BUTLER COUNTY BOARD OF COMMISSIONERS Public Meeting 10:00 AM AGENDA Wednesday, December 18, 2024 CALL MEETING TO ORDER II. MOMENT OF SILENT PRAYERPLEDGE OF ALLEGIANCE IlI. PUBLIC COMMENT ON AGENDA ITEMS IV. APPROVAL OF MINUTES December 4, 2024, Public Meeting V. PROCLAMATIONS AND PRESENTATIONS VI. FINANCE REPORT A. October: 31, 2024 VII. OLD BUSINESS VIII. BOARD OF ELECTIONS IX. NEW BUSINESS A. Controller 1. Approval to formally adopt the Capital Asset Policy. B. Court Administration 1. Approval of Estimate from Scott Landscape for snow removal for Fairground Hill. 1. Approval for Butler County to enter into the 2025 SAVIN Maintenance and Service Agreement with the Pennsylvania District Attorneys Institute, which would include authorizing the Chairman, as well as the District Attorney of Butler County, to execute the agreement. SAVIN is the automated statewide notification system which informs victims when their offenders are released from incarceration. There is no cost to the County for this service; the agreement is effective 1/1/25-1 12/31/25. 1. Approval of a 36-month renewal contract with Thomson Reuters for their West Proflex/Westlaw legal search engine. The cost of this service will be paid from the Register and Clerk's automation fund, with authorization for the Chairman to sign. 1. Approval to appoint the following individuals to the Communications Council for the District Attorney D. Register of Wills/Clerk of Orphans' Court E. Emergency Services three-year term 1/1/25 - 12/31/27: Jay Grinnell Charles Montag Charles Lewis 2. Approval of a grant agreement with PEMA in the amount of $127,923.85 for 2024 interconnectivity funding, with authorization for the Chairman to sign. 3. Approval of a three-year Service Agreement with Motorola Solutions for GenWatch software maintenance in the amount of $28,757.49. This is an extension of a current agreement, with authorization for the Chairman to sign. F. Human Resources 1. Approval of a contract between Independence Health System and the County of Butler for employee drug screening, with authorization for the Chairman to sign. 1. Approval of the following Butler County Children and Youth/Juvenile Probation G. Human Services - Children & Youth (See Attachment Book for details) contracts for the period 7/1/24-6/30/25: a. Adelphoi USA b. Families United Network H. Human Services - Area Agency on Aging 1. Approval to appoint Cindy Clark as a new board member for the term 1/1/25- 2. Approval to appoint a new board member, Mara Flick (to fill the vacancy left by 6/30/28. Martha Brown) for the vacated term 1/1/25-6/30/27. Mapping 1. Approval for a renewal quotation with ESRI for GIS software maintenance for the following departments for the period 2/6/25- - 2/5/26, in the total amount of $25,407.45, with authorization for the Chairman to sign: Mapping - $11,435.45 Emergency Services $2,790 Information Technologies s-$11,182 J. Parks and Recreation 1. Approval to appoint Tom Knights, representing Region 3, to the Butler County Parks and Recreation Advisory Board for the three-year term 1/1/25- 12/31/27. 2. Approval of the following contracts with Clark Contractors, Inc. for the new, flush restroom installation at Alameda Park: a. General Excavation in the amount of $23,405.40. b. Plumbing in the amount of $51,918.77. C. Electrical in the amount of $11,892.81. K. Planning 1. The county issued an RFP for Broadband Equity Access and Deployment (B.E.A.D.) on November 1, 2024, with a deadline of November 22, 2024. Three companies responded to the RFP: Armstrong, Brightspeed and Comcast. The proposals were evaluated by AECOM, the technical consultant engaged by the county to assist in this development, and the County of Butler have identified Armstrong as the company most closely aligned with the BEAD Application goals objectives including technical merit resources and deployment capability. Looking for acceptance of the evaluation report and seeking approval of next steps as outlined. 2. Approval to reappoint Ken Moniot as Chairperson of the Farmland Preservation Board for 2025. L. Planning - CDBG 1. Bid opening results for the AC Valley water and waste water project. Bids were opened publicly in the Controller's Office on Monday, 12/9/24, at 9:05 a.m. M. Procurement 1. Approval to update the County's Procurement Policy. This update removes some unnecessary language regarding Sunnyview, and places some limitations on what is acceptable for the County to purchase. Italso changes the liquidation of equipment language. N. Property & Revenue 1. Ratification of settlement of AHIP PA Cranberry Properties LP assessment appeal; Case No. 2021-40318. O. Commissioners 1. Approval to appoint Kerrie DeChurch, Assistant Regional Director-Northwest Region for the PA Department of Labor & Industry Bureau of Workforce Partnership & Operations, to serve as the required D2-State Employment Service Under Wagner- Peyser board member on the Tri-County Workforce Development Board representing ArmastongButer-ndlana counties, for the term 12/23/24 9/30/27. 3. Permission to rebid S-2 Sewer Electrical Contract for the Allegheny Clarion Valley 4. Approval of an American Rescue Plan Act (ARPA) Municipal Infrastructure Program (MIP)grant award to Connoquenessing Township in the amount of $332,665.59. These funds were originally obligated to the Connoquenessing Township Sewer Authority but are not being transferred to the Township to continue 5. Approval of Resolution No. 2024-20, to allocate Act 137 funds in the amount of $25,000 to the Housing Authority of the County of Butler to continue the Homeownership and Housing Counseling Program for the calendar year 2025. 6. Approval of Resolution No. 2024-21, to allocate Act 137 funds in the amount of $100,000 to the Housing Authority of the County of Butler to continue the Emergency 2. Permission to bid North Duffy Renovations. business park infrastructure project. the 537 Sewage Planning and mplementation project. Residential Rehabilitation Program for the calendar year 2025. 7. Approval of Resolution No. 2024-22, to allocate Act 137 funds in the amount of $75,000 to the Redevelopment Authority of the County of Butler to continue the Land Bank operations for the calendar year 2025. 8. Approval of Resolution No. 2024-23, Adoption of the 2025 Budget. 9. Approval of Resolution No. 2024-24, General Revenue Real Estate Tax. 10. Approval of Resolution No. 2024-25, Debt Service Real Estate Tax. 11. Approval of Resolution No. 2024-26, Butler County Community College Real Estate Tax. X. APPROVAL OF BUDGETARY TRANSFERS, RATIFICATION OF PERSONNEL TRANSACTIONS, TRAVEL REQUESTS, REQUISITIONS AND CHECK REGISTER XI. CONFERENCE TIME WITH MEDIA XII. PUBLIC COMMENT ON GENERAL ITEMS XIII. ADJOURNMENT BUTLER COUNTY COMMISSIONERS MEETING SCHEDULE NEXT PUBLIC MEETING: Wednesday, January 15, 2025, at 10:00 a.m. Public Meeting Room, 1st Floor Government Center Public Meeting Calendar is available online at https:/www.butierountypa.gov NOTE: Agenda is subject to change due to unforeseen circumstances. BUTLER COUNTY BOARD OF COMMISSIONERS Public Meeting Wednesday, December 4, 2024 10:00 a.m. MINUTES PRESENT: Chairman Leslie Osche Commissioner Kimberly Geyer Commissioner Kevin Boozel Lori Altman, Chief Clerk/Human Resources Ann Brown, Budget & HS Finance Director Maria Malloy, Deputy Clerk Lori Shah, Admin. Assistant Pam Hammonds, Admin. Assistant Matthew Vickless, Commissioners Office Shawn Pugh, Commissioners' Office Laura Ankrom, Controller's Office Steve Bicehouse, Emergency Services John Campbell, Commissioners Office Mark Gordon, Planning Kevin Gray, Planning = Bridges Diane Marburger, Treasurer Brandon Savochka, Human Services Janine Thoma, Treasurer's Office Lance Welliver, Parks and Recreation CALL MEETING TO ORDER Room, 1st Floor Government Center. VISITORS: Bruce Beichner, Butler City Carol Christner, Clinton Twp. Attorney Jamie Inferrera, Dinsmore Garrett Kaiser, Franklin Twp. Catherine Lalonde, Lancaster Twp. Edie Rath, Penn Twp. Cole Redrup Thomas W., Supervisor SDW MEDIA: Steve Ferris, Butler Eagle Tyler Friel, Butler Radio The regular public meeting of the Butler County Board of Commissioners was called to order by Chairman Leslie Osche at 10:03 a.m. on Wednesday, December 4, 2024, in the Public Meeting MOMENT OF SILENT PRAYERIPLEDGE OF ALLEGIANCE Amoment of silent prayer was observed, followed by the Pledge of Allegiance. PUBLIC COMMENT ON AGENDA ITEMS No public comment was made. APPROVAL OF MINUTES Chairman Osche called for a motion to approve the November 13, 2024 Public Meeting minutes. Commissioner Geyer made the motion; seconded by Commissioner Boozel. An amended motion was made by Commissioner Geyer to include the Retirement Board Meeting date change from 7/29/25 to 8/5/25; seconded by Commissioner Boozel. The motion carried unanimously. 1 Chief Clerk Lori Altman announced that an Executive Session was held on Friday, 11/15/24, at 10:45 a.m. to discuss election litigation. PROCLAMATIONS AND PRESENTATIONS None FINANCE REPORT OLD BUSINESS None BOARD OF ELECTIONS None NEW BUSINESS A. Emergency Services Ann Brown presented the September 30, 2024 Finance Report. 1. Steve Bicehouse requested approval of a one-time Proposal from Motorola Solutions in the amount of$14,827 for an interface with Pulse Point software, with authorization for the Chairman to sign. Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried 2. Steve Bicehouse requested approval of ai three-year maintenance Agreement with Eaton in the amount of $42,872.23 for maintenance of the 911 Center UPS, eligible for reimbursement under Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried 3. Steve Bicehouse requested approval of a one-year Quote with OnSolve in the amount of $14,992.03 for mass notification software utilizing the Code Red application we currently use, eligible for reimbursement under 911 funds, with authorization for Steve Bicehouse to sign. Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried 4. Steve Bicehouse requested approval of an Agreement from Independence Health System to provide mandatory physicals for the HazMat team members at a cost not to exceed $525/member; eligible for reimbursement from HazMat funds, with authorization for the Chairman to sign. Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried unanimously. 911 funds, with authorization for the Chairman to sign. unanimously. unanimously. unanimously. B. Human Services (See Attachment Book for details) Again for the period 12/1/24. - 11/30/25. 1. Brandon Savochka requested approval of the contract with Catholic Charities HUD Home Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried unanimously. 2 2. Brandon Savochka requested approval of the contract with Glade Run ESG23 (Program Funded Services) Emergency Solutions Grant '23 in the amount of $77,474, for the period Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried 3. Brandon Savochka requested approval of the following contract amendments for the period a. Milestone #3 = amended to add $617,289 to PCCRC for a new total of $987,779. b. Onewell #3 - amended to change the Behavioral Supports rate to $23.85/15 min. unit. The Care Center #2 - amended to add Home Again PSH Leasing for $8,400 and add Home Again PSH Case Management for an FFS of $15.94 with a maximum of $1,1,75. Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried 4/1/24-7/26/25. unanimously. 7/1/24-6/30/25: unanimously. C. Human Services - Drug & Alcohol (See Attachment Book for details) 1. Brandon Savochka requested approval of the following contracts for the period 7/1/24. - 6/30/25: a. Bowling Green Brandywine b. Center for Community Resources Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried unanimously. D. Human Services = Children & Youth (See Attachment Book for details) 1. Brandon Savochka requested approval of the following Butler County Children and Youth/Juvenile Probation contracts for the period 7/1/24-6/30/25: C Community Specialists Corporation dba New Outlook Academy a. Adelphoi Education b. Bair Foundation Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried unanimously. E. Human Services - Area Agency on Aging 1. Brandon Savochka requested approval for the meal service contract addendum with The Nutrition Group dba Pittsburgh Companies North, Inc. The contract term is 1/1/25-6 6/30/26. There is a rate increase of 3.0% approved by the PA Department of Aging. There are no County funds involved; payment will be made from the Aging Block Grant. Rates are as follows: Congregate Lunch - $5.36/meal Congregate Lunch/Boxed Meal $5.49/meal Enhanced Congregate Meal - $11.82/meal Frozen Home Delivered Meal - $5.36/meal Shelf Stable HDM - $4.61/meal Special Projects not to exceed - $100,000 Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried unanimously. 3 2. Brandon Savochka requested approval to enter into a Professional Agreement with Patricia Maxwell dba Engage Kidz, LLC for the "Autism in Adolescents and Adults" Training on 2/6/25. The State Regional ADRC Coordinator approved this event. The cost of the training is $1,200; there are no County funds involved; payment will be made from the Aging TXIX. ADRC funding. Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried unanimously. F.F Parks and Recreation 1. Lance Welliver requested approval of al Proposal from Redcon Engineering Design Services int the amount of $5,000 for lower Alameda Park to develop an existing conditions base map. This work is an additional design effort to the current electrical design project at the park being done by Redcon, Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried with authorization for the Chairman to sign. unanimously. G.F Planning 1. Mark Gordon requested approval of the Second Letter of Amendment to the Agreement with Delta Development Group, Inc. for the American Rescue Plan Act (ARPA) Project Management, for a twelve-month extension period beginning 2/1/25, with a monthly retainer of $5,000. The term and Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried costs are the same as the prior year. unanimously. H. Planning - Bridges 1. Kevin Gray requested approval of Change Order #1 on the Keister Bridge, with Carmen Paliotta Contracting, Inc. This is a decrease of $7,600 to the contract because two of the Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried piles did not have to be driven as deep as expected. unanimously. .P Procurement 1. Shawn Pugh requested ratification of a cost estimate from Ashlar Architecture and Engineering for a conceptual building, site layout, and a construction cost estimate for an Emergency Services Vehicle and Equipment Garage needed for a Local Share Account Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried 2. Shawn Pugh requested ratification of Resolution No. 2024-18, authorizing the submission ofthe application for the Local Share Account Grant for up to $1 million to construct an Grant the County is int the process of applying for. unanimously. Emergency Services Vehicle and Equipment Garage. Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried unanimously. 4 J. Commissioners 1. Attorney Jamie Inferrera requested approval of Resolution No. 2024-19, approving, in accordance with Section 147(F) of the Internal Revenue Code of 1986, as amended, a Plan of Finance by the Butler County Hospital Authority for the Benefit of Butler Health System, Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried 2. Chief Clerk Lori Altman requested approval of an Addendum to the Original Engagement Letter dated 2/7/22 from MaherDuessel for the Butler County Transportation Audit. This Addendum covers the audit period ending 6/30/24 in the amount of $6,200. All other terms and conditions of the original letter are still applicable, with authorization for the Chairman to Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried 3. John Campbell requested approval of Change Order #1 with Massaro Company in the amount of a $3,100 price reduction for deleting doors, hardware and upgrading to bronze Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried 4. John Campbell requested approval of Change Order #2 with Massaro Company in the amount of $1,200 for upgrading doors from oak to birch, with authorization for the Chairman Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried 5. Chief Clerk Lori Altman requested approval to reappoint the following individuals to the Soil Inc. unanimously. sign. unanimously. finish, with authorization for the Chairman to sign. unanimously. to sign. unanimously. Conservation Board for the following terms: a. Kimberly Geyer, Commissioner, 1/1/25 - 12/31/25 b. Lauren Schettler, Farmer Director, 1/1/25-12/31/28 abstained. The motion carried unanimously. Planning Commission for the following terms: a. Ron Henshaw - term expires 1/1/29 b. Charles McCall - term expires 12/31/28 Barbara McGuire (Sutton) - term expires 12/31/28 d. - Larry Kurpakus - term expires 12/31/28 Commissioner Boozel made the motion; seconded by Chairman Osche; Commissioner Geyer 6. Chief Clerk Lori Altman requested approval to reappoint the following individuals to the Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried 7. Chief Clerk Lori Altman requested approval to reappoint the following individuals to the unanimously. Infrastructure Bank Board for the following terms: 5 a. Mark Gordon - term ending 6/2027 b. Ann Brown = term ending 1/2028 Commissioner Boozel made the motion; seconded by Commissioner Geyer. The motion carried unanimously. 8. Chief Clerk Lori Altman requested approval to appoint Jeffery Mikesic, P.E. to the Infrastructure Bank Board for the term ending 1/2028. Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried unanimously. APPROVAL OF BUDGETARY TRANSFERS, RATIFICATION OF PERSONNEL TRANSACTIONS, Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried TRAVEL REQUESTS, REQUISITIONS AND CHECK REGISTER unanimously. CONFERENCE TIME WITH MEDIA PUBLIC COMMENT ON GENERAL ITEM Treasurer Diane Marburger introduced to the Board Cole Redrup, the new Butler County Dog Warden. She also noted that new annual dog licenses are being issued as of 12/1/24. Garrett Kaiser spoke briefly on voter disenfranchisement. ADJOURNMENT adjourned at 10:51 a.m. There being no further business, Chairman Osche called for a motion to adjourn. Commissioner Geyer made the motion; seconded by Commissioner Boozel. The motion carried unanimously. The meeting Respectfully submitted, Pam Hammonds Administrative Assistant Approved: BUTLER COUNTY COMMISSIONERS MEETING SCHEDULE: NEXT PUBLIC MEETING: LOCATION: Wednesday, December 18, 2024, at 10:00 a.m. Public Meeting Room, 18t Floor Government Center Public Meeting Calendar is available online at nttps/www.Duttercountypa.gov. NOTE: Agenda is subject to change due to unforeseen circumstances. 