Loading...
Agenda 05-04-21The City of Boynton Beach City Commission Agenda Tuesday, May 4, 2021, 5:30 PM GoToWebinar Online Meeting and City Hall Commission Chambers, 100 E. Ocean Avenue Boynton Beach City Commission Mayor Steven B. Grant (At Large) Vice Mayor Ty Penserga (District IV) Commissioner Justin Katz (District 1) Commissioner Woodrow L. Hay (District 11) Commissioner Christina L. Romelus (District III) Lori LaVerriere, City Manager James Cherof, City Attorney Crystal Gibson, City Clerk *Mission* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. °a�1111rIN°„',mf www.boynton-beach.org Page 1 of 830 Welcome Thank you for attending the City Commission Meeting 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. Due to the COVI D-19 public health emergency and in accordance with Governor DeSantis's Emergency Orders, the City requests that all citizens follow the safe at home guidance provided by the State, the County, and the Federal Government. The City of Boynton Beach encourages interested parties to attend and participate in public meetings via communications media technology online. To view and/or participate in the City Commission meeting you have the following options: 1. Watch the meeting online, but not participate: You may watch the meeting via the GoToWebinar platform. Visit the City's website at www.boynton-beach.org to access the up-to-date link to the meeting. 2. Watch the meeting online and provide public comment prior to the meeting: You may watch the meeting as listed above and provide written comments by emailing citymanager@bbfl.us by Noon on May 4, 2021 or calling (561) 742-6006 and leaving a message on the public comment hotline. Messages left on the hotline will be transcribed. Please include your full name and the specific agenda item Page 2 of 830 number(s) for your comments. Comments received by the deadline will be read into the record. Please note that time limits will be enforced so written comments must be limited to no more than 3 minutes. 3. Watch the meeting online and provide public comment during the meeting: To request to speak during the meeting, you can electronically "raise your hand" or type a question using the GoToWebinar platform. The meeting moderator will announce when it is your turn to speak or have your question addressed. Please note that time limits will be enforced so comments must be limited to no more than 3 minutes. For additional information or for special assistance prior to the meeting, please contact Crystal Gibson, City Clerk, at cityclerk@bbfl.us or (561) 742-6061. Page 3 of 830 1. Openings A. Call to Order - Mayor Steven B. Grant Roll Call Invocation by Rabbi Dr. Solomon Rothstein, Police Chaplain Pledge of Allegiance to the Flag led by Commissioner Romelus Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption 2. Other A. Informational items by Members of the City Commission 3. Announcements, Community And Special Events And Presentations A. State Senator Lori Berman and State Representative Joe Casello to provide an update on the 2021 Florida Legislative Session. B. Announcement by Gary Dunmyer, Interim Director of Public Works & Engineering, that the Solid Waste Division will be having Tire Amnesty Week for City Residents from May 31St, 2021 - June 4th, 2021. C. Hurricane Season begins June 1St and the Solid Waste Division is urging residents to do their part by conducting tree trimming early in preparation for the Hurricane Season. D. Proclaim the month of May 2021 as Guardian Ad Litem, Speak Up for Kids and Foster Care Appreciation Month. Tonya Cajuste of Speak Up for Kids will accept the proclamation. E. Proclaim May 2021 as Mental Health and Trauma Informed Care Month. Gerda Klein of the Boynton Beach Mental Health Committee will accept the Proclamation. F. Proclaim May 2-8, 2021 as Municipal Clerks Week. Crystal Gibson, City Clerk of Boynton Beach, will accept the proclamation. G. Proclaim May 18, 2021 as Haitian Flag Day and proclaim the month of May 2021 as Haitian Heritage Month. Commissioner Christina Romelus will accept the proclamation. H. Proclaim the month of May 2021 as National Historic Preservation Month. Ms. Barbara Ready, Chair of the City's Historic Resources Preservation Board, will receive the proclamation. Proclaim May 14, 2021 as "No Place for Hate Day." Mr. Eric Ross, Senior Associate Regional Director of ADL Florida Region, will accept the proclamation. J. Proclaim May 8, 2021 as "John Lewis National Day of Action." Ms. V. Lynn Whitfield, Esq. of the Transformative J ustice Coalition/National Bar Association, will accept the proclamation. K. Mayor Steven B. Grant to announce the Greater Boynton Beach Sister Cities Young Authors & Artists 2021 Virtual Exhibit and Awards Ceremony. 4. Public Audience Individual 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) Page 4 of 830 5. Administrative A. Appointment of eligible members of the community to serve in vacant positions on City advisory boards. 6. Consent Agenda Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments A. Authorize utilizing the GSA contract GS-07F-173GA for the purchase of equipment and services for access control system replacement and upgrades from Broadcast Systems in the amount of $70,630.62. B. Approve the purchase of an Exagrid EX36-SEC encrypted backup storage appliance from Transource Services Corp in the amount of $58,718.31. C. Proposed Resolution No. R21-043 - Authorize the City Manager to sign Professional Services Agreement with Community Greening Corp., of Delray Beach, FL as a result of RFP No. 014- 2821-21/KP for Professional Community-based Tree Planting Program Services. D. Approve reduction of a surety (Letter of Credit No. 27021) by the amount of $135,505.26 from $157,005.26 to $21,500.00 and extend the length of the surety bond for one (1) year to warranty against defects in workmanship and material for the right-of-way improvements completed in association with the Ocean Breeze East project. E. Approve minutes from the City Commission meeting on April 6, 2021. 7. Consent Bids And Purchases Over $100,000 A. Award Task Order No. F-06-2021, Harvey Oyer Park installation of a precast privacy wall, part of Bid No. 028-2511-20/RW for Minor Construction Services and authorize the issuance of a Purchase Order to Anzco, Inc. of Boca Raton, FL as the lowest responsive, responsible bidder in the total amount of $137,000. B. Approve utilizing the Nation IPA Cooperative Contract No. R161101 with EZGO Division of Textron, Inc. for the lease and finance of Ninety (90) 2022 RXV Elite Golf Cars in the net amount of $409,906.80. 8. Public Hearina 6 p.m. or as soon thereafter as the agenda permits. The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. Proposed Ordinance No. 21-014 - Second Reading - Approve amendment to the Future Land Use Map (LUAR 21-003) for the Knuth Road property from Local Retail Commercial (LRC) to Mixed Use Low (MXL). City -initiated. Proposed Ordinance No. 21-015 - Second Reading - Approve Rezoning (LUAR 21-003) of the Knuth Road property from PCD, Planned Commercial Development to SMU, Suburban Mixed Use. City -initiated. 9. City Manager's Report - None 10. Unfinished Business - None 11. New Business Page 5 of 830 A. Review and select design of Pride intersection in Boynton Beach. 12. Legal A. Legal Expenses March 2021 - Information at the request of the City Commission. No action required. 13. Future Agenda Items A. ILA for Sara Sims Park Pavilion I mprovements - May 18, 2021 B. Hear presentation from City staff on Neighborhood Traffic Calming Program - June 2021 C. Approval of Lease Agreements for City Hall Innovation Space and Cafes Operators - June 2021 D. Present results of the multi -jurisdictional Climate Change Vulnerability Assessment — June 2021 E. Vice Mayor Penserga has requested the Commission explore ideas for new Economic Development incentive programs - June 2021 F. Discussion on funding for expanding W i-Fi to City parks. - Will be presented during Budget Workshops G. Vice Mayor Penserga requested a discussion regarding a City Mural Program - June 2021 H. Ordinance regarding automatic reversion back to previous zoning if a property is rezoned for planned development and then is not developed. - June 2021 1. Monuments on City Property - July 2021 J. Mayor Grant requested information on the water quality of canal systems within the City. - June 2021 K. Update from staff on Head Start lease options - July 2021 14. Adjournment 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. (ES. 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 Clerks office, (561) 742- 6060 or (TTY) 1-800-955-8771, at least 48 hours prior to the programor activity in order for the city to reasonably accommodate your request. Additional agenda iterns may be added subsequent to the publication of the agenda on the city's web site. Information regarding iterns added to the agenda after it is published on the city's web site can be obtained fromthe office of the City Clerk Page 6 of 830 11 City of Boynton Beach D Agenda Item Request Form Commission Meeting Date: 5/4/2021 Requested Action by Commission: Call to Order - Mayor Steven B. Grant Roll Call Invocation by Rabbi Dr. Solomon Rothstein, Police Chaplain Pledge of Allegiance to the Flag led by Commissioner Romelus Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: 1.A. Opening Items 5/4/2021 Page 7 of 830 Requested Action by Commission: Informational items by Members of the City Commission Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: 2.A. Other 5/4/2021 Page 8 of 830 Requested Action by Commission: State Senator Lori Berman and State Representative Joe Casello to provide an update on the 2021 Florida Legislative Session. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 9 of 830 iw Requested Action by Commission: Announcement by Gary Dunmyer, Interim Director of Public Works & Engineering, that the Solid Waste Division will be having Tire Amnesty Week for City Residents from May 31St, 2021 - June 4th, 2021. Explanation of Request: Tire Amnesty Week will be held during the week of May 31st - J une 4th, 2021. During that week residents may place up to eight (8) car and/or passenger tires (with or without rims) at the curb for pick up. Tires will be picked up on the scheduled bulk trash day for each neighborhood. Tires must be placed at the edge of the road at least three (3) feet away from your garbage cart and any other fixtures, such as telephone poles, mailboxes, etc. Keep tires and vegetation separated. If you have any questions you can contact the Solid Waste Division of Public Works at (561) 742- 6200, Monday -Friday, 7:30 a.m. to 4:30 p.m. There will be a 2nd tire amnesty week held during the week of November 1-5, 2021 if residents miss the June tire amnesty. How will this affect city programs or services? N/A Fiscal Impact: Budgeted Budgeted Alternatives: N/A Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? No Grant Amount: Attachments: Page 10 of 830 KUB Requested Action by Commission: Hurricane Season begins June 1St and the Solid Waste Division is urging residents to do their part by conducting tree trimming early in preparation for the Hurricane Season. Explanation of Request: Hurricane Season begins June 1St and the Solid Waste Division is urging residents to do their part by conducting tree trimming early in preparation for the Hurricane Season. As a reminder, 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 at the curb the day before their scheduled pick-up day. • Vegetation needs to be cut in 4 foot lengths and 4 inches in diameter. • The vegetation must be placed at the roadside leaving 3 feet around any obstructions, such 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 feet in diameter require a special pick up. If you have any questions you can contact the Solid Waste Division of Public Works at (561) 742-6200, Monday — Friday, 7:30 a.m. to 4:30 p.m. How will this affect city programs or services? N/A Fiscal Impact: Budgeted Budgeted Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? No Page 11 of 830 Grant Amount: Attachments: Page 12 of 830 Requested Action by Commission: Proclaim the month of May 2021 as Guardian Ad Litem, Speak Up for Kids and Foster Care Appreciation Month. Tonya Cajuste of Speak Up for Kids will accept the proclamation. Explanation of Request: The Guardian Ad Litem Program is a force of volunteers who advocate on behalf of children who have been abused, neglected, or abandoned by their caregivers. Speak Up for Kids of Palm Beach County is the exclusive 501(c)(3) fundraising arm for the Guardian ad Litem Program of Palm Beach County, funding wellness, normalcy, and therapeutic initiatives for children in care. Boynton Beach, the leadership of the Guardian Ad Litem Program and Speak Up for Kids is honored to join forces and collectively build awareness around and advocate for the best interests of our community's most vulnerable children. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description FlirtaaJa irna bola FlirtaaJa irna bola S: PE,a k Up 1:::::oir Kids Page 13 of 830 Proclamation WHEREAS, the Guardian Ad Litem Program is a force of volunteers who advocate on behalf of children who have been abused, neglected, or abandoned by their caregivers; and WHEREAS, Speak Up for Kids of Palm Beach County serves as exclusive nonprofit support funding wellness, normalcy, and therapeutic initiatives for children in care; and WHEREAS, in 1984 Palm Beach County adopted the program and began with 15 volunteers and currently has a corps of greater than 600 volunteers serving the nearly 1,600 children in care; and WHEREAS, in 2008 Speak Up for Kids of Palm Beach County was founded to fund gaps in needed services for child victims served by the Guardian ad Litem Program; and WHEREAS, to illustrate the magnitude of the financial benefit of the collaboration between the Guardian Ad Litem Program and Speak Up for Kids brings to Florida, the services donated by Guardians across the state save Florida over $ISM in salaries and mileage reimbursement costs. That is greater than $1M for Palm Beach County alone. The Guardian Ad Litem Program and Speak Up for Kids are making an impact in children's lives and the return on investment the program brings to the county is unparalleled; and WHEREAS, Boynton Beach is a dynamic, multicultural, and vibrant city counted as the third largest in Palm Beach County. The leadership of the Guardian Ad Litem Program and Speak Up for Kids, is honored to join forces and collectively build awareness around and advocate for the best interests of our community's most vulnerable; and WHEREAS, the Guardian Ad Litem Program and Speak Up for Kids are hereby recognized for their joint efforts and successes in standing united to ensure local children thrive. NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the month of May, Two Thousand Twenty -One as: GUARDIAN AD LITEM, SPEAK UP FOR KIDS AND FOSTER CARE APPRECIATION MONTH IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 4,h day of May, Two Thousand Twenty -One. Steven B. Grant, Mayor ATTEST: Crystal Gibson, MMC City Clerk Requested Action by Commission: Proclaim May 2021 as Mental Health and Trauma Informed Care Month. Gerda Klein of the Boynton Beach Mental Health Committee will accept the Proclamation. Explanation of Request: Promoting mental health and wellness leads to higher overall productivity, better educational outcomes, lower crime rates, stronger economies, lower health care costs, improved family life, improved quality of life and increased lifespan. The City of Boynton Beach, recognizes the work of the Boynton Beach Mental Health Committee impacting awareness and education, access to services and acceptance of the importance of mental health and well- being to a person's overall success and supports the implementation of trauma informed approaches throughout the systems of care. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description FlirtaaJa irna bola FlirtaaJa irna bola I Esir'Itall Il llEsaflh waiirEs1r'1E)SS Page 15 of 830 Proelamation WHEREAS, mental health is essential to everyone's overall health and well-being, and everyone experiences times of stress and struggles in their lives, and one in four adults and one in five youth ages 13-18 experiences serious mental illness and; WHEREAS, 60 percent of adults and 50 percent of youth do not receive the treatment necessary for their mental health needs due to limited or no knowledge of the need, barriers to care, or fear and shame, and; WHEREAS, research recognizes that adverse childhood experiences (ACEs), which include, but are not limited to physical, emotional and sexual abuse, physical and emotional neglect, household dysfunction, untreated mental illness, or incarceration of a household member, domestic violence, micro -aggressions and separation or divorce involving household members, are traumatic experiences that can have a profound effect on a child's developing brain and body and can result in poor physical and mental health during childhood and adulthood, and; WHEREAS, we acknowledge the impact of racial trauma on our community, which refers to the stressful effects and emotional pain of one's direct and generational experience with racism and discrimination, and its negative impact on physical, mental and socioemotional health across their lifespan, and: WHEREAS, promoting mental health and wellness leads to higher overall productivity, better educational outcomes, lower crime rates, stronger economies, lower health care costs, improved family life, improved quality of life and increased lifespan, and WHEREAS, the City of Boynton Beach, recognizes the work of the Boynton Beach Mental Health Committee impacting awareness and education, access to services and acceptance of the importance of mental health and well- being to a person's overall success and supports the implementation of trauma informed approaches throughout the systems of care. NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the month of May of Two Thousand Twenty -One as: MENTAL HEALTH AWARENESS AND TRAUMA INFORMED CARE MONTH IN WITNESS WHEREOF, I have hereunto set my hand and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 4th day of May Two Thousand Twenty -One. Steven B. Grant, Mayor ATTEST: Crystal Gibson, MMC City Clerk 3. F. Requested Action by Commission: Proclaim May 2-8, 2021 as Municipal Clerks Week. Crystal Gibson, City Clerk of Boynton Beach, will accept the proclamation. Explanation of Request: Municipal Clerks Week is to recognize the vital and appreciated services performed by Municipal and Deputy Clerks in serving the changing needs of their communities. Municipal Clerks Week was initiated in 1969 by the International Institute of Municipal Clerks (IIMC) and is endorsed by all of its members throughout the United States, Canada and 15 other countries. In 1984 and in 1994, Presidents Ronald Reagan and Bill Clinton, respectively, signed a Proclamation officially declaring Municipal Clerks Week the first full week of May and recognizing the essential role Municipal Clerks play in local government. How will this affect city programs or services? Fiscal Impact: Alternatives: Not proclaim May 2-8, 2021 as Municipal Clerks Week Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? No Grant Amount: Attachments: Type FlirtaaJa irna bola Description MLAIr:liCilpal CllE)rlks VVEs'E)c IFlirtaaJa irna bola Page 17 of 830 "°� S«y IP Proclamation Whereas, The Office of the Municipal Clerk, a time honored and vital part of local government exists throughout the world, and Whereas, The Office of the Municipal Clerk is the oldest among public servants, and Whereas, The Office of the Municipal Clerk provides the professional link between the citizens, the local governing bodies and agencies of government at other levels, and Whereas, Municipal Clerks have pledged to be ever mindful of their neutrality and impartiality, rendering equal service to all. Whereas, The Municipal Clerk serves as the information center on functions of local government and community. Whereas, Municipal Clerks continually strive to improve the administration of the affairs of the Office of the Municipal Clerk through participation in education programs, seminars, workshops and the annual meetings of their state, provincial, county and international professional organizations. Whereas, It is most appropriate that we recognize the accomplishments of the Office of the Municipal Clerk. NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the week of May 2nd through May 8", Two Thousand Twenty -One as: MUNICIPAL CLERKS WEEK and further extend appreciation to our City Clerk, Crystal Gibson, Deputy City Clerk, Tammy Stanzione, and to all Municipal Clerks for the vital services they perform and their exemplary dedication to the communities they represent. IN WITNESS WHEREOF, I have hereunto set my band and caused the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach, Florida, the 4,h day of May, Two Thousand Twenty -One. Steven B. Grant, Mayor ATTEST: Crystal Gibson, MMC City Clerk 3.G. Announcements, Community and Special Events and Presentations 5/4/2021 11 City of Boynton Beach g D m Aenda Item Request Form Commission Meeting Date: 5/4/2021 Requested Action by Commission: Proclaim May 18, 2021 as Haitian Flag Day and proclaim the month of May 2021 as Haitian Heritage Month. Commissioner Christina Romelus will accept the proclamation. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type FlirtaaJa irna bola Description I llalitlia in 11== Ila g IDay a ind Il lIE)r'iitagE' li oir:tlh FlittaaJa irna bola Page 19 of 830 Proclamation WHEREAS, the growth and prosperity of the City of Boynton Beach is due in part to an ethnic diversity that includes a substantial and rapidly increasing Haitian population; and WHEREAS, we recognize the valuable contribution of the Haitian people in the fight for the independence of the United States of America, especially in the Battle of Savannah, and pay due tribute to their endowment; and WHEREAS, the Haitian population in South Florida joins together during the Month of May to commemorate their "Flag Day" and celebrate their historical and cultural indemnity; and WHEREAS, Haitian president Dumarsais Estime started the Flag Day celebration with parades, cultural and athletic events in many cities in Haiti in the 1930s, when he was minister of education under President Stenio Vincent. Estime wanted to commemorate annually the creation of the Haitian flag to encourage the development of patriotic sentiments among Haitian youth; and WHEREAS, it is appropriate to promote awareness and understanding of cultural diversity in our society in order to strengthen the self-esteem of our multicultural community. NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the 18,h day of May, Two Thousand Twenty -One as: HAITIAN FLAG DAY And the month of May as HAITIAN HERITAGE MONTH IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 4,h day of May, Two Thousand Twenty -One. Steven B. Grant, Mayor ATTEST: Crystal Gibson, MMC City Clerk 3.H. Announcements, Community and Special Events and Presentations 5/4/2021 11 City of Boynton Beach g D m Aenda Item Request Form Commission Meeting Date: 5/4/2021 Requested Action by Commission: Proclaim the month of May 2021 as National Historic Preservation Month. Ms. Barbara Ready, Chair of the City's Historic Resources Preservation Board, will receive the proclamation. Explanation of Request: This proclamation joins both the state and national efforts to acknowledge the significance of historic assets throughout the country and the importance of preservation initiatives. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: N/A Climate Action Application: N/A Is this a grant? Grant Amount: Attachments: Type FlirtaaJa irna bola Description Na tioinal IC lir'EssEsir�r.:itlia�air: li o inth Page 21 of 830 i Proclamation WHEREAS, historic preservation is an effective tool for promoting sustainable development, revitalizing neighborhoods, fostering local pride, promoting tourism, and maintaining community character; WHEREAS, it is important to acknowledge and celebrate the benefit of history, architecture, and archeology to our lives and the contributions made by dedicated individuals in helping to preserve the tangible aspects of the heritage that has shaped the City; WHEREAS, historic preservation can be the center of community discussion; uniting residents behind an important cause; WHEREAS, the City of Boynton Beach conducted its first comprehensive survey of historic properties in 1996, thereby laying the groundwork for recording historic properties with the State of Florida's Division of Historical Resources data base, and ultimately establishing the Historic Preservation Program in 2011. WHEREAS, with the establishment of a complete Historic Preservation Program the City of Boynton Beach in 2012 achieved Certified Local Government (CLG) status in accordance with requirements of the State of Florida's Division of Historical Resources, Bureau of Historic Preservation; and WHEREAS, the City of Boynton Beach continues to demonstrate its commitment to preservation, in part, with the establishment and maintenance of a local registry of historic sites, establishment of heritage trails in the downtown area as well as along Martin King Jr. Boulevard, and integration of historic elements into the Town Square Redevelopment Project including the 1913 Boynton School and recently rehabilitated 1927 Boynton High School. NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the month of May Two Thousand Twenty One as: National Historic Preservation Month And call upon the people of Boynton Beach to join their fellow citizens across the United States in recognizing and participating in this special observance. IN WITNESS WHEREOF, I have hereunto set my band and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 4,h day of May Two Thousand Twenty One. Steven B. Grant, Mayor ATTEST: Crystal Gibson City Clerk 3.1. Announcements, Community and Special Events and Presentations 5/4/2021 11 City of Boynton Beach g D m Aenda Item Request Form Commission Meeting Date: 5/4/2021 Requested Action by Commission: Proclaim May 14, 2021 as "No Place for Hate Day." Mr. Eric Ross, Senior Associate Regional Director of ADL Florida Region, will accept the proclamation. Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type FlirtaaJa irna bola Description FlirtaaJa irna bola INoIRIa CE) for Il lla tE) IDay Page 23 of 830 Proclamation WHEREAS, for over 108 years, the Anti -Defamation League (ADL) has broken many barriers and bridged many obstacles in carrying out their mission "to stop the defamation of the Jewish people, and to secure justice and fair treatment to all; and WHEREAS, the demand for ADL's resources and skills to help individuals and communities to confront, challenge, combat, and counteract hatred in all its forms, is higher than at any time in recent memory. NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the 141h of May, Two Thousand Twenty -One as: No plae�z for flats Vag IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach, Florida, the 41h day of May, Two Thousand Twenty -One. Steven B. Grant, Mayor ATTEST: Crystal Gibson, MMC City Clerk 3.J. Announcements, Community and Special Events and Presentations 5/4/2021 11 City of Boynton Beach g D m Aenda Item Request Form Commission Meeting Date: 5/4/2021 Requested Action by Commission: Proclaim May 8, 2021 as "John Lewis National Day of Action." Ms. V. Lynn Whitfield, Esq. of the Transformative Justice Coalition/National Bar Association, will accept the proclamation. Explanation of Request: The late Congressman John Lewis spent his entire adult life fighting for justice following the nonviolent example set by Dr. Martin Luther King, Jr. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description Flirta:Ja irnatioin J oh in Il.....Es iiS INa tioinal IDay of ctioin Page 25 of 830 proelamation WHEREAS, the late Congressman John Lewis spent his entire adult life fighting for justice in our society following the nonviolence example set by Dr. Martin Luther King, Jr. He crossed the Edmund Pettus Bridge to fight for Black Voters and Voters of Color to participate in America's electoral process and the enactment of the 1965 Voting Rights Act; and WHEREAS, the late Congressman John Lewis left us with the charge that "together you can redeem the soul of our nation"; and WHEREAS, the U.S. House of Representatives has passed H.R. 1- For the People Act which will expand the rights of all voters and apply to all federal elections including those held at the same time as state elections; and WHEREAS, the U.S. House of Representatives renamed H.R. 4 John Lewis Voting Rights Advancement Act in honor of Congressman Lewis after his death; and WHEREAS, over one hundred and fifty nonpartisan organizations have come together to hold a John Lewis National Day of Action on May 8, 2021; and WHEREAS, on May 8, 2021 there will be one hundred and thirty-seven "votercades" across the country to ignite public support for restoring the effectiveness of the Voting Rights Act through S 1 and HR 4; and WHEREAS, the late Congressman John Lewis said that "the vote is the most powerful change agent you have in a democratic society". NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the 8th day of May, Two Thousand Twenty -One as: John bzwiB National'Dag of Notion IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach, Florida, the 4th day of May, Two Thousand Twenty -One. Steven B. Grant, Mayor ATTEST: Crystal Gibson, MMC, City Clerk 3.K. Announcements, Community and Special Events and Presentations 5/4/2021 11 City of Boynton Beach g D m Aenda Item Request Form Commission Meeting Date: 5/4/2021 Requested Action by Commission: Mayor Steven B. Grant to announce the Greater Boynton Beach Sister Cities Young Authors & Artists 2021 Virtual Exhibit and Awards Ceremony. Explanation of Request: On May 15, 2021, 11-11:30 am EDT, 5-5:30 CEST (Italy) the Greater Boynton Beach Sister Cities will host the virtual Exhibit and Awards Ceremony for Young Authors and Artists. RSVP to get zoom link: BoyntonSisterCities@gmail.com How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type tta:::lhtirTIENI'lt Description 2021 YAAS Exhibit &w,-'irds Il::::llyEsir Page 27 of 830 Gp VIII eate� ��Beildll Siste� Cities YowIIr,,,iig Aut�,,a,,iioirs I&I &I tists 2023 lllll Ihial Exhibit' and 0((,///,,/ ,40 37 ��,,,i��eces c,,)f wr ��t In IIIPu 1,,i o "tog lra VIII 'i�i 1 ITI LIS! CcalI Sevei4l schools 3 COLli,,lrbrVIII es 03 ITI Ce: L.Pi,,,iiIii teclihiri�i Saturday/,,, 15/1,,,,, 2021 10- 3. 3. : 13 0 a �i (ltay) r% // ayor REWEnn ih Grar,,)),�vt t.///,o c e t e ir,,)),PIg (� Ck III cerer� c ny IRSM to get zoorn lAnk: IIG .yirLitoiiriS"riirte, iii (,'."riitiii e,sCcb qiirnaiii III co iirn _ l rmr,I srxIaP"J,V'P (c a e I :&s�ei C s (II(,:i r,r instagram &SI:::el C s (C`i i s I s I,, e I C s htyps://II oyll ii , -C `fl'es, i, (c�, irg Page 28 of 830 5.A. Administrative 5/4/2021 11 City of Boynton Beach D Agenda Item Request Form Commission Meeting Date: 5/4/2021 Requested Action by Commission: Appointment of eligible members of the community to serve in vacant positions on City advisory boards. Explanation of Request: The attached list contains the names of those who have applied for term openings and vacancies on the various advisory boards. A list of vacancies is provided 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: Alternatives: Allow vacancies to remain unfilled. Strategic Plan: Building Wealth in the Community Strategic Plan Application: Building Wealth in the Community Climate Action Application: Is this a grant? Grant Amount: Attachments: Type ttaclhtirTIENI'lt ttaclhtirTIENI'lt Description Board ppoiirntirTIENI'Its air:d Appicaints for 5...4 21 KE)E)Y, liirTIEsE) Page 29 of 830 Appointments and Applicants for April 20, 2021 Arts Advisory Board 11 Hay Reg 2 yr term to 3/23 Applicant: Ace Tilton Ratcliff (currently an alternate seeking to move up to regular) Building Board of Adjustments and Appeals 11 Hay Reg 2 yr term to 3/23 Vice Mayor Penserga Reg 2 yr term to 3/23 Mayor Grant Alt 1 yr term to 3/22 1 Katz Alt 1 yr term to 3/22 Applicants: Citizens Oversite Committee 11 Hay Reg 2 yr term to 3/23 III Romelus Reg 2 yr term to 3/23 Vice Mayor Penserga Reg 2 yr term to 3/23 Applicant: Community Redevelopment Agency Advisory Board 11 Hay Reg 2 Yr term to 3/23 Applicant: Education and Youth Advisory Board 11 Hay Alt Applicant: Employee Pension Board 11 Hay Reg Applicants: None 1 yr term to 3/22 3 yr term to 12/23 C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\6A5B81AO-DBBB-452B-98F1-C9BAOB5981F1\Boynton Beach.26482.1.Appointments_for_04-20-21.docx Page 30 of 830 Appointments and Applicants for April 20, 2021 Historic Resources Preservation Board III Romelus Alt 1 yr term to 3/22 Applicant: Recreation and Parks Katz Reg 2 yr term to 3/23 Applicant: Senior Advisory Board Mayor Grant Reg 2 yr Term 3/23 Applicant: C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\6A5B81AO-DBBB-452B-98F1-C9BAOB5981F1\Boynton Beach.26482.1.Appointments_for_04-20-21.docx Page 31 of 830 From: aimeek223 To: Citv Clerk Subject: Advisory Board Appointment application Date: Wednesday, April 21, 2021 11:46:51 AM Today's date 04/21/2021 Name Aimee Kelley Phone number 561-309-8714 Address Email Current occupation or, if retired, prior occupation Education 7853 Manor Forest Lane Boynton Beach FL 33436 United States aimeek223@gmail.com litigation paralegal college graduate Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City limits? Do you own/manage a No business within City limits? If "yes", name of business: Are you currently serving on No a City board? Have you served on a City No board in the past? If "yes", which board(s) and when? Have you ever been No convicted of a crime? 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 Yes are you willing to serve in this capacity? Personal Qualifications I served as a City Commissioner of District 4 from November 2018 -March 2019. I also currently sit on the Palm Beach County Advisory Commission for Women. Page 32 of 830 Professional Memberships Feel free to attach/upload an extra sheet or resume. Certification 1, the applicant, DO NOT certify that the statements and answers provided herein are true and accurate. The message has been sent from 12.147.24.2 (United States) at 2021-04-21 10:46:44 on Chrome 90.0.4430.85 Entry ID: 458 Referrer: ht LLwwwIQvmwn-bQach,Qrg Form Host: hUsMortn.123formbuil er.com/583214/advisory-board-aDDointiiient-aDDlication Page 33 of 830 Consent Agenda 5/4/2021 Requested Action by Commission: Authorize utilizing the GSA contract GS-07F-173GA for the purchase of equipment and services for access control system replacement and upgrades from Broadcast Systems in the amount of $70,630.62. Explanation of Request: On 9/1/2020, Police requested authorization to purchase a Hiperwall System from Broadcast Systems utilizing GSA Contract GS-07F-173GA in the amount of $165,244.61 General Services Administration (GSA) Cooperative Purchasing Program - The General Services Administration (GSA) is an independent agency of the United States Government. Any federal, state*, local, regional, or tribal government, or any instrumentality thereof (including any local educational agency or institution of higher education), is able to participate in the GSA Cooperative Purchasing Program and purchase from Schedule 70 (General Purpose Commercial Information Technology Equipment, Software, and Services) and Schedule 84 (Total Solutions for Law Enforcement, Security, Facilities Management, Fire, Rescue, Clothing, Marine Craft and Emergency/Disaster Response). The new Police Headquarters, City Hall, and Fire Station 1 buildings are using a new city-wide enterprise level Avigilon access control and video system. There are a number of other City owned buildings using an outdated access control system that is incompatible with the new system and is overdue for replacement. This request is to upgrade and replace the legacy system at these sites with Avigilon, integrate them with the new system and allow for the decommissioning of the old system. This project was planned and scheduled to occur this year after the implementation of the Avigilon system. How will this affect city programs or services? This project is necessary to improve the security of City facilities. If approved, this upgrade will eliminate the need to maintain the legacy access control system and allowing for centralized management. The new system provides the capability of enabling event alarms, enhancing security and improving access control management. Fiscal Impact: Budgeted Funding has been approved from CI P funds utilizing account # 303-41999- 580.64-14 in the amount of $70,630.62 and Project # PD2106. Alternatives: The alternative is not to approve the replacement and to maintain the current legacy system that has exceeded its end of life and is not centralized. Strategic Plan: Building Wealth in the Community Strategic Plan Application: This upgrade will serve to build and maintain `wealth in the community' by protecting the City's investment in facilities by controlling and monitoring access in a secure manner. Failure to do so would have a negative impact on security of, and access to our facilities, and in turn the services provided to our community. Page 34 of 830 Climate Action Application: Is this a grant? No Grant Amount: Contracts Vendor Name: Broadcast Systems Start Date: 9/1/2017 End Date: 8/31/2022 Contract Value: $70,630.62 Minority Owned Contractor?: No Extension Available?: Extension Explanation: Attachments: Type QL.aiOtE)s Description QL.aiOtE) Cointra ct: �':.,)S.. TIF:::... 173(::) Page 35 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite 1 Pompano Beach, FE 33069 EC 13 009779 Name / Address Project Site City of Boyton Beach FS5 Estimate Date Estimate # 3/1/2021 3279 Item Description Qty Rate Total GSA CONTRACT 4GS-07F-173GA FS5: Access Control AC-SW-LIC-I6RCU-6-P Access Control Manager 6 16 Reader Count Software 4 595.87 2,383.48 License AC-MER-CONT-LP1502 Intelligent Controller, Linux Based with 2 doors, 8 3 915.62 2,746.86 inputs and 4 outputs, expandable up to 64 doors (Mercury Part 4 LP1502) AC-MER-CON-MR52 Series 3 Two -Reader Interface Module: mag or 9 504.30 4,538.70 wiegand, 8 inputs, 6 relays (Mercury Part Number: MR52-S3) AC-LSP-8DR-MER-LCK Eight Door Mercury Dual Voltage Integrated Power 3 507.88 1,523.64 System supporting one AC-MER-CONT-2DR with three AC-MER-CON—MR52 AC-LSP-NL4 The NL4 Network Communication Module 3 247.50 742.50 communicates and controls power status over a local or wide area network to Access Control Manager (ACM) Master Tech (GSA) Master Technician (GSA) 16 110.83 1,773.28 System Design Engineer(G... System Design Engineer (GSA) 16 110.83 1,773.28 Subtotal 15,481.74 OPEN MARKET ITEMS AC-HID-READ-ICLASS-5... RPK40 Standard wall switch reader with keypad 24 390.40 9,369.60 input; Wiegand; HID Prox, AWID and EM4102 (32 bits); ICLASS Seos, SE, SR, Standard; M Misc Parts Wire Battery and installation materials 1 450.00 450.00 This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and materials which may be required should problems arise. This estimate is valid for 30 days. Phone # E-mail Follow us on Inst<agr<ana Broadcast—Systems —Systems (561) 578-4964 sale s(a broadcastsystemsina Page 1 Page 36 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite 1 Pompano Beach, FL 33069 EC 13 009779 Name / Address Project Site City of Boyton Beach FS5 Estimate Date Estimate # 3/1/2021 3279 Item Description Qty Rate Total Note: It is considered that each location has all hardware in the same spot (Clustered/door enclosures and boards). If the site has hardware installed across the site and not centralized additional hardware and labor may be needed and billed accordingly. This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and Subtotal $25,301.34 materials which may be required should problems arise. This estimate is valid for 30 days. Sales Tax (7.0%) $0.00 Phone # E-mail Follow us on Inst<agr<ana Broadcast Systeans Total $25,301.34 (561) 578-4964 sale s(a,broadcastsystemsinc.com Page 2 Page 37 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite I Pompano Beach, FE 33069 EC 13 009779 Name / Address Project Site City of Boyton Beach FS4 Estimate Date Estimate # 3/1/2021 3278 Item Description Qty Rate Total GSA CONTRACT 4GS-07F-173GA FS4: Access Control AC-MER-CONT-LP1501 Intelligent Controller, Linux Based with 1 door, 2 1 486.42 486.42 inputs and 2 outputs, PoE+ Support, expandable up to 17 doors. (Mercury Part 4: LP1501) AC-MER-CON-MR52 Series 3 Two -Reader Interface Module: mag or 2 504.30 1,008.60 wiegand, 8 inputs, 6 relays (Mercury Part Number: MR52-S3) AC-LSP-8DR-MER-LCK Eight Door Mercury Dual Voltage Integrated Power 1 507.88 507.88 System supporting one AC-MER-CONT-2DR with three AC-MER-CON—MR52 (Mercury ha AC-LSP-NL4 The NL4 Network Communication Module 1 247.50 247.50 communicates and controls power status over a local or wide area network to Access Control M AC-SW-LIC-I6RCU-6-P Access Control Manager 6 16 Reader Count Software 1 595.87 595.87 License Master Tech (GSA) Master Technician (GSA) 24 110.83 2,659.92 System Design Engineer(G... System Design Engineer (GSA) 8 110.83 886.64 Project manager (GSA) Project manager (GSA) 4 110.83 443.32 Subtotal 6,836.15 OPEN MARKET ITEMS AC-HID-READ-ICLASS-5... RPK40 Standard wall switch reader with keypad 5 390.40 1,952.00 input; Wiegand; HID Prox, AWID and EM4102 (32 bits); 1CLASS Seos, SE, SR, Standard; M Misc Parts Wire Battery and instalation materials 1 550.00 550.00 This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and materials which may be required should problems arise. This estimate is valid for 30 days. Phone # E-mail Follow us on Inst<agr<ana Broadcast—Systems —Systems (561) 578-4964 sale s(a broadcastsystemsina Page 1 Page 38 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite 1 Pompano Beach, FL 33069 EC 13 009779 Name / Address Project Site City of Boyton Beach FS4 Estimate Date Estimate # 3/1/2021 3278 Item Description Qty Rate Total Note: It is considered that each location has all hardware in the same spot (Clustered/door enclosures and boards). If the site has hardware installed across the site and not centralized additional hardware and labor may be needed and billed accordingly. This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and Subtotal $9,338.15 materials which may be required should problems arise. This estimate is valid for 30 days. Sales Tax (7.0%) $0.00 Phone # E-mail Follow us on Inst<agr<ana Systems Total $9,338.15 (561) 578-4964 sale sCa,broadcastsystemsinc.comBroadcast Page 2 Page 39 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite I Pompano Beach, FE 33069 EC 13 009779 Name / Address Project Site City of Boyton Beach FS2 Estimate Date Estimate # 3/1/2021 3274 Item Description Qty Rate Total GSA CONTRACT 4GS-07F-173GA FS2: Access Control AC-MER-CONT-LP1501 Intelligent Controller, Linux Based with 1 door, 2 1 486.42 486.42 inputs and 2 outputs, PoE+ Support, expandable up to 17 doors. (Mercury Part 4: LP1501) AC-MER-CON-MR52 Series 3 Two -Reader Interface Module: mag or 2 504.30 1,008.60 wiegand, 8 inputs, 6 relays (Mercury Part Number: MR52-S3) AC-LSP-8DR-MER-LCK Eight Door Mercury Dual Voltage Integrated Power 1 507.88 507.88 System supporting one AC-MER-CONT-2DR with three AC-MER-CON—MR52 AC-LSP-NL4 The NL4 Network Communication Module 1 247.50 247.50 communicates and controls power status over a local or wide area network to Access Control Manager (ACM). AC-SW-LIC-I6RCU-6-P Access Control Manager 6 16 Reader Count Software 1 595.87 595.87 License Master Tech (GSA) Master Technician (GSA) 32 110.83 3,546.56 System Design Engineer(G... System Design Engineer (GSA) 16 110.83 1,773.28 Project manager (GSA) Project manager (GSA) 4 110.83 443.32 Subtotal 8,609.43 OPEN MARKET ITEMS AC-HID-READ-ICLASS-5... RPK40 Standard wall switch reader with keypad 5 390.40 1,952.00 input; Wiegand; HID Prox, AWID and EM4102 (32 bits); 1CLASS Seos, SE, SR, Standard; M Misc Parts Wire Battery and instalation materials 1 550.00 550.00 This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and materials which may be required should problems arise. This estimate is valid for 30 days. Phone # E-mail Follow us on Inst<agr<ana Broadcast—Systems —Systems (561) 578-4964 sale s(a broadcastsystemsina Page 1 Page 40 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite 1 Pompano Beach, FL 33069 EC 13 009779 Name / Address Project Site City of Boyton Beach FS2 Estimate Date Estimate # 3/1/2021 3274 Item Description Qty Rate Total Note: It is considered that each location has all hardware in the same spot (Clustered/door enclosures and boards). If the site has hardware installed across the site and not centralized additional hardware and labor may be needed and billed accordingly. This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and Subtotal 1 1 1 1 1.43 materials which may be required should problems arise. This estimate is valid for 30 days. Sales Tax (7.0%) $0.00 Phone # E-mail Follow us on Inst<agr<ana Systems Total $11,111.43 (561) 578-4964 sale sCa,broadcastsystemsinc.comBroadcast Page 2 Page 41 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite 1 Pompano Beach, FL 33069 EC 13 009779 Name / Address City of Boyton Beach Estimate Date Estimate # 3/1/2021 3273 Project Site Intercoastal Park 138 harbors Way Boyton Beach, Florida 33435 Item Description Qty Rate Total GSA CONTRACT 4GS-07F-173GA Intercostal Park: Access Control AC-MER-CONT-LP1501 Intelligent Controller, Linux Based with 1 door, 2 1 486.42 486.42 inputs and 2 outputs, PoE+ Support, expandable up to 17 doors. (Mercury Part 4: LP1501) AC-LSP-2DR-MER-LCK Two Door Mercury Dual Voltage Integrated Power 1 321.90 321.90 System supporting two AC-MER-CONT-1DR or one AC-MER-CONT-2DR (Mercury hardw AC-LSP-NL4 The NL4 Network Communication Module 1 247.50 247.50 communicates and controls power status over a local or wide area network to Access Control M Master Tech (GSA) Master Technician (GSA) 4 110.83 443.32 System Design Engineer(G... System Design Engineer (GSA) 4 110.83 443.32 OPEN MARKET ITEMS AC-HID-READ-ICLASS-5... RPK40 Standard wall switch reader with keypad 1 390.50 390.50 input; Wiegand; HID Prox, AWID and EM4102 (32 bits); ICLASS Seos, SE, SR, Standard; M Misc Parts Wire Battery and instalation materials 1 150.00 150.00 Note: It is considered that each location has all hardware in the same spot (Clustered/door enclosures and boards). If the site has hardware installed across the site and not centralized additional hardware and labor may be needed and billed accordingly. This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and Subtotal $2,482.96 materials which may be required should problems arise. This estimate is valid for 30 days. Sales Tax (7.0%) $0.00 Phone # E-mail Follow us on Inst<agr<ana Systems Total $2,482.96 (561) 578-4964 sale s(a,broadcastsystemsinc.comBroadcast Page 42 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite 1 Pompano Beach, FL 33069 EC 13 009779 Name / Address City of Boyton Beach Estimate Date Estimate # 3/1/2021 2114 Project Site Hester Community Center 1901 N Seacrest Blvd Boyton Beach, Florida 33435 Item Description Qty Rate Total GSA CONTRACT 4GS-07F-173GA Hester Community Center Badge Access AC-MER-CONT-LP1502 Intelligent Controller, Linux Based with 2 doors, 8 1 915.62 915.62 inputs and 4 outputs, expandable up to 64 doors (Mercury Part 4 LP1502) AC-MER-CON-MR52 Series 3 Two -Reader Interface Module: mag or 1 504.30 504.30 wiegand, 8 inputs, 6 relays (Mercury Part Number: MR52-S3) AC-LSP-4DR-MER-LCK Four Door Mercury Dual Voltage Integrated Power 1 368.39 368.39 System supporting one AC-MER-CONT-2DR with one AC-MER-CON—MR52 AC-LSP-NL4 The NL4 Network Communication Module 1 247.50 247.50 communicates and controls power status over a local or wide area network to Access Control Manager (ACM). Master Tech (GSA) Master Technician (GSA) 16 110.83 1,773.28 System Design Engineer(G... System Design Engineer (GSA) 16 110.83 1,773.28 Project manager (GSA) Project manager (GSA) 8 110.83 886.64 Subtotal 6,469.01 OPEN MARKET ITEMS AC-HID-READ-ICLASS-5... RPK40 Standard wall switch reader with keypad 4 390.40 1,561.60 input; Wiegand; HID Prox, AWID and EM4102 (32 bits); ICLASS Seos, SE, SR, Standard; MIFARE Classic (SIO) Miscellaneous Installation materials 1 150.00 150.00 This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and Subtotal $8,180.61 materials which may be required should problems arise. This estimate is valid for 30 days. Sales Tax (0.0%) $0.00 Phone # E-mail Follow us on Inst<agr<ana Systems Total $8,180.61 (561) 578-4964 sale s(a,broadcastsystemsine.comBroadcast Page 43 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite 1 Pompano Beach, FE 33069 EC 13 009779 Name / Address City of Boyton Beach Project Site Range Estimate Date Estimate # 3/1/2021 3281 Item Description Qty Rate Total GSA CONTRACT 4GS-07F-173GA Range: Access Control AC-MER-CONT-LP1502 Intelligent Controller, Linux Based with 2 doors, 8 1 915.62 915.62 inputs and 4 outputs, expandable up to 64 doors (Mercury Part 4 LP1502) AC-MER-CON-MR52 Series 3 Two -Reader Interface Module: mag or 3 504.30 1,512.90 wiegand, 8 inputs, 6 relays (Mercury Part Number: MR52-S3) AC-LSP-8DR-MER-LCK Eight Door Mercury Dual Voltage Integrated Power 1 507.88 507.88 System supporting one AC-MER-CONT-2DR with three AC-MER-CON—MR52 (Mercury ha AC-LSP-NL4 The NL4 Network Communication Module 1 247.50 247.50 communicates and controls power status over a local or wide area network to Access Control M AC-SW-LIC-I6RCU-6-P Access Control Manager 6 16 Reader Count Software 1 595.87 595.87 License Master Tech (GSA) Master Technician (GSA) 36 110.83 3,989.88 System Design Engineer(G... System Design Engineer (GSA) 16 110.83 1,773.28 OPEN MARKET ITEMS AC-HID-READ-ICLASS-5... RPK40 Standard wall switch reader with keypad 8 390.40 3,123.20 input; Wiegand; HID Prox, AWID and EM4102 (32 bits); 1CLASS Seos, SE, SR, Standard; M Misc Parts Wire Battery and instalation materials 1 1,550.00 1,550.00 This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and materials which may be required should problems arise. This estimate is valid for 30 days. Phone # E-mail Follow us on Inst<agr<ana Broadcast—Systems —Systems (561) 578-4964 sale s(a broadcastsystemsina Page 1 Page 44 of 830 l spp i '', . �, i .. r"A S 290 SW 12th Ave., Suite 1 Pompano Beach, FL 33069 EC 13 009779 Name / Address City of Boyton Beach Project Site Range Estimate Date Estimate # 3/1/2021 3281 Item Description Qty Rate Total Note: It is considered that each location has all hardware in the same spot (Clustered/door enclosures and boards). If the site has hardware installed across the site and not centralized additional hardware and labor may be needed and billed accordingly. This is an estimate only, not a contract. This estimate is completing the job listed above based on our evaluation. It does not include unforseen price increases, discontinued products or additional labor and Subtotal $ 14,216.13 materials which may be required should problems arise. This estimate is valid for 30 days. Sales Tax (7.0%) $0.00 Phone # E-mail Follow us on Inst<agr<ana Systems Total $14,216.13 (561) 578-4964 sale sCa,broadcastsystemsinc.comBroadcast Page 2 Page 45 of 830 E .......... "Y" '-'-"-D . ........ I � ,A 5- D I r ?rp ?v?il?!tl a. 14xivp-t oeat? The Internet address for GSA Advantage! is: SCHEDULE 84: Total Solutions for Law Enforcement, Security, Facilities Management, Fire, Rescue, Special Purpose Clothing, Marine Craft, and Emergency/Disaster Response CONTRACT. GS-07F-173GA VALID: 0910112017 — 0813112022 Contractor: ER Tech Systems Group Inc. Dba: Broadcast Systems Address: 205 NW 121h Avenue Pompano Beach, FL 33069 Office: (561) 578-4964 Fax: (561) 658-0360 Website: www.broadcastsystemsinc.com Email: GSA@ broadcastsVstemsinc.com Point of Contact: Nicholas Ehr nick@broadcastsystemsinc.com Contract Admin: Pascale Ozelie Pascale@broadcastsystemsinc.com BROADCASiSYS iEMS GS. 07F. I 7 Page 46 of 830 GSA AWARDED TERMS AND CONDITIONS 1) AWARDED SINS: 334512—Tota I Solution Support Products for Facilities Management Systems/Subject to Cooperative Purchasing 541330L — Security System Integration, Design, Management, and Life Cycle Support/Subject to Cooperative Purchasing 334290L — Physical Access Control Systems (PACS)/Subject to Cooperative Purchasing 561210SB— Smart Buildings Systems Integrator/Subject to Cooperative Purchasing 2) MAX ORDER GUIDELINES: 334512- $250,000 541330L - $250,000 334290L- $250,000 561210SB - $1,000,000 3) MINIMUM ORDER LIMITS: No minimum order on Avigilon Products 4) GEOGRAPHIC COVERAGE: 334512 - Worldwide 541330L — 48 States, DC 334290L - Worldwide 561210SB - 48 States, DC 5) POINT OF PRODUCTION: Contact contract administrator for a complete list of production points. 6) BASIC DISCOUNT FROM LIST: Prices shown are net discount. 7) VOLUME DISCOUNT: Contact contract administrator for volume discount. 8) PROMPT PAYMENT DISCOUNT: None 9) GOVERNMENT PURCHASE CARDS: Government Purchase Cards are accepted at or below the micro -purchase threshold Government Purchase Cards are not accepted above the micro -purchase threshold 10) FOREIGN ITEMS: All products are in compliance with the Trade Agreements Act. 11) TIME OF DELIVERY: Standard Delivery: 14 to 30 DARO on Avigilon Products Expedited Delivery: Contact Administrator for Rates 777777DCAS..i SYSi S 2 S 07F 173GA Page 47 of 830 12) FOB POINT: FOB Destination, Shipping included in price 13) ORDERING: Ordering address — Same as contractor address Ordering Procedures - For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA's) are found in FAR 8.405-3 14) PAYMENT ADDRESS: 205 NW 12th Avenue, Suite 201, Pompano Beach, FL 33069 15) WARRANTY PROVISION: Contact contract administrator for warranty information. 16) EXPORT PACKING CHARGES: N/A 17) TERMS AND CONDITIONS OF GVT PURCHASE CARD ACCEPTANCE: Accepted at and below the micro -purchase threshold 18) TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR: N/A 19) TERMS AND CONDITIONS OF INSTALLATION: N/A 20) TERMS AND CONDITIONS OF REPAIR PARTS: N/A 21) TERMS AND CONDITIONS FOR ANY OTHER SERVICES: N/A 22) LIST OF SERVICES DISTRIBUTION POINTS: N/A 23) LIST OF PARTICIPATING DEALERS: N/A 24) PREVENTATIVE MAINTENANCE: N/A 25a) SPECIAL ATTRIBUTES: N/A b) SECTION 508: N/A 26) DUNS NUMBER: 079637089 27) NOTIFICATION REGARDING SAM: SAM Registration valid and current. 28) CAGE CODE: 7C6T7 BROADCAS� SYS ..EMS 3 S 07F 1 / Page 48 of 830 SERVICE PRICE LIST 561210SB Project Manager Per Hour $110.83 Labor rate for Project Manager Master Technician Per Hour $110.83 Labor rate for installation & services Access Control and Surveillance Systems System Design Engineer Per Hour $110.83 Labor rate for design & programming 541330L Project Manager Per Hour $110.83 Labor rate for Project Manager Master Technician Per Hour $110.83 Labor rate for installation & services Access Control and Surveillance Systems System Design Engineer Per Hour $110.83 Labor rate for design & programming BROADCAS� SYS ..EMS 4 S 07F 1 / Page 49 of 830 I [t5 i:Ii77i�XZe�T���I: TXI�A��Ii7�i 7T�i i77[�If �[e] lJjDddLed pDir (Jilg avdldlrle aL: ww w.gSdddVdI]Ldg -gOV SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 334512 Avigilon ACCT -COR ACC 7 Core Edition camera license $60.80 334512 Avigilon ACCT -STD ACC 7 Standard Edition camera license $118.03 334512 Avigilon ACCT -ENT ACC 7 Enterprise Edition camera license $207.44 334512 Avigilon ACCT -ENT -FO ACC 7 Enterprise Edition camera failover license $32.19 334512 Avigilon ACCT-COR-TO-STD-UPG ACC 7 Core to Standard Edition Upgrade license $75.11 334512 Avigilon ACCT-COR-TO-ENT-UPG ACC 7 Core to Enterprise Edition Upgrade license $160.95 334512 Avigilon ACCT-STD-TO-ENT-UPG ACC 7 Standard to Enterprise Edition Upgrade license $125.18 334512 Avigilon ACCT-STD-VER-UPG ACC 5 or ACC 6 to ACC 7 Standard Edition Version Upgrade license $10.73 334512 Avigilon ACCT-ENT-VER-UPG ACC 5 or ACC 6 to ACC 7 Enterprise Edition Version Upgrade license $21.46 334512 Avigilon 1C-ACC6-COR ACC 6 Core license for up to 1 camera channels $67.96 334512 Avigilon 4C-ACC6-COR ACC 6 Core license for up to 4 camera channels $232.48 334512 Avigilon 8C-ACC6-COR ACC 6 Core license for up to 8 camera channels $461.38 334512 Avigilon 16C-ACC6-COR ACC 6 Core license for up to 16 camera channels $919.19 334512 Avigilon 24C-ACC6-COR ACC 6 Core license for up to 24 camera channels $1,355.54 334512 Avigilon 1C-ACC6-COR-STD-UPG ACC 6 upgrade license Core to Standard for 1 camera channel $82.26 334512 Avigilon 4C-ACC6-COR-STD-UPG ACC 6 upgrade license Core to Standard for 4 camera channels $304.01 334512 Avigilon 81C-ACC6-COR-STD-UPG ACC 6 upgrade license Core to Standard for 8 camera channels $611.60 334512 Avigilon 16C-ACC6-COR-STD-UPG ACC 6 upgrade license Core to Standard for 16 camera channels $1,212.48 334512 Avigilon 24C-ACC6-COR-STD-UPG ACC 6 upgrade license Core to Standard for 24 camera channels $1,824.08 334512 Avigilon 1C-ACC6-COR-ENT-UPG ACC 6 upgrade license Core to Enterprise for 1 camera channel $193.14 334512 Avigilon 41C-ACC6-COR-ENT-UPG ACC 6 upgrade license Core to Enterprise for 4 camera channels $661.68 334512 Avigilon 81C-ACC6-COR-ENT-UPG ACC 6 upgrade license Core to Enterprise for 8 camera channels $1,287.59 334512 Avigilon 16C-ACC6-COR-ENT-UPG ACC 6 upgrade license Core to Enterprise for 16 camera channels $2,539.40 334512 Avigilon 24C-ACC6-COR-ENT-UPG ACC 6 upgrade license Core to Enterprise for 24 camera channels $3,791.22 334512 Avigilon 1C-ACC6-STD ACC 6 Standard license for up to 1 camera channels $132.34 334512 Avigilon 4C-ACC6-STD ACC 6 Standard license for up to 4 camera channels $475.69 334512 Avigilon 8C-ACC6-STD ACC 6 Standard license for up to 8 camera channels $947.81 334512 Avigilon 16C-ACC6-STD ACC 6 Standard license for up to 16 camera channels $1,892.03 334512 Avigilon 24C-ACC6-STD ACC 6 Standard license for up to 24 camera channels $2,829.11 334512 Avigilon 1C-ACC6-STD-ENT-UPG ACC 6 upgrade license Standard to Enterprise for 1 camera channel $153.79 334512 Avigilon 4C-ACC6-STD-ENT-UPG ACC 6 upgrade license Standard to Enterprise for 4 camera channels $511.46 334512 Avigilon 81C-ACC6-STD-ENT-UPG ACC 6 upgrade license Standard to Enterprise for 8 camera channels $1,015.76 334512 Avigilon 16C-ACC6-STD-ENT-UPG ACC 6 upgrade license Standard to Enterprise for 16 camera channels $2,035.10 334512 Avigilon 24C-ACC6-STD-ENT-UPG ACC 6 upgrade license Standard to Enterprise for 24 camera channels $3,036.55 334512 Avigilon 1C-ACCS-ACC6-STD-UPG ACC 5 to ACC 6 Standard version upgrade for 1 camera channel $10.73 334512 Avigilon 4C-ACCS-ACC6-STD-UPG ACC 5 to ACC 6 Standard version upgrade for up to 4 camera channels $39.34 334512 Avigilon 81C-ACCS-ACC6-STD-UPG ACC 5 to ACC 6 Standard version upgrade for up to 8 camera channels $75.11 334512 Avigilon 16C-ACCS-ACC6-STD-UPG ACC 5 to ACC 6 Standard version upgrade for up to 16 camera channels $135.91 334512 Avigilon 24C-ACCS-ACC6-STD-UPG ACC 5 to ACC 6 Standard version upgrade for up to 24 camera channels $171.68 334512 Avigilon 1C-ACC6-ENT ACC 6 Enterprise license for up to 1 camera channels $239.63 334512 Avigilon 4C-ACC6-ENT ACC 6 Enterprise license for up to 4 camera channels $826.20 334512 Avigilon 8C-ACC6-ENT ACC 6 Enterprise license for up to 8 camera channels $1,638.09 334512 Avigilon 16C-ACC6-ENT ACC 6 Enterprise license for up to 16 camera channels $3,215.39 334512 Avigilon 24C-ACC6-ENT ACC 6 Enterprise license for up to 24 camera channels $4,789.10 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 50 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 334512 Avigilon 48C-ACC6-ENT ACC 6 Enterprise license for up to 48 camera channels $9,546.01 334512 Avigilon 1C-ACCS-ACC6-ENT-UPG ACC 5 to ACC 6 Enterprise version upgrade for 1 camera channel $21.46 ACC 5 to ACC 6 Enterprise version upgrade for up to 4 camera 334512 Avigilon 4C-ACCS-ACC6-ENT-UPG channels $75.11 ACC 5 to ACC 6 Enterprise version upgrade for up to 8 camera 334512 Avigilon 8C-ACCS-ACC6-ENT-UPG channels $146.64 ACC 5 to ACC 6 Enterprise version upgrade for up to 16 camera 334512 Avigilon 16C-ACCS-ACC6-ENT-UPG channels $275.40 ACC 5 to ACC 6 Enterprise version upgrade for up to 24 camera 334512 Avigilon 24C-ACCS-ACC6-ENT-UPG channels $379.12 ACC 5 to ACC 6 Enterprise version upgrade for up to 48 camera 334512 Avigilon 48C-ACCS-ACC6-ENT-UPG channels $686.71 334512 Avigilon 1C-ACC6-ENT-FO ACC 6 Enterprise Failover license for 1 camera $32.19 334512 Avigilon 4C-ACC6-ENT-FO ACC 6 Enterprise Failover license for up to 4 cameras $125.18 334512 Avigilon 8C-ACC6-ENT-FO ACC 6 Enterprise Failover license for up to 8 cameras $246.79 334512 Avigilon 16C-ACC6-ENT-FO ACC 6 Enterprise Failover license for up to 16 cameras $490.00 334512 Avigilon 24C-ACC6-ENT-FO ACC 6 Enterprise Failover license for up to 24 cameras $711.75 334512 Avigilon 48C-ACC6-ENT-FO ACC 6 Enterprise Failover license for up to 48 cameras $1,419.92 ACC 6 POS Transaction SW license for recording a single stream of 334512 Avigilon ACC6-POS-ISTR transaction details. Compatible with Enterprise and Standard only. $160.95 Amag Symmetry Integration Module for a site. Enables event and video integration between Amag Symmetry and an Avigilon Control 334512 Avigilon ACC6-AMAG-SMTRY Center site. $1,788.31 Gallagher (Formerly Cardax) Integration Module for a site. Enables bi-directional event and video integration between Gallagher 334512 Avigilon ACC6-GLGR-CMNDC Command Center and an Avigilon Control Center site. $1,788.31 GAAP Certified Lenel OnGuard Integration Module for a site. Enables event and video integration between Lenel OnGuard and an 334512 Avigilon ACC6-LENL-ONGRD Avigilon Control Center site. $1,788.31 Software House CCURE 9000 Integration Module for a site. Enables video integration between Software House CCURE 9000 and an 334512 Avigilon ACC6-SWHS-CCURE Avigilon Control Center site. $1,788.31 Hirsch Velocity Integration Module for a site. Enables alarm 334512 Avigilon ACC6-HRSH-VLCTY integration from Hirsch Velocity to an Avigilon Control Center site. $1,788.31 Interlogix Forcefield Integration Module for a site. Enables video and event integration to Interlogix Forcefield from an Avigilon 334512 Avigilon ACC6-INTX-FORCE Control Center site. $1,788.31 Jacques Integration Module for a site. Enables bi-directional event integration between Jacques VoIP Voice Communication System 334512 Avigilon ACC6-JAQS-INTCM and an Avigilon Control Center site. $1,788.31 Paxton Nett Integration Module for a site. Enables event and video integration between Paxton Nett and an Avigilon Control Center 334512 Avigilon ACC6-PXTN-NET2 site. $1,788.31 Stentofon AlphaCom Integration Module for a site. Enables bi- directional event integration between Stentofon AlphaCom and an 334512 Avigilon ACC6-STFN-ALPHA Avigilon Control Center site. $1,788.31 ACC 5 Core license for up to 1 camera channels and 2 viewing 334512 Avigilon 1C-ACCS-COR clients $67.96 ACC 5 Core license for up to 4 camera channels and 2 viewing 334512 Avigilon 4C-ACCS-COR clients $232.48 ACC 5 Core license for up to 8 camera channels and 2 viewing 334512 Avigilon 8C-ACCS-COR clients $461.38 ACC 5 Core license for up to 16 camera channels and 2 viewing 334512 Avigilon 16C-ACCS-COR clients $919.19 ACC 5 Core license for up to 24 camera channels and 2 viewing 334512 Avigilon 24C-ACCS-COR clients $1,355.54 334512 Avigilon 1C-ACCS-COR-STD-UPG ACC 5 upgrade license Core to Standard for 1 camera channel $82.26 334512 Avigilon 4C-ACCS-COR-STD-UPG ACC 5 upgrade license Core to Standard for 4 camera channels $304.01 334512 Avigilon 8C-ACCS-COR-STD-UPG ACC 5 upgrade license Core to Standard for 8 camera channels $611.60 334512 Avigilon 16C-ACCS-COR-STD-UPG ACC 5 upgrade license Core to Standard for 16 camera channels $1,212.48 334512 Avigilon 24C-ACCS-COR-STD-UPG ACC 5 upgrade license Core to Standard for 24 camera channels $1,824.08 334512 Avigilon 1C-ACCS-COR-ENT-UPG ACC 5 upgrade license Core to Enterprise for 1 camera channel $193.14 334512 Avigilon 4C-ACCS-COR-ENT-UPG ACC 5 upgrade license Core to Enterprise for 4 camera channels $661.68 334512 Avigilon 8C-ACCS-COR-ENT-UPG ACC 5 upgrade license Core to Enterprise for 8 camera channels $1,287.59 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 51 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 334512 Avigilon 16C-ACCS-COR-ENT-UPG ACC 5 upgrade license Core to Enterprise for 16 camera channels $2,539.40 334512 Avigilon 24C-ACCS-COR-ENT-UPG ACC 5 upgrade license Core to Enterprise for 24 camera channels $3,791.22 ACC 5 Standard license for up to 1 camera channels and 5 viewing 334512 Avigilon 1C-ACCS-STD clients $132.34 ACC 5 Standard license for up to 4 camera channels and 5 viewing 334512 Avigilon 4C-ACCS-STD clients $475.69 ACC 5 Standard license for up to 8 camera channels and 5 viewing 334512 Avigilon 8C-ACCS-STD clients $947.81 ACC 5 Standard license for up to 16 camera channels and 5 viewing 334512 Avigilon 16C-ACCS-STD clients $1,892.03 ACC 5 Standard license for up to 24 camera channels and 5 viewing 334512 Avigilon 24C-ACCS-STD clients $2,829.11 334512 Avigilon 1C-ACCS-STD-ENT-UPG ACC 5 upgrade license Standard to Enterprise for 1 camera channels $153.79 334512 Avigilon 4C-ACCS-STD-ENT-UPG ACC 5 upgrade license Standard to Enterprise for 4 camera channels $511.46 334512 Avigilon 8C-ACCS-STD-ENT-UPG ACC 5 upgrade license Standard to Enterprise for 8 camera channels $1,015.76 ACC 5 upgrade license Standard to Enterprise for 16 camera 334512 Avigilon 16C-ACCS-STD-ENT-UPG channels $2,035.10 ACC 5 upgrade license Standard to Enterprise for 24 camera 334512 Avigilon 24C-ACCS-STD-ENT-UPG channels $3,036.55 ACC 5 Enterprise license for up to 1 camera channels and unlimited 334512 Avigilon 1C-ACCS-ENT viewing clients $239.63 ACC 5 Enterprise license for up to 4 camera channels and unlimited 334512 Avigilon 4C-ACCS-ENT viewing clients $826.20 ACC 5 Enterprise license for up to 8 camera channels and unlimited 334512 Avigilon 8C-ACCS-ENT viewing clients $1,638.09 ACC 5 Enterprise license for up to 16 camera channels and unlimited 334512 Avigilon 16C-ACCS-ENT viewing clients $3,215.39 ACC 5 Enterprise license for up to 24 camera channels and unlimited 334512 Avigilon 24C-ACCS-ENT viewing clients $4,789.10 334512 Avigilon ACCS-4TOS-COR-UPG ACC 5 upgrade license for one ACC 4 Core server $67.96 334512 Avigilon ACCS-4TOS-STD-UPG ACC 5 upgrade license for one ACC 4 Standard server $132.34 334512 Avigilon ACCS-4TOS-ENT-UPG ACC 5 upgrade license for one ACC 4 Enterprise server $239.63 ACC 5 POS Transaction SW license for recording a single stream of 334512 Avigilon ACCS-POS-ISTR transaction details. $160.95 Amag Symmetry Integration Module for a site. Enables event and video integration between Amag Symmetry and an Avigilon Control 334512 Avigilon ACCS-AMAG-SMTRY Center site. $1,788.31 Gallagher (Formerly Cardax) Integration Module for a site. Enables bi-directional event and video integration between Gallagher 334512 Avigilon ACCS-GLGR-CMNDC Command Center and an Avigilon Control Center site. $1,788.31 GAAP Certified Lenel OnGuard Integration Module for a site. Enables event and video integration between Lenel OnGuard and an 334512 Avigilon ACCS-LENL-ONGRD Avigilon Control Center site. $1,788.31 Hirsch Velocity Integration Module for a site. Enables alarm 334512 Avigilon ACCS-HRSH-VLCTY integration from Hirsch Velocity to an Avigilon Control Center site. $1,788.31 Jacques Integration Module for a site. Enables bi-directional event integration between Jacques VoIP Voice Communication System 334512 Avigilon ACCS-JAQS-INTCM and an Avigilon Control Center site. $1,788.31 GAAP Certified Lenel OnGuard Integration Module for a site. Enables event and video integration between Lenel OnGuard and an 334512 Avigilon ACCS-LENL-FCWNX Avigilon Control Center site. $1,788.31 Lenel Facility Commander Wnx Integration Module for a site. Enables bi-directional event integration between Facility 334512 Avigilon ACCS-INTX-FORCE Commander Wnx and an Avigilon Control Center site. $1,788.31 Paxton Nett Integration Module for a site. Enables event and video integration between Paxton Nett and an Avigilon Control Center 334512 Avigilon ACCS-PXTN-NET2 site. $1,788.31 S2 NetBox Integration Module for a site. Enables video integration 334512 Avigilon ACCS-S2-NETBX between S2 NetBox and an Avigilon Control Center site. $1,788.31 Software House CCURE 9000 Integration Module for a site. Enables video integration between Software House CCURE 9000 and an 334512 Avigilon ACCS-SWHS-CCURE Avigilon Control Center site. $1,788.31 Stentofon AlphaCom Integration Module for a site. Enables bi- directional event integration between Stentofon AlphaCom and an 334512 Avigilon ACCS-STFN-ALPHA Avigilon Control Center site. $1,788.31 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 52 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 334512 Avigilon ACC-SDK-DEV Grants access to the Avigilon SDK Developer's Portal, and the Avigilon Control Center SDK. $2,503.64 334512 Avigilon VMA-AS2-8P2-NA HD Video Appliance 8-port 2TB unit with ACC Core 8-ch license $1,786.17 334512 Avigilon VMA-AS2-8P4-NA HD Video Appliance 8-port 4TB unit with ACC Core 8-ch license $1,963.57 334512 Avigilon VMA-AS2-16PO6-NA HD Video Appliance Pro 16-port 6TB unit with ACC Standard 16-ch license $4,649.61 334512 Avigilon VMA-AS2-16PO9-NA HD Video Appliance Pro 16-port 9TB unit with ACC Standard 16-ch license $5,246.91 334512 Avigilon VMA-AS2-16P12-NA HD Video Appliance Pro 16-port 12TB unit with ACC Standard 16-ch license $6,080.26 334512 Avigilon VMA-AS2-24P12-NA HD Video Appliance Pro 24-port 12TB unit with ACC Standard 24-ch license $7,153.25 334512 Avigilon VMA-AS2-24P18-NA HD Video Appliance Pro 24-port 18TB unit with ACC Standard 24-ch license $8,583.90 334512 Avigilon VMA-AS2-24P24-NA HD Video Appliance Pro 24-port 24TB unit with ACC Standard 24-ch license $10,014.55 334512 Avigilon VMA-AS2-8PRMSIU 1U Rack mount shelf for HD Video Appliance 8-port $60.80 334512 Avigilon HD-NVR4-STD-16TB-S16-NA HD NVR4 STD 16TB 2U Rack Vint, Windows Server 2016 $10,819.29 334512 Avigilon HD-NVR4-STD-24TB-S16-NA HD NVR4 STD 24TB 2U Rack Vint, Windows Server 2016 $12,210.60 334512 Avigilon HD-NVR4-STD-32TB-S16-NA HD NVR4 STD 32TB 2U Rack Vint, Windows Server 2016 $13,415.92 334512 Avigilon HD-NVR4-STD-48TB-S16-NA HD NVR4 STD 48TB 2U Rack Vint, Windows Server 2016 $17,854.51 334512 Avigilon HD-NVR4-PRM-64TB-NA HD NVR4 PRM 64TB 2U Rack Vint, Windows Server 2016 $21,238.10 334512 Avigilon HD-NVR4-PRM-96TB-NA HD NVR4 PRM 96TB 2U Rack Vint, Windows Server 2016 $24,663.60 334512 Avigilon HD-NVR4-PRM-128TB-NA HD NVR4 PRM 128TB 2U Rack Vint, Windows Server 2016 $32,542.25 334512 Avigilon HD-NVR4-PRM-157TB-NA HD NVR4 PRM 157TB 2U Rack Vint, Windows Server 2016 $39,965.31 334512 Avigilon HD-NVR4-PRM-192TB-NA HD NVR4 PRM 192TB 2U Rack Vint, Windows Server 2016 $48,984.65 334512 Avigilon HD-NVR4-STD-16TB-NA HD NVR4 STD 16TB 2U Rack Vint, Windows 10 IoT LTSB $8,991.94 334512 Avigilon HD-NVR4-STD-24TB-NA HD NVR4 STD 24TB 2U Rack Vint, Windows 10 IoT LTSB $10,324.46 334512 Avigilon HD-NVR4-STD-32TB-NA HD NVR4 STD 32TB 2U Rack Vint, Windows 10 IoT LTSB $11,249.34 334512 Avigilon HD-NVR4-STD-48TB-NA HD NVR4 STD 48TB 2U Rack Vint, Windows 10 IoT LTSB $16,065.60 334512 Avigilon NVR4-VAL-6TB-NA NVR4 VAL 6TB NA 1U Rack Vint, Windows 10 IoT $3,082.95 334512 Avigilon NVR4-VAL-12TB-NA NVR4 VAL 12TB NA 1U Rack Vint, Windows 10 IoT $3,905.07 334512 Avigilon NVR4-VAL-16TB-NA NVR4 VAL 16TB NA 1U Rack Vint, Windows 10 IoT $4,624.43 334512 Avigilon NVR4-VAL-24TB-NA NVR4 VAL 24TB NA 1U Rack Vint, Windows 10 IoT $6,885.26 334512 Avigilon NVR4-WKS-4TB-NA NVR4 Workstation 4TB, NA $1,670.28 334512 Avigilon NVR4-WKS-8TB-NA NVR4 Workstation 8TB, NA $1,909.92 334512 Avigilon HD-NVR3-VAL-3TB-NA HD NVR3 VAL 3TB NA 1U Rack W10 ROW $2,754.00 334512 Avigilon HD-NVR3-VAL-6TB-NA HD NVR3 VAL 6TB NA 1U Rack Vint, Window 10loT $4,184.65 334512 Avigilon HD-NVR3-VAL-12TB-NA HD NVR3 VAL 12TB NA 1U Rack Vint, Window 10 IoT $5,246.91 334512 Avigilon HD-NVR3-VAL-18TB-NA HD NVR3 VAL 18TB NA 1U Rack Vint, Window 10loT $6,899.31 334512 Avigilon HD-NVR2-EXP2-CARD Expansion card for connecting HD-NVR-EXP2 storage expansions to an HD NVR Server. $640.22 334512 Avigilon HD-NVR-EXP2-30TB 30TB RAID 6 Expansion, 2U Rack Mount $9,128.26 334512 Avigilon HD-NVR3-PRM-2NDCPU 2nd CPU + Heatsink, 2x 8GB RAM, NVR3 PRM $1,480.72 334512 Avigilon HD-NVR3-STD-2NDCPU 2nd CPU + Heatsink, 2x 8GB RAM, NVR3 STD $1,319.77 334512 Avigilon HD-NVR3-PRM-2NDPS-NA Power Supply, Hot-Swappable, NVR3 PRM, NA power cord $332.63 334512 Avigilon HD-NVR3-STD-2NDPS-NA Power Supply, Hot-Swappable, NVR3 STD, NA power cord $332.63 334512 Avigilon HD-NVR3-VAL-2NDPS-NA Power Supply, Hot-Swappable, NVR3 VAL, NA power cord $293.28 334512 Avigilon HD-NVRWS3-8TB-NA NVR Workstation, 8.0 TB Storage, NA power cord $2,242.54 334512 Avigilon HD-RMWS3-2MN-NA Avigilon Control Center Professional high performance remote monitoring workstation for up to 2 monitors, NA power cord $1,484.30 334512 I Avigilon HD-RMWS3-4MN-NA Avigilon Control Center Professional high performance remote monitoring workstation for viewing on up to four monitors. $2,485.75 334512 Avigilon HD-NVR4-HDDN-HOT-10TB 10TB HDD in Caddie (Front/Rear Bay Only) - NVR4-PRM-157 (see compatibility guide) $1,659.55 334512 Avigilon HD-NVR4-HDDN-INT-10TB 10TB HDD (Internal Bay Only) - NVR4-PRM-157 (see compatibility guide) $1,623.79 334512 Avigilon HD-NVR4-HDDN-HOT-8TB 8TB HDD in Caddie (Front/Rear Bay Only) - NVR4-PRM-128, NVR4- PRM-96 (see compatibility guide) $1,323.35 334512 Avigilon HD-NVR4-HDDN-INT-8TB 8TB HDD (Internal Bay Only) - NVR4-PRM-128, NVR4-PRM-96 (see compatibility guide) $1,287.59 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 53 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 334512 Avigilon HD-NVR4-HDDN-HOT-4TB 4TB HDD in Caddie (Front/Rear Bay Only) - NVR4-PRM-64 (see compatibility guide) $836.93 334512 Avigilon HD-NVR4-HDDN-INT-4TB 4TB HDD (Internal Bay Only) - NVR4-PRM-64 (see compatibility guide) $786.86 334S12 1 Avigilon HD-NVR4-HDDS-HOT-8TB 8TB HDD in Caddie (Front/Rear Bay Only) - NVR4-STD-48, NVR4-STD- 32 (see compatibility guide) $1,090.87 334S12 Avigilon HD-NVR4-HDDS-HOT-4TB 4TB HDD in Caddie (Front/Rear Bay Only) - NVR4-STD-24, NVR4-STD- 16 (see compatibility guide) $658.10 334512 Avigilon HD-NVR3-HDDN-HOT-10TB 10TB HDD in Caddie (Front/Rear Bay Only) - NVR3-PRM-137 (see compatibility guide) $1,670.28 334512 Avigilon HD-NVR3-HDDN-INT-10TB 10TB HDD (Internal Bay Only) - NVR3-PRM-137 (see compatibility guide) $1,645.25 334512 Avigilon HD-NVR3-HDDN-HOT-4TB 4TB HDD in Caddie (Front/Rear Bay Only) - NVR3-STD-24 (see compatibility guide) $836.93 334512 Avigilon HD-NVR3-HDDS-HOT-4TB 4TB HDD in Caddie (Front/Rear Bay Only) - NVR3-VAL-12, Gen 2 (see compatibility guide) $586.57 334512 Avigilon HD-NVR3-HDDS-HOT-2TB 2TB HDD in Caddie (Front/Rear Bay Only) - NVR3-VAL-6, Gen 2 (see compatibility guide) $479.27 334512 Avigilon HD-NVR3-HDDS-HOT-ITB 1TB HDD in Caddie (Front/Rear Bay Only) - NVR3-VAL-3, Gen 2 (see compatibility guide) $393.43 334512 Avigilon HD-NVR4-HDDS-PACK-32TB 32TB Storage Expansion Pack for NVR4-STD-32TB, NVR4-STD-I6TB (see compatibility guide) $6,545.22 334512 Avigilon HD-NVR4-HDDS-PACK-16TB 16TB Storage Expansion Pack for NVR4-STD-32TB, NVR4-STD-I6TB (see compatibility guide) $3,934.29 334512 Avigilon HD-NVR4-PRM-WARR-EXTEND-1YR 1 Year Extended Warranty for HD-NVR4-PRM $1,509.34 334512 Avigilon HD-NVR4-PRM-WARR-EXTEND-2YR 2 Year Extended Warranty for HD-NVR4-PRM $3,000.79 334512 Avigilon HD-NVR4-STD-WARR-EXTEND-1YR 1 Year Extended Warranty for HD-NVR4-STD $1,008.61 334512 Avigilon HD-NVR4-STD-WARR-EXTEND-2YR 2 Year Extended Warranty for HD-NVR4-STD $1,999.33 334512 Avigilon NVR4-WKS-WARR-EXTEND-1YR 1 Year Extended Warranty for NVR4-WKS or RM5-WKS $143.07 334512 Avigilon NVR4-WKS-WARR-EXTEND-2YR 2 Year Extended Warranty for NVR4-WKS or RM5-WKS $275.40 334512 Avigilon HD-NVR-KYD-WARR-1YR 1 Year Keep Your Drive Warranty- All NVR Server Models $239.63 334512 Avigilon HD-NVR-KYD-WARR-2YR 2 Year Keep Your Drive Warranty- All NVR Server Models $357.66 334512 Avigilon HD-NVR-KYD-WARR-3YR 3 Year Keep Your Drive Warranty- All NVR Server Models $475.69 334512 Avigilon HD-NVR-KYD-WARR-4YR 4 Year Keep Your Drive Warranty- All NVR Server Models $597.30 334512 Avigilon HD-NVR-KYD-WARR-SYR 5 Year Keep Your Drive Warranty- All NVR Server Models $715.33 334512 Avigilon RMS-WKS-4MN-NA Remote Monitoring Workstation, 4 monitors, NA $2,246.12 334512 Avigilon RMS-WKS-2MN-NA Remote Monitoring Workstation, 2 monitors, NA $1,430.65 334512 Avigilon HD-NVR4-STD-2NDPS-NA Power Supply, Hot-Swappable, NVR4 STD, NA power cord $332.63 334512 Avigilon HD-NVR4-PRM-2NDPS-NA Power Supply, Hot-Swappable, NVR4 PRM, NA power cord $332.63 334512 Avigilon IDRAC9-ENT-UPG IDRAC 9 Enterprise Upgrade for NVR4/AIA $479.27 334512 Avigilon IDRAC8-ENT-UPG IDRAC 8 Enterprise Upgrade for NVR3 $479.27 334512 Avigilon VMA-AIA-2NDPS-NA Replacement, hot-swappable power supply, for NA $332.63 334512 Avigilon VMA-AIAI-CG2-NA Avigilon Al Appliance A20 Model, NA $16,985.39 334512 Avigilon 2.0C -HSA -D1 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Indoor Dome, 3.3- 9mm f/1.3 P -iris lens, Next -Generation Analytics $572.26 334512 Avigilon 2.0C -HSA -DI -IR 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Indoor Dome, 3.3- 9mm f/1.3 P -iris lens, Integrated IR, Next -Generation Analytics $608.03 334512 Avigilon 2.00 -HSA -D2 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Indoor Dome, 9- 22mm f/1.6 P -iris lens, Next -Generation Analytics $600.87 334512 Avigilon 2.00-HSA-DC1 2.0 MP (1080p) WDR, LightCatcher, Day/Night, In -Ceiling Dome, 3.3- 9mm f/1.3 P -iris lens, Next -Generation Analytics $608.03 334512 Avigilon 2.0C -HSA -DCI -IR 2.0 MP (1080p) WDR, LightCatcher, Day/Night, In -Ceiling Dome, 3.3- 9mm f/1.3 P -iris lens, Integrated IR, Next -Generation Analytics $643.79 334512 Avigilon 2.00-HSA-DC2 2.0 MP (1080p) WDR, LightCatcher, Day/Night, In -Ceiling Dome, 9- 22mm f/1.6 P -iris lens, Next -Generation Analytics $636.64 334512 Avigilon 2.00-HSA-DO1 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3.3- 9mm f/1.3 P -iris lens, Next -Generation Analytics $679.56 334512 Avigilon 2.0C-HSA-D0I-IR 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3.3- 9mm f/1.3 P -iris lens, Integrated IR, Next -Generation Analytics $715.33 334512 Avigilon 2.00-HSA-DO2 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Outdoor Dome, 9- 22mm f/1.6 P -iris lens, Next -Generation Analytics $708.17 334512 Avigilon 2.00-HSA-DP1 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Pendant Dome, 3.3- 9mm f/1.3 P -iris lens, Next -Generation Analytics. Must use with a H4A-M 1 $636.64 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 54 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Pendant Dome, 3.3- 9mm f/1.3 P-iris lens, Integrated IR, Next-Generation Analytics. 334512 Avigilon 2.0C-HSA-DPI-IR Must use $672.41 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Pendant Dome, 9- 22mm f/1.6 P-iris lens, Next-Generation Analytics. Must use with a 334512 1 Avigilon 2.00-HSA-DP2 H4A-M $665.25 4.0 MP WDR, LightCatcher, Day/Night, Indoor Dome, 3.3-9mm f/1.3 334512 Avigilon 4.0C-HSA-D1 P-iris lens, Next-Generation Analytics $673.84 4.0 MP WDR, LightCatcher, Day/Night, Indoor Dome, 3.3-9mm f/1.3 334512 Avigilon 4.0C-HSA-DI-IR P-iris lens, Integrated IR, Next-Generation Analytics $709.60 4.0 MP WDR, LightCatcher, Day/Night, Indoor Dome, 9-22mm f/1.6 334512 Avigilon 4.00-HSA-D2 P-iris lens, Next-Generation Analytics $702.45 4.0 MP WDR, LightCatcher, Day/Night, In-Ceiling Dome, 3.3-9mm 334512 Avigilon 4.00-HSA-DC1 f/1.3 P-iris lens, Next-Generation Analytics $709.60 4.0 MP WDR, LightCatcher, Day/Night, In-Ceiling Dome, 3.3-9mm 334512 Avigilon 4.0C-HSA-DCI-IR f/1.3 P-iris lens, Integrated IR, Next-Generation Analytics $745.37 4.0 MP WDR, LightCatcher, Day/Night, In-Ceiling Dome, 9-22mm 334512 Avigilon 4.00-HSA-DC2 f/1.6 P-iris lens, Next-Generation Analytics $738.22 4.0 MP WDR, LightCatcher, Day/Night, Outdoor Dome, 3.3-9mm 334512 Avigilon 4.00-HSA-DO1 f/1.3 P-iris lens, Next-Generation Analytics $781.13 4.0 MP WDR, LightCatcher, Day/Night, Outdoor Dome, 3.3-9mm 334512 Avigilon 4.0C-HSA-D0I-IR f/1.3 P-iris lens, Integrated IR, Next-Generation Analytics $816.90 4.0 MP WDR, LightCatcher, Day/Night, Outdoor Dome, 9-22mm 334512 Avigilon 4.00-HSA-DO2 f/1.6 P-iris lens, Next-Generation Analytics $809.75 4.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 3.3-9mm f/1.3 P-iris lens, Next-Generation Analytics. Must use with a H4A- 334512 Avigilon 4.00-HSA-DP1 MT-WALL $738.22 4.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 3.3-9mm f/1.3 P-iris lens, Integrated IR, Next-Generation Analytics. Must use 334512 Avigilon 4.0C-HSA-DPI-IR with a H $773.98 4.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 9-22mm f/1.6 P-iris lens, Next-Generation Analytics. Must use with a H4A- 334512 Avigilon 4.00-HSA-DP2 MT-WALL1 $766.83 5.0 MP WDR, LightCatcher, Day/Night, Outdoor Dome, 9-22mm 334512 Avigilon S.00-HSA-DO2 f/1.6 P-iris lens, Next-Generation Analytics $854.81 5.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 9-22mm f/1.6 P-iris lens, Next-Generation Analytics. Must use with a H4A- 334512 Avigilon S.00-HSA-DP2 MT-WALL1 $811.89 6.0 MP WDR, LightCatcher, Day/Night, Indoor Dome, 4.9-8mm f/1.8 334512 Avigilon 6.0C-HSA-D1 P-iris lens, Next-Generation Analytics $776.13 6.0 MP WDR, LightCatcher, Day/Night, Indoor Dome, 4.9-8mm f/1.8 334512 Avigilon 6.0C-HSA-DI-IR P-iris lens, Integrated IR, Next-Generation Analytics $811.89 6.0 MP WDR, LightCatcher, Day/Night, In-Ceiling Dome, 4.9-8mm 334512 Avigilon 6.00-HSA-DC1 f/1.8 P-iris lens, Next-Generation Analytics $811.89 6.0 MP WDR, LightCatcher, Day/Night, In-Ceiling Dome, 4.9-8mm 334512 Avigilon 6.0C-HSA-DCI-IR f/1.8 P-iris lens, Integrated IR, Next-Generation Analytics $847.66 6.0 MP WDR, LightCatcher, Day/Night, Outdoor Dome, 4.9-8mm 334512 Avigilon 6.00-HSA-DO1 f/1.8 P-iris lens, Next-Generation Analytics $883.43 6.0 MP WDR, LightCatcher, Day/Night, Outdoor Dome, 4.9-8mm 334512 Avigilon 6.0C-HSA-D0I-IR f/1.8 P-iris lens, Integrated IR, Next-Generation Analytics $919.19 6.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 4.9-8mm f/1.8 P-iris lens, Next-Generation Analytics. Must use with a H4A- 334512 Avigilon 6.00-HSA-DP1 MT-WALL $840.51 6.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 4.9-8mm f/1.8 P-iris lens, Integrated IR, Next-Generation Analytics. Must use 334512 Avigilon 6.0C-HSA-DPI-IR with a H $876.27 8.0 MP (4K) WDR, LightCatcher, Day/Night, Indoor Dome, 4.9-8mm 334512 Avigilon 8.0C-HSA-D1 f/1.8 P-iris lens, Next-Generation Analytics $929.92 8.0 MP (4K) WDR, LightCatcher, Day/Night, Indoor Dome, 4.9-8mm 334512 Avigilon 8.0C-HSA-DI-IR f/1.8 P-iris lens, Integrated IR, Next-Generation Analytics $965.69 8.0 MP (4K) WDR, LightCatcher, Day/Night, In-Ceiling Dome, 4.9- 334512 Avigilon 8.00-HSA-DC1 8mm f/1.8 P-iris lens, Next-Generation Analytics $965.69 8.0 MP (4K) WDR, LightCatcher, Day/Night, In-Ceiling Dome, 4.9- 334512 Avigilon 8.0C-HSA-DCI-IR 18mm f/1.8 P-iris lens, Integrated IR, Next-Generation Analytics $1,001.46 8.0 MP (4K) WDR, LightCatcher, Day/Night, Outdoor Dome, 4.9- Avigilon 18.00-HSA-DO1 8mm f/1.8 P-iris lens, Next-Generation Analytics $1,037.22 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 55 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 8.0 MP (4K) WDR, LightCatcher, Day/Night, Outdoor Dome, 4.9- 334512 Avigilon 8.0C-HSA-D0I-IR 8mm f/1.8 P-iris lens, Integrated IR, Next-Generation Analytics $1,072.99 8.0 MP (4K) WDR, LightCatcher, Day/Night, Pendant Dome, 4.9- 8mm f/1.8 P-iris lens, Next-Generation Analytics. Must use with a 334512 1 Avigilon 8.00-HSA-DP1 H4A-MT-W $994.30 8.0 MP (4K) WDR, LightCatcher, Day/Night, Pendant Dome, 4.9- 8mm f/1.8 P-iris lens, Integrated IR, Next-Generation Analytics. 334512 Avigilon 8.0C-HSA-DPI-IR Must use wit $1,030.07 2.0 MP (1080p) WDR, LightCatcher, 3.3-9mm f/1.3 P-iris lens, 334512 Avigilon 2.0C-HSA-B0I-IR Integrated IR, Next-Generation Analytics $715.33 2.0 MP (1080p) WDR, LightCatcher, 9-22mm f/1.6 P-iris lens, 334512 Avigilon 2.00-HSA-BO2-IR Integrated IR, Next-Generation Analytics $743.94 4.0 MP WDR, LightCatcher, 3.3-9mm f/1.3 P-iris lens, Integrated IR, 334512 Avigilon 4.0C-HSA-B0I-IR Next-Generation Analytics $816.90 4.0 MP WDR, LightCatcher, 9-22mm f/1.6 P-iris lens, Integrated IR, 334512 Avigilon 4.00-HSA-BO2-IR Next-Generation Analytics $845.51 5.0 MP WDR, LightCatcher, 9-22mm f/1.6 P-iris lens, Integrated IR, 334512 Avigilon S.00-HSA-1302-IR Next-Generation Analytics $890.58 6.0 MP WDR, LightCatcher, 4.9-8mm f/1.8 P-iris lens, Integrated IR, 334512 Avigilon 6.0C-1-ISA-1301-IR Next-Generation Analytics $919.19 8.0 MP (4K) WDR, LightCatcher, 4.9-8mm f/1.8 P-iris lens, 334512 Avigilon 8.0C-1-ISA-1301-IR Integrated IR, Next-Generation Analytics $1,072.99 2.0 MP (1080p) WDR, LightCatcher, Day/Night, 4.7-84.6mm f/1.6 334512 Avigilon 2.00-HSA-B1 lens, Next-Generation Analytics $604.45 2.0 MP (1080p) WDR, LightCatcher, Day/Night, 3.3-9mm f/1.3 P-iris 334512 Avigilon 2.00-HSA-B2 lens, Next-Generation Analytics $572.26 4.0 MP WDR, LightCatcher, Day/Night, 3.3-9mm f/1.3 lens, Next- 334512 Avigilon 4.00-HSA-B2 Generation Analytics $673.84 4.0 MP WDR, LightCatcher, Day/Night, 9-22mm f/1.6 lens, Next- 334512 Avigilon 4.00-HSA-B3 Generation Analytics $702.45 6.0 MP WDR, LightCatcher, Day/Night, 4.9-8mm f/1.8 lens, Next- 334512 Avigilon 6.00-HSA-B2 Generation Analytics $776.13 8.0 MP (4K) WDR, LightCatcher, Day/Night, 4.9-8mm f/1.8 lens, 334512 Avigilon 8.00-HSA-B2 Next-Generation Analytics $929.92 334512 Avigilon 1.3C-HSSL-D1 1.3 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4 $257.52 1.3 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4, 334512 Avigilon 1.3C-HSSL-DI-IR Integrated IR $282.55 1.3 MP, WDR, LightCatcher, Day/Night, Outdoor Dome, 3.1-8.4mm 334512 Avigilon 1.3C-HSSL-D01-IR f/1.6, Integrated IR $336.20 334512 Avigilon 2.00-HSSL-D1 2.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4 $293.28 2.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4, 334512 Avigilon 2.0C-HSSL-DI-IR Integrated IR $318.32 2.0 MP, WDR, LightCatcher, Day/Night, Outdoor Dome, 3.1-8.4mm 334512 Avigilon 2.0C-HSSL-D0I-IR f/1.6, Integrated IR $371.97 334512 Avigilon 3.00-HSSL-D1 3.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4 $329.05 3.0 MP, WDR, LightCatcher, Day/Night, Outdoor Dome, 3.1-8.4mm 334512 Avigilon 3.0C-HSSL-D0I-IR f/1.6, Integrated IR $407.74 5.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3.1-8.4mm 334512 Avigilon S.00-HSSL-D1 f/1.6 $400.58 5.