a response from Community Standards. 4 were unfounded or forwarded to Animal Care & Control. Police Department 190 Calls for Service (CFS) w/Response since October 1, 2024 – March 23, 2025. Total Calls – Officer Response: 190 Animal Call – 171 Animal Bite – 19 Total Reports Created – 45 Animal Call – 28 Animal Bite – 17 Charges Filed: 1 Conservation – Animals – Torment Deprive Mutilate Kill | 828.12(1) Case Number Reason for Call 24-2841 Complaint - Dog without a leash. 24-2561 Complaint – Pet without a leash. 25-188 Manner of keeping & county registration. 25-163 Requested information on leash law. 25-15 Dog kept in crate – animal w/o adequate shelter. 24-3204 Manner of keeping. 24-3216 Complaint – Loose dog. 24-3356 Leash Law. 24-3003 Manner of keeping. 24-2729 Manner of keeping. No case opened Possible cat hoarder. No case opened Dog killed dog. No case opened Complaint – Barking dog. No case opened Leash law. 509 BBPD Calls for Service January 8 2024 – March 23, 2025 Total Calls for Service: 872 Animal Call – 822 Animal Bite – 50 Total Reports Created: 190 Animal Call – 147 Animal Bite – 43 Total Calls – Officer Response: 872 Animal Call – 822 Animal Bite – 50 510 BBPD Animal Cruelty Charges January 8 2024 – March 23, 2025 Charges Filed Amount Conservation – Animals – Abandon/Confine WO Food Water Exercise | 828.13 1 Conservation – Animals – Abandonment of Animal | 828.13(3)3 Conservation – Animals – Torment Deprive Mutilate Kill | 828.12(1)3 Conservation – Animals – Torture Inflict Pain Serious Physical Inj Death | 828.12(2)1 Grand Total 8 *Since 2020, the BBPD averages 7 filed criminal cases and responds to on average 600 CFS per year 511 512 513 City of Boynton Beach Agenda Item Request Form 10.C Regular Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Discussion regarding taking a Legislative Summer Break. Requested Action: Requested by Commissioner Kelley. Explanation of Request: NA How will this affect city programs or services? NA Account Line Item and Description: NA Fiscal Impact: There is no fiscal impact to the budget for this item. 514 City of Boynton Beach Agenda Item Request Form 10.D Regular Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Discussion on residency requirements to hold elected office. Requested Action: Requested by Commissioner Turkin. Attachments: Residency_Requirements_Presentation.pptx 515 CANDIDATERESIDENCYREQUIREMENTS 516 Article 1, Section 3: (a) In order to qualify for the office of Mayor, a candidate must be a qualified elector of the City of Boynton Beach and have resided within the City for a period of not less than one (1) year prior to filing for office, and who shall have attained the age of twenty-one (21) years on or before the date the candidate files and qualifies for office. . . . (b) There shall be a City Commission of four (4) members elected from each of the four (4) election districts within the City and a Mayor who is elected by a city-wide vote. Each City Commissioner and each candidate for City Commissioner shall reside in the election district from which he or she is (to be) elected at the time of the election. A candidate for a Commission district seat must reside, for a period of not less than one (1) year prior to filing for election, in the district from which the candidate seeks election. . . . (c)Qualifications for City Commissioners. Only qualified electors who have resided in the City of Boynton Beach for at least one (1) year immediately prior to the election and who shall have attained the age of twenty-one (21) years on or before the date the candidate files and qualifies as a candidate for office shall be eligible to hold the office of City Commissioner. 517 While the City Clerk is the Qualifying (Filing) Officer for our City, pursuant to section 99.061(7)(c), Florida Statutes, the filing officer performs only a ministerial function in reviewing qualifying papers. Therefore, the City Clerk may only review the qualifying papers to determine whether all items required have been properly filed and whether each item is complete on its face, but may not determine whether the contents of the qualifying papers are accurate. What is the role of the City Clerk in Verifying Forms? 518 In Florida, a candidate's proof of residency can typically be challenged through a few specific legal mechanisms: 1.Election Supervisors: County Supervisors of Elections have the primary responsibility for verifying candidate qualifications, including residency requirements. 