6 County ofE Butler Financial Report of the Board of Commissioners Through October 31, 2024 with comparison to October 31, 2023 General Fund Revenues and Expenditures October 31, 2024 Actual October 31, 2023 Original Budget $ 6,148,716 $ Original Budget Original Budget > 4,070,946 $ Original Budget $ 2,184,054 12,226,084 Fund Balance Carryover Fund Balance Carryover Variance % 6,148,716 Actual Variance % 4,070,946 0% Revenues Property Tax Collections Intergovernmental Revenues Charges for Services Total Revenues Actual Uncollected % Actual Uncollected % 52,939,575 $ 52,233,772 $ 705,803 99% 2,663,182 $ (479,128) 122% 9,029,775 $ 3,196,309 74% 3,418,003 $ 3,747,376 $ (329,373) 110% 70,767,716 $ 67,674,105 $ 3,093,611 96% 53,400,733 $ 52,771,074 $ 629,659 99% $ 2,260,428 $ 2,222,951 $ 37,477 98% $ 11,438,416 $ 8,999,017 $ 2,439,399 79% 72,537,574 $ 68,454,599 $ 4,082,975 94% Miscellaneous Revenue & Transfers $ 5,437,997 $ 4,461,557 $ 976,440 82% Original Budget Original Budget 5,735,151 Expenditures Salaries & Social Security Retirement Benefits Contracted: Services Materials & Supplies Training &1 Travel Insurance & Other Expenses Bonds &A Association Dues External Contributions Other Miscellaneous Costs Contingency Total Expenditures Actual Unexpended % Actual Unexpended % 5,435,850 $ 299,301 95% 31,958,181 $ 25,777,580 $ 6,180,601 81% $ 5,615,536 $ 6,376,497 $ (760,961) 114% $ 6,606,802 $ 5,208,112 1,398,690 79% $ 5,115,478 $ 4,502,503 $ 2,730,837 $ 2,069,234 $ 661,603 76% $ 444,520 $ 292,663 $ 151,857 66% $ 1,121,847 $ 803,642 $ 318,205 72% $ 152,347 $ 118,926 $ 33,421 78% $ 7,194,215 $ 5,373,914 1,820,301 75% $ 1,058,250 $ 681,040 $ 377,210 64% 78,686,290 $ 61,703,695 $ 16,982,595 78% 29,900,067 $ 24,380,668 $ 5,519,399 82% $ 6,460,956 $ 4,997,110 > 1,463,846 77% $ 4,573,148 $ 4,436,250 $ 136,898 97% $ 2,201,951 $ 1,683,074 $ 518,877 76% $ 2,555,155 $ 1,801,713 $ 753,442 71% $ 426,483 $ 278,853 $ 147,630 65% $ 1,613,673 $ 1,325,577 $ 288,096 82% $ 977,183 $ 666,318 $ 310,865 68% $ 138,840 $ 111,896 $ 26,944 81% $ 7,071,546 $ 5,373,138 $ 1,698,408 76% $ 5,944,633 $ 2,803,574 $ 3,141,059 47% $ 5,109,829 $ 5,109,827 $ $ 1,080,047 $ 709,122 $ 370,925 66% $ 1,050,000 $ S 74,838,662 $ 59,112,970 $15,725,692 79% 612,975 88% nVns/epeaNse $ 2,125,526 $ 1,732,397 $ 393,129 82% Equipment & Maintenance Rental $ 1,832,521 $ 1,519,385 $ 313,136 83% Internal Transfers to Other Funds $ 6,535,527 $ 2,153,101 4,382,426 33% Debt Service (Principle & Interest) $ 5,094,703 $ 5,094,701 $ 2 100% 1,100,000 0% 2 100% 1,050,000 0% $ 1,100,000 $ Wolf, Pamela From: Sent: To: Subject: a ScoklLandsoape scottandscapingezoominternetnet Wednesday, December 11,20242:40PM Snow plowing fairground hill rd Wolf, Pamela You don't often get email from scottandscapingezominternet.net. Learn why this is important Plow snow off of lot-----$135.00 each occurrence Salt lot ----$150.00 each occurrence Shovel walks---$35.00 each occurrence Salt walks- $25.00 each occurrence We plow & shovel and salt at 1" accumulation, or salt ata freezing rain situation. We bill on a monthly basis by email, Payments can be made by credit card from the invoice emailed. Any questions please call me. Tim Scott Scott landscaping & mtce. inc. Insurance certificate can be emailed at acceptance of bid. Caution: This is an external email and may be malicious. Please take care when clicking links or opening attachments. CAPITAL ASSET POLICY Butler County, Pennsylvania The intent of this document is to state the purpose for the implementation of a Capital /1 Fixed Asset Policy, and to clearly describe the elements of the policy. The policy defines the procedures and roles of various departments that are necessary for the proper recording, depreciation, and disposition of capital assets. 1. SUMMARY It shall be the policy of Butler County that arecord of capital assets owned by the County must be recorded in 'Fixed Assets.' The valuation of capital assets must be based on acquisition (i.e. historical cost), and must be in compliance with Generally Accepted Accounting Principles (GAAP). The County intends to demonstrate accountability and stewardship of tax dollars used to fund capital transactions by maintaining a completeand accuraterecord of capital assets. Furthermore, by maintaining precise - records for capital assets, the County will achieve the benefit of sound budgeting decisionsrelating to capital expenditures. It shall be the responsibility of each elected official and departmental director to charge the acquisition cost to the proper account, maintain custody of the asset, dispose oft the asset, and cooperate withany'audit of capital assets. The policy also establishes internal controlsfor the purchase, maintenance, and disposition of all capital assets. Forassets below the capitalization threshold, offices and departments should refer to the County's Purchasing Policy for further guidance. Pursuant to the adoption of this policy, in accordance with the statements above, the capitalization threshold for all capital assets is hereby established at $5,000. The Controller's office shall be the official record keeper of all capital asset purchases, additions, and disposals. For insurance purposes, the County should also account for any inventory items of lesser value, with Industrial Appraisal. 2. CAPITAL ASSETS A Capital Asset, as defined by this policy, is a fully functioning unit which has an acquisition cost of $5,000 or more; and a useful life exceeding one year. All capital assets must be recorded in a manner consistent with the provisions of GASB pronouncements, by classification, and further in conformance with requirements set forth in the "Governmental Accounting, Auditing and Financial Reporting" (GAAFR) guide issued by the Government Finance Officers Association (GFOA). 1. Purchased Asset The acquisition cost is determined by the net invoice price of the purchased asset, and must include the costofmodifications, attachments, accessories, or auxiliary apparatus necessary tomake the equipment operable (intended use). Other charges, such as the cost ofinstallation, transportation, or for in- transit insurance, must be included in determining the acquisition cost. Capital Asset Addition: A capital asset addition is a physical attribute added to an existing asset, which increases the value of the asset. The addition must be capitalized,ifitih increases the value of the existing asset, andhas an acquisition cost at or above the threshold. Extraordinary, Expense: Expenditures made beyond maintaining an asset in good working condition; and that extend its useful life beyond what was originally estimated, are extraordinary expenses, Ordinary Expense: Expenditures made to keep and maintain an asset in good working condition, regardless of cost, are ordinary repairs and must be capitalized. and must not be capitalized. Note: The procurement or acquisition of all Capital Assets shall strictly be in accordance with applicable sections of the Pennsylvania Consolidated Statutes (e.g. County Code), and the County's Purchasing Policy. 2Capital Asset Policy 2. New Construction New construction of a depreciable asset for the County's own use must be capitalized. All direct costs are included in capitalizing the asset. These include such costs as architectural, engineering, legal, consulting, and project management from an outside vendor. Fixed overhead costs are not tol be included, unless they are increased by the construction of the asset. 3. Lease Agreements A lease is commonly used to finance theuse or acquisition of machinery or equipment. If a department has entered into a lease. agreement where the sum of the payments over the life of the lease (i.e. term) exceeds one year, the office or department should contact the Controller's office immediately. 4. Donated Capital Assets Capital assets that are donated to the County, must be recorded at the fair market value oftheitem at thedate ofthe gift, ifitèxceeds the threshold. 3. FINANCIAL REPORTING The policy recognizesthe threep principle GASB pronouncements that affect how the County will manageits capitalassets. They include GASB Statement: No.34 -Basic FnancialSlatements for State and Local Governments No. 42 I Accounting and Financial Reporting for impairment of Capital Assets and for Insurance Recoveries No. 51 I Accounting and Financial Reporting, for intangible Assets No. 87 I Leases No. 89 I Accounting. for Interest Cost Incurred before the End ofa Construction Period 3Capital Asset Policy Governmental accounting standards require capital assets to be recorded at their historical cost (including shipping and installation charges). Donated assets must be recorded at their fair market value at the time received. The Controller's office shall comply with stipulations of GASB Statement No. 34 which requires the County to: record and depreciate capitalized capital assets. Depreciation must be based on the estimated useful life of a class of assets, or individual assets, using a systematic and rational manner. The County has elected to use the straight line half year convention for the depreçiating ofi its capital assets. Depreciable assets must be reported net of accumulated depreciation on the Statement of Net Assets. Non-depreciable assets-mustbe: reported independently, ifn material. Depreciation expense must be reported in the Statement of Activities. The net investment in capital (including restricted) assets must be reported net of accumulated depreciation, and reduced by any outstanding balance of bonds, notes, or other borrowings that are attributable tothe capital assets, as follows: Capital Assets E Plus: deferred outflows of resourcesrelated to capital assets Less: deferred inflows of resourcès related to capital assets oI Less: outstanding principle on capital related debt Less: accumulated depreciation Netinvestment in capital assets, reported on Statement of Net Position L Deferred amounts from refunding must be included in the calculation. OR Retainage payables smust be included for the calculation; and any unspent proceeds from bonds ornotes, must be reduced from the calculation. Depreciation expense for capital assets that can be identified with a specific function must be included in direct expenses. Ifa assets are shared among several departments, their depreciation expense should be allocated appropriately. However, if an asset serves all functions, its depreciation expense is not included in direct expenses, but is included as part of the 'general government function. 