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3.1-8.4mm 334512 Avigilon S.00-HSSL-DI-IR f/1.6, Integrated IR $425.62 5.0 MP, WDR, LightCatcher, Day/Night, Outdoor Dome, 3.1-8.4mm 334512 Avigilon S.0C-HSSL-D0I-IR f/1.6, Integrated IR $479.27 1.3 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon 1.3C-HSSL-B01-IR Camera, 3.1-8.4mm f/1.6, Integrated IR $336.20 2.0 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon 2.0C-HSSL-B0I-IR Camera, 3.1-8.4mm f/1.6, Integrated IR $371.97 3.0 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon 3.0C-HSSL-B0I-IR Camera, 3.1-8.4mm f/1.6, Integrated IR $407.74 3.0 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon 3.00-HSSL-BO2-IR Camera, 9.5-31mm f/1.4, Integrated IR $443.50 5.0 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon S.00-HSSL-1301-IR Camera, 3.1-8.4mm f/1.6, Integrated IR $479.27 5.0 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon S.00-HSSL-1302-IR Camera, 9.5-31mm f/1.4, Integrated IR $515.03 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 56 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Replacement clear transparent cover for H5A/H4A outdoor dome 334512 Avigilon H4A-DO-CLER1 camera. Includes dome bubble and grey camera cover. $42.92 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Indoor Dome, 334512 Avigilon 1.0C-H4A-D1-B 3-9mm f/1.3 P -iris lens, Self -Learning Video Analytics $500.73 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Indoor Dome, 334512 Avigilon 1.0C-H4A-DI-IR-B 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics $536.49 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Outdoor 334512 Avigilon 1.0C-H4A-D01-B Dome, 3-9mm f/1.3 P -iris lens, Self -Learning Video Analytics $608.03 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video 334512 Avigilon 1.0C-H4A-D01-IR-B Analytics $643.79 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Pendant Dome, 3-9mm f/1.3 P -iris lens, Self -Learning Video Analytics. Must 334512 Avigilon 1.0C-H4A-DP1-B use with a $565.11 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Pendant Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video 334512 Avigilon 1.0C-H4A-DPI-IR-B Analytics. Mu $600.87 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, In -Ceiling 334512 Avigilon 1.0C-H4A-DC1-B Dome, 3-9mm f/1.3 P -iris lens, Self -Learning Video Analytics $536.49 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Indoor Dome, 334512 Avigilon 1.0C-H4A-D2-B 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics $529.34 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Outdoor 334512 Avigilon 1.0C-H4A-D02-B Dome, 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics $636.64 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Pendant Dome, 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics. Must 334512 Avigilon 1.00-H4A-DP2-B use with $593.72 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, In -Ceiling 334512 Avigilon 1.0C-H4A-DC2-B Dome, 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics $565.11 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Indoor Dome, 334512 Avigilon 2.0C-H4A-D1-B 3-9mm f/1.3 P -iris lens, Self -Learning Video Analytics $572.26 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics 334512 Avigilon 2.0C-H4A-DI-IR-B $608.03 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Outdoor 334512 Avigilon 2.0C-H4A-D01-B Dome, 3-9mm f/1.3 P -iris lens, Self -Learning Video Analytics $679.56 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video 334512 Avigilon 2.0C-H4A-D01-IR-B Analytics $715.33 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Pendant Dome, 3-9mm f/1.3 P -iris lens, Self -Learning Video Analytics. Must 334512 Avigilon 2.0C-H4A-DP1-B use with $636.64 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Pendant Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video 334512 Avigilon 2.0C-H4A-DPI-IR-B Analytics. M $672.41 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, In -Ceiling 334512 Avigilon 2.0C-H4A-DC1-B Dome, 3-9mm f/1.3 P -iris lens, Self -Learning Video Analytics $608.03 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Indoor 334512 Avigilon 2.0C-H4A-D2-B Dome, 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics $600.87 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Outdoor 334512 Avigilon 2.0C-H4A-D02-B Dome, 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics $708.17 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Pendant Dome, 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics. Must 334512 Avigilon 2.00-H4A-DP2-B use wit $665.25 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, In -Ceiling 334512 Avigilon 2.0C-H4A-DC2-B Dome, 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics $636.64 3.0 Megapixel WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm 334512 Avigilon 3.0C-H4A-D1-B f/1.3 P -iris lens, Self -Learning Video Analytics $597.30 3.0 Megapixel WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm 334512 Avigilon 3.0C-H4A-DI-IR-B f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics $633.06 3.0 Megapixel WDR, LightCatcher, Day/Night, Outdoor Dome, 3- 334512 Avigilon 3.0C-H4A-D01-B 9mm f/1.3 P -iris lens, Self -Learning Video Analytics $704.60 3.0 Megapixel WDR, LightCatcher, Day/Night, Outdoor Dome, 3- 334512 Avigilon 3.0C-H4A-D01-IR-B 9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics $740.36 3.0 Megapixel WDR, LightCatcher, Day/Night, Pendant Dome, 3- 9mm f/1.3 P -iris lens, Self -Learning Video Analytics. Must use with a 334512 Avigilon 3.0C-H4A-DP1-l3 H4A-M 1 $661.68 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 57 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 3.0 Megapixel WDR, LightCatcher, Day/Night, Pendant Dome, 3- 9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics. 334512 Avigilon 3.0C-H4A-DPI-IR-13 Must use $697.44 3.0 Megapixel WDR, LightCatcher, Day/Night, In -Ceiling Dome, 3- 334512 I Avigilon 3.0C-H4A-DC1-13 9mm f/1.3 P -iris lens, Self -Learning Video Analytics $633.06 3.0 Megapixel WDR, LightCatcher, Day/Night, Indoor Dome, 9- 334512 Avigilon 3.0C-H4A-D2-13 22mm f/1.6 P -iris lens, Self -Learning Video Analytics $625.91 3.0 Megapixel WDR, LightCatcher, Day/Night, Outdoor Dome, 9- 334512 Avigilon 3.0C-H4A-D02-13 22mm f/1.6 P -iris lens, Self -Learning Video Analytics $733.21 3.0 Megapixel WDR, LightCatcher, Day/Night, Pendant Dome, 9- 22mm f/1.6 P -iris lens, Self -Learning Video Analytics. Must use with 334512 Avigilon 3.00-H4A-DP2-B a H4A $690.29 3.0 Megapixel WDR, LightCatcher, Day/Night, In -Ceiling Dome, 9- 334512 Avigilon 3.0C-H4A-DC2-13 22mm f/1.6 P -iris lens, Self -Learning Video Analytics $661.68 5.0 Megapixel, LightCatcher, 4.3 -8mm f/1.8 P -iris lens, Indoor 334512 Avigilon S.0L-H4A-D1-13 Dome, Self -Learning Video Analytics $683.14 5.0 Megapixel, LightCatcher, Indoor Dome, 4.3 -8mm f/1.8 P -iris 334512 Avigilon S.0L-H4A-DI-IR-13 lens, Integrated IR, Self -Learning Video Analytics $718.90 5.0 Megapixel, LightCatcher, Day/Night, Outdoor Dome, 4.3 -8mm 334512 Avigilon S.0L-H4A-D01-13 f/1.8 P -iris lens, Self -Learning Video Analytics $790.43 5.0 Megapixel, LightCatcher, Day/Night, Outdoor Dome, 4.3 -8mm 334512 Avigilon S.0L-H4A-D01-IR-13 f/1.8 P -iris lens, Integrated IR, Self -Learning Video Analytics $826.20 5.0 Megapixel, LightCatcher, Day/Night, Pendant Dome, 4.3 -8mm f/1.8 P -iris lens, Self -Learning Video Analytics. Must use with a H4A- 334512 Avigilon S.0L-H4A-DP1-13 MT -W $747.51 5.0 Megapixel, LightCatcher, Day/Night, Pendant Dome, 4.3 -8mm f/1.8 P -iris lens, Integrated IR, Self -Learning Video Analytics. Must 334512 Avigilon S.0L-H4A-DPI-IR-13 use wit $783.28 5.0 Megapixel, LightCatcher, Day/Night, In -Ceiling Dome, 4.3 -8mm 334512 Avigilon S.0L-H4A-DC1-13 f/1.8 P -iris lens, Self -Learning Video Analytics $718.90 5.0 Megapixel, LightCatcher, Day/Night, Indoor Dome, 9-22mm 334512 Avigilon S.0L-H4A-D2-13 f/1.6 P -iris lens, Self -Learning Video Analytics $711.75 5.0 Megapixel, LightCatcher, Day/Night, Outdoor Dome, 9-22mm 334512 Avigilon S.0L-H4A-D02-13 f/1.6 P -iris lens, Self -Learning Video Analytics $819.05 5.0 Megapixel, LightCatcher, Day/Night, Pendant Dome, 9-22mm f/1.6 P -iris lens, Self -Learning Video Analytics. Must use with a H4A- 334512 Avigilon S.OL-H4A-DP2-B MT -W $776.13 5.0 Megapixel, LightCatcher, Day/Night, In -Ceiling Dome, 9-22mm 334512 Avigilon S.0L-H4A-DC2-13 f/1.6 P -iris lens, Self -Learning Video Analytics $747.51 4K UHD (8.0 Megapixel), Day/Night, Indoor Dome, 4.3 -8mm f/1.8 P- 334512 Avigilon 8.0-H4A-D1-B iris lens, Self -Learning Video Analytics $929.92 4K UHD (8.0 Megapixel), Indoor Dome, 4.3 -8mm f/1.8 P -iris lens, 334512 Avigilon .8.0-1-14A-Dl-IR-13 Integrated IR Self -Learning Video Analytics $965.69 4K UHD (8.0 Megapixel), Day/Night, In -Ceiling Dome, 4.3 -8mm f/1.8 334512 Avigilon 8.0-H4A-DC1-13 P -iris lens, Self -Learning Video Analytics $965.69 4K UHD (8.0 Megapixel), Day/Night, Outdoor Dome, 4.3 -8mm f/1.8 334512 Avigilon 8.0 -1-14A -D01-13 P -iris lens, Self -Learning Video Analytics $1,037.22 4K UHD (8.0 Megapixel), Day/Night, Outdoor Dome, 4.3 -8mm f/1.8 334512 Avigilon 8.0 -1 -14A -D01 -IR -13 P -iris lens, Integrated IR, Self -Learning Video Analytics $1,072.99 4K UHD (8.0 Megapixel), Day/Night, Pendant Dome, 4.3 -8mm f/1.8 P -iris lens, Self -Learning Video Analytics. Must use with a H4A-MT- 334512 Avigilon 8.0-H4A-DP1-13 WAL $994.30 4K UHD (8.0 Megapixel), Day/Night, Pendant Dome, 4.3 -8mm f/1.8 P -iris lens, Integrated IR, Self -Learning Video Analytics. Must use 334512 Avigilon 8.0-H4A-DPI-IR-13 with a H $1,030.07 1.0 Megapixel (720p) WDR, LightCatcher, 3-9mm f/1.3 P -iris lens, 334512 Avigilon 1.00-H4A-1301-IR-13 Integrated IR, Self -Learning Video Analytics $643.79 1.0 Megapixel (720p) WDR, LightCatcher, 9-22mm f/1.6 P -iris lens, 334512 Avigilon 1.00-H4A-1302-IR-13 Integrated IR, Self -Learning Video Analytics $672.41 2.0 Megapixel (1080p) WDR, LightCatcher, 3-9mm f/1.3 P -iris lens, 334512 Avigilon 2.00-H4A-1301-IR-13 Integrated IR, Self -Learning Video Analytics $715.33 2.0 Megapixel (1080p) WDR, LightCatcher, 9-22mm f/1.6 P -iris lens, 334512 Avigilon 2.13C -1 -14A -1302 -IR -13 Integrated IR, Self -Learning Video Analytics $743.94 3.0 Megapixel WDR, LightCatcher, 3-9mm f/1.3 P -iris lens, 334512 Avigilon 3.00-H4A-1301-IR-13 Integrated IR, Self -Learning Video Analytics $740.36 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 58 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 3.0 Megapixel WDR, LightCatcher, 9-22mm f/1.6 P-iris lens, 334512 Avigilon 3.0C-H4A-B02-IR-13 Integrated IR, Self-Learning Video Analytics $768.97 5.0 Megapixel, LightCatcher, 4.3-8mm f/1.8 P-iris lens, Integrated 334512 Avigilon S.OL-H4A-1301-IR-13 IR, Self-Learning Video Analytics $826.20 5.0 Megapixel, LightCatcher, 9-22mm f/1.6 P-iris lens, Integrated IR, 334512 I Avigilon S.01--1-14A-1302-IR-13 Self-Learning Video Analytics $854.81 4K UHD (8.0 Megapixel), 4.3-8mm f/1.8 P-iris lens, Integrated IR, 334512 Avigilon 8.0-1-14A-1301-IR-13 Self-Learning Video Analytics $1,072.99 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, 4.7-84.6mm 334512 Avigilon 1.00-H4A-B1-B f/1.6 lens, Self-Learning Video Analytics $532.92 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, 3-9mm f/1.3 P- 334512 Avigilon 1.00-H4A-B2-B iris lens, Self-Learning Video Analytics $500.73 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, 9-22mm f/1.6 334512 Avigilon 1.00-H4A-B3-B P-iris lens, Self-Learning Video Analytics $529.34 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, 4.7-84.6mm 334512 Avigilon 2.00-H4A-B1-B f/1.6 lens, Self-Learning Video Analytics $604.45 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, 3-9mm f/1.3 334512 Avigilon 2.00-H4A-B2-B P-iris lens, Self-Learning Video Analytics $572.26 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, 9-22mm f/1.6 334512 Avigilon 2.00-H4A-B3-B P-iris lens, Self-Learning Video Analytics $600.87 3.0 Megapixel WDR, LightCatcher, Day/Night, 4.7-84.6mm f/1.6 334512 Avigilon 3.00-H4A-B1-B lens, Self-Learning Video Analytics $629.49 3.0 Megapixel WDR, LightCatcher, Day/Night, 3-9mm f/1.3 P-iris 334512 Avigilon 3.00-H4A-B2-B lens, Self-Learning Video Analytics $597.30 3.0 Megapixel WDR, LightCatcher, Day/Night, 9-22mm f/1.6 P-iris 334512 Avigilon 3.00-H4A-B3-B lens, Self-Learning Video Analytics $625.91 5.0 Megapixel, LightCatcher, Day/Night, 4.3-8mm f/1.8 P-iris lens, 334512 Avigilon S.01--1-14A-132-13 Self-Learning Video Analytics $683.14 5.0 Megapixel, LightCatcher, Day/Night, 9-22mm f/1.6 P-iris lens, 334512 Avigilon S.01--1-14A-133-13 Self-Learning Video Analytics $711.75 4K UHD (8.0 Megapixel), Day/Night, 4.3-8mm f/1.8 P-iris lens, Self- 334512 Avigilon 8.0-1-14A-132-13 Learning Video Analytics $929.92 320x256, Thermal Outdoor Bullet, 4.3mm f/1.0, 9Hz, NETD<60mK, 334512 Avigilon 3205-H4A-THC-BOSO Self-Learning Video Analytics $2,646.70 320x256, Thermal Outdoor Bullet, 9.1mm f/1.0, 9Hz, NETD<60mK, 334512 Avigilon 3205-H4A-THC-BO24 Self-Learning Video Analytics $2,789.77 320x256, Thermal Outdoor Bullet, 18.Omm f/1.0, 9Hz, NETD<60mK, 334512 Avigilon 3205-H4A-THC-BO12 Self-Learning Video Analytics $3,362.03 640x512, Thermal Outdoor Bullet, 8.7mm f/1.0, 9Hz, NETD<60mK, 334512 Avigilon 6405-H4A-THC-BOSO Self-Learning Video Analytics $4,220.42 640x512, Thermal Outdoor Bullet, 18mm f/1.0, 9Hz, NETD<60mK, 334512 Avigilon 6405-H4A-THC-BO24 Self-Learning Video Analytics $4,363.48 640x512, Thermal Outdoor Bullet, 36mm f/1.0, 9Hz, NETD<60mK, 334512 Avigilon 6405-H4A-THC-BO12 Self-Learning Video Analytics $5,972.96 334512 Avigilon 1.3C-H4SL-D1 1.3 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4 $257.52 1.3 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4, 334512 Avigilon 1.3C-H4SL-DI-IR Integrated IR $282.55 1.3 MP, WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm 334512 Avigilon 1.3C-H4SL-D01-IR f/1.4, Integrated IR $336.20 334512 Avigilon 2.0C-H4SL-D1 2.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4 $293.28 2.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4, 334512 Avigilon 2.0C-H4SL-DI-IR Integrated IR $318.32 2.0 MP, WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm 334512 Avigilon 2.0C-H4SL-D0I-IR f/1.4, Integrated IR $371.97 334512 Avigilon 3.0C-H4SL-D1 3.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4 $329.05 3.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 3-9mm f/1.4, 334512 Avigilon 3.0C-H4SL-DI-IR Integrated IR $354.09 3.0 MP, WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm 334512 Avigilon 3.0C-H4SL-D0I-IR f/1.4, Integrated IR $407.74 1.3 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon 1.3C-H4SL-B01-IR Camera , 3-9mm f/1.4, Integrated IR $336.20 2.0 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon 2.0C-H4SL-B0I-IR Cameras, 3-9mm f/1.4, Integrated IR $371.97 3.0 MP, WDR, LightCatcher, Day/Night, Indoor/Outdoor Bullet 334512 Avigilon 13.0C-H4SL-B01-IR Camera, 3-9mm f/1.4, Integrated IR $407.74 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 10 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 59 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video 334512 Avigilon 1.0C-H4A-12G-D01-IR Analytics, 128GB Built-in SSD $1,037.22 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics, 128GB Built-in SSD. Must use with a H4A-MT-WALL1 or 334512 Avigilon 1.0C-H4A-12G-DPI-IR H4A-MT-NPTA1. $1,037.22 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video 334512 Avigilon 2.0C-H4A-25G-D01-IR Analytics, 256GB Built-in SSD $1,251.82 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3-9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics, 256GB Built-in SSD. Must use with a H4A-MT-WALL1 or 334512 Avigilon 2.0C-H4A-25G-DPI-IR H4A-MT-NPTA1. $1,251.82 3.0 Megapixel WDR, LightCatcher, Day/Night, Outdoor Dome, 3- 9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics, 334512 Avigilon 3.0C-H4A-25G-D01-IR 256GB Built-in SSD $1,427.07 3.0 Megapixel WDR, LightCatcher, Day/Night, Outdoor Dome, 3- 9mm f/1.3 P -iris lens, Integrated IR, Self -Learning Video Analytics, 256GB Built-in SSD. Must use with a H4A-MT-WALL1 or H4A-MT- 334512 Avigilon 3.0C-H4A-25G-DPI-IR NPTA1. $1,427.07 1.0 Megapixel (720p) WDR, LightCatcher, 3-9mm f/1.3 P -iris lens, 334512 Avigilon 1.0C-H4A-12G-B01-IR Integrated IR, Self -Learning Video Analytics, 128GB Built-in SSD $1,037.22 1.0 Megapixel (720p) WDR, LightCatcher, 9-22mm f/1.6 P -iris lens, 334512 Avigilon 1.00-H4A-12G-BO2-IR Integrated IR, Self -Learning Video Analytics, 128GB Built-in SSD $1,072.99 2.0 Megapixel (1080p) WDR, LightCatcher, 3-9mm f/1.3 P -iris lens, 334512 Avigilon 2.0C-H4A-25G-B01-IR Integrated IR, Self -Learning Video Analytics, 256GB Built-in SSD $1,251.82 2.0 Megapixel (1080p) WDR, LightCatcher, 9-22mm f/1.6 P -iris lens, 334512 Avigilon 2.00-H4A-25G-BO2-IR Integrated IR, Self -Learning Video Analytics, 256GB Built-in SSD $1,287.59 3.0 Megapixel WDR, LightCatcher, 3-9mm f/1.3 P -iris lens, 334512 Avigilon 3.0C-H4A-25G-B01-IR Integrated IR, Self -Learning Video Analytics, 256GB Built-in SSD $1,427.07 3.0 Megapixel WDR, LightCatcher, 9-22mm f/1.6 P -iris lens, 334512 Avigilon 3.00-H4A-25G-BO2-IR Integrated IR, Self -Learning Video Analytics, 256GB Built-in SSD $1,462.84 1.0 Megapixel (720p) WDR, LightCatcher, Day/Night, 4.7-84.6mm 334512 Avigilon 1.0C-H4A-12G-B1 f/1.6 lens, Self -Learning Video Analytics, 128GB Built-in SSD $1,012.18 2.0 Megapixel (1080p) WDR, LightCatcher, Day/Night, 4.7-84.6mm 334512 Avigilon 2.0C-H4A-25G-B1 f/1.6 lens, Self -Learning Video Analytics, 256GB Built-in SSD $1,226.78 3.0 Megapixel WDR, LightCatcher, Day/Night, 4.7-84.6mm f/1.6 334512 Avigilon 3.0C-H4A-25G-B1 lens, Self -Learning Video Analytics, 256GB Built-in SSD $1,402.04 334512 Avigilon 1.00-H4IRPTZ-DP45 1MP H4 IR PTZ, 45X, Self -learning analytics, IK10, IP66, 250m IR $2,181.74 334512 Avigilon 2.00-H4IRPTZ-DP30 2MP H4 IR PTZ, 30X, Self -learning analytics, IK10, IP66, 250m IR $2,378.46 1MP H4 IR PTZ with Wiper 45X, Self -learning analytics, IK10, IP66, 334512 Avigilon 1.00-H4IRPTZ-DP45-WP 250m IR $2,324.81 2MP H4 IR PTZ, with Wiper 30X, Self -learning analytics, IK10, IP66, 334512 1 Avigilon 2.00-H4IRPTZ-DP30-WP 250m IR $2,521.52 1.0 Megapixel (720p) WDR Day/Night, 45x, Pendant Dome, Self - 334512 Avigilon 1.00-H4PTZ-DP45 learning analytics $1,630.94 2.0 Megapixel (1080p) WDR Day/Night, 30x, Pendant Dome, Self - 334512 Avigilon 2.00-H4PTZ-DP30 learning analytics $1,902.76 1.0 Megapixel (720p) WDR Day/Night, 45x, In -Ceiling Dome, Self - 334512 Avigilon 1.00-H4PTZ-DC45 learning analytics $1,437.80 2.0 Megapixel (1080p) WDR Day/Night, 30x, In -Ceiling Dome, Self - 334512 Avigilon 2.00-H4PTZ-DC30 learning analytics $1,709.63 334512 Avigilon 1.3-H4M-D1 1.3 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 2.8mm f/1.2 $178.83 1.3 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 2.8mm f/1.2, 334512 Avigilon 1.3-H4M-DI-IR IR $203.87 334512 Avigilon 2.00-H4M-D1 2.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 2.8mm f/1.2 $243.21 2.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 2.8mm f/1.2, 334512 Avigilon 2.0C-H4M-DI-IR IR $268.25 334512 Avigilon 3.00-H4M-D1 3.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 2.8mm f/1.2 $278.98 3.0 MP, WDR, LightCatcher, Day/Night, Indoor Dome, 2.8mm f/1.2, 334512 Avigilon 3.0C-H4M-DI-IR IR $304.01 Replacement cable accessory and adapter kit for H4 PTZ Pendant mount cameras. Includes waterproof RJ45 connector, M8 2 -pin 334512 Avigilon PTZMH-ACCS-CABL1 male cable and M12 12 -pin female cable. $35.77 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 11 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 60 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 334512 Avigilon 6.0L-H4F-D01-IR 6.0 MP, Fisheye Camera, LightCatcher, Day/Night, 1.45mm f/2.2, Integrated IR $468.54 334512 Avigilon 12.0-H4F-D01-IR 12.0 MP, Fisheye Camera, Day/Night, 1.45mm f/2.2, Integrated IR $772.55 334512 Avigilon H4F-MT-NPTA1 NPT adapter for use with H4F cameras $42.92 334512 Avigilon H4F-ACCS-KIT1 Replacement installation accessories for H4F camera. Includes accessories kit, Aux 10 cable, and torx screw driver. $21.46 334512 Avigilon H4F-AC-DESI1 Desiccant packs for use with H4F cameras, contains qty 5. individually packaged dessicant packs $7.15 334512 Avigilon H4F-DO-CVER1 Replacement top cover assembly for H4F camera. Includes dome bubble, IR board, mic and grey camera cover. $114.45 334512 Avigilon 9C-H4A-3MH-270 3x 3 MP, WDR, LightCatcher, 2.8mm, Camera Only $1,183.86 334512 Avigilon 9C-H4A-3MH-180 3x 3 MP, WDR, LightCatcher, 4mm, Camera Only $1,183.86 334512 Avigilon 15C-H4A-3MH-270 3x 5 MP, WDR, LightCatcher, 2.8mm, Camera Only $1,287.59 334512 Avigilon 15C-H4A-3MH-180 3x 5 MP, WDR, LightCatcher, 4mm, Camera Only $1,287.59 334512 Avigilon 24C-H4A-3MH-270 3x8 MP, WDR,LightCatcher, 4mm, Camera Only $1,502.18 334512 Avigilon 24C-H4A-3MH-180 3x8 MP, WDR, LightCatcher, 5.2mm, Camera Only $1,502.18 334512 Avigilon 12C-H4A-4MH-360 4x 3 MP, WDR, LightCatcher, 2.8mm, Camera Only $1,362.69 334512 Avigilon 20C-H4A-4MH-360 4x 5 MP, WDR, LightCatcher, 2.8mm, Camera Only $1,502.18 334512 Avigilon 32C-H4A-4MH-360 4x 8 MP, WDR, LightCatcher, 4mm, Camera Only $1,716.78 334512 Avigilon H4AMH-AD-IRIL1 Optional IR illuminator ring, up to 30m (100ft), for use with H4AMH- DO-COVR1. $236.06 334512 Avigilon 9W-H3-3MH-DPI-B 3x 3 MP, Pendant Multisensor Camera, 2.8 -8mm f/1.3 $1,341.23 334512 Avigilon 9W-H3-3MH-DC1 3x 3 MP, In -ceiling Multisensor camera, 2.8 -8mm f/1.3 $1,269.70 334512 Avigilon 9W-H3-3MH-D01-B 3x 3 MP, Outdoor Multisensor camera, 2.8 -8mm f/1.3 $1,341.23 334512 Avigilon 12W-H3-4MH-DPI-B 4x 3 MP, Pendant Multisensor camera, 2.8 -8mm f/1.3 $1,520.07 334512 Avigilon 12W-H3-4MH-DC1 4x 3 MP, In -ceiling Multisensor camera, 2.8 -8mm f/1.3 $1,448.53 334512 Avigilon 12W-H3-4MH-D01-B 4x 3 MP, Outdoor Multisensor camera, 2.8 -8mm f/1.3 $1,520.07 334512 Avigilon 24L-H4PRO-B 6K (24 MP) H.264 HD Pro with LightCatcher Technology $6,437.93 334512 Avigilon 30L-H4PRO-B 7K (30 MP) H.264 HD Pro with LightCatcher Technology $7,153.25 334512 Avigilon 8L-H4PRO-B 4K (8 MP) H.264 HD Pro with LightCatcher Technology $1,491.45 334512 Avigilon 12L-H4PRO-B 4.51K (12 MP) H.264 HD Pro with LightCatcher Technology $5,060.92 334512 Avigilon 16L-H4PRO-B 5K (16 MP) H.264 HD Pro with LightCatcher Technology $5,364.94 334512 Avigilon H4V1-AC-RELY1 Safety Relay for H4 Video Intercom $85.84 334512 Avigilon H4V1-MT-SURF1 Surface mount adapter for H4 Video Intercom $160.95 334512 Avigilon ENC -4P -H264 4 -Port H.264 Analog Video Encoder with 4 audio support $246.79 334512 Avigilon LEF2414CA Canon, 24mm, f/1.4, Auto -Iris I Recommended for 477 1­14PRO-13 I Highest image quality available, excellent in low light $2,532.25 334512 Avigilon LEF2818CA Canon, 28mm, f/1.8, Auto -Iris I Recommended for 4K -7K 1­14PRO-13 I Highest image quality, good in low light, excellent value $665.25 334512 Avigilon LEFS3014SI Sigma, 30mm, f/1.4, Auto -Iris I Recommended for 4K -5K 1­14PRO-13 I Highest image quality available, excellent in low light $740.36 334512 Avigilon LEF3514SI Sigma, 35mm, f/1.4, Auto -Iris I Recommended for 4K-77H4PRO-B I Highest image quality available, excellent in low light $1,484.30 334512 Avigilon LEF5012CA Canon, 50mm, f/1.2, Auto -Iris I Recommended for 4K -7K 1­14PRO-13 Highest image quality available, excellent in low light; use AUX power when used with HD -PRO cameras $2,383.46 334512 Avigilon LEF5014CA Canon, 50mm, f/1.4, Auto -Iris I Recommended for 4K -7K 1­14PRO-13 I Good image quality, excellent in low light, excellent value $596.58 334512 Avigilon LEF8512CA Canon, 85mm, f/1.2, Auto -Iris I Recommended for 4K -7K 1­14PRO-13 I Highest image quality available, excellent in low light $2,936.41 334512 Avigilon LEF8518CA Canon, 85mm, f/1.8, Auto -Iris I Recommended for 4K -7K 1­14PRO-13 I Good image quality, good in low light, excellent value $686.71 334512 Avigilon LEF10020CA Canon, 100mm, f/2.0, Auto -Iris Recommended for 4K -7K H4PRO- B I Good image quality $648.80 334512 Avigilon LEF20028CA Canon, 200mm, f/2.8, Auto -Iris Recommended for 4K -7K H4PRO- B I Good image quality I Not recommended for low light on HD - PRO cameras $1,373.42 334512 Avigilon LEF163528CA2 Canon, 16 -35mm, f/2.8L, Auto -Iris, Vari Focal I Recommended for 4K -7K 1­14PRO-13 I Highest image $3,472.90 334512 Avigilon LEFS183518SI Sigma, 18 -35mm, f/1.8, Auto -Iris, Vari Focal I Recommended for 4K 5K 1­14PRO-13 I Highest image quality available, vari-focal, excellent Fn low light. $1,187.44 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 12 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 61 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Canon, 70-200mm, f/2.8, Auto-Iris, Vari Focal I Recommended for 334512 Avigilon LEF7020028CA 4K-7K H4PRO-B I Highest image quality available, vari-focal $1,937.82 Canon, 70-300mm, f/4-f/5.6L, Auto-Iris, Vari Focal I Recommended 334512 Avigilon LEF7030040CA2 for 4K-7K H4PRO-B I Highest $2,349.84 334512 I Avigilon LEF10040045CA2 Canon, 100-400mm, f/4.5-f/5.6, Auto-Iris, Vari Focal $3,129.55 Standard Format Enclosure for Avigilon HD H.264 IP Cameras with 12VDC/24VAC Heater, Wall Bracket and Sunshield. Maximum 334512 Avigilon ES-HD-HWS-SM combined camera and lens length is 9.8" (25 cm). $107.30 Standard Format Enclosure for cameras with 12VDC/24VAC Heater, Wall Bracket and Sunshield. Maximum combined camera and lens 334512 Avigilon ES-HD-HWS length is 9.8" (25 cm). $160.95 Standard Format Enclosure for cameras with 12VDC/24VDC Vented Cooler, Wall Bracket and Sunshield. Maximum combined camera 334512 Avigilon ES-HD-CWS and lens length is 9.8" (25 cm). $236.06 Large Format Enclosure for Avigilon HD IP Professional Cameras with 12VDC/24VAC Heater, Wall Bracket and Sunshield. Maximum 334512 Avigilon ES-HD-HWS-LG combined camera and lens length is 12.8" (32.5 cm). $296.86 Large Format Enclosure for Avigilon HD IP Professional Cameras with 12VDC/24VDC Vented Cooler, Wall Bracket and Sunshield. 334512 Avigilon ES-HD-CWS-LG Maximum combined camera and lens length is 12.8" (32.5 cm). $357.66 Extra Large Format Enclosure for Avigilon HD IP Professional Cameras with 24 VAC Triple fan assisted heater. Maximum 334512 Avigilon ES-HD-HS-XL combined camera and lens length is 20" (51.9 cm). $1,219.63 Optional PoE+ power module. Powers full camera enclosure features & camera with a single Ethernet connection. Compatible 334512 Avigilon ES-HD-IPM with ES-HD-HWS, ES-HD-CWS, ES-HD-HWS-LG & ES-HD-CWS-LG $168.10 Pedestal and ceiling mount for ES-HD-HWS-SM, ES-HD-HWS, ES-HD- 334512 Avigilon ES-HD-MNT-PAR CWS, ES-HD-HWS-LG, ES-HD-CWS-LG or ES-HD-LP-HS enclosure. $78.69 Large pole mount for pole diameter 210mm (8.2 in) to 225mm (8.85 in). Compatible with wall arm included with for ES-HD-HWS-SM, FS- HD-HWS, ES-HD-CWS, ES-HD-HWS-LG, ES-HD-CWS-LG or ES-HD-LP- 334512 Avigilon ES-HD-MNT-POLE-LG HS enclosures when used in conjunction with ES-H D-M NT-P LATE. $114.45 Medium pole mount for pole diameter 80mm (3 in) to 150mm (5.9 in). Compatible with wall arm included with for ES-HD-HWS-SM, ES- 334512 Avigilon ES-HD-MNT-POLE-MD HD-HWS, ES-HD-CWS, ES-HD-HWS-LG, $135.91 Small pole mount for pole diameter 60mm (2.5 in) to 110mm (4.3 in). Compatible with wall arm included with for ES-HD-HWS-SM, FS- HD-HWS, ES-HD-CWS, ES-HD-HWS-LG, ES-HD-CWS-LG or ES-HD-LP- 334512 Avigilon ES-HD-MNT-POLE-SM HS enclosures Up to two mounting positions. $53.65 Ceiling arm mount for ES-HD-HWS-SM, ES-HD-HWS, ES-HD-CWS, ES 334512 Avigilon ES-HD-MNT-ARM HD-HWS-LG & ES-HD-CWS-LG. $82.26 Corner mount adapter. Compatible with wall arm included with for ES-HD-HWS-SM, ES-HD-HWS, ES-HD-CWS, ES-HD-HWS-LG, ES-HD- 334512 Avigilon ES-HD-MNT-CORNER CWS-LG or ES-HD-LP-HS enclosures. $46.50 Wall reinforcing wall plate, compatible with wall arm included with for ES-HD-HWS-SM, ES-HD-HWS, ES-HD-CWS, ES-HD-HWS-LG, ES- 334512 Avigilon ES-HD-MNT-PLATE HD-CWS-LG or ES-HD-LP-HS enclosures. $28.61 334512 Avigilon ES-HD-MNT-WBLA Ball joint mount for ES-HD-HS-XL $579.41 Standard format enclosure with heater, sunshield and PoE passthrough for a camera. PoE+ powers the camera enclosure and 334512 Avigilon ES-HD-LP-HS camera using one Ethernet connection. $464.96 IR illuminator, PoE+, Outdoor, included lens option for 60°, 35°, or 10° horizontal coverage. Included mounting adapter to ES-HD-LP- 334512 Avigilon ES-HD-IR-IP6 HS. $479.27 ACC 6 license to enable 1 lane of LPR. Additional lanes each require 334512 Avigilon 1LPR-ACC6 a license. Dual lane capture kits require 2 licenses each. $2,289.04 334512 Avigilon APD-SI-D Avigilon Presence Detector with Ceiling Mount $608.03 Box camera, 3.0 MP, 4.7-84.6mm f/1.6 lens, with visible light 334512 Avigilon 3.00-HD-LP-B1 blocker $629.49 3.0 MP, H4 Video Intercom, WDR, LightCatcher, Day/Night, 1.83mm 334512 Avigilon 3.0C-H4VI-R01-IR f/2.4, Integrated IR, Recessed Mount $822.62 LPR base license for 1 lane of LPR on a single ACC 5 server. Includes 334512 Avigilon IlLPR-ACCS-BASE-M a single USB security dongle. $2,289.04 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 13 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 62 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Add-on to add an additional LPR lane to an ACC 5 server, required for a dual lane capture kit or when running multiple HD LPR Capture 334512 Avigilon 1LPR-ACCS-ADD kits on a single NVR server. $1,072.99 Omni-directional, low impedance, electret condenser microphone with built-in preamp for producing line level output. It is housed in a high impact ABS dome designed for ceiling or wall mounting. Normal pick-up pattern is approximately 15' from the microphone location, all directions, or within 30' diameter circle. No wiring or plug is provided with the microphone, Avigilon HD Dome Cameras 334512 Avigilon ACC-MIC and Analog Encoders with Audio use a 3.5mm plug. $208.87 Programmable USB Surveillance Joystick for controlling digital and 334512 Avigilon ACC-USB-JOY conventional PTZ within Avigilon Control Center $447.08 Fully configured Professional USB Surveillance joystick for full control of Avigilon Control Center including shuttle playback control 334512 Avigilon ACC-USB-JOY-PRO and digital and conventional PTZ. $675.98 POE Splitter for Camera Installation, extracts 12V DC from a POE 334512 Avigilon ACC-SPLIT input for powering a camera during focusing $37.91 Single port 100Mbps POE Extender for extending Cat 5 beyond the 334512 Avigilon EX1 100m cable limit. $222.47 334512 Avigilon C2E-P $445.65 Access Control Manager Enterprise — Web-Based PACS Appliance for 16 Readers- includes: I physical appliance I embedded Linux OS & Open LDAP licenses for configuration database Access Control Manager Security Management Software License One (1), AC-SW- 16RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 16 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count Software Licenses I Supports up to 500K identities and 150M stored events and fifty (50) simultaneous operators (via browser) IThree (3) year appliance HW warranty begins at date of 334290L Avigilon AC-APP-16R-ENT2 shipment $2,622.38 Access Control Manager Enterprise— Web-Based PACS Appliance for 32 Readers- includes: I physical appliance I embedded Linux OS & Open LDAP licenses for configuration database I Access Control Manager Security Management Software License I Two (2), AC-SW- 16RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 32 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count Software Licenses I Supports up to 500K identities and 150M stored events and fifty (50) simultaneous operators (via browser) I Splunk Software License Key IThree (3) year appliance 334290L Avigilon AC-APP-32R-ENT2 HW warranty begins at date of shipment $3,218.25 Access Control Manager Enterprise— Web-Based PACS Appliance for 64 Readers- includes: I physical appliance I embedded Linux OS & Open LDAP licenses for configuration database I Access Control Manager Security Management Software License I Four (4), AC-SW- 16RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 64 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count Software Licenses I Supports up to 500K identities and 150M stored events and fifty (50) simultaneous operators (via browser) I Splunk Software License Key IThree (3) year appliance 334290L Avigilon AC-APP-64R-ENT2 HW warranty begins at date of shipment $4,410.69 Access Control Manager Enterprise — Web-Based PACS Appliance for 128 Readers- includes: I physical appliance I embedded Linux OS & Open LDAP licenses for configuration database I Access Control Manager Security Management Software License I Eight (8), AC-SW-I6RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 128 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count Software Licenses I Supports up to 500K identities and 150M stored events and fifty (50) simultaneous operators (via browser) I Splunk Software License Key I Three (3) year appliance 334290L Avigilon AC-APP-128R-ENT2 HW warranty begins at date of shipment $6,795.59 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 14 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 63 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Access Control Manager Enterprise— Web -Based PACS Appliance for 256 Readers- includes: I physical appliance I embedded Linux OS & Open LDAP licenses for configuration database I Access Control Manager Security Management Software License I Sixteen (16), AC-SW-I6RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 256 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC- SW-16RCU, 16 Reader Count Software Licenses I Supports up to 500K identities and 150M stored events and fifty (50) simultaneous operators (via browser) I Splunk Software License Key I Three (3) 334290L Avigilon AC-APP-256R-ENT2 year appliance HW warranty begins at date of shipment $11,563.94 Access Control Manager Per Reader license for HID reader support. If HID reader support is desired, item must be ordered with all ACM versions and AC-SW-I6RCU in quantity of readers desired. Example, ACM 32 reader system is ordered and 32 HID readers support is 334290L Avigilon AC-SW-HID-RDR desired, order quantity 32 AC-SW-HID-RDR. $0.00 Access Control Manager Per Reader license for Mercury Readers. If Mercury reader support is desired, item must be ordered with all ACM versions and AC-SW-I6RCU in quantity of readers desired. Example, ACM 32 reader system is ordered and 32 Mercury readers 334290L Avigilon AC-SW-MER-RDR support is desired, order quantity 32 AC-SW-MER-RDR. $0.00 Access Control Manager Pro essional — Web -Based PACS Appliance for 16 Readers- includes: I physical appliance I embedded Linux OS & Open LDAP licenses for configuration database Access Control Manager Security Management Software License One (1), AC-SW- 16RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 16 to 32 readers with the purchase of the AC- SW-16RCU, 16 Reader Count Software License I Supports up to 500K identities and 75M stored events and fifty (50) simultaneous operators (via browser) IThree (3) year appliance HW warranty 334290L Avigilon AC -APP -16R -PRO begins at date of shipment $1,192.45 Access Control Manager Professional — Web -Based PACS Appliance for 32 Readers- includes: I physical appliance I embedded Linux OS & Open LDAP licenses for configuration database I Access Control Manager Security Management Software License I Two (2), AC-SW- 16RCU, 16 Reader Count Software License I Total reader capacity cannot be expanded I Supports up to 500K identities and 75M stored events and fifty (50) simultaneous operators (via browser) 334290L Avigilon AC -APP -32R -PRO IThree (3) year appliance HW warranty begins at date of shipment $1,788.31 Access Control Manager Virtual - Web -Based PACS Appliance for 16 Readers - includes: embedded Linux OS & Open LDAP licenses for configuration database) Access Control Manager Security Management Software License I One (1), AC-SW-I6RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 16 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count Software 334290L Avigilon AC -APP -16R -VM Licenses I VMware software required and not included $1,788.31 Access Control Manager Virtual - Web -Based PACS Appliance for 32 Readers - includes: embedded Linux OS & Open LDAP licenses for configuration database) Access Control Manager Security Management Software License I Two (2), AC-SW-I6RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 32 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count Software 334290L Avigilon AC -APP -32R -VM Licenses I VMware software required and not included $2,384.18 Access Control Manager Virtual -Web-Based PACS Appliance for 64 Readers - includes: embedded Linux OS & Open LDAP licenses for configuration database) Access Control Manager Security Management Software License I Four (4), AC-SW-I6RCU, 16 Reader Count Software License I Total reader capacity can be expanded from 64 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count Software 334290L Avigi Ion AC -APP -64R -VM Licenses I VMware software required and not included $3,576.63 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 15 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 64 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Access Control Manager Virtual - Web -Based PACS Appliance for 128 Readers - includes: embedded Linux OS & Open LDAP licenses for configuration database) Access Control Manager Security Management Software License Eight (8), AC-SW-I6RCU, 16 Reader Count Software License Total reader capacity can be expanded from 128 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count 334290L Avigilon AC -APP -128R -VM Software Licenses I VMware software required and not included $5,960.80 Access Control Manager Virtual - Web -Based PACS Appliance for 256 Readers - includes: embedded Linux OS & Open LDAP licenses for configuration database) Access Control Manager Security Management Software License Sixteen (16), AC-SW-I6RCU, 16 Reader Count Software License Total reader capacity can be expanded from 256 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count 334290L Avigilon AC -APP -256R -VM Software Licenses I VMware software required and not included $10,729.88 Access Control Manager Virtual - Web -Based PACS Appliance for 512 Readers - includes: embedded Linux OS & Open LDAP licenses for configuration database) Access Control Manager Security Management Software License Thirty Two (32), AC-SW-I6RCU, 16 Reader Count Software License Total reader capacity can be expanded from 512 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count 334290L Avigilon AC -APP -512R -VM Software Licenses I VMware software required and not included $20,268.02 Access Control Manager Virtual - Web -Based PACS Appliance for 1024 Readers - includes: embedded Linux OS & Open LDAP licenses for configuration database) Access Control Manager Security Management Software License Sixty Four (64), AC-SW-I6RCU, 16 Reader Count Software License Total reader capacity can be expanded from 1,024 to 2,048 readers, in increments of 16, with the purchase of the desired quantity of AC-SW-I6RCU, 16 Reader Count Software Licenses I VMware software required and not 334290L Avigilon AC -APP -1024R -VM included $25,036.38 Access Control Manager Virtual - Web -Based PACS Appliance for 2048 Readers - includes: embedded Linux OS & Open LDAP licenses for configuration database) Access Control Manager Security Management Software License I One Hundred Twenty -Eight (128), AC-SW-I6RCU, 16 Reader Count Software License I VMware 334290L Avigilon AC -APP -2048R -VM software required and not included $38,150.43 Access Control Manager Virtual 6- Web -Based PACS Virtual for 16 Readers - includes: embedded 64 bit Linux OS & Open LDAP for 334290L Avigilon AC -SW -16R -VM -6-P confi $1,788.31 Access Control Manager Virtual 6- Web -Based PACS Virtual for 32 Readers - includes: embedded 64 bit Linux OS & Open LDAP for 334290L Avigilon AC -SW -32R -VM -6-P confi $2,384.18 Access Control Manager Virtual 6- Web -Based PACS Virtual for 64 Readers - includes: embedded 64 bit Linux OS & Open LDAP for 334290L Avigilon AC -SW -64R -VM -6-P confi $3,576.63 Access Control Manager Virtual 6- Web -Based PACS Virtual for 128 334290L Avigilon AC -SW -128R -VM -6-P Readers - includes: embedded 64 bit Linux OS & Open LDAP for con $5,960.80 Access Control Manager Virtual 6- Web -Based PACS Virtual for 256 334290L Avigilon AC -SW -256R -VM -6-P Readers - includes: embedded 64 bit Linux OS & Open LDAP for con $10,729.88 Access Control Manager Virtual 6- Web -Based PACS Virtual for 512 334290L Avigilon AC -SW -512R -VM -6-P Readers - includes: embedded 64 bit Linux OS & Open LDAP for con $20,268.02 Access Control Manager Virtual 6- Web -Based PACS Virtual for 1024 Readers - includes: embedded 64 bit Linux OS & Open LDAP 334290L Avigilon AC -SW -1024R -VM -6-P for co $25,036.38 Access Control Manager Virtual 6- Web -Based PACS Virtual for 2048 Readers - includes: embedded 64 bit Linux OS & Open LDAP 334290L Avigilon AC -SW -2048R -VM -6-P for co $38,150.43 334290L Avigilon AC-SW-LIC-I6RCU-6-P Access Control Manager 6 16 Reader Count Software License $595.87 Access Control Manager 6 NON OEM (Non Avigilon Ordered) HID VertX EVO V1000 or HID VertX EVO V2000 Assimilation License. 334290L Avigi Ion AC -SW -LI C -H I D -VE RTX -ASM -6-P Quantity $357.66 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 16 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 65 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Access Control Manager 6 Badging Application Software License 334290L Avigilon AC-SW-LIC-BDGE-6-P (one per Appliance) $595.87 Access Control Manager 6 License for Video Integration for Exacq 334290L Avigilon AC-SW-LIC-EXACQ-6-P (per Appliance) $2,980.04 Access Control Manager 6 License for Video Integration for 334290L Avigilon AC-SW-LIC-MILEST-6-P Milestone (per Appliance) $2,980.04 Access Control Manager 6 Partitioning License for additional 334290L Avigilon AC-SW-LIC-PART-6-P partitions (per Appliance) $2,980.76 Access Control Manager 6 Microsoft SQL Server Connectivity 334290L Avigilon AC-SW-LIC-SQL-6-P Software License (from Microsoft SQL 2000 forward) $1,192.45 Access Control Manager 6 Oracle Server Connectivity Software 334290L Avigilon AC-SW-LIC-ORCL-6-P License (from Oracle DB 9i forward) $2,384.18 Access Control Manager 6 LDAP Directory Connectivity Software License (required for integration with Microsoft Active Directory or 334290L Avigilon AC-SW-LIC-LDAP-6-P other $1,788.31 Access Control Manager 6 XML Events Connectivity Software 334290L Avigilon AC-SW-LIC-XML-6-P License $595.87 334290L Avigilon AC-SW-LIC-REST-6-P Access Control Manager 6 REST Connectivity Software License $595.87 Access Control Manager 6 Hot Standby - Auto Failover Software License (per Appliance) includes AC-SW-LIC-REP; Requires duplicate 334290L Avigilon AC-SW-LIC-AF-6-P lice $3,576.63 Access Control Manager 6 Multi-Appliance Replication Software 334290L Avigilon AC-SW-LIC-REP-6-P License (per Appliance) $2,384.18 Access Control Manager Professional 6—Web-Based PACS Professional Appliance for 16 Readers - includes: I physical 334290L Avigilon AC-APP-16R-PRO-6 appliance I embed $1,192.45 Access Control Manager Professional 6—Web-Based PACS Professional Appliance for 32 Readers -includes: I physical 334290L Avigilon AC-APP-32R-PRO-6 appliance I embed $1,788.31 Access Control Manager Enterprise 6—Web-Based PACS Enterprise Appliance for 16 Readers- includes: I physical appliance 334290L Avigilon AC-APP-16R-ENT2-6 embedded $2,622.38 Access Control Manager Enterprise 6—Web-Based PACS Enterprise Appliance for 32 Readers- includes: I physical appliance 334290L Avigilon AC-APP-32R-ENT2-6 embedded $3,218.25 Access Control Manager Enterprise 6—Web-Based PACS Enterprise Appliance for 64 Readers- includes: I physical appliance 334290L Avigilon AC-APP-64R-ENT2-6 embedded $4,410.69 Access Control Manager Enterprise 6—Web-Based PACS Enterprise Appliance for 128 Readers- includes: I physical appliance 334290L Avigilon AC-APP-128R-ENT2-6 embedde $6,795.59 Access Control Manager Enterprise 6— Web-Based PACS Enterprise Appliance for 256 Readers- includes: I physical appliance 334290L Avigilon AC-APP-256R-ENT2-6 embedde $11,563.94 Access Control Manager Enterprise Plus 6—Web-Based PACS Plus Appliance for 16 Readers- includes: I physical appliance 334290L Avigilon AC-APP-16R-ENT-PLUS-6 embedded 6 $8,464.44 Access Control Manager Enterprise Plus 6— Web-Based PACS Plus Appliance for 256 Readers- includes: I physical appliance 334290L Avigilon AC-APP-25611-ENT-PLUS-6 embedded $15,021.83 Access Control Manager Enterprise Plus 6—Web-Based PACS Plus Appliance for 512 Readers- includes: I physical appliance 334290L Avigilon AC-APP-512R-ENT-PLUS-6 embedded $23,605.73 Access Control Manager Enterprise Plus 6— Web-Based PACS Plus Appliance for 1024 Readers- includes: I physical appliance 334290L Avigilon AC-APP-1024R-ENT-PLUS-6 embedde $32,189.63 Access Control Manager Enterprise Plus 6—Web-Based PACS Plus Appliance for 2048 Readers- includes: I physical appliance 334290L Avigilon AC-APP-2048R-ENT-PLUS-6 embedde $40,773.53 Access Control Manager Professional Four (4) Door Unassembled 334290L Avigilon AC-PRO-KIT4 Kit, includes: $4,263.34 Access Control Manager Professional Eight (8) Door Unassembled 334290L Avigilon AC-PRO-KIT8 Kit, includes: $6,314.17 Access Control Manager Professional Sixteen (16) Door 334290E I Avigilon AC-PRO-KIT16 jUnassembled Kit, includes: I $10,644.75 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 17 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 66 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Access Control Manager Enterprise Eight (8) Door Unassembled Kit, 334290L Avigilon AC-ENT-KIT8 includes: $7,744.11 Access Control Manager Enterprise Sixteen (16) Door Unassembled 334290L Avigilon AC-ENT-KIT16 Kit, includes: $12,074.69 R10 Mini -mullion reader; Wiegand; No Prox; iCLASS Seos, SE, SR, Standard; MIFARE Classic (SIO), MIFARE DESFire EV1 (SIO); Mobile 334290L Avigilon AC -HID- READ- ICLASS-SE-R10 IDsv $100.15 R10 Mini -mullion reader; Wiegand; No Prox; iCLASS Seos, SE, SR, Standard; MIFARE Classic (SIO), MIFARE DESFire EV1 (SIO); Mobile 334290L Avigilon AC- H I D- READ- I CLASS -SE -R 10 -AVG IDsv $100.15 R15 Mullion reader; Wiegand; No Prox; iCLASS Seos, SE, SR, Standard; MIFARE Classic (SIO), MIFARE DESFire EV1 (SIO); Mobile 334290L Avigilon AC-HID-READ-ICLASS-SE-R15 IDs via NF $175.25 RP10 Mini -mullion reader; Wiegand; HID Prox, AWID and EM4102 (32 bits); iCLASS Seos, SE, SR, Standard; MIFARE Classic (SIO), 334290L Avigilon AC-HID-READ-ICLASS-SE-RP10 MIFARE D $127.33 RP15 Mullion reader; Wiegand; HID Prox, AWID and EM4102 (32 bits); iCLASS Seos, SE, SR, Standard; MIFARE Classic (SIO), MIFARE 334290L Avigilon AC-HID-READ-ICLASS-SE-RP15 DESF $202.44 334290L Avigilon AC-SW-16RCU 16 Reader Count Software License $595.87 Access Control Manager NON OEM (Non Avigilon Ordered) HID VertX EVO V1000 or HID VertX EVO V2000 Assimilation License. Quantity order must equal number on V1000 and V2000 NON OEM controllers desired to be supported. If HID VertX EVO controllers are 334290L Avigilon AC-SW-HID-VERTX-ASM ordered from Avigilon, this item is NOT required. $357.66 334290L Avigilon AC-SW-BDGE Badging Application Software License (one per Appliance) $595.87 Access Control Manager License for Video Integration for Exacq (per 334290L Avigilon AC-SW-LIC-EXACQ Appliance) $2,980.04 Access Control Manager License for Video Integration for Milestone 334290L Avigilon AC -SW -LIC -Ml LEST (per Appliance) $2,980.04 Partitioning License for more than 5 partitions (per Appliance) (not approved for use in a central station or managed services VAR 334290L Avigilon AC -SW -LIC -PART offering) $2,980.76 Microsoft SQL Server Connectivity Software License (from Microsoft 334290L Avigilon AC -SW -LIC -SQL SQL 2000 forward) $1,192.45 Oracle Server Connectivity Software License (from Oracle DB 9i 334290L Avigilon AC-SW-LIC-ORCL forward) $2,384.18 LDAP Directory Connectivity Software License (required for integration with Microsoft Active Directory or other directory 334290L Avigilon AC -SW -LIC -LDAP products) $1,788.31 334290L Avigilon AC -SW -LIC -XML XML Events Connectivity Software License $595.87 334290L Avigilon AC -SW -LIC -REST REST Connectivity Software License $595.87 Hot Standby - Auto Failover Software License (per Appliance) includes AC -SW -LIC -REP; Requires duplicate licensing for failover 334290L Avigilon AC -SW -LIC -AF appliance $3,576.63 334290L Avigilon AC -SW -LIC -REP Multi -Appliance Replication Software License (per Appliance) $2,384.18 Access Control Manager (V5.8 & later) per panel license for Bosch intrusion panel integration. Panels supported: B3512, B4512, 334290L Avigilon AC-SW-LIC-BOSCHINTR-1PANEL B5512, B9512G, B8512G, D9412GV4 & D7412GV4 $239.63 Access Control Manager (V5.8 & later) for 10 panels for Bosch intrusion panel integration. Panels supported: B3512, B4512, 334290L Avigilon AC-SW-LIC-BOSCHINTR-10PANEL B5512, B9512G, B8512G, D9412GV4 & D7412GV4 $2,217.51 334290L Avigilon AC-MER-CONT-64DR Controller, 32MB RAM, Ethernet (Mercury EP2500) $1,276.86 Controller, Single Door, 16MB RAM, w/Po E, 2In/2Out/2Rdr 334290L Avigilon AC-MER-CONT-11DR (Mercury EP1501) $447.08 334290L Avigilon AC-MER-CONT-2DR Controller, 16MB RAM, Ethernet, 81n/4Out/2Rdr (Mercury EP1502) $869.12 Series 3 Single Reader Interface Module: mag or wiegand, 2 inputs, 334290L Avigilon AC-MER-CON-MR50 2 relays (Mercury Part Number: MR50-S3) $253.94 Series 3 Two -Reader Interface Module: mag or wiegand, 8 inputs, 6 334290L Avigilon AC-MER-CON-MR52 relays (Mercury Part Number: MR52-S3) $504.30 Single Door Interface Module w/PoE - (2 reader: mag/wiegand, 4 334290L Avigilon AC-MER-CON-MR51E inputs, 2 relays) (Mercury MR51E) $375.55 334290L Avigilon AC-MER-CON-MR16OUT 16 Relay Output Control Module (Mercury MR160LIT) $572.26 334290E I Avigilon AC -MER -A -TERMS -3 Replace 3 -Position Terminal Blocks, 10 -pack $18.60 334290E I Avigilon AC -MER -A -TERMS -4 Replace 4 -Position Terminal Blocks, 10 -pack $24.32 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 W ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 67 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 334290L Avigilon AC -MER -A -TERMS -S Replace 5 -Position Terminal Blocks, 10 -pack $31.47 334290L Avigilon AC -MER -A -TERMS -6 Replace 6 -Position Terminal Blocks, 10 -pack $37.20 334290L Avigilon AC-MER-A-TC-MRSO CABLE FOR MR -50 TAMPER $2.86 Intelligent Controller, 32MB RAM, Ethernet, Dual RS485 ports (1 334290L Avigilon AC -MER -MS -IC -1 board) $908.46 334290L Avigilon AC -MER -MS -COM -1 Combination Power & RS485; Communications Bridge (1 board) $195.28 334290L Avigilon AC-MER-M5-2RP-1 Reader Interface Module -(2 Rdr, 4 inputs, 6 Outputs) (1 board) $443.50 Supervised Reader Interface Module -(2 Rdr, 4 Inputs, 6 Outputs) (1 334290L Avigilon AC-MER-MS-2SRP-1 board) $443.50 Supervised Reader Interface Module -(8 Supervised Rdr 334290L Avigilon AC-MER-M5-8RP-1 Connections) (1 board) $681.70 334290L Avigilon AC -MER -MS -201N-1 20 Zone Input Monitor Module (1 board) $464.96 334290L Avigilon AC-MER-MS-I6DOR-1 16 Relay Output Controller Module -(16 solid state relays) (1 board) $443.50 334290L Avigilon AC-MER-MS-16DO-1 16 Digital Output Control Module -(16 digital arrays) (1 board) $443.50 Multi -device interface panel for replacement of the Casi M2000 reader controller, does NOT include M5 -IC that is sold seperately 334290L Avigilon AC -MER -MS -2K -BASE (Mercury M5 -2K -BASE) $751.09 Multi -device interface panel for replacement of the Casi M2000 reader controller, includes the M5 -IC as well as the 4 reader 334290L Avigilon AC -MER -MS -2K daughter board (Mercury M5 -21K) $1,588.02 334290L Avigilon AC -MER -MS -ICS Intelligent controller, Ethernet enabled SWH Pro GCM Bridge Board $1,236.08 Reader Interface Module (8RDR capacity, direct and/or 485) SWH 334290L Avigilon AC -MER -MS -ACS Pro ACM Bridge Board $1,007.18 334290L Avigilon AC -MER -MS -18S Remote Input Module (8supervised inputs) SWH Pro 18 Bridge Board $307.59 334290L Avigilon AC -MER -MS -118S Remote Output Module (8 relay outputs) SWH Pro R8 Bridge Board $344.79 Two Door Mercury Single Voltage Integrated Power System supporting two AC-MER-CONT-1DR or one AC-MER-CONT-2DR (Mercury hardware sold separately). Includes painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws and a 75 watt 12V/6A or 24V/3A power supply - battery charger. The power supply is pre -wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to Mercury boards and auxiliary equipment. The power supply features dual outputs, form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet (unless using two AC-MER-CONT-11DR). Cabinet size: 12" x 14" x 4.5" 334290L Avigilon AC-LSP-2DR-MER with door lock, tamper switch and two (2) keys. Weight 14 Ib. $272.54 Four Door Mercury Single Voltage Integrated Power System supporting one AC-MER-CONT-2DR with one AC-MER-CON—MR52 (Mercury hardware sold separately). Includes painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws and a 75 watt 12V/6A or 24V/3A power supply - battery charger. The power supply is pre -wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to Mercury boards and auxiliary equipment. The power supply features dual outputs, form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 16" x 20" x 4.5" with door lock, tamper switch and two 334290L Avigilon AC-LSP-4DR-MER (2) keys. Weight 19 Ib. $296.14 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 19 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 68 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Eight Door Mercury Single Voltage Integrated Power System supporting one AC-MER-CONT-2DR with three AC-MER-CON—MR52 (Mercury hardware sold separately). Includes painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws and a 75 watt 12V/6A or 24V/3A power supply - battery charger. The power supply is pre -wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to Mercury boards and auxiliary equipment. The power supply features dual outputs, form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 20" x 24" x 4.5" with door lock, tamper switch and two 334290L Avigilon AC-LSP-8DR-MER (2) keys. Weight 25 Ib. $350.51 Sixteen Door Mercury Single Voltage Integrated Power System supporting one AC-MER-CONT-2DR with Seven AC-MER-CON—MR52 (Mercury hardware sold separately). Includes painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws and a 150 watt 12V/12A or 24V/6A power supply - battery charger. The power supply is pre -wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to Mercury boards and auxiliary equipment. The power supply features dual outputs, form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 20" x 24" x 4.5" with door lock, tamper switch and two 334290L Avigilon AC-LSP-16DR-MER (2) keys. Weight 25 Ib. $529.34 Two Door Mercury Dual Voltage Integrated Power System supporting two AC-MER-CONT-11DR or one AC-MER-CONT-2DR (Mercury hardware sold separately). The advantage of a dual voltage power supply is the ability to power both Mercury boards and door locks from the same supply. Includes a painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws and a 75 watt 12V/2A and 24V/2A power supply - battery charger. The power supply is pre -wired to four Class 2, Power Limited (CL2PL) outputs (C4P Board) delivering a regulated independent power connection to each Mercury board and lock power and control. The power supply features dual outputs (12 & 24volts DC), form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet (unless using two AC-MER-CONT- 1DR). Cabinet size: 12" x 14" x 4.5" with door lock and two (2) keys. 334290L Avigilon AC-LSP-2DR-MER-LCK Weight 14 Ib. $321.90 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 c ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 69 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Four Door Mercury Dual Voltage Integrated Power System supporting one AC-MER-CONT-2DR with one AC-MER-CON—MR52 (Mercury hardware sold separately). The advantage of a dual voltage power supply is the ability to power both Mercury boards and door locks from the same supply. Includes a painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws and a 75 watt 12V/2A and 24V/2A power supply - battery charger. The power supply is pre -wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to each Mercury board and four fused output (C4 Board) for independent relay lock power. The power supply features dual outputs (12 & 24volts DC), form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 16" x 20" x 4.5" with door lock and two (2) keys. 334290L Avigilon AC-LSP-4DR-MER-LCK Weight 19 Ib. $368.39 Eight Door Mercury Dual Voltage Integrated Power System supporting one AC-MER-CONT-2DR with three AC-MER-CON—MR52 (Mercury hardware sold separately). The advantage of a dual voltage power supply is the ability to power both Mercury boards and door locks from the same supply. Includes a painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws and a 150 watt 12V/4A and 24V/4A power supply - battery charger. The power supply is pre -wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to each Mercury board and eight fused output (C8 Board) for independent relay lock power. The power supply features dual outputs (12 & 24volts DC), form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 20" x 24" x 4.5" with door lock and two (2) keys. 334290L Avigilon AC-LSP-8DR-MER-LCK Weight 25 Ib. $507.88 Sixteen DooF Mercury Dual Voltage Integrated Power System supporting one AC-MER-CONT-2DR with seven AC-MER-CON—MR52 (Mercury hardware sold separately). The advantage of a dual voltage power supply is the ability to power Mercury boards and door locks. Includes a painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws. System includes one 150 watt 12V/12A pre -wired to sixteen Class 2, Power Limited (CL2PL) outputs (two D8P Boards) delivering regulated independent power connection to each Mercury board and one 250 watt 24V/10A power supply -battery chargers pre -wired to sixteen fused output (two C8 Boards) for independent relay lock power. Both power supplies features dual outputs (12 & 24volts DC), form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Cabinet size: 20" x 24" x 4.5" with door lock and two (2) 334290L Avigilon AC-LSP-16DR-MER-LCK keys. Weight 261b. $808.32 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 21 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 70 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Two Door HID Singe Voltage Integrated Power System supporting one AC-HID-VERTX-V2000 (HID VertX EVO hardware sold separately). Includes painted steel enclosure, removable pre drilled back plate, controller mounting screws and a 75 watt 12V/6A or 24V/3A power supply-battery charger. The power supply is pre- wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to HID VertX EVO board and auxiliary equipment. The power supply features dual outputs, form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 12" x 14" x 4.5" with door lock, 334290L Avigilon AC-LSP-2DR-HID tamper switch and two (2) keys. Weight 14 Ib. $272.54 Four Door HID Single Voltage Integrated Power System supporting two AC-HID-VERTX-V2000 or one AC-HID-VERTX-V1000 with two AC HID-VERTX-V100 (HID VertX EVO hardware sold separately). Includes painted steel enclosure, removable pre drilled back plate, controller mounting screws and a 75 watt 12V/6A or 24V/3A power supply-battery charger. The power supply is pre-wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to each HID VertX EVO board and auxiliary equipment. The power supply features dual outputs, form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 16" x 20" x 4.5" with door lock, tamper switch 334290L Avigilon AC-LSP-4DR-HID and two (2) keys. Weight 19 Ib. $296.14 Eight Door HID Single Voltage Integrated Power System supporting one AC-HID-VERTX-V1000 with four AC-HID-VERTX-V100 (HID VertX EVO hardware sold separately). Includes painted steel enclosure, removable pre drilled back plate, controller mounting screws and a 75 watt 12V/6A power supply-battery charger. The power supply is pre-wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to each HID VertX EVO board and auxiliary equipment. The power supply features dual outputs, form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 20" x 24" x 4.5" with door lock, tamper switch and two (2) keys. 334290L Avigilon AC-LSP-8DR-HID Weight 25 Ib. $373.40 Sixteen DooF HID Single Voltage Integrated Power'System supporting one AC-HID-VERTX-V1000 with eight AC-HID-VERTX- V100 (HID VertX EVO hardware sold separately). Includes painted steel enclosure, removable pre drilled back plate, controller mounting screws and a 150 watt 12V/12A power supply-battery charger. The power supply is pre-wired to sixteen Class 2, Power Limited (CL2PL) outputs (two D8P Boards) delivering a regulated independent power connection to each HID VertX EVO board and auxiliary equipment. The power supply features dual outputs, form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 20" x 24" x 4.5" with door lock, tamper switch 334290L Avigilon AC-LSP-16DR-HID and two (2) keys. Weight 25 Ib. $SSS.81 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 22 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 71 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Two Door HID DualVoltage Integrated Power system supporting one AC-HID-VERTX-V2000 (HID VertX EVO hardware sold separately). The advantage of a dual voltage power supply is the ability to power both HID board and door locks from the same supply. Includes painted steel enclosure, removable pre drilled back plate, controller mounting screws and a 75 watt 12V/2A and 24V/2A power supply -battery charger. The power supply is pre- wired to four Class 2, Power Limited (CL2PL) outputs (C4P Board) delivering a regulated independent power connection to HID VertX EVO board and lock power control. The power supply features dual outputs (12 & 24volts DC), form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 12" x 14" x 4.5" with 334290L Avigilon AC-LSP-2DR-HID-LCK door lock and two (2) keys. Weight 14 Ib. $332.63 Four Door HID DualVoltage Integrated Power System supporting two AC-HID-VERTX-V2000 or one AC-HID-VERTX-V1000 with two AC HID-VERTX-V100 (HID VertX EVO hardware sold separately). The advantage of a dual voltage power supply is the ability to power both HID boards and door locks from the same supply. Includes a painted steel enclosure, removable pre drilled back plate, controller mounting screws, and a 75 watt 12V/2A and 24V/2A power supply - battery charger. The power supply is pre -wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to each HID VertX EVO board and four fused output (C4 Board) for independent relay lock power control. The power supply features dual outputs (12 & 24volts DC), form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 16" x 20" x 4.5" with door lock and 334290L Avigilon AC-LSP-4DR-HID-LCK two (2) keys. Weight 19 Ib. $379.12 Eight Door HID DualVoltage Integrated Power System supporting one AC-HID-VERTX-V1000 with four AC-HID-VERTX-V100 (HID VertX EVO hardware sold separately). The advantage of a dual voltage power supply is the ability to power both HID boards and door locks from the same supply. Includes a painted steel enclosure, removable pre drilled back plate, controller mounting screws, and a 150 watt 12V/4A and 24V/4A power supply -battery charger. The power supply is pre -wired to eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to each HID VertX EVO board and eight fused output (C8 Board) for independent relay lock power control. The power supply features dual outputs (12 & 24volts DC), form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is available in cabinet. Cabinet size: 334290L Avigilon AC-LSP-8DR-HID-LCK 20" x 24" x 4.5" with door lock and two (2) keys. Weight 25 Ib. 1 $634.49 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 23 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 72 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Sixteen Door HID DualVoltage Integrated Power System supporting one AC-HID-VERTX-V1000 with eight AC-HID-VERTX-V100 (HID VertX EVO hardware sold separately). The advantage of a dual voltage power supply is the ability to power HID boards and door locks. Includes a painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws. System includes one 75 watt 12V/6A pre -wired to sixteen Class 2, Power Limited (CL2PL) outputs (two D8P Boards) delivering regulated independent power connection to each HID VertX EVO board and one 250 watt 24V/10A power supply -battery chargers pre -wired to sixteen fused output (two C8 Boards) for independent relay lock power. Both power supplies features dual outputs (12 & 24volts DC), form 'C' fault relay contacts, a fire alarm input and network interface (interface module sold separately) to enable monitoring, reporting and control of the power system from Access Control Manager (ACM) link. Cabinet size: 20" x 24" x 4.5" with door lock and two (2) 334290L Avigilon AC-LSP-I6DR-HID-LCK keys. Weight 26 lb. $798.30 8 Door Mercury enclosure with removable backplate Battery space for 12V or 24V, 8Ah batteries is available within the cabinet. Comes 334290L Avigilon AC-LSP-E4M with door lock and two (2) keys. Weight: 24 Ib. Size: 20" x 24" x 4.5" $264.67 16 Door Mercury enclosure with door mount & removable backplate. Battery space for 12V or 24V, 8Ah batteries is available within the cabinet. Comes with door lock and two (2) keys. Weight: 334290L Avigilon AC-LSP-E4M1 26 Ib. Size: 20" x 24" x 4.5" $375.55 Power supply board 150W, 12A/12V or 6A/24V I Secondary voltage power supply, 5-18V adjustable @ 4A max, class 2 power limited output 18 relay lock control outputs fused at 3A per output 18 auxiliary DC outputs fused at 3A per output I Enclosure, Size 18. 334290L Avigilon AC-LSP-WALL-MOUNT-FP0150-B100C8D8E2M (16W x 20H x 4.5D) with Mercury backplate (Non -stock item) $449.94 Power supply board 150W, 12A/12V or 6A/24V I Secondary voltage power supply, 5-18V adjustable @ 4A max, class 2 power limited output 18 relay lock control outputs fused at 3A per output 18 auxiliary DC outputs fused at 3A per output I Network communication module 2nd Gen. I Enclosure, Size 18. (16W x 20H x 334290L Avigilon AC-LSP-WALL-MOUNT-FP0150-B100C8D8NL2E2M 4.5D) with Mercury/Lenel backplate (Non -stock item) $595.87 Power supply board 150W, 12A/12V or 6A/24V I Secondary voltage power supply, 5-18V adjustable @ 4A max, class 2 power limited output 18 relay lock control outputs fused at 3A per output 18 auxiliary DC outputs fused at 3A per output I Network communication module 2nd Gen. I Enclosure, Size 24. (20W x 24H x 334290L Avigilon AC-LSP-WALL-MOUNT-FP0150-B100C8D8NL2E4M 4.5D) with Mercury backplate (Non -stock item) $651.66 Power supply board 75W, 6A/12V or 3A/24V I Secondary voltage power supply, 5-18V adjustable @ 4A max, class 2 power limited output 14 relay lock control outputs fused at 3A per output 18 auxiliary DC outputs fused at 3A per output I Network communication module 2nd Gen. I Enclosure, Size 18. (16W x 20H x 334290L Avigilon AC-LSP-WALL-MOUNT-FP075-B100C4D8NL2E2M 4.5D) with Mercury backplate (Non -stock item) $540.79 Power supply board 75W, 6A/12V or 3A/24V I Secondary voltage power supply, 5-18V adjustable @ 4A max, class 2 power limited output 14 relay lock control outputs fused at 3A per output 18 auxiliary DC outputs fused at 3A per output I Network communication module 2nd Gen. I Enclosure, Size 24. (20W x 24H x 334290L Avigilon AC-LSP-WALL-MOUNT-FP075-B100C4D8NL2E4M 4.5D) with Mercury backplate (Non -stock item) $573.69 E5 enclosure size 8.5W x 11H x 3D with Mercury/LNL hole mount 334290L Avigilon AC-LSP-PS-MCLASS-ESM pattern Fits up to Mercury 1501 or Mr51e Controllers $87.27 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 24 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 73 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 16 Door Mercury Over Sized Enclosure (OSE) with door mount & removable backplate. Enclosure holds a total of 10 boards - 8 mercury panels and two (2) 1/0 modules, 6 placed in the main box and 4 on the door. This enclosure has two D813 auxillary distribution modules for 16 class 11 power limited outputs. Battery space for 12V or 24V, 8Ah batteries is available. Enclosure comes standard with installed AC on/off switch, a low battery disconnect module and dual door lock key sets. Enclosure weight: 77 Ib. Size: 36" x 30" x 334290L Avigilon AC-LSP-OSE-16DR-MER 4.5". CE approved. UL/CUL listed with Mercury panels installed. $977.13 16 Door Dual Voltage Mercury Over Sized Enclosure OSE wit door mount & removable backplate. 150W power supply for system power and 250W power supply for lock power. Enclosure holds a total of 10 boards - 8 mercury panels and two (2) 1/0 modules, 6 placed in the main box and 4 on the door. Enclosure has two C8 lock control modules for 16 distributed lock outputs and two D813 auxillary distribution modules for 16 class 11 power limited outputs. Battery space for 12V or 24V, 8Ah batteries is available. Enclosure comes standard with installed AC on/off switch, a low battery disconnect module and dual door lock key sets. Enclosure weight: 77 Ib. Size: 36" x 30" x 4.5". CE approved. UL/CUL listed with 334290L Avigilon AC-LSP-OSE-16DR-MER-10 Mercury panels installed. $1,007.89 16 Door Mercury Over Sized Enclosure (OSE) with removable backplate. Enclosure holds a total of 8 mercury panel boards and two D813 auxillary distribution modules for 16 class 11 power limited outputs. Battery space for 12V or 24V, 8Ah batteries is available. Enclosure comes standard with installed AC on/off switch, a low battery disconnect module and dual door lock key sets. Enclosure weight: 75 Ib. Size: 36" x 30" x 4.5". CE approved. UL/CUL listed 334290L Avigilon AC-LSP-OSE-16DR-MER-LCK with Mercury panels installed. $1,246.10 16 Door Mercury Over Sized Enclosure (OSE) with removable backplate. Enclosure holds a total of 8 mercury panel boards and two D813 auxillary distribution modules for 16 class 11 power limited outputs. Battery space for 12V or 24V, 8Ah batteries is available. Enclosure comes standard with installed AC on/off switch, a low battery disconnect module and dual door lock key sets. Enclosure weight: 75 Ib. Size: 36" x 30" x 4.5". CE approved. UL/CUL listed 334290L Avigilon AC-LSP-OSE-16DR-MER-LCK-10 with Mercury panels installed. $1,311.91 8 - 16 Door HID VertX enclosure with door mount & removable backplate *** Accomodates single or dual voltage *** Battery space for 12V or 24V, 8Ah batteries is available within the cabinet. Comes 334290L Avigilon AC-LSP-E4V1 with door lock and two (2) keys. Weight: 75 Ib. Size: 20" x 24" x 4.5" $411.31 75W 12V/6A or 24V/3A UL listed 4DR Mercury rack mount, 12/24V 8 class 2 power limited outputs fused at 2.5A/ea. Fits (2) MR52 sized Mercury controllers, Standard 2U EIA, 19" rack mount 334290L Avigilon AC-LSP-RACK-MOUNT-MERC-RGM75-D8P chassis,UL/CUL listed system $557.95 75W 12V/6A or 24V/3A UL listed 4DR Mercury rack mount, networked 12/24V 8 managed class 2 power limited outputs fused at 2.5A/ea. Fits (2) MR52 sized Mercury controllers, Standard 2U 334290L Avigilon AC-LSP-RACK-MOUNT-MERC-RGM75-M8PN EIA, 19" rack mount chassis, UL/CUL listed system $924.92 75W 12V/2A and 24V/2A UL listed Dual Voltage 12 & 24VDC 12 & 24VDC: 4DR Mercury rack mount, 4 class 2 power limited outputs fused at 2.5A/ea. Fits (2) MR52 sized Mercury controllers, Standard 334290L Avigilon AC-LSP-RACK-MOUNT-MERC-RGM75B-C4P 2U EIA, 19" rack mount chassis, UL/CUL listed system $643.79 75W 12V/2A and 24V/2A UL listed Dual Voltage 12 & 24VDC 12 & 24VDC: 4DR Mercury rack mount, 8 class 2 power limited outputs fused at 2.5A/ea. Fits (2) MR52 sized Mercury controllers, Standard 334290L Avigilon AC-LSP-RACK-MOUNT-MERC-RGM75B-M8PN 2U EIA, 19" rack mount chassis, UL/CUL listed system $964.97 75W 12V/6A or 24V/3A UL listed 4DR Mercury rack mount, 12/24V 8 class 2 power limited outputs fused at 2.5A/ea. Fits (2) MR52 sized Mercury controllers, Standard 2U EIA, 19" rack mount chassis, 334290L Avigilon AC-LSP-RACK-MOUNT-MERC-RGM75-D8PZ UL/CUL listed system / z wire mgmt cable arm $636.64 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 25 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 74 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 75W 12V/6A or 24V/3A UL listed 4DR Mercury rack mount, networked 12/24V 8 managed class 2 power limited outputs fused at 2.5A/ea. Fits (2) MR52 sized Mercury controllers, Standard 21J EIA, 19" rack mount chassis, UL/CUL listed system / z wire mgmt 334290E 1 Avigilon AC-LSP-RACK-MOUNT-MERC-RGM75-M8PNZ cable arm $1,051.53 75W 12V/2A and 24V/2A UL listed Dual Voltage 12 & 24VDC 12 & 24VDC: 4DR Mercury rack mount, 4 class 2 power limited outputs fused at 2.5A/ea. Fits (2) MR52 sized Mercury controllers, Standard 21J EIA, 19" rack mount chassis, UL/CUL listed system / z wire mgmt 334290L Avigilon AC-LSP-RACK-MOUNT-MERC-RGM75B-C4PZ cable arm $748.95 75W 12V/2A and 24V/2A UL listed Dual Voltage 12 & 24VDC 12 & 24VDC: 4DR Mercury rack mount, 8 class 2 power limited outputs fused at 2.5A/ea. Fits (2) MR52 sized Mercury controllers, Standard 21J EIA, 19" rack mount chassis, UL/CUL listed system / z wire mgmt 334290L Avigilon AC-LSP-RACK-MOUNT-MERC-RGM75B-M8PNZ cable arm $1,082.29 RBE rackmount battery enclosure for 7-8Ah batteries, Standard 21J 334290L Avigilon AC -LSP -RM -BAT -RBE EIA, 19" rack mount chassis $262.52 The FP075 75W Power Supply Board is a high efficiency, off-line switchmode power supply -battery charger designed as a general purpose power supply to provide uninterrupted power for locks, auxiliary equipment and access controllers. Capable of providing two power outputs and featuring user selectability for 12 or 24 VDC, the unit provides multiple outputs, fire alarm interface, AC fault reporting, system faultreporting, form 'C' fault relay contacts and a host of features and functions designed to support the access 334290L Avigilon AC-LSP-FP075 control industry. $128.04 The FP0150 150W Power Supply Board is a high e iciency, off-line switchmode power supply -battery charger designed as a general purpose power supply to provide uninterrupted power for locks, auxiliary equipment and access controllers. Capable of providing two power outputs and featuring user selectability for 12 or 24 VDC, the unit provides multiple outputs, fire alarm interface, AC fault reporting, system faultreporting, form 'C' fault relay contacts and a host of features and functions designed to support the access 334290L Avigilon AC-LSP-FP01SO-PS control industry. $213.17 The FP0250 250W Power Supply Board is a high e iciency, off-line switchmode power supply -battery charger designed as a general purpose power supply to provide uninterrupted power for locks, auxiliary equipment and access controllers. Capable of providing two power outputs and featuring user selectability for 12 or 24 VDC, the unit provides multiple outputs, fire alarm interface, AC fault reporting, system faultreporting, form 'C' fault relay contacts and a host of features and functions designed to support the access 334290L Avigilon AC-LSP-FP02SO control industry. $265.39 The C4 (4 Door) Lock Control Module adds four (4) fused outputs to a FPO power supply for "buffered" lock control and is typically supplied as part of a system or purchased as an expansion piece to an existing system. The C4 provides four (4) access control inputs capable of voltage or dry contact activation and four (4) relay 334290L Avigilon AC -LSP -C4 controlled outputs, individually fuse protected at 3A per output. $53.65 The C8 (8 Door) Lock Control Module lock adds eight (8) fused outputs to a FPO power supply for "buffered" lock control and is typically supplied as part of a system or purchased as an expansion piece to an existing system. The C8 provides eight (8) access control inputs capable of voltage or dry contact activation and eight (8) relay controlled outputs, individually fuse protected at 3A per 334290L Avigilon AC -LSP -C8 output. $67.24 The B100 Secondary Voltage Module provides a means to easily and economically add an additional voltage to any power system. Primary power for the B100 is derived from an main FPO power supply and the B100 steps the FPO voltage down to the user defined range (typically 12VDC). B100 delivers up to 4A maximum current at 334290E 1 Avigilon AC -LSP -B100 112VDC. I $46.50 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 0 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 75 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE The NL2 Network Communication Module communicates and controls power status over a local or wide area network to Access Control Manager (ACM). Provides two SPI ports for connection of one or two power supplies to enable monitoring, reporting and control of the power system. Enables remote testing of one battery set (12 or 24VDC). Recommended for use with single voltage 334290L Avigilon AC-LSP-NL2 systems or dual voltage systems using B100 12V module. $165.24 The NL4 Network Communication Module communicates and controls power status over a local or wide area network to Access Control Manager (ACM). Provides four SPI ports for connection of one or two power supplies to enable monitoring, reporting and control of the power system. Enables remote testing of two battery sets (12 and 24VDC). Recommended for use with dual voltage systems requiring independenet FPO power supplies (i.e. sixteen 334290L Avigilon AC-LSP-NL4 door dual voltage systems). $247.50 Replacement Camlock and key for Lifesafety Power enclosures, 334290L Avigilon AC-LSP-CamlockSet keyed alike (Lifesafety Power # Camlock Set) $14.31 75W-12/24VDC PS, Backplate, Standoffs & E2 size cabinet kit: The FlexPower FP075-E2M is an offline switchmode 75 watt power supply -battery charger specifically designed for the Lifesafety industry. Capable of providing two power outputs, user selectable for 12 or 24 VDC, the unit is configured in a painted -steel, locking enclosure with tamper switch and integral battery space. One output provides continuous output power for system use, the second is programmable for either fail-safe or fail -secure operation, activated when the fire alarm disconnect is initiated. Size: 16" x 20" 334290L Avigilon AC-LSP-FP07S-E2M x4.5", Weight: 13 lb. $332.63 75W-12/24VDC PS, Backplate, Standoffs, & E1 size cabinet kit: The FlexPower FP075-E1M is an offline switchmode power supply - battery charger specifically designed for the Lifesafety industry. Capable of providing two power outputs, user selectable for 12 or 24 VDC, the unit is configured in a painted -steel, locking enclosure with tamper switch and integral battery space. One output provides continuous output power for system use, the second is programmable for either fail-safe or fail -secure operation, activated when the fire alarm disconnect is initiated. Size: 12" x 14" x 4.5", 334290L Avigilon AC-LSP-FP07S-E1M Weight: 9lb. $272.54 Backplate, Standoffs & E2M size cabinet kit: Size: 16" x 20" x 4.5", 334290L Avigilon AC-LSP-E2M Weight: 13 lb. $221.04 Backplate, Standoffs & HM size cabinet kit: Size: 12" x 14" x 4.5", 334290L Avigilon AC-LSP-E1M Weight: 9lb. $196.71 150W-12/24VDC PS, Backplate, Standoffs, & E4M size cabinet it: The FlexPower AC-LSP-FP0150(FP0150-2D8E4M1) is an offline switchmode power supply battery charger system. The unit is user selectable for 12 or 24VDC. Providing two independent outputs, the first output provides continuous output power for system use and the second is programmable for either fail-safe or fail -secure operation, activated when the fire alarm disconnect is initiated. Also providing 16 auxiliary power distributed outputs, the unit has provisions for mounting a variety of Mercury boards in the cabinet proper (E4M) and cabinet door (EM1). The unit is configured in painted, steel, locking enclosure with tamper switch and integral 334290L Avigilon AC-LSP-FP01SO battery space. Size: 20" x 24" x 4.5", Weight: 21 Ib. $547.22 4 Door Access Sing e Vo tage 75W PS C, 12VDC@4A or 24VDC@2A System Features: 40Ah charge capability, microprocessor battery charging, charger software algorithm minimizes effects of deep battery discharge, continuous and switched DC outputs, fire alarm input (FAI), four opto isolated, NO/NC, access control inputs, four relay lock control outputs, failsafe or failsecure, and FAI — each output fused for 3A (Class 2 power limited version also available). Fault detection reporting with delay, system can be web -managed (w/ NetLink module), 120V/230VAC, locking enclosure: 12" X 14" X 4.5", ten year warranty, US/Canada agency listed for access, 334290L Avigilon AC-LSP-FP07S-4DR-SV security, fire, CCTV, mass notification 1 $248.22 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 27 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 76 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 8 Door Access Single Voltage 150W PS C, 12VDC@12A or 24VDC@6A System Features: 80Ah charge capability, microprocessor battery charging, charger software algorithm minimizes effects of deep battery discharge, continuous and switched DC outputs, eight 12 or 24VDC auxiliary outputs fused at 3A (Class 2 power limited version also available), fire alarm input (FAI), eight opto isolated, NO/NC, access control inputs, eight relay lock control outputs, programmable for either 12 or 24VDC, failsafe or failsecure, and FAI, fault detection reporting with delay, system can be web -managed (w/ NetLink module), 120V/230VAC, locking enclosure: 16" X 20" X 4.5", ten year warranty, US/Canada agency 334290L Avigilon AC-LSP-FF0150-8DR-SV listed for access, security, fire, CCTV, mass notification $387.71 8 Door Access Dual Voltage 150W PS C, 12VDC@6A and 24VDC@3A System Features: 40Ah charge capability, microprocessor battery charging, charger software algorithm minimizes effects of deep battery discharge, continuous and switched DC outputs, eight 12 or 24VDC auxiliary outputs fused at 3A (Class 2 power limited version also available), fire alarm input (FAI), eight opto isolated, NO/NC, access control inputs, eight relay lock control outputs, programmable for either 12 or 24VDC, failsafe or failsecure, and FAI, fault detection reporting with delay, system can be web -managed (w/ NetLink module), 120V/230VAC, locking enclosure: 16" X 20" X 4.5", ten year warranty, US/Canada agency 334290L Avigilon AC-LSP-FF075/75-8DR-DV listed for access, security, fire, CCTV, mass notification $402.73 8 Door Access Dual Voltage 150W PS C,12VDC@4A and 24VDC@4A System Features: One battery set supports all voltages, microprocessor battery charging, 80Ah charge capability, continuous and switched DC outputs, eight 12 or 24VDC auxiliary outputs fused at 3A (Class 2 power limited version also available), fire alarm input (FAI), eight opto isolated, NO/NC, access control inputs, eight relay lock control outputs, programmable for either 12 or 24VDC, failsafe or failsecure, and FAI, fault detection reporting with delay, system can be web -managed (w/ NetLink module), 120V/230VAC, locking enclosure: 16" X 20" X 4.5", ten year warranty, US/Canada agency listed for access, security, fire, CCTV, 334290L Avigilon AC-LSP-FF0150-8DR-DV mass notification $427.05 16 Door Access Single Voltage 250W PS C, 12VDC@20A or 24VDC@10A System Features: 80Ah charge capability, microprocessor battery charging, charger software algorithm minimizes effects of deep battery discharge, continuous and switched DC outputs, sixteen 12 or 24VDC auxiliary outputs fused at 3A (Class 2 power limited version also available), fire alarm input (FAI), sixteen opto isolated, NO/NC, access control inputs, sixteen relay lock control outputs, programmable for either 12 or 24VDC, failsafe or failsecure, and FAI, fault detection reporting with delay, system can be web -managed (w/ NetLink module), 120V/230VAC, locking enclosure, 20" X 24" X 4.5", ten year warranty, US/Canada 334290L Avigilon AC-LSP-FF0250-16DR-SV agency listed for access, security, fire, CCTV, mass notification $579.41 16 Door Access Dual Voltage 30OW PS C, 12VDC@12A and 24VDC@6A System Features: 80Ah charge capability, microprocessor battery charging, charger software algorithm minimizes effects of deep battery discharge, continuous and switched DC outputs, sixteen 12 or 24VDC auxiliary outputs fused at 3A (Class 2 power limited version also available), fire alarm input (FAI), sixteen opto isolated, NO/NC, access control inputs, sixteen relay lock control outputs, programmable for either 12 or 24VDC, failsafe or failsecure, and FAI, fault detection reporting with delay, system can be web -managed (w/ NetLink module), 120V/230VAC, locking enclosure, 20" X 24" X 4.5", ten year warranty, US/Canada 334290L Avigilon AC-LSP-FF0150/150-16DR-DV agency listed for access, security, fire, CCTV, mass notification $674.55 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 W ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 77 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 16 Door Access Dual Voltage 50OW PS C, 12VDC@20A and 24VDC@10A System Features: 80Ah charge capability, microprocessor battery charging, charger software algorithm minimizes effects of deep battery discharge, continuous and switched DC outputs, sixteen 12 or 24VDC auxiliary outputs fused at 3A (Class 2 power limited version also available), fire alarm input (FAI), sixteen opto isolated, NO/NC, access control inputs, sixteen relay lock control outputs, programmable for either 12 or 24VDC, failsafe or failsecure, and FAI, fault detection reporting with delay, system can be web -managed (w/ NetLink module), 120V/230VAC, locking enclosure, 20" X 24" X 4.5", ten year warranty, US/Canada 334290L Avigilon AC-LSP-FP0250/250-16DR-DV agency listed for access, security, fire, CCTV, mass notification $756.81 iCLASS Clamshell Contactless Smart Card, 2k bit with 2 application 334290L Avigilon AC-HID-CARD-ICLASS-2080 areas $2.46 334290L Avigilon AC-HID-CARD-ICLASS-2000 iCLASS Contactless Smart Card, 2k bit with 2 application areas $3.68 334290L Avigilon AC-HID-CARD-ICLASS-2002 iCLASS Contactless Smart Card, 16k bit with 16 application areas $6.67 iCLASS Contactless Smart Card, 32k bit withl6k/16+ 16k/1 334290L Avigilon AC-HID-CARD-ICLASS-2004 application areas $6.95 334290L Avigilon AC-HID-CARD-ICLASS-2050 iCLASS Key II Contactless Smart Key 2k bit with 2 application areas $4.79 334290L Avigilon AC-HID-CARD-ICLASS-SE-3000 iCLASS SE Contactless Smart Card, 2k bit with 2 application areas $3.68 iCLASS SE Contactless Smart Card, 2k bit with 2 application areas, Avigilon Format, Avigilon University 1000, Avigilon logo on back, Minimum Order 100, packaged in box of 100 (HID# IOD -CG -06482) 334290L Avigilon AC-HID-CARD-ICLASS-SE-3000-AVG (CARD iClass SE 2kbit, Avigilon logo) $4.00 334290L Avigilon AC-HID-CARD-ICLASS-SE-3002 iCLASS SE Contactless Smart Card, 16k bit with 16 application areas $6.67 iCLASS SE Contactless Smart Card, 32k bit with 16k/16+ 16k/1 334290L Avigilon AC-HID-CARD-ICLASS-SE-3004 application areas $6.82 334290L Avigilon AC-HID-CARD-PROXCARDII-CL ProxCard II Proximity Access Card (Clam Shell) (HID # 1326LMSMV) $2.50 DuoProx II Graphics Quality PVC, Proximity Access Card, w/ 334290L Avigilon AC-HID-CARD-DUOPROXII-CL Magnetic Stripe (HID # 1336LGGMN) $5.13 334290L Avigilon AC-HID-FOB-PROXKEYIII-CL ProxKey III Proximity Access Keyfob (HID# 1346LNSMN) $5.01 ISOProx II Graphics Quality PVC, Proximity Access Card (HID 334290L Avigilon AC-HID-CARD-ISOPROXII-GRPH #1386LGGMN) $4.64 334290L Avigilon AC-HID-TAG-MICROPROX-ADH MICROPROX TAG, FROG, GRAY, MATCH # (HID # 1391LGSMN) $3.38 334290L Avigilon AC-HID-CORPIK-MC-1000 SERVICE FEE: CORPORATE 1000 CARD FORMAT $0.26 ISO CARD COMPOSITE UHF/ICLASS 32K, FROG, WHITE, UHF LASER 334290L Avigilon AC-HID-CARD-ICLASS-SE-UHF-6014SGGANN MATCHING, 860-960 MHz Application areas 16k/16+16k/l $8.46 ISO CARD COMPOSITE UHF/ICLASS 32K, FROG, WHITE, UHF LASER 334290L Avigilon AC-HID-CARD-ICLASS-SE-UHF-6013TGGANN MATCHING, 860-960 MHz Application areas 16k/2+16k/l $8.46 ISO CARD COMPOSITE UHF/ICLASS 16K, FROG, WHITE, NO #, NO 334290L Avigilon AC-HID-CARD-ICLASS-SE-UHF-6011TGGNNN-001 SALES ORDER, 860-960 MHz $8.46 ISO CARD COMPOSITE UHF/ICLASS 16K, FROG, WHITE, LASER 334290L Avigilon AC-HID-CARD-ICLASS-SE-UHF-6011TGGANA MATCHING, 860-960 MHz $8.70 ISO CARD COMPOSITE UHF, FROG, WHITE, LASER MATCHING, 860- 334290L Avigilon AC-HID-CARD-ICLASS-UHF-60OTGGAN 960 MHz $7.07 Configuration Card Reader, Management Crad, Seos keys and 334290L Avigilon AC-HID-CARD-MOB-SEC9X-CRD-E-MKYD configuration $28.11 Configuration card used to adjust Bluetooth range settings on Mobile -Enabled Readers. Custom part number: SEC9X-CRD-MAD- xxxxxxxx specific to organization and issued at time of part number 334290L Avigilon AC-HID-CARD-MOB-ADMIN-SEC9X-CRD-MAD creation. $25.44 COMPOSITE CLASS SEOS PROX CONTACTLESS SMART CARD 8K, CLASS SIO PROGRAMMED, PROX HID FORMAT, F -GLOSS, B -GLOSS, 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106RGGNNN NO CLASS #, NO PROX #, NO SLOT, LAM $7.25 COMPOSITE CLASS SEOS PROX 16K, PROG. CLASS, F -GLOSS, 13- 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5105RGGSNN GLOSS, SEQ. CLASS #, NO SLOT, NO PROX # $9.26 COMPOSITE CLASS SEOS PROX 16K, PROG. CLASS, F -GLOSS, 13- 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5105RGGNNS GLOSS, NO CLASS #, NO SLOT, SEQ. PROX # $9.26 COMPOSITE CLASS SEOS PROX 16K, PROG. CLASS, F -GLOSS, 13- 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5105RGGMNN GLOSS, MATCH. CLASS #, NO SLOT, NO PROX # $9.26 COMPOSITE CLASS SEOS PROX 16K, PROG. CLASS, F -GLOSS, 13- 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5105RGGMNM GLOSS, MATCH. CLASS #, NO SLOT, MATCH. PROX # $9.26 COMPOSITE CLASS SEOS PROX 16K, PROG. ICLASS/PROX F -GLOSS, 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5105RG1NNM B -GLOSS W/MAG, NO CLASS #, NO SLOT, MATCH. PROX #, LAM $10.23 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 W ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 78 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE COMPOSITE (CLASS SEOS PROX 16K, PROG. (CLASS, F -GLOSS, 13- 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-SlOSRG1MNN GLOSS W/MAG, MATCH. (CLASS #, NO SLOT, MATCH. PROX # $10.23 COMPOSITE (CLASS SEOS PROX 16K, PROG. (CLASS, F -GLOSS, 13- 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-SlOSRG1MNM GLOSS W/MAG, MATCH. (CLASS #, NO SLOT, MATCH. PROX #, LAM $10.23 COMPOSITE (CLASS SEOS PROX 16K, PROG. (CLASS, F -GLOSS, 13- 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-SlOSPGGNNN GLOSS, NO (CLASS #, NO SLOT, NO PROX # $9.26 COMPOSITE (CLASS SEOS CONTACTLESS SMART CARD 8 KB MEMORY, PROG., F -GLOSS, B -GLOSS, MATCH. (CLASS #, NO SLOT, 334290L Avigilon AC-HID-CARD-SEOS-SO06PGGMN LAM $3.48 COMPOSITE (CLASS SEOS CONTACTLESS SMART CARD 16 KB 334290L Avigilon AC-HID-CARD-SEOS-SOOSPGGSN MEMORY, PROD., F -GLOSS, B -GLOSS, SEQ. #. (CLASS #, NO SLOT $7.07 COMPOSITE (CLASS SEOS CONTACTLESS SMART CARD 16 KB MEMORY, PROG., F -GLOSS, B -GLOSS, MATCH. (CLASS #, NO SLOT, 334290L Avigilon AC-HID-CARD-SEOS-SOOSPGGMN LAM $7.07 COMPOSITE (CLASS SEOS CONTACTLESS SMART CARD 8 KB 334290L Avigilon AC-HID-CARD-SEOS-SO06PGGSN MEMORY, PROD., F -GLOSS, B -GLOSS, SEQ. (CLASS #, NO SLOT $3.48 COMPOSITE (CLASS SEOS CONTACTLESS SMART CARD 8 KB MEMORY, PROG., F -GLOSS, B -GLOSS, MATCH. (CLASS #, NO SLOT, 334290L Avigilon AC-HID-CARD-SEOS-SO06PGGMNT LAM, 10 PACK $3.48 COMPOSITE (CLASS SEOS CONTACTLESS SMART CARD 8K, SEOS OS LOADED, PROG., F -GLOSS, B -GLOSS, W/MAG, MATCHING (CLASS #, 334290L Avigilon AC-HID-CARD-SE0S-5006PG1MN NO SLOT $4.45 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. (CLASS/PROX, F -GLOSS, B -GLOSS, MATCH (CLASS #, NO SLOT, 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106RGGMNN NO PROX # $7.25 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. (CLASS/PROX, F -GLOSS, B -GLOSS, MATCH (CLASS #, NO SLOT, 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106RGGMNM MATCH PROX# $7.25 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. (CLASS/PROX, F -GLOSS, B -GLOSS W/MAG, NO (CLASS #, NO 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106RG1NNN SLOT, NO PROX #, LAM $8.21 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. (CLASS/PROX, F -GLOSS, B -GLOSS W/MAG, NO (CLASS #, NO 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106RG1NNM SLOT, MATCHING PROX #, LAM $8.21 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. (CLASS/PROX, F -GLOSS, B -GLOSS W/MAG, MATCHING (CLASS 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106RG1MNN #, NO SLOT, NO PROX #, LAM $8.21 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. (CLASS/PROX, F -GLOSS, B -GLOSS, NO (CLASS #, NO SLOT, NO 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106RG1MNM PROX #,LAM $8.21 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. ICLASS,NON PROGRAM PROX, F -GLOSS, B -GLOSS, NO (CLASS 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106PGGNNN #, NO SLOT, NO PROX # $7.25 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. ICLASS,NON PROGRAM PROX, F -GLOSS, B -GLOSS, 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106PGGMNN MATCHING (CLASS #, NO SLOT, NO PROX # $7.25 COMPOSITE (CLASS SEOS PROX CONTACTLESS SMART CARD 8K, PROG. CLASS, F - GLOSS, B - GLOSS W/MAG, MATCHING (CLASS #, 334290L Avigilon AC-HID-CARD-SEOS-ICLASS-PROX-5106PG1MNN NO SLOT, NO PROX #, LAM $8.21 COMPOSITE (CLASS SEOS CONTACTLESS SMART CARD 8K, SEOS 334290L Avigilon AC-HID-CARD-SEOS-SO06VGGNN LOADED, ER PROD., F -GLOSS, B -GLOSS, NO (CLASS #, NO SLOT $3.48 334290L Avigilon AC-ING-READ-XCEEDID-PROX-C XceedID- 125 kHz Proximity- Mini Mullion Creme Reader $107.30 334290L Avigilon AC-ING-READ-APTIQ-MINI-SM10 aptiQ 13.56 MHz Smart- Mini Mullion Reader $101.58 Outdoor Wireless Reader Interface Compatible with Wiegand or Magnetic Stripe Interface. Includes Weatherproof Enclosure, inputs for two parallel readers. Requires 12 or 24 VDC power supply (Non - 334290L Avigilon AC-ALL-SCH-WR1400 stock item) $623.76 Wireless Portable Reader (with Multi -Technology Reader Module) 334290L Avigilon AC-ALL-SCH-WPR400-MTK Handheld, battery-operated unit with Multi -Technology with $1,276.14 Wireless Portable Reader (with Multi -Technology Reader 334290L Avigilon AC-ALL-SCH-WPR400-MT Module)Handheld, battery-operated unit with Multi -Technology $1,236.80 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 30 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 79 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 900 MHz Panel Interface Module for 16 or 64 door intelligent controller (AC-MER-CONT-1DR and AC-MER-CONT-64DR Sold Separately) (Up to 16 wireless access devices such as AD -400 locks per PIM) for AD Series wireless devices; powered by Mercury Security. Certifications: NEMA 1, 4, 4X, 6; UL 294; FCC Part 15; Industry Canada (IC); RoHS, Dimensions (H x W x D): 6.3" x 3.2" x 334290L Avigilon AC-ALL-SCH-PIM400-485-RSI 2.2" (16.0 cm x 8.13 cm x 5.59 cm), Weight 1.25 lbs (.56 kg) $977.13 900 MHz Panel Interface Module for 16 door intelligent controller (AC-MER-CONT-1DR Sold Separately) for AD Series wireless devices; powered by Mercury Security. Encrypted with AES -128 bit keys, Certifications: FCC Part 15, Industry Canada(IC), RoHS, UL294 Listed when connected to UL294 power supply, Dimensions: 10.43" X 7.28" X 3.79" (26.49cm X 18.49 cm X 9.63 cm), Weight 2.8 lbs (1.27 334290L Avigilon AC-ALL-SCH-PIM400-1501-LC kg) $1,173.85 Handheld Device Kit (USB devices ONLY:AD-Series and CO -Series). Includes Handheld Device pre -loaded with SUS Application, HHD - USB Cable. Used to initialize, manage, and test AD -Series and CO - 334290L Avigilon AC-ALL-SCH-HHD-KIT-USB Series devices. $779.70 AD -400 900 Mhz Wireless, Exit Trim Chassis - Surface Vertical Rod, Privacy Interior Push Button with LED, Multi -Tech Reader (Proximity and Smart), Rhodes Lever, Satin Chrome Finish, BD - Less SFIC Cylinder set for BEST SFIC 6 or 7 pin, Right Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-9935-40-MT-RHO-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for 334290L Avigilon AC-SCH-AD400993S40MTRHO626BDRHR4B13/4 shipping, a 50% restocking fee will apply. (North America Only Item) $1,530.80 AD -400900 Mhz Wireless, Exit Trim Chassis - Mortise, Privacy Interior Push Button with LED, Multi -Tech Reader (Proximity and Smart), Rhodes Lever, Satin Chrome Finish, BD - Less SFIC Cylinder set for BEST SFIC 6 or 7 pin, Right Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD- 400-993M-40-MT-RHO-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for 334290L Avigilon AC-SCH-AD400993M40MTRHO626BDRHR4B13/4 shipping, a 50% restocking fee will apply. (North America Only Item) $1,530.80 334290L Avigilon AC-ING-READ-APTIQ-MULL-MT11 aptiQMulti-Technology —Mullion Reader $209.59 334290L Avigilon AC-ING-READ-APTIQ-SNG-MT15 aptiQMulti-Technology - Single Gang Reader $209.59 334290L Avigilon AC-ING-READ-APTIQ-KEYPD-MTK15 aptiQ Multi -Technology Keypad - Single Gang Reader $333.34 334290L Avigilon AC-ING-CARD-APTIQ-XF8420 aptiQ Smart Card 2K byte/16k bit Clamshell $4.40 334290L Avigilon AC-ING-CARD-APTIQ-XF8440 aptiQ Smart Card 4K byte/32k bit Clamshell $4.97 334290L Avigilon AC-ING-CARD-APTIQ-XF8480 aptiQ Smart Card 8K byte/64k bit Clamshell $6.08 334290L Avigilon AC-ING-CARD-APTIQ-XF8520 aptiQ Smart Card 2K byte/16k bit ISO Glossy White $4.79 334290L Avigilon AC-ING-CARD-APTIQ-XF8540 aptiQ Smart Card 4K byte/32k bit ISO Glossy White $5.40 334290L Avigilon AC-ING-CARD-APTIQ-XF8580 aptiQ Smart Card 8K byte/64k bit ISO Glossy White $6.44 aptiQ Smart Card 2K byte/16k bit with Magnetic Stripe ISO Glossy 334290L Avigilon AC-ING-CARD-APTIQ-XF8520M1 White $5.22 aptiQSmart Card 4K byte/32k bit with Magnetic Stripe ISO Glossy 334290L Avigilon AC-ING-CARD-APTIQ-XF8540M1 White $5.79 aptiQ Smart Card 8K byte/64k bit with Magnetic Stripe ISO Glossy 334290L Avigilon ACING-CARD-APTIQ-XF8580M1 White $6.94 334290L Avigilon ACING-CARD-APTIQ-XF8720 aptiQ Smart Card 2K byte/16k bit PVC Patch $4.36 334290L Avigilon ACING-CARD-APTIQ-XF8740 aptiQ Smart Card 4K byte/32k bit PVC Patch 334290L Avigilon ACING-CARD-APTIQ-XF8780 aptiQ Smart Card 8K byte/64k bit PVC Patch Proximity and aptiQ Smart Card Combo 2K byte/16k bit ISO Glossy 334290L Avigilon ACING-CARD-APTIQ-XF8920 White Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 31 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 80 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Proximity and aptiQ Smart Card Combo 4K byte/32k bit ISO Glossy 334290L Avigilon AC-ING-CARD-APTIQ-XF8940 White $7.65 Proximity and aptiQ Smart Card Combo 8K byte/64k bit ISO Glossy 334290L Avigilon AC-ING-CARD-APTIQ-XF8980 White $8.87 334290E I Avigilon AC-ING-CARD-APTIQ-XF9420 MIFARE Smart Card 2.5k bit Clamshell $2.68 334290L Avigilon AC-ING-CARD-APTIQ-XF9520 MIFARE Smart Card 2.5 k bit ISO Glossy White $3.36 334290L Avigilon AC-ING-CARD-APTIQ-XF9520MS MIFARE Smart Card 2.5 k bit with magnetic stripe ISO Glossy White $3.88 334290L Avigilon AC-ING-CARD-APTIQ-XF9SS1 MIFARE Contactless Smart Card 1k byte/8k bit ISO Glossy White $4.03 MIFARE Contactless ISO Glossy Smart Card 1k byte/8k bit & mag 334290L Avigilon AC-ING-CARD-APTIQ-XF9SS1MS stripe $4.56 334290L Avigilon AC-ING-CARD-APTIQ-XF9SS8 MIFARE Contactless Smart Card 4k byte/32k bit ISO Glossy White $5.65 MIFARE Contactless ISO Glossy Smart Card 4k byte/32k bit and mag 334290L Avigilon AC-ING-CARD-APTIQ-XF9SS8MS stripe $6.22 334290L Avigilon AC-ING-CARD-APTIQ-XF9651 MIFARE Smart 1k bit (minimum order is 50) Keytag $4.58 334290L Avigilon AC-ING-CARD-APTIQ-XF9751 MIFARE Smart Cards 1k byte/8k bit PVC Patch $4.15 334290L Avigilon AC-ING-CARD-APTIQ-XF9758 MIFARE Smart Cards 4k byte/32k bit PVC Patch $6.22 334290L Avigilon AC-ING-CARD-APTIQ-XF7510 Proximity Card ISO Glossy White $3.54 AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart), Rhodes Lever, Satin Chrome Finish, SFIC cyl Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MT-RHO-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and 334290L Avigilon AC-SCH-AD400993R70MTRHO626BDRHR4B13/4 prepped for shipping, a 50% restocking fee will apply. $1,507.19 AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart), Sparta Lever, Satin Chrome Finish, SFIC cyl Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MT-SPA-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and 334290L Avigilon AC-SCH-AD400993R70MTSPA626BDRHR4B13/4 prepped for shipping, a 50% restocking fee will apply. $1,507.19 AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart), Rhodes Lever, Satin Chrome Finish, Schlage FSIC 6 Pin Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MT-RHO-626-JD- RHR-413-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured 334290L Avigilon AC-SCH-AD400993R70MTRHO626JDRHR4B13/4 and prepped for shipping, a 50% restocking fee will apply. $1,488.59 AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart), Sparta Lever, Satin Chrome Finish, Schlage FSIC 6 Pin Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MT-SPA-626-JD- RHR-413-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured 334290L Avigilon AC-SCH-AD400993R70MTSPA626JDRHR4B1-3/4 and prepped for shipping, a 50% restocking fee will apply. $1,487.16 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 32 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 81 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD -400 900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart) + Keypad, Rhodes Lever, Satin Chrome Finish, SFIC cyl Key System (less cylinder), Right Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MTK- RHO-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee 334290L Avigilon AC-SCH-AD400993R70MTKRHO626BDRHR4B1-3/4 will apply. $1,545.10 AD -400 900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart) + Keypad, Sparta Lever, Satin Chrome Finish, SFIC cyl Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MTK-SPA-626-BD- RHR-413-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured 334290L Avigilon AC-SCH-AD400993R70MTKSPA626BDRHR4B1-3/4 and prepped for shipping, a 50% restocking fee will apply. $1,545.10 AD -400 900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart) + Keypad, Rhodes Lever, Satin Chrome Finish, Schlage FSIC 6 Pin Key System (less cylinder), Right Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70- MTK-RHO-626-JD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee 334290L Avigilon AC-SCH-AD400993R70MTKRHO626JDRHR4B1-3/4 will apply. $1,524.36 AD -400 900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart) + Keypad, Sparta Lever, Satin Chrome Finish, Schlage FSIC 6 Pin Key System (less cylinder), Right Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MTK-SPA 626-JD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee will 334290L Avigilon AC-SCH-AD400993R70MTKSPA626JDRHR4B1-3/4 apply. $1,524.36 AD -400 900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, MagStripe (Swipe) Reader, Rhodes Lever, Satin Chrome Finish, SFIC cyl Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MS-RHO-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and 334290L Avigilon AC-SCH-AD400993R70MSRHO626BDRHR4B1-3/4 prepped for shipping, a 50% restocking fee will apply. 