2.Opposing Candidates: Another candidate for the same office can file a legal challenge regarding residency requirements. 3.Registered Voters: A registered voter in the district or jurisdiction where the election is taking place can also challenge a candidate's proof of residency through an official legal process. The challenge process usually involves filing a formal complaint with the appropriate election authorities or potentially initiating a legal proceeding in the local circuit court. The challenger must provide specific evidence that calls into question the candidate's stated residency. 519 Residency Requirements •Voter Registration •Candidate Affidavit •Proof of Residency for 1 year (silent as to how to verifies proof of residency) •21 years of age •Qualifying/Filing Fee - $25 •25 Petitions 520 Residency Requirements •Candidate Affidavit •Registered Voter Card •Proof of Residency-1 year required • Provide a true copy of: • Florida Voter’s Registration Card • Florida Drivers’ License • Florida ID Card • Provide a true copy of: • Deed • Property Tax Receipt • Homestead Exemption Documentation • Lease Agreement • Florida Vehicle Registration • Utility Bill •Qualifying Fee 521 Residency Requirements •CandidateAffidavit •Proofof Residency-1 year required •Providetwo or more of the following: •Florida Voter’s Registration Card •Florida Drivers’ License •Florida ID Card • Deed • Property Tax Receipt • Homestead Exemption Documentation • Lease Agreement • Utility Bill •QualifyingFee 522 Residency Requirements •Voter Registration •25 Petitions •Biography or Resume •Proof of Residency - 2 years required • A combination of the following: (i) lease agreement(s) covering the durational residency requirements; (ii) proof of home ownership within the City for at least two years prior to qualifying for the office; (iii) voter's registration; (iv) driver's license; (v) utility bills in the candidate's name for a period covering the durational residency requirements; (vi) copies of the candidates filed income tax returns using a City of Doral address. •Maintain actual legal residence for the duration of the term in the City •Qualifying Fee •Sign Bond - In accordance with the City Code of Ordinances, a bond of $500.00 shall be required from each election campaign. This bond shall be conditioned upon the removal of all political signs of that candidate or issue within seven calendar days of the election to which they relate. 523 Discussion and Questions 524 City of Boynton Beach Agenda Item Request Form 10.E Regular Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Discussion on waiver process to allow continued service on advisory boards. Requested Action: Requested by Commissioner Turkin. 525 City of Boynton Beach Agenda Item Request Form 10.F Regular Agenda 04/ 1/2025 Meeting Date: 04/ 1/2025 Request for a joint meeting with the Community Redevelopment Agency. Requested Action: Select date and time for a joint meeting of the Community Redevelopment Agency and the City. 526 Sixth Amendment to Master Price Agreement for Public Safety Software Solutions, Data Collection, Storage and Utilization Amend Attachment A in its Entirety This Amendment to the Master Price Agreement is entered into this 29 th day of January 2025 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and HONEYWELL INTERNATIONAL, INC. (“Vendor”) based upon the sales and/or service of Public Safety Software Solutions, Data Collection, Storage and Utilization. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20350 on or about June 2, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about June 10, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about November 9, 2022, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Third Amendment to the Master Price Agreement on or about February 20, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fourth Amendment to the Master Price Agreement on or about November 9, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fifth Amendment to the Master Price Agreement on or about May 14, 2024, and by this reference incorporated herein; and WHEREAS, Vendor desires to amend the price list on Attachment A in its entirety to reflect current pricing ; and WHEREAS, Vendor has provided notice, on or about January 24, 2025, to amend the price