4ICapital Asset Policy 5.1 INTANGIBLE CAPITAL ASSETS An intangible asseti is characterized by a lack of physical substance, is non-financial in nature, and the useful life exceeds one year. Examples of intangible assets include: easements, licenses, and computer software. The asset must be capitalized ifito can bei identified and separated; or the asset arises from contractual or other legal rights-and it exceeds the threshold. Ifan intangible asset is under contract, the useful life must not exceed the contractual obligation. Any renewal periods may be considered, if it can be determined that the contract will be renewed. Some intangible assets are considered tohave indefinite useful lives, such as an easement, and must not be amortized. 6.E ESTIMATED USEFUL LIVES When determining the estimated useful lifeo ofanasset, the County primarily uses internal information based upon its past experience. Secondary methods may include published guidelines from professional organizations or industries; or available information for comparable assets used byother governments. Property Easements Buildings Renovations Infrastructure Permanent Fixtures Equipment Radio, /Telephoné Systems Furniture & Non-Permanent Fixtures Vehicles Office Machines Computer Hardware Computer Software/Licenses UsefulLife Not Depreciated Not Amortized 40 years 30 years 25 years 20 years 10 years 10 years 08 years 08 years 08 years 05 years 03 years a Type R R R R R R P P P P P P P Land & Land Improvements R=I Real Property P=Personal Property 7ICapital Asset Policy 7.REPAIRS AND MAINTENANCE The cost of repairs, which neither materially add to the value of the asset, nor substantially prolong its useful life, must be immediately expensed. Asset replacement and upgrade costs must be capitalized only when these costs are equal to or greater than the capitalization threshold, and extend the useful life of the asset by more than a year. Asset repairs and replacements must be capitalized, to reflect the new cost and life, if the cost extends theuseful life of the asset, and either betters the asset, restores the asset, or adapts the assets to a different use. Repairs and replacements must not be capitalized if the asset has become worn through (1): normal use, (2) wear and tear, or (3) deterioration. 8. IMPAIRMENTS The County must report the effect of impairments when they occur, rather than through depreciation expense, or when the asset is disposed. An asset is considered to be impaired, when its useful life decreases significantly, and unexpectantly. To determine if an impairment has actually occurred, the County must first identify a potential impairment, and then testthe asset for impairment. The following are some common indicators that an asset has been impaired: 1. Obsolescence 2. Physical Damage 3. Change in the asset's purpose 4. Change in the duration of the asset'suse The following methods must be used to measure impairments: a. If obsolescence has occurred, the amount of the impairment is the portion of the historical cost that cannot be used due to the asset's impairment. This is determined by evaluating the service provided by the asset, both before and after the impairment has occurred. 8Capital Asset Policy b. If physical damage has occurred, the amount of thei impairment is the estimated cost to restore the asset to its former service utility. The estimated cost of the restoration must be converted to historical cost, by applying a ratio of the estimated cost to restore the asset over the estimated replacement cost, to the asset's carrying value. :. Ift there has been a change in the asset's purpose, or a change in the duration of the asset's use, the amount of the impairment is the cost to: replace the asset, taking into consideration the asset's current age and current utility. To determine the replacement cost, first estimate the cost of an asset to replace the asset's current level of service. Next, depreciate the current cost estimate to reflect the age of the asset. Finally, deflate the determined amount to convertit to historical cost. Note: When assessing for impairment, land should be considered a separable capital asset, and must not be conflated with buildings or depreciable: improvements. Thiswill preventany unrealized gain in the fair value ofland, from being offset against any impairment found on buildings or eprecapeimpovements Impairment losses thatare temporary in nature, should not be written down. This occurs when the indiçator demonstrating impairment is deemed not to be permanent. The amount of the impairment loss, a description, and the classification, should be disclosed in the financial statement notes, if not apparent. Once an impairment is recognized, it must never be reversed, for any reason. Impaired assets no longer being used by the County, must be reported at their carrying valuè,or fair market value, whichever is lower. The carrying amount of either a permanently or temporarily impaired asset, thati is idle at the end of a year, must be specifically disclosed in the financial statements. If after testing for impairment, it's determined that the event or circumstance indicating the capital asset may have been impaired, has not caused impairment, the estimates used in calculating depreciation, including the asset's estimated remaining useful life, and salvage value, must be reevaluated and changed, ifnecessary. 9Capital Asset Policy 9. INSURANCE RECOVERIES When both an impairment loss occurs and an insurance recovery is received in the same year, the impairment loss must be reported net of the insurance proceeds, on the government wide financial statements. In the governmental fund financial statements, the restoration or replacement of an impaired asset must be reported as a separate transaction from the associated insurance recovery, which must be recorded as an other financing source, or as an extraordinary item (both unusual in nature and infrequent in occurrence). Insurance proceeds are reported when they are realized (i.e. the insurance company pays the claim), or when they are realizable (i.e. the insurance company agrees to pay the claim). If the insurance recovery is realized, or realizable in a subsequent financial reporting year, the proceeds must be reported as a program revenue, as a non-operating revenue, or as an extraordinary item, according to circumstances. 10. PHYSICALI INVENTORY A physical inventory of capital assets should be conducted annually, followed by reconciling the assets to capital asset accounting records. Each office and department should first perform an inventory using the tag number matching approach. The tag number matchisac comparison ofe existing tag numbers toi those recorded on capital asset accounting records. To complete the inventory, a random sample should be selected, and using the sheet to floor method, the Controller's office should verify that the sample population of assets are a match; or are a retirement, or an addition. Under some circumstances, the County may decide to perform a comprehensive line-by-line verification of its capital assets. The following source codes must be utilized to document an audit trail: "M" -Matched Asset "A" -Unrecorded Asset Addition "D" -Unrecorded Asset Disposal 10Capital Asset Policy 11. TRANSFERS AND DISPOSALS Capital assets that are transferred from one office or department to another, must be immediately reported to the Controller's office, to record the change in the asset's location. If proper notification of the transfer is not provided, the responsibility for the asset remains with that office holder or department director. The disposition or sale of all Capital Assets shall strictly be in accordance with applicable sections of the Pennsylvania ConsolidatedSlatutes (e.g. County Code). 11Capital Asset Policy SAVIN MAINTENANCE AND SERVICE AGREEMENT BETWEEN THE PENNSYLVANIA DISTRICT ATTORNEYS INSTITUTE AND BUTLER COUNTY This agreement is hereby made and entered into by and between The Pennsylvania District Attorneys Institute, hereinafter referred to as PDAI, and Butler County. The agreement is effective for the period January 1, 2025 through December 31, 2025. WITNESSETH: WHEREAS, Pennsylvania affords the following rights to victims regarding certain notifications related to incarcerated individuals. Victims are entitled to the following: a. Immediate notification of an offender's pretrial escape from a local correctional b. Inj personal injury crimes and personal injury rights crimes, as defined in Act7 77 or 2022, wherein the offender is sentenced to a local correctional facility, victims are entitled to: receive notice ofthe date ofrelease of the adult, including work release, furlough, parole, release from boot camp or community treatment center placement; and are entitled to be providéd with immediate notice ofa an escape of the adult and To receive immediate notiçeoft the release oft the offender on bail, ift the offender is subject to a Protection From, Abuse Act Order or a Protection From Sexual Violence or Intimidation Order, and the offender is committed to al local correctional facility for a violation of such order or for a personal injury crime or personal injury rights crime committed against aj person protected by that order. facility and of the offender'ss subsequent apprehension. of subsequent apprehension: WHEREAS, BUTLER COUNTY has committed to implement and use the PA SAVIN system to meet and enhance its responsibilities for victim notification as well as provide PDAI and Butler County enter into this agreement with the purpose of defining and continuing ai framework of cooperation between thé above-named parties to implement and maintain a statewide automated victim information" and notification system referred to as SAVIN in Butler County. PDAI receives grant funding to provide this service statewide. The SAVIN notification system has been