HomeMy WebLinkAbout24-0214 Federal Signal Corporation a�-oa iy
R o \ 5►W‘°`\
C01
February 14, 2024 Agenda
Bid Item: #5 — The Interlocal Purchasing System (TIPS), Federal
Signal Corporation-Commander one Siren Control System
($227,485)
• Signature needed by City Manager and City Clerk.
• Return 1 copy to Bayard.
PURCHASE AGREEMENT
THIS AGREEMENT is hereby made and entered into this 14th day of
February 2024, by and between the City of Elgin, Illinois, a municipal corporation
(hereinafter referred to as "City") and Federal Signal Corporation, an Illinois corporation
(hereinafter referred to as "Seller").
NOW, THEREFORE, for and in consideration of the mutual promises and covenants
contained herein, the sufficiency of which is hereby mutually acknowledged, the Parties hereto
hereby agree as follows:
1. PURCHASE. City shall purchase and Seller shall sell the goods and/or services
to the City as described in the four (4) page proposal, dated December 8, 2023, attached hereto
and made a part hereof as Attachment A, and as provided by the TIPS (The Interlocal Purchasing
System)Contract#220105, incorporated herein by reference(the"TIPS Agreement").
2. TERMS. This Agreement shall be subject to the terms and conditions contained
herein and as provided by Attachment A, which is attached hereto and made a part hereof and the
TIPS Agreement. In the event of any conflict between any of the terms and provisions this
Agreement and either Attachment A or the TIPS Agreement,or any portion thereof,the terms and
provisions of this Agreement shall supersede and control. In the event of any conflict between
Attachment A and the TIPS Agreement, Attachment A shall supersede and control.
3. LAW/VENUE. This Agreement is subject to and governed by the laws of the State
of Illinois. Venue for the resolution of any disputes or the enforcement of any rights arising out of
or in connection with this Agreement shall be the Circuit Court of Kane County, Illinois. Seller
hereby irrevocably consents to the jurisdiction of the Circuit Court of Kane County,Illinois for the
enforcement of any rights, the resolution of any disputes and/or for the purposes of any lawsuit
brought pursuant to this Agreement or the subject matter hereof;and Seller agrees that service by
first class U.S. mail to Federal Signal Corporation, 2645 Federal Signal Drive, University Park,
Illinois 60484 shall constitute effective service.The Parties hereto waive any rights to a jury.
4. NO MODIFICATION. There shall be no modification of this Agreement,except
in a writing instrument executed by both Parties with the same formalities as the original
Agreement.
5. MERGER. This Agreement embodies the whole Agreement of the Parties. There
are no promises, terms, conditions or obligations other than those contained herein, and this
Agreement shall supersede all previous communications, representations or Agreements, either
verbal,written or implied between the Parties hereto.
6. INTEREST. Seller hereby waives any and all claims or rights to interest on money
claimed to be due pursuant to this Agreement, and waives any and all such rights to interest to
which it may otherwise be entitled pursuant to law, including, but not limited to, pursuant to the
Local Government Prompt Payment Act (50 ILCS 505/1, et seq.), as amended, or the Illinois
Interest Act(815 ILCS 205/1,et seq.),as amended. The provisions of this paragraph shall survive
any expiration,completion and/or termination of this Agreement.
7. SEVERABILITY. The terms of this Agreement shall be severable. In the event
any of the terms or the provisions of this Agreement are deemed to be void or otherwise
unenforceable for any reason,the remainder of this Agreement shall remain in full force and effect.
8. COMPLIANCE WITH LAW. Notwithstanding any other provision of this
Agreement, it is expressly agreed and understood that in connection with the performance of this
Agreement, Seller shall comply with all applicable federal, state, city and other requirements of
law, including, but not limited to, any applicable requirements regarding prevailing wages,
minimum wage, workplace safety,nondiscrimination and legal status of employees.
9. COUNTERPARTS AND EXECUTION. This Agreement may be executed in
counterparts,each of which shall be an original and all of which shall constitute one and the same
Agreement. This Agreement may be executed electronically, and any signed copy of this
Agreement transmitted by facsimile machine, email, or other electronic means shall be treated in
all manners and respects as an original document. The signature of any party on a copy of this
Agreement transmitted by facsimile machine,email,or other electronic means shall be considered
for these purposes an original signature and shall have the same legal effect as an original
signature.