list on Attachment A in its entirety; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the new price list on Attachment A. NOW, THEREFORE, Purchaser and Vendor enter into the following: Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 482527 2 AMENDMENT TO MASTER PRICE AGREEMENT 1. Updated Price List. Attachment A to the Master Price Agreement shall be amended in its entirety to reflect the following price list: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES DISPATCH SYSTEM COMPONENTS, LICENSES, SERVICES & LABOR Any Related Shipping/Tax Not Assumed Nor Included. ANY NEW PRODUCTS DEVELOPED DURING THE TERM OF THE CONTRACT WILL BE OFFERED TO MEMBERS OF NPPGOV AT 10% OF USDD LIST PRICE Effective January 1, 2025 DISPATCH SYSTEM INTERFACES List Price Discount Member Price Radio Console/System Interface (Requires owner- furnished, dedicated console) RSI-P $ 13,650.00 10% $ 12,285.00 Radio System Interface (Full Console Interface) – To L3Harris SYMPHONY (Requires Applications Server (DA2) and owner-furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-SYMB $ 13,650.00 10% $ 12,285.00 Radio System Interface (Full Console Interface) – To Motorola MCC7500 (Requires owner- furnished, dedicated, console – specifically and solely tasked for Station Alerting) RSI-MCC7 $ 13,650.00 10% $ 12,285.00 CAD Interface – TBD (USDD-side Only – Customer responsibility to discuss CAD-side costs (if any) with their vendor) CADI-U $ 14,677.50 10% $ 13,209.75 CAD Interface - TBD (CAD provider-Side Only - Customer responsibility to discuss CAD -side costs (if any) with their vendor) CADI-P TBD 10% TBD BACKUP CAD Interface - TBD (USDD-side Only - Customer responsibility to discuss CAD-side costs (if any) with their vendor) CADI-B $ 7,338.75 10% $ 6,604.88 DISPATCH SYSTEM COMPONENTS List Price Discount Member Price G2 Communications Gateway Pair (Hardware for CAD interface) 2@1RU each (2RU Total) G2-GW $ 12,510.00 10% $13,510.80 G2 Gateway Audio Radio Interface (GaRi) - Kitted with Rack-Mount Adapter Plate GARI-2 $ 3,662.75 10% $ 3,296.48 G2 TV REMOTE Module, For Dispatch-Level Information (TV & Electrical Outlet by Others) TV-R $ 1,121.50 10% $ 1,009.35 G2 Light Tower Interface LTI $ 675.00 10% $ 607.50 Consolette Motorola Interface Cable GARI2-008R $ 300.00 10% $ 270.00 Motorola APX XTL, Cable Active Low GARI-2009R $ 300.00 10% $ 270.00 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 483528 3 Dual Motorola APX Consolette I/O Adapter GARI-2-010R $ 300.00 10% $ 270.00 Motorola Busy High Converter USDD-A0012 $ 300.00 10% $ 270.00 DISPATCH SYSTEM SERVICES List Price Discount Member Price G2 Communications Gateway - VMWare Virtual (software controller with Install Assistance) G2-VM $ 10,008.00 10% $ 9,007.20 Gateway Configuration & Modifidations GW-CM $ 373.75 10% $ 336.38 Gateway Installation / On -Site BY USDD (with Member coordinated assitance by authorized customer CAD, Radio IT personnel) GW-I-O $ 2,200.00 10% $ 1,980.00 Gateway Installation / BY CUSTOMER (with REMOTE ASSISTANCE BY USDD PERSONNEL GW-I-C $ 431.25 10% $ 388.13 Gateway Start-Up / On-Site BY USDD (with Member coordinated assistance by authorized customer CAD, Radio & IT personnel) GW-SU -O $ 6,813.75 10% $ 6,132.38 Gateway Start-Up / BY USDD (Remotely completed with Member coodinaed assistance by authorized customer CAD, Radio & IT Personnel GW-SU -R removed removed removed Gateway Project Management GW-PM $ 3,695.50 10% $ 3,316.95 Training - System Administrator / Dispatch Supervisor - On -Site (4 Hours) TRA-DIS-O $ 5,008.75 10% $ 4,507.88 Training - System Administrator / Dispatch Supervisor - Remote Refresh (4 Hours) TRA-DIS-R $ 1,523.75 10% $ 1,371.38 Training - Station-Level Configuration and Equipment Usage - On-Site (4 Hours) TRA-STA-O $ 5,008.75 10% $ 4,507.88 Training - Station-Level Configuration and Equipment Usage - Remote Refresh (4 Hours) TRA-STA-R $ 1,523.75 10% $ 1,371.38 Training-Station-Level Configuration and Equipment Usage - Remote Refres (2 Hours) TRA-UT-R $ 650.00 10% $ 585.00 Training - Installation Contractor - On-Site / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-O $ 7,043.75 10% $ 6,339.38 Training - Installation Contractor - At Arizona Training Center / USDD G2 Certification / 8 Hours (TBD - only needed if required to use non-certified contractor) TRA-IC-AZ $ 3,593.75 10% $ 3,234.38 APP DEVICE LICENSES List Price Discount Member Price G2 