providing notifications to crime victims in Pennsylvania and in accordance with state and federal guidelines since 2006. The SAVIN notification system will continue to download necessary information from participating agencies in Butler County to the computers of the SAVIN Vendor(s). Participating agencies are District Attorneys' offices, Victim Service agencies, County Jails or other county criminal justice agencies that are owned by the county and participate in this project. In most counties the participating agency is the county, jail. The system will provide notification to registered persons regarding the escape, release from custody or transfer from one facility to another of persons held in custody as required by the Crime Victims Act ofl Pennsylvania. In doing so, it enhances existing or previous victims' services efforts by creating and implementing an automated system of notification that will be available to victims and other additional notification services to county residents. -1- interested parties 24/7. Additionally, it will increase the number ofv victims that are presently notified; increase accessibility via a toll-free line, through web-based access or through SMS Messaging (texting); andi increase notification to under-served population by utilizing a system, which includes alternative language capabilities and TTD Telecommunications Device for the Deaf). PDAI and Butler County agree to the following roles and responsibilities: PDAI acknowledges that any database or system information created by any oft the District Attorney's offices, Victim Services agencies, County Jails or other county criminal justice agencies are owned by the respective County. That information includes confidential data of the County. PDAI shall not disclose, provide to, or permit any person to obtain. any such confidential information in any form, except employees and/or consultants of PDAI, employees of the SAVIN Vendor(s) or members of the SAVIN. Governance Committee (i) whose access is required to further the PA SAVIN project and,(ii) who have agreed to be subject to the same restrictions as set forth herein. This agreement, enables PDAI and others above mentioned to use such information to refine the program decision models. The same stipulations will be made in the contract betweèn PDAI and the Vendor(s). Uponrequest, PDAI shall provide each participating District Attorney's office with the names, addresses and phone numbers of any and all respective PDAI employees to whom confidential. information was disclosed. Anyl PDAI employee found to bei in violation of this policy will: be subject to PDAI and the County will cooperate in any audit or compliançe review by state, county or PDAI will retain records of documentation pertaining to this agreement for seven (7) years PDAI has sought and received authorization to enter into this agreement from its board of Butler County will continue to use the services ofits County Project Lead, Information Technology Contact, Booking Administrator, and Victim Advocate for the continued operation oft the SAVIN Project. The designated County Project Lead will continue to supervise county funding oft the project and be responsible for the Maintenance Contract as well as work with the SAVIN Vendor(s) and Project Manager. This County Project Lead will also keep County Executives, County Commissioners and the CJAB [Criminal Justice Advisory Board] (as disciplinary procedures outlined in the PDAA/PDAI Officel Handbook. federal authorities. from the date oft this agreement. directors. available) informed ofSAVIN status. PDAISHALL: 1. Maintain a contract with a SAVIN Vendor(s). Contract shall include: Aprovision for indemnification ofPDAI and the participating agencies as defined in this contract. Ap provision relating to data breach procedures. 2- 2. Administer the grant program. Such duties include: The financial oversight oft the grant program. The oversight of and collection ofall maintenance payments. The payment or reimbursement of expenses as outlined in the grant budget. The preparation of all reports and budgets per federal guidelines and other Moderate administrative issues between the County and the SAVIN Vendor(s). Provide necessary reports regarding expenditures of grant funds to facilitate requirements. 3. 4. authorized meetings, focus groups and trainings. BUTLER COUNTY SHALL: 1. 2. 3. 4. 5. Provide maintenance fee payments and satisfy any applicable in-kind match requirements accurately and timely in accordance with the invoice and the payment schedule as specified in sub paragraph 2, immediately following. Acknowledge awareness that the county will pay 0% (zero percent) of the maintenance fee. (Zero percent fee is only guaranteed for the contractual year and is dependent upon grant funding being available to cover the entire monthly fee). Provide PDAI and/or SAVIN Vendor(s) personnel access to its offices, equipment, and personnel at reasonable times for the maintenance, or replacement of equipment and/or training of personnel necessary to operate the system Provide PDAI and/or SAVIN Vendor(s) personnel information necessary to Provide required personnel resources, equipment, and space needed for safe and 6. Cooperate with PDAI and/or SAVIN Vendor(s) personnel to effectuate conversion 7. Cooperate with SAVIN Vendor(s) Call Center personnel to troubleshoot and resolve any equipment or data transmission problems which cannot be resolved by Vendor(s) Call Center personnel alone, including but not limited to rebooting the Cooperate with the SAVIN Vendor(s) in determining data transfer schedules. Provide inmate data to the SAVIN Vendor(s) that meets the minimum requirements necessary to provide notifications. Atai minimum the participating agency must provide First Name ofInmate, Last name of Inmate, Permanent Booking number, Temporary Booking Number, Activity Identification, Activity Date and time, Event Category, Event Sub-Type, Sending Agency and at least one of the following: Inmate Date of Birth, Inmate Social Security Number, Inmate State ID or Inmate 10. Provide a refresh ofinmate population data to the SAVIN Vendor(s) every 30 days. 11. Agree that any workstation deployed as part of ani interface in association with this service or for the collection of data elements is restricted to SAVIN use only. Any misuse ofl hardware deployed to your site will invalidate your warranty. In these situations, Butler County would be responsible for any repair costs. 12. Agree that as a Participating Agency, Butler County is responsible for providing modifications to its automated jail records management system, hereinafter JMS and will manage their internal resources and/or JMS vendor to modify or supply the establish or maintain system interface. secure operation ofSAVIN equipment. in the event of change ofSAVIN Vendor(s). PCand verifying the connection. 8. 9. Person FBI number. 3- required programming to provide the SAVIN Vendor(s) with the data required. The Participating Agencies shall bear all costs associated with these changes or modifications to their existing automated system after thei initial connection. 13. Agree that as al Participating Agency Butler County will ensure appropriate cooperation ofr related agencies to communicate with one another and related county agencies on the status of the service including but not limited to following procedures established by the SAVIN Vendor(s) in the event that the automated notification system goes offline unexpectedly. THE FOLLOWING GENERAL PROVISIONS ARE MUTUALLY UNDERSTOOD AND AGREED TO BETWEEN THE PARTIES: Liability Personnel employed by PDAI or by the SAVIN Vendor(s) remain the employees oft those respective entities for allj purposes, including the provision ofl liability insurance, worker's compensation coverage and indemnification, while such personnel are installing, maintaining, repairing, replacing, or otherwise working with equipment at the offices ofa any other part to this agreement. County employees shall not be deemed as employees or representatives of PDAI and may not contract for additional services on behalfofPDAL. No additional work or services may be authorized by the counties between the county and the SAVIN Vendor(s) on behalfofPDAL. Any work or services outside oft the Service. Agreement between PDAI and the SAVIN Vendor(s) must be contracted for separately by the county. Modification Modifications of this document within the scope oft this instrument shall be made by mutual consent oft the parties, byi issuance ofav written modification, signed and dated by all parties, prior to any changes being performed. The contract may be modified as neçessary from time to time to comply with changes in State or Federal law and regulation, PDAI policy or Butler County policy. Confidentiality Between Parties PDAI and Butler County understand that all information disclosed by any respective party is confidential and each party agrees not to disclose any information obtained from either oft the other parties unless it has obtained expressed written approval by the source party in advance. Further, each party knows that the use or disclosure oft this information for purposes other than Each party has internal rules and procedures regarding protection of confidential information and their respective employees have been instructed in these procedures. Each party also maintains a system for monitoring compliance with their respective confidentiality policy and employees who violate such confidentiality policy may be subject to discipline. as intended for this initiative is strictly prohibited. Internal Rules and Protections for Confidentiality Removal of Equipment The terms for the removal/transfer of any equipment provided for under this agreement shall be conveyed in writing and shall comply with any applicable state and federal regulations. 