1 $1,449.96 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 33 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 82 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, MagStripe (Swipe) Reader, Sparta Lever, Satin Chrome Finish, SFIC cyl Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MS-SPA-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and 334290L Avigilon AC-SCH-AD400993R70MSSPA626BDRHR4B1-3/4 prepped for shipping, a 50% restocking fee will apply. $1,449.96 AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, MagStripe (Swipe) Reader, Rhodes Lever, Satin Chrome Finish, Schlage FSIC 6 pin Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MS-RHO-626-JD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and 334290L Avigilon AC-SCH-AD400993R70MSRHO626JDRHR4B1-3/4 prepped for shipping, a 50% restocking fee will apply. $1,429.22 AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, MagStripe (Swipe) Reader, Sparta Lever, Satin Chrome Finish, Schlage FSIC 6 pin Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MS-SPA-626-JD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and 334290L Avigilon AC-SCH-AD400993R70MSSPA626JDRHR4B1-3/4 prepped for shipping, a 50% restocking fee will apply. $1,429.22 AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, MagStripe (Swipe) Reader+ Keypad, Rhodes Lever, Satin Chrome Finish, SFIC cyl Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MSK-RHO-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and 334290L Avigilon AC-SCH-AD400993R70MSKRHO626BDRHR4B1-3/4 prepped for shipping, a 50% restocking fee will apply. $1,488.59 AD -400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, MagStripe (Swipe) Reader+ Keypad, Sparta Lever, Satin Chrome Finish, SFIC cyl Key System (less cylinder), Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MSK-SPA-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and 334290L Avigilon AC-SCH-AD400993R70MSKSPA626BDRHR4B1-3/4 prepped for shipping, a 50% restocking fee will apply. $1,488.59 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 34 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 83 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD-400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, MagStripe (Swipe) Reader+ Keypad, Rhodes Lever, Satin Chrome Finish, Schlage FSIC 6 Pin Key System (less cylinder), Right Hand Reverse Handing, 4A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MSK-RHO-626-JD- RHR-413-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured 334290L Avigilon AC-SCH-AD400993R70MSKRHO626JDRHR4B1-3/4 and prepped for shipping, a 50% restocking fee will apply. $1,467.85 AD-400900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, MagStripe (Swipe) Reader+ Keypad, Sparta Lever, Satin Chrome Finish, Schlage FSIC 6 Pin Key System (less cylinder), Right Hand Reverse Handing, 4A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-70-MSK-SPA-626-JD- RHR-413-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured 334290L Avigilon AC-SCH-AD400993R70MSKSPA626JDRHR4B1-3/4 and prepped for shipping, a 50% restocking fee will apply. $1,467.85 AD-400 900 Mhz Wireless, Exit Trim Chassis - Rim - Concealed Vertical Rod, Privacy Interior Push Button with LED, Multi-Tech Reader (Proximity and Smart), Rhodes Lever, Satin Chrome Finish, BD - Less SFIC Cylinder set for BEST SFIC 6 or 7 pin, Right Hand Reverse Handing, 4A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-40-MT-RHO-626-BD- RHR-413-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee will apply. (North 334290L Avigilon AC-SCH-AD400993R40MTRHO626BDRHR4B1 3/4 America Only Item) $1,513.63 AD-400 900 Mhz Wireless, Exit Trim Chassis - Rim - Concealed Vertical Rod, Privacy Interior Push Button with LED, Multi-Tech Reader (Proximity and Smart), Rhodes Lever, Satin Chrome Finish, BD - Less SFIC Cylinder set for BEST SFIC 6 or 7 pin, Left Hand Reverse Handing, 4A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-40-MT-RHO-626-BD-LHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee will apply. (North 334290L Avigilon AC-SCH-AD400993R40MTRHO626BDLHR4B1 3/4 America Only Item) I $1,513.63 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 35 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 84 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD -400 900 Mhz Wireless, Exit Trim Chassis - Rim - Concealed Vertical Rod, Privacy Interior Push Button with LED, Multi -Tech Reader (Proximity and Smart), Rhodes Lever, Satin Bronze Finish, BD - Less SFIC Cylinder set for BEST SFIC 6 or 7 pin, Right Hand Reverse Handing, 4 A Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-40-MT-RHO-612-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee will apply. (North 334290L Avigilon AC-SCH-AD400993R40MTRHO612BDRHR4B1 3/4 America Only Item) $1,593.74 AD -400 900 Mhz Wireless, Exit Trim Chassis - Rim - Concealed Vertical Rod, Privacy Interior Push Button with LED, Multi -Tech Reader (Proximity and Smart), Rhodes Lever, Satin Chrome Finish, BD - Less SFIC Cylinder set for BEST SFIC 6 or 7 pin, Right Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R-40-MT-RHO-626-BD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee will apply. (North 334290L Avigilon AC-SCH-AD400993R40MTRHO626BDRHR4B13/4 America Only Item) $1,513.63 AD -400 900 Mhz Wireless, Exit Trim Chassis - Rim - Concealed Vertical Rod, Privacy Interior Push Button with LED, Multi -Tech Reader (Proximity and Smart), Rhodes Lever, Satin Chrome Finish, BD - Less SFIC Cylinder set for BEST SFIC 6 or 7 pin, Left Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD -400 -993R -40 -MT -RHO -626 -BD -LHR -4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee will apply. (North 334290L Avigilon AC-SCH-AD400993R40MTRHO626BDLHR4B13/4 America Only Item) $1,513.63 AD -400 900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi -Tech Reader (Proximity and Smart) + Keypad, Rhodes Lever, Satin Chrome Finish, JDC06 - Corbin Russwin FSIC 6 Pin cylinder Key System, Right Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD- 400-993R-70-MT-RHO-626-JDC06-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for 334290L Avigilon AC-SCH-AD400993R70MTRHO626JDC06RHR4B13/ shipping, a 50% restocking fee will apply. 1 $1,487.16 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 36 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 85 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD-400 900 Mhz Wireless, Exit Trim Rim Chassis, Interior LED Only Function, Multi-Tech Reader (Proximity and Smart) + Keypad, Rhodes Lever, Satin Chrome Finish, JDC06 - Corbin Russwin FSIC 6 Pin cylinder Key System, Left Hand Reverse Handing, 4 AA Batteries, 13/4" Door Thickness (Allegion Schlage Part Number AD-400-993R- 70-MT-RHO-626-JDCO6-LHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations of an order or portion of an order that includes Deliverables that have been manufactured and prepped for shipping, a 50% restocking fee 334290L Avigilon AC-SCH-AD400993R70MTRHO626JDC06LHR4B13/ will apply. $1,487.16 AllegionSchlage A - z ireless, 993R Exit Trim - Rim/Concealed Vertical Rod(HM only/Concealed Vertical Cable, 70 Classroom/Storeroom-Interior LED Only, Multi-Tech Reader (Proximity and Smart), Sparta, Satin Chrome, Key System - BD - Less SFIC cylinder-Schlage, Falcon, Best and other competitive OEM's, Handing - Left Hand Reverse (LHR), 4 AA Batteries, Door Thickness - 1 3/4" (Commercial Door Standard) (Allegion Schlage Part Number AD-400-993R-70-MT-SPA-626-BD-LHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations an order or portion of an order that includes Deliverables that have been manufactured and prepped for 334290L Avigilon AC-SCH-AD400993R70MTSPA626BDLHR4B13/4 shipping, a 50% restocking fee will apply. $1,507.19 Allegion Schlage z Wireless, :71 nm - Rim/Concealed Vertical Rod(HM only/Concealed Vertical Cable, 70 Classroom/Storeroom-Interior LED Only, Multi-Tech Reader (Proximity and Smart), Athens, Satin Chrome, Key System - JD - Schlage FSIC 6 Pin, Falcon, Best and other competitive OEM's, Handing - Right Hand Reverse (RHR), 4 AA Batteries, Door Thickness - 13/4" (Commercial Door Standard) (Allegion Schlage Part Number AD-400-993R-70-MT-ATH-626-JD-RHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations an order or portion of an order that includes Deliverables that have been manufactured and prepped for 334290L Avigilon AC-SCH-AD400993R70MTATH626JDRHR4B13/4 shipping, a 50% restocking fee will apply. $1,487.16 Allegion Schlage z ire ess,xit rim - Rim/Concealed Vertical Rod(HM only/Concealed Vertical Cable, 70 Classroom/Storeroom-Interior LED Only, Multi-Tech Reader (Proximity and Smart), Sparta, Satin Chrome, Key System - JD - Schlage FSIC 6 Pin, Falcon, Best and other competitive OEM's, Handing - Left Hand Reverse (LHR), 4 AA Batteries, Door Thickness - 1 3/4" (Commercial Door Standard) (Allegion Schlage Part Number AD-400-993R-70-MT-SPA-626-JD-LHR-4B-1 3/4) NOTE: All AD400 Locks are custom made to order and have a minimum 30 day lead time. After 48 hours of Company's order acknowledgment, all changes to an accepted purchase order will be subject to a Change Order charge of 30% of the net Deliverable value. Returns and cancellations an order or portion of an order that includes Deliverables that have been manufactured and prepped for 334290L Avigilon AC-SCH-AD400993R70MTSPA626JDLHR4B13/4 shipping, a 50% restocking fee will apply. $1,487.16 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard Less Cylinder, Schlage, Falcon, 6 Pin KIL, Rhodes lever, Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1-1/8" x 2-1/4", 1- 3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4-7/8", Everest 29 S 334290L Avigilon AC-SCH-NDE80LDRH0626RH 062613047101305123 (Key in Lever or FSIC) I $SSS.81 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 37 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 86 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard Less Cylinder, Schlage, Falcon, Competitive OEM's, 7 Pin (SFIC), Rhodes Lever, Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1-1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no 334290E 1 Avigilon AC-SCH-NDE80BDRHO626RHO626130471013OS12 box, 1-1/4" x 4-7/8", Everest 29 S (Key in Lever or FSIC) $595.15 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard Less Cylinder, Schlage, Falcon, 6 Pin KIL, Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1-1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4-7/8", Everest 29 S (Key in 334290L Avigilon AC-SCH-NDE80LDATH626ATH626130471013OS123 Lever or FSIC) $555.81 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard Less Cylinder, Schlage, Falcon, Competitive OEM's, 7 Pin (SFIC), Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1- 1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4- 334290L Avigilon AC-SCH-NDE80BDATH626ATH626130471013OS123 7/8", Everest 29 S (Key in Lever or FSIC) $595.15 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard With Cylinder, Schlage- Everest 29 5123, 6 Pin KIL, Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1-1/8" x 2-1/4", 1- 3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4-7/8", Everest 29 S 334290L Avigilon AC-SCH-NDE80PDATH626ATH626130471013OS123 (Key in Lever or FSIC) $595.15 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard With Cylinder, Schlage- Everest 29 5123, 6 Pin KIL, Rhodes lever, Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1- 1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4- 334290L Avigilon AC-SCH-NDE80PDRHO626RHO626130471013OS12 7/8", Everest 29 S (Key in Lever or FSIC) $595.15 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard Less Cylinder, Schlage, 6 Pin FSIC, Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1-1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4-7/8", Everest 29 S (Key in 334290L Avigilon AC-SCH-NDE80JDATH626ATH626130471013OS123 Lever or FSIC) $572.98 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard With Cylinder, Schlage- Everest 29 5123, 6 Pin KIL, Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1-1/8" x 2-1/4", 1- 3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4-7/8", Everest 29 S 334290L Avigilon AC-SCH-NDE80PDSPA626SPA626130471013OS123 (Key in Lever or FSIC) $595.15 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard Less Cylinder, Schlage, Falcon, Competitive OEM's, 7 Pin (SFIC), Satin Chrome finish, 2-3/4" Backset, Deadlatch, Square corner, 1- 1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4- 334290L Avigilon AC-SCH-NDE80BDSPA626SPA626130471013OS123 7/8", Everest 29 S (Key in Lever or FSIC) $595.15 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard Less Cylinder, Schlage, Falcon, Competitive OEM's, 7 Pin (SFIC), Aged Bronze finish, 2-3/4" Backset, Deadlatch, Square corner, 1- 1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4- 334290L Avigilon AC-SCH-NDE80BDSPA643eSPA643e130471013OS12 7/8", Everest 29 S (Key in Lever or FSIC) $639.50 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard Less Cylinder, Schlage, Falcon, Competitive OEM's, 7 Pin (SFIC), Bright brass finish, 2-3/4" Backset, Deadlatch, Square corner, 1-1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4-7/8", 334290L Avigilon AC-SCH-NDE80BDSPA605SPA605130471013OS123 Everest 29 S (Key in Lever or FSIC) $639.50 NDE series wireless lock, cylindrical, 80 storeroom with Vadlgard With Cylinder, Schlage- Everest 29 5123, 6 Pin KIL, Rhodes lever, Aged bronze finish, 2-3/4" Backset, Deadlatch, Square corner, 1- 1/8" x 2-1/4", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4- 7/8", 1-3/16" Lip, ANSI, DPS magnets, no box, 1-1/4" x 4-7/8", 334290E I Avigilon AC-SCH-NDE80PDRHO643eRHO643e13047101305 Everest 29 S (Key in Lever or FSIC) $639.50 334290L Avigilon AC-AA-HUB-EXT-IO-ANT ASSA ABLOY Aperio Hub External Antenna (Omnidirectional) $44.35 334290L Avigilon AC-AA-SAP-CYL-28-N2-10G77-PAL-26D AC-AA-SAP-CYL-28-N2-1oG77-PAL-26D $1,060.11 334290L Avigilon AC-AA-SAP-CYL-28-LC-N2-10G77-PAL-26D AC-AA-SAP-CYL-28-LC-N2-1oG77-PAL-26D $1,006.46 334290L Avigilon AC-AA-SAP-CYL-28-70-N2-10G77-PAL-26D AC-AA-SAP-CYL-28-70-N2-1oG77-PAL-26D $1,060.11 334290L Avigilon AC-AA-SAP-CYL-28-60-N2-10G77-PAL-26D AC-AA-SAP-CYL-28-60-N2-1oG77-PAL-26D $1,060.11 334290L Avigilon AC-AA-SAP-CYL-28-N2-10G77-PKL-26D AC-AA-SAP-CYL-28-N2-1oG77-PKL-26D $1,100.89 334290L Avigilon AC-AA-SAP-CYL-28-LC-N2-10G77-PKL-26D AC-AA-SAP-CYL-28-LC-N2-1oG77-PKL-26D $1,047.95 334290L Avigilon AC-AA-SAP-CYL-28-70-N2-10G77-PKL-26D AC-AA-SAP-CYL-28-70-N2-1oG77-PKL-26D $1,100.89 334290L Avigilon AC-AA-SAP-CYL-28-60-N2-10G77-PKL-26D AC-AA-SAP-CYL-28-60-N2-1oG77-PKL-26D $1,100.89 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 W ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 87 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE 334290L Avigilon AC-AA-SAP-CYL-28-N2-10G77-IAL-26D AC-AA-SAP-CYL-28-N2-1oG77-IAL-26D $1,134.51 334290L Avigilon AC-AA-SAP-CYL-28-LC-N2-10G77-IAL-26D AC-AA-SAP-CYL-28-LC-N2-1oG77-IAL-26D $1,080.86 334290L Avigilon AC-AA-SAP-CYL-28-70-N2-10G77-IAL-26D AC-AA-SAP-CYL-28-70-N2-1oG77-IAL-26D $1,134.51 334290L Avigilon AC-AA-SAP-CYL-28-60-N2-10G77-IAL-26D AC-AA-SAP-CYL-28-60-N2-1oG77-IAL-26D $1,134.51 PR100 - iCLASS & keypad w/ cyl. Override, Lockset x ANSI A115.2 - 334290L Avigilon AC-AA-SAP-CYL-28-N2-10G77-IKL-26D 1971 Strike #808, Satin chrome (626) finish, L Lever $1,175.99 PR100 - iCLASS & keypad w/ cyl. override, Lockset x ANSI A115.2 - 334290L Avigilon AC-AA-SAP-CYL-28-LC-N2-10G77-IKL-26D 1971 Strike #808, Less Cylinder, Satin chrome (626) finish, L Lever $1,122.34 PR100 - iCLASS & keypad w/ cyl. override, Lockset x ANSI A115.2- 1971 Strike #808, Small Format Interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-CYL-28-70-N2-10G77-IKL-26D construction core, Satin chrome (626) finish, L Lever $1,175.99 PR100 - iCLASS & keypad w/ cyl. override, Lockset x ANSI A115.2- 1971 Strike #808,SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-CYL-28-60-N2-10G77-IKL-26D Disposable Construction Core, Satin chrome (626) finish, L Lever $1,175.99 PR100 - Prox only, Entry Lock with cylinder override and deadbolt, 334290L Avigilon AC -AA -SAP -MOR -N2 -82276 -PAL -26D Satin chrome (626) finish, L Lever $1,198.17 PR100 - Prox only, Entry Lock with cylinder override and deadbolt, 334290L Avigilon AC -AA -SAP -MOR -LC -N2 -82276 -PAL -26D Less Cylinder, Satin chrome (626) finish, L Lever $1,144.52 PR100 - Prox only, Entry Lock with cylinder override and deadbolt, Small Format Interchangeable disposable plastic construction core, 334290L Avigilon AC -AA -SAP -MOR -70 -N2 -82276 -PAL -26D Satin chrome (626) finish, L Lever $1,198.17 PR100 - Prox only, Entry Lock with cylinder override and deadbolt, SARGENT Large Format Interchangeable Plastic Disposable 334290L Avigilon AC -AA -SAP -MOR -60 -N2 -82276 -PAL -26D Construction Core, L Lever $1,198.17 PR100 - Prox & keypad, Entry Lock with cylinder override and 334290L Avigilon AC-AA-SAP-MOR-N2-82276-PKL-26D deadbolt, Satin chrome (626) finish, L Lever $1,239.66 PR100 - Prox & keypad, Entry Lock with cylinder override and 334290L Avigilon AC-AA-SAP-MOR-LC-N2-82276-PKL-26D deadbolt, Less Cylinder, Satin chrome (626) finish, L Lever $1,186.72 PR100 - Prox & keypad, Entry Lock with cylinder override and deadbolt, Small Format Interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-MOR-70-N2-82276-PKL-26D construction core, Satin chrome (626) finish, L Lever $1,239.66 PR100 - Prox & keypad, Entry Lock with cylinder override and deadbolt, SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-MOR-60-N2-82276-PKL-26D Disposable Construction Core, L Lever $1,239.66 PR100 - iCLASS only, Entry Lock with cylinder override and deadbolt, 334290L Avigilon AC -AA -SAP -MOR -N2 -82276 -IAL -26D Satin chrome (626) finish, L Lever $1,272.56 PR100 - iCLASS only, Entry Lock with cylinder override and deadbolt, 334290L Avigilon AC -AA -SAP -MOR -LC -N2 -82276 -IAL -26D Less Cylinder, Satin chrome (626) finish, L Lever $1,220.34 PR100 - iCLASS only, Entry Lock with cylinder override and deadbolt, Small Format Interchangeable disposable plastic construction core, 334290L Avigilon AC -AA -SAP -MOR -70 -N2 -82276 -IAL -26D Satin chrome (626) finish, L Lever $1,272.56 PR100 - iCLASS only, Entry Lock with cylinder override and deadbolt, SARGENT Large Format Interchangeable Plastic Disposable 334290L Avigilon AC -AA -SAP -MOR -60 -N2 -82276 -IAL -26D Construction Core, L Lever $1,272.56 PR100 - iCLASS & keypad, Entry Lock with cylinder override and 334290L Avigilon AC-AA-SAP-MOR-N2-82276-IKL-26D deadbolt, Satin chrome (626) finish, L Lever $1,314.05 PR100 - iCLASS & keypad, Entry Lock with cylinder override and 334290L Avigilon AC-AA-SAP-MOR-LC-N2-82276-IKL-26D deadbolt, Less Cylinder, Satin chrome (626) finish, L Lever $1,261.12 PR100 - iCLASS & keypad, Entry Lock with cylinder override and deadbolt, Small Format Interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-MOR-70-N2-82276-IKL-26D construction core, Satin chrome (626) finish, L Lever $1,314.05 PR100 - iCLASS & keypad, Entry Lock with cylinder override and deadbolt, SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-MOR-60-N2-82276-IKL-26D Disposable Construction Core, L Lever $1,314.05 PR100 - Prox only, Entry Lock with cylinder override (no deadbolt), 334290L Avigilon AC -AA -SAP -MOR -N2 -82278 -PAL -26D Satin chrome (626) finish, L Lever $1,185.29 PR100 - Prox only, Entry Lock with cylinder override (no deadbolt), 334290L Avigilon AC -AA -SAP -MOR -LC -N2 -82278 -PAL -26D Less Cylinder, Satin chrome (626) finish, L Lever $1,132.36 PR100 - Prox only, Entry Lock with cylinder override (no deadbolt), Small Format Interchangeable disposable plastic construction core, 334290L Avigilon AC -AA -SAP -MOR -70 -N2 -82278 -PAL -26D Satin chrome (626) finish, L Lever $1,185.29 PR100 - Prox only, Entry Lock with cylinder override (no deadbolt), SARGENT Large Format Interchangeable Plastic Disposable 334290L Avigilon AC -AA -SAP -MOR -60 -N2 -82278 -PAL -26D Construction Core, L Lever $1,185.29 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 39 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 88 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE PR100 - Prox & keypad, Entry Lock with cylinder override (no 334290L Avigilon AC-AA-SAP-MOR-N2-82278-PKL-26D deadbolt), Satin chrome (626) finish, L Lever $1,226.07 PR100 - Prox & keypad, Entry Lock with cylinder override (no 334290L Avigilon AC-AA-SAP-MOR-LC-N2-82278-PKL-26D deadbolt), Less Cylinder, Satin chrome (626) finish, L Lever $1,173.13 PR100 - Prox & keypad, Entry Lock with cylinder override (no deadbolt), Small Format Interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-MOR-70-N2-82278-PKL-26D construction core, Satin chrome (626) finish, L Lever $1,226.07 PR100 - Prox & keypad, Entry Lock with cylinder override (no deadbolt), SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-MOR-60-N2-82278-PKL-26D Disposable Construction Core, L Lever $1,226.07 PR100 - iCLASS only, Entry Lock with cylinder override (no deadbolt), 334290L Avigilon AC -AA -SAP -MOR -N2 -82278 -IAL -26D Satin chrome (626) finish, L Lever $1,259.69 PR100 - iCLASS only, Entry Lock with cylinder override (no deadbolt), 334290L Avigilon AC -AA -SAP -MOR -LC -N2 -82278 -IAL -26D Less Cylinder, Satin chrome (626) finish, L Lever $1,206.75 PR100 - iCLASS only, Entry Lock with cylinder override (no deadbolt), Small Format Interchangeable disposable plastic construction core, 334290L Avigilon AC -AA -SAP -MOR -70 -N2 -82278 -IAL -26D Satin chrome (626) finish, L Lever $1,259.69 PR100 - iCLASS only, Entry Lock with cylinder override (no deadbolt), SARGENT Large Format Interchangeable Plastic Disposable 334290L Avigilon AC -AA -SAP -MOR -60 -N2 -82278 -IAL -26D Construction Core, L Lever $1,259.69 PR100 - iCLASS & keypad, Entry Lock with cylinder override (no 334290L Avigilon AC-AA-SAP-MOR-N2-82278-IKL-26D deadbolt), Satin chrome (626) finish, L Lever $1,300.46 PR100 - iCLASS & keypad, Entry Lock with cylinder override (no 334290L Avigilon AC-AA-SAP-MOR-LC-N2-82278-IKL-26D deadbolt), Less Cylinder, Satin chrome (626) finish, L Lever $1,248.24 PR100 - iCLASS & keypad, Entry Lock with cylinder override (no deadbolt), Small Format Interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-MOR-70-N2-82278-IKL-26D construction core, Satin chrome (626) finish, L Lever $1,300.46 PR100 - iCLASS & keypad, Entry Lock with cylinder override (no deadbolt), SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-MOR-60-N2-82278-IKL-26D Disposable Construction Core, L Lever $1,300.46 PR100 Rim Exit Device, ET x Lever Design — Prox only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-N2-8877-PA-ETL-32D Override, Satin stainless steel (630) finish, L Lever $1,730.37 PR100 Rim Exit Device, ET x Lever Design — Prox only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-LC-N2-8877-PA-ETL-32D Override, Less Cylinder, Satin stainless steel (630) finish, L Lever $1,677.44 PR100 Rim Exit Device, ET x Lever Design — Prox only w/cyl. Override, Small Format interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-RIMEX-70-N2-8877-PA-ETL-32D construction core, Satin stainless steel (630) finish, L Lever $1,730.37 PR100 Rim Exit Device, ET x Lever Design — Prox only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-60-N2-8877-PA-ETL-32D Override, Satin stainless steel (630) finish, L Lever $1,730.37 PR100 Rim Exit Device, ET x Lever Design — Prox only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-12-N2-8877-PA-ETL-32D Override, Satin stainless steel (630) finish, L Lever $1,836.24 PR100 Rim Exit Device, ET x Lever Design — Prox only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-I2-LC-N2-8877-PA-ETL-32D Override, Less Cylinder, Satin stainless steel (630) finish, L Lever $1,783.31 PR100 Rim Exit Device, ET x Lever Design — Prox only w/cyl. Override, Small Format interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-RIMEX-12-70-N2-8877-PA-ETL-32D construction core, Satin stainless steel (630) finish, L Lever $1,836.24 PR100 Rim Exit Device, ET x Lever Design — Prox only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-12-60-N2-8877-PA-ETL-32D Override, Satin stainless steel (630) finish, L Lever $1,836.24 PR100 Rim Exit Device, ET x Lever Design — Prox & keypad with cyl. 334290L Avigilon AC-AA-SAP-RIMEX-N2-8877-PK-ETL-32D Override, Satin stainless steel (630) finish, L Lever $1,771.86 PR100 Rim Exit Device, ET x Lever Design — Prox & keypad with cyl. 334290L Avigilon AC-AA-SAP-RIMEX-LC-N2-8877-PK-ETL-32D Override, Less Cylinder, Satin stainless steel (630) finish, L Lever $1,718.93 PR100 Rim Exit Device, ET x Lever Design — Prox & keypad with cyl. Override, Small Format interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-RIMEX-70-N2-8877-PK-ETL-32D construction core, Satin stainless steel (630) finish, L Lever $1,771.86 PR100 Rim Exit Device, ET x Lever Design — Prox & keypad with cyl. Override, SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-RIMEX-60-N2-8877-PK-ETL-32D Disposable Construction Core, Satin stainless steel (630) finish, L $1,771.86 PR100 Rim Exit Device, ET x Lever Design — Prox & keypad with cyl. 334290L Avigilon AC-AA-SAP-RIMEX-12-N2-8877-PK-ETL-32D Override, Satin stainless steel (630) finish, L Lever $1,877.01 PR100 Rim Exit Device, ET x Lever Design — Prox & keypad with cyl. 334290L Avigilon AC-AA-SAP-RIMEX-I2-LC-N2-8877-PK-ETL-32D Override, Less Cylinder, Satin stainless steel (630) finish, L Lever $1,824.79 PR100 Rim Exit Device, ET x Lever Design — Prox & keypad with cyl. Override, Small Format interchangeable disposable plastic 334290L Avigi Ion AC-AA-SAP-RIMEX-12-70-N2-8877-PK-ETL-32D construction core, Satin stainless steel (630) finish, L Lever $1,877.01 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 40 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 89 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE PR100 Rim Exit Device, ET x Lever Design — Prox & keypad with cyl. Override, SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-RIMEX-12-60-N2-8877-PK-ETL-32D Disposable Construction Core, Satin stainless steel (630) finish, L $1,877.01 PR100 Rim Exit Device, ET x Lever Design — iCLASS only w/cyl. 334290E I Avigilon AC-AA-SAP-RIMEX-N2-8877-IA-ETL-32D Override, Satin stainless steel (630) finish, L Lever $1,804.76 PR100 Rim Exit Device, ET x Lever Design — iCLASS only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-LC-N2-8877-IA-ETL-32D Override, Less Cylinder, Satin stainless steel (630) finish, L Lever $1,752.55 PR100 Rim Exit Device, ET x Lever Design — iCLASS only w/cyl. Override, Small Format interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-RIMEX-70-N2-8877-IA-ETL-32D construction core, Satin stainless steel (630) finish, L Lever $1,804.76 PR100 Rim Exit Device, ET x Lever Design — iCLASS only w/cyl. Override, SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-RIMEX-60-N2-8877-IA-ETL-32D Disposable Construction Core, Satin stainless steel (630) finish, L $1,804.76 PR100 Rim Exit Device, ET x Lever Design — iCLASS only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-12-N2-8877-IA-ETL-32D Override, Satin stainless steel (630) finish, L Lever $1,910.63 PR100 Rim Exit Device, ET x Lever Design — iCLASS only w/cyl. 334290L Avigilon AC-AA-SAP-RIMEX-I2-LC-N2-8877-IA-ETL-32D Override, Less Cylinder, Satin stainless steel (630) finish, L Lever $1,856.98 PR100 Rim Exit Device, ET x Lever Design — iCLASS only w/cyl. Override, Small Format interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-RIMEX-12-70-N2-8877-IA-ETL-32D construction core, Satin stainless steel (630) finish, L Lever $1,910.63 PR100 Rim Exit Device, ET x Lever Design — iCLASS only w/cyl. Override, SARGENT Large Format Interchangeable Plastic 334290L Avigilon AC-AA-SAP-RIMEX-12-60-N2-8877-IA-ETL-32D Disposable Construction Core, Satin stainless steel (630) finish, L $1,910.63 PR100 Rim Exit Device, ET x Lever Design — iCLASS & keypad with 334290L Avigilon AC-AA-SAP-RIMEX-N2-8877-IK-ETL-32D cyl. Override, Satin stainless steel (630) finish, L Lever $1,846.25 PR100 Rim Exit Device, ET x Lever Design — iCLASS & keypad with 334290L Avigilon AC-AA-SAP-RIMEX-LC-N2-8877-IK-ETL-32D cyl. Override, Less Cylinder, Satin stainless steel (630) finish, L Lever $1,793.32 PR100 Rim Exit Device, ET x Lever Design — iCLASS & keypad with cyl. Override, Small Format interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-RIMEX-70-N2-8877-IK-ETL-32D construction core, Satin stainless steel (630) finish, L Lever $1,846.25 PR100 Rim Exit Device, ET x Lever Design — iCLASS & keypad with cyl. Override, SARGENT Large Format Interchangeable Plastic Disposable Construction Core, Satin stainless steel (630) finish, L 334290L Avigilon AC-AA-SAP-RIMEX-60-N2-8877-IK-ETL-32D Lever $1,846.25 PR100 Rim Exit Device, ET x Lever Design — iCLASS & keypad with 334290L Avigilon AC-AA-SAP-RIMEX-12-N2-8877-IK-ETL-32D cyl. Override, Satin stainless steel (630) finish, L Lever $1,951.41 PR100 Rim Exit Device, ET x Lever Design — iCLASS & keypad with 334290L Avigilon AC-AA-SAP-RIMEX-I2-LC-N2-8877-IK-ETL-32D cyl. Override, Less Cylinder, Satin stainless steel (630) finish, L Lever $1,899.19 PR100 Rim Exit Device, ET x Lever Design — iCLASS & keypad with cyl. Override, Small Format interchangeable disposable plastic 334290L Avigilon AC-AA-SAP-RIMEX-12-70-N2-8877-IK-ETL-32D construction core, Satin stainless steel (630) finish, L Lever $1,951.41 PR100 Rim Exit Device, ET x Lever Design — iCLASS & keypad with cyl. Override, SARGENT Large Format Interchangeable Plastic Disposable Construction Core, Satin stainless steel (630) finish, L 334290L Avigilon AC-AA-SAP-RIMEX-12-60-N2-8877-IK-ETL-32D Lever $1,951.41 A100 for Deadlatch and Exit Devices — HIDA' 13.56 MHz iCLASSI Card 334290L Avigilon AC-AA-AR-AP-A100-309OC-01 Reader $841.94 A100 for Deadlatch and Exit Devices — HID' 125 kHz Prox Card 334290L Avigilon AC-AA-AR-AP-A100-309OP-01 Reader $841.94 A100 for Deadlatch and Exit Devices — HIDA' 13.56 MHz iCLASSI Card 334290L Avigilon AC-AA-AR-AP-A100-309OCK-01 Reader and Keypad $939.22 A100 for Deadlatch and Exit Devices — HID' 125 kHz Prox Card 334290L Avigilon AC-AA-AR-AP-A100-309OPK-01 Reader and Keypad $939.22 334290L Avigilon AC-AA-AR-AP-A100-309OC-02 A100 for Deadbolts— HID' 13.56 MHz iCLASSI Card Reader $856.24 334290L Avigilon AC-AA-AR-AP-A100-309OP-02 A100 for Deadbolts— HID' 125 kHz Prox Card Reader $856.24 A100 for Deadbolts— HIDA' 13.56 MHz iCLASSI Card Reader and 334290L Avigilon AC-AA-AR-AP-A100-309OCK-02 Keypad $949.95 334290L Avigilon AC-AA-AR-AP-A100-309OPK-02 A100 for Deadbolts— HID' 125 kHz Prox Card Reader and Keypad $949.95 K100 Wireless Cabinet Lock with HIDA' 13.56 MHz iCLASSO Reader 334290L Avigilon AC-AA-HES-AP-K100-622-SE-B1 Black Round Knob $357.66 K100 Wireless Cabinet Lock with HID' 125kHz Prox Reader Black 334290L Avigilon AC-AA-HES-AP-1<100-622-SE-B2 Round Knob $357.66 K100 Wireless Cabinet Lock with HIDA' 13.56 MHz iCLASSO Reader 334290L Avigilon AC-AA-HES-AP-K100-622-PA-B1 lWhite Round Knob I $357.66 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 41 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 90 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE K100 Wireless Cabinet Lock with HID' 125kHz Prox Reader White 334290L Avigilon AC-AA-HES-AP-1<100-622-PA-B2 Round knob $357.66 334290L Avigilon AC-AA-HES-AP-KS100-640-SE KS100 Network Rack Lock with iClass SE reader, POE powered $418.47 334290L Avigilon AC-AA-HES-AP-KS100-640-PA KS100 Network Rack Lock with HID Prox reader, POE powered $418.47 334290L Avigilon AC-AA-HES-AP-11100-1-SE R100 iClass SE reader $268.25 334290L Avigilon AC-AA-HES-AP-11100-1-PA R100 Prox reader $268.25 Mortise Cylinder Assembly, 13.56MHz iClass technology, 360' Bi- directional rotation Contains: One (1) M100 and one (1) each of CAM Z01-Yale, Z02 Adams Rite, Z34 Schlage, Z00 Corbin, Z20 334290L Avigilon AC-AA-MED-AP-M100-10-15016 Sargent $414.17 M100 Mortise Cylinder Assembly, 125KHz Prox technology, 360° Bi- directional rotation — Contains: One (1) M100 and one (1) each of CAM Z01-Yale, Z02 Adams Rite, Z34 Schlage, Z00 Corbin, Z20 334290L Avigilon AC-AA-MED-AP-M100-10-15015 Sargent $414.17 RIM Cylinder Assembly, 13.56MHz iClass technology, 360° Bi- directional rotation Contains: One (1) M100 and one (1) each of CAM Z01-Yale, Z02 Adams Rite, Z34 Schlage, Z00 Corbin, Z20 334290L Avigilon AC-AA-MED-AP-M100-10-15014 Sargent $414.17 M100 RIM Cylinder Assembly, 125KHz Prox technology, 360° Bi- directional rotation — Contains: One (1) M100 and one (1) each of CAM Z01-Yale, Z02 Adams Rite, Z34 Schlage, Z00 Corbin, Z20 334290L Avigilon AC-AA-MED-AP-M100-10-15013 Sargent $414.17 IN100 Entry Lock with cylinder override - Iclass, Reader Code - HID iCLASSO, HID iCLASS SES' (SIO-enabled), HID iCLASSI Seos'",HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC-enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-28-IN100-10G77-IP-B-LL-26D chrome (626) finish, L Lever $798.30 IN100 Entry Lock with cylinder override - Iclass, Reader Code - HID iCLASSO, HID iCLASS SES' (SIO-enabled), HID iCLASSI Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC-enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-28-LC-IN100-10G77-IP-B-LL-26D chrome (626) finish, L Lever $751.09 IN100 Entry Lock with cylinder override - Iclass, Reader Code- HID iCLASSO, HID iCLASS SES' (SIO-enabled), HID iCLASSI Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC-enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-28-70-IN100-10G77-IP-B-LL-26D chrome (626) finish, L Lever $798.30 IN100 Entry Lock with cylinder override - Iclass, Reader Code- HID iCLASSO, HID iCLASS SES' (SIO-enabled), HID iCLASSI Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC-enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-28-60-IN100-10G77-IP-B-LL-26D chrome (626) finish, L Lever $798.30 IN100 Entry Lock with cylinder override - Iclass, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-28-IN100-10G77-IPS-B-LL-26D chrome (626) finish, L Lever $878.42 IN100 Entry Lock with cylinder override - Iclass, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-28-LC-IN100-10G77-IPS-B-LL-26D chrome (626) finish, L Lever $830.49 IN100 Entry Lock with cylinder override - Iclass, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-28-70-IN100-10G77-IPS-B-LL-26D chrome (626) finish, L Lever $878.42 IN100 Entry Lock with cylinder override - Iclass, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-28-60-IN100-10G77-IPS-B-LL-26D chrome (626) finish, L Lever $878.42 IN100 Entry Lock with cylinder override - Iclass, Reader Code- HID iCLASSO, HID iCLASS SES' (SIO-enabled), HID iCLASSI Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC-enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin 334290L Avigilon AC-AA-SAP-CYL-11-70-IN100-10G77-IP-B-L-L-26D-R chrome (626) finish, L Lever, Right hand handling $799.73 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 42 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 91 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE IN100 Key override and deadbolt lock, Reader Code- HID iCLASSO, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'",HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290E 1 Avigilon AC-AA-SAP-IN100-7976-IP-B-OBL-26D L Lever $823.34 IN100 Key override and deadbolt lock, Reader Code- HID iCLASSO, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290L Avigilon AC-AA-SAP-LC-IN100-7976-IP-B-OBL-26D L Lever $774.70 IN100 Key override and deadbolt lock, Reader Code- HID iCLASSO, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290L Avigilon AC-AA-SAP-70-IN100-7976-IP-B-OBL-26D L Lever $823.34 IN100 Key override and deadbolt lock, Reader Code- HID iCLASSO, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290L Avigilon AC-AA-SAP-60-IN100-7976-IP-B-OBL-26D L Lever $823.34 IN100 Key override and deadbolt lock, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-IN100-7976-IPS-B-OBL-26D finish, L Lever $902.74 IN100 Key override and deadbolt lock, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-LC-IN100-7976-IPS-B-OBL-26D finish, L Lever $854.10 IN100 Key override and deadbolt lock, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-70-IN100-7976-IPS-B-OBL-26D finish, L Lever $902.74 IN100 Key override and deadbolt lock, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-60-IN100-7976-IPS-B-OBL-26D finish, L Lever $902.74 IN100 Key override and no deadbolt, Reader Code- HID iCLASSI, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290L Avigilon AC-AA-SAP-IN100-7978-IP-B-OBL-26D L Lever $799.73 IN100 Key override and no deadbolt, Reader Code- HID iCLASSI, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290L Avigilon AC-AA-SAP-LC-IN100-7978-IP-B-OBL-26D L Lever $751.09 IN100 Key override and no deadbolt, Reader Code- HID iCLASSI, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290L Avigilon AC-AA-SAP-70-IN100-7978-IP-B-OBL-26D L Lever $799.73 IN100 Key override and no deadbolt, Reader Code- HID iCLASSI, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'm,HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290L Avigilon AC-AA-SAP-60-IN100-7978-IP-B-OBL-26D L Lever $799.73 IN100 Key override and no deadbolt, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-IN100-7978-IPS-B-OBL-26D finish, L Lever $879.13 IN100 Key override and no deadbolt, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-LC-IN100-7978-IPS-B-OBL-26D finish,LLever $830.49 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 43 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 92 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE IN100 Key override and no deadbolt, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-70-IN100-7978-IPS-B-OBL-26D finish, L Lever $879.13 IN100 Key override and no deadbolt, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-60-IN100-7978-IPS-B-OBL-26D finish, L Lever $879.13 IN100 No deadbolt and no key override, Reader Code- HID iCLASSO, HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'",HID MIFARE' SE, HID DESfire' EV1 SE, HID Proxy', NFC -enabled mobile phones, Black reader, black trim, Rose style, Lever style, Satin chrome (626) finish, 334290L Avigilon AC-AA-SAP-MOR-11-70-IN100-7979-IP-B-0-BL-26D L Lever, Right hand reverse handling $822.62 IN100 Key override and no deadbolt, Reader Code - All credentials supported by the IP option plus MIFARE Classic and DESfire EV1, Black reader, black trim, Rose style, Lever style, Satin chrome (626) 334290L Avigilon AC-AA-SAP-REX-11-70-IN100-8877-RS-IP-B-ETL-32D finish, L Lever $1,658.84 PSC -1 Standard Light Proximity Card - Clamshell style proximity card 334290L Avigilon AC -FP -CARD -PSC -1-H backed by a lifetime warranty. $1.85 PSM -213 Multi Technology Proximity Card - ISO -style multi 334290L Avigilon AC -FP -CARD -PSM -2P -H technology proximity card appropriate for dye sublimation imaging. $3.41 PSM -2S Multi Technology Proximity Card - ISO -style multi technology style proximity card appropriate for dye sublimation 334290L Avigilon AC -FP -CARD -PSM -2S -H imaging with a magnetic stripe. $3.76 PSI -4 Image Technology Proximity Card - Thicker -format (0.046 inches (1.17 mm)) proximity card appropriate for dye sublimation 334290L Avigilon AC -FP -CARD -PSI -4-H imaging. $1.86 PSK -3 Proximity Key Ring Tag - Small proximity tag designed to be carried on a key ring, includes a re -enforcing brass eyelet, and is 334290L Avigilon AC -FP -TAG -PSK -3-H backed by a lifetime warranty. $4.03 Model PDT -1 Proximity Disc Tag - Has an adhesive on one side that allows for the prox-enabling of a variety of non RFID devices, including ID credentials, cell phones and wallets. The PDT -1 offers a read range up to 3.5 inches (88.9 mm) when used with a P-500. Model P -PDT -1-H is 125 HID kHz compatible, while PDT -1-A is 125 334290L Avigilon AC -FP -TAG -PDT -1-H kHz AWID compatible. $2.14 DC1-1 Delta Clamshell Contactless Smartcard - ISO14443-compliant, clamshell -style contactless smartcard card with a 1K -byte memory. Constructed of durable ABS, it is backed by a lifetime warranty. 334290L Avigilon AC-FP-CARD-DC1-1 Memory of the model number DC4-1 is 4K -bytes $2.22 DC4-1 Delta Clamshell Contactless Smartcard - IS014443-compliant, clamshell -style contactless smartcard card with a 4K -byte memory. 334290L Avigilon AC-FP-CARD-DC4-1 Constructed of durable ABS, it is backed by a lifetime warranty. $3.33 DM1-3 Delta ISO Contactless Smartcard - ISO14443-compliant, contactless smartcard card with a 1K -byte memory. Manufactured from glossy PVC, it is appropriate for dye sublimation imaging (ISO 334290L Avigilon AC-FP-CARD-DM1-3 style). $2.40 DM4-3 Delta ISO Contactless Smartcard - ISO14443-compliant, contactless smartcard card with a 4K -byte memory. Manufactured from glossy PVC, it is appropriate for dye sublimation imaging (ISO 334290L Avigilon AC-FP-CARD-DM4-3 style). $3.61 DM1-3S Delta ISO Contactless Smartcard - ISO14443-compliant, contactless smartcard card with a 1K -byte memory. Manufactured from glossy PVC, it is appropriate for dye sublimation imaging (ISO 334290L Avigilon AC -FP -CARD -DMI -3S style) - with a magnetic stripe. $2.75 DM4-3S Delta ISO Contactless Smartcard - ISO14443-compliant, contactless smartcard card with a 4K -byte memory. Manufactured from glossy PVC, it is appropriate for dye sublimation imaging (ISO 334290L Avigilon AC-FP-CARD-DM4-3S style) - with a magnetic stripe. $4.26 DK1-3 Delta Keyfob Contactless Smartcard Credential - ISO14443- compliant key tag -style contactless smartcard credential with a 1K - byte memory. It is designed to be carried on a key ring, and includes 334290L Avigilon AC-FP-FOB-DK1-3 a brass reinforcing eyelet. $4.56 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 44 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 93 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE DK4-3 Delta Keyfob Contactless Smartcard Credential - ISC14443- compliant key tag -style contactless smartcard credential with a 4K - byte memory. It is designed to be carried on a key ring, and includes 334290L Avigilon AC-FP-FOB-DK4-3 a brass reinforcing eyelet. $6.95 Delta3 Contactless Smartcard Reader- With a compact design the model Delta3 may be mounted to metal door or window frames, 334290L Avigilon AC-FP-READ-DELTA3-SECTOR and other flat surfaces. $150.22 Delta3 Contactless Smartcard Reader- With a compact design the model Delta3 may be mounted to metal door or window frames, 334290L Avigilon AC-FP-READ-DELTA3-CSN and other flat surfaces. $103.72 Deltas Contactless Smartcard Reader- With a thin profile the model Deltas may be mounted to a standard North American single -gang 334290L Avigilon AC -FP -READ -DELTAS -SECTOR wall switch box, and other flat surfaces. $168.10 Deltas Contactless Smartcard Reader- With a thin profile the model Deltas may be mounted to a standard North American single -gang 334290L Avigilon AC -FP -READ -DELTAS -CSN wall switch box, and other flat surfaces. $114.45 Delta5.3 Contactless Smartcard Reader - With distinctive contemporary styling the model Delta5.3 lends itself to mounting to a standard European -sized (60 mm) wall switch box, and other flat 334290L Avigilon AC-FP-READ-DELTA5.3-SECTOR surfaces. $168.10 Delta5.3 Contactless Smartcard Reader - With distinctive contemporary styling the model Delta5.3 lends itself to mounting to a standard European -sized (60 mm) wall switch box, and other flat 334290L Avigilon AC-FP-READ-DELTA5.3-CSN surfaces. $114.45 Delta6.4 Contactless Smartcard Reader and Keypad - The model Delta6.4 is designed to be mounted directly to a standard North American sized single -gang wall box, and integrates both a contactless smartcard reader (13.56 -MHz) and a keypad into a single -unit making it ideal for applications requiring an access 334290L Avigilon AC-FP-READ-DELTA6.4-SECTOR credential and/or personal identification number (PIN). $296.86 Delta6.4 Contactless Smartcard Reader and Keypad - The model Delta6.4 is designed to be mounted directly to a standard North American sized single -gang wall box, and integrates both a contactless smartcard reader (13.56 -MHz) and a keypad into a single -unit making it ideal for applications requiring an access 334290L Avigilon AC-FP-READ-DELTA6.4-CSN credential and/or personal identification number (PIN). $257.52 WRR-44 Ranger Receiver- Long range radio -type receiver, features a Transmitter receive range of up to 200 -feet (61-m), and is ideal for 334290L Avigilon AC-FP-REC-WRR-44 applications involving vehicle or disabled access. $257.52 Long -Range Receiver, designed to output Transmitter data from buttons 1 and 2 over two separate Wiegand outputs and install similar to a Pyramid Series Proximity' reader, making for easy 334290L Avigilon AC-FP-REC-LONG-RANGE-WRR-22 integration with most access control systems. (Non -stock item) $168.82 WRT-2+ Ranger Two Button Long Range Transmitter - 2 -button clicker -type access credential, featuring both long range (upon 334290L Avigilon AC-FP-TRANS-WRT-2+H button push) and proximity operation. $24.32 WRT-4+ Ranger Four -Button Long Range Transmitter - 4 -button clicker -type access credential, featuring both long range (upon 334290L Avigilon AC-FP-TRANS-WRT-4+H button push) and proximity operation. $25.04 Ranger' 433 -MHz Long -Range Transmitters, 2 -button, with 1K 334290L Avigilon AC-FP-TRANS-LONG-RANGE-WRT-2+S1 insert (Non -stock item) $27.18 Ranger' 433 -MHz Long -Range Transmitters, 2 -button, with 4K 334290L Avigilon AC-FP-TRANS-LONG-RANGE-WRT-2+S4 insert (Non -stock item) $29.33 Ranger' 433 -MHz Long -Range Transmitters, 4 -button, with 1K 334290L Avigilon AC-FP-TRANS-LONG-RANGE-WRT-4+SI insert (Non -stock item) $28.61 Ranger' 433 -MHz Long -Range Transmitters, 4 -button, with 4K 334290L Avigilon AC-FP-TRANS-LONG-RANGE-WRT-4+S4 insert (Non -stock item) $30.76 SVM'"" (main application) per workstation, includes Free 334290L Avigilon AC-HID-EL-96000-SVM10 Administrator'" $2,289.04 334290L Avigilon AC-HID-EL-96300-ADM10 Administrator'" (additional licenses) per workstation $450.65 334290L Avigilon AC-HID-EL-98000-EADV10 eAdvance'" (web pre -registration) per web server $2,786.19 334290L Avigilon AC-HID-EL-SVM10-UPGRD SVM software upgrade to SVM10 $1,698.90 334290L Avigilon AC-HID-EL-EADV-UPGRD eAdvance software upgrade to latest version $2,131.67 334290L Avigilon AC-HID-EL-ACI-UPGRD Access control integration upgrade to latest version $2,235.39 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 45 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 94 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Sex offender screening service per year per system Special bundle 334290L Avigilon AC-HID-EL-SOS-1<12 package for K-12 schools only (HID # EL-SOS-K12) $468.54 A/C integration annual maintenance per copy (includes upgrades and updates) Special bundle package for K-12 schools only (HID # EL- 334290L 1 Avigilon AC-HID-EL-SSA-ACI SSA-ACI) $722.48 EADVANCE ANNUAL MAINTENANCE PER COPY (INCLUDES 334290L Avigilon AC-HID-EL-SSA-EADVS UPGRADES AND UPDATES) $722.48 SVM ANNUAL MAINTENANCE PER COPY (INCLUDES ALL UPDATES 334290L Avigilon AC-HID-EL-SSA-SVMS AND UPGRADES) $579.41 334290L Avigilon AC-HID-EL-DYMO-30856 DYMO 30856 non-adhesive badges (250) $35.77 Topaz SignatureGem LCD 1x5 SigPad (signature block only)(HID # EL- 334290L Avigilon AC-HID-EL-TOP-1X5 TOP-1X5) $550.80 Access Control Integration - Access Control Manager from 334290L Avigilon AC-HID-EL-ACI-AVIG EasyLobby-Must also purchase Avigilon - AC-SW-LIC-REST $2,682.47 1 Year Extended Warranty for Access Control Manager Enterprise 334290L Avigilon AC-APP-ENT2-WARR-EXTEND-1YR Appliance $457.81 Access Control Manager Enterprise Plus — Web-Based PACS Appliance for 16 Readers- includes: I physical appliance 334290L Avigilon AC-APP-16R-ENT-PLUS embedded Linux O $8,464.44 Access Control Manager Enterprise Plus — Web-Based PACS Appliance for 256 Readers- includes: I physical appliance 334290L Avigilon AC-AP P-2S6R-ENT- PLUS embedded Linux $15,021.83 Access Control Manager Enterprise Plus—Web-Based PACS Appliance for 512 Readers- includes: I physical appliance 334290L Avigilon AC-APP-SI2R-ENT-PLUS embedded Linux $23,605.73 Access Control Manager Enterprise Plus—Web-Based PACS Appliance for 1,024 Readers - includes: I physical appliance 334290L Avigilon AC-APP-1024R-ENT-PLUS embedded Linu $32,189.63 Access Control Manager Enterprise Plus—Web-Based PACS Appliance for 2,048 Readers - includes: I physical appliance 334290L Avigilon AC-APP-2048R-ENT-PLUS embedded Linu $40,773.53 2 Year Extended Warranty for Access Control Manager Enterprise 334290L Avigilon AC-APP-ENT-PLUS-WARR-EXTEND-2YR Plus Appliance $1,083.72 1 Year Extended Warranty for Access Control Manager Professional 334290L Avigilon AC-APP-PRO-WARR-EXTEND-1YR Appliance $160.95 2 Year Extended Warranty for Access Control Manager Professional 334290L Avigilon AC-APP-PRO-WARR-EXTEND-2YR Appliance $321.90 2 Year Extended Warranty for Access Control Manager Enterprise 334290L Avigilon AC-APP-ENT2-WARR-EXTEND-2YR Appliance $915.62 1 Year Extended Warranty for Access Control Manager Enterprise 334290L Avigilon AC-APP-ENT-PLUS-WARR-EXTEND-1YR Plus Appliance $540.07 334290L Avigilon AC-SW-AVO-VER-SVS Access Control Manager (ACM) Verify'" license for 5 virtual stations $214.60 Access Control Manager (ACM) Verify'" license for 16 virtual 334290L Avigilon AC-SW-AVO-VER-I6VS stations $595.87 Access Control Manager Biometric integration to ViRDI Biometric 334290L Avigilon AC-SW-LIC-VIRDI-BIO readers $1,788.31 Avigilon Access Control Manager Embedded Controller (with plastic 334290L Avigilon AC-HID-ACMEC enclosure back plate & cover), Browser Based ACM Controller, Up $972.84 Access Control Manager Embedded Controller, Four (4) Door, Unassembled Kit, Includes one (1) AC-HID-ACMEC Access Control 334290L Avigilon AC-HID-LSP-ACMEC-KIT4 Manager $2,989.34 Access Control Manager Embedded Controller, Eight (8) Door, Unassembled Kit, Includes one (1) AC-HID-ACMEC Access Control 334290L Avigilon AC-HID-LSP-ACMEC-KIT8 Manager $4,456.47 Access Control Manager Embedded Controller, Sixteen (16) Door, Unassembled Kit, Includes one (1) AC-HID-ACMEC Access Control 334290L Avigilon AC-HID-LSP-ACMEC-KIT16 Man@ $7,043.81 Intelligent Controller, Linux Based with 1 door, 2 inputs and 2 outputs, PoE+Support, expandable up to 17 doors. (Mercury Part #: 334290L Avigilon AC-MER-CONT-LP1SO1 LP1501) $486.42 Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 334290L Avigilon AC-MER-C0NT-LP1S02 outputs, expandable up to 64 doors. (Mercury Part #: LP1502) $915.62 Intelligent Controller, Linux Based, expandable up to 64 doors. 334290E Avigilon IAC-MER-CONT-LP2SOO (Mercury Part #: LP2500) $1,344.81 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 46 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 95 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE Reader Interface Module with 2 doors, 4 inputs and 4 outputs, PoE+ 334290L Avigilon AC-MER-RIM-MR62E Support. (Mercury Part#: MR62e) $572.26 16 Zone Input Monitor Module with 2 relays (Mercury Part Number: 334290L Avigilon AC-MER-CON-MR16IN MR16in-S3) $572.26 RS -232/485 to 8 RS -485 Channel Mux (Mercury Part Number: 334290L Avigilon AC-MER-MUX8 MUX8) $482.84 E5 enclosure size 8.5W x 11H x 3D with Mercury/LNL hole mount pattern Fits up to Mercury 1501 or Mr51e Controllers(LifeSafety 334290L Avigilon AC-LSP-FP01SO/2SO-2D8P2M8NL4E4M1 Power P $1,191.02 Power supply board 150W, 12A/12V or 6A/24V Power supply board 250W, 20A/12V or 10A/24V 1 16 auxiliary DC outputs class 2 334290L Avigilon AC-LSP-FP01SO/2SO-2D8P2M8NL4E6M1 power $1,502.18 Power supply board 150W, 12A/12V or 6A/24V Power supply board 250W, 20A/12V or 10A/24V 1 16 auxiliary DC outputs class 2 334290L Avigilon AC-LSP-FP01SO/2SO-2D8P2M8NL4E8M2 power $1,609.48 Power supply board 150W, 12A/12V or 6A/24V Power supply board 250W, 20A/12V or 10A/24V 1 16 auxiliary DC outputs class 2 334290L Avigilon AC-LSP-FP075-B100M8NL4E2M power $640.93 Power supply board 75W, 6A/12V or 3A/24V I Secondary voltage power supply, 5-18V adjustable @ 4A max, class 2 power limited 334290L Avigilon AC-LSP-FP0150-B100D8PM8NL4E4M outpu $796.16 Power supply board 150W, 12A/12V or 6A/24V I Secondary voltage power supply, 5-18V adjustable @ 4A max, class 2 power limited 334290L Avigilon AC-LSP-FP0150-B100D8PM8NL4E6M out $1,060.83 8 Door HID VertX enclosure with removable backplate *** 334290L Avigilon Accomodates single voltage only *** Battery space for 12V or 24V, AC-LSP-OSE-16DR-MER-LCK-FAI 8Ah batteries $1,072.99 Locking battery enclosure with one 4" battery shelf. 20x16x4.5 334290L Avigilon AC-LSP-E2-BS1 enclosure with pre-installed lock set and tamper switch. $178.83 Locking battery enclosure with three 4" battery shelf. 24x20x4.5 334290L Avigilon AC-LSP-E4-3BS1 enclosure with pre-installed lock set and tamper switch. $257.52 6.5W x 6.5W x 3D small size enclosure suitable for 1 x Mercury EP1501 or 1 x Mercury MR51e, IP67 rated, Includes removable non - 334290L Avigilon AC-RO-SMALL-ENC metall $53.65 COMPOSITE (CLASS, 2K/2, FROG, F -GLOSS, F -GLOSS W/ MAG, MATCHING#, Minimum Order 100, (HID Part Number: 210OPGlMN 334290L Avigilon AC-HID-CARD-ICLASS-2100 ) $5.01 (CLASS 2K/2 SE, FROG, F -GLOSS, B -GLOSS W/MAG, MATCH, NO 334290L Avigilon AC-HID-CARD-3000PGlMN SLOT, Minimum Order 100 (HID Part Number: 3000PG1MN) $4.65 (CLASS 2K/2 SE, FROG, F -GLOSS, B -GLOSS, MATCH, VERT SLOT, 334290L Avigilon AC-HID-CARD-ICLASS-3000PGGMV Minimum Order 100 (HID Part Number: 3000PGGMV) $3.68 iCLASS SE Contactless Smart Card, 2k bit with 2 application areas, Avigilon Format, Without Avigilon logo, Minimum Order 100, 334290L Avigilon AC-HID-CARD-ICLASS-SE-3000-AVG-NL packaged in $4.00 Configuration card which enables the use of the Mobile Configuration App used to adjust Bluetooth range settings on 334290L Avigilon AC-HID-CARD-MOB-ADMIN-SEC9X-CRD-MADD Mobile -Enabled Reade $28.11 Mobile IDs are virtual credentials electronically delivered to the Secure Identity Services Portal account linked to the Organization 334290L Avigilon AC -HID -MOB -MOBILE -ID ID. Mobile $5.69 Temporary Mobile IDs. 7 days validity. Enables issuance prior the visit date. After 7 days it is automatically revoked from HID MA app 334290L Avigilon AC -HID -MOBILE -ID -TEMPT and it $0.31 Schlage (formerly aptiQ'") MT20 Multi -technology enrollment 334290L Avigilon AC-ING-READ-APTIQ-ENROLL-MT20 reader with ENGAGE technology (Allegion Part Number: MT20) $349.08 Schlage (formerly aptiQ'") Multi -Technology with Magnetic Stripe and Keypad - Single Gang Reader- Wiegand (Allegion Part Number: 334290L Avigilon AC-ALL-READ-APTIQ-WIEGAND-MTMSKIS MTM $511.46 Schlage (formerly aptiQ'") Multi -Technology Keypad - Single Gang 334290L Avigilon AC-ALL-READ-APTIQ-OSDP-KEYPD-MTK15-485 Reader- OSDP (Allegion Part Number: MTK15-485) $336.20 Schlage (formerly aptiQ'") Multi -Technology - Single Gang Reader - 334290L Avigilon AC-ALL-READ-APTIQ-OSDP-SNG-MT15-485 OSDP (Allegion Part Number: MT15-485) $209.59 Schlage (formerly aptiQ'") Multi -Technology — Mullion Reader - 334290L Avigilon AC-ALL-READ-APTIQ-OSDP-MULL-MT11-485 OSDP (Allegion Part Number: MT11-485) $209.59 Schlage (formerly aptiQ'") Smart Card 2K byte/16Kbit KEYFOB, 334290L Avigilon AC-ING-FOB-APTIQ-8620 minimum order quantity: 50 (Allegion Part Number: 8620) $4.90 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 47 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 96 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTRHO626JDRH8B (Proxim $1,310.48 AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTRHO626JDLH8B (Proxim $1,310.48 AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTRHO626JDLHR8B (Proxim $1,310.48 AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTRHO606BDRH8B (Proxim $1,410.62 AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTKRHO626BDRH8B (Proxim $1,368.42 AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTRHO626BDRH8B (Proxim $1,330.50 AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTSPA606BDRH8B (Proxim $1,411.34 AD -400 networked wireless (900 MHz) - CY Cylindric@, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTRHO626PDS123RHR4B (Proximit $1,308.33 AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTSPA626LDRH4B (Proxim $1,271.13 AD -400 networked wireless (900 MHz) - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTKSPA626BDLH4B (Proxim $1,346.24 AD -400 networked wireless (900 MHz) - CY Cylindrical,Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTKSPA626BDRHR4B (Proximit $1,346.24 AD -400900 Mhz Wireless, Cylindrical Chassis, Function - 70 Classroom/Storeroom-Interior LED Only, Multi -Tech (Proximity and 334290L Avigilon AC-SCH-AD400CY70MTRHO643EJDRH4B Smart) Rea $1,369.13 AD -400 networked wireless (900 MHz) - CY Cylindrical Function - 70 Classroom/Storeroom-Interior LED Only Reader- Multi -Tech 334290L Avigilon AC-SCH-AD400CY70MTRHO626JDC06LH4B (Proximity $1,287.59 AD -400 networked wireless (900 MHz) - MS Mortise, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD40OMS70MTRHO643ELDSARLH4B (Proximity $1,510.05 AD -400 networked wireless (900 MHz) - MS Mortise, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD40OMS70MTRHO626BDRH8B (Proximity $1,489.31 AD -400 networked wireless (900 MHz) - MS Mortise, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD40OMS70MTRHO643EBDRH8B (Proximity $1,570.14 334290L Avigilon AC-SCH-AD40OMS70MTRHO626LDLHR4B AC-SCH-AD40oMS70MTRHO626LDLHR4B $1,429.22 334290L Avigilon AC-SCH-AD40OMS70MTRHO626PDS123LH4B AC-SCH-AD40oMS70MTRHO626PDS123LH4B $1,467.13 334290L Avigilon AC-SCH-AD40OMS70MTRHO626LDRHR4B AC-SCH-AD40oMS70MTRHO626LDRHR4B $1,429.22 334290L Avigilon AC-SCH-AD40OMS70MTRHO643ELDSARRH4B AC-SCH-AD40oMS70MTRHO643ELDSARRH4B $1,510.05 AD -400 networked wireless (900 MHz) - MD mortise deadbolt, Function - 40 Privacy-IPB (interior push button) with LED, Reader - 334290L Avigilon AC-SCH-AD40OMD40MTRHO626BDRH4B Multi -Tec $1,494.31 Allegion Schlage AD -400 900 Mhz Wireless, Mortise with Deadbolt, 60 Apartment-IPB (interior push button) with LED, Multi -Tech 334290L Avigilon AC-SCH-AD40OMD60MTRHO626RDRHR4B Reader (Pr $1,516.49 AD -400 networked wireless (900 MHz) - MD mortise deadbolt, Function - 60 Apartment-IPB (interior push button) with LED, 334290L Avigilon AC-SCH-AD40OMD60MTSPA626LDRH4B Reader - Multi -T $1,457.12 AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable, Function —70, 334290L Avigilon AC-SCH-AD400993R70MTRHO605BDRHR8B Classroom/Storeroom-Interior L $1,610.91 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 W. ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 97 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable, Function - 70 334290L Avigilon AC-SCH-AD400993R70MTRHO626BDLHR8B Classroom/Storeroom-Interior LE $1,529.36 AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable, Function - 70 334290L Avigilon AC-SCH-AD400993R70MTRHO626BDRHR8B Classroom/Storeroom-Interior LE $1,529.36 AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable,Function - 70 334290L Avigilon AC-SCH-AD400993R70MTRHO626PDS123LHR4B Classroom/Storeroom-Interior LE $1,507.19 AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable Function - 50 Office -11313 (interior 334290L Avigilon AC-SCH-AD400993RSOMTRHO626JDRHR4B134 push button) $1,492.88 AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable Function - 50 Office -11313 (interior 334290L Avigilon AC-SCH-AD400993RSOMTKRHO626JDRHR4B134 push button) $1,530.08 AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable Function - 70 334290L Avigilon AC-SCH-AD400993R70MTRHO643EBDRHR8B134 Classroom/Storeroom-Interior LE $1,610.91 AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable Function - 70 334290L Avigilon AC-SCH-AD400993R70MTRHO643ELDRHR4B134 Classroom/Storeroom-Interior LE $1,550.82 AD -400 networked wireless (900 MHz) - 993R exit trim - rim/concealed vertical rod or cable Function - 70 334290L Avigilon AC-SCH-AD400993R70MTRHO626LDRHR4B134 Classroom/Storeroom-Interior LE $1,469.99 AD -400 networked wireless (900 MHz), 993R exit trim - rim/concealed vertical rod or cable, 70 Classroom/Store room - 334290L Avigilon AC-SCH-AD400993R70MTSPA643ELDRHR4B134 Interior LED only, Mu $1,550.82 AD -400 networked wireless (900 MHz), 993R exit trim - rim/concealed vertical rod or cable, 70 Classroom/Store room - 334290L Avigilon AC-SCH-AD400993R70MTRHO626BDRHR8B134 Interior LED only, Mu $1,529.36 AD -400 networked wireless (900 MHz), 993R exit trim - rim/concealed vertical rod or cable, 70 Classroom/Store room - 334290L Avigilon AC-SCH-AD400993R70MTSPA626BDRHR8B134 Interior LED only, Mu $1,529.36 AD -400 networked wireless (900 MHz), 993R exit trim - rim/concealed vertical rod or cable, 70 Classroom/Store room - 334290L Avigilon AC-SCH-AD400993R70MTSPA626BDLHR8B134 Interior LED only, Mu $1,529.36 AD -400 networked wireless (900 MHz), 993R exit trim - rim/concealed vertical rod or cable, 50 Office -11313 (interior push 334290L Avigilon AC-SCH-AD400993RSOMTSPA626JDRHR4B134 button) with LED, M $1,492.88 AD -400 networked wireless (900 MHz), 993R exit trim - rim/concealed vertical rod or cable, 70 Classroom/Store room - 334290L Avigilon AC-SCH-AD400993R70MTSPA626JDRHR4B13 Interior LED only, Mu $1,487.16 AD -400 networked wireless (900 MHz), 993R exit trim - rim/concealed vertical rod or cable, 70 Classroom/Store room - 334290L Avigilon AC-SCH-AD400993R70MTSPA626JDLHR4B134 Interior LED only, Mu $1,487.16 AD -400 networked wireless (900 MHz), 993R exit trim - rim/concealed vertical rod or cable, 50 Office -11313 (interior push 334290L Avigilon AC-SCH-AD400993RSOMTSPA626JDLHR4B134 button) with LED, M $1,492.88 AD -400 networked wireless (900 MHz), Exit trim chassis with rim/concealed vertical rod or cable, 50 Office -11313 (interior push 334290L Avigilon AC-SCH-AD400993RSOMTRHO626JDLHR4B134 button) with $1,492.88 AD -400 networked wireless (900 MHz), Exit trim chassis with rim/concealed vertical rod or cable, 70 Classroom/Store room - 334290L Avigilon AC-SCH-AD400993R70MTSPA626JDRHR4B134 Interior LED on $1,487.16 AD -400 networked wireless (900 MHz), Exit trim chassis with rim/concealed vertical rod or cable, 50 Office -11313 (interior push 334290L Avigilon AC-SCH-AD400993RSOMTRHO626PDS123RHR4B13 button) with $1,513.63 AD -400 networked wireless (900 MHz) - 993S Exit Trim - Surface Vertical Rod, Function - 70 Classroom/Storeroom-Interior LED Only, 334290L Avigilon AC-SCH-AD400993S70MTRHO626PDS123RHR4B Read $1,525.07 AD -400 networked wireless (900 MHz) - 993S Exit Trim - Surface Vertical Rod Function - 70 Classroom/Storeroom-Interior LED Only 334290L Avigilon AC-SCH-AD400993S70MTRHO626JDRHR4B Reade $1,504.33 AD -400 networked wireless (900 MHz) - 993S Exit Trim - Surface Vertical Rod OptionsFunction - 70 Classroom/Storeroom-Interior 334290L Avigilon AC-SCH-AD400993S70MTKRHO626PDS123RHR4B1 LED Onl I $1,562.99 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 49 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 98 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD -400 networked wireless (900 MHz), 9935 exit trim - surface vertical rod, 50 Office-IPB (interior push button) with LED, Multi - 334290L Avigilon AC-SCH-AD400993S50MTRHO626JDRHR4B134 Tech (Prox $1,511.48 AD -400 networked wireless (900 MHz), 9935 exit trim - surface vertical rod, 70 Classroom/Storeroom-Interior LED only, Multi -Tech 334290L Avigilon AC-SCH-AD400993S70MTSPA643ELDLHR4B134 (Proxim $1,568.71 AD -400 networked wireless (900 MHz), Exit trim chassis with surface vertical rod, 50 Office-IPB (interior push button) with LED, 334290L Avigilon AC-SCH-AD400993S50MTRHO626JDLHR4B134 Multi -Tech $1,511.48 AD -400900 Mhz Wireless, Exit Trim -Mortise chassis, Function - 70 Classroom/Storeroom-Interior LED Only, Multi -Tech (Proximity and 334290L Avigilon AC-SCH-AD400993M70MTKSPA626PDS123RHR4B Smart $1,562.99 334290L Avigilon AC-SCH-CYL-23-030-ICX Wireless lock construction core $42.92 Panel Interface Board (supports 2 doors)(Allegion Part Number: 334290L Avigilon AC-ALL-SCH-PIB300-2D PIB300-2D) $300.44 AD-993DT dummy trim for exit, Sparta Lever, Satin Chrome finish, Cylinder Type: JD less Schlage 6 -pin, Right Hand Reverse (RHR), 1- 334290L Avigilon AC-SCH-AD993DTSPA626JDRHR134 3/4" $367.68 Omni -Directional Remote Indoor/Outdoor Antenna Module. Includes Antenna, 15' Coax, Coax Whip, Articulated Wall/Post 334290L Avigilon AC-ALL-SCH-AD400-ANT400-REM-I/0+6DB Mounting Hardware $328.33 Omni -Directional Remote Indoor/Outdoor Antenna Module. Includes Antenna, 15' Coax, Coax Whip. For indoor use with PIM400 334290L Avigilon AC-ALL-SCH-AD400-ANT400-REM-CEILING and/or WR14 $250.36 Bi -Directional Remote Indoor Antenna Module. Includes Antenna, 15' Coax, Coax Whip. For indoor use with PIM400 and/or 334290L Avigilon AC-ALL-SCH-AD400-ANT400- RE M -H ALL WR1400.(Allegion $356.23 Antenna Grounding Kit (for outdoor mounting). Could be used with ANT400-REM-1/0, ANT400-REM-1/0+6DB, ANT400-REM-CEILING, 334290L Avigilon AC-ALL-SCH-AD400-MGB+MCAS ANT40 $118.03 AD -300 networked hardwired - CY Cylindrical, Function - 50 Office- IPB (interior push button) with LED, Reader- Multi -Tech (Proximity 334290L Avigilon AC-SCH-AD300CY50MTKRHO626PDS123LH and $1,229.64 AD -300 networked hardwired - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD300CY70MTRHO626PDRH (Proximity and Sm $1,186.01 AD -300 networked hardwired - CY Cylindrical, Function - 50 Office- IPB (interior push button) with LED, Reader- Multi -Tech (Proximity 334290L Avigilon AC-SCH-AD300CY50MTKRHO626PDS123RH and $1,229.64 AD -300 networked hardwired - CY Cylindrical, Function - 70 Classroom/Storeroom-Interior LED Only, Reader- Multi -Tech 334290L Avigilon AC-SCH-AD300CY70MTKRHO626PDS123RH (Proximity and Sm $1,223.92 AD -300 networked hardwired - CY Cylindrical Function - 40 Privacy- IPB (interior push button) with LED Reader- Multi -Tech (Proximity 334290L Avigilon AC-SCH-AD-300-CY-40-MT-RHO-626BDLHR132471 and $1,192.45 AD -300 networked hardwired - CY Cylindrical Function - 40 Privacy- IPB (interior push button) with LED Reader- Multi -Tech (Proximity 334290L Avigilon AC-SCH-AD-300-CY-40-MT-RHO626BDRHR1324710 and $1,192.45 AD -300 networked hardwired - CY Cylindrical Function - 40 Privacy- IPB (interior push button) with LED Reader- Multi -Tech (Proximity 334290L Avigilon AC-SCH-AD-300-CY-40-MT-RHO-626BDRH1324710 and $1,192.45 AD -300 networked hardwired, CY Cylindrical, 70 Classroom/Storeroom-Interior LED only, Multi -Tech (Proximity and 334290L Avigilon AC-SCH-AD300CY70MTKSPA643EJDRH1324710025 Smart) + Keypad, Spar $1,284.01 AD -300 networked hardwired, Cylindrical chassis, 70 Classroom/Storeroom-Interior LED only, Multi -Tech (Proximity and 334290L Avigilon AC-SCH-AD300CY70MTKSPA626PDS123LH1324710 Smart) + Keypad, $1,223.92 AD -300 networked hardwired, Cylindrical chassis, 70 Classroom/Storeroom-Interior LED only, Multi -Tech (Proximity and 334290L Avigilon AC-SCH-AD300CY70MTKSPA626PDS123RH132471O Smart)+ Keypad, $1,223.92 AD -300 networked hardwired, Cylindrical chassis, 50 Office-IPB (interior push button) with LED, Multi -Tech (Proximity and Smart), 334290L Avigilon AC-SCH-AD300CY50MTRHO626BDLH13247100251 Rhodes $1,192.45 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 50 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 99 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE AD -300 networked hardwired - 993M Exit Trim - Mortise Function - 40 Privacy-IPB (interior push button) with LED Reader - Multi -Tech 334290L Avigilon AC-SCH-AD-300-993M-40-MT-RHO-626-BD-RHR-13 (Pro $1,368.42 Communication Module Kit for AD -300 Classroom/Storeroom (70) function. Compatible with Cylinrical, Mortise, Mortise with 334290L Avigilon AC-SCH-COM30OL-643E deadbold, 993 e $209.59 Relay Board (for PIB300-2D or PIM400-TD2)(Allegion Part Number: 334290L Avigilon AC-ALL-SCH-RLBD RLBD) $152.36 Wireless Test Kit, Pre -Installed Test Kit; Complete with WPR400-DT, 334290L Avigilon AC-SCH-TK400 PIM400-TD2, 593P1, Power Supply, Charger, Carrying Case. $1,080.14 334290L Avigilon AC-ALL-SCH-COM400L Electronic Lock Communication Module Kit $226.76 NDE series wireless lock, cylindrical, Storeroom Function (80) with Vandlgard; Less Cylinder (Schlage, Falcon, Competitive OEM's, 7 Pin 334290L Avigilon AC-SCH-NDE80JDRHO6261304710130 (S $572.98 LE networked or offline lock - MS mortise with LED—Greenwich, Key System —J, Lever - 06 - suites with Rhodes, Finish - 626 - Satin 334290L Avigilon AC-SCH-LE MSG RWJ0662600ARH10136134 Chr $746.80 LE networked or offline lock - MS mortise with LED—Greenwich, Key System — BD, Lever - 06 - suites with Rhodes, Finish - 626 - Satin 334290L Avigilon AC-SCH-LEMSGRWBD0662600ARH10136134 C $746.80 LE networked or offline lock - MS mortise with LED—Greenwich, Key System — P, Lever - 17 - suites with Sparta, Finish - 626 - Satin 334290L Avigilon AC-SCH-LEMSGRWP61762600ARH10136134 Chro $746.80 LE networked or offline lock - MS mortise with LED—Greenwich, Key System — P, Lever - 06 - suites with Rhodes, Finish - 626 - Satin 334290L Avigilon AC-SCH-LEMSGRWP60662600ARH10136134 Chr $746.80 LE networked or offline lock - MS mortise with LED—Greenwich, Key System — L, Lever - 06 - suites with Rhodes, Finish - 626 - Satin 334290L Avigilon AC-SCH-LE MSG RWL0662600ARH10136134 Chr $698.16 LE networked or offline lock - MS mortise with LED—Greenwich, Key System — P, Lever - 07 - suites with Athens, Finish - 626 - Satin 334290L Avigilon AC-SCH-LEMSGRWP60762600ARH10136134 Chro $746.80 LE networked or offline lock - MS mortise with LED - Addison Lever - 334290L Avigilon AC-SCH-LEMSADDJ06626RH10136134 06 - suites with Rhodes626 - Satin Chrome Key System - J - less Sch $734.64 LE networked or offline lock - MS mortise with LED —Addison, Lever 334290L Avigilon AC-SCH-LEMSADDP617626RH10136134 17 - suites with Sparta,626 - Satin Chrome, Key System — P, Keying $770.41 LE networked or offline lock - MS mortise with LED - Greenwich Lever - 07 - suites with Athens 643e - aged bronze LE Key System - L 334290L Avigilon AC-SCH-LEMSGRWL07643EOOARH10136134 Ro $706.74 LE networked or offline lock, Mortise chassis with LED - Greenwich, Suites with Tubular Lever, Satin Chrome finish, 2-5/8" Rose with 334290L Avigilon AC-SCH-LEMSGRWL03626000O3RH10136134 beve $663.11 LE networked or offline lock, MB mortise with push button - Addison, Suites with Athens Lever, Satin Chrome finish, Cylinder 334290L Avigilon AC-SCH-LEMBADDP0762607RH10136134S Type: P Schla $751.81 LE networked or offline lock, MB mortise with push button - Addison, Suites with Athens Lever, Satin Chrome finish, Cylinder 334290L Avigilon AC-SCH-LEMBADDP0762607LH10136134S Type: PSchla $751.81 LE networked or offline lock - MD mortise deadbolt - Greenwich, Key System — P, Lever - 07 - suites with Athens, Finish - 626 - Satin 334290L Avigilon AC-SCH-LEMDGRWP60762600ARH10072134 Chro $811.18 LE networked or offline lock - MD mortise deadbolt - Greenwich, Key System — P, Lever - 06 - suites with Rhodes, Finish - 626 - Satin 334290L Avigilon AC-SCH-LEMDGRWP60662600ARH10072134 Chro $811.18 LE networked or offline lock - MD mortise deadbolt - Addison Lever - 334290L Avigilon AC-SCH-LEMDADDP0662606LH10072134 06 - suites with Rhodes 626 - Satin Chrome Key System - P - Schlage $803.31 LE networked or offline lock - MD mortise deadbolt - Addison Lever - 334290L Avigilon AC-SCH-LEMDADDP0662606RH10072134 06 - suites with Rhodes 626 - Satin Chrome Key System - P - Schlage $803.31 LE networked or offline lock, Mortise chassis with deadbolt - Addison , 50 Office-IPB (interior push button) with LED, Multi -Tech 334290L Avigilon AC-SCH-LEMDADDL0362603RH10072134 (Proximity $747.51 LE networked or offline lock, Mortise chassis with deadbolt - Greenwich, Suites with Rhodes Lever, Satin Chrome finish, 2-1/8" 334290L Avigilon AC-SCH-LEMDGRWJ066260OA06LH10072134 Rose, Cyli $769.69 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 51 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 100 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE LE networked or offline lock, Mortise chassis with deadbolt - Addison , Suites with Rhodes Lever, Satin Chrome finish, Cylinder 334290L Avigilon AC-SCH-LEM DAD DP0662606RH10072134S123 Type: PSc $791.86 LE networked or offline lock, Mortise chassis with deadbolt - Addison , Suites with Rhodes Lever, Satin Chrome finish, Cylinder 334290L Avigilon AC-SCH-LEM DAD DP0662606LH10072134S123 Type: P Sc $791.86 LE networked or offline lock - MB mortise with push button - Greenwich, Key System – P, Lever - 07 - suites with Athens, Finish - 334290L Avigilon AC-SCH-LEMBGRWP60762600ARH10136134 626-Sa $766.83 LE networked or offline lock - MB mortise with push button - Greenwich Lever - 03 - suites with Tubular 626 - Satin Chrome Key 334290L Avigilon AC-SCH-LEMBGRWL0362600ARHR10136134 System - $686.71 LE networked or offline lock - MB mortise with push button - Greenwich OptionsLever - 03 - suites with Tubular 626 - Satin 334290L Avigilon AC-SCH-LEMBGRWL0362600ALHR10136134 Chrome Key S $686.71 LE networked or offline lock, MB mortise with push button - Addison, Suites with Rhodes Lever, Satin Chrome finish, Cylinder 334290L Avigilon AC-SCH-LEMBADDJ0662606RH10136134 Type: Jless $758.96 GWE — ENGAGE Gateway with RS -485 & IP (PoE) connectivity. Supports up to 10 ENGAGE enabled devices with Mercury Security 334290L Avigilon AC-ALL-SCH-ENGAGE-GWE 1DR $524.33 IN100 Entry Lock with cylinder override - iCLASS Lockset x ANSI A115.2-1971 Strike #808: - Lip lengths 1-1/8", 1-1/4" or 1-3/8" or - 334290L Avigilon AC-AA-SAP-28-IN100-10G77-IP-B-L-P-26D Lip Len $799.73 IN100 Entry Lock with cylinder override - iCLASS 10 Line Lever to accept Schlage cylinder (no cylinder provided), HID iCLASSO, HID 334290L Avigilon AC-AA-SAP-30-IN100-10G77-IP-B-LL-26D-RH iCLAS $799.73 IN100 Entry Lock with cylinder override - Iclass, Reader Code - All credentials supported by the IP option plus MIFARE Classic and 334290L Avigilon AC-AA-SAP-30-28-IN100-10G77-IP-B-LL-26D DESfire $798.30 IN100 Aperio Wireless CL33100 Cylindrical lock with Key override, 334290L Avigilon AC-AA-CR-IN100-CL33134-IPS-B-NZD-626 Reader Code- HID iCLASSO, HID iCLASS SES' (SIO -enabled), HID iCLAS $879.13 IN100 Key override and no deadbolt, Reader Code- HID iCLASS1, 334290L Avigilon AC-AA-SAP-IN100-7978-IP-MB-LN-BP-26D-RHR HID iCLASS SES' (SIO -enabled), HID iCLASSO Seos'", HID MIFAREO SE, $874.84 IN100 Rim exit with key, Multiclass reader, Black reader color, Exit trim, Lever style, Satin stainless steel, Right hand reverse (ASSA 334290L Avigilon AC-AA-SAP-IN100-8877-IP-B-ET-L-32D-RHR ABLOY $1,658.84 IN100 ANSI strike, Rim exit with key, Multiclass reader, Black reader 334290L Avigilon AC-AA-SAP-28-IN100-8877-IP-B-LL-10BE-LH color, , Lever style, Rose style, Staineless steel, Dark Oxidized Satin B $1,595.17 IN100 Aperio Wireless Exit Rim with Key override, Reader Code- HID 334290L Avigilon AC-AA-CR-ED520ON-N9134-IN100-IPS-B-630 iCLASSO, HID iCLASS SES' (SIO -enabled), HID iCLASSI Seos'm, HID $1,78SAS MCR -50 Proximity Reader - Supports Farpointe + certain Indalal ASP Advantage Series Proximity formats + certain HID' 125 -kHz 334290L Avigilon AC -FP -READ -WG -MCR -50-H Proximity $128.76 DE2 MIFAREO DESFireO EV1 SMARTCARD, Frequency: 13.56 MHz, Read Range: Up to 2.5 inches (64 mm) (Minimum order is 50) 334290L Avigilon AC-FP-CARD-DE2 (Farpointe $5.54 1 copy of SVM software, includes Free Administrator'"" software (admin/reporting) Special bundle package for K-12 schools only (HID 334290L Avigilon AC -HID -EL -K12 -SVM #E $1,788.31 Software maintenance plan (for free updates and upgrades) per 334290L Avigilon AC -HID -EL -SSA -K12 year per system Special bundle package for K-12 schools only (HID # $253.94 A/C INTEGRATION ANNUAL MAINTENANCE PER COPY (INCLUDES 334290L Avigilon AC-HID-EL-SSA-ACIS UPGRADES AND UPDATES) $722.48 K12 ANNUAL SOFTWARE MAINTENANCE PLAN (FOR FREE UPDATES 334290L Avigilon AC-HID-EL-SSA-K12S AND UPGRADES) = PER YEAR PER SYSTEM $253.94 AssureTec PRO software library updates for 1 year (data and 334290L Avigilon AC-HID-EL-AST-UPDATEA authentication) (HID # EL-AST-UPDATEA ) $608.03 334290L Avigilon PRO -ACM -REMOTE -4H ACM Professional Services, 4 hours remote consulting $1,788.31 334290L Avigilon PRO -ACM -REMOTE -8H ACM Professional Services, 8 hours remote consulting $3,576.63 ACM Professional Services, 8 hours on-site consulting (Includes all 334290E I Avigilon PRO -ACM -ONSITE -8H Itravel costs) I $5,722.60 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 52 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 101 of 830 SIN MFR PART NUMBER PRODUCT DESCRIPTION GSA PRICE S61210SB Responsible for beginning to end management of the assigned /541330L Labor Project Manager projects. $110.83 S61210SB Responsible for installing, maintaining and repairing projects /541330L Labor System Technician assigned. $110.83 Responsible for processing conceptual security solutions and S61210SB applying them to a technical design plan and layout. Responsible /541330L Labor System Design Engineer for the overall software configuration and hardware integration. $110.83 Contract: GS-07F-173GA Price List dated 07/29/2020 Modification PO -0041 53 ER Tech Systems Group Inc. Telephone: (561) 578-4964 gsci@brocidccistsystemsinc.com Page 102 of 830 Mn Consent Agenda 5/4/2021 Requested Action by Commission: Approve the purchase of an Exagrid EX36-SEC encrypted backup storage appliance from Transource Services Corp in the amount of $58,718.31. Explanation of Request: The Police Department currently performs an offsite disk -to -disk backup using a legacy eight-year-old storage area network (SAN) that is no longer supported for the offsite backup solution. The Exagrid solution has proven reliability and performance as City I.T.S. is currently using an Exagrid appliance at the City's main data center. This purchase satisfies the City's purchasing requirements by utilizing the State of Florida Alternate Contract #43211500-W SCA -15 -ACS for the purchase. How will this affect city programs or services? The backup appliance will increase storage capacity and performance for Police system backups and will add encryption for an additional level of security. Fiscal Impact: Budgeted Funding has been approved from CI P funds utilizing account # 303-4199-580.64- 15 and Project #PD2107 in the amount of $58,718.31. Alternatives: Not approve this purchase and operate with unsupported equipment that will soon have insufficient capacity and reliability for current operations. Strategic Plan: Building Wealth in the Community Strategic Plan Application: This purchase will continue efforts to build and maintain `wealth in the community' by protecting the reliability and longevity of the City's computers systems and backup data. Failure to maintain, backup, and protect the Police departments data would have a detrimental impact on Police services provided to the community. Climate Action Application: Is this a grant? No Grant Amount: Contracts Page 103 of 830 Vendor Name: Transource Services Corp. Start Date: 8/13/2015 End Date: 7/31/2021 Contract Value: $58,718.31 Minority Owned Contractor?: No Extension Available?: Yes Extension Explanation: Extension up to 36 months at the same terms, conditions, and prices. Attachments: Type Description D QLA0tE)S FID E)dragrid QLAOtE) D AttacftrTIENI'It E)dragrid Trall'ISOLArCE) Fliriciing D Agir'E�IENrTIENI'It NA&FI0 MastE)rAgir'E�IENrTIENI'It D ArTIE)indirTIENI'It NA&FI0 ArTIE)indirTIENI'It 1 D ArTIE)indirTIENI'It NA&FI0 ArTIE)indirTIE)int 2 D AddE)indUlirn NA&FI0 S tatE) Of IF::: orida AddE)indUlirn Page 104 of 830 Transource Services Corp 2405 West Utopia Road Phoenix AZ 85027 Boynton Beach Police Department 2045 High Ridge Road Boynton Beach FL 33426 Quotation No.: Quotation Date: Due Date: Customer No.: Customer Ref. No.: Page No.: SHIP TO Boynton Beach Police Department 2045 High Ridge Road Boynton Beach FL 33426 Account Rep: Brandon Welling Contact Name: Craig Richards Ship Via Terms: Net 30 FOB: Line Item No. Description NVP NVP-FL TSC -ITEM MFR# EX36-SEC TSC -ITEM MFR# EX-10GIG-SFPC-A TSC -LABOR MFR# EX-2YR-MS-S NASPO ValuePoint MPA# MNWNC-130 State of Florida PA# 43211500-WSCA-15-ACS "Disk Capacity: Raw: 96 TB, Useable: 72 TB. 36 TB Full Backup. Includes 1 10 Gigabit Add on Card" !I 10 Gigabit Ethernet Dual Port SFP+ TWINAX Option for all ExaGrid models. Does not include twin axial cable. Two year 5 x 8 Customer Support and product Maintenance 6 Maintenance and Support: Point releases Full version releases Phone support (5x8)- 2 hour business day response Email support (5x8) - 2 hour business day response Alert notification and remote reconciliation HW repair: replacement part shipped for next business day delivery (customer replaceable) Option for 7x24 support SBA certified "American Small Manufacturer" SALES QUOTATION 353685 03/23/21 04/23/21 C990314 Page 1 of 1 FOB Destination Qty Unit Price 1 1 1 $ 45,872.36 1 1 $ 12,845.95 Original Subtotal $ 58,718.31 Shipping Tax Total Order Value $ 58,718.31 Pa, 1 05 of 830 ........................... 