MOBILE FSAS APP - Single Device License / Per Year Cost - x24 per ATX Station Controller included at no cost while under Warranty and elected support - per license cost if additional are needed. G2-APP-DLA $ 15.00 10% $ 13.50 USDD-Hosted Mapping - Included List Price Discount Member Price Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 484529 4 G2 FSA Mapping Server - Yearly Hosting Cost (Cloud/USDD Hosted) Using National Street Data we provide, As-Is (no customizations). Cost included while under warranty and elected support - cost shown if customer does not elect continuing support MAP-CLD $ 1,540.00 10% $ 1,386.00 MAPPING SYSTEM SERVICES - Customer Hosted List Price Discount Member Price G2 FSA Mapping Server (Hardware for mapping interface) 1@2RU ONLY NEED TO INCLUDE IF YOU DO NOT WISH USDD TO HOST. Would contain only your data / Accessible only to your system. MAP-CUS Removed Removed Removed System Configuration and Modification for Mapping MAP-CM $ 325.00 10% $ 292.50 Customer-Hosted Mapping Server Configuration and Start-up MAP-CSU-O $ 5,925.00 10% $ 5,332.50 Mapping Gateway Project Management MAP-PM $ 415.00 10% $ 373.50 Training - Mapping Service - On -Site (4 Hours) MAP-TRN-O $ 4,425.00 10% $ 3,982.50 Training - Mapping Services - At Arizona Training Center MAP-TRN-AZ $ 1,550.00 10% $ 1,395.00 Training - Mapping Services - Remote Refresh (4 Hours) MAP-TRN-R $ 1,325.00 10% $ 1,192.50 Misc Option 1 MISC CHARGE $- 10% $ - STATION SYSTEM COMPONENTS, LICENSES, SERVICES AND LABOR Any Related Shipping/Tax Not Assumd Nor Included. ANY NEW PRODUCTS DEVELPED DURING THE TERM OF THE CONTRACT WILL BE OFFERED TO THE CITY AT 10% OFF OF USDD LIST PRICE RETROFIT COMPONENTS (Integration into Legacy Systems and Legacy Conversion) List Price Discount Member Price Mixer - G2 Power, Audio & Ethernet (24 devices) - Version 2 MIXR-IP $ 2,099.00 10% $ 1,889.10 Power Supply, Phoenix G2 System , 48 Vdc, 1200 VA plus 12 Vdc output for Station Radio G2-PWR $ 2,472.50 10% $ 2,225.25 Ethernet Switch, Rack Mount, 26-port Gigabit Smart Switch G2-LAN $ 632.50 10% $ 569.25 UPS - Rack Mount (1500VA) (Each ATX Needs x1/ Each Mixer Needs x1) UPS-RM $ 1,322.50 10% $ 1,190.25 CONTROL MODULE for 70V AUDIO Systems. Includes (1) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (4) audio circuits. IOR-4-70V $ 1,850.00 10% $ 1,665.00 CONTROL MODULE for 70V AUDIO Systems. Includes (2) P.O.E. I/O Remote Peripheral, 70v audio switching adapters and mounting system for (8) audio circuits. IOR-8-70V $ 3,650.00 10% $ 3,285.00 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 485530 5 SPECIAL SYSTEM COMPONENTS & PRODUCTS (for replacement of damaged original parts/Critical Updates Only) 90-Day Warranty List Price Discount Member Price ATX Mother Board – Replacement for Damaged or EOL Original USDD-0103E $ 8,250.00 10% $ 7,425.00 G2 Station Controller Software Upgrade – to ATX Station Controller G2-SCSU $ 10,800.00 10% $ 9,720.00 ATX Network Switch (non-PoE) – 16-Port 10/100 – Replacement for Damaged or EOL Original Only ATX-LAN $ 365.00 10% $ 328.50 ATX Touch Panel Computer - replacement for Damaged of EOL Original (ships with new door assembly) ATX-TPC $ 7,906.50 10% $ 7,115.85 PoE Injector - Provides local 48vdc power to specific USDD G2 FSA System peripheral components G2-POE $ 448.50 10% $ 403.65 Station System Licenses List Price Discount Member Price G2 VOICEALERT - Single Station License G2-VA $ 1,433.25 10% $ 1,289.93 STATION SYSTEM CONTROLLER List Price Discount Member Price G2 ATX STATION CONTROLLER – Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $23,272.50 10% $ 20,945.25 G2 ATX-Lite STATION CONTROLLER - Power/Signal/Control up to 2 peripheral Remote Options. 4 Unique Amps/Zones available. ATX-Lite $15,274.88 10% $ 13,747.39 G2 ATX-Upgrade STATION CONTROLLER - Software upgrade for ATX-Lite, adds 6 additional peripherals to ATX-Lite ATX-Upgrade $9,990.00 10% $ 8,991.00 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. ATX-EXP $7,838.00 10% $ 7,054.20 Timer (GPS) - Required for any ATX Station Controller not connected to any dispatch-level G2 FSA System TMR-GPS $ 52.53 10% $ 47.28 Rack Mount Ears for ATX or EXP ATX-E $ 76.22 10% $ 68.60 Base Plate for ATX or EXP ATX-P $ 76.22 10% $ 68.60 ATX UPS, Standard UPS-STD $ 1,017.64 10% $ 915.88 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 77.25 10% $ 69.53 STATION SYSTEM PERIPHERAL COMPONENTS