4- General Indemnity (1) The SAVIN Vendor(s) shall (and has agreed to) indemnify, defend and hold harmless PDAI as well as the Participating Agencies, Affiliates, and licensees, and each of their officers, shareholders, directors, employees, agents and Customers, collectively, from and against any and all third party claims, demands, proceedings, suits, and actions including any related liabilities, obligations, losses, damages, deficiencies, penalties, taxes, levies, fines, judgments, settlements, expenses (including attomeys' and accountant's fees and disbursements) and costs (Claims), incurred by, borne by or asserted against PDAI, Participating Agencies or other Indemnified Parties to the extent such Claims related to, arise out of or result from: (i)any intentional or willful misconduct or gross negligence of any employee agent or subcontractor oft the SAVIN Vendor; (ii) breach of any representation or warranty of the SAVIN Vendor or (iii) any actual or alleged infringement or misappropriation ofal Deliverable, or any other hardware, software, equipment or services provided by the SAVIN Vendor. However, the SAVIN Vendor shall have no indemnity obligation to any Indemnified Party for modifications, performed by PDAI, the Participating Agencies or their respective agents to the Application, Deliverable, or any hardware, software, equipment or services provided by the Service Provider that were not previously authorized by the Service Provider; (2) the combination of such items described in subsection (ii) above with other products or services not furnished with or specified by the SAVIN Vendor unless the combination is in accordance with the written instructions or written consent of the SAVIN Vendor; (3) data, content, or processes that are either specified in writing by PDAI or Participating Agencies or provided by contractors other than the SAVIN Vendor (to the extent that the Claim does not arise from the SAVIN Vendor's modification of such data, content, or processes and provided that SAVIN Vendor users such data, content, or processes in accordance with this Agreement); or (4) any hardware, software, equipment or services that are expressly specified in writing to be provided by SAVIN Vendor under this agreement. The SAVIN Vendor will not be excused fromi its indemnity obligation ifai non-infringing means of compliance with requirements was either actually known to the SAVIN Vendor or should reasonably have been known by the SAVIN Vendor based on the SAVIN Vendor's experience as a provider of the. Application and As stated above PDAIh holds a separate contract with the SAVIN Vendor(s) that provides for Services under this Agreement. indemnification as stated herein for the participating agencies. Termination A party desiring to terminate this Agreement shall serve the other party with written notice, which shall be effective, unless withdrawn, six (6) weeks from the date of such termination date. Such time will be necessary to contact registered victims. Prior to such notification and effective date, both parties shall use every reasonable effort to resolve the causes stated for termination. Ifserved upon PDAI, notice shall be served upon the Director. Ifserved upon the office of the undersigned official, notice shall be served upon the person holding the office at the time of the service. Any expenses incurred by the County prior to termination will not be subject to reimbursement. Dispute Resolution: Any dispute arising under this contract shall be submitted to PCCD for final resolution. -5- Contractual Rights: The parties agree that this contract shall be binding upon the parties. The parties agree that this project is subject to the availability of grant funds from federal and/or state sources and that the unavailability of these funds shall automatically terminate this agreement and render it void without the liability of the contractual parties. Termination oft this agreement under these circumstances does not preclude the county from signing a new agreement with PDAI to continue these services. Contract Effective date modifications section.) Renewal Information: This contract shall become effective January 1,2025 and shall remain in effect for the term of the contract with the SAVIN Vendor(s) or superseded by a subsequent agreement. (See Itis anticipated that this contract will be renewed for 2025 and subsequent years. Anew renewal contract will bei issued with a change on the Maintenance Fee page each year. Other changes follow the provisions listed under Modification. Principal Contacts: The county information and principal contacts are to be filled in below: PDAI Kelly Callihan Executive Director Phone: 717-238-5416 E-mail: kralihan@pdaa.org Tina Fomstrom Business Manager Phone: 717-238-5416 E-mail: tfomstrom@pdaa.org BUTLER COUNTY Name: Title: Phone: E-mail: Name: Title: Phone: E-mail: WHEREAS, PDAI and Butler County agree to the terms and conditions set forth in this agreement and enter into this agreement pursuant to and in recognition of provisions of Applicable federal and state laws, IN WITNESS authorized Officers who certify that they are authorized to bind their respective organizations, by PDAI and Butler THEREOF, this County. PDAI shs Godo Name/Signature) Kelly Callihan Printed Name day of the parties hereto have set their names and seals by their duly Butler County Name (Signature) Printed Name Authorized Position: Date: 12/04/2025 Date Authorized Position: Executive Director Naphe ignatory) Tina Fornstrom Printed Name Date: 12/04/2025 Name (2nd Signatory) Date Printed Name Authorized Position: Authorized Position: Business Manager Return signed contract to: PA District Attorneys Institute 2929 N. Front Street Harrisburg, PA 17110 Attn: Tamara Heagy -7- Order Form Order ID: Q-09121521 Thomson Reuters" Contact your representative paNmoNNSN with any questions. Thank you. Sold" To Account Address Account #: 1000605760 POBOX 1208 124 WI DIAMONDSTFLL WILLS BUTLER PA 16001-5780 US "Customer" This Order Form isal legal document betwecn Customer and Shipping Address Account #: 1000605760 PO Box 1208 124 WI DIAMONDSTFLL BUTLER PA 16001-5780US Billing Address Account #: 1000605760 BUTLER COUNTY REGISTER OF WILLS POI Box 1208 124 WI DIAMONDSTFLL BUTLER, PA 16001-5780 US BUTLER COUNTY REGISTER OF WILLS BUTLER COUNTYREGISTER OF A. West Publishing Corporation to the extent that products or services willl be provided by' West Publishing Corporation, and/or B. Thomson Rcuters Enterprisc Centre GmblI to the cxtent that products or scrvices will be provided by Thomson Reuters Enterprise A detailed list of products and services that are provided by Thomson Reuters Enterprise Centre GmbH and current applicable IRS Certification West Publishing Corporation may also act as an agent on bchalf of" Thomson Reulers Enterprise Centre GmbH solely with respect to billing and collecting paymen! from Customer. Thomson Reuters Enterprise Centre GmbH and West Publishing Corporation will be referred to as" "Thomson Rcuters", "we" or' "our."inc cach casc with respect to the products and services itis providing. and Customer will bc referred to as' "you", or "your" For Federal Customers the following shall apply: Thomson Reuters Gencral Terms and Conditions (availablc here: t.re/asmisemanlsmnlasmsmisamtians apply to the purchase and use ofall products, excep! print, and together with any applicablc Product Specific Terms (sct forth bclow) arc incorporated into this Order Form by this reference. In the event that there is a conflict oficrms among the General Terms and Conditions, the Product Specific Terms and this Order Form, the orderofprecedence shalll bc Order Form. the Product Specific Terms, and las! thc General Terms and Conditions. For non-federal customers the following shall apply: Thomson Reuters General Terms and Conditions (hup:/r.com/is- asalsmsmesamlim) apply l0 thc purchase and usc of all producis, except prini, and together with any applicable Product Spccific Terms (set forth bclow) arc incorporated into this Order Form by this reference, In the event that there isa conflict of terms among the Genera! Terms and Conditions, the Product Spccific Terms and this Order Form, the order of precedence shall be Order Form, the Product Specific Terms. and lasi the General Terms and Conditions. Centre GmbH. forms are available a:! mchastcomatnane or" "Client". ProFlex Products See Attachment for details Product Minimum' Terms (Months) 36 Material# 40757482 Material# 40757482 Monthly Charges West Proflex $280.00 (Months) Bridge Products Quantity Unit Each Bridge Terms Bridge Monthly Bridge Term Charges $199.77 Product West Proflex Bridge Monthly Charges begin ont the date we process your order and will be prorated for the number ofdays remaining in the calendar month, ifa any. The Bridge Monthly charges will continue for the number of complcte calendar months listed in the Bridge" Term column above and will bei in addition tot the Monthly Charges and Minimum Tenm outlined above. ALt the end ofthe Bridge Term, your Monthly Charges and the! Minimum ter will begin on thef firsi full calendar month following the Bridge Term as described in the Product grid above. All other terms and conditions oft the Order Form remain unchanged. For purposcs of clarification, your total Term will be the Bridge Term plus the Minimum Term. Minimum Terms Your subscription is cfTcctive upon the date we process your order ("Effective Date") and Monthly Charges will be prorated for the number of days remaining in that month, ifany. Your subscription will continue for the number oft months listed in the Minimum Term column above plus any Bridge Term that may be outlined above counting from the first day ofther