9 Phone: 623-879-8882 x138 Fax: 623-879-8887 E -Mail: brandonw@transource.com Website: www.transource.com Transource Summary Price List Full Price List: 0 2015 Products & Services Schedule PART# . BAND CATEGORY E%2-Il04-2PA 5 71151106 EX36-5EC 1 51 71151106 i� �DESCROPTION 10 Gligabilt Ethernet l0uual Port 5FP+TVV NAX QAt onifor allll IExeGnld models xceptfoc thio IEX200O. Does not !!include tw1n aHlall cable Disk CalRacity; Raw 84 TB, Usealbl, 66 TB, 32TB Full Baelkup BASE, (LIST PRO ^ INASIPO PRICE ^ IINASIPO IMINIMUIM DISCOUNT $68,481,00 1u.. JO% IM Page 106 of 830 livnese)b DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD WITH TRANSOURCE SERVICE CORPORATION FOR COMPUTER EQUIPMENT: (Desktops, Laptops, Tablets, Servers, Storage including Related Peripherals & Services) To: Transource Service Corporation 2405 W. Utopia Road Phoenix, Arizona 85027 Contract Vendor Administrator: Curtis Wescott Email: curtisw transource.com Phone: 623.879.8882 ext 24 CONTRACT NO: CONTRACT PERIOD: Through EXTENSION OPTION: MNWNC-130 April 1, 2015, or upon final executed signatures, whichever is later March 31, 2017 UP TO 36 MONTHS You are hereby notified that your response to our solicitation, which opened January 31, 2014, is accepted. The following documents, in order of precedence, are incorporated herein by reference and constitute the entire Contract between you and the State: 1. A Participating Entity's Participating Addendum ("PA") A Participating Entity's Participating. Addendum shall not diminish, change, or impact the rights of the Lead State with regard to the Lead State's contractual relationship with the Contract Vendor under the Terms of Minnesota WSCA-NASPO Master Agreement; 2. Minnesota WSCA-NASPO Master Agreement; 3. The Solicitation; and 4. the Contract Vendor's response to the Solicitation. These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed intending to be bound thereby. 1. TRANSOURCE SERVICE CORPORATION The Contractor certifies that the appropriate person(s) have executed this Agreement on behalf of the Contractor as required by applicable a Is, bylaeJ utions. or ordinances. By:rF PdMetl Tide: ,r& ' c i Date:' — t �' By: signature PrMedMe— Title: Date: 2. MINNESOTA MATERIALS MANAGEMENT DIVISION In accordance with Minn. Stat. § 16C.03, subd. 3. By; Title: MesterA reem ntAdministrator Date: 3. MINNESOTA COMMISSIONER OF ADMINISTRATION Or delegated representative. By: Date: —Orlpinal signed FEB 2 6 2015 BY Lucas I Janneff CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 107 of 830 STATE OF MINNESOTA Materials Management Division 112 Administration Building 50 Sherburne Avenue St. Paul, MN 55155 Voice: 651.296.2600 Fax: 651.297.3996 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD WITH TRANSOURCE SERVICE CORPORATION FOR COMPUTER EQUIPMENT: (Desktops, Laptops, Tablets, Servers, Storage including Related Peripherals & Services) To: Transource Service Corporation 2405 W. Utopia Road Phoenix, Arizona 85027 Contract Vendor Administrator: Curtis Wescott Email: curtisw transource.com Phone: 623.879.8882 ext 24 CONTRACT NO: CONTRACT PERIOD: Through EXTENSION OPTION: MNWNC-130 April 1, 2015, or upon final executed signatures, whichever is later March 31, 2017 UP TO 36 MONTHS You are hereby notified that your response to our solicitation, which opened January 31, 2014, is accepted. The following documents, in order of precedence, are incorporated herein by reference and constitute the entire Contract between you and the State: 1. A Participating Entity's Participating Addendum ("PA") A Participating Entity's Participating. Addendum shall not diminish, change, or impact the rights of the Lead State with regard to the Lead State's contractual relationship with the Contract Vendor under the Terms of Minnesota WSCA-NASPO Master Agreement; 2. Minnesota WSCA-NASPO Master Agreement; 3. The Solicitation; and 4. the Contract Vendor's response to the Solicitation. These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed intending to be bound thereby. 1. TRANSOURCE SERVICE CORPORATION The Contractor certifies that the appropriate person(s) have executed this Agreement on behalf of the Contractor as required by applicable a Is, bylaeJ utions. or ordinances. By:rF PdMetl Tide: ,r& ' c i Date:' — t �' By: signature PrMedMe— Title: Date: 2. MINNESOTA MATERIALS MANAGEMENT DIVISION In accordance with Minn. Stat. § 16C.03, subd. 3. By; Title: MesterA reem ntAdministrator Date: 3. MINNESOTA COMMISSIONER OF ADMINISTRATION Or delegated representative. By: Date: —Orlpinal signed FEB 2 6 2015 BY Lucas I Janneff CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 107 of 830 DEPARTMENT OF ADMINISTRATION COMPUTER EQUIPMENT 10 2014-2019 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD TABLE OF CONTENTS TABLE OF CONTENTS ............................................... SUMMARY......................................... EXHIBIT A - TERMS & CONDITIONS ............................................... EXHIBITB - PRICING....................................................................................................................................................23 EXHIBIT B - PRICING SCHEDULE...........................................................................................................................25 EXHIBIT C PRODUCT AND SERVICE SCHEDULE (PSS) .....................................................................................26 EXHIBIT D - WEBSITE ............................. EXHIBIT E -ACTION REQUEST UPDATE FORM (ARF)............................................................................................28 EXHIBITF - REPORTING..............................................................................................................................................30 EXHIBITG - DEFINITIONS............................................................................................................................................31 2 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 108 of 830 livnese)b DEPARTMENT OF ADMINISTRATION COMPUTER EQUIPMENT 2014-2019 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD SUMMARY I. BACKGROUND. The State of Minnesota, Department of Administration, Materials Management Division publicly posted a Request for Proposal on behalf of the State of Minnesota and WSCA-NASPO Cooperative Procurement Program ("WSCA-NASPO") resulting in a Master Agreement Award. After evaluation by a multi --state sourcing team the solicitation resulted in this Minnesota WSCA-NASPO Master Agreements with qualified manufacturers for Computer Equipment (Desktops, Laptops, Tablets, Servers, and Storage including related Peripherals & Services). The original solicitation contains the requirements and definitions establishing the following Product Bands allowed on the Master Agreement. The configuration limits and restrictions for this Master Agreement are provided below. Participating Entities may revise these in their Participating Addendum. Bands awarded are identified below: Band 1: Desktop Band 4: Server Band 2: Laptop Band 5: Storage Band 3: Tablet The original solicitation included Band 6: Ruggedized. This band has been removed and ruggedized equipment will be allowed in Bands .1-5. The original solicitation and responses may be found on the WSCA-NASPO Website. 2. EFFECTIVE DATE: The Master Agreement contract term will begin on April 1, 2015, or upon final executed signatures, whichever is later, through March 31, 2017 with the option to extend up to 36 months, upon agreement by both parties. Contract Sales may not begin until the Website, Product and Service Schedule and third party products have been approved by the Master Agreement Administrator. 3. PARTICIPATION. All authorized governmental entities in any State are welcome to use the resulting Master Agreements through WSCA-NASPO with the approval of the State Chief Procurement Official. Contract Vendors are able to sign Participating Addendums (PA) at the option of Participating States. Participating States reserve the right to add State specific terms and conditions and modify the scope of the contract in their Participating Addendum as allowed by the Master Agreement. 4. CONFIGURATION DOLLAR LIMITS. The following configuration limits apply to the Master Agreement. Participating States may define their configuration limits in their participating addendum. The Participating State's Chief Procurement Official may increase or decrease the configuration limits, as defined in their Participating Addendum. The Participating State will determine with the Contract Vendor how to approve these modifications to the State's Product and Service Schedule. The dollar limits identified below are based on a SINGLE computer configuration. This is NOT a restriction on the purchase of multiple configurations (e.g. an entity could purchase 10 laptops @ $10,000 for a total purchase price of $100,000). ITEM CONFIGURATION* Server $500,000 Storage $500,000 Desktops $ 10,000 Laptops $ 10,000 Tablets $ 5,000 Peripherals $ 5,000 Services Addressed by each State in participating addendum * Configuration is defined as the combination of hardware and software components that make up the total functioning system. Software purchases are considered a part of the configuration limit of the equipment. CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 109 of 830 5. RESTRICTIONS. The following restrictions apply to the Master Agreement. A Participating State may set further restrictions of products in their Participating Addendum. The Participating State will determine with the Contract Vendor how to approve these modifications to the State's Product and Service Schedule. a. Software 1. Software is restricted to operating systems and commercial off-the-shelf (COTS) software and is subject to equipment configuration limits. 2. Software is an option which must be related to the procurement of equipment. 3. Software must be pre -loaded or provided as an electronic link with the initial purchase of equipment. 4. Software such as middleware which is not always installed on the equipment, but is related to storage and server equipment (Band 4&5) purchased, is allowed and may be procured after the initial purchase of equipment. b. Services 1. Services must be related to the procurement of equipment. 2. Service limits will be addressed by each State. 3. Wireless phone and internet service is not allowed. 4. Cloud Services including acquisitions structured as managed on-site services are not allowed. 5. Managed Print Services are not allowed. c. Third Partv Products. 1. Contract Vendors can only offer Third Party Products in the bands they have been awarded. 2. Contract Vendor cannot offer products manufactured by another Contract Vendor holding a Minnesota WSCA-NASPO Master Agreement unless approved by the Lead State. d. Additional Prod uctlServices 1. Hardware and software required to solely support wide area network (WAN) operation and management are not allowed. 2. Lease/Rentals of equipment may be allowed and will be addressed by each State. 3. Cellular Phone Equipment is not allowed. 4. EPEAT Bronze requirement may be waived, on a State case by case basis, if approved by the State's Chief Procurement Officer. 6. PARTNER UTILIZATION: Each state represented by WSCA-NASPO that chooses to participate in this Master Agreement independently has the option of utilizing partners. Only partners approved by the Participating State may be deployed. The participating State will define the process to add and remove partners in their participating addendum. CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 110 of 830 COMPUTER EQUIPMENT liVROSO)b 2014-2019 DEPARTMENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT A - TERMS & CONDITIONS MASTER AGREEMENT TERMS AND CONDITIONS A. GENERAL TERMS, CONDITIONS & INSTRUCTIONS 1. ACCEPTANCE OF TERMS AND CONDITIONS. The contents of the RFP and the response of the successful responder will become Master Agreement contractual obligations, along with the final Master Agreement, if acquisition action ensues. A statement of acceptance of the proposed Contract Terms and Conditions, unless taken exception to, as specified in the RFP must be included in the response. Any suggestions for alternate language shall be presented. The Lead State is under no obligation to accept wording changes submitted by the responder. The Lead State is solely responsible for rendering decisions in matters of interpretation on all terms and conditions. Any response which fails to comply with this requirement may be disqualified as nonresponsive. All general proposal terms, specifications and WSCA-NASPO Terms & Conditions form a part of this RFP and will apply to any Master Agreements entered into as a result thereof. 2. CONFLICT OF TERMS/ORDER OF PRECEDENCE. a. A Participating Entity's Participating Addendum ("PA"); b. Minnesota WSCA-NASPO Master Agreement c. The Solicitation including all Addendums; and d. Contract Vendor's response to the Solicitation These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. Contract Vendor terms and conditions that apply to this Master Agreement are only those that are expressly accepted by the Lead State and must be in writing and attached to the Master Agreement as an Exhibit or Attachment. No other terms and conditions shall apply, including terms and conditions listed in the Contract Vendor's response to the Solicitation, or terms listed or referenced on the Contract Vendor's website, in the Contract Vendor quotation/sales order or in similar documents subsequently provided by the Contract Vendor. The solicitation language prevails unless a mutually agreed exception has been negotiated. 3. ADDENDA TO THE RFP. Any addendum issued will become a part of the RFP. The Lead State may modify or clarify the RFP by issuing one or more addenda to all parties who have received the RFP. Each responder must follow the directions on the addendum. Addenda will be numbered consecutively in the order they are issued. 4. AWARD. The award of this solicitation will be based upon the total accumulated points as established in the RFP, for separate items, by grouping items, or by total lot, and where at its sole discretion the Lead State believes it will receive the best value. The Lead State reserves the right to award this solicitation to a single responder, or to multiple responders, whichever is in the best interest of the Lead State. It is the State's intent to award to multiple responders. The Lead State reserves the right to accept all or part of an offer, to reject all offers, to cancel the solicitation, or to re- issue the solicitation, whichever is in the best interest of the Lead State. The Sourcing Team will make a recommendation on the award of this RFP. The commissioner of Administration or designee may accept or reject the recommendation of the Sourcing Team. The final award decision will be made by the Commissioner of Administration and the WSCA-NASPO Management Board. 5. CLARIFICATION. If a responder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in the RFP, the responder shall immediately notify the Acquisition Management Specialist in writing, as CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 111 of 830 specified in the introduction, of such error and request modification or clarification of the document. This notification is due no later than seven calendar days prior to the proposal due date and time. Responders are cautioned that any activity or communication with a State employee or officer, or a member of the Evaluation Team, regarding this Solicitation's contents or process, is strictly prohibited and may, as a result, have its response rejected. Any communication regarding this Solicitation, its content or process, must be directed to the Acquisition Management Specialist listed in the Solicitation documents. 6. COMPLETION OF RESPONSES. A response may be rejected if it is conditional or incomplete. Responses that contain conflicting, false, or misleading statements or that provide references that contradict or do not support an attribute or condition stated by the responder, may be rejected. 7. MASTER AGREEMENT ADMINISTRATOR. The Master Agreement Administrator designated by WSCA-NASPO and the State of Minnesota, Department of Administration is: Susan Kahle. Direct all correspondence and inquiries, legal questions, general issues, or technical issues regarding this RFP to: . Susan Kahle Acquisition Management Specialist Department of Administration Materials Management Division 50 Sherburne Avenue 112 Administration Building St. Paul, MN 55155 Fax: 651.297.3996 E-mail: susan.kahle state.mn.us 8. DISPOSITION OF DATA SUBMITTED BY CONTRACT VENDOR. All materials submitted in response to this RFP will become property of the Lead State and will become public record after the evaluation process is completed. The evaluation process is complete when negotiations with the selected vendors are final. By executing this Contract, the Contract Vendor certifies and agrees that all information provided in the Contract and in response to the solicitation will be made public in accordance with the solicitation and that no information has been designated Trade Secret pursuant to the Minnesota Government Data Practices Act. if the Contract Vendor submits information after execution of this Contract that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minn. Stat, § 13.37, the Contract Vendor must: a. clearly mark all trade secret materials at the time the information is submitted; b. include a statement with regard to the information justifying the trade secret designation for each item; and, C. defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless the Lead State, its agents and employees, from any judgments awarded against the Lead State in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives the Lead State's award of a Master Agreement. In submitting a response to the RFP, the responder agrees that this indemnification survives as long as the trade secret materials are in possession of the Lead State. The Lead State will not consider the prices submitted by the responder to be trade secret materials. 9. DISPUTE RESOLUTION PROCEDURES. Any issue a responder has with the RFP document, which includes, but is not limited to, the terms, conditions, and specifications, must be submitted in writing to and received by the Master Agreement Administrator prior to the opening due date and time. Any issue a responder has with the Master Agreement award must be submitted in writing to the Master Agreement Administrator within five working days from the time the notice of the intent to award is issued. This notice may be made by any of the following methods: notification by letter, fax or email, or posted on the Materials Management website, www.mmd.admin.state.mn.us. The Lead State will respond to any protest received that follows the above procedure. For those protests that meet the above submission requirements, the appeal process is, in sequence: The responsible Master Agreement Administrator, the Materials Management Division (MMD) Assistant Director, and the MMD Director. 10. ELECTRONIC FILES TO DOWNLOAD, COMPLETE, AND RETURN. Responders must download a Word/Excel document. 11. ENTIRE AGREEMENT. A written Master Agreement (including the contents of this RFP and selected portions of Contract Vendor's response incorporated therein by reference) and any written addenda thereto constitute the entire agreement of the parties to the Master Agreement. CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 112 of 830 12. IRREVOCABLE OFFER. In accordance with this Request for Proposal, and subject to all conditions thereof, the undersigned agrees that its response to this RFP, or any part thereof, is an irrevocable offer for 180 days following the submission deadline date unless stated otherwise in the RFP. It is understood and agreed that the response, or any part thereof, when accepted by the appropriate department and State officials in writing, may become part of a legal and binding Master Agreement between the undersigned vendor and the State of Minnesota. 13. MATERIAL DEVIATION. A responder shall be presumed to be in agreement with these terms and conditions unless it takes specific exception to one or more of the conditions. Submission by the responder of its proposed language shall not be viewed as an exception unless the responder specifically states in the response that its proposed changes are intended to supersede the terms and conditions. RESPONDERS ARE CAUTIONED THAT BY TAKING ANY EXCEPTION THEY MAY BE MATERIALLY DEVIATING FROM THE REQUEST FOR PROPOSAL. IF A RESPONDER MATERIALLY DEVIATES FROM THE GENERAL TERMS, CONDITIONS AND INSTRUCTIONS OR THE WSCA-NASPO TERMS AND CONDITIONS AND/OR SPECIFICATIONS, ITS RESPONSE MAY BE REJECTED. A material deviation is an exception to the Request for Proposal general or WSCA-NASPO terms and conditions and/or specifications that: a. gives the responder taking the exception a competitive advantage over other vendors; or, b. gives the Lead State something significantly different from that which the Lead State requested. 14. NONRESPONSIVE RESPONSES. Responses that do not comply with the provisions in the RFP may be considered nonresponsive and may be rejected. 15. NOTICES. If one party is required to give notice to the other under the Master Agreement, such notice shall be in writing and shall be effective upon receipt. Delivery may be by certified United States mail or by hand, in which case a signed receipt shall be obtained. A facsimile transmission shall constitute sufficient notice, provided the receipt of the transmission is confirmed by the receiving party. Either party must notify the other of a change in address for notification purposes. All notices to the Lead State shall be addressed as follows: STATE OF MINNESOTA: MN WSCA-NASPO COMPUTER EQUIPMENT CONTRACT ADMINISTRATOR 112 Administration Bldg. 50 Sherburne Avenue St. Paul, MN 55155 651-296-2600 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 113 of 830 MASTER AGREEMENT TERMS AND CONDITIONS B. WSCA-NASPO TERMS AND CONDITIONS 1. ADMINISTRATIVE FEES. The Contract Vendor shall pay a WSCA-NASPO Administrative Fee of one-tenth of one percent (0.1 % or 0.001) in accordance with the Terms and Conditions of the Master Agreement no later. than 60 days following the end of each calendar quarter. The WSCA-NASPO Administrative Fee shall be submitted quarterly and is based on sales of products and services (less any charges for taxes or shipping). The WSCA-NASPO Administrative Fee is not negotiable. This fee is to be included as part of the pricing submitted with proposal. Additionally, some states may require an additional fee be paid directly to the state on purchases made by Purchasing Entities within that state. For all such requests, the fee level, payment method and schedule for such reports and payments will be incorporated into the Participating Addendum that is made a part of the Master Agreement. The Contract Vendor may adjust the Master Agreement pricing accordingly for purchases made by Purchasing Entities within the jurisdiction of the state. All such agreements may not affect the WSCA-NASPO Administrative Fee or the prices paid by the Purchasing Entities outside the jurisdiction of the state requesting the additional fee. 2. AGREEMENT ORDER OF PRECEDENCE. The Master Agreement shall consist of the following documents: 1. A Participating Entity's Participating Addendum ("PA"); 2. Minnesota WSCA-NASPO Master Agreement 3. The Solicitation including all addendums; and 4. Contract Vendor's response to the Solicitation These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. Contract Vendor terms and conditions that apply to this Master Agreement are only those that are expressly accepted by the Lead State and must be in writing and attached to this Master Agreement as an Exhibit or Attachment. No other terms and conditions shall apply, including terms and conditions listed in the Contract Vendor's response to the Solicitation, or terms listed or referenced on the Contract Vendor's website, in the Contract Vendor quotation/sales order or in similar documents subsequently provided by the Contract Vendor. The solicitation language prevails unless a mutually agreed exception has been negotiated. 3. AMENDMENTS. The terms of this Master Agreement shall not be waived, altered, modified, supplemented or amended in any manner whatsoever without prior written approval of tyle WSCA-NASPO Master Agreement Administrator. 4. ASSIGNMENT OF ANTITRUST RIGHTS. Contract Vendor irrevocably assigns to a Participating Entity any claim for relief or cause of action which the Contract Vendor now has or which rpay accrue to the Contract Vendor in the future by reason of any violation of state or federal antitrust laws (15 U.S.C. � 1-15 or a Participating Entity's state antitrust provisions), as now in effect and as may be amended from time to time, in connection with any goods or services provided to the Contract Vendor for the purpose of carrying out the Co'ptract Vendor's obligations under this Master Agreement or Participating Addendum, including, at a Participating Entity's option, the right to control any such litigation on such claim for relief or cause of action. 5. ASS IGNMENTISUBCONTRACT. Contract Vendor shall not assign, sell, transfer, subcontract or sublet rights, or delegate responsibilities under this Master Agreement, in whole or in part, without the prior written approval of the WSCA-NASPO Master Agreement Administrator. 6. CANCELLATION. Unless otherwise stated in the terms and conditions, any Master Agreement may be canceled by either party upon 60 days' notice, in writing, prior to the effective date 4)f the cancellation. Further, any Participating Entity may cancel its participation upon 30 days written notice, unless otherwise limited or stated in the special terms and conditions of this solicitation or in the applicable Participating Addendum. Cancellation may be in whole or in part. Any cancellation under this provision shall not affect the rights and obligations attending orders outstanding at the time of cancellation, including any right of a Participating Entity to indemnification by the Contract Vendor, rights of payment for goods/services delivered and accepted, and rights attendipg any warranty or default in performance in association with any order. Cancellation of the Master Agreement due to Contract Vendor default maybe immediate if defaults cannot be reasonably cured as allowed per Default and Remedies term. 7. CONFIDENTIALITY NON -DISCLOSURE AND INJUNCTIVE RELIEF. 7.1 Confidentlality. Contract Vendor acknowledges that it and its employees or agents may, in the course of providing the Product under this Master Agreement, be exposed to or acquire information that is confidential to Participating Entity or Participating Entity's clients. Any and all information of any form that is marked as confidential S CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 114 of 830 or would by its nature be deemed confidential obtained by Contract Vendor or its employees or agents in the performance of this Master Agreement, including, but not necessarily limited to (a) any Participating Entity records; (b) personnel records, and (c) information concerning individuals, is confidential information of Participating Entity ("Confidential Information"). Any reports or other documents or items (including software) that result from the use of the Confidential Information by Contract Vendor shall be treated in the same manner as the Confidential Information. Confidential Information does not include information that (a) is or becomes (other than by disclosure by Contract Vendor) publicly known; (b) is furnished by Participating Entity to others without restrictions similar to those imposed by this Master Agreement; (c) is rightfully in Contract Vendor's possession without the obligation of nondisclosure prior to the time of its disclosure under this Master Agreement; (d) is obtained from a source other than Participating Entity without the obligation of confidentiality, (e) is disclosed with the written consent of Participating Entity or; (f) is independently developed by employees, agents or subcontractor of Contract Vendor who can be shown to have had no access to the Confidential Information 7.2 Non -Disclosure. Contract Vendor shall hold Confidential Information in confidence, using at least the industry standard of confidentiality, and not to copy, reproduce, sell, assign, license, market, transfer or otherwise dispose of, give, or disclose Confidential Information to third parties or use Confidential Information for any purposes whatsoever other than the performance of this Master Agreement to Participating Entity hereunder, and to advise each of its employees and agents of their obligations to keep Confidential Information confidential. Contract Vendor shall use commercially reasonable efforts to assist Participating Entity in identifying and preventing any unauthorized use or disclosure of any Confidential Information. Without limiting the generality of the foregoing, Contract Vendor shall advise Participating Entity immediately if Contract Vendor learns or has reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Master Agreement and Contract Vendor shall at its expense cooperate with Participating Entity in seeking injunctive or other equitable relief in the name of Participating Entity or Contract Vendor against any such person. Except as directed by Participating Entity, Contract Vendor will not at any time during or after the term of this Master Agreement disclose, directly or indirectly, any Confidential Information to any person, except in accordance with this Master Agreement, and that upon termination of this Master Agreement or at Participating Entity's request, Contract Vendor shall turn over to Participating Entity all documents, papers, and other matter in Contract Vendor's possession that embody Confidential Information. Notwithstanding the foregoing, Contract Vendor may keep one copy of such Confidential Informatiop necessary for quality assurance, audits and evidence of the performance of this Master Agreement. 7.3 Iniunctive Relief. Contract Vendor acknowledges that breach of this Section, including disclosure of any Confidential Information, will cause irreparable injury to Participating Entity that is inadequately compensable in damages. Accordingly, Participating Entity may seek and obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies that may be available. Contract Vendor acknowledges and agrees that the covenants contained herein are necessary for the protection of the legitimate business interests of Participating Entity and are reasonable in scope and content. 7.4 Particioatina Entity is agreeing to the above language to the extent is not in conflict with Participating Entities public disclosure laws. 8. DEBARMENT. The Contract Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction (Master Agreement) by any governmental department or agency. If the Contract Vendor cannot certify this statement, attach a written explanation for review by WSCA-NASPO In any order against this Master Agreement for a requirement established by a Purchasing Entity that discloses the use of federal funding, to the extent another form of certification is not required by a Participating Addendum or the order of the Purchasing Entity, the Contractor's quote represents a recertification consistent with the terms of paragraph 8, Section 2D, Minnesota Terms and Conditions 9. DEFAULTS & REMEDIES. a. The occurrence of any of the following events shall be an event of default under this Master Agreement: i. Nonperformance of contractual requirements; or ii. A material breach of any term or condition of this Master Agreement; or iii. Any representation or warranty by Contract Vendor in response to the solicitation or in this Master Agreement proves to be untrue or materially misleading; or iv. Institution of proceedings under any bankruptcy, insolvency, reorganization or similar law, by or against Contract Vendor, or the appointment of a receiver or similar officer for Contract Vendor or any of its property, which is not vacated or fully stayed within thirty (30) calendar days after the institution or occurrence thereof; or v. Any default specified in another section of this Master Agreement. b. Upon the occurrence of an event of default, Lead State shall issue a written notice of default, identifying the nature of the default, and providing a period of 30 calendar days in which Contract Vendor shall have an 8 CONTRACT NO. MNWNC-930 MASTER AGREEMENT AWARD COMPUTER EQUfPMENT TRANSOURCE SERVICE CORPORATION Page 115 of 830 opportunity to cure the default. The Lead. State shall not be required to provide advance written notice or a cure period and may immediately terminate this Master Agreement in whole or in part if the Lead State, in its sole discretion, determines that it is reasonably necessary to preserve public safety or prevent immediate public crisis. Time allowed for cure shall not diminish or eliminate Contract Vendor's liability for damages, including liquidated damages to the extent provided for under this Master Agreement. c. If Contract Vendor is afforded an opportunity to cure and fails to cure the default within the period specified in the written notice of default, Contract Vendor shall be in breach of its obligations under this Master Agreement and Lead State shall have the right to exercise any or all of the following remedies: i. Exercise any remedy provided by law; and ii. Terminate this Master Agreement and any related Master Agreements or portions thereof; and iii. Impose liquidated damages as provided in this Master Agreement; and iv. Suspend Contract Vendor from receiving future bid solicitations; and v. Suspend Contract Vendor's performance; and vi. Withhold payment until the default is remedied. d. In the event of a default under a Participating Addendum, a Participating Entity shall provide a written notice of default as described in this section and have all of the rights and remedies under this paragraph regarding its participation in the Master Agreement, in addition to those set forth in its Participating Addendum. Unless otherwise specified in a Purchase Order, a Purchasing Entity shall provide written notice of default as described in this section and have all of the rights and remedies under this paragraph and any applicable Participating Addendum with respect to an Order placed by the Purchasing Entity. Nothing in these Master Agreement Terms and Conditions shall be construed to limit the rights and remedies available to a Purchasing Entity under the applicable commercial code. 10. DELIVERY. Unless otherwise indicated in the Master Agreement, the prices are the delivered price to any Purchasing Entity. All deliveries shall be F.O.B. destination with all transportation and handling charges paid by the Contract Vendor. Additional delivery charges will not be allowed for back orders. 11. FORCE MAJEURE. Neither party to this Master Agreement shall be held responsible for delay or default caused by fire, riot, acts of God and/or war which is beyond that party's reasonable control. The WSCA-NASPO Master Agreement Administrator may terminate this Master Agreement after determining such delay or default will reasonably prevent successful performance of the Master Agreement. 12. GOVERNING LAW. This procurement and the resulting agreement shall be governed by and construed in accordance with the laws of the Lead State sponsoring and administering the procurement. The construction and effect of any Participating Addendum or order against the Master Agreements shall be governed by and construed in accordance with the laws of the Participating Entity's State. Venue for any claim, dispute or action concerning an order placed against the Master Agreements or the effect of a Participating Addendum shall be in the Purchasing Entity's State. 13. INDEMNIFICATION. DELETED SEE SECTION 2C17. 14. INDEMNIFICATION — INTELLECTUAL PROPERTY.,DELETED SEE SECTION 2C17. 16. INDEPENDENT CONTRACT VENDOR. The Contract Vendor shall be an independent Contract Vendor, and as such shall have no authorization, express or implied to bind WSCA-NASPO or the respective states to any agreements, settlements, liability or understanding whatsoever,and agrees not to perform any acts as agent for WSCA-NASPO or the states, except as expressly set forth herein. 16. INDIVIDUAL CUSTOMER. Except to the extent modified by a Participating Addendum, each Participating Entity shall follow the terms and conditions of the Master Agreement and applicable Participating Addendum and will have the same rights and responsibilities for their purchases as the Lead State has in the Master Agreement, including but not limited to, any indemnity or to recover any costs allowed in the Master Agreement and applicable Participating Addendum for their purchases. Each Purchasing Entity will be responsible for its own charges, fees, and liabilities. The Contract Vendor will apply the charges and invoice each Purchasing Entity individually. 17. INSURANCE. Except to the extent modified by a Participating Addendum, Contract Vendor shall, during the term of this Master Agreement, maintain in full force and effect, the insurance described in this section. Contract Vendor shall acquire such insurance from an insurance carrier or carriers licensed to conduct business in the Participating Entity's state and having a rating of A-, Class VII or better, in the most recently published edition of Best's Reports. Failure. to buy and maintain the required insurance may result in this Master Agreement's termination or at a Participating Entity's option, result in termination of its Participating Addendum. 10 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 116 of 830 Coverage shall be written on an occurrence basis. The minimum acceptable limits shall be as indicated below, with no deductible for each of the following categories: a. Commercial General Liability covering the risks of bodily injury (including death), property damage and personal injury, including coverage for contractual liability, with a limit of not less than $1 million per occurrence/$2 million general aggregate; b. Contract Vendor must comply with any applicable State Workers Compensation or Employers Liability Insurance requirements. Contract Vendor shall pay premiums on all insurance policies. Such policies shall also reference this Master Agreement and shall have a condition that they not be revoked by the insurer until thirty (30) calendar days after notice of intended revocation thereof shall have been given to Participating Entity by the Contract Vendor. Prior to commencement of the work, Contract Vendor shall provide to the Participating Entity a written endorsement to the Contract Vendor's general liability insurance policy that (i) names the Participating Entity as an additional insured, (ii) provides that no material alteration, cancellation, non -renewal, or expiration of the coverage contained in such policy shall have effect unless the named Participating Entity has been given at least thirty (30) days prior written notice, and (iii) provides that the Contract Vendor's liability insurance policy shall be primary, with any liability insurance of the Participating Entity as secondary and noncontributory. Contract Vendor shall furnish to Participating Entity copies of certificates of all required insurance within thirty (30) calendar days of the Participating Addendum's effective date and prior to performing any work. Copies of renewal certificates of all required insurance shall be furnished within thirty (30) days after renewal date. These certificates of insurance must expressly indicate compliance with each and every insurance requirement specified in this section. Failure to provide evidence of coverage may, at the Lead State Master Agreement Administrator's sole option, result in this Master Agreement's termination. Coverage and limits shall not limit Contract Vendor's liability and obligations under this Master Agreement. 18. LAWS AND REGULATIONS. Any and all supplies, services and equipment offered and furnished shall comply fully with all applicable Federal and State laws and regulations. 19. LICENSE OF PRE-EXISTING INTELLECTUAL PROPERTY. DELETED — SEE SECTION 211330 FOR REVISED TERM ADDRESSING TITLE OF PRODUCT. 20. NO WAIVER OF SOVEREIGN IMMUNITY. The Lead State, Participating Entity or Purchasing Entity to the extent it applies does not waive its sovereign immunity by entering into this Contract and fully retains all immunities and defenses provided by law with regard to any action based on this Contract. If a claim must be brought in a federal forum, then it must be brought and adjudicated solely and exclusively within the United States District Court of the Participating Entity's State. 21. ORDER NUMBERS. Contract order and purchase order numbers shall be clearly shown on all acknowledgments, shipping. labels (if possible), packing slips, invoices, and on all correspondence. 22. PARTICIPANTS. WSCA-NASPO Cooperative Purchasing Organization LLC is not a party to the Master Agreement. It is a nonprofit cooperative purchasing organization assisting states in administering the WSCAINASPO cooperative purchasing program for state government departments, institutions, agencies and political subdivisions (e.g., colleges, school districts, counties, cities, etc.,) for all 50 states and the District of Columbia. Obligations under this Master Agreement are limited to those Participating States who have signed a Participating Addendum where contemplated by the solicitation. Financial obligations of Participating States are limited to the orders placed by the departments or other state agencies and institutions having available funds. Participating States incur no financial obligations on behalf of political subdivisions. Unless otherwise specified in the solicitation, the resulting award will be permissive. 23. PARTICIPATION OF ENTITIES. Use of specific WSCA-NASPO cooperative Master Agreements by state agencies, political subdivisions and other entities (including cooperatives) authorized by individual state's statutes to use state contracts are subject to the approval of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the respective State Chief Procurement Official. 24. PAYMENT . Payment for completion of an order under this Master Agreement is normally made within 30 days Following the date the entire order is delivered or the date a correct invoice is received, whichever is later. After 11 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 117 of 830 45 days the Contract Vendor may assess overdue account charges up to a maximum rate of one percent per month on the outstanding balance. Payments will be remitted by mail. Payments may be made via a State or political subdivision "Purchasing Card" with no additional. charge. 25. PUBLIC INFORMATION. The Master Agreement and all related documents are subject to disclosure pursuant to the Participating Entity's public information laws. 26. RECORDS ADMINISTRATION AND AUDIT. The disclosure of records in Participating States relating to Participating addenda and orders placed against the Master Agreement shall be governed by the laws of the Participating State and entity who placed the order. The Contractor shall maintain books, records, documents, and other evidence pertaining to this Master Agreement and orders placed by Purchasing Entities under it to the extent and in such detail as shall adequately reflect performance and administration of payments and fees. Contractor shall permit the Lead State, a Participating Entity, a Purchasing Entity, the federal government (including its grant awarding entities and the U.S. Comptroller General), and any other duly authorized agent of a governmental agency, to audit, inspect, examine, copy and/or transcribe Contractor's books, documents, papers and records directly pertinent to this Master Agreement or orders placed by a Purchasing Entity under it for the purpose of making audits, examinations, excerpts, and transcriptions. This right shall survive for a period of five (5) years following termination of this Agreement or final payment for any order placed by a Purchasing Entity against this Agreement, whichever is later, to assure compliance with the terms hereof or to evaluate performance hereunder. Without limiting any other remedy available to any governmental entity, the Contractor shall reimburse the applicable Lead State, Participating Entity, or Purchasing Entity for an overpayments inconsistent with the terms of the Master Agreement or orders or underpayment of fees found as a result of the examination of the Contractor's records. The rights and obligations herein right exist in addition to any quality assurance obligation in the Master Agreement requiring the Contractor to self -audit contract obligations and that permits the Lead State Master Agreement Administrator to review compliance with those obligations. Records will be retained longer if required by Participating Entity's law. 27. REPORTS - SUMMARY AND DETAILED USAGE. In addition to other reports that may be required by this solicitation, the Contract Vendor shall provide the following WSCA-NASPO reports. a. Summary Sales Data. The Contractor shall submit quarterly sales reports directly to WSCA-NASPO using the WSCA-NASPO Quarterly SaieslAdministrative Fee Reporting Tool found at http://www. naso.or /WNCPO/Calculator.as x. Any/all sales made under the contract shall be reported as cumulative totals by state. Even if Contractor experiences zero sales during a calendar quarter, a report is stili required. Reports shall be due no later than the last day of the month following the end of the calendar quarter (as specified in the reporting tool). b. Detailed Sales Data. Contract Vendor shall also report detailed sales data by: state; entity/customer type, e.g., local government, higher education, K12, non-profit; Purchasing Entity name; Purchasing Entity bill -to and ship -to locations; Purchasing Entity and Contract Vendor Purchase Order identifier/number(s); Purchase Order Type (e.g., sales order, credit, return, upgrade, determined by industry practices); Purchase Order date; Ship Date; and line item description, including product number if used. The report shall be submitted in any form required by the solicitation. Reports are due on a quarterly basis and must be received by the Lead State no later than the last day of the month following the end of the reporting period. Reports shall be delivered to the Lead State and to the WSCA-NASPO Cooperative Development Team electronically through email; CD -Rom, jump drive or other electronic matter as determined by the Lead State. Detailed sales data reports shall include sales information for all sales under Participating Addenda executed under this Master Agreement. The format for the detailed sales data report is in Section 6, Attachment H. c. Reportable sales for the summary sales data report and detailed sales data report includes sales to employees for personal use where authorized by the Participating Addendum. Specific data in relation to sales to employees for personal use to be defined in the final contract award to ensure only public information is reported. 12 CONTRACT NO. IV7NWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 118 of 830 d. Timely submission of these reports is a material requirement of the Master Agreement. The recipient of the reports shall have exclusive ownership of the media containing the reports. The Lead State and WSCA-NASPO shall have a perpetual, irrevocable, non-exclusive, royalty free, transferable right to display, modify, copy, and otherwise use reports, data and information provided under this section. 28. ACCEPTANCE AND ACCEPTANCE TESTING. a. Acceptance. Purchasing Entity (the entity authorized under the terms of any Participating Addendum to place orders under this Master Agreement) shall determine whether all Products and Services delivered meet the Contractor's published specifications (a.k.a. "Specifications"). No payment shall be made for any Products or Services until the Purchasing Entity has accepted the Products or Services. The Purchasing Entity will make every effort to notify the Contractor within thirty (30) calendar days following delivery of non-acceptance of a Product or completion of Service. In the event that the Contractor has not been notified within 30 calendar days from delivery of Product or completion of Service, the Product and Services will be deemed accepted on the 31st day after delivery of Product or completion of Services. This clause shall not be applicable, if acceptance testing and corresponding terms have been mutually agreed to by both parties in writing. h. Acceptance Testing. The Purchasing Entity (the entity authorized under the terms of any Participating Addendum to place orders under this Master Agreement) and the Contract Vendor shall determine if Acceptance Testing is applicable and/or required for the purchase. The terms in regards to acceptance testing will be negotiated, in writing, as mutually agreed. If Acceptance Testing is NOT applicable, the terms regarding Acceptance in the Contract shall prevail. 29. SYSTEM FAILURE OR DAMAGE. In the event of system failure or damage caused by the Contract Vendor or its Product, the Contract Vendor agrees to use its commercially reasonable efforts to restore or assist in restoring the system to operational capacity. The Contract Vendor shall be responsible under this provision to the extent a 'system' is defined at the time of the Order; otherwise the rights of the Purchasing Entity shall be governed by the Warranty. 30. TITLE OF PRODUCT. OWNERSHIP. a. Ownership of Documents/Copyright. Any reports, studies, photographs, negatives, databases, computer programs, or other documents, whether in tangible or electronic forms, prepared by the.Contract Vendor in the performance of its obligations under the Master Agreement and paid for by the Purchasing Entity shall be the exclusive property of the Purchasing Entity and all such material shall be remitted to the Purchasing Entity by the Contract Vendor upon completion, termination or cancellation of the Master Agreement. The Contract. Vendor shall not use, willingly allow or cause to allow such material to be used for any purpose other than performance of the Contract Vendor's obligations under this Master Agreement without the prior written consent of the Purchasing Entity. Rights, Title and Interest. All rights, title, and interest in all of the intellectual property rights, including copyrights, patents, trade secrets, trade marks, and service marks in the said documents that the Contract Vendor conceives or originates,. either individually or jointly with others, which arises out of the performance of the Master Agreement, will be the property of the Purchasing Entity and are, by the Master Agreement, assigned to the Purchasing Entity along with ownership of any and all copyrights in the copyrightable material. The Contract Vendor also agrees, upon the request of the Purchasing Entity, to execute all papers and perform all other acts necessary to assist the Purchasing Entity to obtain and register copyrights on such materials. Where applicable, works of authorship created by the Contract Vendor for the Purchasing Entity in performance of the Master Agreement shall be considered "works for hire' as defined in the U.S. Copyright Act. c. Notwithstanding the above, the Purchasing Entity will not own any of the Contract Vendor's pre-existing intellectual property that was created prior to the Master Agreement and which the Purchasing Entity did not pay the Contract Vendor to create. The Contract Vendor grants the Purchasing Entity a perpetual, irrevocable, non- exclusive, royalty free license for Contract Vendor's pre-existing intellectual property that is contained in the products, materials, equipment or services that are purchased through this Master Agreement. 31. WAIVER OF BREACH. Failure of Lead State Master Agreement Administrator, Participating Entity, or Purchasing Entity to declare a default or enforce any rights and remedies shall not operate as a waiver under this Master Agreement or Participating Addendum. Any waiver by the Lead State or Participating Entity must be in writing. Waiver by the Lead State Master Agreement Administrator, Participating Entity, or Purchasing Entity of any default, right or remedy under this Master Agreement or Participating Addendum, or breach of any terms or requirements shall 13 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 119 of 830 not be construed or operate as a waiver of any subsequent default or breach of such term or requirement, or of any other term or requirement under this Master Agreement, a Participating Addendum, or order. 32. WARRANTY. The warranty provided must be the manufacturers written warranty tied to the product at the time of purchase and must include the following:: (a) the Product performs according to the specifications (b) the Product is suitable for the ordinary purposes for which such Product is used, (c) the Product is designed and manufactured in a commercially reasonable manner, and (d) the Product is free of defects. For third party products sold by the Contract Vendor, the Contract Vendor will assign the manufacturer or publisher's warranty and maintenance. The Contract Vendor will provide warranty and maintenance call numbers and assist the customer in engaging the manufacturer on warranty and maintenance issues: Upon breach of the warranty, the Contract Vendor will repair or replace (at no charge to the Purchasing Entity) the Product whose nonconformance is discovered and made known to the Contract Vendor. If the repaired and/or replaced Product proves to be inadequate, or fails of its essential purpose, the Contract Vendor will refund the full amount of any payments that have been made. The rights and remedies of the parties under this warranty are in addition to any other rights and remedies of the parties provided by law or so ordered by the court. 94 CONTRACT NO. MNWNC-930 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 120 of 830 MASTER AGREEMENT TERMS AND CONDITIONS C. MINNESOTA TERMS AND CONDITIONS 1. ACCEPTANCE OF PROPOSAL CONTENT. The contents of this RFP and selected portions of response of the successful Proposer will become contractual obligations, along with the final Master Agreement, if acquisition action ensues. The Lead State is solely responsible for rendering the decision in matters of interpretation of all terms and conditions. 2. ACCESSIBILITY STANDARDS. The State of Minnesota has developed IT Accessibility Standards effective September 1, 2010, which entails, in part, the Web Content Accessibility Guidelines (WCAG) 2.0 (Level AA) and Section 508 Subparts A -D which can be viewed at htto:I/www.mmd.admin.state.mn.us/pdf/accessibility standard.pdf Responders must complete the WCAG VPAT form included in the FORMS section of the RFP. The completed VPAT form will be scored based on its compliance with the Accessibility Standards. The requested WCAG VPAT applies to the responder's website to be offered under the Contract. For products offered, VPATS are only to be provided upon request by the participating entity. Upon request by the participating entity, the responder must make best efforts to provide Voluntary Product Accessibility Templates (VPATS) for all products offered in its response. Click here for link to VPATS for both Section 508 VPAT and WCAG 2.0 VPAT http://mn.gov/oettpolicies-and-standards/acceasiLbLlilty/#. 3. ADMINISTRATIVE PERSONNEL CHANGES. The Contract Vendor must notify the Contract Administrator of changes in the Contract Vendor's key administrative personnel, in advance and in writing. Any employee of the Contract Vendor who, in the opinion of the State of Minnesota, is unacceptable, shall be removed from the project upon written notice to the Contract Vendor. In the event that an employee is removed pursuant to a written request from the Acquisition Management Specialist, the Contract Vendor shall have 10 working days in which to fill the vacancy with an acceptable employee.. 4. AMENDMENT(S). Master Agreement amendments shall be negotiated by the Lead State with the Contract Vendor whenever necessary to address changes in the terms and conditions, costs, timetable, or increased or decreased scope of work. An approved Master Agreement amendment means one approved by the authorized signatories of the Contract Vendor and the Lead State as required by law. 5. AMERICANS WITH DISABILITIES ACT (ADA). DELETED. G. AWARD OF RELATED CONTRACTS. In the event the Lead State undertakes or awards supplemental Contracts for work related to the Master Agreement or any portion thereof, the Contract Vendor shall cooperate fully with all other Contract Vendors and the State in all such cases. All Master Agreements between subcontractors and the Contract Vendor shall include a provisionrequiring compliance with this section. 7. AWARD OF SUCCESSOR CONTRACTS. In the event the State undertakes or awards a successor for work related to the Contract or any portion thereof, the current Contract Vendor shall cooperate fully during the transition with all other Contract Vendors and the State in all such cases. All Master Agreements between subcontractors and the Contract Vendor shall include a provision requiring compliance with this section. 8. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION a. Certification regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions. Instructions for certification: 1. By signing and submitting this proposal, the prospective lower tier participant [responder] is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 15 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 121 of 830 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal [response] is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible lower tier covered transaction, participant, . person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverages section of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this response that, should the proposed covered transaction be entered into, it shall not knowingly enter into any. lower tier covered transaction [subcontract equal to or exceeding $25,000] with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled, "Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion — Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the.eligibility of its principals. Each participant may, but is not required to, check the list of parties excluded from federal procurement and nonprocurement programs. 8. frothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is notrequired to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions. 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 9. CHANGE REQUESTS. The Lead State reserves the right to request, during the term of the Master Agreement, changes to the products offered. Products introduced during the term of the Master Agreement shall go through a formal review process. A formal process of changing the Master Agreement shall be developed during the negotiation of the Master Agreement. The Contract Vendor shall evaluate and recommend products for which agencies have an expressed need. The Lead State shall require the Contract Vendor to provide a summary of its research of those products being recommended for inclusion in the Master Agreement as well as defining how adding the product will enhance the Master Agreement. The Lead State may request that products, other than those recommended, are added to the Master Agreement. In the event that the Lead State desires to add new products and services that are not included in the original Master Agreement, the Lead State requires that independent manufacturers and resellers cooperate with the already 16 CONTRACT NO. MNWNC•130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 122 of 830 established Contract Vendor in order to meet the. Lead State's requirements. Evidence of the need to add products or services should be demonstrated to the Lead State. The Master Agreement shall be modified via supplement or amendment. The Lead State will negotiate the inclusion of the products and services with the Contract Vendor. No products or services will be added to the Master Agreement without the Lead State's prior approval. 10. CONFLICT MINERALS. Contract Vendor must provide information to the public on its website regarding the use of conflict minerals, as required by Section 13(p) of the Securities Exchange Act of 1934, as amended, and the rules promulgated thereunder. See: http://www.sec.ciov/ruies/final/2012/34-67716.Pdf. 11. COPYRIGHTED MATERIAL WAIVER. The Lead State reserves the right to use, reproduce and publish proposals in any manner necessary for State agencies and local units of government to access the responses and/or to respond to request for information pursuant to Minnesota Government Data Practices Act, , including but not limited to emailing, photocopying, State Intranettinternet postings, broadcast faxing, and direct mailing. In the event that the response contains copyrighted or trademarked materials, it is the responder's responsibility to obtain permission for the Lead State to reproduce and publish the information, regardless of whether the responder is the manufacturer or reseller of the products listed in the materials. By signing its response, the responder certifies that it has obtained all necessary approvals for the reproduction and/or distribution of the contents of its response and agrees to indemnify, protect, save and hold the Lead State, its representatives and employees harmless from any and all claims arising from the violation of this section and agrees to pay all legal fees incurred by the Lead State in the defense of any such action. 12. EFFECTIVE DATE. Pursuant to Minnesota law, the Master Agreement arising from this RFP shall be effective upon the date of final execution by the Lead State, unless a later date is specified in the Master Agreement. 13. FOREIGN OUTSOURCING OF WORK. Upon request, the Contract Vendor is required to provide information regarding the location of where services, data storage and/or location of data processing under the Master Agreement will be performed. 14. GOVERNMENT DATA PRACTICES. The Contract Vendor and the Lead State must comply with the Minnesota Government Data Practices Act, Minn. Stat. Ch. 13,.(and where applicable, if the Lead State contracting party is part of the judicial branch, with the Rules of Public Access to Records of the Judicial Branch promulgated by the Minnesota Supreme Court as the same may be amended from time to time) as it applies to all data provided by the Lead State to the Contract Vendor and all data provided to the Lead State by the Contract Vendor. In addition, the Minnesota Government Data Practices Act applies to all data created, collected, received, stored, used, maintained, or disseminated by the Contract Vendor in accordance with the Master Agreement that is private, nonpublic, protected nonpublic, or confidential as defined by the Minnesota Government Data Practices Act, Ch. 13 (and where applicable, that is not accessible to the public under the Rules of Public Access to Records of the Judicial Branch). In the event the Contract Vendor receives a request to release the data referred to in this article, the Contract Vendor must immediately notify the Lead State. The Lead State will give the Contract Vendor instructions concerning the release of the data to the requesting party before the data is released. The civil remedies of Minn. Stat. § 13.08, apply to the release of the data by either the Contract Vendor or the Lead State. The Contract Vendor agrees to indemnify, save, and hold the State of Minnesota, its agent and employees, harmless from all claims arising out of, resulting from, or in any manner attributable to any violation of any provision of the Minnesota Government Data Practices Act (and where applicable, the Rules of Public Access to Records of the Judicial Branch), including legal fees and disbursements paid or incurred to enforce this provision of the Master Agreement. In the event that the Contract Vendor subcontracts any or all of the work to be performed under the Master Agreement, the Contract Vendor shall retain responsibility under the terms of this article for such work. 15. HAZARDOUS SUBSTANCES. To the extent that the goods to be supplied by the Contract Vendor contain or may create hazardous substances, harmful physical agents or infectious agents as set forth in applicable State and federal laws and regulations, the Contract Vendor must provide Material Safety. Data Sheets regarding those substances. A copy must be included with each delivery. 16. HUMAN RIGHTWAFFIRMATIVE ACTION. The Lead State requires affirmative action compliance by its Contract Vendors in accordance with Minn. Stat. § 363A.36 and Minn. R. 5000.3400 to 5000.3600. a. Covered contracts and Contract Vendors. One-time acquisitions, or a contract for a predetermined amount of goods and/or services, where the amount of your response is in excess of $100,000 requires completion of the Affirmative Action Certification page. If the solicitation is for a contract for an indeterminate amount of goods and/or services, and the State estimated total value of the contract exceeds $100,000 whether it will be a multiple 17 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 123 of 830 award contract or not, you must complete the Affirmative Action Certification page. If the contract dollar amount or the State estimated total contract amount exceeds $100,000 and the Contract Vendor employed more than 40 full-time employees on a single working day during the previous 12 months in Minnesota or in the state where it has its principal place of business, the Contract Vendor must comply with the requirements of Minn. Stat. § 363A.36, subd. 1 and Minn. R. 5000.3400 to 5000.3600. A Contract Vendor covered by Minn. Stat. § 363A.36, subd. 1 and Minn. R. 5000.3400 to 5000.3600 that had more than 40 full-time employees within Minnesota on a single working day during the previous 12 months must have a certificate of compliance issued by the commissioner of the Department of Human Rights (certificate of compliance). A Contract Vendor covered by Minn: Stat. § 363A.36, subd. 1 that did not have more than 40 full-time employees on a single working day during the previous 12 months within Minnesota but that did have more than 40 full-time employees in the state where it has its principal place of business and that does not have a certificate of compliance must certify that it is in compliance with federal affirmative action requirements. b. Minn. Stat. § 363A.36, subd. 1 requires the Contract Vendor to have an affirmative action plan for the employment of minority persons, women, and qualified disabled individuals approved by the commissioner of the Department of Human Rights (commissioner) as indicated by a certificate of compliance. Minn. Stat. § 363A.36 addresses suspension or revocation of a certificate of compliance and contract consequences in that event. A contract awarded without a certificate of compliance may be voided. c. Minn. R. 5000.3400-5000.3600 implement Minn. Stat. § 363A.36. These rules include, but are not limited to, criteria for contents, approval, and implementation of affirmative action plans; procedures for issuing certificates of compliance and criteria for determining a Contract Vendor's compliance status; procedures for addressing deficiencies, sanctions, and notice and hearing; annual compliance reports; procedures for compliance review; and contract consequences for noncompliance. The specific criteria for approval or rejection of an affirmative action plan are contained in various provisions of Minn. R. 5000.3400-5000.3600 including, but not limited to, parts 5000.3420-5000.3500 and parts 5000.3552-5000.3559. d. Disabled Workers. Minn. R. 5000.3550 provides the Contract Vendor must comply with the following affirmative action requirements for disabled workers. AFFIRMATIVE ACTION FOR DISABLED WORKERS (a) The Contract Vendor must not discriminate against any employee or applicant for employment because of physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The Contract Vendor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified disabled persons without discrimination based upon their physical or mental disability in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (b) The Contract Vendor agrees to comply with the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. (c) In the event of the Contract Vendor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minn. Stat. § 363A.36 and the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. (d) The Contract Vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the commissioner of the Minnesota Department of Human Rights. Such notices must state the Contract Vendor's obligation under the law to take affirmative action to employ and advance in employment qualified disabled employees and applicants for employment, and the rights of applicants and employees. (e) The Contract Vendor must notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding, that the Contract Vendor is bound by the terms of Minn. Stat. § 363A.36 of the Minnesota Human Rights Act and is committed to take affirmative action to employ and advance in employment physically and mentally disabled persons. e. Consequences. The consequences of a Contract Vendor's failure to implement its affirmative action plan or make a good faith effort to do so include, but are not limited to, suspension or revocation of a certificate of compliance 18 CONTRACT NO. MNWNC-930 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 124 of 830 by the commissioner, refusal by the commissioner to approve subsequent plans, and termination of all or part of the Contract by the commissioner or the State. f. Certification. The Contract Vendor hereby certifies that it is in compliance with the requirements of Minn. Stat. § 363A.36, subd. 1 and Minn. R. 5000.3400-5000.3600 and is aware of the consequences for noncompliance. It is agreed between the parties that Minn. Stat. 363.36 and Minn. R. 5000.3400 to 5000.3600 are incorporated into any contract between these parties based upon this specification or any modification of it. A copy of Minn. Stat. § 363A.36 and Minn. R. 5000.3400 to 5000.3600 are available upon request from the contracting agency. 17. INDEMNIFICATION The Contract Vendor shall indemnify, protect, save and hold harmless the Lead State and the Participating Entity, its representatives and employees, from any and all claims or causes of action, including all legal fees incurred by the Lead State and the Participating Entity arising from the performance of the Master Agreement by the Contract Vendor or its agents, employees, or subcontractors. This clause shall not be construed to bar any legal remedies the Contract Vendor may have with the Lead State's and Participating Entity's failure to fulfill its obligations pursuant to the Master Agreement. If the Participating Entity's laws require approval of a third party to defend Participating Entity, Participating Entity will seek such approval and if approval is not received, Contract Vendor is not required to defend that Participating Entity. 18. INTELLECTUAL PROPERTY INDEMNIFICATION. The Contract Vendor warrants that any materials or products provided or produced by the Contract Vendor or utilized by the Contract Vendor in the performance of this Master Agreement will not infringe upon or violate any patent, copyright, trade secret, or any other proprietary right of any third party. In the event of any such claim by any third party against the Participating Entity, the Participating Entity shall promptly notify the Contract Vendor. The Contract Vendor, at its own expense, shall indemnify; defend to the extent permitted by the Participating Entity's laws, and hold harmless the Participating Entity against any loss, cost, expense, or liability (including legal fees) arising out of such a claim, whether or not such claim is successful against the Participating Entity. If such a claim has occurred, or in the Contract Vendor's opinion is likely to occur, the Contract Vendor shall either procure for the Participating Entity the right to continue using the materials or products or replacement or modified materials or products. If an option satisfactory to the Participating Entity is not reasonably available, the Participating Entity shall return the materials or products to the Contract Vendor, upon written request of the Contract Vendor and at the Contract Vendor's expense. This remedy is in addition to any other remedy provided by law 19. JURISDICTION AND VENUE. This RFP and any ensuing Master Agreement, its amendments and supplements thereto; shall be governed by the laws of the State of Minnesota, USA. Venue for all legal proceedings arising out of the Master Agreement, or breach thereof, shall be in the State or federal court with competent jurisdiction in Ramsey County, Minnesota. By submitting a response to this Request for Proposal, a Responder voluntarily agrees to be subject to the jurisdiction of Minnesota for all proceedings arising out of this RFP, any ensuing Master Agreement, or any breach thereof. 20. LAWS AND REGULATIONS. Any and all services, articles or equipment offered and furnished must comply fully with all local, State and federal laws and regulations, including Minn. Stat. § 181.59 prohibiting discrimination and business registration requirements of the Office of the Minnesota Secretary of State. 21. NONVISUAI_ ACCESS STANDARDS. Pursuant to Minn. Stat. § 16C.145, the Contract Vendor shall comply with the following nonvisual technology access standards: a. That the effective interactive control and use of the technology, including the operating system applications programs, prompts, and format of the data presented, are readily achievable by nonvisual means; b. That the nonvisual access technology must be compatible with information technology used by other individuals with whom the blind or visually impaired individual must interact; c. That nonvisual access technology must be integrated into networks used to share communications among employees, program participants, and the public; and d. That the nonvisual access technology must have the capability of providing equivalent access by nonvisual means to telecommunications or other interconnected network services used by persons who are not blind or visually impaired. 19 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 125 of 830 These standards do not require the installation of software or peripheral devices used for nonvisual access when the information technology is being used by individuals who are not blind or visually impaired. 22.. NOTICE TO RESPONDERS. Pursuant to Minn. Stat. § 270C.65, subd. 3, Contract Vendors are required to provide their Federal Employer Identification Number or Social Security Number. Thisinformation may be used in the enforcement of federal and State tax laws. Supplying these numbers could result in action to require a Contract Vendor to file tax returns and pay delinquent tax liabilities. These numbers will be available to federal and State tax authorities and State personnel involved in the payment of State obligations. 23. ORGANIZATIONAL CONFLICTS OF INTEREST. The responder warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts or circumstances which could give rise to organizational conflicts of interest. An organizational conflict of interest exists when, because of existing or planned activities. or because of relationships with other persons: • a Contract. Vendor is unable or potentially unable to render impartial assistance or advice to the State; • the Contract Vendor's objectivity in performing the work is or might be otherwise impaired; or • the Contract Vendor has an unfair competitive advantage. The Contract Vendor agrees that if an organizational conflict of interest is discovered after award, an immediate and full disclosure in writing shall be made to the Assistant Director of the Department of Administration's Materials Management Division that shall include a description of the action the Contract Vendor has taken or proposes to take to avoid or mitigate such conflicts. If an organizational conflict of interest is determined to exist, the State may, at its discretion, cancel the Master Agreement. In the event the Contract Vendor was aware of an organizational conflict of interest prior to the award of the Master Agreement and did not disclose the conflict to the Master Agreement Administrator, the State may terminate the Master Agreement for default. The provisions of this clause shall be included in all subcontracts for work to be performed, and the terms "Contract, ""Contract Vendor," "Master. Agreement", "Master Agreement Administrator" and "Contract Administrator" modified appropriately to preserve the State's rights. 24. PAYMENT CARD INDUSTRY DATA SECURITY STANDARD AND CARDHOLDER INFORMATION SECURITY. Contract Vendor assures all of its Network Components, Applications, Servers, and Subcontractors (if any) comply with the Payment Card Industry Data Security Standard ("PCIDSS"). "Network Components" shall include, but are not limited to, Contract Vendor's firewalls, switches, routers, wireless access points, network appliances, and other security appliances; "Applications" shall include, but are not limited to, all purchased and custom external (web) applications. "Servers shall include, but are not limited to, all of Contract Vendor's web, database, authentication, DNS, mail, proxy, and NTP servers. "Cardholder Data" shall mean any personally identifiable data associated with a cardholder, including, by way of example and without limitation, a cardholder's account number, expiration date, name, address, social security number, or telephone number. Subcontractors (if any) must be responsible for the security of all Cardholder Data in its possession; and will only use Cardholder Data for assisting cardholders in completing a transaction, providing fraud control services, or for other uses specifically required by law. Contract Vendor must have a business continuity program which conforms to PCIDSS to protect Cardholder Data in the event of a major disruption in its operations or in the event of any other disaster or system failure which may occur to operations; will continue to safeguard Cardholder Data in the event this Agreement terminates or expires; and ensure that a representative or agent of the payment card industry and a representative or agent of the State shall be provided with full cooperation and access to conduct a thorough security review of Contract Vendor's operations, systems, records, procedures, rules, and practices in the event of a security intrusion in order to validate compliance with PCIDSS. 26. PERFORMANCE WHILE DISPUTE IS PENDING. Notwithstanding the existence of a dispute, the parties shall continue without delay to carry out all of their responsibilities under the Master Agreement that are not affected by the dispute. If a party fails to continue without delay to perform its responsibilities under the Master Agreement, in the accomplishment of all undisputed work, any additional cost incurred by the other parties as a result of such failure to proceed shall be borne by the responsible party. 26. PREFERENCE. Targeted/Economically Disadvantaged.ln accordance with Minn. Stat. § 16C.16, subds. 6 and 7, eligible certified targeted group (TG) businesses and certified economically disadvantaged (ED) businesses will receive a 6 percent preference on the basis of award for this RFP. The preference is applied only to the first $500,000 of the response to 20 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 126 of 830 the RFP. Eligible TG businesses must be currently certified by the Materials Management Division prior to the bid opening date and time. To verify TG/ED certification, refer to the Materials Management Division's web site at www.mmd.admin.state.mn.usunder "Vendor Information, Directory of Certified TG/ED Vendors." To verify TG eligibility for preference, refer to the Materials Management Division's web site under "Vendor Information, Targeted Groups Eligible for Preference in State Purchasing" or call the Division's HelpLine at 651.296.2600. Reciprocal Preference. In accordance with Minn. Stat. §16C.06, subd 7, the acquisition of goods or services shall be allowed a preference over a non-resident vendor from a state that gives or requires a preference to vendors from that state, the preference shall be equal to the preference given or required by the state of the non-resident vendor. If you wish to be considered a Minnesota Resident vendor you must claim that by filling out the Resident Vendor Form included. in this solicitation and include it in your response. Veteran. In accordance with Minn. Stat. § 16C.16, subd. 6a, (a) Except when mandated by the federal government as a condition of receiving federal funds, the commissioner shall award up to a six percent preference in the amount bid on state procurement to certified small businesses that are majority-owned and operated by: (1) recently separated veterans who have served in active military service, at any time on or after September 11, 2001, and who have been discharged under honorable conditions from active service, as indicated by the person's United States Department of Defense fond DD -214 or by the commissioner of veterans affairs; (2) veterans with service -connected disabilities, as determined at anytime by the United States Department of Veterans Affairs; or (3) any other veteran -owned small businesses certified under section 16C.19, paragraph (d). In accordance with Minn. Stat. § 16C.19 (d), a veteran -owned small business, the principal place of business of which is in Minnesota, is certified if it has been verified by the United States Department of Veterans Affairs as being either a veteran -owned small business or a service disabled veteran -owned small business, in accordance with Public Law 109-461 and Code of Federal Regulations, title 38, part 74. To receive a preference the veteran -owned small business must meet the statutory requirements above by the solicitation opening date and time. The preference is applied only to the first $500,000 of the response. If responder is claiming the veteran -owned preference, attach documentation, sign and return form with response to the solicitation. Only eligible veteran -owned small businesses that meet the statutory requirements and provide adequate documentation will be given the preference. 27. PUBLIC INFORMATION. Once the information contained in the responses is deemed public information, interested parties may request to obtain the public information. You may call 651.201.2413 between the hours of 8:00 a.m. to 4:30 p.m. to arrange this. 28. PUBLICITY. Any publicity given to the program, publications or services provided resulting from a State contract for goods or services, including but not limited to notices, informational pamphlets, press releases, research, reports, signs and similar public notices prepared by or for the Contract Vendor, or its employees individually or jointly with others, or any subcontractors, shall identify the State as the sponsoring agency and shall not be released, unless such release is a specific part of an approved work plan included in the Master Agreement prior to its approval by the State's Authorized Representative and the State's Assistant Director or designee of Materials Management Division. The Contract Vendor shall make no representations of the State's opinion or position as to the quality or effectiveness of the products and/or services that are the subject of the Master Agreement without the prior written consent of the State's Assistant Director or designee of Materials Management Division. Representations include any publicity, including but not limited to advertisements, notices, press releases, reports, signs, and similar public notices. 29. PURCHASE ORDERS. The State requires that there will be no minimum order requirements or charges to process an individual purchase order. The Master Agreement number and the PO number must appear on all documents (e.g., invoices, packing slips, etc.). The Ordering Entity's purchase order constitutes a binding contract 30. RIGHTS RESERVED. Notwithstanding anything to the contrary, the State reserves the right to: a. reject any and all responses received; b. select, for Master Agreements or for negotiations, a response other than that with the lowest cost; c. waive or modify any informalities, irregularities, or inconsistencies in the responses received; d. negotiate any aspect of the proposal with any responder and negotiate with more than one responder; e. request a BEST and FINAL OFFER, if the State deems it necessary and desirable; and 21 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 127 of 830 f. terminate negotiations and select the next response providing the best value for the State, prepare and release a new RFP, or take such other action as the State deems appropriate if negotiations fail to .result in a successful Master Agreement. 31. RISK OF LOSS OR DAMAGE. The State is relieved of all risks of loss or damage to the goods and/or equipment during periods of transportation, and installation by the Contract Vendor and in the possession of the Contract Vendor or their authorized agent. 32. SEVERABILITY. If any provision of the Master Agreement, including items incorporated by reference, is found to be illegal, unenforceable, or void, then both the State and the Contract Vendor shall be relieved of all obligations arising under such provisions. If the remainder of the Master Agreement is capable of performance it shall not be affected by such declaration or finding and shall be fully performed. 33. STATE AUDITS (Minn. Stat. § 16C.05, subd. 5). The books, records, documents, and accounting procedures and. practices of the Contract Vendor or other party, that are relevant to the Master Agreement or transaction are subject to examination by the contracting agency and either the Legislative Auditor or the State Auditor as appropriate for a minimum of six years after the end of the Master Agreement or transaction. The State reserves the right to authorize delegate(s) to audit this Master Agreement and transactions. 