List Price Discount Member Price Audio Amplifier, External, Standard AMP-70V $ 1,226.34 10% $ 1,103.71 Shelf, Under Table or Wall Mount, for 1U ½ Rack AMP-S $ 91.20 10% $ 82.08 G2 COLOR INDICATOR REMOTE Module – Up to 8 unique colors CIR $ 1,043.90 10% $ 939.51 G2 COLOR INDICATOR REMOTE BACK BOX CIR-SMB $ 165.10 10% $ 148.59 G2 TV REMOTE Module – For Station-Level Information (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR-R $ 1,121.50 10% $ 1,009.35 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 486531 6 Flat Panel Monitor / Smart HDTV 40-43” (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FPM-S $ 1,265.00 10% $ 1,138.50 Flat Panel/TV Mount – Universal 23”-46” Tilt FPM-U $ 138.00 10% $ 124.20 G2 I/O REMOTE Module w/ 8 In & 8 Out IOR $ 1,581.50 10% $ 1,423.35 Push Button, Standard (Black) PB-B $ 126.50 10% $ 113.85 Push Button, Emergency (Red) PB-R $ 126.50 10% $ 113.85 G2 MESSAGE REMOTE 2 Module MR-2 $ 1,753.75 10% $ 1,578.38 NEW PRODUCT COMING SOON G2 LCD MESSAGE SIGN / 28" Active Screen width / Configurable display USDD-LCD- SIGN $ 3,000.00 10% $ 2,700.00 G2 MESSAGE SIGN (Digital LED) MINI GammaSign / 12” Active Screen Width / Turn Out Timing ONLY MS-G-M $ 1,258.13 10% $ 1,132.32 G2 MESSAGE SIGN (Digital LED) STANDARD GammaSign / 24” Active Screen Width MS-G-S $ 1,575.00 10% $ 1,417.50 G2 MESSAGE SIGN (Digital LED) EXTENDED GammaSign / 36” Active Screen Width MS-G-E $ 2,351.56 10% $ 2,116.40 MS-G Adapter Plate, SINGLE. VESA 100, joins (1) MS-G-S (or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-S $ 63.50 10% $ 57.15 MS-G Adapter Plate, DOUBLE, VESA 100, joins (2) MS-G -S(or-E) to any standard mount with VESA 100 hole patterns (mount not included) MS-AP-D $ 75.00 10% $ 67.50 MS-G Hanger Kit. Hangs single or double (back-to- back) Message Signs (Gamma Version) from Ceiling. Includes both suspended ceiling T-Bar Scissor Clips and Hard-Pan Flange Mounts. MS-HK $ 87.60 10% $ 78.84 MS Mount – Articulating, Long reach MS-MNT $ 390.00 10% $ 351.00 G2 ROOM REMOTE 2 Module / 2017 version 2 RR-2 $ 2,275.35 10% $ 2,047.82 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 86.50 10% $ 77.85 RR2 Surface Mount Box, for SURFACE MOUNT (hard wall) installation. Three (3) ¾” conduit knock-outs. RR2-SMB $ 201.25 10% $ 181.13 G2 LOCAL ALERTING REMOTE Module – Gives ability to trigger the local G2 FSA System when a connection to a dispatch-level system is not available. Requires ATX PoE or PoE Injector. LAR $ 2,329.00 10% $ 2,096.10 POE INJECTOR – Provides local 48vdc power to specific USDD peripheral components G2-POE $ 448.50 10% $ 403.65 G2 REMOTE USER INTERFACE Module – Extends ATX’s TouchScreen User Interface into alternative area of same building. RUI $ 2,167.00 10% $ 1,950.30 G2 SPEAKER – LED Illuminated – FLUSH Mount, 70v SPK-LED-FM $ 374.00 10% $ 336.60 G2 SPEAKER – LED Illuminated – SURFACE Mount (Metal Box), 70v SPK-LED-SM $ 374.00 10% $ 336.60 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 487532 7 G2 SPEAKER – OmniAlertStrobe - OmniMemberional Alerting Speaker, optimized for high Vocal Intelligibility in large open indoor areas and with High-Intensity LED Strobe Light Arrays – includes Cable Hanging Kit (typically requires MR2 for power/signal/control) SPK-OAS $ 1,575.00 10% $ 1,417.50 SPK-OAS/OmniStrobe Mounting Bracket / BEAM FLANGE CLIP- for mounting Memberly onto an exposed (1/8-14”) I-Beam SPK-OAS-BFC $ 23.00 10% $ 20.70 SPK-OAS/OmniStrobe Mounting Bracket /DROP CEILING BRACKET- for mounting Memberly to T- Bar in Suspended Ceiling SPK-OAS-DCB $ 63.50 10% $ 57.15 SPK-OAS/OmniStrobe Mounting Bracket / SURFACE MOUNT – for mounting Memberly to hard ceiling SPK-OAS-SMB $ 63.50 10% $ 57.15 SPEAKER – STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 132.30 10% $ 119.07 SPEAKER – STANDARD, SURFACE Mount (Metal Box), 70v SPK-STD-SM $ 132.30 10% $ 119.07 SPEAKER – APP BAY/OUTDOOR – Weatherized, Surface Mount, 70v SPK-W-SM $ 373.75 10% $ 336.38 G2 Strobe Light / Red LED STR-2 $ 661.50 10% $ 595.35 Transformer, 8ohm to 70V, External XFMR $ 74.20 10% $ 66.78 VIDEO DOOR STATION – Doorbell & Camera that ties into G2 FSAS (HDTV Remote) – Includes Power Injector VDS $ 2,040.00 10% $ 1,836.00 Station System Services Station Installation (Cost determined by Quote from G2 Certified Installer based on final approved station design - USDD includes a 30% markup to installers quote) ST-INST TBD 