month following the Effective Date. Your Monthly Charges during thc first twelve (12) months oft thc Minimum Term arc as scl forth above. lfyour Minimum Term is longer than 12 months, then your Monthly Your subscription will automatically renew at the end of the Minimum Term. Each Automatic Renewal Term will be 12 months in lengih ("Automatic Rencwal" Term"), and we will notify you of Tany change in the Monthly Charges at least 60 days beforc cach Automatic! Renewal Term Charges for each ycar ofthe Minimum Term are displayed in the Attachment tot the Order Form. Post Minimum Terms starts. You are also responsible for all Excluded Charges. Page lof4 Federal govemment subscribers that chose a multi-ycar Minimum Term. those additional ycars will be implemented at your pursuan! to federal law. Either of us may cancc! the Automatic Renewal Term by sending notice in writing at least 30 days before an Automatic option Renewal Term begins. Send your notice of cancellation to Customer Service, 610 Opperman Drive.. P.O. Box 64833, Eagan, MN 55123-1803. Banded Product Subseriptions. You certify your lotal number of attomeys (full-time and part-time partners, sharcholders. associates, contraci or staff attomeys, ofc counsel, and thel like), corporate uscrs, personnel or filltime-cquivalent students isi indicatedi int this Order Form. Our banded products is made in reliance upon your certilication. Ifwe leam that the actual number is greater ori increases at any time, we reserve pricing the for right toi increase your charges to the market rate for all ofy your attomeys. Miscellaneous Applicable Law. Ifyou: arc a slatc orl local govemmental entity. your state's law will apply, and any claim may bc brought int the state or federal courts located in your state. Ifyou arc a non-govemmental entity, this Order Form shall bei interpreted under Minnesota statc law and any claim! by one ofus shall exclusivcly be brought in the state or federal courts in! Minnesola. Ifyou arc a United States Federal Government: subscriber, United Material Change. If, at anyt time during the Minimum' Term or the Renewal Term. there is a matcrial change iny your organizational structure including. bul notl limited to merger, acquisitions, combination. significant incrcasc int the number ofo attomcys at a location covered by the agrecmeni. divestitures, downsizing or dissolution, the partics agree l0i immediate good faith renegotiation oft thet lerms and conditions ofthis ordering document, during which wc may modify your rates proportionally. Ifyou acquire the assets of, or attomeys from, another entity that is a current subscriber, you assume all obligations under the agreements that apply to those assels and attomeys, and you will pay the invoiced charges on both those agreements ast they become due, until a superseding agrecment is Charges, Payments & Taxes. You agrce to pay all charges in full within 30 days oft the date ofi invoice. You are responsible for any applicable sales, use, valuc added tax (VAT), ctc. unlcss you: arc tax exempl. Ifyou arc a non-goverment customer and fail to] pay your invoiced charges, you Excluded Charges. And Schedulc A Rates. Ifyous access products or services that are not included in your subscription you will be then-current rate ("Excluded Charges"). Excluded Charges will be invoiced and due with your next payment. For reference. charged the current Excluded Charges schedules are located in the bclow link. Excluded Charges may change from time-lo-timç upon your 30 days written or onlinc notice. We may, al our option, make certain products and services Excluded Charges ifwe are contractually bound or otherwise required to do so byat third party provider or ifproducts or services are cnhanced ori ifnew products or services arer released after the effective date ofthis document. Modification of Excluded Charges or Schedulc A rates is not a basis for termination under paragraph 9 the General Terms ordering and https:/legal. wwnwwAcNBAasmsiaT hip:/Istatic sastnimsmomomsinamANENsesNNnm? eBilling Contact. All invoices for this account will be emailed to your e-Billing Contact(s) unless you have notified ust that you would like to be Credit' Verification. Ifyou arc applying for credit as ani individual, we may request a consumer credit report 10 determinc your creditworthiness. If we obtain a consumer credit report, you may request the namc. address and telephone number ofthe agency that supplied the credit arca applying for credit on! bchalfofat business, wer may request a current business financial statement from you to consider your request. report. Ifyou Cancellation Notification Address. Send your notice of cancellation to Customer Service, 610 Opperman Drive. P.O. Box 64833, MN Returns and Refunds. You may retum a print product to us within 45 days oft the original shipment dale ify you are not completely satisficd. Pleasc sce aMamiNtaar or contact Customer Service' ai I-800-328-4880 for additional Confidentiality ofOrdering Document. You understand that disclosure ofthet tems contained in this ordering document would cause Document Intelligence Product Specific Terms: Thc following product specific terms shall apply to the Document Intelligence order form, and arci incorporated by reference: MphaAmsamsmsm.Ahdlisees Additional Terms for Services with Generative AI Skills: The fllowing additional terms shall lo Thomson Reuters Products with Generative AI Skills (including but not limited to all CoCounsel branded Products; all Products with apply AI Assisted Research: Practical Law Practical Law Conncct, with Dynamic Tool Set; Practical Law UK Premium: Practical Law Global Premium), listed on this order form, and are or CoCounsel Core and CoCounsel Drafting Product Specific Terms: The fllowing product specific terms shall lo CoCounse! Core and CoCounsel Drafting and arci incorporated into this order form by refcrence: hup:/tr. Lamsumsisr-masatinsalmemmmsmilkum: apply Product Specific Terms and Service Levels: The following product specific lerms and service levels shall apply to the HighQ Scrvicc Levels: Thomson Reuters shall provide service availability. maintenance and support for the Icrm of the are available at: MtnArsemlligho.SLA Note that Sections 3.3ofthe SLA does not apply to any HighQLight packages Agreement. Details Product Specific Terms. The following producis have specific terms which are incorporated by reference and made part oft this Order they apply to) your order. They can be found at! maiwasAmaNAnwSXssa Form if States federal law will apply, and any claim may! be brought in any federal court. negotiated in good faith. are responsible for collection costs including attomeys' fees. our Conditions. exempt frome e-Billing. 55123-1803 Eagan details regarding our policics onr retums and refunds. competitive harm to us, and you agree not to disclose thesc terms to any third person. Product Specific Terms this products ont incorporated into this order form by reference: hup/iremgemaitems on HighQ producis this order form, and arei incorporated by reference: HighQ Product Specific Terms hum.rsmllish-sT The Federal Product Specific Terms can be found here: tp/Atcen/edeml-mmalsispsifeiems Pagc2of4 PST.pdf. Ifthe product is not part of your order, the product specific terms do not apply. Iftherci isac conflict between product specific terms and the Order Form, the product specific terms control. Campus Research Hosted Practice Solutions ProView cBooks Timc: and Billing West km Software West LegalEdcenter Westlaw Westlaw Doc & Form Builder Westlaw Paralcgal Westlaw Patron Access Westlaw Public Records Drafting Tools Product Specific Terms: The following product specific terms shall apply to the Drafting Tools products (Drafting Assistant, Clause Finder, Clause Finder: Intemal Agrcements) on this order form, and arc incorporated by reference: huns/hmms.hemsgomeuencmantaasisaNemésimsindrns. Acknowledgement: Order ID: 0-09121521 Signature of Authorized Representative for order Title Date Printed Name This Order Form will expire and will not be accepted afler 1/6/2025. Page 3of4 Thomson Reuters" Attachment Order ID: Q-09121521 Contact your representative prgemeu..N with any questions. Thank you. Payment, Shipping, and Contact Information Payment Method: Payment Mcthod: Bill to Account Account Numbcr: 1000605760 This orderi isr made pursuant to: Shipping Information: Shipping Method: Ground Shipping- -U.S. Only Account Number 1000605760 Quantity Order Confirmation Contact (#28) Contact Name: Wynn, Kristen Email: kwynn@o.buterpaus eBilling Contact Contact Namel Kristen Wynn Email kwyan@eabuter.paus Account Address ProFlex Multiple Location Details 124 WI DIAMONDSTFLL PA 16001-5780US ProFlex Product Details Account Name BUTLER COUNTY REGISTER OF WILLS BUTLER Action New Unit Each Attomeys Attomeys Account Contact Last Name Edwards Service Material# 40757482 43260309 42077868 Description West Proflcx Government Account Contacts Account Contact Email Address scdwards@co. butler.pa.us Lapsed Products Charges During Minimum Term Billing Freq $294.00 5.00% Charges During Minimum Term Wesilaw Precision Primary Law. Pennsylvania, Enterprise Access, Westlaw Multi-State Analytical, Enterprise access. Governmen! Account Contact First Namc Sarah Account Contact Customer Type Description EMLI PSWDCONTACT SubN Material 40757481 Active Subscription to be Lapsed West Proflex Material Product 40757482 Wesi Proflex Year1 % incr Year2 %i incr Year3 incr % Year4 % Year5 5 Name Charges per Vrl-2* Charges per Vr2-3* Charges per Yr3. Charges incr Charges Billing Billing! Freq 5280.00 5.00% Billing Freq per Biling Vr4. perE Billing Freq 5308.70 NA 4* Freg NA NA 5* Freg NIA Monthly Pricing is displayed only for the years included in the Minimum Term. Years without pricing in above grid arc nol