10. PAYMENT. City shall pay the total sum of Two Hundred Twenty Seven
Thousand Four Hundred Eighty Four Dollars and Eighty Cents ($227,484.80) within thirty (30)
days of delivery or City's receipt of invoice, whichever is later. The aforementioned total sum is
inclusive of all freight and shipping costs.The City of Elgin is a tax-exempt governmental entity.
11. LIMITATION OF DAMAGES. In no event shall City be liable for any monetary
damages in excess of the purchase price contemplated by this Agreement. In no event shall City
be liable for any consequential, special or punitive damages, or any damages resulting from loss
of profit.
12. TRANSFER OF TITLE/RISK. Transfer of title,and risk of loss shall pass to the
City upon delivery of the goods.
13. INDEMNIFICATION. To the fullest extent permitted by law, Seller agrees to
and shall indemnify,and hold harmless the City, its officers,employees,boards and commissions
from and against any and all claims, suits,judgments, costs, attorney's fees, damages or any and
all other relief or liability arising out of or resulting from or through or alleged to arise out of any
acts or negligent acts or omissions of Seller or Seller's officers, employees, agents or
subcontractors in the performance of this Agreement, including but not limited to, all goods
delivered or services or work performed hereunder. In the event of any action against the City, its
officers, employees, agents, boards or commissions covered by the foregoing duty to indemnify
and hold harmless, such action shall be defended by legal counsel of the City's choosing.
14. WARRANTY. All applicable warranties, including but not limited to any and all
applicable manufacturer's warranties, warranties of merchantability, and warranties of fitness for
a particular purpose, are included as part of this Agreement, and shall apply to all goods,
accessories,components, and services to the benefit of the City.
2
15. RELATIONSHIP BETWEEN THE PARTIES. This Agreement shall not be
construed so as to create a joint venture, partnership, employment or other agency relationship
between the Parties hereto.
16. WAIVER. Neither party hereto shall be responsible for any consequential,
indirect,punitive or incidental damages for any reason whatsoever.Any delay or failure to enforce
any rights by either party arising out of or pursuant to this Agreement shall not constitute,and shall
not be construed as,a waiver of any such rights.
17. LIMITATION OF ACTIONS. The Parties hereto agree that any action by the
Seller arising out of this Agreement must be filed within one year of the date the alleged cause of
action arose or the same will be time-barred.
18. TIME IS OF THE ESSENCE. Time is of the essence of this Agreement.
19. PREVAILING WAGE. This Agreement calls for the construction of a "public
work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01, et seq., as
amended. The Prevailing Wage Act requires contractors and subcontractors to pay laborers,
workers, and mechanics performing services on public works projects no less than the current
"prevailing rate of wages"(hourly cash wages plus amount for fringe benefits)in the county where
the work is performed. The Illinois Department of Labor publishes the prevailing wage rates on
its website at http://Iahor.illinois.gov/. The Illinois Department of Labor revises the prevailing
wage rates and the contractor/subcontractor has an obligation to check the Illinois Department of
Labor's website for revisions to prevailing wage rates. For information regarding current
prevailing wage rates, please refer to the Illinois Department of Labor's website. All contractors
and subcontractors rendering services under this Agreement must comply with all requirements of
the Prevailing Wage Act,including but not limited to,all wage requirements and notice and record
keeping duties.
20. NONDISCRIMINATION.The Seller will not discriminate against any employee
or applicant for employment because of race, color, religion, sex, national origin, age, ancestry,
order of protection status, familial status, marital status, physical or mental disability, military
status,sexual orientation,or unfavorable discharge from military service which would not interfere
with the efficient performance of the job in question. The Seller will take affirmative action to
comply with the provisions of Elgin Municipal Code Section 5.02.040 and will require any
subcontractor to submit to the City a written commitment to comply with those provisions. The
Seller will distribute copies of this commitment to all persons who participate in recruitment,
screening,referral and selection of job applicants, prospective job applicants, and subcontractors.
The persons signing this Agreement certifies that s/he has been authorized by the Seller to commit
the Seller contractually and has been authorized to execute this Agreement on its behalf.
3
IN WITNESS WHEREOF, the Parties have hereto set their hands the day and year first above
written.
FEDERAL SIGNAL CORPORATION CI F LGIN
Brent_Gambrel _ G.