10% TBD Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST TBD 10% TBD Station Configuration & Start-Up ST-SU TBD 10% TBD Station Project Management ST-PM TBD 10% TBD Station Engineering / Design Services ST-ES TBD 10% TBD Station Documentation ST-DM TBD 10% TBD Station Services Costs are determined depending upon the complexity of the System ordered Flex Alert Flex Alert Device - Requires USDD-FLEX-APP annual recurring subscription USDD-FLEX $ 277.78 10% $ 250.00 Flex Alert Annual Recurring Subscription - Requires USDD-FLEX ALERT device to receive alerts USDD-FLEX- APP $ 66.67 10% $ 60.00 Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 488533 8 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 2, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: HONEYWELL INTERNATIONAL, INC. _______________________________ Date _________________________ BY: ITS: Docusign Envelope ID: E83C3908-515D-4E5C-AECB-C788D10B4714 Andrew Blate January 30, 2025 | 11:17 AM PST VP/GM Americas Executive Director Patricia M. Mulvihill January 30, 2025 | 11:17 AM PST 489534 Certificate Of Completion Envelope Id: E83C3908-515D-4E5C-AECB-C788D10B4714 Status: Completed Subject: Complete with Docusign: Amendment 6 MPA 2020 HONEYWELL FINAL.pdf Source Envelope: Document Pages: 8 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Marshall Stiles AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 17930 International Boulevard Suite 900 SeaTac, WA 98188 marshall.stiles@mynpp.com IP Address: 174.165.10.44 Record Tracking Status: Original 1/29/2025 1:03:01 PM Holder: Marshall Stiles marshall.stiles@mynpp.com Location: DocuSign Signer Events Signature Timestamp Andrew Blate andrew.blate@honeywell.com VP/GM Americas Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 104.129.206.202 Sent: 1/29/2025 4:11:40 PM Viewed: 1/30/2025 11:16:58 AM Signed: 1/30/2025 11:17:08 AM Electronic Record and Signature Disclosure: Accepted: 1/30/2025 11:16:58 AM ID: 45d8bdd5-33cb-4e76-841a-77e0f83c634f Patricia M. Mulvihill pmulvihill@orcities.org Executive Director Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 68.38.235.176 Sent: 1/30/2025 11:17:10 AM Viewed: 1/30/2025 11:17:40 AM Signed: 1/30/2025 11:17:52 AM Electronic Record and Signature Disclosure: Accepted: 1/30/2025 11:17:40 AM ID: 9c640fed-8666-4b22-8c9c-c49c5a5f346f In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Maribeth Kascht maribeth.kascht@honeywell.com Security Level: Email, Account Authentication (None) Sent: 1/29/2025 1:05:14 PM Resent: 1/29/2025 4:11:39 PM Viewed: 1/29/2025 4:12:53 PM Electronic Record and Signature Disclosure: Accepted: 1/29/2025 3:09:16 PM ID: a78f4466-832c-4c4a-9764-888eb3f3e53a 490535 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 1/29/2025 1:05:14 PM Envelope Updated Security Checked 1/29/2025 4:11:39 PM Envelope Updated Security Checked 1/29/2025 4:11:39 PM Envelope Updated Security Checked 1/29/2025 4:11:39 PM Envelope Updated Security Checked 1/29/2025 4:11:39 PM Certified Delivered Security Checked 1/30/2025 11:17:40 AM Signing Complete Security Checked 1/30/2025 11:17:52 AM Completed Security Checked 1/30/2025 11:17:52 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure 491536 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, National Purchasing Partners (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 12/29/2020 5:54:29 AM Parties agreed to: Andrew Blate, Patricia M. Mulvihill, Maribeth Kascht 492537 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact National Purchasing Partners: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: marshall.stiles@mynpp.com To advise National Purchasing Partners of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at bruce.busch@mynpp.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from National Purchasing Partners To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with National Purchasing Partners To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: 493538 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to marshall.stiles@mynpp.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: You can access and read this Electronic Record and Signature Disclosure; and You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and Until or unless you notify National Purchasing Partners as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by National Purchasing Partners during the course of your relationship with National Purchasing Partners. 