34. SURVIVABILITY. The following rights and duties of the State and responder will survive the expiration or cancellation of the resulting Master Agreements. These rights and duties include, but are not limited to paragraphs: Indemnification, Hold Harmless and Limitation of Liability, State Audits, Government Data Practices, Governing Law, Jurisdiction and Venue, Publicity, Intellectual Property Indemnification, and Admin Fees. 35. TRADE SECRET/CONFIDENTIAL INFORMATION. Any information submitted as Trade Secret must be identified and submitted per the Trade Secret Form and must meet Minnesota Trade Secret as defined. in Minn. Stat. § 13.37 22 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 128 of 830 COMPUTER EQUIPMENT li!0889)b2014-2019 UEAART'MENT OF ADMINISTRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT B - PRICING 1. BAND(S) AWARDED: Band 1: Desktop Band 2: Laptop Band 3: Tablet Band 4: Server Band 5: Storage. 2. PRICE STRUCTURE. The contract employs a MINIMUM discount -off baseline price list structure with category exceptions for each band. The category discounts may be higher or lower than the than the band discount. The minimum discount and categorized exceptions will be applied to all "quantity one" procurements. An end user will be able to verify pricing using the named base line price list and the minimum discounts with the categorized exceptions provided in the Master Agreement. 3. PRICE GUARANTEE. These discounts must remain firm, or the discount may be increased, during the term of the Master Agreement. 4. BASELINE PRICE LIST. The Base Line Price is designated in the Pricing Discount Schedule. The Base Line Price List must be accessible and verifiable by potential end users preferably on the Contract Vendor Website. All historic versions of the Baseline Price List must be made available upon request pursuant to the audit provisions. 5. PRODUCT AND SERVICE SCHEDULE (PSS). The Product.and Service Schedule (PSS) identifies a complete listing of all products and services included in the awarded Master Agreement. The PSS serves as the Cgntract Catalog. The PSS will be submitted to the Lead State following contract award and must be approved by the Lead State prior to the start of any sales. The PSS must be available on the Contract Vendor website for end users to verify pricing based on the minimum discounts with category exceptions provided off a designated 4 ase line price list. The Contract Vendor will work with each State to develop a satisfactory PSS reflecting the individual States restrictions. 6. CHANGES TO THE. PSS: Contract Vendor will request changes to the PSS utilizing an Action Request Form (ARF) Submittals will be reviewed by the Lead State quarterly. Obsolete and discontinued products will be removed. 7. BULKIVOLUME PRICING. Further bulk/quantity savings may be obtained when additional quantities are requested. Additional savings are expected when competing awarded vendors for volume pricing. 8. PROMOTIONAL OFFERS. Contract Vendors may provide promotions for deeply discounted products based on their inventory and sales. The Contract Vendors will be responsible to market these offers. 9. PREMIUM SAVINGS PACKAGE PROGRAM. Contract Vendors participating in the Premium Savings Package (PSP) Program will commit to the standard configurations. The standards currently are refreshed every six months (May and November). Refresh schedule is subject to change. See current configurations: http://www.wnpsp.com/index.html. States and other Participating Entities can choose to purchase these packages without any signing additional documents. 10. TRADE-IN. Trade -In Programs are the option of the Participating Entity. The Participating Addendum by each State may address the allowance of Trade -Ins. 11. SERVICES. Services are at the option of the Participating Entity, The Participating Addendum by each State may address service agreement terms and related travel. 23 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 129 of 830 12. LEASING. The Discount schedule will indicate if the Contract Vendor provides leasing. Participating Entities may enter in to lease agreements if they have the legal authorityao enter into these types of agreements. The Participating Addendum by each State will identify if and how leasing agreement terms will be conducted. 13. FREIGHT. All prices shall be FOB Destination, prepaid and allowed (with freight included in the price), to the address, receiving dock or warehouse as specified on the ordering agency's purchase order, In those situations in which the "deliver -to" address has no receiving dock or agents, the Contract Vendor must be able to deliver to the person specified on the PO without additional cost. If there is a special case where inside delivery fee must be charged, the Contract Vendor will notify the customer in advance in order for the customer to determine if the additional cost will affect the decision to utilize the Contract Vendor. 14. DELIVERY. Delivery of ordered product should be completed within thirty (30) calendar days after receipt of an order, unless otherwise agreed to by the ordering agency. 24 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 130 of 830 ��t�` innese a DEPARTMENT OF ADMINISTRATION 't COMPUTER EQUIPMENT .., 2014-2019 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT B - PRICING SCHEDULE IMPORTANT: The minimum discount is provided, refer to Contract Vendor's Website for any additional discounts and request a quote for bulklvolume discounts. All prices shall be FOB Destination, prepaid and allowed (with freight included in the price). If there is a special case where inside delive fee must be char ed, the Contract Vendor will notify the customer in advance. 3 THIRD PARTY PRODUCTS - (APPLICABLE IN ALL BANDS) 43211724 10% 4 SERVICES Se.'rvices'are at the option of Participating,States: Participating Addendum `b each'State"rr. address servlce"agreement _towns and;related travel:'.States nay"negotiate additional services."TFie majority of manufac#urer'S.hardware includes a;fhree year war.:ranty. Customer may:purchase warranty upgrades #or certain hardware as offered." For standard` warranty Information`' :htt" .Nwwuv.transource.comisu odidefault.as Accidental Damage — Complete Care: $150 Break/fix non warranty: $75/hour Desktop Installation: (options: copper, sterling and turquoise — see website for details) Copper --$25 Sterling Silver=$40 Turquoise=$75 Training $65/hour INCLUDED. 3 year warranty, `image loading, image -consulting, asset tagging, consulting; stagingldeployment(produc#s. ne6din sta in " nor to .de to rnent will.:be stored in contract vendor warehouse at no additional;cost 5. LEASING Contract Vendor does not offer leasing. 6. ADDITIONAL DISCOUNTS — Request a quote for discounts on bulkivolume purchases. a. Per Transaction Multiple Unit: Over $250,000 = up to 1.5% additional on Transource systems from Baseline Pricing or .5% on peripherals Over $500,000 = up to 2% additional on Transource systems from Baseline Pricing or .75% on peripherals Over $1 million - up to 3% additional on Transource systems from Baseline Pricing or 1 % on peripheral b. Cumulative Discounts are based on Total Master Agreement Sales: Over $20 million —Additional .5% from Baseline Pricing Over $50 million —Additional 1% from Baseline Pricing Over $100 million --Additional 1.5% from Baseline Pricing c. Annual Volume Discounts: Over $2 million —Additional .5% from Baseline Pricing Over $5 million —Additional 1 % from Baseline Pricing Over $10 million —Additional 1:5% from Baseline Pricing 25 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 131 of 830 IlillESQ�a DEPARTMENT Of ADMINISTRATION COMPUTER EQUIPMENT 2014-2019 09L MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT C - PRODUCT AND SERVICE SCHEDULE (PSS) 1. MAINTAINING THE PSS. The Product and Service Schedule (PSS) identifies a complete listing of all products and services included in the awarded Master Agreement. The PSS serves as the WSCA-NASPO Contract Catalog. The PSS will be submitted to the Lead State following contract award and must be approved by the Lead State prior to the start of any sales. The PSS must be available on the Contract Vendor website for end users to verify pricing based on the minimum discounts with category exceptions provided off a designated base line price list. The Contract Vendor will work with each State to develop a satisfactory PSS reflecting the individual States restrictions. The Contract Vendor will work to develop a PSS satisfactory to the Lead State prior to the startof sales and containing the following information: a. Band number b. Part # - SKU # c. Manufacturer d. Description e. Minimum Discount f. Category Code (This code will be refined during the approval process) g. Other fields approved by the Lead State 2. CHANGES TO THE PSS: Contract Vendor will request changes to the PSS utilizing an Action Request Form (ARF) Submittals will be reviewed by the Lead State quarterly. Obsolete and discontinued products will be removed. 3. FORMAT: The format for the final product and service schedule will be approved within 30 days of contract award. Suggested format is provided below: MANUFACTURER NAME DATE: BASELINE PRICE LIST: LINK: 4. THIRD PARTY PRODUCTS: A list of third party products is to be submitted to the Lead State. Approval must be received from the Lead State prior to adding third party products to the Product and Service Schedule. Master Agreement restrictions of third party products include: a. Contract Vendors can only offer Third Party Products in the bands they have been awarded. b. Contract Vendor cannot offer products manufactured by another Contract Vendor holding a Minnesota WSCA-NASPO Master Agreement unless approved by the Lead State. c. The Contract Vendor will assign the manufacturer or publisher's warranty and maintenance. The Contract Vendor will provide warranty and maintenance call numbers and assist the customer in engaging the manufacturer on warranty and maintenance issues. d. Any additions to the Third Party Product list must be submitted utilizing the Action Request Form. e. The approved Third Party Product list will be clearly posted on the Vendor provided website and updated as products are approved. 26 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 132 of 830 BAND Part # - SKU# MANUFACTURER DESCRIPTION MINIMUM DISCOUNT CATEGORY CODE 1 XYZ ABC DESKTOP 60% 1M 2 550 ZZZZZZZ LAPTOP CART 10% 2TM 3 123A ABC SUPER TABLET 25% 3A 4. THIRD PARTY PRODUCTS: A list of third party products is to be submitted to the Lead State. Approval must be received from the Lead State prior to adding third party products to the Product and Service Schedule. Master Agreement restrictions of third party products include: a. Contract Vendors can only offer Third Party Products in the bands they have been awarded. b. Contract Vendor cannot offer products manufactured by another Contract Vendor holding a Minnesota WSCA-NASPO Master Agreement unless approved by the Lead State. c. The Contract Vendor will assign the manufacturer or publisher's warranty and maintenance. The Contract Vendor will provide warranty and maintenance call numbers and assist the customer in engaging the manufacturer on warranty and maintenance issues. d. Any additions to the Third Party Product list must be submitted utilizing the Action Request Form. e. The approved Third Party Product list will be clearly posted on the Vendor provided website and updated as products are approved. 26 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 132 of 830 in►��so�a DEPARTMENT OF ADMINISTRATION A*. COMPUTER EQUIPMENT 2014-2019 ' A' MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT D - WEBSITE IMPLEMENTATION. Within 30 calendar days of Master Agreement award, the Contract Vendor must provide a sample URL of the Master Agreement webpage to the Lead State for review and approval. The Lead State will review and determine acceptability of the website format and data. If the information is determined to be unacceptable or incorrect, the Contract Vendor will have 15 calendar days to provide revisions to the Lead State. Once the website is approved, the Contract Vendor may not make material changes to the website without notifying the Lead State and receiving written approval of the changes utilizing the Action Request Form. The Contract Vendor must continue to monitor and update the website throughout the life of the contract. Periodic audits may be conducted to ensure websites are updated and Contract Vendors will be expected to correct deficiencies. 2. WEBSITE CONTENT. The website must be separate from the Contract Vendor's commercially available (i.e., public) on-line catalog and ordering systems. Contract Vendor agrees to pursue design of a website to include the items listed below. The Lead State will review and determine acceptability of the website format and data as stated in Item 1 above. a) Baseline Price List and historic versions b) Approved Product and Service Schedule (PSS) c) Product specifications, pricing, and configuration aids for the major product categories proposed that can be used to obtain an on-line quote d) Third Party Product list will be clearly posted on the Vendor provided website and updated as products are approved e) Link to the WSCA-NASPO EmarketCenter f) Online ordering capability with the ability to remember multiple ship to locations if applicable to product g) Contact information for order placement, service concerns (warranty and maintenance), problem reporting, and billing concerns h) Sales representatives for participating entities i) Purchase order tracking j) Available Twenty-four (24) hours per day, seven (7) days per week availability, except for regularly scheduled maintenance k) Additional Terms may not be posted on the Website without written approval of the Lead State 1) Link to the WSCA-NASPO EmarketCenter if a State is participating m) Information on accessibility and accessible products n) If participating in Premium Savings Package Program, lead with these products and display prominently on the website o) Links to environmental certification, including but not limited to take-back/recycling programs, p) Information regarding the use of Conflict minerals, as required by Section 13(p) of the Securities Exchange Act of 1934, as amended, and the rules promulgated thereunder. See: http://www,sec.aov/rules/final/2012/34-67716.pdf. q) Service options, service agreements for negotiations when allowed by a participating addendum r) EPEAT, Energy Star, etc. s) Link to Signed Participating Addendums t) Link to Signed Master Agreement u) Link to solicitation and Response. 3. TERMINATION Upon termination or expiration of the Master Agreement awarded from this RFP all websites, on-line offering systems and Electronic Catalog functions supported and/or available as part of the Master Agreement will cease and be removed from public viewing access without redirecting to another website. 27 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 133 of 830 IiIHOW)b DEPARTMENT Of ADMINISTRATION COMPUTER EQUIPMENT . 2014-2019 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT E - ACTION REQUEST UPDATE FORM (ARF) The Action Request Form (ARF) provided in this document must be utilized by the Contract Vendor to provide quarterly updates of PSS and to make requests. The Action .Request Forms may be reviewed quarterly by the Lead State. DATE: ATTN: WSCA-NASPO Master Agreement Administrator RE: Master Agreement # with (Contract Vendor) Dear WSCA-NASPO Master Agreement Administrator: requesting the action noted below. Action Requested: Action Log: (Contract Vendor) is providing the following update and/or Verify Log is attached SELECT ACTION BELOW AND PROVIDE REQUIRED INFORMATION: _Update of Product & Service Schedule Provide summary of additions, deletions and pricing changes. NOTE: THIS WILL BE A NOTIFICATION OF CHANGES TO THE PSS, APPROVAL WILL NOT BE NEEDED _Quarterly Self Audit Check this box to verify the Quarterly Self Audit has been completed Third Party Product Addition _Marketing Approval _Material Website Change _Miscellaneous inquiry Provide warranty Guarantee Attach Materials for review Describe and provide link for review Provide detail (e.g. key contact change, etc.) The Contract Vendor certifies Products and Services provided meet the terms and conditions of the Master Agreement and understands they may be audited for compliance. Additional information may be requested upon submission. The Lead State may remove previously approved items throughout the life of the Master Agreement if in the best interest at its sole discretion. Contract Vendor: Name of Requester: Title of Requester: 28 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 134 of 830 innesoia DEPARTMENT OFADMMISTRATION COMPUTER EQUIPMENT 2014-2019 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT E - ACTION REQUEST FORM (ARF) ACTION REQUEST FORM LOG Submit updated Action Log with each update. Log must provide history of previous update. CONTRACT VENDOR: Contact Name and Email (for questions): DATE: DATE DATE SUBMITTED ACTION REQUESTED: APPROVED 29 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 135 of 830 COMPUTER EQUIPMENT 2014-2019 DEPARTMENT OF AwNisrRATION MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT F - REPORTING 1. OWNERSHIP: Recipient of the reports shall have exclusive ownership of the media containing the reports. The Lead State and WSCA-NASPO shall have a perpetual, irrevocable, non-exclusive, royalty free, transferable right to display, modify, copy, and otherwise use reports, data and information provided. 2. DUE DATE: Reports shall be due no later than the last day of the month following the end of the calendar quarter. 3. REQUIRED REPORTS: FROM :;: TO Q1 January 1 March 31 Aril 30 Q2 Aril 1 June 30 July 31 Q3 July 1 September 30 October 31 Q4 October 1 December 31 January 31 3. REQUIRED REPORTS: 30 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 136 of 830 Report Name Submitted to Purpose & Submittal 1 WSCA-NASPO Administrative Fee WSCA- Identify total sales and administrative fee due to WSCA- NASPO NASPO 1) Go to: http:l/www.naspo.orgtVVNCPO/Calculator.aspx 2) Complete all contract report information fields 3) Enter total sales per State or Select "no sales for quarter" checkbox 4) Click on Submit button 2 WSCA-NASPO Detailed Sales WSCA- Detailed sales data by line item. Currently via an Excel Report NASPO template. Future MAY involve a portal. No modifications may be made by the Contract Vendor to the template. This report may also fulfill the reporting requirements of self audits, premium savings sales, and Bring Your Own Device Employee Sales. 3 Participating States Participating Contract Vendor may utilize the detailed sales report to report State to individual States unless otherwise directed by the State. States may require additional reporting. 4 Participating Addendum Status WSCA- Provides status of Participating Addendums. Excel Template NASPO to be provided by WSCA-NASPO. 5 Premium Saving Package (PSP) PSP Lead Additional reporting may be requested. 6 Quarterly Updates of PSS and Self Lead State Utilize the Action Request Form (ARF) Audit 30 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 136 of 830 M11HHOSOUR DEPARTMENT Of ADMfNISTRATfON COMPUTER EQUIPMENT 2014-2019 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT G - DEFINITIONS Acceptance. See Master Agreement Terms regarding Acceptance and Acceptance Testing. Accessory. Accessories do not extend the functionality of the computer, but enhances the user experience i.e., mouse pad, monitor stand. For the purposes of this proposal, accessories are considered peripherals. Bands: For the purpose of this solicitation, there are six product bands which may be awarded. Each product band includes related peripherals and services. Responders must only respond to Bands in which they manufacture the defined product. Responder may receive an award in one or more bands for which they manufacture a product based on the evaluation. BAND 1: DESKTOP. A desktop computer is a personal computer intended for regular use at a single location. A desktop computer typically comes in several units connected together during installation: 1) the processor, 2) display monitor and 3) input devices usually a keyboard and a mouse. All operating systems for tablets are allowed. Zero Clients, Thin clients, all in ones and workstations will also be included under desktops. Ruggedized equipment may also be included in the Product and Service schedule for this band. BAND 2: LAPTOP..A laptop computer is a personal computer for mobile use. A laptop includes a display, keyboard, point device such as a touchpad and speakers into a single unit. A laptop can be used away from an outlet using a rechargeable battery. All operating systems for tablets are allowed. Laptops will include notebooks, ultrabook, mobile thin clients, chromebooks and netbooks. Computers with mobile operating systems will also be included under laptops. . Tablets that have the option to be utilized with a keyboard can be sold in this band. Ruggedized equipment may also be included in the Product and Service Schedule for this band. BAND 3: TABLET. A tablet is a mobile computer that provides a touchscreen which acts as the primary means of control. All operating systems for tablets are allowed. Ruggedized equipment may also be included as a category in the Product and Service Schedule for this band. BAND 4: SERVER. A server is a physical computer dedicated to run one or more services or applications (as a host) to serve the needs of the users of other computers on a network. This band also includes server appliances. Server appliances have their hardware and software preconfigured by the manufacturer. It also includes embedded networking components such as those found in blade chassis systems. Ruggedized equipment may also be included in the Product and Service Schedule for this band. BAND 5: STORAGE. Storage is hardware with the ability to store large amounts of data. This band includes SAN switching necessary for the proper functioning of the storage environment. Ruggedized equipment may also be included in the Product and Service Schedule for this band. Devices Fn also be offered ..,.+e. band -S 1 6 of thea Master Agreement -.BAND 6 REMOVED. RUGGEDIZED EQUIPMENT MAY BE SOLD IN BANDS 1-5, PROVIDED IT MEETS BAND REQUIREMENTS. Cloud Services. Delivery of computing as a service rather than a product, whereby shared resources, software and information are provided to computers and other devices as a utility over a network, such as the Internet. (Cloud Services including acquisitions structured as managed on-site services are not allowed.) Contract Vendor or Contractor. The manufacturer responsible for delivering products or performing services under the terms and conditions set forth in the Master Agreement. The Contract Vendor must ensure partners utilized in the performance of this contract adhere to all the terms and conditions. For the purposes of this RFP, the term Partner will be utilized in naming the relationship a manufacturer has with another company to market and sell the contract. Participating States will have final determination/approval if a Partner may be approved for that state in the role identified by the Contract Vendor. Components. Parts that make up a computer configuration. Configuration. The combination of hardware and software components that make up the total functioning system. Desktop. This is Band 1 of this solicitation. A desktop computer is a personal computer intended for regular use at a single location. A desktop computer typically comes in several units connected together during installation: 1) the processor, 31 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 137 of 830 2) display monitor and 3) input devices usually a keyboard and a mouse. Desktop virtualization endpoints such as zero and thin clients will also be included under the Desktop Band. Energy Star®. A voluntary energy efficiency program sponsored by the U.S. Environmental Protection Agency. The Energy Star program makes identification of energy efficient computers easy by labeling products that deliver the same or better performance as comparable models while using less energy and saving money. Energy-Star qualified computers and monitors automatically power down to 15 wafts or less when not in use and may actually last longer than conventional products because they spend a large portion of time in a low-power sleep mode. For additional information on the Energy Star program, including product specifications and a list of qualifying products, visit the Energy Star website at http://www.enerciystar.gov. EPEAT. A system for identifying more environmentally preferable computer desktops, laptops, and monitors. It includes an ANSI standard - the IEEE 1680 EPEAT standard — and website www.epeat.net to identify products manufacturers have declared as meeting the standard. EPEAT provides a clear and consistent set of.performance criteria for the design of products. It is not a third-party certification program. Instead, Manufacturers self-certify that their products are in conformance with the environmental performance standard for electronic products. FOB Destination. Shipping charges are included in the price of the item and the shipped item becomes the legal property and responsibility of the receiver when it reaches its destination unless there is acceptance testing required. FOB Inside Delivery. Special Shipping arrangements, such as inside delivery, may include additional fees payable by the Purchasing Entity. Any FOB inside delivery must be annotated on the Purchasing Entity ordering document. General Consulting. Services related to advising agencies on how best to use information technology to meet business objectives. Examples of such services would include management and administration of IT systems. Each State will have varying laws, rules, policies and procedures. surrounding general consulting which need adherence. Minnesota Statute section 16C.08 defines general consulting for the State of Minnesota. https://www.revisor.mn.aov/statutes/?id=16C.08 Laptop. This is Band 2 of this solicitation. A laptop computer is a personal computer for mobile use. A laptop includes a display, keyboard, point device such as a touchpad and speakers into a single unit. A laptop can be used away from an outlet using a rechargeable battery. Laptop Band may include notebooks, ultrabooks, and netbooks. Computers with mobile operating systems will also be included under the Laptop Band. Lead State. The State conducting this cooperative solicitation and centrally administering any resulting Master Agreement with the permission. of the Signatory States. Minnesota is the Lead State for this procurement and the laws of Minnesota Statute Chapter 16C apply to this procurement. Manufacturer. A company that, as one of its primary business function, designs, assembles owns the trademark/patent and markets branded computer equipment. Master Agreement. The underlying agreement executed by and between the Lead State and the Contract Vendor. Middleware. Middleware is the software "glue" that helps programs and databases (which may be on different computers) work together. Its most basic function is to enable communication between different pieces of software. Options. An item of equipment ora feature that may be chosen as an addition to or replacement for standard equipment and features. Order. A purchase order, sales order, or other document used by a Purchasing Entity to order the Equipment. Participating Addendum. A written statement of agreement signed by the Contract Vendor and a Participating State or other Participating Entity that clarifies the operation of this Master Agreement for the Participating Entity (e.g., ordering procedures specific to a Participating State) and may add other state-specific language or other requirements. A Participating Addendum evidences the Participant's willingness to purchase and the Contract Vendor's willingness to provide equipment under the terms and conditions of this Master Agreement with any and all exceptions noted and agreed upon. Participating States. States that utilize the Master Agreement established by the RFP and enter into a Participating Addendum which further defines their participation. Participating Entity. A Participating State, or other legal entity, properly authorized by a Participating State to enter into the Master Agreement through a Participating Addendum and that authorizes orders from the Master Agreement by Purchasing Entities. Under the WSCA-NASPO program, in some cases, local governments, political subdivisions or other entities in a State maybe authorized by the chief procurement official to execute its own Participating Addendum where a Participating Addendum .is not executed by the chief procurement official for that state that covers local governments, political subdivisions, or other government entities in the state. Partner. A company, authorized by the Contract Vendor and approved by the Participating State, to provide marketing, support, or other authorized contract services on behalf of the Contract Vendor in accordance with the terms and Conditions of the Contract Vendor's Master Agreement. In the RFP, Partner is the term that is used to call out the many different relationships a manufacturer may have with another company to market their product including, but not limited to agents, subcontractors, partners, fulfillment partners, channel partners, business partners, servicing subcontractor, etc. Peripherals. A peripheral means any hardware product that can be attached to, added within or networked with personal computers, servers and storage. Peripherals extend the functionality of a computer without modifying the core components of the system. For the purposes of this proposal, peripherals are defined as including accessories. Peripherals may be manufactured by a third party, however, Contract Vendor shall not offer any peripherals manufactured by another Contract Vendor holding a Master Agreement. The Contract Vendors shall provide the warranty service and 32 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 138 of 830 maintenance for all peripherals on the Master Agreement. Examples of peripheralslaccessoriesloptions: Include but are not limited to: printers, monitors, multifunction printers, audiovisual equipment, instructional equipment, cabling, modems, networking to support server, storage and client applications such as routers, switches. Software is an option which must be related to the purchase of equipment and subject to configuration limits. Third party products are allowed to be offered as peri pheralslaccessoriesloptions and may be offered in any related band. Per Transaction Multiple Unit Discount. A contractual volume discount based on dollars in a single purchase order or combination of purchase orders submitted at one time by a Participating Entity or multiple entities conducting a cooperative purchase. Premium Savings Packages. Deeply discounted standard configurations available to Purchasing Entities using the Master Agreement. This specification includes a commitment to maintain and upgrade (keep pace with the advance of technology) the standard configurations for a stated period of time or intervals. WSCA-NASPO reserves the right to expand and modify the PSP throughout the life of the contract. See http://www.wnpsp.com/index.htmi. Purchasing Entity— means a state, city, county, district, other political subdivision of a State, and a nonprofit. organization under the laws of some states if authorized by a Participating Addendum, that issues an order against the Master Agreement and becomes financially committed to the purchase. Ruggedized. This was band 6 of this solicitation. Ruggedized refers to equipment specifically designed to operate reliably in harsh usage environments and conditions, such as strong vibrations, extreme temperatures and wet or dusty conditions. Services. Broadly classed as installation/de-installation, maintenance, support, training, migration, and optimization of products offered or supplied under the Master Agreement. These types of services may include, but are not limited to: warranty services, maintenance, installation, de -installation, factory integration (software or equipment components), asset management, recycling/disposal, training and certification, pre -implementation design, disaster recovery planning and support, service desk/helpdesk, and any other directly related technical support service required for the effective operation of a product offered or supplied. Contract Vendors may offer, but participating States and entities do not have to accept, limited professional services related ONLY to the equipment and configuration of the equipment purchased through the resulting contracts. EACH PARTICIPATING STATE DETERMINES RESTRICTIONS AND NEGOTIATES TERMS FOR SERVICES. Server. This is Band 4 of this solicitation. A server is a physical computer dedicated to run one or more services or applications (as a host) to serve the needs of the users of other computers on a network. This band also includes server appliances. Server appliances have their hardware and software preconfigured by the manufacturer. It also includes embedded networking components such as those found in blade chassis systems. Ruggedized equipment may also be included in the Product and Service Schedule for this band. Storage. This is Band 5 of this solicitation. Storage is hardware with the ability to store large amounts of data. This band includes SAN switching necessary for the proper functioning of the storage environment. Ruggedized equipment may also be included in the Product and Service Schedule for this band. Storage Area Network. A storage area network (SAN) is a high-speed special-purpose network (or subnetwork) that interconnects different kinds of data storage devices with associated data servers on behalf of a larger network of users. Storage as a Service (STaaS). An architecture model by which a provider allows a customer to rent or lease storage space on the provider's hardware infrastructure on a subscription basis. E.g., manage onsite or cloud :services. Software. For the purposes of this proposal, software is commercial operating off the shelf machine-readable object code instructions including microcode, firmware and operating system software that are preloaded on equipment. The term "Software" applies to all parts of software and documentation, including new releases, updates, and modifications of software. Tablet. This is Band 3 of this solicitation. A tablet is a mobile computer that provides a touchscreen which acts as the primary means of control. Tablet band may include notebooks, ultrabooks, and netbooks that are touchscreen capable. Takeback Program. The Contract Vendor's process for accepting the return of the equipment or other products at the end of life. Third Party Products. Products sold by the Contract Vendor which are manufactured by another company. Upgrade. Refers to replacement of existing software, hardware or hardware component with a newer version. Warranty. The Manufacturers general warranty tied to the product at the time of purchase. Wide Area Network or WAN.. A data network that serves users across a broad geographic area and often uses transmission devices provided by common carriers. WSCA-NASPO. The WSCA-NASPO cooperative purchasing program, facilitated by the WSCA-NASPO Cooperative Purchasing Organization LLC, a 501(c)(3) limited liability company that is a subsidiary organization of the National Association of State Procurement Officials (NASPO). The WSCA-NASPO Cooperative Purchasing Organization facilitates administration of the cooperative group contracting consortium of state chief procurement officials for the benefit of state departments, institutions, agencies, and political subdivisions and other eligible entities (i.e., colleges, school districts, counties, cities, some nonprofit organizations, etc.) for all states and the District of Columbia. The WSCA-NASPO Cooperative Development Team is identified in the Master Agreement as the recipient of reports and may be performing contract administration functions as assigned by the Lead State Contract Administrator. 33 CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 139 of 830 t i :fru OttA m f' oar c cr �,a i6i ld b*: hi ry a :tewmf2mishm mumald Maw To tt , :a sins arm 3a� r %d mart tum n �iffit ` =i t gr 12.[. Other.19 �. t0*0L . dS 4 5 TIO 1st !1^ l , t,gsit 6l E e n 1 rag: r s . it d(a �dt t ray t t:us ksy , a in I . gr 1IQg , 27 Page 140 of 830 CERTIFICATE OF LIQ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONI CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEN[ BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONST1Tt REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, thl: the terms and conditions of the policy, certain policies may require an I certificate holder In lieu of such endorsements) PRODUCERWillisof Arizona, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA rnaum"'Traneource Service Corporation DBA: Transource Computers 2405 W Utopia ltd Phoenix, AZ 85027 ►BILITY INSURANCE DATE 2025 yj 02/09/2015 Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES TE A CONTRACT BETWEEN THE ISSUING iNSURER(S), AUTHORIZED policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to ndorsement. A statement on this certificate does not confer rights to the FE FAX 7-945-7378 AIG No:1-888-467-2378 icates willis.com INSURER(S) AFFORDING COVERAGE NAIC# tic 5 ecialt Insurance Co an 27154 INSURER B: INSURER C., INSURER 0: INSURER E: - INSURER F ; COVERAGES CERTIFICATE NUMBER W767791 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. lNSR ADbL SUER LTR TYPE OF INSURANCE POLICY NUMBER MMlUOYlYYYY P_0 LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DA AGE REN D A PREMISES Ea occurrence $ 500, 000 y MED EXP (Any one person) $ 10,000 711013251-0002 04/15/2014 04/01/2015 PERSONAL&ADV INJURY $ 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: )ECT LCC X POLICY ❑ OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 21000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO Ea accident $ ALL OWNEpBODILY INJURY (Per person) $ AUTOS UTODULEp AUTOSNON-OVVBODILY INJURY (Per accident) $ AUTOS HIREDAUTOS NED AUTOS PROPERT'(DAMAGE int] $ Per acGd UMBRELLA LIAB OCCUR EXCESS LIAB EACH OCCURRENCE $ CLAIMS -MADE AGGREGATE $ (iED RETENTION$ WORKERS COMPENSATION $ A AND EMPLOYERS' LIABILITY YIN X STATUTE ETH ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? ❑ NIA E.L. EACH ACCIDENT $ 1,000,000 (Mandatory in NH) 406-04-18-06-0000 04/01/2014 04/01/2015 If yes, describe unE.L. DISEASE - EA EMPLOYE $ 1, 000, 000 DESCRIPTIONder OF OPERATIONS bWow E. L. DISEASE -POLICY LIMIT $ 11000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached It more space Is required) Re: RFP Computer Equipment: Weaktops, Laptops, Tablets, Servers, Storage, Ruggedized Devices including related Peripherals 6 Services) State of Minnesota is included as an Additional Insured as respects to General Liability. General Liability policy shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by Additional Insured. CERTIFICATE HOLDER CANCELLATION State of Minnesota Materials Management Division 112 Administration Building 50 Sherburne Avenue St. Paul, MN 55155 ACORD 26 (2094109) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ONZ. © 7988-2094 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID:8417914 BATCH:Batch #: 114193 Page 141 of 830 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. aVANTAGE FOR GENERAL LIABILITY TECHNOLOGY COMPANIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following schedule lists the coverage extensions provided by this endorsement. Refer to the individual provisions to determine the extent of your coverage. o Customers' Goods o Use of Elevators 1. ADDITIONAL INSURED -- BROAD FORM VENDORS Section 11— Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) (referred to below as vendor) with whom you agreed in a written contract or agreement to provide insurance, but only with respect to "bodily Injury" or "properly damage" arising out of "your products" which are distributed or sold in'the regular course of the vendor's business, subject to the following additional exclusions: a. This provision 1. does not apply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty not authorized by you; (S) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury" or "properly damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (a) The exceptions contained in Subparagraphs 4. or 6.; or VCG 207 07 00 Includes copyrighted material or Insurance services Office, Inc. Page 1 of 7 Copyright 2009, !!!!!!!!II I!!!!!I!!II Page 142 of 830 SCHEDULE OF COVE=RAGE EXTENSIONS 1. Additional Insured — Broad Form Vendors 8, Coverage Territory — Worldwide 2. Additional Insured — by Contract, Agreement or 9. Duties in Event of Occurrence, Claim or Suit Permit relating to: 10. Expected or Intended Injury (PD) o Work performed by you 11. Incidental Medical Malpractice o Premises you own, rent, lease or occupy 12. Medical Payments o Equipment you tease 13. Mobile Equipment Redefined 3. Aggregate Limit Per Location 14. Newly Acquired or Formed Organizations 4. Blanket Waiver of Subrogation 15. Non -Owned Aircraft 5. Bodily Injury Redefined — Menta! Anguish 16. Non -awned Watercraft 6. Broadened Named Insured 17. Personal and Advertising Injury 7. Broadened Property Damage 18. Product Recall Expense o Borrowed Equipment 19. Supplementary Payments Increased Limits o Customers' Goods o Use of Elevators 1. ADDITIONAL INSURED -- BROAD FORM VENDORS Section 11— Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) (referred to below as vendor) with whom you agreed in a written contract or agreement to provide insurance, but only with respect to "bodily Injury" or "properly damage" arising out of "your products" which are distributed or sold in'the regular course of the vendor's business, subject to the following additional exclusions: a. This provision 1. does not apply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty not authorized by you; (S) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury" or "properly damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (a) The exceptions contained in Subparagraphs 4. or 6.; or VCG 207 07 00 Includes copyrighted material or Insurance services Office, Inc. Page 1 of 7 Copyright 2009, !!!!!!!!II I!!!!!I!!II Page 142 of 830 (b) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (9) Any vendor, person or organization if the "products -completed operations hazard" is excluded either by the provisions of the Coverage Form or by endorsement. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 2. ADDITIONAL_ INSURED —CONTRACT, AGREEMENT OR PERMIT a, Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organi- zation(s) with whom you agreed in a written contract, written agreement or permit to provide insurance such as is afforded under this Coverage Part, but only with respect to liability for "bodily Injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: 1. In the perfonnance of "your work" for the additional insured(s) at the location designated in the contract, agreement or permit; or 2. In the maintenance, operation or use of equipment leased to you by such person(s) or organization(s), or 3. In connection with premises you own, rent, lease or occupy. This insurance applies on a primary or primary and non-contributory basis if that is required in writing by the contract, agreement or permit. b. The insurance provided to the additional insured herein is limited. This insurance does not apply: 1. Unless (a) the written contract, agreement or permit is currently in effect or becomes effective during the term of this policy; and (b) the contract or agreement was executed or permit issued prior to the "bodily injury", "property damage", or "personal and advertising Injury"; 2. To any person or organization included as an insured under the Additional insured - Broad Form Vendors provision of this endorsement; 3. To any person or organization included as an insured by an endorsement issued by us and made part of this Coverage Part; 4.. To any person or organization if the "bodily injury", "property damage", or "personal and advertising injury" arises out of the rendering of or failure to render any professional architectural, engineering or surveying services by or for you including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. 5. To any: (a) Lessor of equipment after the equipment lease terminates or expires; or (b) Owners or other interests from whom land has been leased; or (c) Managers or lessors of premises if: (1) The "occurrence" takes place after you cease to be a tenant in that premises; or (2) The "bodily injury", "property damage", "personal and advertising injury" arises out of structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. S. To "bodily injury, or "property damage" occurring after: (a) Alt work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at the site of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. Page 2 of 7 Includes copyrighted material of insurance Services office, Inc. VCG 207 07 08 copyright20DO, IIlfllfilitff±I11I!!I!I!III!f!II!I+I!!IIII!I!IIIII Page 143 of 830 c. Limits of Insurance applicable to the additional insured are those specified in the contract, agreement or permit or in the Declarations of this policy, whichever is less, and fix the most we will pay regardless of the number of: 1. Insureds; 2. Claims made or "suits" brought; or 3. Persons or organizations making claims or bringing "suits". 'These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. 3. AGGREGATE LIMIT PER LOCATION a. Under Section III — Limits of Insurance, the General Aggregate Limit applies separately to each of your "locations" owned by or rented or leased to you. b. Under Section V —Definitions, the following definition is added: "Location" means premises involving the same or connecting lots, or premises whose connection is Interrupted only by a street, roadway, waterway or right-of-way of a railroad. 4. BLANKET WAIVER OF SUBROGATION Section IV — Transfer of Bights of Recovery Against Others to Us Condition is amended to add the following: We will waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of your ongoing operations done under a written contract or agreement with that person or organization and included in "your work" or the "products -completed operations hazard". This waiver applies only to persons or organizations with whom you have a written contract, executed prior to the "bodily injury" or "property damage", that requires you to waive your rights of recovery. S. BODILY INJURY REDEFINED— MENTAL ANGUISH Under Section V, the deflnition of "bodily injury" is replaced by the following: "Bodily injury" means bodily injury, sickness, or disease sustained by a person, including mental anguish or death resulting from any of these at any time. S. BROADENED NAMED INSURED Section 11— Who Is An Insured is amended to include as an insured the following: Any organization which is a legally incorporated entity in which you own a financial interest of more than 50 percent of the voting stock on the effective date of this endorsement will be a Named Insured until the 1 Both day or the end of the policy period, whichever comes first, provided there is no other similar insurance available to that organization. The insurance afforded herein does not apply to any entity which is also an insured under another policy or would be an insured under such policy but for its termination or the exhaustion of its limits of insurance. 7. BROADENED PROPERTY DAMAGE — BORROWED EQUIPMENT, CUSTOMERS' GOODS AND USE OF ELEVATORS The insurance for "property damage" liability is subject to the following: a. The Damage To Property exclusion under Section I Coverage A is amended as follows: 1. The exclusion for personal property in the care, custody or control of the insured does not apply to "property damage" to equipment you borrow while at a job site and provided it is not being used by anyone to perform operations at the time of loss. 2. The exclusions for (a) Property loaned to you; (b) Personal property in the care, custody or control of the insured; and (C) That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it do not apply to "property damage" to "customers' goods" while on your premises nor do they apply to "property damage" arising from the use of elevators at premises you own, rent, lease or occupy. Subject to the Each Occurrence Limit, the most we will pay for "property damage" to "Customers' Goods" is $35,000 per "occurrence". VCG 207 07 08 Includes copyrighted material or Insurance Services OtNoe, Inc. rage 3 or 7 Copyright 2009, 1!!!!!I!MI!11I[!!1!!MN!IM1!1l1111111111!!! Page 144 of 830 b. Under Section V — Definitions, the following definition is added: "Customers' Goods" means goods of your customer on your premises for the purpose of being: 1. Repaired; or 2. Used in your manufacturing process. c. The insurance afforded by this provision Is excess over any other valid and collectible property insurance (including any deduccdbie) available to the insured whether such insurance is primary, excess, contingent or on any other basis. Any payments by us will follow the Other Insurance — Excess provisions in the COMMERCIAL GENERAL LIABILITY CONDITIONS. 8. COVERAGE TERRITORY —WORLDWIDE The definition of "coverage territory" Is replaced by the following: "Coverage territory" means anywhere provided the insured's responsibility to pay damages must be determined in a settlement we agree to or in a "suit" on the merits brought within the United States of America (including its territories and possessions), Puerto Rico or Canada. 9. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Section IV — Duties In The Event Of Occurrence, Claim or Suit is amended by adding the following paragraphs: a. The requirements that you must 1. notify us of an "occurrence" offense, claim or "suit" and 2. send us documents concerning a claim or "suit" apply only when such "accident" claim, "suit" or "loss" is known to: 1. You, if you are an individual; 2. A partner, If you are a partnership; 3. " An executive officer of the corporation or insurance manager, it you are a corporation; or 4. A manager, if you are a limped liability company. b. The requirement that you must notify us as soon as practicable of an "occurrence" or an offense that may result in a claim does not apply if you report an "occurrence" to your workers compensation insurer which later develops into a liability claim for which coverage is provided by this policy. However, as soon as you have definite knowledge that the particular "occurrence' Is a liability claim rather than a workers compensation claim, you must comply with the Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition. 10. EXPECTED OR INTENDED INJURY (PROPERTY DAMAGE) The Expected Or Intended Injury exclusion under Coverage A Bodily Injury and Property Damage is replaced by: "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily Injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 11. INCIDENTAL MALPRACTICE —EMPLOYED PHYSICIANS, NURSES, EMT%AND PARAMEDICS a. Under Section II — Who Is An Insured, the paragraph that excludes an employee or volunteer worker as insured for "bodily injury" or "personal and advertising injury" arising out of his or her providing or failing to provide professional health care services does not apply to a physician, dentist, nurse, emergency medical technician or paramedic employed by you if you are not engaged in the business or occupation of providing medical, paramedical, surgical, dental, x-ray or nursing services. !b. The insurance afforded by this provision is excess over any other valid and collectible insurance whether such insurance is primary, excess, contingent or on any other basis. Any payments by as will follow the Other Insurance — Excess Insurance provisions in the COMMERCIAL GENERAL. LIABILITY CONDITIONS. 12. MEDICAL PAYMENTS —INCREASED LIMITS AND TIME PERIOD In the insuring Agreement under Coverage C — Medical Payments, the requirement that expenses are incurred and reported to us within one year of the date of the accident is changed to three years_ a. The Medical Expense Limit is $15,000 per person or the amount shown in the [Declarations as the Medical Expense Limit, whichever is greater. b. This provision 12. does not apply if Coverage C — Medical Payments is otherwise excluded either by the provisions of the Coverage Form or by endorsement. Page 4 of 7 Includes oopyrlghted material or Insurance Services Office, Inc. VCG 207 07 00 Copyright2U09, lfl}IFII1111}ill}I}}1fI11flllllillllllll11MIH II Page 145 of 830 13. MOBILE EQUIPMENT — SELF-PROPELLED SNOW REMOVAL, ROAD MAINTENANCE AND STREET CLEANING EQUIPMENT The following is added to the "mobile equipment" definition: Vehicles maintained primarily for purposes other than the transportation of persons or cargo that are self- propelled vehicles of less than 1,000 pounds gross vehicle weight with the following types of permanently attached equipment will be considered "mobile equipment": a. Snow removal; b. Road maintenance, but not construction or resurfacing; or C. Street cleaning. 14. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Under Section tl — Who Is An Insured, the time period limitation for newly acquired or formed organizations is replaced by: Coverage under this provision is afforded only until the end of the current policy period. 15. NON -OWNED AIRCRAFT The Aircraft, Auto Or Watercraft exclusion under Coverage A Bodily Injury And Property Damage Liability does not apply to an aircraft that is: 1. Hired, chartered or loaned with a paid crew; and 2. Not owned by any insured. a. The insurance afforded by this provision 15. is excess over any other valid and collectible Insurance (including any deductible or Self Insured Retention) available to the insured, whether such insurance is primary, excess, contingent or on any other basis. Any payments by us will follow the Other Insurance - Excess Insurance provisions in the COMMERCIAL GENERAL LIABILITY CONDITIONS. 16. NON -OWNED WATERCRAFT a. Section If — Who Is An Insured is amended to include as an insured for any watercraft that is covered by this policy, any person who, With your expressed or implied consent, either uses or is responsible for the use of a watercraft. However, no person or organization is an insured with respect to: 1. "Bodily injury" to a co"employee" of the person operating the watercraft; or 2. "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. b. In the exception to the Aircraft, Auto Or Watercraft exclusion under Coverage A Bodily Injury And Property Damage Liability, the limitation on the length of a watercraft Is increased to 55 feet. c. The insurance afforded by this provision 16. is excess over any other valid and collectible insurance (ncluding any deductible -or Self Insured Retention) available to the insured, whether such insurance is primary, excess, contingent or on any other basis. Any payments by us will follow the Other Insurance - Excess Insurance provisions in the COMMERCIAL GENERAL LIABILITY CONDITIONS. 17. PERSONAL AND ADVERTISING INJURY The following exclusions under the definition of "personal and advertising injury" are amended as follows: a. Insureds In Media Type Businesses "Personal and advertising injury" committed by an insured whose business is: (1) Advertising, broadcasting, publishing or telecasting; or. (2) Designing or developing content of websites for others. However, this exclusion does not apply to paragraphs 14 a., b. and c. of "personal and advertising injury" - under the Definitions Section. For the purposes of this exclusion, the placing of frames, borders or links, or advertising, for you is not by itself, considered the business of advertising, broadcasting, publishing or telecasting. b. Electronic Chatrooms Or Bulletin Boards "Personal and advertising injury" arising out of an electronic chatroom or bulletin board the insured hosts, owns, or maintains for other;. VCG 207 07 09 Includes copyrighted material of insurance Services Of&*, Inc. Page 5 of 7 Copyright 2009, Page 146 of 830 18. PRODUCT RECALL EXPENSE With respect to this Provision 18., the Recall Of Products, Work Or Impaired Property exclusion under Coverage A Bodily Injury And Property Damage Liability is deleted. a. The following is added to Section III -Limits Of Insurance section: 1. The'Limits of Insurance shown in the Product Recall Schedule and rules below fix the most we will pay regardless of the number of (a) Insureds; (b) "Covered recalls" initiated; or (c) Number of "your products" recalled. 2. The Product Recall Aggregate Limit is the most we will reimburse you for the sum of all "product recall expenses" incurred for all "covered recalls" initiated during the policy period. 3. Subject to 2. above, the Each Product Recall Limit is the most we will reimburse you for the sum of all "product recall expenses" arising out of any one "covered recall" for the same defect or deficiency. 4. Subject to 3. above, we will pay only the amount of "product recall expenses" in excess of the deductible amount shown in the Product Recall Schedule. Products Recall Schedule Limits of Insurance Product Recall Aggregate Limit .$50,000 Each Product Recall Limit $25,000 Each Product Recall Deductible $1,000 If any limits and deductible other than those above are shown in the Declarations as the Products Recall Expense Limits, the amounts shown in the Declarations will replace the Units of Insurance and deductible provided for this coverage. The Limits of Insurance for this coverage apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for the purposes of determining the Limits of Insurance. b. The following is added to the Duties In The Event Of Occurrence, Offense, Claim Or Suit provision under Section IV — Conditions: You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": 1. Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; 2. Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under this insurance; 3. As often as may be reasonably required, permit us to inspect "your product" that demonstrates the need for the "covered recall" and permit us to examine your books and records. Also permit us to take damaged and undamaged samples of "your products" for inspection, testing and analysis; and permit us to make copies from your books and records; 4. Send us a signed, sworn, proof of loss containing the information we requested to settle the claim. You must do this within 80 days after our request. We will supply you with the necessary forms; and 5. . Permit us to examine any insured under oath, while not in the presence of any other insured and at such times as may reasonably be required, about any matter relating to this insurance or your claim, including an insured's books and records. In the event of an examination, an insured's answers must be signed. Page 8 of 7 Includes copyrighted material of Insurance Services office. Inc. VCG 207 07 fig Copyrlght2009, !!!!111Mll INII!!IIII'IIiii11 lIlillllll1111111 Page 147 of 830 c. The following definitions are added to the Definitions Section: 1. "Covered recall" means a recall made necessary because the insured or a government body has determined that a known or suspected defect, deficiency, inadequacy or dangerous condition In 'your product" has resulted in or will result in "bodily injury" or "property damage". 2. "Product Recall Expense" means: (a) The following necessary and reasonable expenses you incur exclusively for the purpose of recalling "your product": (1� For communications, including radio or television announcements or printed advertisements including stationery, envelopes and postage; (2) For shipping the recalled products from any purchaser, distributor or user to the place or places designated by you; (3) For remuneration paid to your regular "employees" for necessary overtime; (4) For hiring additional persons, other than your regular "employees'; (5) Incurred by "employees", including transportation and accommodations; (6) To rent additional warehouse or storage space; or (7) For disposal of "your products", but only to the extent that specific methods of destruction other than those employed for trash discarding or disposal are required to avoid "bodily injury" or "property damage" as a result of such disposal, but "product recall expenses" does not include costs of regaining your market share, goodwill, revenue or profit. (b) "Product Recall Expense" does not include any expenses resulting from: (1) Failure of any product to accomplish its intended purpose; (2) Breach of warranties of fitness, quality, durability or performance; (3) Loss of customer approval, or any cost incurred to regain customer approval; (4) Redistribution or replacement of "your product" which has been recalled by like products or substitutes; tis) Caprice or whim of the insured; (6) A condition likely to cause loss of which any Insured knew or had reason to know at the inception of this insurance; and (7) Redall of 'your products" that have no known or suspected defect solely because a known or suspected defect in another of 'Your products" has been found 19. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS Under Section i - Coverages, Supplementary Payments - Coverages A and 13, paragraphs 1.b. and 1.d. are replaced by the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. VCG 207 07 09 Includes copyrighted material of Insurance Services Office, Inc. Page 7 of 7 Copyright 2409, 11111!fl1lf11!1!!111111111111111111111Ili!!1!!IIII Page 148 of 830 COMMON POLICY CONDITIONS All coverages of this policy are subject to the following conditions. A. Cancellation 1. The first Named Insured shown in the Declarations may cancel this policy by mailing or delivering to us ad- vance written notice of cancellation. 2. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation at least: a. 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or b. 30 days before the effective date of cancellation if we cancel for any other reason. 3. We will mail or deliver our notice to the first Named Insured's last mailing address known to us. 4. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. 5. , If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The can- cellation will be effective even it we have not made or offered a refund. 6, if notice is mailed, proof of mailing will be sufficient proof of notice. B. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 45 days before the expiration date. If notice Is mailed, proof of mailing will be sufficient proof of notice. C. Changes This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declarations is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. D. Concealment, Misrepresentation or Fraud This policy is void in any case of fraud by you as it relates to this policy at any time. It is also void if you or any other insured, at any time, intentionally conceal or misrepresent a material fact concerning: 1. This policy; 2. The Covered Property; 3. Your interest in the Covered Property; or 4. A claim under this policy. E. Examination of Your Books and Records We may examine and audit your books and records as they relate to this policy at any time during the policy pe- riod and up to three years afterward. F. Inspections and Surveys We have the right but are not obligated to: 1. Make inspections and surveys at any time; 2. Give you reports on the conditions we find; and 3. Recommend changes. Any inspections, surveys, reports or recommendations relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or or- ganization to provide for the health or safety of workers or the public. And we do not warrant that conditions: 1.. Are safe or healthful; or 2. Comply with laws, regulations, codes or standards. This condition applies not only to us, but also to any rating, advisory, rate service or similar organization which makes insurance inspections, surveys, reports or recommendations. VIL 40102 05 Includes copyrighted material of Insurance Services Office, Inc. page 1 of 2 Copyright 2004, 1111111!1111!IIIII!MIII1111111! 11111IfIHM!11! Page 149 of 830 G. Liberalization If we adopt any revision that would broaden the coverage under this policy without additional premium within 45 days prior to or during the policy period, the broadened coverage will immediately apply to this policy. H. Premiums 1. All Named Insureds shown in the Declarations are jointly and severally liable and responsible for the pay- ment of all premiums. 2. The first Named Insured shown in the Declarations will be the payee of any return premiums we pay. 1. Premium Audit 1. This policy is subject to audit if a premium designated as an advance premium is shown in the Declarations. We will compute the final premium due when we determine your actual exposures. 2. Premium shown in this policy as advance premium is a deposit premium only. At the close of each audit pe- riod we will compute the earned premium for that period. Audit premiums are due and payable on notice to the first Named Insured. if the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. 3. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. J. Transfer of Your Rights and Dirties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual Named Insured. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. K. Unintentional Errors or Omissions Your failure to disclose all hazards existing as of the inception date of the policy shall not prejudice you with re- spect to the coverage afforded by this policy, provided such failure or omission is not intentional. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonre- newal. Page 2 of 2 Includes copyrighted material of Insurance services Office, Inc. VIL 00102 05 Copyright 2004,!!!l!l!I!1111111W!!!!!1!I!!!l!I!!1!11111111111!1 Page 150 of 830 AMENDMENT NO. 1 TO CONTRACT NO. MNWNC-130 THIS AMENDMENT is by and between the State of Minnesota, acting through its commissioner of Administration ("State"), and Transource Service Corporation, 2405 W Utopia Rd, Phoenix, AZ 85027 ("Contract Vendor'). WHEREAS, the State has a Contract with the Contract Vendor identified as Contract No. MNWNC-130, April 1, 2015, through March 31, 2017 ("Contract"), to provide Computer Equipment: (Desktops, Servers, and Storage including Related Peripherals and Services); and WHEREAS, Minn. Stat. § 16C,03, subd. 5, affords the commissioner of Administration, or delegate pursuant to Minn. Stat. § 16C.03, subd. 16, the authority to amend contracts; and WHEREAS, the terms of the Contract allow the State to amend the Contract as specified herein, upon the mutual agreement of the Materials Management Division and the Contract Vendor in a fully executed amendment to the Contract. NOW, THEREFORE, it is agreed by the parties to amend the Contract as follows: 1. That Contract No. MNWNC-130 is extended through March 31, 2020, at the same terms and conditions. 2, The Contract Vendor shall provide Computer Equipment: (Desktops, Servers, and Storage including Related Peripherals and Services) at the prices set forth on the attached Exhibit B, Pricing Schedule. This Amendment is effective beginning April 1, 2017, or upon the date that the final required signatures are obtained, whichever occurs later, and shall remain in effect through contract expiration, or until the Contract is canceled, whichever occurs first. Except as herein amended, the provisions of the Contract between the parties hereto are expressly reaffirmed and remain in full force and effect. IN WITNESS WHEREOF, the parties have caused this Amendment to be duly executed intending to be bound thereby. 1. TRANSOURCE SERVICE CORPORATION The Contractor certifies that the appropriate person(s) have executed this Amendment on behalf of the Contractor as required by applicable a . les, bylaws -resolution r ordinances. By: i ure Curtis Wescott Printed Name Title: NASPO ValuePoint Contract Manaoer Date: 02/13/2017 By: Stghalure Ann Ting Printed Name Title: President Date: 02/13/2017 2. OFFICE OF STATE PROCUREMENT In accordance with Minn. Stat. § 16C.03, subd. 3. By: Title: Acquisition Management Specialist Date: 2� ( L-1 / 12 3. COMMISSIONER OF ADMINISTRATION Or delegated p sentative. By: Date:.T��%�_ CONTRACT NO. MNWNC-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 151 of 830 DEPARTME14T OF COMPUTER EQUIPMENT ADMINISTRATION 20142020 STATE PROCUREMENT Updated 04/01/2017 MINNESOTA WSCA-NASPO MASTER AGREEMENT AWARD EXHIBIT B - PRICING SCHEDULE LINK: CATEGORY EXCEPTION: Product Promotions 1% IMPORTANT: The minimum discount is provided, refer to Contract Vendor's Website for any additional discounts and request a quote for bulk/volume discounts. All prices shall be FOB Destination, prepaid and allowed (with freight included in the price). If there is a special case where inside delivery fee must be charged, the Contract Vendor will notifv the customer in advance. Accidental Damage — Complete Care: $150 Break/fix non warranty: $75/hour Desktop Installation: (options: copper, sterling and turquoise — see website for details) Capper=$25 Sterling Silver=$40 Turquoise=$75 Traininq $65/hour Contract Vendor does not offer leasin a. Per Transaction Multiple Unit: Over $250,000 = up to 2% additional on Transource systems from Baseline Pricing or 1% on peripherals Over $500,000 = up to 2.5% additional on Transource systems from Baseline Pricing or 1.25% on peripherals Over $1 million - up to 3.5% additional on Transource systems from Baseline Pricing or 1.5% on peripheral b. Cumulative Discounts are based on Total Master Agreement Sales: Over $20 million —Additional I% from Baseline Pricing Over $50 million — Additional 1.5% from Baseline Pricing Over $100 million — Additional 2% from Baseline Pricing c. Annual Volume Discounts: Over $2 million —Additional 1% from Baseline Pricing Over $5 million —Additional 1.5% from Baseline Pricing Over $10 million — Additional 2% from Baseline Pricing CONTRACT NO. MNWNG-130 MASTER AGREEMENT AWARD COMPUTER EQUIPMENT TRANSOURCE SERVICE CORPORATION Page 152 of 830 AMe N bmW TG ONTRACT M NW N I C : 1 : 30 PARTICIPAnNG ADDENDUM to the NASPO ValuePoint'Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-130 Transource Service Corporation And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ARCS Page 1 of 9 1. : The State of Minnesota, Department of Administration, Materials Management Division publicly conducted a Request four Proposal on behalf of the State of Minnesota and the National Association of State Procurement Officials Cooperative Procurement Program (NASPO ValuePoint) result ng in Master Agreement number MNWNC-130. The Master Agreement led by the State of Minnesota along with a multi -state sourcing team, was created for use by state agencies and other entities that are authorized by that state's statutes to utilize cooperative agreements, upon written approval of the State's thief procurement official. The Master Agreement for computer equipment (desktops, laptops, tablets, servers, and storage, and ruggedized devices,.including related peripherals & services) identifies the product bands awarded to the Contractor. This Participating Addendum (Addendum) is made and entered into as of the Effective Date by and between the State of Florida (Participating State. ) and Transource Service Corporation (Contractor). This Addendum allows for purchase of computer equipment from the Master Agreement.. This Addendum shall not diminish, change, or impact the rights of the lead State with regard to the Lead State's contractual relationship with the Contractor under the terms of the Master Agreement, 2. Particinatior►: Use of specific NASPO ValuePoint cooperative agreements by eligible users authorized by a Participating State's statutes are subject to the prior approval of the respective State Chief Procurement Officer. Issues of ;interpretation and eligibility for participation are solely within the authority of the State Chief Procurement Officer. 3. Order of P c : in the event of a conflict, the following documents shall have priority in the order set forth below: a. This Participating Addendum b. Exhibit 2, PUR 1000 c. Exhibit 1, Minnesota NASPO ValuePoint Master Agreement No. MNWNC-130. 4. Pil3icipating State i t a t: A. Upon execution of this Addendum, all eligible users may purchase products and services under contract using the Florida alternate contract source number 43211500-WSCA-15-ACS. Page 154 of 830 PART[CIPATING ADDENDUM to the NASPOValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No- MNWNC-130 Transource Service Corporation And The State of Florida Alternate Contract Source No. 43211SOO-WSCA-15-ACS Page 2 of 9 Eligible users acknowledge and agree to be bound by the terms and conditions of the Master Agreement except as otherwise specified in this Addendum,. 1. The following are modifications to the Master Agreement: a. PUR 1000 Form-, General Contract Conditions, is attached hereto and incorporated herein as Exhibit 2. b. Discriminatory Vendors. A vendor placed on the discriminatory vendor list pursuant to section 287.134 of the Florida Statutes may not be awarded or perform work as a contractor, supplier, sub -contractor, or consultant under a contract with any public entity, or transact business with any public entity. c. Effective Date: This Addendum shall become effective on the last date signed below and Is coterminous with Exhibit 1, unless terminated earlier by the Participating,.State. d. Vendor Registration and Transaction Fees: In order to complete any transaction betweenan eligible user and the Contractor, the Contractor must be registered with the Department of State, Division of CorporatIons.(Wmw,sunbiz."r ) and in NyFJorIdaMad=E[4M. Section 287.042(l)(h),.Florida Statutes, and We 6DA-1.031, Florida Administrative Code, Is hereby incorporated byreference. All transactions are subject to a transaction fee pursuant to the rule. e. Purchases: in order to procure products and services hereunder, eligible users shall issue purchase orders or use a purchasing cardwhich shall reference Florida altemate .contract source number 43211500-WSCA-15-ACS. Eligible users are responsible for reviewing the terms and conditions of this Addendum Including all Exhibits. f. Compliance with Laws: The Contractor shall comply with all laws, rules, codes, ordinances, and licensing. requirements that are applicable to the conduct of its business, Including those of federal, State, and local agencies having jurisdiction and authority. By way of non -exhaustive example, Chapter 287 of the. Florida Statutes and Rule 6OA-1 of the Florida Administrative Code govern this Addendum. By way of further non -exhaustive example, the Contractor shall comply vAth section 274A of the Immigration and Nationalization Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. Violation of any laws, rules, codes, Page 155 of 830 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota (Master Agreement No: MN11 NC -130 Transource Service Corporation .And The State of Florida Alternate Contract Source No. 43211500-WSCA 1S -ACS Page 3 of 9 ordinances, or licensing requirements shall be grounds for termination or nonrenewal of this Addendum. g. Additional Eligible User Terms: if any additional ordinance, rule, or other local governmental authority requires additional contract language before an eligible user can snake a purchase under this Addendum, the eligible user is responsible for entering a separate agreement with the Contractor and capturing that additional contract language therein. h. Provisions of section 287.058, Florida Statutes: The provisions of section 287,.058(1)(a) - (c) and (g), Florida Statutes, are hereby incorporated by reference. 1. Public Records: The Contractor shall allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with this Addendum, unless the records are exempt from section 24(a) of Article I of the State Constitution or subsection 119.07(i), Florida Statutes, The Participating State may unilaterally terminate this Addendum if the Contractor refuses to allow public access as required in this section. if, under this Addendum, the Contractor is providing services and is acting on behalf of the public agency as provided under subsection 119.011(2), Florida Statutes, the Contractor must; (1) Keep and maintain public records that ordinarily and necessarily would be required by the public agency In order to perform the service. (2) Provide the public with access to. public records on the same terms and conditions that the public agency would provide the records and at. a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, 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. (4) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Contractor upon termination of this Addendum and destroy any duplicate public records that are exempt,or confidential and exempt from public records disclosure requirements, All records stored electronically must be provided to public agency in a format that is compatible with the information technology systems of the public agency' Page 156 of 830 PARTICIPATING ADDENDUM to the NASPO ValuePoInt Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No; MNWNC-130 Transource.Service Corporation And The State of Florida Alternate Contract Source No. 43211500-�,VSCA-15-ACS Page 4 of 9 j. The. State of Florida's performance and obligation to pay under this Addendum is contingent upon an annual appropriation by the Legislature. The vendor shall comply with section 11.062, Florida Statutes and section 216.347, Florida Statutes, prohibiting use of funds to lobby the Legislature, Judicial,. or state agencies. B. Contract Document- This Addendum and its Exhibits set forth the entire agreement between the parties with respect to the subject matter of the contract C. intellectual Property* The parties do not anticipate that any intellectual property will be developed as a result of this Addendum. However, any intellectual property develo ed as a result of this Addendum will belong to and be the sole property of the Participating State. This provision will survive the terminaflon or expiration of the contract. D, Employment Eligibility Verification: Pursuant to State of Florida Executive Orders Nos.; 11-02 and 11-116, Contractor is required to utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment of all new employees hired by the Contractor during the contract term. Also, Contractor shall require resellers/partners performing work or providing services under this Addendum to utilize the E -Verify system: to verify employment of all new employees hired by the reseller/partner during the Addendum term, E. Price List/Preferred Price: The Contractor's price list will be the same as the SCA-NASP0 price list and the Department will post a link on the Departments website to the price list posted on the WSCA-NASPO website. Contractors are -encouraged to provide special pricing and/or tiered discount rates applicable to State of Florida Eligible Users wherever possible. Paragraph 4(b) of the PUR1000 Is not applicable. F. Scrutinized Company List: In executing this Addendum, Contractor certifies that it is not listed on either the Scrutinized Companies with Activities In Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Ust, created pursuant to section 215.473, Florida Statutes. Pursuant to subsection 28,7.135J5), Florida Statutes, Contractor agrees the Participating State may immediately terminate this Addendum for cause if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Page 157 of 830 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of IV[innesota Master Agreement No: MNWNC-130 Transource Service Corporation And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS Page 5 of 9 Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the term of the Addendum. G. Orders: Any Order placed by eligible users for a product and/or service available from the Master Agreement shall be deemed to be a sale under and governed by the prices and other terms and conditions of the Master Agreement and this Addendum. 1. The Contractor agrees to meet the following requirements. a. Provide appropriate contact information for eligible users to use for product an d/or service inquiries and purchases, as "tl as, the most up-to-date product/service offering the Contractor is authorized to provide in accordance with the Master Agreement and b. if orders are to be sent to resellers/partners for fulfillment then the Contractor is responsible for providing and updating this list of authorized resellers partners for use to the Participating State/Entity. 2. Contractor must be able to accept purchase orders via fax, e-mail, or cXML as identified In H.1 below. H. Electronic Invoicing-0The Contractor shall supply electronic invoices in lieu of paper-based invoices for those transactions processed through the MyFloridaMarketPlace (MFMP) within ninety (90) days from Addendum effective date. Electronic Invoices shall be submitted to the agency through the Ariba Network (AN) in one of three mechanisms as listed below: 1. cXML (commerce eXtensible Markup Language) This standard establishes the data contents required for invoicing via cXML within the context of an electronic environment.ThIs transaction set can be used for Invoicing via the AN for catalog and. non -catalog goods and services. The cXML format is the Ariba preferred method for e -Invoicing. 2. EDI (Electronic Data Interchange) This standard establishes the data contents of the Invoice Transaction Set (810) for use within the context., of Electronic Data Interchange (EDI) environment. This transaction set can be used for Invoicing via the AN for catalog and non -catalog goods and services. Page 158 of 830 PARTiaPATiNG Aomoum to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-130 Transource Service Corporation And The State of Florida Alternate Contract Source No. 43211500-WSCA-15-ACS 3. PO Flip via AN The online process allows Contractors to submit invoices via,the AN for catalog and non - catalog goods and services. Contractors. have the ability to create an invoice directly from their inbox in their AN account by simply "flipping" the PO Into an Invoice. This option does not require any special software or technical capabilities. For the purposes of this section, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third party provider of MFMP, a state contractor, the right and license to use, reproduce, transmit, distribute, and publicly display Withinthe system the information outlined above. In addition, the Contractor warrants and represents that it Is authorized and empowered to and hereby grants the State and the third party provider the right and license to reproduce and display within the system the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the. Contractor under the contract. The Contractor will work with the MFMP management team to obtain specific requirements for the electronic. invoicing if needed. Contract Quarterly Reports: The Contractor shall submit a Quarterly Report in the required format electronically to the Participating State/Entity within 30 days of the end of the quarter. the Participating State/Entity reserves the right to require the Contractor to provide additional reports %vithin 30 days written notice. Failure to provide the Quarterly Report or other reports requested by the Participating State/Entity may result in the Conmctor being found in default and may result in termination of this Addendum. Sales will be reviewed on a quarterly basis. Should no sales be recorded in two consecutive contract lquarters, the Participating State/Entity may terminate this Addendum, Business Review Meetings: The Participating State/Entity reserves the right to schedule business review meetings as frequently as necessary. The Participating State/Entity will provide the format for the Contractor's agenda. Prior to the meeting, the Contractor shall submit the completed agenda to the Participating State/Entity for review and acceptance. The Contractor Page 159 of 830 PARTICIPATING ADDENDUM to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota MasterAgreement No: MNW,NC-130 Transource Service Corporation And The State of Florida Alternate Contract Source No. 43211500-W, SCA -15 -ACS Page 7 of 9 shall address the agenda Items and any of the Participating State/Entity's additional concerns at the meeting.. Failure to comply with this section may result in the Contractor being found in default and Addendum termination. K.. Commitment to Diversity in Government Contracting- The State of Florida is committed to supporting its diverse: business Industry and population through ensuring participation by minority-, women-, wartime-, and service-disa bled veteran business enterprises in the economic life of the State. The State of Florida Mentor Prot6g# Program connects minority-, women-, wartime-, and service -disabled veteran business enterprises with private corporations for business development mentoring. We strongly encourage forms doing business with the State of Florida to consider this Initiative. For more information on the Mentor Protdgd Program, please contact the Office of Supplier Diversity at (&50) 487-0915 or odbglg@dms.mvflofida.com. Upon request, the Contractor shall report to the Office of Supplier Diversity spend with certified and other minority business enterprises. These reports will include the period covered, the name, minority code and Federal Employer Identification Number of each minority vend or utilized during the period. Commodities and services provided by the minority business. enterprise, and the amount paid to each minority vendor on behalf of each purchasing agency ordering under the terms of this Addendum. Resellers/Partners: The Contractor may use resellers/partners in order to provide computer equipment and services. All resellers/partners shall be the direct responsibility of the Contractor. The Contractor is responsible for all liability, terms and conditions within Master Agreement and this Addendum. The Contractors resellers/partners' participation will be in accordance with the terms and conditions set forth in the aforementioned Master Agreement and this Addendum. if a reseller/partner is authorized to conduct business on behalf of the Contractor and the reseller/partner is to receive compensation from the Contractor for its services, then any dispute between the Contractor and the reseller/partner shall be resolved between the Contractor and the reseller/partner. The State of Florida Is not a party to any agreement entered into between the Contractor and Its resellers/partners. The Contractor shall be responsible to report all contract sales (and pay any associated MFMP transaction fees), Page 160 of 830 PARTICIPATING ADDENDUM to the NASPO ValuePtint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: M NWNC-130 Transource Service, Corporation And The State of Florida Alternate Contract Source No. 432115W-WSCA45-ACS Page 8 of 9 including those of any such reseilers/partnersi and shall ensure that all such resellers/partners meet the fbilowing requirements: • Have an ACTIVE Registration with the Florida Department of State, Division of Corporations w.w.sunbiz.oref • Registered In the MFMP Vendor information Portal .(h-ttps./Ivendor.mvftoridaingrWpla;g.com • Not be an the State of Florida's Convicted, Suspended., or Discriminatory lists bUD:/]—WWw.dms.mvflorida.com/`­byLiness 2129rations/State purchgaiLiend or informatio n,&Mvj=d Iyapend di c" SgWplalnts vendor lists • Have a copy of e -Verify Status on file • Ha . ve a current V*9 filed with the Florida Department of Financial Services (bn p s. L A W n do- r, m y fl g r Lid qdo_QM.). M. Primary Contacts, The primary government contact individuals for this Addendum. are as follows (or their named successors): - Name Curtis Wescott Address Transource Service Corporation 2405 W. Utopia Road, Phoenix, AZ 85027 Telephone 2 623-879-Mext. 24 E-mail Curtisw@transource.com 0 +;1.ra 1, rntitif r - Name Barlq Address Florida Department of Management Services Esplanade Way, Suite 360, Tallahassee, FL 32399-0950 Telephone 950-921-4072 E-mail etilyn.balle @)dms.m&dda.com - -- Page 161 of 830 PARPCIPATING ADDENDUM, to the NASPO ValuePoint Cooperative Procurement Program COMPUTER EQUIPMENT MASTER AGREEMENT Administered by the State of Minnesota Master Agreement No: MNWNC-130 Transource Service Corporation And The State of Florida Alternate Contract Source No. 43211500-',IAISCA-15-ACS N. Warrant of Authority: Each person signing this Addendum warrants that he or she is duly authorized to do so and to bind the respective party. 7. Terms. The Participating State is agreeing to the terms of the Master Agreement only to the extent the terms are not in conflict with applicable law. IN wrrNESS WHEREOF, the parties have executed this Addendum as of the date of execution by Contractor below. PvtIcipalting State: contractor.. Florist! ;q By, Oy Name: Title: INA5?0-\,V Title: --�D DatcI ate: 4.1 FkwI;l6'4 Chi qo Proqor*ment Officer: game:o' — Roz Ingram Title-. Director of State Purchasing and Chief Procurement Officer Date. q I \ 1� lsz— Please email fully executed PDF copy of this document to EAftaspovaluegoint.orstai support documentation of participation and posting in appropriate data bases. Page 162 of 830 Exhibit. 