Print Name
Richard G. ozal, ity ana r
Attest:
Signature
VP/GM Systems Group
Title City Clerk
Legal Dept\Agreement\Federal Signal Corp Purchase Agr-TIPS Braniff-1-10-24.docx
4
111111 FEDERAL SIGNAL
Safety and Security Systems QUOTATION
Protecting people end our planet
TIPS Contract#220105-Technolgy Solutions, Products&Services
e•• ATTACHMENT A•••
Quotation No.;ANS 1208202306A.3
Quoted To: Reference quote no.on your order
City of Elgin
Attn:Mike Bayard
151 Douglas Ave. Quotation Date: 12/8/2023
Elgin,IL 6012C Expiration Date: 2/28/2024
Phone: 847-354-3127
E-Mall: bayard_m ffcltycfeigln.org Sales Representative: Jeffrey Ryba
Representative Firm: Braniff Comm.
Upon receipt of your order and acceptance by Federal Signal Corporation,the equipment herein will be supplied at the quoted prices below.Delivery schedule cannot be established until radio
Information is supplied,If applicable.
Delivery Trnm, tub Ship Via
8-10 Weeks Equipment•NET30 upon shipment, Services-NET30 as completed Origin Braniff Comm.
Line Qt . Part Number Description Unit Price Total
City of Elgin,IL
Commander Software Platform Migration for Elgin Warning Sirens
Command&Control Stations•Utilizes existing APX Radios,:Analog Conventional Mode
1 2 SS2000+R Local Hardware Activation Point,Digital,Rack Mount,Web Enabled,120VAC $3,956.00 $7,912.00
2 2 Q-APX-IK Kit,Radio Interface,APX $697.60 S1,395.20
3 1 SFCD25 Commander Software,On-Premises,25 RTU License Package,5 Seats $6,260.00 56,260.00
(Required PC shall be customer-supplied)
4 1 COMMANDER1-S CommanderOne Cloud Platform,Annual Subscription,Standard,S User $4,000.00 $4,000.00
Licenses,Includes NWS Data Interface,Web Interface&Smart Phone App
5 25 TK-S-PROJMGT Project Management Services $200.00 $5,000.00
6 37 TK-10-CUSTINS Installation Services,Custom,Siren Tech I,Installation,setup,configuration& $185.00 $6,845.00
testing of CCU hardware&software at two(2)designated facilities.
Subtotal $31,412.20
Warning Siren Upgrades•Utilizes existing APX Radifi5•Analog Conventional Mode
7 23 Q20000200D PCBA,FCX Controller RTU,Digital $1,474.40 $33,911.20
8 23 Q-APX-IK Kit,Radio Interface,APX 5697.60 $16,044.80
9 114 TK-10-CUSTINS Installation Services,Custom,Siren Tech I,Installation,setup,configuration& $185.00 521,090.00
testing of new RTU hardware at twenty-three(23)existing warning siren
locations.
Subtotal $71,046.00
Redundant LTE Communication Uyer=F S Io'F LTE Pata
10 2 FSMODEM-CELLBASE Cellular Modem Kit,Base Station $1,564.00 $3,128.00
11 23 Q-FSCELLKIT-FCT Cellular Upgrade Kit,Includes Modern,Interface PCBA&Cables $1,564.00 535,972.00
12 1 CP-FSSETUP FS loT Account Setup,one time fee 51,000.00 $1,000.00
13 25 CP-FS1 FS loT Data Plan,Annual Data Services,Per loT Device $100.00 $2,500.00
14 103 TK-10-CUSTINS installation Services,Custom,Siren Tech I,Installation of above listed $185.00 519,055.00
equipment at(23)existing warning siren locations and(2)designated facilities
for command&control hardware. Includes low profile antenna hardware and
related commissioning services.
Subtotal $61,655.00
Page 1 of 4 Federal Signal-2645 Federal Signal Drive, University Park,IL 80486-800-548-7229•fax:708-534-4885
risFEDERAL SIGNAL QUOTATION
Safety and Security Systems
Protecting people and our planet
TIPS Contract#220105-Technolgy Solutions,Products&Services
'"e ATTACHMENT A e'e
Quotation No.:ANS 1208202306A.3
Quoted To: Reference quote no.on your order
City of Elgin
Attn:Mike Bayard
151 Douglas Ave. Quotation Date: 12/8/2023
Elgin,IL 60120 Expiration Date: 2/28/2024
Phone: 847-354-3127
E-Mall: bayard_m@cityofeigln.org Sales Representative: Jeffrey Ryba
Representative Firm: Braniff Comm.