494539 Flock Safety March 6, 2025 Jake Downs Account Executive (585)414-6554 jake.downs@flocksafety.com 1170 Howell Mill Road NW Ste. 210 Atlanta, GA 30318 Re: Flock Safety Unmanned Aerial Systems Compliance All quadcopters currently being designed by Flock Safety will fully comply with Florida rule: 60GG-2.0075 “Unmanned Aerial Systems (UAS) Minimum Security Requirements”. The rule outlines tiers of drones (1,2, and 3) and the security requirements associated with each tier. For the Flock Aerodome DFR system the drones are classified as tier 3 as they collect and transmit data. For tier 3 aircraft rule 60GG-2.0075 outlines “critical components" that can not be manufactured in a covered country of concern, these include: flight controllers, radios, data transmission devices, cameras, gimbals, ground control systems, operating software, network connectivity, and data storage. All of these components/subsystems in Flock Aerodome-designed aircraft will either be built directly by Flock and our contract manufacturing partners or sourced from outside of foreign countries of concern. Thank you, Jake Downs Docusign Envelope ID: C188897E-773E-4995-8A4A-02809B88238D 239540 ADDENDUM ADDITIONAL TERMS The terms of this Addendum govern and control your Agreement with the City of Boynton Beach. If there is any conflict between the Agreement and this Addendum, this Addendum shall control. PUBLIC RECORDS. The City is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: A.Keep and maintain public records required by the City to perform the service; B.Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Fla. Stat. or as otherwise provided by law; C.Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and D.Upon completion of the contract, Contractor shall transfer to the City, at no cost to the City, all public records in Contractor’s possession All records stored electronically by Contractor must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. E.IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK 100 E. OCEAN AVE. BOYNTON BEACH, FL, 33435 561-742-6060 CITYCLERK@BBFL.US CONFIDENTIALITY. If the Agreement contains any confidentiality obligations, any such provisions are subject to Chapter 119, Florida Statutes mandates. The Agreement and any information provided by Contractor to the City may fall within the disclosure requirements of Chapter 119, Fla. Stat. The Contractor must clearly label and mark each page or section of any tangible documents (excluding internet-based Confidential Information) provided to the City in connection with the Agreement that it considers proprietary information or otherwise confidential or exempt from Chapter 119, Fla. Stat. If the City receives a public records request regarding the Contractor’s Confidential Information, it will notify the Contractor in writing or electronically. If the Contractor continues to assert in good faith that the information is confidential or exempt from disclosure pursuant to Chapter 119, Fla Stat., then the Contractor shall be solely responsible for defending its position or seeking a judicial declaration. Nothing in this Agreement shall create an obligation or duty for the City to defend or justify the Contractor’s position. Contractor shall indemnify and hold harmless the City for any award, damages, fines, fees, penalties, or impositions of whatsoever nature or kind and all costs and fees, including attorney’s fees incurred by the City in connection with this section. Any requirements in the Agreement that require the City to destroy Confidential Information upon termination of the Agreement are hereby deemed null and void. DISCRIMINATORY VENDOR AND SCRUTINIZED COMPANIES LISTS; COUNTRIES OF CONCERN. Contractor represents that it has not been placed on the “discriminatory vendor list” as provided in Section 287.134, Florida Statutes, and that it is not a “scrutinized company” pursuant to Sections 215.473 or 215.4725, Florida Statutes. Contractor represents and certifies that it is not, and for the duration of the Term, will not be, ineligible to contract with City on any of the grounds stated in Section 287.135, Florida Statutes. Contractor represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. VERIFICATION OF EMPLOYMENT ELIGIBILITY. Contractor represents that Contractor and each subcontractor have registered with and use the E-Verify