2 43211500-WSCA-15-ACS, Computer Equipment State of Florida PUR 1000 General Contract Conditions 1. Definitions. 2. Purchase Orders. 3. Product Version. 4. Price Changes Applicable only to Term Contracts. S. Additional Quantities. 6. Packaging. 7. Inspection at Contrattoes Site. 8. Safety Standards. 9. Americans with Disabilities Act. 10. Literature. 11. Transportation and Delivery. 11. Installation. 13. Risk of Loss. 14. Transaction Fee. 15. Invoicing and Payment. 16. Taxes. 17. Governmental Restrictions. 18. Lobbying and Integrity. 19. Indemnification. 20, Limitation of Liability. 21. Suspension of Work. 22. Termination for Convenience. 23. Termination for Cause. 24. Force Majeure, Notice of Delay, and No Damages for Delay. 25. Changes. 26. Renewal. 27. Purchase Order Duration. 28. Advertising. 29, Assignment. 30. Antitrust. Assignment, 31; Dispute Resolution. 32. Employees, Subcontractors, and Agents, 33. Security and Confidentiality. 34. Contractor Employees, Subcontractors, and Other Agents. 35. Insurance Requirements. 36. Warranty of Authority. 137. WarrantV of Ability to Perform. 38. Notices. 39. Leases and Installment Purchases. 40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). 41. Products Available from the Wind or Other Handicapped. 42. Modification of Terms. 43. Cooperative Purchasing. yr =51 Page 163 of 830 4321150.0-WSCA-15-AC,S, Computer Equipment 44. Waiver. 45. Annual Appropriations. 46! Execution in Counterparts. 47. Sever -ability. 1. Definitions. The definitions contained In s. 6OA-1.001, E.A.C. shall apply to this agreement. The following additional terms are also defined: (a) "Contract' means the legally enforceable agreement that results from a successful solicitation. The parties to the. Contract will be the Customer and Contractor. (b) "Customer" means the State agency or other entity identified in a contract as the party to receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services Via purchase order or other contractual instrument from the Contractor under the Contract. The "Customer' may. also be the 'Buyer' as defined in the PUR 1001 if it meets the definition of both terms. (c) 'Product' means any deliverable under the Contract, which may include commodities, services, technology or software. (d) "Purchase order" means the form or format a Customer uses to make a pur . chose under the Contract (e.g., a formal written purchase order, electronic purchase -order, procurement card, contract or other authorized means). 2. Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall beat the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be ,deemed to incorporate by reference the Contract and solicitation terms and conditions. Any discrepancy between the Contract terms and the terms stated on the Contractor's order form, confirm tion, or acknowledgement shall be resolved in favor of terms most favorable to the Customer, A purchase order for services 4thin the ambit of section 287.059(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shalt designate a contract manager and a contract administrator as required by subsections 287.057(15) and (16) of the Florida Statutes. 3.. Product Version. Purchase orders shall be deemed to reference a manubcturer's most recently release model or version of the product at the time of the order, unless the Customer specifically requests in writing. an earlier model or version and the contractor is willing to provide such model or version. 4. Price Changes Applicable only toTerm Contracts. If this is a term contract for commodities or services, the following provisions apply. (a) Quantity Digguntfi. Contractors are urged to offer additional discounts for one time delivenl of large, single orders. Customers should seek to negotiate additional price concessions on quantity purchases. of any products offered under the Contract. State Customers shall document their files accordingly. (b) Best Pricing Offer. During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price. PUR 1000 (10/06) 2 6004.002, F.A.C. Page 164 of 830 Exhibit 2 4321I500-WSCA-15-ACS, Computer Equipment (c) k&l EEMV2as, In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to. the Contract Specialist documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then -authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the. promotion. (d) Tradg-In. Customers may trade4n equipment when making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair market value when trading equipment, and to keep accurate records of the process. For State agencies, it " be necessary to provide documentation to the Department of Financial Services and to the agency property custodian pursuant to Chapter 273, F.S. (e) LqUita_ble AdjustMSOL The Customer may, In its sole discretion, make anequitable adjustment in the Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in tne marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractoes control, (2) the volatility affects the marketplace or Industry, not just the particular Contract source of supply,. (3) the effect, on pricing or availability of supply, it substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss. S. AddKional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to exceed the threshold for Category Two at the prices submitted in the response to the solicitation. S. Pvtkaging. Tangible product shall be securely and properly packed for shipment, storage, and stocking in appropriate, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. Ail containers and packaging shall became and remain Custornees property. 7. inspection at Contractors Site. The Customer reserves the right to Inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. S. Safety Standards. All manufactured items and fabricated assemblies subject to operation -under pressure, operation by connection to an electric source, or operation, involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies; and the American Gas Associatlion for gas -operated assemblies. in addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to dean air and. water pollution. 9. Americans with DisaWlities AcL Contractors should identify any products that may be used or adapted for use by visually, hearing, or other physically impaired individuals. 10. Literature. Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc. PUR 1000 (10/06) 3 60A-1.002, F.A.C. Page 165 of 830 Exhibit 2 43211WO-WSCA-15-ACS, Computer Equipment IL Transportation and Delivery. Prices shall include all charges for packing, handling, freight, distribution, and inside del". Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, Within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of Inability or intentional delays shall be cause for Contract cancellation and Contractor suspension. 12. Installation. Where installation Is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor's authorized product and price list shall clearly and separately Identify any additional Installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound. installation Includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. if any alteration, dismantling, excavation, etc., is required to achieve Installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left.clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 13. Risk of. Loss. Matters of Inspection and acceptance are addressed in s. 215.422, F.S. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processin$ and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evideince of visible damage on. all copies of the delivering carrier's Bill of Lading; report damages to the Carrier and the Contractor, and pixivide the Contractor with a copy of the carrier's Bill of Lading and damage inspection, report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection, Upon rejection notification, the risk of loss of rejected or non -conforming product shall remain with tike Contractor. Rejected product not removed by the Contractor within ten days shall be deemed ahandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred In storing or eflicting removal or disposition of rejected product. 14. Transaction Fee. The State of Florida has instituted MyFloridaMarketPllace, a statewide eProcurement System ("System"). Pursuant to section 297.057(23), Florida Statutes (2002), all payments shall be asses -sed a Transaction Fee of one percent (1.0%), Which the Contractor shall pay to the State, unless exempt pursuant to 60A4.032, F.A.C. For payments within the State. accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments, to the Contractor, If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 604-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject, to audit by the State or Its designee. Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission, of the Contractor. klobnithstanding the foregoin& a Transaction`Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor's failure to perform. or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TPANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES! VENDOR LIST AS PROVIDED IN RULE 6OA-1.006, FJLC. PUR 1000 (10/06) 4 60A-1.062, F.A.C. Page 166 of 830 Exhibit 2 43211500--SCA-I5-ACS, Computer Equipment is. Invoicing and Payment. invoices shall contain the Contract number, purchase order number if applicable, and the appropriate vendor identification number. The State may require any other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract. At the State's option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the sVstern. Electronic invoices shall be submitted to the Customer through the Arlba Supplier Network ,(ASN) in one of the following. mechanisms — EDI 810, cXIVIL, or web -based invoice entry within the ASN. Payment shall be made in accordance. with sections 21SA22 and 287.0585 of the Florida Statutes, which govern time limits for payment of :invoices. invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State Agencies. The Customer is responsible for all payments under the Contract. A Custarnir's failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers. 16. Taxes. The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees! wages. Any exceptions to this paragraph shall. be explicitly noted by the Customer in the special contras=t conditions section of the solicitation or in the Contract or purchase order. 17 Governmental Restrictions. if the Contractor believes that .any governmental restrictions have been Imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the {Contract at no further expense to the Customer. g. Lobbying and Inte ity. Customers shall ensure compliance V41h Section 1.1.062, FS and Section 216.347, FS..he Contractor shall not, in connection with this or any other agreement with the .state, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee's decision, opinion, recommendation, vote, tither exercise of discretion, or violation of a known .legal dirty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), "gratuity" means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances,, deposits of maney, services, employment, or contracts of any kind. ,Upon request of the Customer's inspector General, or other a s_l orized State official, the Contractor shall provide any type of 'information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may Include, but shall not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor seal retain such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at. hgp.iLdlis,d2E,gM.fl.us/barMLOnKheduleL/Unsche_d_h-t—rnj. The Contractor agrees to reimburse the State for the reasonable casts of investigation incurred by the Inspector General or other authorized state official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the state which `results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to; salaries of investigators, including overtime; travel and lodging expensesi and expert witness and documentary fees, The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor's suspension or debarment. 19. Indemnifkatioin. The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the.State and Customers, and their officers, agents, PUR 1 (10106) 60/x-1.002, F.A.C. Page 167 of 830 Exhibit 2 43211SOOMSCA-15-ACS, Computer Equipment and employees, from suits, actions, damagesand costs of every name and description, including attorneys' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Cantractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer. Further, the Contractor shall tufty indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or Intellectual property tight, provided, however, that the foregoing obligation shall not apply to a Customer's misuse or modification of Contractor's 'products or a Customees operation or use of Contractor's products in a manner not contemplated by the Contract or the purchase order, if any product is the subject of an infringement -suit, or in the Contractor's opinion is Ilk* to become, the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non -infringing, if the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable, for any royalties. The Contractors obligations under the preceding two paragraphs with respect to any legal: action are contingent upon the state or Customer giving the Contractor (1) written notice of any action or threatened actio114 (2) the opportunity to take over and settle or defend any such action at Contractoes sole expense,. and (3) assistance in defending the action at Contractor's sole expense. The Contractor shall not be liable for any cost, expense, or comprorru-se incurred or made by the State dr.Customer in any legal action without the Contractor's prior written consent, which shall not be unreasonably withheld. 20. Limitation of Liability. For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor's liability under a contract Or purchase order for direct damages shall be limited to the greater of $100,000, the dollar -amount of the contract or purchase order, or two times the charges rendered I by the Contractor under the purchase order. This limitationshall not apply to claims arising under the Indemnity paragraph contain in this agreement. Unless 0 enivlse specifically enumerated in the Contract or in the purchase order,, no- p" shall be fiabie to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract> or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No 9" shall be liable for lost profits, lost revenue, or lost Institutional operating" savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice'to the Contractor,, retain such monies from amounts due Contractor as may be necessary to satisfy any Claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State, 21. Suspemlon. of Work. The Customer may in its sole discretion suspend any or all activities under the Contract or purchase erder, at any time, when in the best interests of the State to do so. The Customer shali provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension Include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer shall either (1) issue a notice authorizing resumption of work, at which time activity shall, resume, or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation. PUR 1000 (10/06) 6 6OA-1.002, FAC. Page 168 of 830 Exhibit 2 43211500-WSCA-15-ACS, Computer Equipment 22.. Termination for Convenience. The Customer, by written notice to the Contractor, may terminate the Contract in whole or, in part Am -hen the. Customer determines In its sole discretion that it is in the States interest to do so. The Contractor shall not furnish any.product after it receives the notice.of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cark-ellaticir; charges or lost profits. 23. Termination for Cause. The Customer may terminate the Contract if the ;Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance of the Contract, (3) honor any term of the Contract; or (4) abide by any statutory, regulatory, or licensing requirement, Rule 6OA-1.006(3), FA.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors, at any tier,, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beysnd the control, and without the fault or negligence, of the Contractor. If the. fallure to perform is caused by the default of a subcontractor at any tier, and If the cause of the default Is completely beyond the control of both.the Contractor and the subcontractori and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontractedproducts were obtainable from other sources in sufficient fwne for the Contractor to meet the required deliveru schedule. if, after termination, it is determined, that the Contractor was not In default, or that the default was excusable, the rights and. obligations of the parties shall be the sane as if tfiwe termination had been issued for the convenience of the Customer. The rights and remedies of the Customer in this clause are in addition to any other rights and remedies provided by law or under the Contract, 24, Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor shall not be responsible for delri resulting from Its failure to perform If neither the fault nor the negligence of the Contractor or Its emplovVes or agents coraributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes., fires, floods, or other similar cause wholly beyond the: Contractor's control, or for any of the foregoing that affbAct subcontractors or suppliers If no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the contractor shall notify the Customer in writing of the delay or potential delay and descrite the. cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor." had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR'S SOLE REMEDY Oft EXCUSE WITH RESPECT TO DELAY. Ptoviding notice In strict accordance with thts paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of, time I , shall be asserted against the Customer. The Contractor shall not be entitled to an. increase in the Contract price or payment of any kind from, the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or Inefficiency, arising because Of delay, disruption, interference, or hindrance from any cause whatsoever. if performance is suspended or delayed, in whole or in part, due to arid* of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the, deiay will significantly cept allocated impair the value of the Contract to the State or to Customers, in which case the Customer ay (1) a c performance or deliveries from the Contractor, provided that the Contractor grants preferential treatime, nt to Customers with respect to products subjected to allocation, or (2) purchase from other sources (withom recourse to and by the Contractor for , the related costs, and expenses) to replace all or part of the products that are the subject of the delay, which purchases maybe deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. 25. Chances, The Customer may unilaterally require, by written order, changes altering, addirg to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract, price or delivery date if the change affvtts the cost or time of PUR 1000 (10/06) 6OA-1.002, F.A.C, Page 169 of 830 Exhibit 2 432115,00-WSCA-15-ACS, Computer Equipment performance. Such equitable adjustments requirethe written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them. 26. Ren 1. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer, Any renewal shall specify the renewal price, as set forth in the solicitation response, The renewal must be In writing and signed by both parties, and is contingent upon satisfactory performance Evaluations and Subject to availability of funds. 27. Pvrchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract's term to be considered timely, The Contractor Is obliged to fill those orders in accordance with the contract's terms and conditions, Purchase orders received by the contractor after close of business on the last day of the state term or agency contract's term shall be considered void. Purchase, orders for a one-time delivery of commodities or performance of; contractual service.,;: shall be valid -through the, performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the single delivery/performance, and shall survive the termination of the Contract. Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery w1li occur after expiration of the state term or agency contract. For example, if a state term contract calls for deliverV .30 days after receipt of order (AROJ, and an order specifies de , livery will occur both in excess of 30 days ARO and after expiration of the state term contract, the Contractor will accept the order. However, if the Contractor expressly and it writing notifies the ordering office within ten (10) calendar days of receipt of the purchase order that Contractor will not accept the extended delivery terms beyond the, expiration of the state term. contract, then the purchase order Mil either be amend-ad in writing by the ordering entity within ten (1-0-1 days of receipt of the contractor's notice to reflect the state term contract delivery schedule, or it shall be considered withdrawn. 'The duration of purchase orders for recurring deliveries of commodities or performance of services shall not exceed the expiration of the state term or agency contract by more than tvielve. months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on oricin g plans and renewals: shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. I i1mely purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and cor.diWns of the state term or agency contract shall apply to the recurring delivery/perlormance as provided herein, and shall surdive the termination of the, Contract. Ordering offices stall not renew a. purchase order issued pursuant to a state term or agency contract if the underlying. contract expires prior to the effective date of the renewal. 28. Adverti.sing. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise linking the Contractor's name and either a description of the Contract or the name of the State or the Customer in arty material published either in print or electronically, to any entity that is not a party to Contract, except potential, or actual authorized distributors, dealers, resellers, or service representative. PUR 10DO (10/,06) 8 6OA-1.002, F.A.C. Page 170 of 830 43211500-WSCA-15-ACS, Computer Equipment 29, Asslgnrneft The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable. for performance of the contract,, unless the Customer expressly waives such secondary liability. the Customer may assign the Contract with prior written notice to Contractor of its intent to do so. 30. Antitrust Assignment."The Contractor and the State of Florida recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida. Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as to goods, materials or services purchasedin connection with the Contract. 31. Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by the Customer's designated contract manager, viiho shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the Customer a petition for administrative hearing. The Customer's decision on the petition,shiail be final, subject to the Contractor's right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of admir,Istrajtive remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120. Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or reiates to the Contract shall be the appropriate state court in Leon County, Florida, in any 5--111 action, Florida law shall apply and the parties waive any right to jury trial. 32. Employees, Subcontractors, and Agents. All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specifiedtraining qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualificatior. Ali, employees, subcontractors, or agents performing work. under the Contract must comply with all securltv and administrative requ I Irements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State .may conduct, and. the Contractor shall cooperate 'n, a securityback ground check or otherwise assess any employee, subcontractor, or agent furnished, by, the Contractor, The State may refuse access to, or require replacentent of, any personnel for cause, including,. but not limited to, technical or training qualifications, quality of ".0, change in security status, or rvon�vornphance w!' th a Customer's security or other requirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may rejectand bar from. any facility for cause any of the Contractor's employe s, subcontractors, or agents. 33, Security and Confidentiality, The Contractor shall comply fully with all security procedures of the United States, State of Florida andCustomer in performance of the Contract. The Contractor shall not divuige to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcon"ctors, offincers or employees in the course of pertonning Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential Information or material that is publicly available W.rough no fault of the Contractor, material that the Contractor developed independently without rely1rZ nn they State's or Customer's confidential Information, or material that is otherwise obtainable under State law as a public record. To Insure confidentlaOty, the Contractor shall take appropriate steps as to its personnel, agents, and sobcontractors. The warranties of this paragraph shall survive the Contract. PUR It O (10/06) 6OA-1.002, F.A.C. Page 171 of 830 Exhibit 2 43211500-WSCA.-15-,ACS, Computer Equipment 34, Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such. actions include, but are not limited to, ensuring that Contractor's employees, subcontractors,.and other agents receive, benefits and necessary insurance (health, workers' compensations, and unemptoyment) from an employer other than the State of Florida. 3S. Insurance Requirernianut. During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract, Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Upon request the Contractor shall provide certificate of insurance. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor's liability and obligations under the Contract. All insurance poll -des, shall be through insurers Whorized or eligible to write policies In Florida, 36. Warranty of Authority. Each person signing the Contract. warrants: that he or she is duly autiiorized to do so and to bind the respective party to the Contract. 37. Warranty of Ability to Perforra. The Contractor warrants that, to the best of Its, knowledge, there is r�o pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any w&ay prohibit, restrain, or diminish the Contractor's ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate Is currently on the convicted vendor list maintained pursuant to section 287.133 of, the Florida Statutes, or on any similar list maintained by any other state or the federal government. Tha Contractor shall immediately notify the Customer in writing if its ability to perform is compromised In any manner durthl; the term of thr% Contract. 38. Notices. All notices required under the Contract shall be delivered by certified mail, return t -receipt requested,, �y reputable air courier service, or by personal delivery to the agency designee identified in the original Solicitation, or as, otherwise identified by the Customer.. Notices to the Contractorshall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. 39. Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section 17,001, F,S.) is required for State agencies to enter Into or to extend any lease or Installment -purchase agreement in excess of the Category Two amount established by section 287.017 of the Florida Statutes. 40. Prison Rehabilitative Industries -and Diversified Enterprises, Inc: (PRIDE),, Section 946,515(21, F -S, requires the following statement to be included in the solicitation: "it is expressliV understood and agreed that any articles which are the slubject of, or required to carry out, the Contract shall be purchased frorn the corporation identified. under Chapter 9A6 of the Florida Statutes (PRIDE) In the same manner and under the same procedures set forth in se, --tion 946.,515(2) and (4) of the Florida Statutes; and for purposes ofthe Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned." Additional information about, PRIDE and the products it offers Is available at NUP.- 1W syr. pridgff.com. 41, Products Available from the Blind or Other liandicapped. Section 413.036(3), F -S -requires the following statement to be lnclvded In the solicitation: "it is expressly understood and agreed that any articles that are the subject of, or required. to carry out, this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner arid ender the same procedures set forth in section 413.036(1) and (2), Florida Statutes, and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the State agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about, the designated nonprofit agency and the products it offers is available at htto:/1www.resoe0oftridg.2rg. PUR 1000 (10/06) 10 60A-1.002, F.A.C. Page 172 of 830 Exhibit 2 432115W.WSCA-15-ACS,.Computer Equipment 42. madifkation of Terms. The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Customer and the Corttractor. The Contract may only be modified or amended. upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the contractor. No alteration or modification of the Contract terms, including s0stitutiion of product, shall be valid or binding, against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing 1xing additional terms to product upon delivery (e.g., attachment or Inclusion of standard preprinted forms, product literature, "shrink wrar terms accompanying or, affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor's order or fisca: forms, or other documents forwarded by the contraitor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. 41 Cooperative Purchasing. pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases at the terms and conditions contained herein. Non -Customer purchases are !ndlevendent of the agreement bet.veen Customer and Contractor, and Customer shall not be a party to anv transaction between the Contractor and any other purchaser. State agencies wishing to make purchases from this agreement are required to follow the provisions of s. 297,042(1fi)(a), F.S. This statute requires the Department of Management Services to determine that the requestor's use of the contract is cost-effective and In the best interest of.the State. 44. Waiver. The delay or failure by the Customer to exercise or enforce any of its rights under tines Contract shall not constitute or be deemed a waiver of the Customer's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 45. Annual Appropriations,. The State's performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature. 46. Execution in Counterparts.. The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 41.: verabil`itV. If a court deems any provision of the Contract void or uneriftirceable, that provision, shall be enforced, only to the extent that it Is not in violation of law or is not otherwise unenforceable and all othel provisions shall remain in full force and effect. PUR 1000 (10/06) 11 6OA-1,002, F.A,C. Page 173 of 830 C." Consent Agenda 5/4/2021 Requested Action by Commission: Proposed Resolution No. R21-043 -Authorize the City Manager to sign Professional Services Agreement with Community Greening Corp., of Delray Beach, FL as a result of RFP No. 014-2821-21/KP for Professional Community-based Tree Planting Program Services. Explanation of Request: Initial Agreement Term: May 5, 2021 thru May 4, 2023 On March 10, 2021, the RFP for Tree Planting Program services was advertised to invite Proposers to provide pricing for coordinating both Tree Planting events and Tree Giveaway events and also included pricing for specific Native & Fruit Trees. On March 25, 2021, Procurement Services received and opened one (1) proposal in response to the RFP, which was reviewed by Purchasing Services to ensure the proposal met the RFP requirements. The Evaluation Committee reviewed and ranked the single proposal. The Evaluation Committee was unanimous in their decision to make a recommendation to the City Commission to approve the ranking and award the subject agreement to the number one (1) ranked firm, Community Greening Corp. How will this affect city programs or services? On September 1, 2020, The Boynton Beach City Commission adopted a city-wide tree planting goal of 3,000 trees per year to achieve 20% tree canopy coverage by the year 2035. The award of this agreement will assist the City in achieving this goal. Fiscal Impact: Budgeted On December 1, 2020, the City executed an I nterlocal Agreement with the Boynton Beach Community Redevelopment Agency (CRA) to reimburse the City up to $60,650 in FY 2020-2021 for trees, materials, and equipment associated with tree plantings within the CRA Area. The City will cover the associated labor costs (estimated up to $31,000) which is allocated in the Utilities Sustainability Account #401-2821-536.94-44 Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: 2020 Climate Action Plan Strategy C-1.5 Urban Forestry. Page 174 of 830 Is this a grant? Grant Amount: Attachments: Type D Bid D l:RE)SC)k.JlbC)l['l D AgrE1ENrYIENI'lt D QLAOtE)S Dfa lba ShE)E)tS Description IREqLAE)St for Fliroposals Tir'EsE) Rainbing IFlirogira irn RE)SOkAboin approviing ChE) of RI:::T1 aind Agir'E)E)irTlE)l['lt for Tir'E)E) IRIaIrnIl ing IC lirogirairyl Ag r'E)E)irTlE)l['l t CoirnirTlUllllity C3ir'E)E)l['llll['lg CoirnirTlUllllity C:.,)ir'E)E)l['lil['lg Fliroposal� EM'.1k.jiaboin Scoir'E) Card Page 175 of 830 REQUEST FOR PROPOSALS (RFP) FOR TREE PLANTING PROGRAM RFP No. 014-2821-21/KP CITY OF BOYNTON BEACH CITY HALL 100 E. OCEAN AVENUE BOYNTON BEACH, FL 33435 ONLINE SUBMISSIONS ONLY RFP CLOSING DATE: NO LATER THAN MARCH 25, 2021, 2:30 P. M. Question Deadline: March 17, 2021, No Later Than 12:00 P.M. Wei M I N =1 =1 :1 WI -11 0 19 1 ko "029-0. TABLE OF CONTENTS Tableof Contents.............................................................................................................. Section 1 — Purpose, Background Information and Scope of Services ........................... Section 2 — Instruction to Proposers.................................................................................. Section 3 — Proposal Submission Requirements............................................................... Section 4 — Evaluation of Proposals.................................................................................. Section 5 — General Conditions......................................................................................... Section 6 - Special Conditions.......................................................................................... Appendix`A'...................................................................................................................... Proposer's Qualification Statement....................................................................... Anti -Kickback Affidavit........................................................................................... Non -Collusion Affidavit of Proposer....................................................................... Certification Pursuant to Florida STATUTE § 287.135 ........................................... e -Verify Form.......................................................................................... BidProposal........................................................................................... Appendix`B'...................................................................................................................... Draft Contract Agreement.........................................................................C1-C11 Insurance Advisory Form..........................................................................C12 Exhibit`A'......................................................................................................... 2020/2021 Schedule................................................................................. REQUEST FOR PROPOSAL FOR TREE PLANTING PROGRAM RFP No. 014-2821-21/KP Electronic Proposals shall be received by the bidding system no later than: March 25 2021, No Later Than 2:30 PM (Local Time). All Proposal's will be publicly opened and only the names of the Proposers will be disclosed. RFP's received after the assigned date and time are not permitted by the bidding system. For the above reasons, it is recommended that sufficient time to complete your online Submission and to resolve any issues that may arise. The closing time and date shall be determined by the Bidding System's web clock. ATTENTION, ALL INTERESTED RESPONDENTS: To obtain documents online please visit Boynton-beach.bidsandtenders.net Documents are not provided in any other manner. SCOPE OF SERVICES: The City of Boynton Beach is seeking qualified firms to submit proposals for a community-based tree planting program to help meet the City's tree canopy expansion goal. The selected proposer will plant trees in City parks and/or other City properties (not to exceed 500 trees per year), implement tree giveaways to residents (not to exceed 1,000 trees per year), and incorporate community education and engagement into all tree planting and giveaway events. The City is seeking services for a two-year base term with up to three additional one-year renewal options to extend the service agreement. The City reserves the right to increase or decrease the number of trees over the contract term. LOBBYING / CONE OF SILENCE: Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be imposed upon each competitive solicitation as of the deadline to submit the proposal, bid, or other response and shall remain in effect until City Commission awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing RFP No. 014-2821-21/KP TREE PLANTING PROGRAM of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. PUBLIC RECORDS DISCLOSURE: Pursuant to Florida Statutes §119.07, sealed Bids, Proposal or Responses received by the City in response to a Request for Qualification or Invitation to Bid are exempt from public records disclosure requirements until the City provides a notice of decision or thirty (30) days after the opening of the Proposals/Bids. If the City rejects all Responses submitted in accordance with a Request for Proposal/Qualification or Invitation to Bid, and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected Responses remain exempt from public disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A Bid, Proposal, Response or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all Bids, Proposals, or replies. Questions related to this Bid are to be submitted to the Purchasing representative through the Bidding System only by clicking on the "Submit a Question" button for this specific Solicitation. CITY OF BOYNTON BEACH RFP No. 014-2821-21/KP TREE PLANTING PROGRAM REQUEST FOR PROPOSAL FOR TREE PLANTING PROGRAM RFP No. 014-2821-21/KP SECTION 1 — PURPOSE, BACKGROUND AND SCOPE OF SERVICES PURPOSE AND INTENT The City of Boynton Beach Sustainability Department is seeking qualified firms to submit proposals for a community-based tree planting program to help meet the City's tree canopy expansion goal. The selected proposer will plant trees in City parks and/or other City properties (not to exceed 500 trees per year), implement tree giveaways to residents (not to exceed 1,000 trees per year), and incorporate community education and engagement into all tree planting and giveaway events. BACKGROUND The City completed its first Urban Tree Canopy Assessment in July 2020, documenting a citywide canopy coverage of 16.1 %, with 7.4% of additional plantable land area. The study quantified ecosystem services including urban heat island reduction, stormwater uptake, carbon sequestration, and air pollutant removal. The assessment also found that tree canopy is lower in low-income neighborhoods and those with higher percentages of racial and ethnic minorities. Following the study recommendations, on September 1, 2020 the City Commission unanimously adopted a citywide goal of planting 3,000 trees per year to increase the tree canopy to 20% by 2035 (Resolution R20-091). The aim is to achieve this goal through a combination of public and private -sector investments targeted in the areas of greatest need. In Fiscal Year 2020-2021, the City executed an Interlocal Agreement with the Boynton Beach Community Redevelopment Agency (CRA) to fund tree plantings within the CRA Area. The tree planting program aligns with the visions set forth in the City's 2020 Climate Action Plan (CAP), including to "Create a greener Boynton Beach by enhancing the tree canopy and native plant and wildlife communities," and to "Inspire citizen engagement and ensure that the benefits of climate action are shared equitably among all community members." To work toward the CAP visions and make meaningful progress toward the annual tree planting goal, the City has committed to fund tree plantings and tree giveaways, and launch a community engagement campaign to motivate resident participation. The City seeks a Firm to contribute to the citywide goal by implementing a tree planting program that includes the following: • Installation of trees in designated areas of City parks and/or City properties (not to exceed 500 trees per year). • Trees distributed to City residents through tree giveaway events and/or voucher programs (not to exceed 1,000 trees per year). • Community education and engagement incorporated into all planting and giveaway events. TERM OF CONTRACT The initial term of the contract awarded shall be for two (2) years and may be renewable for three (3) additional one (1) year periods. The City of Boynton reserves the right to increase or decrease the number of trees over the contract term. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM SCOPE OF SERVICES Tree Plantings The Contractor will plant trees each year in designated areas of City parks and/or other City properties. The planting numbers and locations will be determined by the City, based on the City's one-year tree plan, attached as Exhibit A. The Contractor must have a certified arborist on staff to collaborate with City staff on the best types of trees and placement for specific planting locations. Plantings should include a diversity of tree species that are native or known to thrive in South Florida, and will be selected for each location based on `Right Tree Right Place' principles. Once planted, the City will be responsible for maintaining trees in City -owned properties. The Contractor's scope of services includes, but is not limited to, the following: • Select, purchase, and deliver a pre -determined number of trees of select species (size :525G) to the planting location (see Exhibit A for the first-year tree plan) • Obtain dig ticket to obtain approval for locates before planting (Sunshine 811) • Promote the planting events to encourage community awareness and participation • Coordinate event logistics and staff the events, including a certified arborist to educate and manage volunteers • Furnish all labor, materials, equipment, and supervision to install trees; install stakes/guys; apply mulch; and conduct any necessary grading, herbicide treatment, watering, fertilizing, and weed removal • Provide one year of tree maintenance (this may include watering in some cases; see Section 6.8) Tree Giveaways The Contractor will coordinate the distribution of trees to City residents through tree giveaway events and/or voucher programs. Numbers and types of giveaway trees will be identified in the City's one-year tree plan, attached as Exhibit A. The Contractor will coordinate with City staff on the dates, locations, and formats of tree giveaway events, as well as the tree species to be included. The Contractor must have a certified arborist on staff to educate residents about planting and care of the tree species. The City will be responsible for hosting in-person events, assisting with event logistics including traffic management, and assisting with event promotion. The Contractor's scope of services includes, but is not limited to, the following: • Select, purchase, and deliver a pre -determined number of trees of select species (size <_7G) to the event location (or coordinate an equivalent voucher program) • Coordinate event logistics, promote the events, and staff the events • Provide educational materials about tree planting, care, and benefits; and have a certified arborist on site to answer attendees' questions THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM SECTION 2 — INSTRUCTIONS TO PROPOSERS 2.1 Electronic Requests for Proposals (RFP's) shall be received by the bidding system no later than: March 25, 2021, No Later Than 2:30 PM (Local Time). 2.2 Late responses are not permitted by the bidding system. It shall be the sole responsibility of the Proposer to have their RFP submittal submitted online. 2.3 Proposers shall acknowledge receipt of any addenda through the Bidding System by checking a box for each addenda and any applicable attachment. 2.4 It is the responsibility of the Proposers to have received all Addenda that are issued. Proposers should check online at Bovnton-beachebidsandtendersenet prior to submitting their Bid and up until Bid closing time and date in the event additional addenda are issued. 2.5 To obtain documents online please visit Bovnton-beachebidsandtendersenet. You can preview the bid documents with a Preview Watermark prior to registering for the opportunity. Documents are not provided in any other manner. 2.6 ELECTRONIC BID SUBMISSIONS ONLY, shall be received by the Bidding System. Hardcopy submissions not permitted. 2.7 Proposers are cautioned that the timing of their Bid Submission is based on when the Bid is RECEIVED by the Bidding System, not when a Bid is submitted, as Bid transmission can be delayed due to file transfer size, transmission speed, etc. 2.8 For the above reasons, it is recommended that sufficient time to complete your Bid Submission and to resolve any issues that may arise. The closing time and date shall be determined by the Bidding System's web clock. 2.9 Proposers should contact bids&tenders support listed below, at least twenty-four (24) hours prior to the closing time and date, if they encounter any problems. The Bidding System will send a confirmation email to the Bidder advising that their bid was submitted successfully. If you do not receive a confirmation email, contact bids&tenders support at su2port bidsandtenders.ca. 2.10 Late Submittal Responses are not permitted by the Bidding System. 2.11 To ensure receipt of the latest information and updates via email regarding this Invitation to Bid, or if a Proposers has obtained this Solicitation from a third party, the responsibility is on the Proposers to create a Bidding System Vendor account and register as a Plan Taker for the Solicitation. 2.12 All expenses for making RFP responses to the City are to be borne by the Proposers RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 2.13 A sample draft agreement that the City intends to execute with the successful firm(s) is contained within this Invitation to Bid for review. The City reserves the right to modify the contract language prior to execution. 2.14 Each Proposers, by submission of a bid response, acknowledges that in the event of any legal action challenging the award of an RFP; damages, if any, shall be limited to the actual cost of the preparation of the ITB. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM REQUEST FOR PROPOSAL FOR TREE PLANTING PROGRAM RFP No. 014-2821-21/KP SECTION 3 — PROPOSAL SUBMISSION REQUIREMENTS 3.1 SUBMISSION OF PROPOSALS A. General Requirements. The purpose of the Technical Proposal is to demonstrate the qualifications, competence, and capacity of the Firms seeking to undertake the requirements of this REQUEST FOR PROPOSALS. As such, the substance of the Proposal will carry more weight than their length, form or manner of presentation. The Technical Proposal should demonstrate the qualification of the Firm and the particular staff to be assigned to his engagement. It should also specify an approach that will meet or exceed the REQUEST FOR PROPOSALS requirements. The selected Firm(s) shall provide sufficient organization, personnel, and management to carry out the requirements of this RFP in an expeditious and economical manner, consistent with the needs of the City. Additionally, the selected Firm will be required to demonstrate recent experience with the successful completion of services similar to those specified within this RFP. B. Certification and Licenses. Proposers must include with their Proposals, copy(ies) of all applicable certificates and licensing, International Society of Arboriculture (ISA) Certification as an Arborist and business permits related to the Work specified herein. C. Detailed Proposal. Each of the eight (8) sections listed below shall be completed online through the bidding system. 1. Letter of Interest — To be completed online The Letter of Interest shall summarize the Proposer's primary qualifications and a firm commitment to provide the proposed services. 2. Firm's Qualifications — To be completed online a) Complete and submit Proposer's Qualification Statement, b) Describe the Firm's implementation plan and approach for i. Tree Plantings ii. Tree Giveaways C) Describe the Firm's method of Integrating community education and engagement into implementation of the above services. d) Provide a schedule for implementation for Year 1 of the contract. e) If the Principal Place of Business is different than the location specified in the Proposer's Qualification Statement, then proposer shall specify office location where each project will be managed and produced. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 3. Qualifications of Project Team and availability of specialty resources. — To be attached online Provide an overview of the qualifications of the specific project team to be submitted by the Firm/Individual to perform the requested services including: a) An organizational chart that clearly defines the lines of authority and specifically lists the Client Service Manager, Project Manager, and primary Project Professional. These project team members are hereafter referenced as "key project members". b) Provide resumes for all key project members outlining the relevant experience and education. 4. References — Past Performance — To be completed online Provide a list of three (3) governmental agencies references for similar contracts for which the Proposer has completed or are in progress within the past three (3) years with the following information: 1) Name of Agency, 2) Address and 3) Contact Name, Email Address and Telephone Number. The City is interested in learning of other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as a reference and that the City or their designee will be contacting them for information. Selection Committee Members or designee will email or call each reference up to three (3) times. If there is no answer after the third attempt, the City may apply no points for that project experience. 5. Submittal of General Information and Procurement Forms and Documents Procurement forms must be completed, signed and notarized when required and submitted. In addition, all other request and supporting documentation should be included. a) Proposer Acknowledgement — Online Acknowledgement b) Proposer Qualification Statement — Upload Online C) Price Proposal - Online Form d) Addenda Acknowledgement — Online Acknowledgement e) Anti -Kickback Affidavit — Upload Online f) Non -collusion Affidavit of Proposer — Upload Online g) Confirmation of Minority Owned Business - Online Form h) Certification Pursuant to Florida Statute § 287.135 - Upload Online i) Confirmation of Drug Free Workplace - Online Acknowledgement j) Palm Beach Inspector General - Online Acknowledgement k) Local Business Certification - Online Form 1) Statement of Non -Submittal (if applicable) - Online Form m) Schedule of Sub- Contractors — Online Form n) Submit current Florida Professional License(s), including evidence of possession of required licenses or business permits — Attach and Upload o) Submit proof of Professional Liability Insurance at the levels identified on the Insurance Advisory Form herein as an attachment. — Attach and Upload P) References — Online Form q) E -Verify Form Pursuant to Florida Statute § 448.095 — Upload Online r) Submit any Supplemental information relative to this RFP — Attach and Upload RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 6. Sub Consultants Form to Be Completed Online Sub -Consultant firms and key personnel from these firms shall be clearly identified. Proposers are to recognize that the City will not allow substitution of key project members during the Contract period without the agreement of the City. - Online Form PRICE PROPOSAL IS A SEPARATE DOCUMENT WHERE YOU WILL INPUT PRICES WITHIN THE SYSTEM THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM REQUEST FOR PROPOSAL FOR TREE PLANTING PROGRAM RFP No. 014-2821-21/KP SECTION 4 — EVALUATION OF PROPOSALS 4.1 EVALUATION CRITERIA The City will designate a Selection Committee to review and evaluate all proposals submitted in response to this solicitation. The Committee shall conduct a preliminary evaluation of all responses based on the information provided and other evaluation criteria as set forth in this solicitation. The selection of the best -qualified Respondent(s) will be based on whether the Respondent(s) are responsible and responsive which means a Firm that has submitted a proposal that conforms in all material respects to the requirements in this RFP, and will be evaluated as follows: CRITERIA POSSIBLE POINTS 1. Approach and Implementation 30 2. Qualifications and Experience 25 3. Proposed Fees 25 4. References 15 5. Local Preference (Yes — 5pts; No- Opts.) 5 TOTAL 100 A. Evaluation Process PURSUANT TO THE PROVISIONS OF F.S. 287.055, KNOWN AS THE "CONSULTANTS' COMPETITIVE NEGOTIATIONS ACT": 1. A Selection Committee consisting of City staff members, and outside consultant(s), if deemed necessary, will review each written submission for compliance with the requirements of the RFP, including verifying that each Proposal includes all documents required. In addition, the Committee will ascertain whether the provider is qualified to render the required services according to State regulations and the requirements of this RFP. 2. In the event less than three (3) firms express interest in a project or less than three (3) are deemed qualified by the Selection Committee, then Procurement Services shall make a determination as to whether to proceed with the lesser number of firms. If the decision is to re - advertise, and after a subsequent advertisement resulting in three (3) firms that still cannot be qualified, then the City shall proceed hereunder with the qualified firms. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 3. The Selection Committee will evaluate, score and rank all responsive and responsible proposals based on the requirements of the RFP and may create a short list of a minimum of three (3) firms deemed to be the most highly qualified to perform the required services. In the event there are less than three (3) responsive proposals, the committee will give further consideration to all responsive proposals received. 4. The Selection Committee may at its sole discretion, request additional information or clarification of any information submitted by Respondent(s). 5. The Selection Committee will conduct discussions, interviews, or require presentations from the shortlisted firms. Upon completion of the discussions, interviews or presentations, the Committee will re-evaluate, re -rate and re -rank the proposals remaining in consideration and based upon the evaluation criteria listed above. 6. Upon final ranking, the list of proposers recommended for award will be submitted to the City Commission for approval. 7. Upon approval by the City Commission, the City will negotiate an agreement(s) based on the attached draft contract found in Appendix "B" developed from this REQUEST FOR PROPOSALS. The City reserves the right to include additional provisions if the inclusion is in the best interest of the City, as determined solely by the City. Assuming the successful negotiation of an agreement, the final contract(s) will be submitted to the City Commission for their consideration and approval. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM REQUEST FOR PROPOSAL FOR TREE PLANTING PROGRAM RFP No. 014-2821-21/KP SECTION 5 — GENERAL CONDITIONS 1. FAMILIARITY WITH LAWS: The qualifier is assumed to be familiar with all Federal, State and Local laws, ordinances, rules and regulations that in any manner affect the equipment. Ignorance on the part of the qualifier will in no way relieve them from responsibility. 2. BID FORMS: The bidder will submit a bid on the bid forms provided. All bid prices, amounts and descriptive information must be legibly entered. The bidder must state the price and the time of delivery for which they propose to deliver the equipment or service requested. The bidder IS required to be licensed to do business as an individual, partnership or corporation in the State of Florida. Place all required bid forms in a sealed envelope that has the company's name and address, proposal title, number, proposal date and time on the outside of the sealed envelope. Proposals not submitted on appropriate proposal forms may be rejected. All proposals are subject to the conditions specified herein. Proposals which do not comply with these conditions are subject to rejection. 3. EXECUTION OF BID: Proposal must contain an original signature of a representative who is legally authorized to contractually bind the Proposer. 4. NO BID: A NO SUBMITTAL response can be submitted online through the e -Procurement bidding system. 5. BID DEADLINE: It is the Bidder's responsibility to assure that the BID is submitted electronic by or at the proper time and date prior to the BID deadline. Late Submittal Responses are not permitted by the Bidding System 6. RIGHT TO REJECT RFP: Right is reserved to reject any or all RFP's and to waive technical errors, or to accept any RFP's that are in part deemed as the best responsible qualifier which represents the most advantageous RFP to the City. In determining the "most advantageous RFP", price, quantifiable factors, and other factors are considered. This would include specifications, proposed schedule, the proposed price and other factors contributing to the overall acquisition cost of this service. Consideration may be given, but not necessarily limited to conformity to the specifications, including timely delivery, product warranty, a qualifier's proposed service, ability to supply and provide service, delivery to required schedules and past performances in other Contracts with the City or other government entities. 7. RIGHTS OF THE CITY: The City expressly reserves the right to: A. Waive as an informality, minor deviations from specifications at a lower price than the most responsive, responsible bidder meeting all aspects of the specifications and consider it, if it is determined that total cost is lower and the overall function is improved or not impaired; B. Waive any defect, irregularity or informality in any bid or bidding procedure; RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C. Reject or cancel any or all bids; D. Reissue an Invitation to Bid; E. Extend the bid deadline time and date; F. Procure any item by other means; G. Increase or decrease the quantity specified in the Invitation to Bid; H. Consider and accept an alternate bid as provided herein when most advantageous to the City. 8. STANDARDS: Factors to be considered in determining whether the standard of responsibility has been met include whether a prospective qualifier has: A. Available the appropriate financial, material, equipment, facility and personnel resources and expertise, or the ability to obtain such, necessary to indicate its capability to meet all contractual requirements; B. A satisfactory record of performance; C. A satisfactory record of integrity; D. Qualified legally to Contract within the State of Florida and the City of Boynton Beach; E. Supplied all necessary information in connection with the inquiry concerning responsibility. 9. QUALIFICATIONS OF BIDDERS: The City will only consider solicitation responses from firms normally engaged in performing the type of work specified within the Contract Documents. Vendor must have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to the City. Refer to Special Conditions for Additional Qualifications or Certification Requirements (if applicable). The City reserves the right to inspect the facilities, equipment, personnel and organization or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions. The City will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject responses where evidence or evaluation is determined to indicate inability to perform. The City reserves the right to consider a Vendor's history of any and all types of citations and/or violations, including those relating to suspensions, debarments, or environmental regulations in determining responsibility. Vendor should submit with its solicitation response a complete history of all citations and/or violations notices and dispositions thereof. Failure of a Vendor to submit such information may be grounds for termination of any contract awarded to successful Vendor. Vendor shall notify the City immediately of notice of any citations or violations which they may receive after the opening date and during the time of performance under any contract awarded to them. 10. DISQUALIFICATION OF BIDDER: More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names shall not be considered. All Bids shall be rejected if there is reason to believe that collusion exists between Bidders. Automatic disqualifiers are as follows: A. Not including an executed Bidder signature. B. Not being licensed to perform the required work or to provide the required product. C. Not being eligible to bid due to violations listed under Item No.38, "Public Entity Crimes." D. Not completing the Bid Submittal Forms as required. 11. INFORMATION AND DESCRIPTIVE LITERATURE: Proposers must furnish all information requested in the spaces provided on the RFP form. Further, as may be specified elsewhere, each qualifier must submit for RFP evaluation cuts, sketches, and descriptive literature and technical specifications covering the products offered. Reference to literature submitted with a previous RFP or on file with the buyer will not satisfy this provision. 12. INTERPRETATIONS: Any questions concerning conditions and specifications should be directed to the Purchasing representative through the Bidding System only by clicking on the "Submit a Question" button for this specific BID no later than ten (10) days prior to the BID deadline. Inquiries must reference the date by which the BID is to be received. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 13. CONFLICT OF INTEREST: The award hereunder is subject to all conflict of interest provisions of the City of Boynton Beach, Palm Beach County, of the State of Florida. All Bidders must disclose with their Bid, the name of each of its employees, agents, or relatives who are employees of the CITY. The Bidder represents and warrants to the CITY that no officer, employee, or agent of the CITY has any interest either directly or indirectly, in the business of the Bidder to be conducted hereunder. The Bidder further represents and warrants to the CITY that it has not employed or retained any company or person, other than a bona fide employee working solely for the Bidder, to solicit or secure this contract, and that it has not paid, or agreed to pay any person, company, corporation, individual, or Firm, other than the bona fide personnel working solely for the Bidder for a fee, commission, percentage, gift or other consideration, contingent upon or resulting from the award or making of this contract. The Bidder also acknowledges that it has not agreed as an expressed or implied condition for obtaining this contract to employ or retain the services of any person, company, individual or Firm in connection with carrying out this contract. It is understood and agreed by the Bidder that, upon the breach or violation of this Section, the CITY shall have the right to terminate the contract without liability and at its sole discretion, and to deduct from the contract price, or to otherwise recover the full amount of such fee, commission, percentage, gift or consideration paid by the Bidder. A. The Bidder represents that it presently has no interest, either direct or indirect, while performing the services required by this contract, which would conflict in any manner with Florida Statutes. The Bidder represents that no person having any such interest shall be employed during the term of this contract, including any officer, employee or agent of the CITY. B. The Bidder represents and warrants that it has no current contracts with any entity that would create any conflict of interest in the Bidder's ability to perform the services required by this contract. Further, the Contractor represents and warrants that throughout the term of this contract, it will not undertake any work that would create such a conflict of interest. C. The Bidder shall promptly notify the CITY in writing by certified mail or electronic mail of all potential conflicts of interest for any prospective business association, interest or other circumstance that may influence or appear to influence the Bidder's judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Bidder may undertake and request an opinion of the CITY as to whether the association, interest or circumstance would, in the opinion of the CITY, constitute a conflict of interest if entered into by the Bidder. If in the opinion of the CITY, the prospective business association, interest or circumstance would not constitute a conflict of interest by the Bidder, the CITY shall so state in the notification and the Bidder shall, at its option, enter into such association, interest or circumstance and it shall be deemed not in conflict of interest with respect to services provided to the CITY by the Bidder under the terms and conditions of this Contract. If the CITY determines that such potential relationship constitutes a conflict of interest, Bidder shall be in violation of its contract with the CITY if it enters into any relationship whatsoever with the prospective business. 14. TRADE SECRET: Any language contained in the Proposer's Proposal purporting to require confidentiality of any portion of the Proposal, except to the extent that certain information is in the City's opinion a Trade Secret pursuant to Florida law, shall be void. If a Proposer submits any documents or other information to the City which the Proposer claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (Public Records Laws), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt. The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Proposer's Proposal constitutes a Trade Secret. The City's determination of whether an exemption applies shall be final, and the Proposer agrees to defend, indemnify, and hold harmless the City its officers, employees, volunteers, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records. Proposals purporting to be subject to copyright protection RFP No. 014-2821-21/KP TREE PLANTING PROGRAM in full or in part will be rejected. EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR PROPOSAL AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR PROPOSAL OR ANY PART THEREOF AS COPYRIGHTED. 15. SUBCONTRACTING: If a qualifier subcontracts any portion of a Contract for any reason, they must state the name and address of the subcontractor and the name of the person to be contacted on the attached "Schedule of Subcontractors". The City of Boynton Beach reserves the right to accept or reject any or all RFP's wherein a subcontractor is named and to make the award to the qualifier, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. The City also reserves the right to reject the RFP of any qualifier if the RFP names a subcontractor who has previously failed in the proper performance of an award or failed to deliver on time Contracts of a similar nature, or who is not in a position to perform properly under this award. The City reserves all rights in order to make a determination as to the foregoing. 16. ADDENDA: From time to time, the City may issue an addendum to change the intent or to clarify the meaning of the Contract documents. Since all addenda are available to Bidder's through the City's e -Procurement system BOVntOn-beachebid sandtendersenet, it is the responsibility of each Bidder to have receive ALL addenda that are issued. Bidders should check online at Bovnton-beachebidsandtendersenet prior to submitting their bid and up until the bid closing time and date in the event additional addenda are issued. If a Bidder submits their bid prior to the BID closing time and date and an addenda have been issued, the Bidding System shall WITHDRAW the Bidder's submission and the submittal status will change to an INCOMPLETE STATUS and Withdraw the Bid Proposal. The Bidder can view this status change in the "MY BIDS" section of the Bidding System. The Bidder is solely responsible to: A. make any required adjustments to their Bid; and B. acknowledge the addenda; and C. ensure the re -submitted Bid is RECEIVED by the Bidding System no later than the stated bid closing time and date 17. ESCALATOR CLAUSE: Any RFP which is submitted subject to an escalator clause will be rejected 18. ADDITIONAL QUANTITIES: The City reserves the right to acquire additional quantities of the bid products or services at the prices bid in this invitation. If additional quantities are not acceptable, the bid sheets must be noted "BID IS FOR SPECIFIED QUANTITY ONLY". 19. EXCEPTIONS: Incorporation in an RFP of exceptions to any portion(s), of the Contract documents may invalidate the RFP. Exceptions to the Technical and Special Provisions shall be clearly and specifically noted in the qualifier's RFP on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS" and this sheet shall be attached to the RFP. The use of qualifier's standard forms or the inclusion of manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract documents. 20. ALTERNATES: Where a base bid is provided for, the bidder shall submit a bid on the base bid and may exercise their own prerogative in submitting a bid on alternate items. The Owner reserves the right to accept or reject the alternates or base bid or any combination thereof. The Owner, or a representative, further reserves the unqualified right to determine whether any particular item or items of material, equipment, or the like, is an approved equal, and reserves the unqualified right to a final decision regarding the approval or rejection of the same. 21. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City Manager shall be final and binding on both parties. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 22. ANTITRUST CAUSE OF ACTION: In submitting an RFP to the City of Boynton Beach, the respondent offers and agrees that if the RFP is accepted, the respondent will convey, sell, assign or transfer to the City of Boynton Beach all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City of Boynton Beach. At the City of Boynton Beach's discretion, such assignment shall be made and become effective at the time the purchasing agency tender's final payment to the respondent. 23. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship or performance of the items offered on this RFP prior to their delivery, it shall be the responsibility of the successful qualifier to notify the City at once, indicating in a letter the specific regulation which required an alteration. The City reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract at no expense to the City. 24. LEGAL REQUIREMENTS: Federal, State, County, and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the qualifier will in no way be a cause for relief from responsibility. 25. ON PUBLIC ENTITY CRIMES - All Request for Proposal Invitations as defined by Section 287.012(l 1), Florida Statutes, Requests for Proposal as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted Professional list following a conviction for public entity crime may not submit an RFP on a contract or provide any goods or services to a public entity, may not submit an RFP on a contract with a public entity for the construction or repair of a public building or public work, may not submit RFP's 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 for a period of 36 months from the date of being placed on the convicted Professional list". 26. ADVERTISING: In submitting an RFP, the qualifier agrees not to use the results therefrom as a part of any commercial advertising. Violation of this stipulation may be subject to action covered under "NONCONFORMANCE TO CONTRACT CONDITIONS". 27. ASSIGNMENT: Any Purchase Order issued pursuant to this RFP invitation and the monies which may become due hereunder are not assignable except with the prior written approval of the City. 28. LIABILITY: The selected bidder(s) shall hold and save harmless the City of Boynton Beach, Florida its officers, agents, volunteers and employees from liability of any kind in the performance of this Contract. Further, the selected bidder(s) shall indemnify, save harmless and undertake the defense of the City, its City Commissioners, agents, servants an employees from and against any and all claims, suits, actions, damages, or causes of action arising during the term of this Contract, for any personal or bodily injury, loss of life, or damage to property arising directly or indirectly from bidder's operation pursuant to this Contract and from and against all costs, attorney fees, expenses and liabilities incurred in and about any such claims, the investigation thereof, or the defense of any action or proceedings brought thereon, and from and against any orders or judgments which may be entered therein. The City shall notify the bidder within ten (10) business days of receipt by the City of any claim, suit or action against the City arising directly or indirectly from the operations of the bidder hereunder, for which the City may be entitled to a claim or indemnity against the bidder, under the provisions of this Contract. Bidder shall have the right to control the defense of any such claim, suit, or actions. The bidder shall also be liable to the City for all costs, expenses, attorneys' fees and damages which may be incurred or sustained by the City by reason of the bidder's breach of any of the provision of the contract. Bidder shall not be responsible for negligent acts of the City or its employees. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 29. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the Professional, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, school boards, political subdivisions, counties, and cities. Each governmental agency allowed by the Contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 30. AWARD OF CONTRACT: The low monetary bid will NOT in all cases be awarded the Contract or Purchase Order. Contracts or Purchase Orders will be awarded by the City to the most responsive, responsible bidder whose bid represents the most advantageous bid to the City, price and other factors considered. Evaluation of bids will be made based upon the evaluation factors and standards set forth herein. The City reserves the right to reject any and all bids and to waive technical errors as set forth herein. In the event of a Court challenge to an award by any bidder, damages, if any, resulting from an award shall be limited to actual bid preparation costs incurred by the challenging bidder. In no case will the award be made until all necessary investigations have been made into the responsibility of the bidder and the City is satisfied that the most responsive, responsible bidder is qualified to do the work and has the necessary organization, capital and equipment to carry out the required work within the time specified 31. FUNDING OUT: The resultant 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 for 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. 32. AS SPECIFIED: A Purchase Order will be issued to the successful bidder with the understanding that all items/services delivered must meet the specifications herein. Items/services delivered not as specified, will be returned at no expense or penalty to the City of Boynton Beach. 33. DELIVERY: Prices shall be quoted F.O.B. Boynton Beach, Florida. F.O.B. destination indicates that the seller is responsible for the shipment until it reaches its destination. Any and all freight charges are to be included in the bid total. The bidder's invoice payment terms must be shown. 34. WARRANTY REQUIREMENTS: Each item, including all components and all installed accessories and equipment, shall be guaranteed by the bidder to be free of defective parts and workmanship. This warranty shall be for a period of 365 days or the time designated in the standard factory warranty, whichever is longer. The warranty will be the same as that offered to the commercial trade and shall be honored by any of the manufacturer's authorized dealers. Warranty will cover parts, labor and any necessary shipping. Warranty repairs may be accomplished on City property, if space is available; this will be at the sole discretion of the City. Contact Procurement Services for permission to perform warranty service on City property. Warranty to start at the time of acceptance by the City; however, in cases where vehicles or equipment are not immediately placed in service, the bidder will provide a delay of warranty start-up time. The period of warranty delay will be coordinated by Procurement Services. 35. PRICES, TERMS AND PAYMENT: Bid prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, bid prices shall be so fixed and firm for a period of ninety (90) calendar days. Prices must be submitted as outlined in the bid specifications. Generally, the prices must be submitted in units of quantity whereby both unit price and extended total shall be submitted. In case of discrepancy in computing the amount of the Bid, the Unit Price quoted shall govern. All prices shall be F.O.B. destination, freight pre -paid (unless otherwise stated in the Special Conditions). Award, if made, shall be in accordance with the terms and conditions stated herein. Each item must be Bid separately and no attempt is to be made to tie any item or items in with any other item or items. Payment shall be made only after installation and acceptance for materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. All payments shall be governed by the Local Government Prompt Payment Act, F.S. § 218. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 36. TAXES: Do not include State or Federal taxes. Not applicable to municipalities. 37. MISTAKES: Bidders are cautioned to examine all terms, conditions, specifications, drawings, exhibits, delivery instructions, bid prices, extensions and all instructions pertaining to the ITB. 38. INVOICING AND PAYMENT: Payment for any and all invoice(s) that may arise as a result of a Contract or Purchase Order issued pursuant to this Bid Specification shall minimally meet the following conditions to be considered as a valid payment request. If progress payments are applied for, all invoicing and payments shall be as stipulated under the Special Conditions section titled "Progress Payments". All invoices shall be based upon and submitted with an approved Schedule of Values. Said Schedule of Values shall also contain a percentage breakdown of the supplies and services completed for which payment is requested in comparison to the total contract. All invoices submitted shall consist of an original and one (1) copy and: A. Contain the Bidder's Federal Employer Identification Number. B. Clearly reference the subject Contract or Purchase Order number; C. Provide sufficient salient description to identify the goods or services for which payment is requested; D. Must be an original or legible copy of a signed delivery receipt including both manual signature and printed name of a designated CITY employee or authorized agent; be clearly marked as "partial", "complete", or "final" invoice. The CITY shall accept partial deliveries. Timely submission of properly certified invoice(s) shall be in strict accordance with the price(s) and delivery elements as stipulated in the Contract document. The CITY's term of payment, unless otherwise stated in the Contract or Purchase Order documents is "Net 30 Days" after acceptance of goods or services and receipt of an acceptable invoice as described herein. Any other items of payment must have been previously approved by the CITY and appear on the Contract or Purchase Order document to be binding on the CITY. Should the CITY return an invoice for correction, the Vendor shall resubmit a corrected invoice to the CITY for processing. 39. PROMOTIONAL PRICING: In addition, Bidder shall offer to the CITY, during the Contract period, any item(s) offered on a "promotional" basis from the manufacturer. It shall be the successful Bidder's responsibility to monitor such item(s) and report any that are or shall be offered at lower price. 40. CONTRACTUAL AGREEMENT: The submission of a Bid constitutes a firm offer by the Bidder. Upon acceptance by the CITY, the Procurement Services Division shall issue a notice of award and purchase order(s) and/or contract for any supplies, equipment and/or services as a result of this Bid. The Invitation to Bid and the corresponding purchase order(s) and/or contract shall constitute the complete agreement between the successful Bidder and the CITY. Unless otherwise stipulated in the Bid documents or agreed to in writing by both parties, no other contract documents shall be issued or accepted. 41. LICENSE AND PERMITS: It shall be the responsibility of the successful qualifier to obtain all licenses and permits, if required, to complete this service at no additional cost to the City. Licenses and permits shall be readily available for review by the Assistant to the Finance Director and City Inspectors. 42. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: Qualifier certifies that all material, equipment, etc., contained in this RFP meets all O.S.H.A. requirements. Qualifier further certifies that if awarded as the successful qualifier, 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 materials, equipment, etc., into compliance with the aforementioned requirements shall be borne by the qualifier. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM Qualifier certifies that all employees, subcontractors, agents, etc. shall comply with all O.S.H.A. and State safety regulations and requirements. 43. 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. 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. 44. 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 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 CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 100 EAST OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6061 RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 45. LOCAL BUSINESS PREFERENCE; The City of Boynton Beach Administrative Policy No. 10.16.01 provides for a local business preference. "For all acquisitions made pursuant to Sealed Competitive Bid, as provided in Sec. 10.05, the City shall give preference to a Local Business if the Local Business' bid is determined to be within five percent (5%) or five thousand dollars ($5,000.00), whichever is less, of the lowest responsible and responsive bidder. In revenue generating contracts where award, if any, is to be made to the bidder returning the highest amount to the City, the same preference set forth herein shall be applied with respect to the highest bid." In order to be considered for a local business preference, a bidder must include the Local Business Status Certification Form at the time of bid submittal. Failure to submit this form at the time of bid submittal will result in the bidder being found ineligible for the local business preference for this solicitation. Failure of the contractor to comply with the provisions set forth in this General Condition shall constitute a Default and Breach of the Agreement with the City. 46. DIRECT OWNER PURCHASES: The CITY reserves the right to issue purchase orders for materials to either the Contractor's or the CITY's suppliers for construction/public works related materials. 47. SCRUTINIZED COMPANIES - 287.135 and 215.473: By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer 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. 48. E -VERIFY: Contractor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. 1) Definitions for this Section: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E -Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2) Registration Requirement; Termination: Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E -verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: RFP No. 014-2821-21/KP TREE PLANTING PROGRAM a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E - Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM REQUEST FOR PROPOSAL FOR TREE PLANTING PROGRAM RFP No. 014-2821-21/KP SECTION 6 — SPECIAL CONDITIONS It will be the responsibility of the successful Proposer to supply necessary labor for completion of services if requested by the City of Boynton Beach. 2. The City by written notice may terminate in whole or in part any Contract resulting from this RFP when such action is in the best interest of the City. If the Contract(s) are so terminated the City shall be liable for only payment for services rendered prior to the effective date of termination. Services rendered will be interpreted to include costs of items already delivered plus reasonable costs of supply actions short of delivery. 3. It shall be the responsibility of the successful Proposer to maintain workers' compensation insurance, professional liability, property damage liability insurance and vehicular liability insurance; during the time any of his personnel are working on City of Boynton Beach property. Loss by fire or any other cause shall be the responsibility of the vendor until such time as the items and/or work has been accepted by the City. The successful Proposer shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best's Key Rating Guide, latest edition. The City of Boynton Beach reserves the right, before awarding a Contract to require a Proposer to submit such evidence of qualifications as it may deem necessary, and may consider any evidence available to it of the financial, technical and other qualifications and abilities of a Proposer, including past performance (experience) with the City in making the award in the best interest of the City. 4. Locations of tree plantings will be in public right of ways (parkways, City parks, medians, and other specified facilities) within the City of Boynton Beach. Specific locations for each planting event shall be determined by the City in consultation with the Contractor. The Contractor is responsible for obtaining approval for locates (Sunshine 811) before performing any tree installations. In cases where there is a utility conflict with a tree planting location, the Contractor shall use all possible means and methods, inclusive of manual work such as hand digging, to perform the work and avoid damage to utilities. 5. All trees must have a one (1) year warranty from the date of final acceptance of installation. The Contractor must provide a written warranty for each planting, which must provide details as to the location of the planting, materials planted, and the effective date of the warranty. 6. The Contractor will be responsible for periodically inspecting the trees and other plantings under warranty and identifying any replacements that may be required. Where the Contractor identifies the need for such replacements, the Contractor must notify the City in writing, within seven (7) days of such determination. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 7. The City will notify the Contractor in writing of any trees, planting, or other work, which do not appear to be healthy or which require replacement. The Contractor must, within seven (7) days notify the Project Manager of the conditions of the tree, planting, or work, state the action that will be taken, and the timeframe in which such action will be taken. At the City's sole discretion, replacement of trees and other plantings may be required when the City determines that: a) Tree or planting is not in a healthy growing condition and the tree or planting will not meet the minimum quality indicated in the specifications prior to the expiration of the warranty period. b) Not at the "Florida No. 1" quality level at the end of the guarantee period. c) The tree or planting is dead. 8. The Contractor is responsible to ascertain the location and accessibility of any utilities and potable water sources necessary to perform the work. The Contractor is responsible for all power for the performance of the work, including the use of a generator. The use of a generator may be subject to the prior approval of the City should the work be in a primarily residential neighborhood. The Contractor is responsible for distribution of water to the areas of planting during a one-year establishment period after planting. If there is no source of potable water available at the job site approved for use, then the Contractor will be responsible for bringing in a water truck or tank for hand watering. If during the planting, water availability previously agreed to, is curtailed, the Contractor must notify, in writing within 24 hours, the City of the condition and, if the Contractor deems necessary, his or her intent to cease work until water is restored. For trees already installed prior to cut-off of water availability, the Contractor will continue to be responsible for providing water as required by specifications. Contractor must provide the Parks Superintendent or designee with a watering scheduling for all trees previously planted that are within the required watering period. The watering schedule must be provided on a monthly basis with the Contractor's report. The Contractor is solely responsible for making all arrangements for any staging site(s) that may be necessary for the performance of the work. The Contractor will be responsible for obtaining any necessary permits and permissions, as well as for all site security and any loss, damage or theft to its equipment and materials. The City at its sole discretion may make a staging site available for use by the Contractor. If such a site is made available by the City, the City assumes no responsibility or liability and the Contractor will be responsible for any loss, damage or theft to its equipment and materials. The Contractor will also be responsible for restoring the site to its pre-existing condition after the Contractor's use of the site. 10. Upon written notice from the Contractor that the work at a site is complete and ready for inspection, the Contractor must notify the City's representative requesting that a substantial completion inspection be performed. The City's representative will make arrangement for the inspection and notify the Contractor in writing of the time and date. Based on the substantial completion inspection, the City will determine, (1) the work meets all the requirements and should be inspected, or (2) work does not meet all the requirements and requires corrective action. Where the City determines that the work does not meet the requirements of the contract, the City will prepare a list of all corrective work that must be performed for the City to accept the work. The City and the contractor will determine a timeframe for completion of all the corrective work. Upon completion of the list the contractor will request another substantial completion inspection be conducted. Failure of the contractor to complete the list of corrective actions may result in the City finding the contractor in default. The City may, at its sole discretion elect to complete or have completed by list of work by others should the Contractor fail to meet the stipulated timeframe. Should the City elect to take such action any costs incurred by the City will be deducted from any payments due the contractor. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM The Contractor will be notified in writing of the final acceptance of all work. 11. Inspections by the City of Boynton Beach will take place throughout the contract period. Complaints shall be documented and forwarded to the selected Proposer for immediate resolution. It is the responsibility of the selected Proposer to resolve all complaints with 24 hours of notification from the City. 12. The selected Proposer shall promptly notify the City of any needed repairs and/or damage to fixtures, building, and appurtenances observed during the performance of the services. Any item of a critical, priority, or emergency nature shall be verbally reported immediately to the City upon discovery, with written notification to follow prior to the end of the work shift. 13. The selected proposer's employees shall always wear uniforms while on the job. Name of contractor shall be on shirts. Shirts are always to be worn while working in the City. A safety vest, meeting FDOT standards, shall always be worn when employee is working in roadways or rights-of-way. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM =1 Ll 111 K19-11 PROPOSER'S QUALIFICATION STATEMENT c �,,,�- II'J/II y II `y ll 1J. ' 1,,,JI y I y 0 I' J IIJ; The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 100 E. Ocean Avenue Boynton Beach, Florida 33435 Submitted By Name: Address: CITY, State, Zip: Telephone No.: _ Fax No.: Email Address.: f-1— Corporation Partnership Individual Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: The address of the principal place of business is: 2. If Proposer is a corporation, answer the following: a b C. d. e Date of Incorporation: State of Incorporation President's name: Vice President's name: Secretary's name: RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 3. f. Treasurer's name: g. Name and address of Resident Agent: If Proposer is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ownership units of all partners: C. State whether general or limited partnership: 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Did you attend the Pre -Proposal Conference if any such conference was held? YES = NO 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) 11. State the name of the individual who will have personal supervision of the work: 12. State the name and address of attorney, if any, for the business of the Proposer: 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number a. Government Related Work b. Non -Governmental Related Work Total Work a +b): Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone 18. Provide description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 20. Is the financial statement submitted with your proposal (if applicable) for the identical organization named on page one? YES = NO 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 22. What will be your turnaround time for written responses to City inquires? 23. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description, the disposition of each such petition. 24. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. 25. List and describe all criminal proceedings or hearings concerning business related offenses to which the Proposer, its principals or officers or predecessors' organization(s) were defendants. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 26. Has the Proposer, its principals, officers or predecessors' organization(s) been convicted of a Public Entity Crime, debarred or suspended from bidding by any government during the last five (5) years? If so, provide details. The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposer's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. (Signed) (Title) Subscribed and sworn to before me This day of 12020 Notary Public (Signature) My Commission Expires: RFP No. 014-2821-21/KP TREE PLANTING PROGRAM ANTI—KICKBACK AFFIDAVIT C U'17111 II y II y G -;`,,J II y d.,,Jh II y II G ;, Il y II y U' 1J. II11J, 11 STATE OF FLORIDA SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my integrator or by an officer of the corporation. Sworn and subscribed before me this day of NOTARY PUBLIC, State of Florida at Large "OFFICIAL NOTARY SEAL" STAMP RFP No. 014-2821-21/KP TREE PLANTING PROGRAM Mr NAME - SIGNATURE 2020 Printed Information: NAME TITLE COMPANY NON -COLLUSION AFFIDAVIT OF PROPOSER /II II y II y // -;" 1J II y d.,,Jh II y II l ;, Il y II y 0II' 1J. III °1J;11 State of County of ) 1) He is (Title) has submitted the attached RFP: , being first duly sworn, deposes and says that: of , the proposer that (Name of Corporation or Integrator) 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFP is genuine and is not a collusive or sham RFP; 4) Further, the said proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other proposer, integrator or person to submit a collusive or sham RFP in connection with the Contract for which the attached RFP has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other proposer, integrator or person to fix the price or prices in the attached RFP or of any other proposer, or to fix any overhead, profit or cost element of the RFP price or the RFP price of any other proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Subscribed and sworn to before me This day of RFP No. 014-2821-21/KP TREE PLANTING PROGRAM (Signed) (Title) 20 Notary Public (Signature) My Commission Expires: cr ,' F �v CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 /II II y II y // -;,JI' J II y d.,,Jh II y II l ;,Jl y II y 0II' 1J. III °J; 11 I, on behalf of certify Print Name and Title Company Name that does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant 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 Consultant 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 Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Consultant, I hereby certify that the company identified above in the section entitled "Consultant Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. COMPANY NAME SIGNATURE PRINT NAME TITLE RFP No. 014-2821-21/KP TREE PLANTING PROGRAM page 2111 0 -IF 819d E -VERIFY FORM "TO IIRE CQI III' IIL.IIETIIED AND UIII' IL.OAJQEIQ GI IIL.IIIII II Project Name: Project No.: 1. Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E -Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1, 2021, Contractors, shall register with and use the E -verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) Should vendor become the successful Contractor awarded for the above-named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E -Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (1) Fla. Stat., the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s. 448.095 (2), but the Contractor otherwise complied with s. 448.095 (2) Fla. Stat., shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a) or b) is not a breach of contract and may not be considered as such. d) 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. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM Company Name: Authorized Signature: Print Name: Title Date: Phone: STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this day of by on behalf of He/she is personally known to me or has produced as identification. NOTARY PUBLIC (Name of Notary Typed, Printed or Stamped) Title or Rank Serial number, if any RFP No. 014-2821-21/KP TREE PLANTING PROGRAM BID PROPOSAL `JR1D III' ROIII' 0SAJL. W1LJL. IIRE III II III' UT VIII TO TII14E IIL IIIIIDID1MG SYSTEM,- R1DS & TIIEI IIDIERS"," The undersigned declares that he/she has carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of service required. The undersigned proposes to deliver the service in accordance with the specifications for "TREE PLANTING PROGRAM" 1. Unit prices are fixed until the end of the first term. 2. The quantities as indicated in the following worksheets have been inserted to establish the multiplier which will be used to determine the lowest Bidder. Actual quantities, which will be ordered by the City during the Contract Period, may vary substantially from the quantities listed in the following worksheets. 3. The unit prices for Events should include all costs of organizing, promoting, staffing, and executing the event itself. Event costs do not include the costs of furnishing, installing, and maintaining the trees, which are provided on the following worksheets. When the City orders a particular Tree Planting or Tree Giveaway event during the Contract Period, the total budget will include tree costs plus event costs. 4. The unit price for Tree Plantings should include all costs of furnishing, installing, and one year of maintenance. This price should include, but not be limited to, trees, installation equipment, stakes/guys, mulch, and fertilizer (if needed). Two separate unit prices should be provided for conditions in which 1) the City provides distribution of water to the planting areas, and 2) the Contractor provides a water truck or tank to hand water the trees during the one-year establishment period. 5. The unit price for Tree Giveaways should include all costs of furnishing the trees. 6. "No Bid" should be written in the Unit Price if no bid is being proposed. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM EVENTS Line Item No. Description Unit Unit Price x Event Total TREE PLANTINGS 1 Labor per Event 10 $ - 2 Materials and Supplies* per Event 10 $ - 3 Education per Event 10 $ - Total for TREE PLANTING EVENTS $ TREE GIVEAWAYS 1 Labor per Event 5 $ - 2 Materials and Supplies* per Event 5 $ - 3 Education per Event 5 $ - Total for TREE GIVEAWAY EVENTS $ * Materials and Supplies prices should include only materials and supplies associated with organizing, promoting, and executing the event itself. These should not include trees, planting materials, and maintenance costs. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM BID PROPOSAL "JR1D III' II OIII30S JIL. I1L.IIL. IIRE III II III3LYT 14TO TIAE IIL IIIIIDID1MG SYSTEM-- R1DS & TIEI IIDIER NATIVE TREES FOR PARK PLANTING PRICE PROPOSAL FORM Line Item No. Estimated Quantities are being used for evaluation/ award purposes only Unit Furnish, Install & Maintain Unit Price with City- provided water Furnish, Install & Maintain Unit Price with Contractor - provided water truck x Quantity Total with City- provided water Total with Contractor - provided water truck RED MAPLE ACER RUBRUM 1 15 GAL EA 25 $ - $ - 2 25 GAL EA 25 $ - $ - MARLBERRY ARDISIA ESCALLONIOIDES 3 15 GAL EA 25 $ - $ - 4 25 GAL EA 25 $ - $ - BAHAMA STRONGBARK BOURRERIA SUCCULENTA 5 15 GAL EA 25 $ - $ - 6 25 GAL EA 25 $ - $ - GUMBO LIMBO BURSERA SIMAROUBA 7 15 GAL EA 25 $ - $ - 8 25 GAL EA 25 $ - $ - SUGARBERRY CELTIS LAEVIGATA 9 15 GAL EA 25 $ - $ - 10 25 GAL EA 25 $ - $ - SATINLEAF CHRYSOPHYLLUM OLIVIFORME 11 15 GAL EA 25 $ - $ - 12 25 GAL EA 25 $ - $ - PIGEON PLUM COCCOLOBA DIVERSIFOLIA 13 15 GAL EA 25 $ - $ - 14 25 GAL EA 25 $ - $ - SEAGRAPE COCCOLOBA UVIFERA 15 15 GAL EA 25 $ - $ - 16 25 GAL EA 25 $ - $ - GREEN OR SILVER BUTTONWOOD CONOCARPUS ERECTUS 17 15 GAL EA 25 $ - $ - 18 25 GAL I EA 25 $ - $ - GEIGER TREE CORDIA SPP. 19 15 GAL EA 25 $ - $ - 20 25 GAL EA 25 $ - $ - WHITE STOPPER EUGENIA AXILLARIS 21 15 GAL EA 25 $ - $ - 22 25 GAL EA 25 $ - $ - RFP No. 014-2821-21/KP TREE PLANTING PROGRAM BIOLLY GUAPIRA DISCOLOR 23 15 GAL EA 25- 24 25 GAL EA 25- TOPAL HOLLY ILEX ATTENUATE 25 15 GAL EA 25- 26 25 GAL EA 25- DAHOON HOLLY ILEX CASSINE 27 15 GAL EA 25- 28 25 GAL EA 25- RED CEDAR JUNIPERUS VIRGINIANA 29 15 GAL EA 25- 30 25 GAL EA 25- IRONWOOD KRUGIODENDRON FERREUM 31 15 GAL EA 25- 32 25 GAL EA 25- WILD TAMARIND LYSILOMA LATISILIQUUM 33 15 GAL EA 25- 34 25 GAL EA 25- SWEETBAY (MAGNOLIA VIRGINIANA) 35 15 GAL EA 25- 36 25 GAL EA 25- RED MULBERRY (MORUS RUBRA) 37 15 GAL EA 25- 38 25 GAL EA 25- SIMPSON'S STOPPER (MYRCIANTHES FRAGRANS) 39 15 GAL EA 25- 40 25 GAL EA 25- LANCEWOOD (NECTANDRA CORIACEA) 41 15 GAL EA 25- 42 25 GAL EA 25- SLASH PINE (PINUS ELLIOTTII VAR. DENSA) 43 15 GAL EA 25- 44 25 GAL EA 25- LAUREL OAK QUERCUS LAURIFOLIA 43 15 GAL EA 25- 44 25 GAL EA 25- LIVE OAK (QUERCUS VIRGINIANA) 43 15 GAL EA 25- 44 25 GAL EA 25- FALSE MASTIC (SIDEROXYLON FOETIDISSIMUM) 43 15 GAL EA 25- 44 25 GAL EA 25- PARADISE TREE (SIMAROUBA GLAUCA) 43 15 GAL EA 25- 44 25 GAL EA 25- BALD CYPRESS (TAXODIUM DISTICHUM) 43 15 GAL EA 25- 44 25 GAL EA 25 RFP No. 014-2821-21/KP TREE PLANTING PROGRAM BID PROPOSAL `"IIL IIlD III' II OIII30S JIL. IIIL.IIL. IIRE III II III3LFT 14TO TIAE IIL IIIIIDIM NG SYSTEM-- RlDS & TIEI IIDIER NATIVE AND FRUIT TREES FOR TREE GIVEAWAY PRICE PROPOSAL Line Item No. Estimated Quantities are being used for evaluation/ award purposes only Unit Unit Price x Quantity Total BAHAMA STRONGBARK (BOURRERIA SUCCULENTA) 1 3 GAL EA 50 $ - 2 7 GAL EA 50 $ - GUMBO LIMBO (BURSERA SIMAROUBA) 3 3 GAL EA 50 $ - 4 7 GAL EA 50 $ - CINNAMON BARK CANELLA WINTERANA 5 3 GAL EA 50 $ - 6 7 GAL EA 50 $ - SIMPSON'S STOPPER MYRCIANTHES FRAGRANS 7 3 GAL EA 50 $ - 8 7 GAL EA 50 $ - SLASH PINE PINUS ELLIOTTII 9 3 GAL EA 50 $ - 10 7 GAL EA 50 $ - WEST INDIAN CHERRY PRUNUS MYRTIFOLIA 11 3 GAL EA 50 $ - 12 7 GAL EA 50 $ - LIVE OAK QUERCUS VIRGINIANA 13 3 GAL EA 50 $ - 14 7 GAL EA 50 $ - FALSE MASTIC SIDEROXYLON FOETIDISSIMUM 15 3 GAL EA 50 $ - 16 7 GAL EA 50 $ - PARADISE TREE SIMAROUBA GLAUCA 17 3 GAL EA 50 $ - 18 7 GAL EA 50 $ - SOURSOP ANNONA MURICATA 19 3 GAL EA 50 $ - 20 7 GAL EA 50 $ - SUGAR APPLE ANNONA SQUAMOSA 21 3 GAL EA 50 $ - 22 7 GAL EA 50 $ - JACK FRUIT ARTOCARPUS HETEROPHYLIUS 23 3 GAL EA 50 $ - 24 7 GAL EA 50 $ - RFP No. 014-2821-21/KP TREE PLANTING PROGRAM STAR FRUIT AVERRHOA CARAMBOLA 25 3 GAL EA 50 $ - 26 7 GAL EA 50 $ - PERSIMMON DIOSPYROS VIRGINIANA 27 3 GAL EA 50 $ - 28 7 GAL EA 50 $ - BARBADOS CHERRY MALPIGHIA EMARGINATA 29 3 GAL EA 50 $ - 30 7 GAL EA 50 $ - MANGO MANGIFERA INDICA 31 3 GAL EA 50 $ - 32 f 7 GAL EA 50 $ - AVOCADO PERSEA AMERICANA 333 4 GAL EA 50 $ - 34 7 GAL EA 50 $ - CRAPE MYRTLE LAGERSTROEMIA SPECIES 353 GAL EA 50 $ - 3647 GAL EA 50 $ - THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM APPENDIX B Draft Contract Subject to modification and final approval by City Attorney PROFESSIONAL SERVICES AGREEMENT FOR TREE PLANTING PROGRAM THIS AGREEMENT is entered into between the CITY of Boynton Beach, hereinafter referred to as "CITY", and , hereinafter referred to as "CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY of Boynton Beach solicited proposals for a non-exclusive Contract to perform professional planning services, and WHEREAS, THE CITY issued a REQUEST FOR PROPOSALS FOR A TREE PLANTING PROGRAM, RFP No. 014-2821-21/KP; and WHEREAS, RFP No. 014-2821-21/KP defined Scope of Services for Tree Planting Program; and WHEREAS, the CITY determined that CONSULTANT was qualified for appointment to perform the scope of services set forth in RFP No. 014-2821-21/KP; and WHEREAS, the City Commission on , 2021, determined that CONSULTANT was qualified for appointment to perform the scope of services set forth in the REQUEST FOR PROPOSALS; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform TREE PLANTING PROGRAM outlined in RFP No. 014- 2821-21/KP and incorporated herein: Sections "RESPONSIBILITIES". RESPONSIBILITIES a. Promote the planting events and giveaways to encourage community awareness and participation. b. Coordinate event logistics and staff the events, including a certified arborist to educate and manage volunteers. c. Provide educational materials about tree planting, care, and benefits; and have a certified arborist on site to answer attendees' questions. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-1 d. Select tree species and locations in collaboration with City staff, and obtain written approval of species and locations from the Project Manager prior to commencing any planting. e. Purchase and deliver a pre -determined number of trees of select species to the planting location or events. f. Furnish all labor, materials, equipment, and supervision to install trees. g. Obtain approval for locates (Sunshine 811) before performing any tree installations. h. Provide one year of tree maintenance, including distribution of water to the areas of planting during a one-year establishment period after planting. Periodically inspect trees under warranty and replace trees if needed under the terms of warranty. The CITY's Representative during the performance of this Contract shall be Rebecca Harvey, Sustainability Coordinator telephone (561) 742-6494. The CONSULTANT'S Representative during the performance of the Contract shall be telephone ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial term of two (2) years, commencing on . The City reserves the right to renew the contract for three (3) additional one (1) year periods, under the same terms, conditions. The Services to be performed during the initial two (2) year terms will be governed by this Agreement, and that there is no guarantee of future work being given to the Consultant. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY's discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the giving of written notice by the CITY to the CONSULTANT by way of a purchase order and delivered to CONSULTANT. CONSULTANT shall perform all services and provide all work product required pursuant to this Agreement within the time period set forth in the purchase order. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-2 ARTICLE 4 - PAYMENT 4.1 PAYMENT. The Professional shall be paid by the City for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by Professional shall be made promptly on all invoices submitted to the City properly and in accordance with "PRICE PROPOSAL" . b. The Professional may submit invoices to the City during the progress of the contract term. Such invoices will be reviewed by the City, and upon approval thereof, payment will be made to the Professional in the amount approved. c. Final payment of any balance due the Professional of the total price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. d. Payment as provided in this section by the CITY shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. e. The Professional's records and accounts pertaining to this agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this agreement shall be the property of the CITY whether the project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design copies, including reproducible copies, of drawing and specifications for information, reference and use in connection with CONSULTANT's endeavors. Any use of the documents for purposes other than as originally intended by this Agreement, without the written consent of CONSULTANT, shall be at the CITY's sole risk and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Agreement shall remain in full force and effect only as long as the expenditures provided in the Agreement have been appropriated by the CITY in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Agreement and that it will retain and assign qualified professionals to all assigned projects during the term of this Agreement. CONSULTANT's services shall meet a standard of care for TREE PLANTING SERVICES. In submitting its response to the RFP, CONSULTANT has represented to CITY that certain individuals employed by CONSULTANT shall provide services to CITY pursuant to this Agreement. CITY has relied upon such representations. Therefore, CONSULTANT shall RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-3 not change the designated Project Manager for any project without the advance written approval of the CITY, which consent may be withheld in the sole and absolute discretion of the CITY. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Agreement. ARTICLE 9 - INDEMNIFICATION 9.1 CONSULTANT shall indemnify and hold harmless the CITY, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT's own employees, or damage to property occasioned by a negligent act, omission of the CONSULTANT. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect or consequential damages of any kind, including but not limited to lost profits or use that my result from this Agreement or out of the services or goods furnished hereunder. ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide originals or certified copies of all policies, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -CONSULTANT that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, Products Completed Operations and Contractual Liability with specific reference of Article 7, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. CONSULTANT shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. 10.1.3 Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a minimum amount of $1,000,000 combined single RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-4 limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non -owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per occurrence. 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub -consultants comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY's written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above for Comprehensive Liability Insurance on a claims -made policy only ARTICLE 11 - INDEPENDENT CONSULTANT 11.1 CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or, in its RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-5 discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — TRUTH -IN -NEGOTIATION CERTIFICATE 13.1 Execution of this Agreement by the CONSULTANT shall act as the execution of a truth - in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement is accurate, complete, and current as of the date of the Agreement and no higher than those charged the CONSULTANT's most favored customer for the same or substantially similar service. 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non- current wage rates or due to inaccurate representations of fees paid to outside CONSULTANT& The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - DISCRIMINATION PROHIBITED 14.1 The CONSULTANT, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. ARTICLE 15 - ASSIGNMENT 15.1 The CONSULTANT shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. ARTICLE 16 - NON -WAIVER 16.1 A waiver by either CITY or CONSULTANT of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 17 — TERMINATION 17.1 Termination for Convenience: This Agreement may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. ARTICLE 18 - DISPUTES 18.1 Any dispute arising out of the terms or conditions of this Agreement shall be adjudicated within the courts of Florida. Further, this Agreement shall be construed under Florida Law. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-6 ARTICLE 19 — UNCONTROLLABLE FORCES 19.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 19.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non-performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 20 - NOTICES Notices to the CITY of Boynton Beach shall be sent to the following address - City of Boynton Beach Attn: Lori LaVerriere, City Manager 100 E. Ocean Avenue Boynton Beach, FL 33435 Notices to CONSULTANT shall be sent to the following address: Consultant: ADDRESS CITY/STATE/ZIP Attn: Tel- Fax- Email- ARTICLE el:Fax:Email: ARTICLE 21 - INTEGRATED AGREEMENT 21.1 This Agreement, together with the RFP/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both CITY and CONSULTANT. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-7 ARTICLE 22 - SOVEREIGN IMMUNITY 22.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to the State's subdivisions by state law. 22.2 In connection with any litigation or other proceeding arising out of the Agreement, each party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post -judgment proceedings. CITY's liability for costs and attorney's fees, however, shall not alter or waive CITY's entitlement to sovereign immunity, or extend CITY's liability beyond the limits established in Section 768.28, Florida Statutes, as amended. 1. Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agreement shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Agreement. 2. The parties agree that any action arising out of this Agreement shall take place in Palm Beach County, Florida. ARTICLE 23 — PUBLIC RECORDS 23.1 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 public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT 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, CONSULTANT shall maintain in a secured manner all copies of such confidential and exempt records remaining in its possession once the CONSULTANT transfers the records in its possession to the CITY; and D. Upon completion of the contract, Consultant shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT'S possession. All records stored electronically by CONSULTANT must be provided to the CITY, upon request from the RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-8 CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 TELEPHONE: 561-742-6061 GIBSONC@BBFL.US ARTICLE 24 — SCRUTINIZED COMPANIES 287.135 and 215.473 24.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer 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 CONSULTANT 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 CONSULTANT of the CITY's determination concerning the false certification. CONSULTANT 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, CONSULTANT 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 CONSULTANT 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. ARTICLE 25 — E -VERIFY 25.1 Contractor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. 2) Definitions for this Section: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-9 "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E -Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2) Registration Requirement; Termination: Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E -verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: c) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and d) All persons (including sub-vendors/sub- consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's EVerify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E -Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM C-10 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." IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of CITY OF BOYNTON BEACH City Manager Attest/Authenticated: City Clerk Approved as to Form: Office of the City Attorney RFP No. 014-2821-21/KP TREE PLANTING PROGRAM CONSULTANT Title 20 (Corporate Seal) Attest/Authenticated: Witness C-11 City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of "B+" or higher. (NOTE: An insurance contractor binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of consultants, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED ----------------------------------------------------------------------------------------------------------------------------------------- General Liability General Aggregate -------------------------- $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Consultant's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50,000.00 Employees & Officers Med. Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Consultants Broad Form Property Damage Fire Legal Liability ----------------------------------------------------------------------------------------------------------------------------------------------------------------------- Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non -Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------------------------------------ Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Other - As Risk Identified to be determined RFP No. 013-XXXX-21/KP TREE PLANTING PROGRAM ,C-12 EXHIBIT "A" CITY OF BOYNTON BEACH ONE-YEAR TREE PLAN March 2021 — February 2022 On September 1, 2020 the Boynton Beach City Commission unanimously adopted a community -wide goal of planting 3,000 trees per year to increase the tree canopy from 16.1 % to 20% by 2035 (Resolution R20-091). Meeting this community -wide goal will require financial investments by the City of Boynton Beach, private developers, and residents, with supplemental funding from grants and corporate sponsorships. The City will lead by example by planting trees on City property, hosting tree giveaways for residents, and collaborating with private and public partners for additional tree planting opportunities. The following is a one-year plan to plant and distribute up to 1,500 trees through a combination of scheduled City plantings, tree giveaways, and partnerships. To partially fund the tree canopy program, the City executed an Interlocal Agreement with the Boynton Beach Community Redevelopment Agency (CRA) to reimburse the City for materials and equipment costs to plant trees in designated locations within the CRA area during Fiscal Year 2020- 2021. Additional funding for this year's tree plan will be contributed from other City accounts as available. A. Tree Plantings The Urban Tree CanoDv Assessment conducted by the Green Infrastructure Center in 2020 identified Potential Planting Areas (PPAs) on public and private land throughout the City. The assessment results are used to prioritize specific areas for planting each year, such as City parks, schools, streets, and neighborhoods with lowest canopy and highest mean temperatures. This year, the City prioritizes tree plantings within the CRA area to utilize the project funding provided by the CRA. Staff have preliminarily identified these five City parks in the CRA area to target for plantings this year: • Oyer Park: along north edge and in wet area on south end • Jaycee Park: wet areas potential for cypress • Wilson Park: around playing field behind Carolyn Sims Community Center • Palmetto Greens Linear Park: on the greenway along the canal/bike lane • Barton Memorial Park: open areas on northern end of park The selected Contractor will implement at least five park planting events (one at each selected park), scheduled at approximately one event per month. The first planting event will be scheduled as soon as possible upon execution of agreement. The Contractor will follow the specified Scope of Services to install pre -determined numbers and species of trees (size :525G gallon) at each designated location. The City may request additional planting events depending on the available budget, for a total not to exceed 500 trees installed. The Contractor must have a certified arborist on staff to collaborate with City staff on the best types of trees and placement for specific planting locations. Plantings should include a diversity of tree species that are native or known to thrive in South Florida, and will be selected for each location on based on `Right Tree Right Place' principles. The following is a non -exhaustive list of tree species to include in the plantings. Suggested Native Trees for Park Plantings Acer rubrum Red maple Ardisia escallonioides Marlberry Bourreria succulents Bahama Strongbark Bursera simarouba Gumbo limbo Celtis laevigata, Sugarberry Chrysophyllum oliviforme Satinleaf Coccoloba diversifolia Pigeon plum Coccoloba uvifera Seagrape RFP No. 014-2821-21/KP TREE PLANTING PROGRAM Conocarpus erectus Cordia spp. Eugenia axillaris Guapira discolor Ilex attenuate Ilex cassine Juniperus virginiana Krugiodendron ferreum Lysiloma latisiliquum Magnolia virginiana Morus rubra Myrcianthes fragrans Nectandra coriacea Pinus elliottii var. densa Quercus laurifolia Quercus virginiana Sideroxylon foetidissimum Simarouba glauca Taxodium distichum B. Tree Giveaways Green or silver buttonwood Geiger tree White stopper Blolly Topal holly Dahoon holly Red cedar Ironwood Wild Tamarind Sweetbay Red mulberry Simpson's stopper Lancewood Slash Pine Laurel oak Live oak False mastic Paradise tree Bald Cypress The selected Contractor will coordinate the distribution of up to 1,000 trees (size :57G), depending on the available budget, to City residents through tree giveaway events and/or voucher programs. The Contractor will schedule the tree giveaways approximately once per quarter according to the specified Scope of Services. At least four tree species shall be included in each giveaway, divided between South Florida—friendly fruit trees and South Florida native trees. The following are non -exhaustive lists of tree species to be considered for inclusion in the giveaways. Suggested Native Trees for Giveaways Bourreria succulents Bahama strongbark Bursera simaruba Gumbo limbo Canella winterana Cinnamon bark Myrcianthes fragrans Simpson's stopper Pinus elliottii Slash pine Prunus myrtifolia West indian cherry Quercus virginiana Live oak Sideroxylon foetidissimum False mastic Simarouba glauca Paradise tree RFP No. 014-2821-21/KP TREE PLANTING PROGRAM Suggested Fruit and Flowering Trees for Giveaways Annona muricata Soursop Annona squamosa Sugar apple Artocarpus heterophylius Jack fruit Averrhoa carambola Star fruit Diospyros virginiana Persimmon Malpighia emarginata Barbados cherry Mangifera indica Mango Persea americana Avocado Lagerstroemia species Crape myrtle RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 014282121 - Tree Planting Program Opening Date: March 10, 2021 12:00 PM Closing Date: March 25, 2021 2:30 PM Bid Number: 014282121 Page 235 of 830 Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. *Denotes a "MANDATORY" field Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner (unless otherwise specified). If the line item and/or table is "NON -MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. Event Pricing Schedule 1. Unit prices are fixed until the end of the first term. 2. The quantities as indicated in the following worksheets have been inserted to establish the multiplier which will be used to determine the lowest Bidder. Actual quantities, which will be ordered by the City during the Contract Period, may vary substantially from the quantities listed in the following worksheets. 3. The unit prices for Events should include all costs of organizing, promoting, staffing, and executing the event itself. Event costs do not include the costs of furnishing, installing, and maintaining the trees, which are provided on the following worksheets. When the City orders a particular Tree Planting or Tree Giveaway event during the Contract Period, the total budget will include tree costs plus event costs. ' Materials and Supplies prices should include only materials and supplies associated with organizing, promoting, and executing the event itself. These should not includetrees, planting materials, and maintenance costs. Event Description Description Unit Unit Price" x Event Total Tree Planting Labor per Event 10 Tree Planting Materials and Supplies * per Event 10 Tree Planting Education per Event 10 Tree Giveaways Labor per Event 5 Tree Giveaways Materials and Supplies * per Event 5 Tree Giveaways Education per Event 5 Bid Number: 014282121 Page 236 of 830 Native Tree Planting Pricing Schedule Unit prices are fixed until the end of the first term. The quantities as indicated in the following worksheets have been inserted to establish the multiplier which will be used to determine the lowest Bidder. Actual quantities, which will be ordered by the City during the Contract Period, may vary substantially from the quantities listed in the following worksheets. The unit price for Tree Plantings should include all costs of furnishing, installing, and one year of maintenance. This price should include, but not be limited to, trees, installation equipment, stakes/guys, mulch, and fertilizer (if needed). Two separate unit prices should be provided for conditions in which 1) the City provides distribution of water to the planting areas, and 2) the Contractor provides a water truck or tank to hand water the trees during the one-year establishment period. "No Bid" should be written in the Unit Price if no bid is being proposed. Tree Description Size Unit Furnish, Install & Maintain Furnish, Install & Maintain Unit Unit Price with City provided Price with Contractor provided water " water truck " Total with City provided Quantity water Total with Contractor provided water truck RED MAPLE (ACER RUBRUM) 15 gallon EA 25 25 gallon EA 25 MARLBERRY (ARDISIA ESCALLONIOIDES) 15 gallon EA 25 25 gallon EA 25 BAHAMA STRONGBARK (BOURRERIA SUCCULENTA) 15 gallon EA 25 25 gallon EA 25 GUMBO LIMBO (BURSERA SIMAROUBA) 15 gallon EA 25 25 gallon EA 25 SUGARBERRY (CELTIS LAEVIGATA) 15 gallon EA 25 25 gallon EA 25 SATINLEAF (CHRYSOPHYLLUM OLIVIFORME) 15 gallon EA 25 25 gallon EA 25 PIGEON PLUM (COCCOLOBA DIVERSIFOLIA) 15 gallon EA 25 25 gallon EA 25 SEAGRAPE (COCCOLOBA UVIFERA) 15 gallon JEA 1 25 25 gallon EA 25 GREEN OR SILVER BUTTONWOOD (CONOCARPUS ERECTUS) 15 gallon EA 25 25 gallon EA 25 GEIGER TREE (CORDIA SPP.) 15 gallon EA 25 25 gallon EA 25 WHITE STOPPER (EUGENIA AXILLARIS) 15 gallon EA 25 25 gallon EA 25 BIOLLY (GUAPIRA DISCOLOR) 15 gallon IEA 1 25 25 gallon EA 25 TOPAL HOLLY (ILEX ATTENUATE) 15 gallon EA 25 25 gallon EA 25 CAHOON HOLLY (ILEX CASSINE) 15 gallon EA 25 25 gallon EA 25 RED CEDAR (JUNIPERUS VIRGINIANA) 15 gallon EA 25 25 gallon EA 25 IRONWOOD (KRUGIODENDRON FERREUM) 15 gallon JEA 1 25 25 gallon EA 25 WILD TAMARIND (LYSILOMA LATISILIQUUM) 15 gallon EA 25 25 gallon EA 25 SWEETBAY (MAGNOLIA VIRGINIANA) 15 gallon EA 25 25 gallon EA 25 RED MULBERRY (MORUS RUBRA) 15 gallon EA 25 25 gallon EA 25 SIMPSON'S STOPPER (MYRCIANTHES FRAGRANS) 15 gallon JEA 1 25 25 gallon EA 25 LANCEWOOD (NECTANDRA CORIACEA) 15 gallon EA 25 25 gallon EA 25 SLASH PINE (PINUS ELLIOTTII VAR. DENSA) 15 gallon EA 25 25 gallon EA 25 LAUREL OAK (QUERCUS LAURIFOLIA) 15 gallon EA 25 25 gallon EA 25 LIVE OAK (QUERCUS VIRGINIANA) 15 gallon EA 25 25 gallon EA 25 FALSE MASTIC (SIDEROXYLON FOETIDISSIMUM) 15 gallon EA 25 25 gallon EA 25 PARADISE TREE (SIMAROUBA GLAUCA) 15 gallon EA 25 25 gallon EA 25 BALD CYPRESS (TAXODIUM DISTICHUM) 15 gallon EA 25 25 gallon EA 25 Bid Number: 014282121 Page 237 of 830 Native & Fruit Tree Giveaway Pricing Schedule Unit prices are fixed until the end of the first term. The quantities as indicated in the following worksheets have been inserted to establish the multiplier which will be used to determine the lowest Bidder. Actual quantities, which will be ordered by the City during the Contract Period, may vary substantially from the quantities listed in the following worksheets. The unit price for Tree Giveaways should include all costs of furnishing the trees. "No Bid" should be written in the Unit Price if no bid is being proposed. Tree Description Size Unit Unit Price" Quantity Total BAHAMA STRONGBARK (BOURRERIA SUCCULENTA) 3 gallon EA 50 7 gallon EA 50 GUMBO LIMBO (BURSERA SIMAROUBA) 3 gallon EA 50 7 gallon EA 50 CINNAMON BARK (CANELLA WINTERANA) 3 gallon EA 50 7 gallon EA 50 SIMPSON'S STOPPER (MYRCIANTHES FRAGRANS) 3 gallon EA 50 7 gallon EA 50 SLASH PINE (PINUS ELLIOTTII) 3 gallon EA 50 7 gallon EA 50 WEST INDIAN CHERRY (PRUNUS MYRTIFOLIA) 3 gallon EA 50 7 gallon EA 50 LIVE OAK (QUERCUS VIRGINIANA) 3 gallon EA 50 7 gallon EA 50 FALSE MASTIC (SIDEROXYLON FOETIDISSIMUM) 3 gallon EA 50 7 gallon EA 50 PARADISE TREE (SIMAROUBA GLAUCA) 3 gallon EA 50 7 gallon EA 50 SOURSOP (ANNONA MURICATA) 3 gallon EA 50 7 gallon EA 50 SUGAR APPLE (ANNONA SQUAMOSA) 3 gallon EA 50 7 gallon EA 50 JACK FRUIT (ARTOCARPUS HETEROPHYLIUS) 3 gallon EA 50 7 gallon EA 50 STAR FRUIT (AVERRHOA CARAMBOLA) 3 gallon EA 50 7 gallon EA 50 PERSIMMON (DIOSPYROS VIRGINIANA) 3 gallon EA 50 7 gallon EA 50 BARBADOS CHERRY (MALPIGHIA EMARGINATA) 3 gallon EA 50 7 gallon EA 50 MANGO (MANGIFERA INDICA) 3 gallon EA 50 7 gallon EA 50 AVOCADO (PERSEA AMERICANA) 3 gallon EA 50 7 gallon EA 50 CRAPE MYRTLE (LAGERSTROEMIA SPECIES) 3 gallon EA 50 7 gallon EA 50 References Provide a list of three (3) governmental agencies references for similar contracts for which the Proposer has completed or are in progress within the past three (3) years with the following information: 1) Name of Agency, 2) Address and 3) Contact Name, Email Address and Telephone Number. The City is interested in learning of other firms' or government agencies' experiences with your firm, as such, please do not list the City of Boynton as a reference. Name of Agency I Address lContact Name " Email Address ITelephone Number" Subcontractors The Bidder shall state all Subcontractor(s) and type of Work proposed to be used for this project. Bidders shall not indicate "TBD" (To Be Determined) or "TBA" (To Be Announced) or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. Sub Consultants r- I'1 did)n 7 how I onhi1t1 117 I0 Hh• w om I10 on 1 Hho I'I I I i 'holl poi7i111'Hho I 1 71 -,1 ,,01h Hwii C)1i1 N R)1 +"h-''' Name of Agency Consultant Name Address Percentage % of Contract Documents Ensure your submission document(s) conforms to the following: Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." If the attached file(s) cannot be opened or viewed, your Bid Call Document may be rejected. Bid Number: 014282121 Page 238 of 830 . Proposer's Qualification Statement *(mandatory) . Anti -Kickback Affidavit *(mandatory) . Non -Collusion Affidavit of Proposer * (mandatory) . Confirmation of Minority Owned Business * (mandatory) . Certification Pursuant to Florida Statute § 287.135 * (mandatory) . E -verify Form * (mandatory) . Submit current Florida Professional License, including evidence of possession of required licenses or business permits * (mandatory) . Submit proof of Professional Liability Insurance at the levels identified on the Insurance Advisory Form * (mandatory) . Palm Beach County Local Business Tax Receipt, formerly Occupational License (This or Proof of an active Certificate of Authority) (optional) . Company's Completed W-9 * (mandatory) . Additional Document (optional) Bid Number: 014282121 Page 239 of 830 Proposer Acknowledgements Addenda Acknowlegement - Proposers shall acknowledge receipt of any addenda through the Bidding System by checking a box for each addenda and any applicable attachment Confirmation of Drug Free Workplace - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or- plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section Palm Beach 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. 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. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements r- IfWe have the authority to bind the Company and submit this Bid on behalf of the Bidder. The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest? r Yes r No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. II Ihuavme irmevloy'awp,tl tlhume File Name I1a0110 atlatlel iflu in all Pages attaulll i unoll Its f1111 apllplllllgvralblllpe There have not been any addenda issued for this bid. Bid Number: 014282121 Page 240 of 830 1 RESOLUTION NO. R21- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, AUTHORIZING THE CITY MANAGER TO SIGN A 5 PROFESSIONAL SERVICES AGREEMENT WITH COMMUNITY 6 GREENING CORP., OF DELRAY BEACH, FL AS A RESULT OF 7 RFP NO. 014-2821-21/KP FOR PROFESSIONAL COMMUNITY - 8 BASED TREE PLANTING PROGRAM SERVICES; AND 9 PROVIDING AN EFFECTIVE DATE. 10 11 WHEREAS, On March 10, 2021, the RFP for Tree Planting Program services was 12 advertised in the Palm Beach Post and distributed to four (4) prospective suppliers; and 13 WHEREAS, on March 25, 2021 Procurement Services received and opened one 14 (1) proposal in response to the RFP, which was reviewed to ensure it met the RFP 15 requirements; and 16 WHEREAS, this RFP was issued to maintain good service and responsiveness for 17 plan review for residential and commercial applications, review Business Use 18 Certification for change in occupancy requirements, and inspection services for structures 19 in which permits have been issued by the City of Boynton Beach; and 20 WHEREAS, the Evaluation Committee was unanimous in their decision to make 21 a recommendation to the City Commission to approve and award the Agreement to the 22 number one ranked firm, Community Greening Corp.; and 23 WHEREAS, the City Commission of the City of Boynton Beach upon 24 recommendation of staff, deems it to be in the best interest of the citizens and residents to 25 approve the award of RFP No. 014-2821-21/KP for Professional Community-based Tree 26 Planting Program Services to Community Greening Corp., and authorize the City Manager 27 to sign Professional Services Agreements for Professional Community-based Tree 28 Planting Services. 29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 30 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 31 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed S:ACA\RESO\Agreements\Award of RFP for Tree Planting Program Services- Reso.docx Page 241 of 830 1 as being true and correct and are hereby made a specific part of this Resolution upon 2 adoption. 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby approves the award of RFP No. 014-2821-21/KP for Professional Community- based Tree Planting Program Services to Community Greening Corp., and authorize the City Manager to sign Professional Services Agreements for Professional Community- based Tree Planting Services. A copy of the Professional Services Agreement is attached hereto and incorporated herein as Exhibit "A". Section 3. That this Resolution shall become effective immediately. PASSED AND ADOPTED this 4th day of May, 2021. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice -Mayor — Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L. Romelus ATTEST: Crystal Gibson, MMC City Clerk (Corporate Seal) S:ACA\RESO\Agreements\Award of RFP for Tree Planting Program Services- Reso.docx VOTE Page 242 of 830 PROFESSIONAL SERVICES AGREEMENT FOR TREE PLANTING PROGRAM THIS AGREEMENT is entered into between the CITY of Boynton Beach, hereinafter referred to as "CITY", and Community Greening Corp., hereinafter referred to as "CONTRACTOR", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY of Boynton Beach solicited proposals for a non-exclusive Contract to perform professional community-based tree planting program services, and WHEREAS, THE CITY issued a REQUEST FOR PROPOSALS FOR A TREE PLANTING PROGRAM, RFP No. 014-2821-21/KP; and WHEREAS, RFP No. 014-2821-21/KP defined Scope of Services for Tree Planting Program; and WHEREAS, the CITY determined that CONTRACTOR was qualified for appointment to perform the scope of services set forth in Request for Proposal; and WHEREAS, the City Commission on MAY 4, 2021, determined that CONTRACTOR was qualified for appointment to perform the scope of services set forth in the Request for Proposal; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONTRACTOR agrees to perform TREE PLANTING PROGRAM outlined in RFP No. 014-2821-21/KP and incorporated herein: Sections "RESPONSIBILITIES". RESPONSIBILITIES a. Promote the planting events and giveaways to encourage community awareness and participation. b. Coordinate event logistics and staff the events, including a certified arborist to educate and manage volunteers. c. Provide educational materials about tree planting, care, and benefits; and have a certified arborist on site to answer attendees' questions. d. Select tree species and locations in collaboration with City staff, and obtain written approval of species and locations from the Project Manager prior to commencing any planting. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM e. Purchase and deliver a pre -determined number of trees of select species to the planting location or events. f. Furnish all labor, materials, equipment, and supervision to install trees. g. Obtain approval for locates (Sunshine 811) before performing any tree installations. h. Provide one year of tree maintenance, including distribution of water to the areas of planting during a one-year establishment period after planting. i. Periodically inspect trees under warranty and replace trees if needed under the terms of warranty. The CITY's Representative during the performance of this Contract shall be Rebecca Harvey, Sustainability Coordinator telephone (561) 742-6494. The CONTRACTOR'S Representative during the performance of the Contract shall be Mark Cassini, Co -Director telephone 561-927-8733. ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial term of two (2) years, commencing on May 5, 2021. The City reserves the right to renew the contract for three (3) additional one (1) year periods, under the same terms, conditions. The Services to be performed during the initial two (2) year terms will be governed by this Agreement, and that there is no guarantee of future work being given to the CONTRACTOR. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY's discretion), the CONTRACTOR shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONTRACTOR will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the giving of written notice by the CITY to the CONTRACTOR by way of a purchase order and delivered to CONTRACTOR. CONTRACTOR shall perform all services and provide all work product required pursuant to this Agreement within the time period set forth in the purchase order. ARTICLE 4 - PAYMENT 4.1 The CONTRACTOR shall be paid by the City for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by Professional shall be made promptly on all invoices submitted to the City properly and in accordance with ATTACHMENT A - PRICE PROPOSAL. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM b. The CONTRACTOR may submit invoices to the City during the progress of the contract term. Such invoices will be reviewed by the City, and upon approval thereof, payment will be made to the CONTRACTOR in the amount approved. c. Final payment of any balance due the CONTRACTOR of the total price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. d. Payment as provided in this section by the CITY shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. e. The CONTRACTOR's records and accounts pertaining to this agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONTRACTOR, all documents, drawings, specifications and other materials produced by the CONTRACTOR in connection with the services rendered under this agreement shall be the property of the CITY whether the project for which they are made is executed or not. Notwithstanding the foregoing, the CONTRACTOR shall maintain the rights to reuse standard details and other design copies, including reproducible copies, of drawing and specifications for information, reference and use in connection with CONTRACTOR's endeavors. Any use of the documents for purposes other than as originally intended by this Agreement, without the written consent of CONTRACTOR, shall be at the CITY's sole risk and without liability to CONTRACTOR and CONTRACTOR'S sub -CONTRACTORS. ARTICLE 6 - FUNDING 6.1 This Agreement shall remain in full force and effect only as long as the expenditures provided in the Agreement have been appropriated by the CITY in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONTRACTOR represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Agreement and that it will retain and assign qualified CONTRACTORs to all assigned projects during the term of this Agreement. CONTRACTOR's services shall meet a standard of care for TREE PLANTING SERVICES. In submitting its response to the RFP, CONTRACTOR has represented to CITY that certain individuals employed by CONTRACTOR shall provide services to CITY pursuant to this Agreement. CITY has relied upon such representations. Therefore, CONTRACTOR shall not change the designated Project Manager for any project without the advance written approval of the CITY, which consent may be withheld in the sole and absolute discretion of the CITY. ARTICLE 8 - COMPLIANCE WITH LAWS RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 8.1 CONTRACTOR shall, in performing the services contemplated by this service Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Agreement. ARTICLE 9 - INDEMNIFICATION 9.1 CONTRACTOR shall indemnify and hold harmless the CITY, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONTRACTOR's own employees, or damage to property occasioned by a negligent act, omission of the CONTRACTOR. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect or consequential damages of any kind, including but not limited to lost profits or use that my result from this Agreement or out of the services or goods furnished hereunder. ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONTRACTOR shall maintain the following insurance policies, and provide originals or certified copies of all policies, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONTRACTOR shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -CONTRACTOR that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONTRACTOR shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent CONTRACTORs, Products Completed Operations and Contractual Liability with specific reference of Article 7, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. CONTRACTOR shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. 10.1.3 Business Automobile Liability: The CONTRACTOR shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONTRACTOR shall maintain a minimum amount of $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONTRACTOR from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non -owned automobile, included rented automobiles, whether such operations be by the CONTRACTOR or by anyone directly or indirectly employed by the CONTRACTOR. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONTRACTOR shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per occurrence. 10.2 It shall be the responsibility of the CONTRACTOR to ensure that all sub-CONTRACTORs comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONTRACTOR of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONTRACTOR of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONTRACTOR fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY's written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONTRACTOR, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONTRACTOR shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above for Comprehensive Liability Insurance on a claims -made policy only ARTICLE 11 - INDEPENDENT CONTRACTOR 11.1 CONTRACTOR is an independent CONTRACTOR with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONTRACTOR nor any employee of CONTRACTOR shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONTRACTOR, or any employee of CONTRACTOR. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONTRACTOR warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONTRACTOR, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — TRUTH -IN -NEGOTIATION CERTIFICATE 13.1 Execution of this Agreement by the CONTRACTOR shall act as the execution of a truth - in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement is accurate, complete, and current as of the RFP No. 014-2821-21/KP TREE PLANTING PROGRAM date of the Agreement and no higher than those charged the CONTRACTOR's most favored customer for the same or substantially similar service. 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non- current wage rates or due to inaccurate representations of fees paid to outside CONTRACTOR& The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - DISCRIMINATION PROHIBITED 14.1 The CONTRACTOR, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. ARTICLE 15 - ASSIGNMENT 15.1 The CONTRACTOR shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. ARTICLE 16 - NON -WAIVER 16.1 A waiver by either CITY or CONTRACTOR of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 17 — TERMINATION 17.1 Termination for Convenience: This Agreement may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONTRACTOR shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONTRACTOR abandons the Agreement or causes it to be terminated, CONTRACTOR shall indemnify the CITY against loss pertaining to this termination. ARTICLE 18 - DISPUTES 18.1 Any dispute arising out of the terms or conditions of this Agreement shall be adjudicated within the courts of Florida. Further, this Agreement shall be construed under Florida Law. ARTICLE 19 — UNCONTROLLABLE FORCES 19.1 Neither the CITY nor CONTRACTOR shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not RFP No. 014-2821-21/KP TREE PLANTING PROGRAM limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 19.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non-performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. ARTICLE 20 - NOTICES Notices to the CITY of Boynton Beach shall be sent to the following address - City of Boynton Beach Attn: Lori LaVerriere, City Manager 100 E. Ocean Avenue Boynton Beach, FL 33435 Notices to CONTRACTOR shall be sent to the following address: CONTRACTOR: Community Greening Cor ADDRESS: 50 NW 1St Street CITY/STATE/ZIP: Delray Beach, FL 33444 Attn: Mark Cassini Tel: 561-927-8733 Email: mcassiffijgcommunit reenin .or ARTICLE 21 - INTEGRATED AGREEMENT 21.1 This Agreement, together with the RFP/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both CITY and CONTRACTOR. ARTICLE 22 - SOVEREIGN IMMUNITY 22.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to the State's subdivisions by state law. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 22.2 In connection with any litigation or other proceeding arising out of the Agreement, each party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post -judgment proceedings. CITY's liability for costs and attorney's fees, however, shall not alter or waive CITY's entitlement to sovereign immunity, or extend CITY's liability beyond the limits established in Section 768.28, Florida Statutes, as amended. 1. Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agreement shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Agreement. 2. The parties agree that any action arising out of this Agreement shall take place in Palm Beach County, Florida. ARTICLE 23 — PUBLIC RECORDS 23.1 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 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 maintain in a secured manner 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 STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: RFP No. 014-2821-21/KP TREE PLANTING PROGRAM CRYSTAL GIBSON, CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 TELEPHONE: 561-742-6061 GIBSONC@BBFL.US ARTICLE 24 — SCRUTINIZED COMPANIES 287.135 and 215.473 24.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer 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. ARTICLE 25 — E -VERIFY 25.1 Contractor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. 1) Definitions for this Section: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or CONTRACTOR. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E -Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2) Registration Requirement; Termination: RFP No. 014-2821-21/KP TREE PLANTING PROGRAM Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E -verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub- CONTRACTORs/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's EVerify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E -Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM "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," IN WITNESS WHEREOF, the, parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates* DATED this _ day of 2021. City Manager Attest/Authenticated: Eam Er'". ?'TVVV. .� Office of the City Attorney RFP No, 014-282t21/0 TREE PLANTING PROGRAM CONTRACTOR C-0 — i"')'9` P�&- Title Attest/Authenbcall", Witndss Page 253 of 830 014282121 - Tree Planting Program Opening Date: March 10, 2021 12:00 PM Closing Date: March 25, 2021 2:30 PM Vendor Details Company Name: Community Greening Corp Does your company conduct business under any other name? If No yes, please state: 50 NW 1 st Ave Address: Delray Beach, FL 33444 Contact: Mark Cassini Email: mcassini@communitygreening.org Phone: 305-632-6211 HST#: 81-355-9159 Submission Details Created On: Wednesday March 10, 2021 19:03:09 Submitted On: Tuesday March 23, 2021 12:03:52 Submitted By: Mark Cassini Email: mcassini@communitygreening.org Transaction #: d696cc6d-5457-46db-958b-5ad61 c4c7b02 Submitter's IP Address: 73.0.64.150 Bid Number: 014282121 Vendor Name: CommLpity ngfQgr8 Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. *Denotes a "MANDATORY" field Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner (unless otherwise specified). If the line item and/or table is "NON -MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. Event Pricing Schedule 1. Unit prices are fixed until the end of the first term. 2. The quantities as indicated in the following worksheets have been inserted to establish the multiplier which will be used to determine the lowest Bidder. Actual quantities, which will be ordered by the City during the Contract Period, may vary substantially from the quantities listed in the following worksheets. 3. The unit prices for Events should include all costs of organizing, promoting, staffing, and executing the event itself. Event costs do not include the costs of furnishing, installing, and maintaining the trees, which are provided on the following worksheets. When the City orders a particular Tree Planting or Tree Giveaway event during the Contract Period, the total budget will include tree costs plus event costs. ' Materials and Supplies prices should include only materials and supplies associated with organizing, promoting, and executing the event itself. These should not includetrees, planting materials, and maintenance costs. Event Description Description Unit Unit Price x Event Total Tree Planting Labor per Event $2,757.0000 10 $ 27,570.00 Tree Planting Materials and Supplies * per Event $50.0000 10 $ 500.00 Tree Planting Education per Event $300.0000 10 $ 3,000.00 Tree Giveaways Labor per Event $2,230.0000 5 $ 11,150.00 Tree Giveaways Materials and Supplies * per Event $50.0000 5 $ 250.00 Tree Giveaways Education per Event $200.0000 5 $ 1,000.00 Bid Number: 014282121 Vendor Name: Commipity Gr�gl ngfQgr8 Native Tree Planting Pricing Schedule Unit prices are fixed until the end of the first term. The quantities as indicated in the following worksheets have been inserted to establish the multiplier which will be used to determine the lowest Bidder. Actual quantities, which will be ordered by the City during the Contract Period, may vary substantially from the quantities listed in the following worksheets. The unit price for Tree Plantings should include all costs of furnishing, installing, and one year of maintenance. This price should include, but not be limited to, trees, installation equipment, stakes/guys, mulch, and fertilizer (if needed). Two separate unit prices should be provided for conditions in which 1) the City provides distribution of water to the planting areas, and 2) the Contractor provides a water truck or tank to hand water the trees during the one-year establishment period. "No Bid" should be written in the Unit Price if no bid is being proposed. Tree Description Size Unit Furnish, Install & Maintain Furnish, Install & Maintain Unit Unit Price with City provided Price with Contractor provided water water truck Quantity Total with City provided water Total with Contractor provided water truck RED MAPLE (ACER RUBRUM) 15 gallon EA $54.0000 $72.0000 25 $ 1,350.00 $ 1,800.00 25 gallon EA $124.0000 $142.0000 25 $ 3,100.00 $ 3,550.00 MARLBERRY (ARDISIA ESCALLONIOIDES) 15 gallon EA $59.0000 $77.0000 25 $ 1,475.00 $ 1,925.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 BAHAMA STRONGBARK (BOURRERIA SUCCULENTA) 15 gallon EA $64.0000 $82.0000 25 $ 1,600.00 $ 2,050.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 GUMBO LIMBO (BURSERA SIMAROUBA) 15 gallon EA $64.0000 $82.0000 25 $ 1,600.00 $ 2,050.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 SUGARBERRY (CELTIS LAEVIGATA) 15 gallon EA $54.0000 $72.0000 25 $ 1,350.00 $ 1,800.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 SATINLEAF (CHRYSOPHYLLUM OLIVIFORME) 15 gallon EA $64.0000 $82.0000 25 $ 1,600.00 $ 2,050.00 25 gallon EA $144.0000 $162.0000 25 $ 3,600.00 $ 4,050.00 PIGEON PLUM (COCCOLOBA DIVERSIFOLIA) 15 gallon EA $59.0000 $77.0000 25 $ 1,475.00 $ 1,925.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 SEAGRAPE (COCCOLOBA UVIFERA) 15 gallon JEA 1$109.0000 $127.0000 25 $ 2,725.00 $ 3,175.00 25 gallon EA $159.0000 $177.0000 25 $ 3,975.00 $ 4,425.00 GREEN OR SILVER BUTTONWOOD (CONOCARPUS ERECTUS) 15 gallon EA $59.0000 $77.0000 25 $ 1,475.00 $ 1,925.00 25 gallon EA $159.0000 $177.0000 25 $ 3,975.00 $ 4,425.00 GEIGER TREE (CORDIA SPP.) 15 gallon EA $59.0000 $77.0000 25 $ 1,475.00 $ 1,925.00 25 gallon EA $134.0000 $162.0000 25 $ 3,350.00 $ 4,050.00 WHITE STOPPER (EUGENIA AXILLARIS) 15 gallon EA $64.0000 $82.0000 25 $ 1,600.00 $ 2,050.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 BIOLLY (GUAPIRA DISCOLOR) 15 gallon IEA 1$64.0000 $82.0000 25 $ 1,600.00 $ 2,050.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 TOPAL HOLLY (ILEX ATTENUATE) 15 gallon EA $49.0000 $67.0000 25 $ 1,225.00 $ 1,675.00 25 gallon EA $109.0000 $127.0000 25 $ 2,725.00 $ 3,175.00 CAHOON HOLLY (ILEX CASSINE) 15 gallon EA $49.0000 $67.0000 25 1$1,225.00 $ 1,675.00 25 gallon EA $109.0000 $127.0000 25 1$2,725.00 $ 3,175.00 RED CEDAR (JUNIPERUS VIRGINIANA) 15 gallon EA $54.0000 $72.0000 25 $ 1,350.00 $ 1,800.00 25 gallon EA $94.0000 $112.0000 25 $ 2,350.00 $ 2,800.00 IRONWOOD (KRUGIODENDRON FERREUM) 15 gallon JEA 1$84.0000 $102.0000 25 $ 2,100.00 $ 2,550.00 25 gallon EA $159.0000 $177.0000 25 $ 3,975.00 $ 4,425.00 WILD TAMARIND (LYSILOMA LATISILIQUUM) 15 gallon EA $59.0000 $77.0000 25 $ 1,475.00 $ 1,925.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 SWEETBAY (MAGNOLIA VIRGINIANA) 15 gallon EA $54.0000 $72.0000 25 $ 1,350.00 $ 1,800.00 25 gallon EA $104.0000 $122.0000 25 $ 2,600.00 $ 3,050.00 RED MULBERRY (MORUS RUBRA) 15 gallon EA $64.0000 $82.0000 25 $ 1,600.00 $ 2,050.00 25 gallon EA $109.0000 $127.0000 25 $ 2,725.00 $ 3,175.00 SIMPSON'S STOPPER (MYRCIANTHES FRAGRANS) 15 gallon JEA 1$64.0000 $72.0000 25 $ 1,600.00 $ 1,800.00 25 gallon EA $144.0000 $152.0000 25 $ 3,600.00 $ 3,800.00 LANCEWOOD (NECTANDRA CORIACEA) 15 gallon EA $64.0000 $82.0000 25 $ 1,600.00 $ 2,050.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 SLASH PINE (PINUS ELLIOTTII VAR. DENSA) 15 gallon EA $54.0000 $72.0000 25 $ 1,350.00 $ 1,800.00 25 gallon EA $94.0000 $112.0000 25 $ 2,350.00 $ 2,800.00 LAUREL OAK (QUERCUS LAURIFOLIA) 15 gallon EA $64.0000 $82.0000 25 $ 1,600.00 $ 2,050.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 LIVE OAK (QUERCUS VIRGINIANA) 15 gallon EA $64.0000 $72.0000 25 $ 1,600.00 $ 1,800.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 FALSE MASTIC (SIDEROXYLON FOETIDISSIMUM) 15 gallon EA 1$74.0000 $92.0000 25 $ 1,850.00 $ 2,300.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 PARADISE TREE (SIMAROUBA GLAUCA) 15 gallon EA $59.0000 $77.0000 25 $ 1,475.00 $ 1,925.00 25 gallon EA $134.0000 $152.0000 25 $ 3,350.00 $ 3,800.00 BALD CYPRESS (TAXODIUM DISTICHUM) 15 gallon EA $54.0000 $72.0000 122$1,350.00 $ 1,800.00 25 gallon EA $94.0000 $112.0000 25 $ 2,350.00 $ 2,800.00 Bid Number: 014282121 Vendor Name: CommLpity Gr�gl ngfQgr8 Native & Fruit Tree Giveaway Pricing Schedule Unit prices are fixed until the end of the first term. The quantities as indicated in the following worksheets have been inserted to establish the multiplier which will be used to determine the lowest Bidder. Actual quantities, which will be ordered by the City during the Contract Period, may vary substantially from the quantities listed in the following worksheets. The unit price for Tree Giveaways should include all costs of furnishing the trees. "No Bid" should be written in the Unit Price if no bid is being proposed. Tree Description Size Unit Unit Price Quantity Total BAHAMA STRONGBARK (BOURRERIA SUCCULENTA) 3 gallon EA $8.0000 50 $ 400.00 7 gallon EA $25.0000 50 $ 1,250.00 GUMBO LIMBO (BURSERA SIMAROUBA) 3 gallon EA $9.0000 50 $ 450.00 City of Boca Raton 7 gallon EA $25.0000 50 $ 1,250.00 CINNAMON BARK (CANELLA WINTERANA) 3 gallon EA $18.0000 50 $ 900.00 7 gallon EA $40.0000 50 $ 2,000.00 SIMPSON'S STOPPER (MYRCIANTHES FRAGRANS) 3 gallon EA $5.0000 50 $ 250.00 7 gallon EA $20.0000 50 $ 1,000.00 SLASH PINE (PINUS ELLIOTTII) 3 gallon EA $8.0000 50 $ 400.00 7 gallon EA $20.0000 50 $ 1,000.00 WEST INDIAN CHERRY (PRUNUS MYRTIFOLIA) 3 gallon EA $8.0000 50 $ 400.00 7 gallon EA $20.0000 50 $ 1,000.00 LIVE OAK (QUERCUS VIRGINIANA) 3 gallon EA $10.0000 50 $ 500.00 7 gallon EA $18.0000 50 $ 900.00 FALSE MASTIC (SIDEROXYLON FOETIDISSIMUM) 3 gallon EA $12.0000 50 $ 600.00 7 gallon EA 1$20.0000 50 $ 1,000.00 PARADISE TREE (SIMAROUBA GLAUCA) 3 gallon EA $8.0000 50 $ 400.00 7 gallon EA $25.0000 50 $ 1,250.00 SOURSOP (ANNONA MURICATA) 3 gallon EA $16.0000 50 $ 800.00 7 gallon EA $30.0000 50 $ 1,500.00 SUGAR APPLE (ANNONA SQUAMOSA) 3 gallon EA $15.0000 50 $ 750.00 7 gallon EA $25.0000 50 $ 1,250.00 JACK FRUIT (ARTOCARPUS HETEROPHYLIUS) 3 gallon EA $15.0000 50 $ 750.00 7 gallon EA $30.0000 50 $ 1,500.00 STAR FRUIT (AVERRHOA CARAMBOLA) 3 gallon EA $20.0000 50 $ 1,000.00 7 gallon EA $40.0000 50 $ 2,000.00 PERSIMMON (DIOSPYROS VIRGINIANA) 3 gallon EA $20.0000 50 $ 1,000.00 7 gallon EA $40.0000 50 $ 2,000.00 BARBADOS CHERRY (MALPIGHIA EMARGINATA) 3 gallon EA $15.0000 50 $ 750.00 7 gallon EA $26.0000 50 $ 1,300.00 MANGO (MANGIFERA INDICA) 3 gallon EA $20.0000 50 $ 1,000.00 7 gallon EA $40.0000 50 $ 2,000.00 AVOCADO (PERSEA AMERICANA) 3 gallon EA $20.0000 50 $ 1,000.00 7 gallon 1R $40.0000 50 $ 2,000.00 CRAPE MYRTLE (LAGERSTROEMIA SPECIES) 3 gallon EA $12.0000 50 $ 600.00 7 gallon JEA 1$25.0000 50 $ 1,250.00 References Provide a list of three (3) governmental agencies references for similar contracts for which the Proposer has completed or are in progress within the past three (3) years with the following information: 1) Name of Agency, 2) Address and 3) Contact Name, Email Address and Telephone Number. The City is interested in learning of other firms' or government agencies' experiences with your firm, as such, please do not list the City of Boynton as a reference. Name of Agency' Address' Contact Name' Email Address' Telephone Number" City of Delray Beach 50 NW 1st Ave, Delray Beach, FL 33444 Sam Metott, Director of Parks and metotts@mydelraybeach.com 561-243-7250 Recreation City of Delray Beach 100 NW 1st Ave, Delray Beach, FL Kent Edwards, Sustainability Officer edwardsj@mydelraybeach.com 561-243-7349 33444 City of Boca Raton 201 W. Palmetto Park Road, Boca Lindsey Nieratka, Sustainability Manager Inieratka@ci.boca-raton.fl.us 561-393-7997 Raton, FL 33432 Subcontractors The Bidder shall state all Subcontractor(s) and type of Work proposed to be used for this project. Bidders shall not indicate "TBD" (To Be Determined) or "TBA" (To Be Announced) or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. Sub Consultants P I' i dickma how I onhi]t I 117 I0 Hh • w om 110 in 1 Hho I'I I I i ,holl i win 7i]7.^I Hho i i 7i „ 1 ,,01h Hwii C)1i1 N R)1 + "h-''' Name of Agency Consultant Name Address Percentage % of Contract Documents Ensure your submission document(s) conforms to the following: Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." Bid Number: 014282121 Vendor Name: CommLpity Gr�gl ngfQgr8 If the attached file(s) cannot be opened or viewed, your Bid Call Document may be rejected. . Proposer's Qualification Statement - QUALIFICATION STATEMENT.pdf - Friday March 12, 2021 14:18:34 . Anti -Kickback Affidavit - ANTI -KICKBACK AFFIDAVIT.pdf - Friday March 12, 2021 13:15:23 . Non -Collusion Affidavit of Proposer - NON -COLLUSION AFFIDAVIT OF PROPOSER.pdf - Friday March 12, 2021 13:15:37 . Confirmation of Minority Owned Business - Letter of Explanation.pdf - Tuesday March 23, 2021 10:18:38 . Certification Pursuant to Florida Statute § 287.135 - CERTIFICATION PURSUANT TO FLORIDA.pdf - Friday March 12, 2021 13:16:27 . E-verdy Form - E -VERIFY FORM. pdf - Friday March 12, 2021 13:15:54 . Submit current Florida Professional License includina evidence of possession of required licenses or business permits - ISA Certified Arborist_Shipley.pdf - Thursday March 11, 2021 10:45:27 . Submit proof of Professional I iabilitv Insurance at the levels identified on the Insurance Advisor Form - Summary of Insurance.pdf - Thursday March 11, 2021 10:46:21 . Palm Beach County Local Business Tax Receipt formerly Occupational License (This or Proof of an active Certificate of Authority) - Letter of Explanation.pdf - Tuesday March 23, 2021 10:18:52 . Com awn 'sy Completed W-9 - W9 2020.pdf - Thursday March 11, 2021 10:48:44 . Additional Document - Tree Planting Program Proposal.pdf - Tuesday March 23, 2021 08:01:50 Bid Number: 014282121 Vendor Name: CommLpity ngfQgr8 Proposer Acknowledgements Addenda Acknowlegement - Proposers shall acknowledge receipt of any addenda through the Bidding System by checking a box for each addenda and any applicable attachment Confirmation of Drug Free Workplace - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or- plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section Palm Beach 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. 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. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements F7 IfWe have the authority to bind the Company and submit this Bid on behalf of the Bidder. - Mark Cassini, Co -Director, Community Greening Corp The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest? r Yes r No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. II Ihuavme irmevloy'awp,tl tlhume File Name I1a0110 atlatlel iflu in all Pages attaulll i unoll Its f1111 apllpllllly alblllpe There have not been any addenda issued for this bid. Bid Number: 014282121 Vendor Name: CommLpity ngfQgr8 1 2. =1 Ll 111 K19-11 PROPOSER'S QUALIFICATION STATEMENT c �,,,�- II'J/II y II `y ll 1J. ' 1,,,JI y I y 0 I' J IIJ; The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 100 E. Ocean Avenue Boynton Beach, Florida 33435 Submitted By: Name: Community Greening Corp Address: 50 NW 1 st Ave CITY, State, Zip: Delray Beach, FL 33444 Telephone No.: 561-927-8733 Fax No.: Email Address.: info(a_)communitygreening.org Corporation X Partnership Individual Other State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: Community Greening Corp The address of the principal place of business is: 50 NW 1 st Ave Delray Beach, FL 33444 If Proposer is a corporation, answer the following: a. Date of Incorporation: 8/3/2016 b. State of Incorporation: Florida C. President's name: Mark Cassini d. Vice President's name: Matt Shipley e. Secretary's name: Adriene Tynes RFP No. 014-2821-21/KP TREE PLANTING PROGRAM f. Treasurer's name: Joseph Scondotto g. Name and address of Resident Agent: 3. If Proposer is an individual or a partnership, answer the following: a. Date of organization: b. Name, address and ownership units of all partners: C. State whether general or limited partnership: 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? 4.5 Under what other former names has your organization operated? None 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. EI N: 81-355-9159 DUNS#: 041701262 8. Did you attend the Pre -Proposal Conference if any such conference was held? YES = NO 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) Matt Shipley, ISA Certified Arborist 11. State the name of the individual who will have personal supervision of the work: Matt Shipley 12. State the name and address of attorney, if any, for the business of the Proposer: Jeff Fromknecht 2405 Quantum Blvd Boynton Beach, FL 33426 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: As a non-profit organization, there is no individual owner of the corporation. 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: N/A 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number a. Government Related Work $140,739.86 b. Non -Governmental Related Work $240,111.00 Total Work a +b): $380,850.86 Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone TD Bank 969 SE 5th Ave, Delray Beach, FL 33483 561-330-6692 18. Provide description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). Project monitoring conducted by Community Greening staff and providing ongoing feedback to City staff to adhere to project schedule. Budgeting controls monitored by weekly expenditure submissions to independent CPA and monthly financial reports monitored by the Community Greening staff and the Financial Committee of the Board of Directors. 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Quality assurance plans include maintenance tracking software provided by Plan -it -Leo's Tree Plotter database. Tree plottter tracks watering, pruning, and mulching of trees for monthly reporting. Weekly staff meetings and site inspections of nursery stock and planted trees to ensure establishment. RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 20. Is the financial statement submitted with your proposal (if applicable) for the identical organization named on page one? YES F7 NO = 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 22. What will be your turnaround time for written responses to City inquires? 48 hours 23. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description, the disposition of each such petition. N/A 24. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. N/A 25. List and describe all criminal proceedings or hearings concerning business related offenses to which the Proposer, its principals or officers or predecessors' organization(s) were defendants. N/A RFP No. 014-2821-21/KP TREE PLANTING PROGRAM 26 Has the Proposer A phndp& Mers co, F""nfi0y Wr Winq by any pommmmt dwHq We 1*0 (E:)((" I' "s? f , (,), � v i (t, e ("J 0 t a n -,e "'u-cl �,widw=Ms Hot Mr,,: ie,,,."pnror�, l'o Quahkabon TaWment WH he rMild LMMI by n r,,wd, ",:,Ucr", f", by 'to t,)e(t`!M(i Me c)1 "),I-iY ""tJ, h.rnat inatenaky affi,c We Propmak quARAWs to pequm umAr ae CWMYM SNO .wBe ovaler to rejocl lie proposak and it after awaQ to canad and hunNnNe the awnM anWoi Ll 1D 10 'ANCAII ........ . .... ..... . . . . . . . . Page 265 of 830 AR DAVIT' S I A f 0l - SS COUNTY OF PALM KAD d(.fly depose and s,ay thatrm Iwrinn oftkru sm hemm suhrMedmH be pad to any emoaWps of Ve of 3crynton Beach as to coif"�,iii"ij�—W,-)I-➢ mwwd of gdh by me or any member of rry cn E3 y, A M I S,m".,o ar-IJ Lx'forr! rl A h, day ' .......... . 2i D IOFF[CIAL Nk,.-)]'AR'Y SEHAL," SI'Areq Fl: � PnnKd l0mahm i NAME v n r I E Who 1 VY Page 266 of 830 ,)SC), N- ,:,,L LUSII� ',J), of f" ........ .............. . . . . . . .... . ........ . ............ beirn,.,, fivs-Air 'dr,dy 1) idc o, (:",f .......... . . . . ........ .... . .. . . r 1, t (T Me) fl'N"vine, of suLm"itted "d -le 2) lie is UN A,,h,,/,.,mMilt, d the piq::o:vaIJor[ ard conlents of thn', of :""'v! pertnent Ocurnstances respechng such whadHal I .:,Id RFP I gwo&e whs W a cNhow or Mom RIFP 4) F'ruther !he sad pmposer nn r any nf As oMi, us. patners apiesentanves i`fmobyees or pa(fbs R)I nVest. ncId, Ns Qwl has n Any way WUNd rownw, or wgrend. dHoTy or hGody Wi LH, ohnsi pooposek WeWako or prusy tn YWA A nnhnw,, or am RFP 0 connectkor Jhh Wic, ',)ct hen F?I F� or w4an tun bddmg or (unnoWn wMi all CorOwd u W W an,,,,� sou [M Q, agmernol or Wushn a wmnpoor,aioio, nr WeWdor a pe son Q no hus pnce or prices wr Ne allnclmNl RFP or of any Wmf ownsc to A, any overhead.joW or coM ebmal K;71' loll RFP ke Who RFP pace cw any War rmxgei Y:� ,,my chhnon wnquo,"mmixwe cg unksk! oTnunw any 2WnwT,,,, or any pason ydemwed t7%4, pmowwd CN f'. or -rKces quoteu In the auachaj bd aju,, ","Ind p„ujpe! Ir rWslon cmapracy =Wvarce or wrdawhd agmenumt on HMO wcpomy w so; agwAs repmsedahe% umvin, employeav cw paMbs in Werest ... .... .. . ... . . . . ..... . .. I ....... . . gi iu,fi jre� Vj y C j vi I I -I 1"1 1":, x j,", I Page 267 of 830 7./Pmcn�." Na, �/ 5, Vii///�111r, r March 21, 2021 'UORK COSSN II'V II City of Boynton Beach CO-FOUNDER, 100 E. Ocean Avenue COMMUNITY GREENING Boynton Beach, FL 33435 AXI """"III ""SHIIIC N...II::Y CO-FOUNDER, COMMUNITY GREENING Dear Selection Committee, CORM CAS ""III ""FR Community Greening Corp is in the process of applying for a Palm Beach County Local OWNER/ FOUNDER N Business Receipt for our new nursery address at 22313 Boca Rio Road, Boca Raton, Florida 33433. VONUII::S IR..CHARD Community Greening Corp is a non-profit organization with a diverse board of directors. FORMER CITY It is not a minority owned business. COMMISSIONER, CITY OF DELRAY BEACH Thank you, I'EMANUI[''L II':: UIPIZ[::F JACKSON J R FOUNDING DIRECTOR, Mark Cassini EMANUELJACKSON SR. (EJS) PROJECT, INC VII':EXI'0FER CON'+ II'::C, II'::5 TRUSTS & ESTATES ATTORNEY CMS ""III ""flNO If IIIICKS ENVIRONMENTAL SUSTAINABILITY MANAGER, JM FAMILY ENTERPRISES, INC. VII'EFF IINUIRGE OWNER, NATIVE CHOICE NURSERY & FLORIDA NATIVE GARDENING CAlll'�OIIL."IN IIS, I'QIN PARK[R LANDSCAPE ARCHITECT DAN II II: LA QU II IN TIN DELRAY BEACH POLICE VOSN::RN. II SCONIIDo III""'IILO MARKET MANAGER, VALLEY NATIONAL BANK ON RIIII::N[E ""IIYIINES DIRECTOR OF ACCREDITATION, NONPROFITS FIRST OFFICE 50 NW IST AVE. DELRAY BEACH FL 33444 ,, ,� Page 268 of 830 ev �. CERTRICA F' 0 ",J, P LJ, R S U AN fi FO 1"LORID A SIPt, TUTE § 201135 I� I I, I ri t, ",J bIne n i, 1 d f It 16, Comp,14me CVmV*y Name 1 ir,'.,), b)ycoll of and 2 Is nN on To SmAhRed CampaIIIA; s 021 Th"PAH Wad I N told 3 s W an Me SUAnIzed Compardes vvIT Whohns nn Adan Ie iscJ 4 Is xv on Me SNnIzed Companks w1h AwAvidn In I, Pan PPWAeunn E napy Sedor Usk anrl ri(.,)t II'I III Svm,, E"sibrnilrbintq a 4 h 11 be pmmde Wine ii I WAY tO 10 CANSuIbmt Of MO C"Is 101MUMAMI cuscm W "m CWTCM&M The Col ISI-Iltant shaIl rrfe rfinety (90) (Jay,,', -,r folio m Ig I`/') r'' I` o", H -o", - In vvnll�ng l�ind demonstiafi,.` Hha, lhie, 'rrnrjneGhun or I`al, e cvWVMmn was ma&"m em If (',onsuItant does not dernonstrabe that the Cqy's doemircifion of en or Men the Cqy NQ have aw My m Im mmate TIe cyWom and sock awo , Yncons =vmn�� tam [�JoI,Ic!Ia �',ta4uio28/.1313 Seamn 287 135, Fb lda wry n. 1) Cm%mchng w1h umqmnks for goods or somms I at Me hmm nf bdMng a- s.qrwg pimproW foc or enkuq Wo or menky a cumnar.'A I ihe, Is th", C�ornpanles that BaKoH Imel Lot amhd mamm to Whon 215 472a P 8 ;W;K as tmycWt 0 WE and I fl, No 014 t , !,H1i I ! , � , A 14 IN', '/ C A ",,i Page 269 of 830 THCoroadngwTicampabes forgmWsm saml; W mon Mica the SmuMeed QnManes 1,vrj"J'l In the K Petoleurri M Sedm 140 cmMed pymm& 10 S AU' 473 or we Ir"I SS ri As the perm mahmmwHu yn on MW A W Dmswarll l c,'(,,,0A',j deMMed aNwe Wi tMe smAnn Mmd Wnutmh Nairinc,rlcq'f' In as of KaM M nM Wd on Vo; SaMund Cornpanies l i; Iof an Ma Scruhmmed Wynn& voth in En(:Prgy jsar"fc," IS, li`t enq,",,ged r� bi,siness opembons m SQ AmdcoWN Tal pursuard to sechom 287 135 lnda, rrI ay xmOms nmy be termhoed M the apbon of the (ON I Gm caqoany In found 9, have subnYWA Use cenTaWky) or has been placed on the ScUnkned Companies wdh Wwdes W Sudan K,", or Ae SuMbOxi ( onTarm os wqh AM= Ifhe Walywhum Emygy Sudar LN ... . ........ - ,""�,,,,ti""(,,�/"",�,� COUPANY NAME SGNATUF,�E, 'AL."KnAL . . ................ .............. ...... . .... ...... . ..... ['D F�f l 14T lf/,, "'Vi E r l TT F '171, , o ;, a)QJ z /K;' IW Al ,N t, I Page 270 of 830 Q WEE' A BMW.", :Imlect I,4amfa vielP41mg D 0 1 In t o i l camumn Oman a PK „I a ca, MW an IwMemd UHS Wtompbng to vITY u0c, a Wran wrth a pito rj M p-cwidk1", idzc h^ill ()l Yo lr', f'), omp it %'Y'1 ioNkadoC scoks W m nN KmNd A a vwdm u CU?. OWd, Ol�,,ans a pumn w CM4 W "Ovam 5% OMMAS UAMWMS w OHM a wMquIni cn- me4lu &twiliacAv in exchanql,kn- salwy oi of(II".,J iemijn;��i o?tnxj "E My symW anwe all Toms bond qQNn owinka hy Me UmId SAN D'AaMON 01 ic,)rnei,-mlj Seci:IrI/ Uilaf w eunuicnIV venN the empbyrmu Qhh0, ni(�!,ovly hined U%Iww"Knmy 1 202 K %&a0lors sIS mysm vdh nrK uw On E vnN upwim m We M vw,!,/ Om wyk Win aMon 9&v d ahvMy NK mbpes Culm,woMhogion in and uW,Q K,,r l -I S [4,pai`li I lei ((A I-I(w)_land Gwwq ; Ve0y to ve0y lhc (m,pkqncmt i:ljgbirty I q AV pIamms empbpd bV a Cmoadco lo p4mm wn"grmi ?"s wh n JVAu Snq R ww� of Om cammd v) An pemons WKIudill DY CwhMm' -mir, y vv,[th ot alwhadedges and @Wva NW ayMMOM WA un 0 die U S it I r,` S ;urKy E yu" SMmn Anq an w m 0 Me mdrul is a agWMw"Y An cm* at Yoh to Cq to KrR vendor enonny So Te cunwct tho GwMack 001 rompIJ YX Ow Imarnsons uf Scchw5 F Stat, anii,,nilfiol Nvi" tin twin _, I hr,, I mTAiwWn "d AIR= A Rw E Vue" Spkm W vwN TL m* ed4wAym ohs W wh w Nmd cimphres Conlado, SO So iequo 5 ndrwntms W pont a ow"A TTInKii ow Me womMmAg ?as no empty c(:71YmM vMh n" di, owlan wK an wwnui4 fn,-! Dle "hall inaintam a cat such alfidavr4 f ))u, O� vmhMeds 443090J1,-t,bw b) and uldc� r U)c In MMI SOMOMMMM bw r,5wid wo to "Nnyaw tetnunaIleci uAw shpmig"h Inn or N s nd a nrmo"A mw wi M MCI caIcndw day�,) atIier I t��mmr,,lafiuii H we mom! w tennnWed U in vraA" A Oe MWIde by To Summum Te Conixty no/ bin unsh a alk a II of Y yeal aIe"l flil, dan,'�,I Page 271 of 830 Page 272 of 830 We] E ,m s` e N .4. U} U} U} U} T C �- N 'a✓ N 9 T a > O O N t N N _ ,, O A m m ^. Ui d d •N C tw u m o t,'iE an N Y d m t N d y O T T C 9 N N O N O m Y �. a s vI� I° o am o w a w a> o o a v c 46 Im Lj- '- 0 0 0 0 0 0 •o c 0 0 0 0 0 0 O O ti Y W N,vn m X uuum m O a o y m M oo ' v o "A......... m •. .. moo, 9 " ° e •% ,.