Upon receipt of your order and acceptance by Federal Signal Corporation,the equip'nent herein Mil be supplied at the quoted prices below.Delivery sc',edule cannot be estabiish.ed unt I radio
information Is supplied,If applicable.
15 1 2001-130 Electro-Mechanical Rotating Siren,130 dB(C)800Hz S9A20.80 $9,420.80
16 1 DCFCTBD Mechanical Siren Controller,2-Way Digital,DC,No Radio $6,856.00 $6,856.00
17 1 Q-APX-IP Kit,Radio Interface,APX 5697.60 $697.60
18 1 PVS240W-48 Solar Power Option,DC $3,586.40 $3,586.40
19 1 OMNI-BUH-35 Antenna,420-869MHZ UHF with 35 foot cable $424.00 $424.00
20 1 AMB-P Antenna Mounting Bracket,Pole Mount $142.40 $142.40
21 4 15500007A-03 Battery,Sealed AGM,105Ah $308.70 $1,234.80
22 12 TX-10-CUSTINS Installation Services,Custom,Siren Tech I,installation of new 2001-130 series 5185.00 $2,220.00
siren equipment on new 55'Class 2 treated timber poles Including related
Installer-provided material/hardware. Includes siren commissioning services.
23 16 TK-IO-CUSTINS Installation Services,Custom,Bucket Truck w/Operator,Instal atlon of new $220.00 53,520.00
2001-130 series siren equipment on new 55'Class 2 treated timber pole.
24 12 TK-10-CUSTINS Installation Services,Custom,Digger Derrick w/Operator,Installation of new $250.00 $3,000.00
2001-130 series siren equipment on new 55'Class 2 treated timber pole.
25 1 TK-IO-CRTPAY-CU Admin Fee,Prevailing Wage/Certlfiec Payroll/Davis-Bacon Act. 51,199.00 $1,199.00
Subtotal $32,301.00
New AC/DC Power Outdoor Warning Siren(PjimarttCpower w/Battery Backup) 44.fir,
26 1 2001-130 Electro-Mechanical Rotating Siren,130 dB(C)800Hz $9,420.80 $9,420 83
27 1 DCFCTBD Mechanical Siren Controller,2-Way Digital,DC,No Radio $6,856.00 $6,856.00
28 1 Q-APX-IP Klt,Radio Interface,APX $697.60 $697.60
29 1 2001TRBP Transformer Rectifier Assembly,208-240VAC,48VDC $3,220.80 $3,220.80
30 1 OMNI-BUH-35 Antenna,420-869MHZ UHF with 35 foot cable $424.00 $424.00
31 1 AMB-P Antenna Mounting Bracket,Pole Mount $142.40 $142.40
32 14 TK-10-CUSTINS installation Services,Custom,Siren Tech I,Installation of new 2001-130 series $185.00 $2,590.00
siren equipment on new 55'Class 2 treated timber pole Including related
installer-provided material/hardware. Includes standard duty batteries and
siren commissioning services.
33 16 TK-IO•CUSTINS installation Services,Custom,Bucket Truck w/Operator,installation of new $220.00 $3,520.00
2001-130 series siren equipment on new 55'Class 2 treated timber pole.
Page 2 of 4 Federal Signal-2645 Federal Signal Drive,University Park,IL 80466•800-548-7229-fax:708-534-4865
rirFEDERAL SIGNAL
Safety and Security Systems QUOTATION
Protecting people and our planet
TIPS Contract#220105-Technolgy Solutions, Products&Services
**'ATTACHMENT ***
Quotation No.:ANS 1208202306A.3
Quoted To: Reference quote no.on your order
City of Elgin
Attn:Mike Bayard
151 Douglas Ave. Quotation Date: 12/8/2023
Elgin,IL 60120 Expiration Date: 2/28/2024
Phone: 847-354-3127
E-Mall: bayard_m@cityofelgin.org Sales Representative: Jeffrey Ryba
Representative Firm: Braniff Comm.
Upo^receipt of your order and acceptance by Federal Signal Corpo-ation,the equipment herein w Ice supo.:ed at the quoted pr ces below.Dei'very schedale cannot be established alb.radio
information Is supplied,If applicable.
34 12 TK-IO-CUSTINS Installation Services,Custom,Digger Derrick w/Operator,Installation of new $250.00 $3,000.00
2001-130 series siren equipment or new 55'Class 2 treated timber pole.