system maintained by the United States Department of Homeland Security Docusign Envelope ID: E8BF03A4-5690-4EAD-AC26-D16C6AEA6A14 201541 to verify the work authorization status of all newly hired employees in compliance with the requirements of Section 448.095, Florida Statutes, and that entry into this Agreement will not violate that statute. If Contractor violates this section, City may immediately terminate this Agreement for cause, and Contractor shall be liable for all costs incurred by City due to the termination. PUBLIC ENTITY CRIMES ACT. Contractor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. Contractor further represents that there has been no determination that it committed a “public entity crime” as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether Contractor has been placed on the convicted vendor list. ENTITIES OF FOREIGN CONCERN. This section shall apply if Contractor or any subcontractor will have access to an individual’s personal identifying information under this Agreement. Accordingly, Contractor represents and certifies: (i) Contractor is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in Contractor; and (iii) Contractor is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the Effective Date or the date that Contractor or its subcontractor will have access to personal identifying information under this Agreement, Contractor and any subcontractor that will have access to personal identifying information shall submit to City executed affidavit(s) under penalty of perjury, in a form approved by City attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements of a proper invoice. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of the Agreement, Contractor shall provide City with an affidavit attesting that the Contractor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. INVOICES AND PAYMENT. Payments of any fees due to the Contractor for services shall be conditioned on receipt of a proper invoice. Payment will be made in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. VENUE, WAIVER OF JURY TRIAL. The exclusive venue for any lawsuit arising from, related to, or in connection with this Agreement shall be in the state courts of the Fifteenth Judicial Circuit in and for Palm Beach County, Florida. If any claim arising from, related to, or in connection with this Agreement must be litigated in federal court, the exclusive venue for any such lawsuit shall be in the United States District Court or United States Bankruptcy Court for the Southern District of Florida. EACH PARTY HEREBY EXPRESSLY WAIVES ANY RIGHTS IT MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO THIS AGREEMENT. INDEMNIFICATION. Contractor shall indemnify, hold harmless, and defend City and all of City’s current, past, and future officers, agents, and employees (collectively, “Indemnified Party”) from and against any and all causes of action, demands, claims, losses, liabilities, and expenditures of any kind, including attorneys’ fees, court costs, and expenses, including through the conclusion of any appellate proceedings, raised or asserted by any person or entity not a party to this Agreement, and caused or alleged to be caused, in whole or in part, by any breach of this Agreement by Contractor, or any intentional, reckless, or negligent act or omission of Contractor, its officers, employees, or agents, arising from, relating to, or in connection with this Agreement (collectively, a “Claim”). If any Claim is brought against an Indemnified Party, Contractor shall, upon written notice from City, defend each Indemnified Party with counsel satisfactory to City or, at City’s option, pay for an attorney selected by the City Attorney to defend the Indemnified Party. The obligations of this section shall survive the expiration or earlier termination of this Agreement. Any provision of the Agreement that requires the City to indemnify the Contractor or any third party is hereby deleted in its entirety. SOVEREIGN IMMUNITY. Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or under Section 768.28, Florida Statutes. By signing below, the Contractor agrees to the terms in this Addendum. By:_____________________________ Name:___________________________ Title:____________________________ Date:____________________________ Docusign Envelope ID: E8BF03A4-5690-4EAD-AC26-D16C6AEA6A14 3/13/2025 General Counsel Mark Smith 202542