„, w v •• c E o o m O z a Y v E J o f wivuiiiio C O N a✓ =o O T �������� a v o n a d y o m o - a w o v v a u -°'o 9 m u m v°i O' LA d d o 2 ro D o m p o - l.7 V J E•o `'m Y o 0 0 0 0 0 g 0 0 o O o 0 0 0 0 0 0 0 N A 0 0 0 0 o v= 0 0 0 0 0 0 m Y W ui o vi —F4 u O O a Y Ln Oo a N U Q v v 13 co iLd A (� u m c m m a Y NLij u73 7 O O A c O N m a u• Q u• N OO O C O L C U m y N N y o T C N O E o 0 m o\ m N a V >t+ ON�i = \ O\46 m o Gl \ \ in ` \ V d \ O. \ c m e o Y E m u m ° a `o ¢ o y m o o a 0 M� W O N N 0) (B 0- 7./Pmcn�." Na, �/ 5, Vii///�111r, r March 21, 2021 'UORK COSSN II'V II City of Boynton Beach CO-FOUNDER, 100 E. Ocean Avenue COMMUNITY GREENING Boynton Beach, FL 33435 AXI """"III ""SHIIIC N...II::Y CO-FOUNDER, COMMUNITY GREENING Dear Selection Committee, CORM CAS ""III ""FR Community Greening Corp is in the process of applying for a Palm Beach County Local OWNER/ FOUNDER N Business Receipt for our new nursery address at 22313 Boca Rio Road, Boca Raton, Florida 33433. VONUII::S IR..CHARD Community Greening Corp is a non-profit organization with a diverse board of directors. FORMER CITY It is not a minority owned business. COMMISSIONER, CITY OF DELRAY BEACH Thank you, I'EMANUI[''L II':: UIPIZ[::F JACKSON J R FOUNDING DIRECTOR, Mark Cassini EMANUELJACKSON SR. (EJS) PROJECT, INC VII':EXI'0FER CON'+ II'::C, II'::5 TRUSTS & ESTATES ATTORNEY CMS ""III ""flNO If IIIICKS ENVIRONMENTAL SUSTAINABILITY MANAGER, JM FAMILY ENTERPRISES, INC. VII'EFF IINUIRGE OWNER, NATIVE CHOICE NURSERY & FLORIDA NATIVE GARDENING CAlll'�OIIL."IN IIS, I'QIN PARK[R LANDSCAPE ARCHITECT DAN II II: LA QU II IN TIN DELRAY BEACH POLICE VOSN::RN. II SCONIIDo III""'IILO MARKET MANAGER, VALLEY NATIONAL BANK ON RIIII::N[E ""IIYIINES DIRECTOR OF ACCREDITATION, NONPROFITS FIRST OFFICE 50 NW IST AVE. DELRAY BEACH FL 33444 ,, ,� Page 275 of 830 10 ron" W-9 Request for Taxpayer Give Fiirnrf to the lRev, OcloIxir 20 il 8) Identification Number and Certification requester. Doi -'ort Ociaii,trumf m Iie Tceaswy send to the IRS, lw"W fliamtroo :41n,iam 0, Go to wwwJr&9ov1rormW9 for instructions and the latest information. no longer subject to backup withholding; and riv toanic 3. 1 am a U.S, citizen or other U.S. person (defined below); and COMMUNITY ENIN9,CORP., 4The FATCA code(s) entered on this form (of any) indicating that I arn exernlot ..... .. ...... 2 Wsiriess rianwt�isroilaweo anity riarrie, dl dff&ent from alxm� Certification Instructions. You must cross out itern 2 above if you have been narified Ly the ISS that you we culfoi'uIty;rae, r o wpuihcAdjUq btvwse vi"-I"— I-- I - - - ------ . .. ..... 3 Check appropirmte f �ox �cw fed&a[ U,:, f 010 1! 9'CRM motcise iWne is a NX ed arae Rx,� t (,I i ority one ora ihe . ..... 4 Exampfic,,S (orJuSain�ifi(ONY lO iolnwry M g seven boxes exAmn a l'bes' notndjvd: u"Ms� See CL insructions an Inage 4 C1� S Coiqe)rallon lJ i:la,iiimslif:� fillst'054)tO 0 rKhvnbJ1/sn1e propini ow 0 C (x�qxoAbn I Here Single inemu)FA LLC Exanpt WWO COJWaPIO CL 0 4' 1�pp 'ru- • Fown t(99 DJIV (djvidund,,', inckRking, thf,.'xse)0rol'n tack": or i i Check the appropnate box n the lurrra alaove iluir the tax casriNsrVion as the siigleminonbN owiiN, Ooiiolchq,;M Exwinpo,iin warm l:ANA i3)W1jvg 11C dthe LLC 6 clluisffied w; a smgle meniber LLC that m dsirettairded from rheowno aAniun, rhenwv�oroW the 11C its ccda filany) annPher LLC that es not drsiregaMKI from theownerfor US, WerW tax Pt,tx)s&% Oilhixwise, a smi: lo Ki'MillM LI -C that ............ 1.11 ---------- V4 di'SrOgWdOO IrOm 1he0Wn9i'SfKAfld check theappro;wWe box lcw the lax clasrdwalion of as ovvri(C . Form 1 099_0 (Stcrnkclir mutual fiind sales and certairr ather L IRS code section 51 !i r�kj n, 'apt . . . . . . . —a -'a uo, ou I T J 'COM i n � $AdT.t1rVsSQnuvn1'x,,,,, streer, andorsune no iSee Pinstrucifen't, �s i agid wNhess �uWmnai� 50 1 list AVE 7'� Form 1099-S (ix oceods from Il oaf estate tmirisactions) 6 Cry, sWe, and ZIIP (x3de •Form 1099-K Qrnerclraurl ca I and Iffird :a,ivty netwnik ipgizBM P�Aq' " -- - - -11,11,111,111,111,11--l""I'll""I'll","I • Form 1098 (horne mortgage mteres4), 1098 11:: (student loan ru¢r rr�*O), 7 Leat accouM numbevilsi heqe ixti 1098-T (tuition) Taxpayer ldentlflcatlon Number—(TIN) . ........ • Form 1099-C Icanceled delict) ............ .......................................... Enter your I'IIN lin the appropriiale box. The IN provided i i the narne given at Ione t to avoid +ny backup withholdirg, For individuals, terns is generally your sociai sexiii,ty number (SSM, i Use Form W-9 only it you are a U.S. person (nnicluding a esidr:!nt res dent afien, sole propnetor, or disregarded entity, see the instructions for Part I. later. ::�or ntltr��r' alien), to provide your correct TIN. eirltifies, it is your employer identification number (EIN). If you do not have a number, see How to fj(N as i .............. N, later, or be subjece to backup withhoiding, See What is backup withholding, Note: if the account is in more than one name, see thremstructions for I ine 1. Also m,,e What Afaine and Number FTa Give the Requester for guidelines on whose number to enter, T" I i "T 'F " F Under Penalties of izequry, f certify that: 1. Irin, number shown on this form is my correct taxpayer identificavon irrurnber (oi'l as WaPWIp',g lvr7 a i to be !ssued tri 'nMand 2, 1 am urot sulbpect to backup withholding because: (a) I am exempt frorn g, 01� (b) 111ave not liSee a o ofifled Liy tl',e' [irte mat Fle ve mgl Service (IRS) that I am subject to backup withholding as a result of a failure to epivi all intelest or divide"(ds, or QC) tela no longer subject to backup withholding; and 3. 1 am a U.S, citizen or other U.S. person (defined below); and 4The FATCA code(s) entered on this form (of any) indicating that I arn exernlot ivoni l MA tnporli nq is coifed. Certification Instructions. You must cross out itern 2 above if you have been narified Ly the ISS that you we culfoi'uIty;rae, r o wpuihcAdjUq btvwse you have failed to report all interest and dividends on your tax return. For real esuae lilwisaclioo is, rein 2 doo-;^;t not a(]:tty, J:r'J' kire"Ost :taid' ger'nent nvik) ;wd go, Payments acquisition or abandonment of secured property, cancellation of debt, contributions to an k)Ovdual 'etirerneni ail aric other than interest and dividends, you are not required to sign the certification, but you rinum pmvide your corn'ect "IN ,- ca, O"lo ti for 111, tate,,,, -1- 111- sight ---11111a...— _..... . .... Signature of Here US, person 1- 1110612020 General Instructions • Fown t(99 DJIV (djvidund,,', inckRking, thf,.'xse)0rol'n tack": or i funds) Section references are to the Internal Revenue Code unless otherwise - Fornir I 09940,11;c Nal inure t "I,'Yeof tca,ro, or "P m"a noted, procefNjs) Future developments. For the latest information about developments . Form 1 099_0 (Stcrnkclir mutual fiind sales and certairr ather related to Form W-9 and its instructions, such as legislation enacted transactions Icy clircke,S) after they were published, go to www.ks gov1FormW9.• Form 1099-S (ix oceods from Il oaf estate tmirisactions) Purpose of Form •Form 1099-K Qrnerclraurl ca I and Iffird :a,ivty netwnik An individual or entity (Form W-9 requester) who is required to file an • Form 1098 (horne mortgage mteres4), 1098 11:: (student loan ru¢r rr�*O), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identification number (TIN) which may be your social security number • Form 1099-C Icanceled delict) (SSN), individual taxpayer identification number (ITINI, adoption taxpayer identification number (ATIN), or employer identification number Form 1099-A (a cquirsilion or abandonment of securtA pror,*rty) (EN), to report on an information return the amount paid to you, or other Use Form W-9 only it you are a U.S. person (nnicluding a esidr:!nt amount reportable on an information return. Examples of information alien), to provide your correct TIN. returns include, but are not limited to, the following. ffycau dra not return A'rarrri W-9 ka Me requester with a TIN,,yrau rnighi! • Form 1099 -INT (onterest earned or paid) be subjece to backup withhoiding, See What is backup withholding, Nater. ii Nm 10231X Form W-9 (Rev. r0 -2018p Page 276 of 830 E,uo iI In Page 277 of 830 March 21, 2021 The City of Boynton Beach 100 E. Ocean Ave Boynton Beach, FL 33435 RE: Solicitation RFP No. 014.2821.21/KP, Tree Planting Program Dear Selection Committee: We are pleased to present Community Greening's proposal for a community-based tree planting program to help meet the City's tree canopy expansion goal. Community Greening, an urban forestry non-profit, was founded by Delray Beach residents, Mark Cassini and Matt Shipley (ISA Certified Arborist), to engage diverse segments of the community to increase the tree canopy. Since 2016, we have been successful planting more than 6,000 trees with 4,000 volunteers in parks, schoolyards, public green spaces, and residential yards. Community Greening has been named the "Tree Advocacy Group of the Year" by Florida's Urban Forestry Council and the "Non -Profit of the Year" by the Greater Delray Beach Chamber of Commerce. In 2021, the US Fish and Wildlife Service named Community Greening the "Conservation Partner of the Year" for the Southeastern United States. Simply stated, Community Greening's mission is a collective effort to improve the environment for people and nature. It is uniquely equipped with the capability, capacity and track record to execute a community-based tree planting program. The organization's strategic plan has been jointly developed by the Board of Directors and the President of the International Society of Arboriculture. This plan brings together the community to create sustainable greenspaces and a vibrant tree canopy. In doing so, the community experiences benefits to the environment, economy, society and health that are equally shared. Currently programming includes, but is not limited to, tree plantings at public parks and schools, public green spaces, urban orchards, residential, tree giveaways and our Youth Tree Team. Our strong relationship with the City of Boynton Beach's Sustainability Office has resulted in numerous community-based tree planting events and tree giveaways for the residents of Boynton Beach. This partnership was awarded one of 20 national grants for a TD Bank Tree Days project at Betty Thomas Park; a community revitalization grant from the Community Foundation of Palm Beach and Martin Counties to increase the tree canopy in the Heart of Boynton; an urban orchard at Sara Sims Park; and many city -funded tree giveaways. At events such as tree plantings, tree giveaways and community outreach, we educate the participants about the benefits of trees and emphasize the concept of "right tree, right place". From 10/1/2016 to 4/27/20 Community Greening has planted 940 trees in Boynton Beach. • 48 trees in Public Parks • 54 trees in Urban Orchards • 57 trees at Public Schools i R , ' �CI114 rtur,uu up ., Page 278 of 830 • 708 trees at Tree Giveaways • 73 trees in Residential Yards The Tree PZantingProgram is an exciting opportunity that Community Greening is exceptionally prepared for and eager to launch. Our team's strengths include: knowledge of tree species and the City landscape; good relationships with City staff, strong connections and a positive reputation in the targeted areas; and multiple partnerships with non -profits and businesses that will enable us to successfully execute the job. We are looking forward to the possibility of partnering with the City of Boynton Beach to enhance the quality of life of both the environment and community as we move toward becoming a more sustainable city. Community Greening's Contracting Agent and Primary Contact Person is: Mark Cassini Co -Director 561-927-8733 Email: mca , ,, ...) ga ly,g Bening.:.. fg 50 NW 1st Ave Delray Beach, FL 33444 Community Greening has conducted numerous tree giveaways and planted 6,000 trees at public parks, schools, right-of-ways, businesses, and residential yards spanning from Deerfield Beach to West Palm Beach. The experience we have gained over the past five years has taught us how to work closely with City staff, residents and businesses to ensure a successful, comprehensive tree planting program. As a member of the Arbor Day Foundation's Alliance for Community Trees, we pride ourselves in our ability to engage the public to take personal responsibility for their environment by planting and caring for trees. Community Greening's local knowledge, award-winning work, healthy relationships with City staff, community partnerships, and neighborhood connections make our team ideally suited to undertake the Tree Planting Program with the City of Boynton Beach. We appreciate your consideration of our proposal. If you have any questions, please contact me . . . ..... . . at 561-927-8733 or via email at m s.sini.(i)� ��j q!ji g eenin g. Sincerely, Mark Cassini Co -Director Community Greening uii;;''' '' i� i R , ' �CI114 rturiuu up ., Page 279 of 830 Implementation Plan and Approach: The following is a plan to work closely with City staff to plant 1,500 trees through giveaways and scheduled City park plantings. As part of the first year of the City's Tree Planting Program, Community Greening will plant 500 trees in public parks and City property and host 5 tree giveaways totaling 1,000 trees. The efforts will prioritize areas where the tree canopy is lower than the citywide average identified in the Green Infrastructure Center's Tree Canopy Assessment. All trees will be tracked in our online database (TreePlotter by Plan -It -Geo) by species, planting location, and ecosystems services (stormwater captured, energy saved and air quality improved). Below is an image of Tree Plotter, our online database that tracks the trees by species and location already planted by Community Greening in the City of Boynton Beach at parks, schools, open spaces and right-of-ways, and residential properties. 7 Faroe Aupddoa A., ego G1R1F:r.lEN1111114 Layer: Trees Display by Common Name w Syrmbalogy: None w View Filter. Boynton total 2016._ 3.11.21 Showing 468 at 708 sites. Toggle All Q' Avooado'Ghaguette (25) Avoaodo'Dey'(36) FJ Q Barbad.s .h—y (63) 0 Fig'Ge Neri' (78) Guava'Thal Whitc (23) �Jamal.an cherry (Strawberry tree) (30) Live oalk (40) Mang. (2) " @Mang.'Bomhay'(2g) Mango'Julie' (56) rJ 0 Mulberry'Everbeanng' (26) " Papaya,(4) Papoya'vellow, (23) Paradise tree (54) Ped maple (17) ps„ Simpson's stopper (152) S.ursop(24) ( Sugar apple (28) J2 0 Wad maleic (SR) Charts call r rwtirewwr:r �"�I�n This project is an expansion of services that Community Greening is already providing to expand the tree canopy funded by private foundations and corporations in the City of Boynton Beach. The City's investment to strengthening the City's green infrastructure greatly facilitates these efforts and demonstrates a commitment to "create a greener Boynton Beach by enhancing the tree canopy" and to "inspire citizen engagement and ensure benefits of climate action are shared equitably among all community members". � ���,.D i 1 , "111 Page 280 of 830 The proposed project has the following key components: Park Plantings (up 500 trees per year) Community Greening will collaborate with the City of Boynton Beach Staff to choose park locations and conduct site inspections with the maintenance staff to determine species and planting locations. Community Greening will hold 5 public tree planting events at parks determined by City staff as part of an educational planting series for residents and volunteer groups to engage the community, promote the park system, conduct tree planting and highlight the City's Tree Planting Program. Community Greening will get the planting list approved by City staff, locate and purchase trees, organize tree plantings, plant, establish and maintain 500 15G -25G trees. Park locations for the first year include: • Oyer Park: along north edge and in wet areas on south end • Jaycee Park: wet areas potential for cypress • Wilson Park: around playing field behind Carolyn Sims Community Center • Palmetto Greens Linear Park: along the greenway along the canal/bike lane • Barton Memorial Park: open areas on north end of park To promote the City's sustainability and community outreach efforts, Community Greening will develop and adhere to a proposed project outline and provide the following: • updates for communication with City staff, • recruit community volunteers to attend park plantings; • plan, coordinate, and host a community -involved tree planting; • lifetime values of eco -benefits of the trees planted including stormwater captured, energy saved and air quality improved; • a certified arborist on site to provide tree planting demonstration and answer attendees' questions; • social media posts on Instagram (2,000 followers), Facebook (2,000 followers), Mailchimp (3,000 subscribers) about the tree plantings and promote the tree planting campaign using social media in coordination with the City; • submit 5 high quality tree planting photos. i R , ' �CI114 rtur,uu up ., Page 281 of 830 To date, Community Greening has partnered with the City of Boynton Beach to plant trees in Sara Sims Park, Betty Thomas Park and Intracoastal Park. Some of the groups Community Greening partners for volunteers include: American Heritage High School Science Club; AmeriCorps Palm Beach County; Atlantic High School International Baccalaureate Program; Boys and Girls Club; Florida Power & Light; Healthier Boynton Beach; Publix Super Markets; Volunteers of the Palm Beaches; and The Young Marines. Tree Giveaways (1000 Trees) Community Greening will conduct 5 tree giveaways of 200 trees each per year to encourage residential tree plantings to increase the tree canopy. Each tree giveaway will provide two 3G trees to each household. The tree species will be approved by the City and will be from the "Right Tree, Right Place" list. Some possible locations and events of the tree giveaways are City Hall, Sara Sims Park; and Ezell Hester Community Center. i R , ' �CI114 rtur,uu up ., Page 282 of 830 Trees are 3G in size so that people can fit it in their car's trunk or walk home with it. Anything larger is usually leftover or the last tree to be chosen at a tree giveaway. In our experience to encourage attendance and excitement the total number of trees given away is divided evenly by fruit tree or Florida native/Florida friendly. FUNDED BY 100 "Kmirs (Ad ci ry OF BOYNTON BEACH -CRED111140' VA Page 283 of 830 At the event organized and staffed by Community Greening, residents provide their address to ensure they are a Boynton Beach resident and the species of tree they have received on an iPad to track each location and ecosystem benefits in our publicly available online database (Tree Plotter). Tree giveaways are excellent opportunities to educate the public about the benefits of trees, tree species, "Right tree, Right place", proper planting methods, and the City's Tree Planting Program. Each tree is tagged with the information in the graphics above. Community Greening will have an ISA Certified Arborist on site to answer attendees' questions. Community Greening has conducted more than 15 tree giveaways with the City of Boca Raton, the City of Boynton Beach, the City of Delray Beach and the City of West Palm Beach. Recent tree giveaways in the City of Boynton Beach were at Sara Sims Park (200 trees) and Ezell Hester Community Center (200 trees); in the City of Boca Raton at Sand Pines Park (200 trees) and in the City of Delray Beach at Pompey Park (200 trees). Similar to these tree giveaways, Community Greening will develop and adhere to a proposed project outline, location and current Covid-19 guidelines including no contact car lines. Community Greening's Events and Marketing Manager will work with City staff on promotion, event logistics and coordination. Community Greening will promote the event using social media in the local area in coordination with the City and to recognize the City's sustainability efforts. Community Greening will submit 5 high quality event photos and make social media posts about the event on Facebook, Twitter and Instagram. i R , ' �CI114 rtur,uu up ., Page 284 of 830 Tree Planting Program Implementation and Schedule: Once awarded the project, Community Greening will execute the contract and meet with City staff to discuss tree planting locations, project timeline, tree sizes and species, maintenance expectations, project partners, communication procedures, and confirm project expectations and milestones. Community Greening and City staff will conduct site assessments of the of the five park locations and submit a tree list for each planting site. Page 285 of 830 APRIL 17 omm I A 110 II �FE E G V[��AVVAY (200 TNil � ES) CNFY OF BOYNTON BEACH [DAY CII I E RR=01,� MAY 1 930 11�30ANI PAM< NAN nNG OYER I ARK MAY 8 930 11�30A[A FTM< A AN W-, JAYCI E PARK MAY 24 9:,'30 1 1:30AIV PARK N! AN I T�G fflk S()IN CDN�ZK JUNE 5 910 11 3()AV PARKPLANM��G 1=A1 I1,i II xIR'I IIDB� 5 1 I'4I IR PARK JUNE26 9. O 11:30A[,l PARK [1� ANTINC, IRARPON A&MVIA! VARK Note: Four additional tree giveaways can be scheduled at the City's request. 10 CRED1 I �Y114x,, . . . . Page 286 of 830 A F', N -,CGTY OF-- BOYNTON H MARKCASSIN1 CO-DIRECTCYR "Project Manager" MATT SHIPLEY ("O -DIRECTOR "Project Prolessionai" INDIRA BROCH EVEN FS & MARKETING MAI',JAGIER "Client Services Manager" DU ""CREDINNiS COMMUNH-Y FORESTER STEPHEN SETO URBAN ORCHARDS MANAGER 11 Page 287 of 830 Mark Cassini, co-director and co-founder, is from Indianapolis, Indiana where he spent his childhood days immersed in nature at the creek catching fish and snakes. Mark has created a diverse non-profit career including international work in Nairobi, Kenya. He has an M.A. in International Studies/Intercultural Relations from the University of the Pacific and graduated from Indiana University with a B.A., majoring in Cultural Anthropology. He lives in Delray Beach, Florida with his wife and four children. Matt Shipley, co-director and co-founder, is a third -generation South Floridan and was surfing by the time he could stand. Matt was always inspired by nature which drove him to study environmental issues at the University of San Diego. After receiving his B.A. in Spanish and Environmental Studies, Matt joined the Peace Corps. He served in Paraguay as an environmental educator where he organized community -led reforestation efforts. Upon completing his service, Matt went back to California to receive an M.A. in International Environmental Policy at the Middlebury Institute of International Studies. He is an ISA Certified Arborist and a recent graduate of the Municipal Forestry Institute. Indira Broch, Events and Marketing Manager, is from Valencia, Venezuela where she grew up spending most of her time outdoors with her brother and cousins, climbing trees and picking their fruits. After obtaining her B.A in Graphic Design she moved to the United States in 2005. Her career has focused on marketing and events for over 10 years, including 6 years in the non- profit sector. She lives in Delray Beach and loves to spend her time cooking with her two children. m 12 i� i R , ' �CI114 rtur,uu up ., Page 288 of 830 1P Dondre McCrary, Community Greening's Community Forester, is Delray Beach native. He is a graduate of the Village Academy School which he attended since second grade. He received his Associates in Arts from Palm Beach State College and attends Florida Atlantic University where he will graduate with his B.A. in Health Sciences. Dondre is studying to become an ISA Certified Arborist so that he can continue to see the rise of the worldwide urban tree canopy. Dondre is passionate about community outreach and youth development. Stephen Seto, Urban Orchards Manager, was born in Miami Beach and lives in Boynton Beach. He holds a Professional Performance Certificate and Master of Music in Piano Performance from the Lynn Conservatory with full scholarship under the tutelage of Dr. Roberta Rust. Stephen received his Bachelor of Music at the University of Miami with honors studying piano with Tian Ying and harpsichord with Frank Cooper. Stephen balances out his time with astronomy, surfing, and rare fruit trees. m 13 i R , ' �CI114 rturiuu up ., Page 289 of 830 0 u cm c c E E 0 u 0 0 (Y) co 4- 0 0 CY) N (1) 0) (U 0- E O' _0 fa07 4-J L- fuL- 0 u 1-4 rNj 1-4 r,,j u L— 0 u E U) .49 E CO cu 06 -W u a) US u . . :s co u u C: E 0 U s. U-) > Lu 0 (n E 0 O c c 1-4 C:) 0 rN u = cm fa Z u CL -W (D m =3 C�- CD CD c c :LJ E -0 m 0 m E Ln uw) 0 fu m u 0. co 0 4-J Ch 0 E 0 U 0 u cm c c E E 0 u 0 0 (Y) co 4- 0 0 CY) N (1) 0) (U 0- E 0 _0 fa07 4-J L- fuL- 0 u 1-4 rNj 1-4 r,,j u L— 0 u E U) .49 00 rN C) CO cu 06 -W u a) US u . . :s co u u C: E 0 U s. U-) > Lu 0 (n u u C: fu1 E 0 u 0 u cm c c E E 0 u 0 0 (Y) co 4- 0 0 CY) N (1) 0) (U 0- 0 Vim„ CL 0 0 c V CL c .F L. 0 0 u V CL Ch 0 c c u c E c c E LTO E 0 E m m u 0cYi ri U r-4 N E EO) E o E cu U r-4 N E L. 0 0 Ln V cu E 0 E U (n X CD CD E m CD CD Ch A CD CD CD CD Cu L. Ur F-4 Uri rj 0 4—J 0 0 Ln cuE L. !? 0- E u ro Ch 0 E m -W V u X CD c) CD C) u u E V u 0 u 0 C) F-4 rj E II ChC) E x C5 O 0 m 0 L. u 0 0 0 U� z 0 0 4-J Q. ti ul cua) 4—J . C: 0II C) L. Ch Q. rom 0 E L- i L- 0 U- L 0 U- ul LL z Ln V (h Cl) 4—J 0 Ch Ln u 0 0 L. 0 x Lli V) _0 Q) u u C: fu U- (n cML Ln C:_0 Un U U-) U-) _0 0 fu Ln 0 Ll "0 c -u 0 -61 c 0 Q) Ln 0 0 .2 Q. -Fu ch u Cl) fu =3 0 U 0) 0- U 0) U U 0) U 0 m 41 (n ce > ul a- > 0 > ul -i ul Lu Lu -j Lu ir%l re,) ^C) m QD re,) QD C) Gm ir,� rei r,-; isi r14 r14 r14 —11 C: 0 a) 4-J u E X ui E 4 _0 C: fu -0 C: fa U) C: 0 (n Ll U) u fu 0 Q. Q. < =3 ce 70 (1) 0(n Q. 0- a- C:u (1) Q) � I :1 I 1" Consent Agenda 5/4/2021 Requested Action by Commission: Approve reduction of a surety (Letter of Credit No. 27021) by the amount of $135,505.26 from $157,005.26 to $21,500.00 and extend the length of the surety bond for one (1) year to warranty against defects in workmanship and material for the right-of-way improvements completed in association with the Ocean Breeze East project. Explanation of Request: In May 2020, in conjunction with the Right of Way Permit, Ocean Breeze East Apartments, LLC provided the City a Letter of Credit (NO. 27021) in the amount of $157,005.26 which expires May 2021. In March 2021, the City received the design engineer's final certification and the project's as-builts. Staff performed a final inspection and confirmed the project's conformity to the approved plans. Per Chapter 2 - Subdivision, Platting & Development Regulations in the Engineering Department Design Criteria Handbook and Construction Standards, upon a project's completion a bond can be reduced to 5% and held for one (1) year to protect against defects in workmanship and material. The Public Works Department Engineering Division requests approval to reduce the surety, by the amount of $135,505.26 (95% of the construction costs - see attached bond reduction calculation) for the completion of the improvements in the right-of-way and extend the surety bond for an additional year. This will leave the remaining $21,500.00 to be held by the City for 1 year as a warranty against defects. Upon the Commission's decision, Ocean Breeze East Apartments, LLC will submit a replacement surety How will this affect city programs or services? This protects the City from latent defects that may appear during the warranty period. Fiscal Impact: Budgeted N/A Alternatives: The Commission may elect to extend the existing bond for another year. Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Page 293 of 830 Grant Amount: Attachments: Type D AttacftrTIENI'lt D AttacftrTIENI'lt D AttacftrTIENI'lt Description AttachirTIENI'lt 1 1 E)ttENr of Cir'Edit AttachirTIENI'lt 2 El['lgil['IE)E)ir's CE)rtificatioin AttachirTIENI'lt 3 Boindl:REdL.JlC',bC)I['l Cak�,Ulbtioin Page 294 of 830 Administrative Amendment to Standby Letter of Credit JULY 2, 2'020 OCEAN BREEZE EAS F APAR I MEN -I S I J -C 7 735 NW'146 S] REEF SUI I F 306 MIAMI LAKES, 1"L.;33()16 IBERIABANK I of Credit Nurnber: 27021 In :he current amount of: $15/,005.26 Beneficiary: Ci-rry COMMISSION OF BOYNTON BEACH Applicant: OC�EAN BRLLZI LAS I AFAR FIVILN [S I LC RECEIVED JUL 1) 7 ITM As you may already know, IIBERIABANK and Firsr. Horizon Bank nave rjrieuged, effective Jeuly 2, 2020 In with this rnerger, the Ietter of ctcdit refere ru,',ed above is ar-nended as follows: This issuing Maruti: is now First Horizon Bank, and the new address is: [,,list Horizon Bank 1r111t("[rnationai 01:)erations 165 Madison, Ave, 4th Poor M&-npli FN 381013 D4 is, if reCjL1jH.,C1, are now to be drawrrl on F4'st Horizon Bank and marked Trawn Under First Horizon Bank, Letter 6 C"redit Nurnber 27021," Presentadu i of drawings umde�r the letter of credK must be t -made to First Horizon Bar,& at the address Indicated aii:)ove. In the event the credit provides for airy corn-nunication by fax, such, as facsirnile transmissions, it must now be addressed to the First Horizon Bank L.ei:,�,& of Credit Department at 901-523-4r438, with a iz.elepi-icne COnfirr-nation receipt made to 901-523-4828. All other t,& rns And copcfitioris rernain unchanged. If you have any questions regarding the infurnation provided in this Iettor, please contact First Horizon Int& nationaV Services at 9(.")1-523-4828. Sincerely, (7 Lelia Savory Senior -Vice Pre)sidenl:, lnternationA Services First Horizon Bank Fiiirst IHorizon Bank dnternafionaill Services 165 Madison Ave, Meirnp'6is, FN 318103 SWIF'[; 1­780AUS44 2020 astNrxizon Bank. Mtmber FDIC. MC DE 10 LU' 002 Page 295 of 830 EXHIBIT "N -I" (LDR, Chap. 7, Art. I, Sec. 3.A,) CLEAN IRREVOCABLE LETTER OF CREDIT TO: City Commission of Boynton Beach c/o City Engineer, Agent for the City 100 East Boynton Beach Boulevard Boynton Beach,..l=lorida 33435 RE: Our Letter of Credit No. 27021; Building Permit No. R/W Permit No. E-20-032; for Date: May 1'2020 Amount: USD $15 We hereby open our Clean [rrevocable Lettevof Credit N6..:27 Beach, Florida ("City") for the initial arnount of One Hurfc 26/100 U. S Dollars ($ 157 005.26 effective as of this. date, released by a Resolution adapted by the City Commission at a I meeting. Date: in favor of the City of Boynton shall remain effective until '-ity Commission scheduled This Letter of Credit is issued pursuant to the terns of that certain R/W Permit Number E-20-032 (hereinafter, "Permit' ), issued to Ocean Breeze East A artments .LLC as Developer, by the City''.:of Boynton Beach, Florida, to°'develop a project to be known as Ocean Breeze East (Hereinafter, ``called the "Project"), aricl;':to construct and install the required public improvements to supportthe; Project pursuant to the terms of the Permit. This Letter of Credit,. however, is independent of said Permit ati`d reference herein is for information only. The initial amount of funds. available under this Letter of Credit and stated above be reduced from time to time by the Gity Engineer; as the agent for the City of Boynton Beach, in accordance with the requirements of the Subdivision, Platting and Required Improvements. Regulations, Chapters 2.5, 5 and 6 respectively of, the Land Development Regulations. We hereby agree that such reduction shall not be effective until we have furnished a written amendment to this Letter of Credit. Such amendment shall reference this Letter of Credit as well as the Permit Number and Project Name, as set out herein, and the new amount requested. Funds under this Letter of Credit are available to the City hereunder, not to exceed the, current available amount subsequent to any authorized reductions of this Credit against the City's demand, by its authorized agent named above, for payment to us upon presentment of original Letter of Credit No. 27021. Page 296 of 830 1115 H C) A � 5 u_,N a s N 11! l " b 0. C3 U v. Date: 1/2112020 Project: Ocean Breeze City ROW Improvements Project No: FJ180028 125 West Indlantown Road, Suite 206, Jupiter, FL 33,458 Calcullated By: DAM Tell: 561-203-7503 Chocked By: SU ENGINEERING PRELIMINARY COST ESTIMATE - CITY ROW QUANTITY U/A DESCRIPTION 580 SY Parallel Parking full asphalt section $ 35,00 SY $ 20,300.00 13110 SY Milli and resurface 1" $ 10.00 \ SY $ 13,100.00 160 LF Type "F" Curb and Gutter $ 2�0.00 \ LF $ 3,200.00 805 LF Valley Curb $ 18,00 \ LF $ 14,490,00 742 LF Type'D' curb $ 12.00 \ LF $ 8,904.00 4 EA 4' Dia Ill $ 3,000.00 \ EA $ 12',000,00 68 LF 18" HDPE Drainage pipe $ 25.00 \ LF $ 1,700.00 310 LF Extiltration trench $ 90.00 N LF $1 27,900.00 2 EA Fire Hydrant $ 4,000.00 \ EA $ 8,000.00 610 LF 12" waterniain including fiWngs $ 38.00 4 —LF $ 23,180,00 SUBTOTAL: $ 132J74.00 MOT (5%) l PAVEMENT MARKING & SIGNAGE (2,5%) 3,319.35 TOTAL: $ 142,732,05 Surety 1,10% $ 157',,005.26 Engineering Permit Fee (2.3%) $ 3,282.84 Page 297 of 830 March 29, 2021 City of Boynton Beach Engineering 100 E. Ocean Ave., Boynton Beach, FL 33435 Re: Ocean Breeze East Site Work Dear Mr. LaFontant, Tt°ioMi .&'uiM1.;ONEERING GROUP V: S61-203772 I am writing this letter to inform you that the work performed under this permit is substantially complete, and all required inspections have been performed under my supervision. To the best of our knowledge and belief, the infrastructure was constructed in substantial compliance with the approved plans and said work was performed in accordance with the guidelines set forth in this permit. Please note that the ADA parking stalls have been relocated from their original locations on the approved plans. This field change was necessary to comply with the ADA standards for cross - slopes and run -slopes. Also, please note that the markings for the stalls on the paved area are a single line; which does not follow the standards of the City of Boynton Beach, but was approved as such. I hereby certify to the construction completion of all the components of the site infrastructure for the above referenced project and that they have been constructed in substantial conformance with the plans and specifications approved by the City of Boynton Beach. Included with this certification letter is a complete set of closeout documents. (As-Builts/Densities) P.E.# 6M,' CA# 27528 v, O /ON .v®° '02111111100 require any additional information, please do not vih_ Em -G NiEE — Ifs ckJE °r MANAGERS — LAND PLANNtNG I....AND , E ARCI'is ECTS Page 298 of 830 j 1 March 29, 2021 City of Boynton Beach Engineering 100 E. Ocean Ave., Boynton Beach, FL 33435 Re: Ocean Breeze East Site Work Dear Mr. LaFontant, Tt°ioMi .&'uiM1.;ONEERING GROUP V: S61-203772 I am writing this letter to inform you that the work performed under this permit is substantially complete, and all required inspections have been performed under my supervision. To the best of our knowledge and belief, the infrastructure was constructed in substantial compliance with the approved plans and said work was performed in accordance with the guidelines set forth in this permit. Please note that the ADA parking stalls have been relocated from their original locations on the approved plans. This field change was necessary to comply with the ADA standards for cross - slopes and run -slopes. Also, please note that the markings for the stalls on the paved area are a single line; which does not follow the standards of the City of Boynton Beach, but was approved as such. I hereby certify to the construction completion of all the components of the site infrastructure for the above referenced project and that they have been constructed in substantial conformance with the plans and specifications approved by the City of Boynton Beach. Included with this certification letter is a complete set of closeout documents. (As-Builts/Densities) P.E.# 6M,' CA# 27528 v, O /ON .v®° '02111111100 require any additional information, please do not vih_ Em -G NiEE — Ifs ckJE °r MANAGERS — LAND PLANNtNG I....AND , E ARCI'is ECTS Page 298 of 830 Ocean Breeze Land Development Permit Bond Reduction Calculation $142,732.00 Original Cost of Work $0.00 Remaining Work at current unit prices $142,732.00 construction cost reduction $157,005.26 Original surety -$135,595.40 95% of construction cost reduction $21,500.00 amount of remaining surety (rounded to the higest $100) $157,005.26 Present surety -$21,500.00 remaining surety $135,505.26 Amount Certifed this request. Page 299 of 830 6.E. Consent Agenda 5/4/2021 11 City of Boynton Beach D Agenda Item Request Form Commission Meeting Date: 5/4/2021 Requested Action by Commission: Approve minutes from the City Commission meeting on April 6, 2021. Explanation of Request: The City Commission met on April 6, 2021 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. Fiscal Impact: Non -budgeted N/A Alternatives: Approve, amend and approve, or do not approve the minutes. Strategic Plan: Building Wealth in the Community Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description 04 06 2021 Coirnirnia:>sioin IEs'E) 11':g I 1['1LAtE)S Page 300 of 830 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, April 6, 2021, at 4:15 P.M. Present: Mayor Steven B. Grant Vice Mayor Ty Penserga Commissioner Justin Katz Commissioner Woodrow L. Hay Commissioner Christina L. Romelus 1. Openings Lori LaVerriere, City Manager James Cherof, City Attorney Tammy Stanzione, Deputy City Clerk A. Call to Order — Mayor Steven B. Grant Mayor Grant called the meeting to order at 4:24 p.m. B. Roll Call Deputy City Clerk Stanzione called the roll. A quorum was present. Closed -door session on Tuesday, April 6, 2021 beginning at 4:15 p.m., for a private attorney-client session to discuss pending litigation case of: CITY OF BOYNTON BEACH, a Florida municipal corporation, Plaintiff, vs. JKM BTS CAPITAL, LLC., Defendant — Palm Beach County Circuit Court Case Number: 50-2020CA012780-XXXX- MB Attorney Cherof announced those attending the closed -door session included the City Commissioners, City Manager, City Attorney, Assistant City Attorney, and a court reporter. The session was anticipated to last about 60 minutes. Attorney Cherof noted should a Commissioner who was not currently present arrive during the closed -door session, it will be reflected when the meeting reconvened. Mayor Grant recessed the meeting at 4:26 p.m. Mayor Grant reconvened the meeting at 5:36 p.m. John McNally, ITS Director, explained how the online meeting would proceed and how the public could participate. Invocation by Apostle Brown of New Disciples Worship Center Apostle Brown was not in attendance. In his absence, the Invocation was given by Page 301 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Mayor Grant and Reverend Wright. Pledge of Allegiance to the Flag led by Commissioner Katz Commissioner Katz led the Pledge of Allegiance to the Flag. Agenda Approval: 1. Additions, Deletions, Corrections Mayor Grant requested to add Administrative Item 5B, a discussion on a trip to Tallahassee. 2. Adoption Motion Vice Mayor Penserga moved to approve as amended. Commissioner Romelus seconded the motion. The motion passed unanimously. 2. Other A. Informational items by Members of the City Commission Vice Mayor Penserga disclosed that he spoke with the property owners of the Knuth Road item on the agenda. He attended Congresswoman Lois Frankel's meeting regarding the American Rescue Plan. He attended and spoke at an anti -Asian hate rally in Lake Worth Beach. Mayor Grant disclosed that on March 23rd, he spoke with John Markey and Jeff Johnson of JKM. On March 24th, he spoke with presenters at the COWBRA meeting. On March 27th he attended a walk for a Healthier Boynton Beach for the Let's Move Program. He wished those who celebrated Passover a Happy Passover. On April 1 st, he attended a meeting with Jeff Burns. On April 3rd, he hosted the Ambassador of Bangladesh and attended a gala in the Ambassador's honor in West Palm Beach. On April 6th, he spoke with Miranda Christian from WPTV about the boat ramp item. Commissioner Romelus disclosed that she met with Jeff Burns and Michael Weiner and the property owner of Knuth Rd. Commissioner Katz disclosed that he spoke with the property owners of Knuth Road. He will be meeting with Michael Weiner and his client on April 7th 3. Announcements, Community and Special Events and Presentations A. Dr. Anthony Lockhart, Principal of Boynton Beach High School, will make an announcement regarding the Boynton Beach Page 302 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Aerospace Science Academy's participation in the FAA Airport Design Challenge for design of the Boca Raton Airport. Dr. Anthony Lockhart, Principal of Boynton Beach High School, spoke about the Boynton Beach Aerospace Science Academy's participation in the FAA Airport Design Challenge for design of the Boca Raton Airport. Dr. Lockhart presented the City with a picture of the students who where part of this project. Mayor Grant presented Dr. Lockhart with a plaque for the 2019 Holiday Parade Outstanding Performers. Commissioner Romelus thanked Dr. Lockhart for bringing so much energy to the meeting and all the great work he does as a principal. Commissioner Hay commented on how proud the City is of Boynton Beach High School. B. Proclamation recognizing April 4-10, 2021 as National Library Week. Library Director Craig Clark will accept the proclamation on behalf of the Boynton Beach City Library. Mayor Grant proclaimed the week of April 4th as National Library Week. Craig Clark, Library Director, accepted the proclamation and thanked the City and the City Commission for their continued support of the Library. Mr. Clark also thanked the library staff for their hard work and the services they provide to the community. Mr. Clark announced events happening for teens at the Library during April. In May, the Library will be launching their Makers Space. Commissioner Romelus thanked the library staff for getting the Little Library program running, which makes books accessible to anyone everywhere. Mr. Clark announced that the three Little Libraries are located at Barrier Free Park, Sara Sims Park and Oceanfront Park. C. Proclamation recognizing April 24, 2021 as Best Buddies Day in Boynton Beach and encourage residents, visitors, employees and businesses to participate in the Best Buddies Friendship Walkon April 24, 2021. Tricia Williams, Best Buddies Area Director Palm Beach, will accept the proclamation. Mayor Grant proclaimed April 24th as Best Buddies Day in Boynton Beach Maicie Ramirez, Community Engagement Manager of Best Buddies, accepted the proclamation. Ms. Ramirez thanked the City for their continued support over the years. If you would like to become a Best Buddy email volunteer contact Ms. Ramirez at maicieram irezest u ies.or . This year's Best Buddies walk will be a caravan, there will be virtual activities as well. Page 303 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 D. Proclamation recognizing April 2021 as Autism Awareness & Acceptance Month. Dr. Jennifer Percival, Assistant Director, FAU Center for Autism and Related Disabilities (CARD) will acceptthe proclamation. Mayor Grant proclaimed the month of April as Autism Awareness & Acceptance Month. Dr. Jennifer Percival, Assistant Director, FAU Center for Autism and Related Disabilities accepted the proclamation. Dr. Percival stated that is has been an honor working with the City of Boynton Beach over the last several years. The City of Boynton Beach is one of the few Autism friendly cities recognized in the United States. During the month of April, there will be art displayed by artist with Autism at the Arts and Cultural Center. E. Proclamation recognizing April 9, 2021 as Sleepin for SleepOut Homelessness Awareness Day. Mayor Grant proclaimed April 9th as Sleepin for SleepOut Homelessness Awareness Day. Diane Stanley, CEO Lord's Place, accepted the proclamation. Ms. Stanley thanked the City of Boynton Beach for their partnership in ending homelessness. Since the Sleepin for SleepOut Homelessness Awareness Event is virtual, everyone can participate. F. Announcement by Sustainability Coordinator Rebecca Harvey regarding the drive-thru Earth Day Celebration and Tree Giveaway on Saturday, April 17 from 10am-12pm at the Ezell Hester Jr. Community Center; as well as virtual Earth Day events and activities at www.doGreenBoynton.com. Rebecca Harvey, Sustainability Coordinator, announced the drive-thru Earth Day Celebration and Tree Giveaway on Saturday April 17th, from 10 a.m. to 12 p.m. The City will be celebrating all month with a variety events and activities that can be found at .c G. Announcement by Sustainability Coordinator Rebecca Harvey that Mayor Grant is joining mayorsacross the country during the month of April 2021 for the 10th Annual Wyland National Mayor's Challenge for Water Conservation by asking residents to make a simple pledge to conserve waterand energy at mywaterpledge.com. Ms. Harvey announced that Mayor Grant is joining mayorsacross the country during the month of April 2021 for the 10th Annual Wyland National Mayor's Challenge for Water Conservation by asking residents to make a simple pledge to conserve water and energy at .c Page 304 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 H. Announcement by Recreation & Parks Director Kacy Young about the Youth Symposium beinghosted by the Recreation & Parks Department at the Carolyn Sims Center on Saturday April 17, 2021, from 9:00am to 3:OOpm. Kacy Young, Recreation & Parks Director announced the Youth Symposium being hosted by the Recreation and Parks at the Carolyn Sims Center located at 225 NW 12t" Avenue on Saturday April 17t". Presentations will include The World of Nanotechnology. All attendees will be able to receive community service hours and lunch will be provided. Registration is available at www.wemakelifefun.com or by calling 561-742-6641. Mayor Grant announced that the Affair of the Arts will be at the Boynton Beach Mall April 9th to April 11tH 4. Public Audience Individual 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 comingbefore the City Commission) Irwin Cineus, Boynton Strong, commented that an email was sent to the Commission today on a proposal for a project that he would like support from the City. Boynton Strong would like to bring an apprenticeship program to the Heart of Boynton Beach. The apprenticeship program will allow on the job training while getting paid. Studies show that people who finish an apprenticeship program have an average starting wage about sixty thousand dollars. Mayor Grant commented that he looks forward to working with Boynton Strong once the City knows how the funding from the America Cares Act can be spent. Greta Wilson, Assistant Director of Boynton Beach Head Start, asked the City to help the Head Start program stay in their current location. Head Start has brought great success to the children of the community. Bernard Wright, 713 NW 7t" Street, commented that his grandson and wife had attended the Head Start program. It is a program that is very much needed, it is historic. Mr. Wright's grandson is now in fifth grade and he was scientist of the month in December. The location is convenient for the people in the area to get there. Mr. Wright would greatly appreciate the City's help. Wayne Foster, 909 NE 3rd Street, Facility Supervisor for the area stated when they moved into the Head Start building, it had its problems. There was a considerable investment made to bring the building up to a good standard and it is great to see that the children have a facility that is clean and safe. Relocating would be hard on the E Page 305 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 families. Jacoby Waters, founder of Gentlemen of Distinction, would like to discuss his ideas to make an imprint on the community. He would greatly appreciate the help of the City to make them part of the community. 5. Administrative A. Annual appointment of eligible members of the community to serve in vacant positions on Cityadvisory boards. Mayor Grant read the vacancies. Motion Commissioner Romelus nominated Mr. Advisory Board. Vice Mayor Penserga member to the Arts Advisory Board. motion passed unanimously. Motion Saddam Silverio as a regular member to the Arts nominated Mr. Courtlandt McQuire as a regular Commissioner Katz seconded the motion. The Commissioner Katz nominated Mr. Paul Bortz as a regular member to the Building Board of Adjustments and Appeals. Commissioner Romelus nominated Mr. Sanford Guritzky as a regular member to the to the Building Board of Adjustments and Appeals. Vice Mayor Penserga seconded the motion. The motion passed unanimously. Motion Mayor Grant nominated Mr. Adam Kerr as a regular member to the Citizens Oversight Committee. Commissioner Katz nominated Ms. Alexandria Wilson as a regular member to the Citizens Oversight Committee. Vice Mayor Penserga seconded the motion. The motion passed unanimously. Motion Mayor Grant nominated Mr. Joe Josemond as a regular member to the Community Redevelopment Agency Advisory Board. Vice Mayor Penserga nominated Ms. Yvonne Skovron as a regular member to the Community Redevelopment Agency Advisory Board. Commissioner Katz nominated Ms. Golene Gordon to the Community Redevelopment Agency Advisory Board. Commissioner Romelus seconded the motion. The motion passed unanimously. Motion Page 306 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Commissioner Katz nominated Ms. Francoise Calixte-Dieuvil as a regular member to the Education and Youth Advisory Board. Mayor Grant nominated Ms. Lori Wilkinson as a regular member to the Education and Youth Advisory Board. Commissioner Romelus seconded the motion. The motion passed unanimously. Motion Commissioner Romelus moved to table Commissioner Hay's appointment of a board member to the Historic Resources Preservation Board. Vice Mayor Penserga seconded the motion. The motion passed unanimously. Motion Mayor Grant nominated Mr. Trevor Rosecrans as a regular member to the Planning and Development Board. Commissioner Katz nominated Mr. Chris Simon as a regular member to the Planning and Development Board. Commissioner Romelus seconded the motion. The motion passed unanimously. Motion Vice Mayor Penserga moved to table Commissioner Hay's appointment of a board member to the Planning and Development Board. Commissioner Romelus seconded the motion. The motion passed unanimously. Commissioner Romelus requested clarification on the applicants listed for appointment to the Planning and Zoning Board. Kathryn Matos, Assistant City Manager, replied the City consolidated reappointments through the Ordinance. Typically, terms expired throughout the year. One of the purposes of the Ordinance was to consolidate this process so that it is an annual process. All board member terms expire on March 31St. If they want to reapply and be reappointed, it happens one time every year as opposed to every meeting. This does not cover vacancies due to people resigning throughout the year. Commissioner Romelus requested further clarification on the applicants: If they are not on the board anymore, do they continue to serve month-to-month? Attorney Cherof replied that the board members continue to serve month-to-month until their seat is filled. This way the boards are not short members and are able to conduct business until the seat is filled. Commissioner Romelus requested further clarification. Page 307 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Attorney Cherof explained that by virtue of the Ordinance they have a term limit. When the term expires the members are required to step down if the Commission fills that vacancy. Commissioner Romelus inquired what prevents the board members from reapplying for the vacancy. Are the members not just reappointed like Mr. Rosecrans? Have they reached their maximum term and could be on the board? Attorney Cherof replied the Ordinance provides that no member shall be appointed for more than two consecutive terms. The clause essentially terms the board members out. Commissioner Romelus remarked that makes sense. These four members will continue to serve until other individuals present themselves. At that point the Commission will appoint a new member and the current member's term will end. Motion Commissioner Romelus moved to remove Commissioner Hay's nomination of board members to the Historic Resources Preservation Board and the Planning and Development Board from the table. Vice Mayor Penserga seconded the motion. The motion passed unanimously. Motion Commissioner Hay nominated Ms. Dorothy Block as a regular member to the Historic Resources Preservation Board. Vice Mayor Penserga seconded the motion. The motion passed unanimously. Motion Commissioner Hay nominated Mr. Kevin Fischer as a regular member to the Planning and Development Board. Commissioner Katz seconded the motion. The motion passed unanimously. Commissioner Romelus requested clarification on Mr. Fischer's term: Will this be his second term? Mayor Grant clarified Commissioner Romelus' question on Mr. Fischer's term: Was Mr. Fischer allowed to apply for this appointment? Attorney Cherof replied that if Mr. Fischer has already served two terms he is not eligible for reappointment. Page 308 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Deputy City Clerk Stanzione clarified that the applicants listed for the Planning and Development were not previously serving on the Board. They are looking to be appointed for the new term. Mayor Grant remarked that Mr. Fischer had served on the Planning and Development Board previously. Deputy City Clerk Stanzione replied that Mr. Fischer was not serving when this term expired; he is looking to serve again. Mayor Grant thanked Deputy City Clerk Stanzione for the clarification. Motion Mayor Grant nominated Mr. Eugene Fagan as a regular member to the Recreation and Parks Board. Vice Mayor Penserga seconded the motion. The motion passed unanimously. B. Mayor Grant requests approval for the Commission to travel to Tallahassee for the Florida legislature. Mayor Grant requested approval for the Commission to travel to Tallahassee. Normally the Commission is there for the beginning of the Legislative Session. Mayor Grant would like to be there for the end of session, that is when most of the representatives and senators are there. Vice Mayor Penserga supported Mayor Grant's request and would like to travel to Tallahassee as well. Commissioner Hay commented that he will not be going to Tallahassee. Motion Commissioner Romelus moved to approve Mayor Grant's request. Commissioner Hay seconded the motion. The motion passed unanimously. 6. Consent Agenda Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments A. Legal Expenses - February 2021 - Information at the request of the City Commission. No actionrequired. B. Accept first quarter report on operations of the Schoolhouse E Page 309 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Children's Museum and Learning Center for FY20/21. C. Approve an increase for metal containers and roll -offs from the estimated amount of $150,000.00to $180,000.00 with the current vendor Iron Container based on the increased pricing for steeland iron D. Proposed Resolution No. R21-033 - Establish a new Special Revenue Fund for the Building Division pursuant to State of Florida Statutes 553.80 and 166.222. E. Approve minutes from the City Commission meeting on March 2, 2021. F. Proposed Resolution No. R21-034 - Assess the cost of nuisance abatement on properties within the City of Boynton Beach. G. Approve the issuance of a purchase order to Thompson Pump & Manufacturing Company Inc. utilizing Florida Sheriff's Association Contract #FSA 20-EQU 18.0 for one (1) new mobile bypass pump for a estimated cost of $98,139.00. The Florida Sheriff's contract satisfies the City's purchasing requirements. H. Approve the one-year extension for RFPs/Bids and/ or piggy -backs for the procurement of services and/or commodities as described in the written report for April 6, 2021- "Request for Extensions and/or Piggybacks." Motion Vice Mayor Penserga moved to approve the Consent Agenda. Commissioner Hay seconded the motion. The motion passed unanimously. 7. Consent Bids and Purchases Over$100,000 A. Proposed Resolution No. R21-035 -Approve utilizing Omnia Partners Contract # 2017025 with Toro pricing through local distributor Hector Turf for the conversion of irrigation system from hydraulic to electric control at the Links at Boynton Beach for a total not to exceed $325,000.00. B. Approve task order to Murphy Pipeline Contractors based on the unit price contract for Pre- Chlorinated Pipe Bursting of Potable Water Mains, Bid No. 036-2821-16/TP for water mains located on NW 1 st Street and NW 2nd Street, in the amount of $532,536.00 plus a 10% contingency of $53,253.60 for a total expenditure of $585,789.60. C. Approve the one-year extension for RFPs/Bids and/ or piggy -backs for the procurement of services and/or commodities over $100,000 as 10 Page 310 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 described in the written report for April 6, 2021 - "Request for Extensions and/or Piggybacks." D. Proposed Resolution No. R21-036 -Award Bid No. 002-2511-21/RW, Harvey E. Oyer Jr. Park Marina Boat Ramp Improvement Project, and authorize the City Manager to sign an agreementwith to issue a Purchase Order to Anzco, Inc. of Boca Raton, FL as the lowest responsive, responsible bidder in the amount of $967,538.00 plus contingency amount of $232,462.00 for atotal estimated amount of $1,200,000.00. Mayor Grant pulled this item. Mayor Grant read public comment from Peter Kolb, Vice President of Operations, Poseidon Dredge and Marina, Inc. "I am a Palm Beach County Resident who lives close to this boat ramp. I am concerned that the recommended Contractor is not qualified and experienced with this type of work. Internet searches of the Company show the company is permanently closed. Have they done cofferdam work, Boat Ramps, and coral relocation projects before? Do they have the required Longshoreman's insurance and USL & H as required by the State of Florida for this type of work?" Gary Dunmyer, Interim Director of Public Works & Engineering, gave a presentation on the improvements that will be made to the boat ramps at Harvey Oyer Jr. Park. Mayor Grant inquired if the ramp on the south side will be closed off leaving only two in the center. Mr. Dunmyer responded that there is going to be five ramps instead of four, the floating dock is going to be shifted. Mayor Grant stated Mr. Kolb is concerned with the protecting and maintaining the environment. He wants to make sure that the vendor is licensed and has done work like this before. Mr. Dunmyer commented that the vendor is required to hire an environmental specialist. Mayor Grant requested that once the vendor is contracted with the City, the environmental report be released to the public. Motion Vice Mayor Penserga moved to approve Item 7D as stated. Commissioner Romelus seconded the motion. The motion passed unanimously. E. Approve the renewal of the bid no. 019-2821-19/IT award for "Repairs and Emergency Services for Water Distribution, Wastewater Collection, Lift Stations and Storm Water Utility Systems." Approve an increase to the annual estimated expenditure from Page 311 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 $355,000 to $900,000 for FiscalYear 2021. Beginning in FY 2022, the request for annual expenditure will be reduced to $500,000.00 Motion Vice Mayor Penserga moved to approve the remaining items on Consent Agenda Bids and Purchases of $100K. Commissioner Hay seconded the motion. The motion passed unanimously. 8. Public Hearing 6 p.m. or as soon thereafter as the agenda permits. The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A. Proposed Ordinance No. 21-021 - First Reading - Approve revisions to the Workforce Housing Program (CDRV 21-001) - Amending the LAND DEVELOPMENT REGULATIONS, Chapter 1, General Administration, Article II, Definitions, and Article V, Housing Initiatives, Section 2, Workforce Housing Program. (Tabled to May 4, 2021) 9. City Manager's Report A. Commissioner Katz requested staff provide a report on the Police Department's vacancies/staffing levels for last five years. Chief Michael Gregory will make the presentation. Chief Michael Gregory gave a presentation on the Police Department's vacancies and staffing levels for the last five years. Commissioner Katz thanked Chief Gregory for the presentation. Staffing was a concern a couple of years ago so an update was needed. He was happy to see that the numbers have gone down in vacancies and that the Police Department is retaining its officers. Keep up the good work and do what is necessary to keep recruitment up. Mayor Grant inquired if the Police Department was doing anything to have local youth involved in becoming police officers. Chief Gregory replied they were and part of that is having the youth exposed to the police officers so they become familiar with who the officers are. The Police Department has accomplished this with the Explorer Program. The Explorer Program has been successful with keeping youth in contact with the policer officers. Sadly, the past year has been a write-off due to Covid. Yet the Police Department has big plans for the program as we go through the summer and remarketing and bringing new faces into the program. 12 Page 312 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Mayor Grant inquired about the Police Department's Police Athletic League (P.A.L.) and how he can get involved. Chief Gregory responded that they are involved and fully support the Boynton Beach Bulldogs as well as the afterschool basketball league. Commissioner Hay thanked Chief Gregory for the presentation. P.A.L. is an excellent program to get the youth and the police officers interacting. He asked if the Bonus Program has been a help in hiring new officers? Chief Gregory replied that the Police Department has not had great success with the Bonus Program. The program started last year and due to Covid, was not successful, although, this year is off to a good start. The Police Department has hired an officer from New York who will qualify for the Certified Officer Bonus. Vice Mayor Penserga inquired about the 12 vacancies. Are the vacancies relative to the allocated 155 positions? Chief Gregory replied that the 12 vacancies are out of the allocated 155 positions, and that is less than 10%. Vice Mayor Penserga questioned if 155 positions were enough for a city of this size Chief Gregory commented that after being with the Police Department for over two years, he believes that the allocated number should be evaluated going into the future. The Police Department's number one priority is to eliminate the 13 vacancies. There are several different factors that go into the staffing levels, downtown, infrastructure, population growth and crime rate. Staffing cannot be based on just one factor. Vice Mayor Penserga inquired what does noncertified mean. Chief Gregory explained that the applicant does not have a State of Florida certification. They do not have a license to be a police officer in the state of Florida. If the applicant was a police officer with another agency in Florida or graduated from the academy and became certified, they would be in the other column. Vice Mayor Penserga requested further clarification on the number of vacancies. Why would the noncertified officer be counted as one less vacancy? Chief Gregory explained that the staffing level has to be approved in the budget every year. The noncertified officers are on salary; therefore they took the positions that have been vacant. The Police Department has to control that closely so that they do not accidently hire too many officers. There certainly is an impact that they are not on the road. There is an impact with officers in military service, they are hired, they are being paid, yet they are not here on patrol, they are serving the country locally or abroad. The same for injured officers. They cannot count them as a vacancy. Vice Mayor Penserga's concern was if there are enough officers on the road if an emergency arises. 13 Page 313 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Chief Gregory explained that is the role of the managers, the shift commanders and the Assistant Chief in Support Services. That is their responsibility no matter who is missing personnel is reallocated to ensure that the Police Department has a safe number of officers on the road, taking and handling calls for service. The twelve vacancies are spread throughout the department and are not in the same unit or same shift. There is not a large impact to any one area. Vice Mayor Penserga questioned insufficient background investigations and if the Police Department tried using a third party to accelerate the number of people who can do background checks and accelerate the number of candidates. Chief Gregory responded that is an area the Police Department is working on. There is one full-time person and there are people who have this as a lateral assignment to help out. The Police Department has hired a part-time person for background investigations. There is another part-time background investigator coming on board. The Police Department is looking at the possibility of contracting companies who can help out as well as purchasing a software program that will send out letters and emails to the applicants references to assist in background investigations. Vice Mayor Penserga inquired how the tier levels of the applicants worked. Chief Gregory explained that the tier levels are a method of ranking that comes from their multiple-choice test and assessment. These scores are sent to Human Resources to create the final score for each candidate. Those scores are broken out into the three tiers. Tier one is the highest scoring group, midlevel scores are in tier two and lowest of scores is in tier three. Commissioner Romelus thanked Chief Gregory and the Police Department for all the hard work they do. B. Staff overview on Federal Earmarks and the American Rescue Plan. Lori LaVerriere, City Manager, commented that staff created a list of seven projects that would meet the criteria. Staff is working on collecting letters of support from the community to be submitted with the request for Federal Earmarks from the American Rescue Plan. The City will be receiving $14.9 million within the next 60 days. No other information has been received. As soon as the guidelines come out, the City will be able to focus more on the ideas that have been suggested. Mayor Grant commented that one of the economic effects of Covid-19 that he would like to see is a reduction in the millage rate, hazard pay to frontline workers, not just police and fire, but also water utilities, sanitation, those who helped service the community during Covid and transportation for passengers; he would like to move forward with the bike sharing program in the City. Commissioner Katz commented the two most important items he would like are 14 Page 314 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 infrastructure that would save residents money in the future, broadband or fiberoptic in the City, particularly in lower income areas and to help those in the community who were truly impacted by Covid. Vice Mayor Penserga commented that he does not want the City to be redundant. He did not want to give stimulus money where it has already been given. He thought the City should use these funds to generate more funds for a continuing benefit in the long run. He suggested requiring non -profits who receive funding to spend that money within the City and believes that guidelines should be in place for deciding on how the funding is going to be used. City Manager LaVerriere agreed with Vice Mayor Penserga that developing principles and guidelines would be a good place to start. Vice Mayor Penserga stated that he missed the last National League of Cities (NLC) conference call on the America Rescue Plan. He asked if the NLC knows when the Treasury was going to release guidelines? Attorney Cherof responded that he watched the NLC conference with the White House on Friday and that the Treasury Department was working on the guidelines and it will probably be several more weeks. Mayor Grant commented that the Treasury was going to give out the guidelines before the funding. The second meeting in May there will be a discussion on how to allocate the money that the City wants to spend as an investment versus money allocated to programs which would be spent over a period of time. 10. Unfinished Business A. Reconsider Knuth Road Future Land Use Amendment and Rezoning applications (LUAR 21-003) and direct staff accordingly. Attorney Cherof gave a brief overview on the history of item 1OA. The Commission took no action on the item at the March 2, 2021, City Commission Meeting. At the second meeting in March, the Commission asked to bring the item back for reconsideration. If the Commission wants to bring the item back it will be on the agenda for the next meeting for first reading. Mayor Grant inquired about the cost of bringing this item back. Mike Rumpf, Development Director responded that an estimate of cost of bringing this item back would be approximately six hundred dollars to run the advertisement. Motion 15 Page 315 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Commissioner Katz moved to bring the item back at the next City Commission Meeting. Vice Mayor Penserga seconded the motion. The motion passed unanimously. 11. New Business A. Proposed Resolution No. R21-037 - Approve and ratify the appointment of Andrew Mack as Assistant City Manager - Public Services, pursuant to City Code of Ordinances, Chapter 2, Article II, Section 2-30(b). Motion Vice Mayor Penserga moved to approve Resolution No. R21-037. Commissioner Romelus seconded the motion. The motion passed unanimously. Mayor Grant, Vice Mayor Penserga and Commission congratulated Mr. Mack on his promotion. Assistant City Manager Mack stated that he feels truly blessed to work for the City and to serve the residents of the City. He recognized all the great employees that work with him and for him. Without the employees, he would be nothing. B. Commissioner Romelus requested a discussion regarding City Advisory Boards, Ordinance 20-016. Commissioner Romelus does not want the Commission to be in a position to select Chairs and Vice Chairs for advisory boards and would like boards to nominate them. Then the Commission approves, this would give autonomy to boards while also giving Commission some oversight. Mayor Grant agreed with Commission Romelus. He would like recommendation from each advisory board for Commission approval and would also like to be able to appoint new Chairs and Vice Chairs each year in order to have rotating leadership within advisory boards. Commissioner Hay agreed with Mayor Grant to have advisory board recommendations for Chair and Vice Chair brought to Commission for approval. He also wants limitations and rotations for serving as Chair and/or Vice Chair. Vice Mayor Penserga stated that he wants to stop reappointing individuals that have missed 50% of meetings. Mayor Grant would like three absences maximum for advisory board members before they are removed. There was a consensus that three absences in one calendar year and then removal. 16 Page 316 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Commissioner Romelus stated she wants to look at streamlining the permitting process by mitigating steps that are duplicative in the process. There was a consensus to have a conversation about streamlining the permit process and for staff to bring back options for discussion to make changes to the ordinance. 12. Legal A. Proposed Ordinance No. 21-011 - First Reading - Approve Ordinance Amending Chapter 23 entitled "TAXATION, ASSESSMENTS AND FEES" to create a new Article VI, entitled "CANAL MAINTENANCE SERVICES SPECIAL ASSESSMENT" Attorney Cherof read proposed Ordinance No. 21-011 into the record by title only, on First Reading. Commissioner Romelus stated that the canals are in her district and would greatly appreciate the support of the other Commissioners to approve the passage of this Ordinance. John McNally, ITS Director, read a comment that was posted at 7:49 pm from Mr. James Hendricks into the record. Motion Commissioner Romelus moved to approve. Vice Mayor Penserga seconded the motion. Vote Deputy City Clerk Stanzione called the roll. The vote was 5-0. B. Proposed Ordinance No. 21-12 - First Reading -Approve ordinance amending Chapter 15, "Offenses -Miscellaneous" of the Code of Ordinances, by creating a new article XIV, entitled "Polystyrene Foam Waste Reduction Ordinance." Attorney Cherof read proposed Ordinance No. 21-012 into the record by title only, on First Reading. Rebecca Harvey, Sustainability Coordinator, gave a presentation on the Polystyrene Foam Waste Reduction Ordinance. Motion Vice Mayor Penserga moved to approve. Commissioner Katz seconded the motion. 17 Page 317 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Drew Martin stated he was in favor of the Ordinance and thanked the Commission and Ms. Harvey for all their hard work. Vote Deputy City Clerk Stanzione called the roll. The vote was 5-0. A. Proposed Ordinance No. 21-004 - Second Reading - Amend Chapter 26, Article III, retitling article to "Water Shortage Plan and Year-round Landscape Irrigation Conservation Measures" and adding a new Section 26-46, Year-round landscape irrigation conservation measures. Attorney Cherof read proposed Ordinance No. 21-004 into the record by title only, on Second Reading. Mayor Grant inquired if the violation notices are sent by certified or regular mail. Joe Paterniti, Utilities Director, responded that the City will provide two written notices after the effective date. During the ninety -day period, staff will educate City residents on the use of irrigation. The warning violation will be left on the door of the violator. Mayor Grant inquired about who would be issuing the fines. Mr. Paterniti replied that the Ordinance provides that the City Manager can designate any department to enforce the Ordinance. Attorney Cherof clarified that language in the Ordinance states law enforcement officials and others as designated. Mr. Martin encouraged residents to have rain sensors, required by law, on their irrigation systems so they are not watering their lawn when it is raining. Motion Commissioner Hay moved to approve. Vice Mayor Penserga seconded the motion. Vote Deputy City Clerk Stanzione called the roll. The vote was 5-0. C. Proposed Resolution No. R21-038 -Approve demolition of the building located at 1101 - 1103 North Federal Highway. Motion Page 318 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Commissioner Katz moved to approve. Commissioner Romelus seconded the motion. The motion passed unanimously. D. Proposed Ordinance No. 21-013 - First Reading -Approve proposed amendments to Ordinance No.01-66, Chapter 2, Section 2-56 "Purchasing agent, selection, duties; competitive bidding" and Section 2- 56.1 "Exceptions to competitive bidding amending purchasing threshold language. Attorney Cherof read proposed Ordinance No. 21-013 into the record by title only, on First Reading. Motion Commissioner Romelus moved to approve. Commissioner Hay seconded the motion. Vote Deputy City Clerk Stanzione called the roll. The vote was 5-0. 13. Future Agenda Items A. E21L Solutions to provide Town Square presentation to City Commission. - April 20, 2021 B. Update by Charlotte Pelton on Naming Rights Campaign for BBTS - April 20, 2021 C. Monthly update from JKM Developers on the Town Square project. -April 20, 2021 D. Mayor Grant has requested a staff report on engineering and construction projects over $500,000. - April 20, 2021 E. Presentation by the external auditors of the 2020 City's Comprehensive Annual Financial Report. -April 20, 2021. F. Appoint Chairs & Vice Chairs for City Advisory Boards per Ordinance 20- 016. - April 20, 2021 G. Staff report on history/process to add names to the Heritage Park monument - April 20, 2021 H. Voluntary Sustainability Payment Program - April 20, 2021 Present results of the multi -jurisdictional Climate Change Vulnerability 19 Page 319 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 Assessment — May 2021 J. Vice Mayor Penserga has requested the Commission explore ideas for new Economic Development incentive programs -May 2021 K. Vice Mayor Penserga requested a discussion regarding a City Mural Program - May 2021 L. Hear presentation from City staff on Neighborhood Traffic Calming Program - May 2021 M. Discussion on funding for expanding Wi-Fi to City parks. - May 2021 N. Ordinance regarding automatic reversion back to previous zoning if a property is rezoned forplanned development and then is not developed. - June 2021 O. ILA for Sara Sims Park Pavilion Improvements - June 2021 P. Monuments on City Property - June 2021 Q. Mayor Grant requested information on the water quality of canal systems within the City. — June 2021 R. Discussion of LOI process for sale of City land — TBD Mayor Grant requested to add an item to Future Agenda: an update and discussion on Head Start at the next meeting. Assistant City Manager Mack stated that he stepped out and spoke with Mrs. Wilson. He is going to schedule a meeting as soon as possible with Mrs. Wilson to coordinate the lease and help with relocation as well. Assistant City Manager Mack stated that the lease renews in February 2022. City Manager LaVerriere commented that the City has time to work with Head Start to find a location for them. Mayor Grant said he was under the impression that the lease expired in July 2021. He requested to have a follow up discussion added to Future Agenda for July and the Commission gave consensus. He believes that the CRA has funding allowed for relocation. John McNally, ITS Director, stated as a reminder, a recorded version of this session would be posted to the City of Boynton Beach's YouTube channel. Links to that channel are 20 Page 320 of 830 Meeting Minutes City Commission Boynton Beach, FL April 6, 2021 available on the City of Boynton Beach's website at: www.Boynton- each° r. This concludes tonight's meeting. 14. Adjournment There being no further business, Mayor Grant adjourned at 9:55 p.m. ATTEST: Crystal Gibson, MMC City Clerk Tammy Stanzione Deputy City Clerk 21 CITY OF BOYNTON BEACH Mayor - Steven B. Grant Vice Mayor — Ty Penserga Commissioner—Justin Katz Commissioner—Woodrow L. Hay Commissioner — Christina Romelus Page 321 of 830 / r14 CL O q m 0 N N q ¢ 2 n � � 0 2 .� 3 E E ■ 2 � g � ■ % S 2o A Q ƒ q $ © � E 0 u . y E a 'E 0 E CL § 2 A w 7 ƒ / E % '© k R 2 0 -a\ \ 0 / / � k / ® / § \ \ » e E_® y 0 0 E u C: o=4- C: C/ U U o C® 0 0 U / u= \ R U k t E E 0 _ % $ e CL 7 § 2 x / e U / / / '/ / % / $ 3 \ 2 E 0 C:% 4 E k= / [ / c E£° m m e E@ m § k / \ \ 2 / \ / $ 12 E E_\ u u a) --,.e u>&®ƒ u \ Ln k / / \ / ƒ \ / / \ \ J 0 k10 w E m m § 0 'E J ƒ $ O 7 k c 2 � r- Z ,.4 O q m 0 N N q ¢ 2 n � 7.A. Requested Action by Commission: Award Task Order No. F-06-2021, Harvey Oyer Park installation of a precast privacy wall, part of Bid No. 028-2511-20/RW for Minor Construction Services and authorize the issuance of a Purchase Order to Anzco, Inc. of Boca Raton, FL as the lowest responsive, responsible bidder in the total amount of $137,000. Explanation of Request: On March 29, 2021, Facilities Management issued a task order request, #F-06-2021 for "Harvey Oyer Park, Installation of a precast privacy wall" with a mandatory site inspection held on April 1, 2021 to review the project with the minor construction services pool of vendors. The scope of work is for construction of a new precast privacy wall along the northern end of the park's property line (east to west). The wall will be approximately 1,100 linear feet long and will be eight feet high. On April 8, 2021, Procurement Services received quotes, using the Revised bid form (Addendum #1), from the minor construction services pool of vendors. After reviewing the four (4) bid submittals, staff recommends the project be awarded to Anzco, Inc. as the lowest responsive, responsible bidder. 1. Anzco, Inc. $137,000.00 2. Homrich Corp. $147,000.00 3. RPM General Contractors, Inc. $149,996.00 4. I.Q. Constructions, Inc. $410,000.00 How will this affect city programs or services? Enhancement of safety, security, aesthetics and privacy for the park and the neighboring community to the north. Fiscal Impact: Budgeted Budgeted funding is in CIP account# 303-4211-572-62-01, Project Number RP2120 Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Page 323 of 830 Is this a grant? Grant Amount: Attachments: Type D IRE)S()l LA ti 0 II'l D fl'..-isk OrdE)r D fl'..-isk OrdE)r D Bid D Bid D Bid D Bid D ShE)E)tS Description IRE)SO �I LA ti 0111 R21 0 17 A nzco I inc, T,,.--.isk OrdE)ir F::: 06 2021 AddE)indUlirn IREMASEd IBid F:::oirirn Bid F:::oirirn Ainzco, linc- Bid II oirirn I loirnirich Corp Bid F:::oirirn IRFIM C:.,)E)l['lE)ir4Cointractors, IIinc- Bid F:::oirirn LQ, 1111C- T,,.-,.ibL.Jlbboin ShE)E)t Page 324 of 830 I RESOLUTION NO. R21-017 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 APPROVING THE RANKING AND AUTHORIZING THE CITY 5 MANAGER TO SIGN CONTRACTS WITH FOUR (4) PRIMARY 6 CONTRACTORS AND THREE (3) ALTERNATE CONTRACTORS: 7 HOMRICH CORP., ANZCO INC., RPM GENERAL CONTRACTORS, 8 INC., I.Q. CONSTRUCTIONS, INC., E & F FLORIDA ENTERPRISES 9 DBA CREATIVE CONTRACTING GROUP, CH GLOBAL 10 CONSTRUCTION LLC, AND WAYPOINT CONSTRUC'T'ION GROUP; 11 TO ESTABLISH A PRE -QUALIFIED LIST OF CONTRACTORS IN 12 ACCORDANCE WITH REQUEST FOR QUALIFICATION (RFQ) NO. 13 028-2511-20/RW "PRE -QUALIFICATION OF CONTRACTORS FOR 14 MINOR CONSTRUCTION SERVICES" AND AUTHORIZE THE CITY 15 MANAGER TO AWARD INDIVIDUAL PROJECTS NOT TO EXCEED 16 $250,000; AND PROVIDING AN EFFECTIVE DATE, 17 18 WHEREAS, on November 18, 2020 City staff opened a total of seven (7) submittals in 19 response to RFQ No. 028-2511-20/RW "Pre -Qualification of Contractors for Minor Construction 20 Services"; and 21 WHEREAS, the RFQ was issued with the intent of establishing a pre -qualified list of 22 contractors to perform minor construction services projects which may include building repairs, 23 upgrades and improvements as may be necessary within the City; and 24 WHEREAS, the City Commission of the City of Boynton Beach upon recommendation 26 of staff, deems it to be in the best interest of the citizens and residents to approve the ranking and 26 authorize the City Manager to sign contracts with four (4) primary contractors and three (3) 27 alternate contractors: Homrich Corp., Anzco Inc., RPM General Contractors, Inc., I.Q, 28 Constructions, Inc., E & F Florida Enterprises dba Creative Contracting Group, CH Global 29 Construction LLC, and Waypoint Construction Group; in order to establish a pre -qualified list of 30 contractors in accordance with Request for Qualification (RFQ) No. 028-2511-20/RW "Pre - 31 Qualification of Contractors for Minor Construction Services" and Authorize the City Manager to 32 award individual projects not to exceed $250,000. 33 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE 34 CITY OF BOYNTON BEACH, FLORIDA, THAT: 35 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as SACANPF.SCNAgreementAApprove Ranking and Contracts for Minor Construction Services (2026) - Reso,docx Page 325 of 830 36 being true and correct and are hereby made a specific part of this Resolution upon adoption. 37 Section 2,, The City Commission of the City of Boynton Beach, Florida, hereby 38 approves the ranking and authorizes the City Manager to sign contracts with four (4) primary 39 contractors and three (3) alternate contractors: Homrich Corp., Anzco Inc., RPM General 40 Contractors, inc., I.Q. Constructions, Inc., E & F Florida Enterprises dba Creative Contracting 41 Group, CH Global Construction LLC, and Waypoint Construction Group; in order to establish a 42 pre -qualified list of contractors in accordance with Request for Qualification (RFQ) No. 028-2511 - 43 28-2511- 43 20/RW 'Pre -Qualification of Contractors for Minor Construction Services" and Authorize the City 44 Manager to award individual projects not to exceed $250,000. Copies of each Agreement are 45 attached hereto and incorporated herein. 46 Sect icn That this Resolution shall become effective immediately. 47 PASSED AND ADOPTED this day of January, 2021. 48 CITY OF BOYNTON BEACH, FLORIDA 49 50 51 52 Mayor — Steven B. Grant 53 54 Vice Mayor — Ty Penserga 55 56 Commissioner—Justin Katz 57 58 Commissioner — Woodrow L. Hay 59 60 Commissioner —Christina L. Romelus 61 62 VOTE 63 ATTEST: 64 65 MC 66 ..�� Crystal Gibson � 67 City Clerk 68 69 70 (Corporate Sea]) �1:7 YES NO I SACWRFS01AgreementslApprove Ranking and Contracts for Minor Construction Services (2020)- Reso.doex Page 326 of 830 q Contract No. 028-2511-20/RW-2 Between City of Boynton Beach & Anzco Inc. FOR PRE -QUALIFICATION OF CONTRACTORS FOR MINOR CONSTRUCTION SERVICES THIS CONTRACT is entered into between the CITY of Boynton Beach, hereinafter referred to as "CITY", and Anzco Inc., with a principle address of 9871 Carousel Circle S, Boca Raton , Florida 33434, hereinafter referred to as "CONTRACTOR", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Contractor is retained by the City to perforin minor construction services in accordance with Exhibit °A° Anzco Inc. Proposal and Exhibit "B" RFQ FOR PRE - QUALIFICATION OF CONTRACTORS FOR MINOR CONSTRUCTION SERVICES; RFQ No.: 028. 2511-201RW. 2. SCOPE OF SERVICESIPROCESS. This CONTRACT applies to the performance of minor construction projects, which are those UNDER $ 250,000.00 (two hundred fifty thousand dollars) in costs, this includes a $ 25,000.00 (twenty -five -thousand -dollar owner contingency. These minor construction projects shall be initiated by the City upon issuance of a task order and shall be advertised to all pre -qualified Contractors. No project under this contract shall require bid, payment, or performance bonds unless specifically noticed in the task order. Task Orders will commence only upon issuance of a valid Purchase Order by the Finance Department and written Notice to Proceed from the Public Works Department. Emergency work may be assigned at the City's discretion per the scope of the RFQ, and shall be based upon the CONTRACTOR'S expertise, or competitive proposal submittal. The CONTRACTOR shall be required to respond to each advertisement when requested, whether by offer or response of "no bid." If the CONTRACTOR fails to respond to more than two (2) consecutive requests, the firm shall be removed from the program, and all subsequent bidding opportunities under this contract. 2.a. CHANGE ORDERS: The contractor shall notify the Project Manager immediately with any changes or discrepancies to the project, a PDF shall be emalled to the Project Manager within 48 hours (2 days). Changes orders shall be itemized to include: cost; 10% overhead; and 5% profit. 2.b. COMPLETION OF WORK / LIQUIDATED DAMAGES: The Contractor and City agree the rate set forth herein is a reasonable estimate of the amount of damages which the City will suffer in the event the Contractor does not timely complete the scope of work and/or perform to the technical specifications as outlined in the task order documents and contract. Beach — kFQ for Minor Construction Services Page 327 of 830 Liquidated damages due to the City may be deducted from payments due the Contractor, or may be collected from the Contractor or his Surety. These provisions for liquidated damages shall not prevent the City, in case of the Contractor's default, from terminating the right of the Contractor to proceed as provided in the Contract. Upon the occurrence of any failure to perform, the City shall notify the Contractor in writing of the nature of the failure and of City's intention to request corrective action(s), assess liquidated damages or either terminate the Contract. The liquidated damages shall be $ 500.00/day. 2.c PERFORMANCE [TURING EMERGENCY: By submitting a bid, bidder agrees and promises that, during and after a public emergency, disaster, hurricane, flood, or acts of God, City of Boynton Beach shall be given 'first priority" for all goods and services under this contract (if applicable). Bidder agrees to provide all goods and services to City of Boynton Beach throughout the emergencyldisaster at the terms, conditions, and prices as provided in this solicitation, and with a priority above, a preference over, sales to the private sector. Bidder shall furnish a 24-hour phone number and address to the City in the event of such an emergency_ Failure to provide the stated Priority/preference during an emergency/disaster shall constitute breach of contract and make the bidder subject to sanctions from further business with the City. 3. TIME FOR PERFORMANCE. Work under this CONTRACT shall commence upon written notice by the City to the CONTRACTOR to proceed. CONTRACTOR shall perform all services and provide all work product required pursuant to this CONTRACT upon written notice to proceed. 4. TERM: This CONTRACT shall commence upon Commission approval and shall be valid for an initial term of one (1) year. The City of Boynton Beach may renew the contract with the same terms and conditions for four (4) additional, one-year renewal terms subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. At the City's re iuestthe Firm shall continue services beyond the final ex, iration datemas a -raved by, the Ci Manager, or C° . Commission. Such extension s shall not exceed a six-month ggliod. The Firm shall be carnjpensated at the rate in effect when this extension Period is invoked by, the City. 5. PAYMENT: The City will pay the CONTRACTOR for performance of the work performed under each task order that is completed in accordance with the task orders at the lump sum or unit prices presented by the CONTRACTOR and accepted by the City. a. Payment for the work provided by CONTRACTOR shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to CONTRACTOR shall not exceed the total contract price without express written modification of the CONTRACT signed by the City Manager or her designee. b. The CONTRACTOR may submit invoices to the City once per month during the progress of the work for partial payment for project completed to date. Such invoices will be reviewed by the City, and upon approval thereof, payment will be made to the CONTRACTOR in the amount approved. c. Final payment of any balance due the CONTRACTOR of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work Beach — RFQ for Minor Construction Services Page 328 of 830