35 1 TK-10-CRTPAY-CU Admin Fee,Prevailing Wage/Certified Payroll/Davis-Bacon Act. $1,199.00 $1,199.00
Subtotal $31,070.60
36 1 FREIGHTANS Shipping&Handling Fees $0.00 $0.00
Quotation Total: $227,484.80
Page 9 of 4 Federal Signal-2645 Federal Signal Drive, University Park,IL 60466-800-548-7229-fax:708-534-4865
1111111 FEDERAL SIGNAL
Safety and Security Systems QUOTATION
Protecting people and our planet
TIPS Contract#220105-Technolgy Solutions, Products&Services
*** ATTACHMENT A***
Quotation No.:ANS 1208202306A.3
Quoted To: Reference quote no.on your order
City of Elgin
Attn:Mike Bayard
151 Douglas Ave. Quotation Date: 12/8/2023
Elgin,IL 60120 Expiration Date: 2/28/2024
Phone: 847-354-3127
E-Mall: bayard_m@cltyofelgin.org Sales Representative: Jeffrey Ryba
Representative Firm: Braniff Comm.
Upon receipt cf your order and acceptance byFederal Signal Corporation,the equipment herein will be supplied at the quoted prices below.Dellve,y schedule cannot be established until radio
Inform/ton Is supplied,If applicable.
Prices are firm for 90 days from the date of quotation unless shown otherwise. Upon acceptance,prices are firm for 6 months.Any such order she be subject to acceptance by Seller In Its
discretion. If the total price for the Items set forth above exceeds 550,000 then this quotation IS ONLY VALID if countersigned below by a Regional Manager of the Safety&Security Systems
Group,Federal Signal Corporat on.Installation is not Induced unless specifically quoted as a line'tern above.Adverse Ste Conditions,Including rock,caving soil conditions,contaminated soil,
poor site access availability,and other circumstances which result In more than 2 hours to Install a pole,will result In a$385.00 per hour fee,plus equipment.Trenching Is additional. Power
Clause,bringing power to the equipment is the responsibility of the purchaser. Permit Clause,any special permits,licenses or fees will be additional.
Quotation Notes:
1 Commanderl-S and Commanderl-M to be Invoiced annually.
2 Sales tax,If applicable,Is not Included and will be additional.
3 Permits,bonds,licenses and fees,if applicable and required,are not included and will be additional.
4 800MHz APX Radios required for optional new warning sirens shall be supplied by the City of Elgin.
Proposed By: Jeffrey Ryba
Company: Braniff Communications,Inc.
Address: 4741W.136th Street,Crestwood,IL 60418
Country: USA
Phone: 708-597-3200
Fax: 708-597-3307
E-Mall: iryba@braniffcommunications.com
RSM Approval: Teague Cliff
Purchase order MUST be made out to:
Federal Signal Corporation,Alerting&Notification Systems,2645 Federal Signal Drive,University Park,IL 60484
Accepted By: _ Date: _
Page 4 of 4 Federal Signal-2845 Federal Signal Drive,University Park,IL 60466-800-548.7229-fax:708-534-4805
0 MOTOROLA SOLUTIONS
II/
c
/ 46 Or'
h
r
L( 11 �1
. :
a .. .
..,..
..
.,.
_,_Y
. ........ •
. . Ni, Illi
y .t'lli
�r I •♦.•, w yR y
! ^^mac►."'
.'4 t 4 r '` •
• +
• ram "'
44.
. 9
�. {I 1` 0.141
�l „
•
1 r f, r'
t^ . /
•
ht 4,1111.
. / * 4
r •�4
� I.
if-
t) lih1I . . .
a
.„.
ELGIN POLICE DEPT, CITY OF
APX 6500 Sirens
0'1/03/2024
The design.technical.pncing,and other'.nlormation("Information")furnished with this submission Is eonrroertbrl proprietary kdormatron of Motorola Solutions.Inc.or the Motorola Solutions entity providing this quote
('Motorola')and is submitted with the rettrictwn that it is to be used for evaluation purposes only.To the finest extent allowed by applcable law,the Information is not to be disclosed publicly or in any manner to
anyone other than those required to evaluate the Information without the express written permission of Motorola.
MOTOROLA,MOTO.MOTOROLA SOLUTIONS.and the Stylized M Logo are trademarks or registered trademarks of Motorola Trademark Holdings.LLC and are used under license All other trademarks are the
property of their respective owners.0 2020 Motorola Solutons.Inc All rights reserved
MOTOROLA SOLUTIONS QUOTE-2107572
APX 6500 Sirens
Billing Address: Quote Date:01/03/2024
ELGIN POLICE DEPT, CITY OF Expiration Date:03/15/2024
151 DOUGLAS AVE Quote Created By:
ELGIN, IL 60120 Alexander Anklam
US Alex.Anklam@
motorolasolutions.com
End Customer:
ELGIN POLICE DEPT, CITY OF
Mike Bayard
bayard_m@cityofelgin.org
(847) 289-2574
Contract: 24302 -STARCOM21, IL
DIT7016660
Lille It Item Ntenhcr I)escript;nn (-A, List Prig Sale Farce Ext. Sale Pfice
APXTM, 6500/Enh Series ENHANCEDAPX6500
1 M25URS9PW1BN APX6500 ENHANCED 7/800 2 $3,383.12 $2,469.68 $4,939.36
MHZ MOBILE
la G9OAC ADD: NO MICROPHONE 2 $0.00 $0.00 $0.00
NEEDED APX
1 b GA00318AF ENH:5 YEAR ESSENTIAL 2 $480.00 $480.00 $960.00
SVC
1c G444AH ADD:APX CONTROL HEAD 2 $0.00 $0.00 $0.00
SOFTWARE
1d G48BD ENH: CONVENTIONAL 2 $550.00 $401.50 $803.00
OPERATION APX6500
le G66BJ ADD: DASH MOUNT E5 APXM 2 5138.00 $100.74 $201.48
1f G806BL ENH:ASTRO DIGITAL CAI OP 2 $567.00 $413.91 $827.82
APX
1g GA01670AA ADD:APX E5 CONTROL 2 $717.00 $523.41 $1,046.82
HEAD
1h G142AD ADD: NO SPEAKER APX 2 $0.00 50.00 $0.00
1 i GA01606AA ADD: NO BLUETOOTH/ 2 $0.00 $0.00 $0.00
WIFI/GPS ANTENNA NEEDED
0 Any sales transartkw,fotlanng Moto•oa's quote n based on and subtecl to the terms and corxhUons of the valid and executed Wrnlen conuact bC wecn Customer and Motorola(the"'Underlying
Agreement-')tnat authorizes Customer to purchase equipment arryor sernces or t,cerne solMare(colectivey'Products") It no Underlying AgmeineM ea,sts between Moto•ota and Cus•.onner.then
Motorola's Standard Terms of Use and Motorola's Standard Terms and Condrnons of Sales and Supply shall govern the purchase of the Products.
Motorola Solutions,Inc.:500 West Monroe.United States-60561-5:36.1'15800
Pape 2
0 MOTOROLA SOLUTIONS QUOTE-2107572
APX 6500 Sirens
Line# Item Number Descrip:Ion Qty LI5t Price Sale Price Ex:. Sale Prue
1j GA09000AA ADD: DIGITAL TONE 2 $165.00 $120.45 $240.90
SIGNALING
1k G89AC ADD: NO RF ANTENNA 2 $0.00 $0.00 $0.00
NEEDED
11 QA09113AB ADD: BASELINE RELEASE 2 $0.00 $0.00 $0.00
SW
1m G193AK ADD:ADP ONLY(NON-P25 2 $0.00 $0.00 $0.00
CAP COMPLIANT)(US ONLY)
2 3060665A04 AC LINE CORD 3 WR 110V 2 $45.54 S33.24 $66.48
3 HPN4007D POWER SUPPLY 14V 15A UNI 2 $319.68 $233.37 $466.74
110/240 VAC US PLUG
Grand Total $9,552.60(USD)
Notes:
• Unless otherwise noted, this quote excludes sales tax or other applicable taxes (such as Goods and Services Tax,
sales tax, Value Added Tax and other taxes of a similar nature). Any tax the customer is subject to will be added to
invoices.
420 Any sales bansacllon follow'Tg Motorola's yuou•is based on and subject to the terns and condrions of Ore valid and executed written contact between Customer and Motorola(the"Underlying
Ayrcement")that auProruec Cuuancr to purchase ea�ipnem and+or services or Y;ense software(co0cct vely"`t'roducts"'1 it rw lh,dedyaa++yy Agreement evisls between Motorola and Customer then
Motorota's Standmd Terms of Use and Motorola s Standard Terms and Conditions of Sales and Supply shall govern the purchase of the Products.
Motorola Solutions,Inc.:500 West Monroe,United Stales-60661-ft:36-1115800
Paae 3