included in the Minimum Refer to your Order Form for the Post Minimum Term pricing. Refert to Orderl Form for Billing Frequency Type. Term. Pagc 4of4 COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA! EMERGENCY MANAGEMENT. AGENCY November 25, 2024 The Honorable Leslie Osche Chair Butler County Board of Commissioners 124 West Dlamond Street PO Box 1208 Butler, Pennsylvania 16003 Dear Commissioner Osche: RE: Request for 9-1-1 Statewide Interconnectivity, Funding The Pennsylvania Emergency Management Agency (PEMA) is pleased to inform you that Butler County has been awarded $127,923.85 of 2024 9-1-1 Statewide Interconnectivity Funding to be used towards the Butler NG911 GIS Post Migration, Butler/Lawrence Recorder Maintenance, and Butler ILEC Post Enclosed is a grant agreement between Butler County and PEMA that contains the requirements and Migration project(s). regulations for this grant funding. Please return the signed grant agreement to: Mr. Gregory Kline Deputy Director for 9-1-1 Pennsylvania Emergency Management Agency 1310 Elmerton Avenue Harrisburg, Pennsylvania 17110 Please note that we are unable to process grant payments until the grant agreement is fully executed Should you have any questions or concerns, please do not hesitate to contact Mr. Gregory Kline, 9-1-1 with all signatures. Office, at 717-651-2218 or via email at gregkine@pa.gov. Sincerely, OKEP David R. Padfield Director, PA Emergency Management Agency Enclosure CC: Mr. Robert McLafferty, Butler County Department of Emergency Services Ms. Melissa Stotler, Butler County Treasurer's Office Post Office Box 1208, Butler 1310E Elmerton Avenue Harrisburg, Pennsylvania 17110171765120071F8x71785120401 www.pema.pa.goy OFFICE OF1 THE DIRECTOR PEMA: 2024-046 30-FA-17.0 911 STATEWIDE INTERCONNECTIMVITY GRANT AGREEMENT This 911 Statewide Interconnectivity grant agreement is entered into by the Commonwealth of Pennsylvania "Commonwealth). acting through the Pennsylvania Emergency Management Agency ("PEMA"), with its principal offices located at 1310 Elmerton Avenue, Harrisburg, PA 17110, and Butler County, with its principal offices located at 120 McCune Drive, Butler, 16001 PEMA is the Commonwealth agency responsible for distributing money from the 911 Fund established by and in accordance with 35 Pa.c.S.55306.1. Pursuant to 35 Pa.c.S.95306.10)2, 15% of the amount in the 911 Fund is dedicated as the Statewide Interconnectivity Fund. The Grantee applied for Statewide Interconnectivity Funds to establish, enhance, operate, or maintain statewide interconnectivity of a Public Safety Answering Points ("PSAP"). PEMAdetermined that the Grantee is eligible to receive Statewide Interconnectivity Funds to complete its project(s). The parties wish to set forth the terms and conditions under which PEMA will grant ("Grantee"). Statewide Interconnectivity Funds to the Grantee. The parties, intending to be legally bound, agree as follows: 1. Grant Award. Subject to the terms and conditions of this agreement and the availability of funds, PEMA hereby grants up to $127,923.85 in Statewide Interconnectivity Funds tot the Grantee for the following approved interconnection project work plan(s) and a. $16,156.32 for Butler County, Butler ILEC Post Migration, order number b. $35,000.00 for Butler County, Butler NG911 GIS Post Migration, order number C. $13,209.00 for Butler County, Butler/Lawrence Recorder Maintenance, order d. $49,257.53 for Butler County, ICORRS Radio Maintenance, order number e. $14,301.00 for Butler County, WestCORE ESInet Maintenance, order number budget(s) ("Project(s)"): 3120240077 as set forth in Attachment. A.1 3120240015 as set forth in Attachment. tA.2 number 3120240138 as set forth in AttachmentA.3 3120240130 as seti forth in Attachment A.4 3120240112 as set forth in AttachmentA.5 2. Changes to Award Amount. PEMA may increase or decrease the amount of the grant award by providing written notice of award modification to the Grantee without the need to amend this agreement. All funding increases are subject to the Governor's Office of the Budget, Comptroller's Office certification of the availability of the funding. Page 1 of74 3. Term. The term of this agreement will commence on the date of the last Commonwealth signature ("Effective Date") and will remain in effect until January 31, 2026 ("Term"), unless sooner terminated in accordance with paragraph 6. This agreement is not binding in any way, nor will the Commonwealth or PEMAI be bound, until this agreement 4. Period of Performance. The period of performance for this agreement will commence on January 1, 2025 and end on December 31, 2025 ("Period of Performance"). .All grant funds must be expended or obligated by the Grantee within the Period of Performance. 5. Extension. PEMA may extend the Term, Period of Performance, or both by providing written notice of extension to the Grantee without the need to amend this agreement. No extension may result in a Term or Period of Performance that exceeds 5 years from 6. Termination. PEMAI may terminate this agreement at any time for its convenience or for any reason if it determines that termination is in its best interests, ori is otherwise appropriate, by giving written notice of termination to the Grantee and specifying the 7. Survival of Terms. The provisions and obligations set forth in paragraphs 9, 13, and 14 8. Commonwealth Standard Terms and Conditions. The Grantee shall comply with the Commonwealth's Standard Terms and Conditions set forth in Attachment B. Compliance with Applicable Law. The Grantee shall comply with all applicable federal, state, and local laws, regulations, policies, or directives including, but not limited to, 35 Pa.C.S. $$5301-5399, as amended, and the Eligibility Factors List set forth in Attachment C.Itist the affirmative, non-delegable duty of the Grantee and any employees, contractors, or other agents to maintain competency in and abide by all statutory, regulatory, and policy obligations imposed by the acceptance and expenditure has been fully executed and sent to the Grantee. the Effective Date of this agreement. effective date of the termination. ofwill survive the termination of this agreement. 9. of the grant funds. 10. Project Requirements. a. Payment Amounts Payment amounts are based on the approved work plan b. Allowable Expenditures The Grantee shall expend the grant funds solely on and budget for the Project(s). the items approved in the work plan and budget. C. Changes to Project Requests for changes to the work plan(s) or budget(s) must be submitted in accordance with the requirements set forth in paragraph 17. Project changes must be related to the original intent and scope of the approved work plan or budget. Cost adjustments will not be available after a Project is reported as closed. PEMA maintains sole discretion to approve or disapprove requested changes. PEMAshall communicate any approval of proposed changes to the Project(s) to the Grantee in writing without the need toa amend this agreement. workshops facilitated by PEMA. d. Training The Grantee shall participate in all required grant training and Page 2 of 74 11. Funds Management. The Grantee shall: a. individually track all activity for each Project for which the Grantee receives the b. place the grant funds in an interest-bearing account in a bank or other financial institution insured by the Federal Deposit Insurance Corporation, Federal Savings and Loan Insurance Corporation, or equivalent insurer. C. use the interest earned on the grant funds only on eligible 911 costs as d. return the grant funds that are not expended or obligated by the end of the grant funds. outlined in the Eligibility Factors List. Period of Performance to the 911 Fund. 12. Reporting Requirements. The Grantee shall: a. notify PEMA when each Project milestone is met or theleach Project is b. submit quarterly progress reports no later than 30 days after the end of each completed. quarter. C. submit the 911 Annual Report by April 15 of each year. Maintenance and Retention of Records. The Grantee shall: 13. a. maintain, at its principal offices, accurate records and accounts, including documents, certifications, correspondence, quotes, invoices, and other evidence pertaining to costs and expenses it incurs pursuant to this agreement, and reflecting all matters and activities covered by this agreement. b. retain all required records for a period of three years from the expiration or termination of this agreement, except in those cases where unresolved audit questions may require maintaining some or all records for a longer period. In such event, the Grantee shall maintain these records until all pending matters are resolved. 14. Audit. The Grantee shall: a. give PEMA access to, and the right to examine, all records and documents b. permit access to facilities, personnel, and other individuals and information that are related to the grant. that PEMA may determine is necessary. C. comply with any compliance review conducted by PEMA. Page 3 of74 d. establish internal personnel safeguards that will prohibit employees, contractors, agents, members, or representatives from using their positions for a purpose that creates, or gives the appearance of creating, a desire for private gain for themselves or for others, particularly those persons who have a family, business, or other ties to the employee, contractor, agent, member, or representative. 15. Prohibited Use ofFunds. The Grantee shall not reallocate the grant funds for any purpose not related to thelan approved Project. If PEMA determines that activities or expenditures are not eligible, those activities or expenditures may not be funded or 16. Offset. Withholding, Recoupment. and Deobligation. At any time, PEMAreserves the right to offset, withhold, recoup, or deobligate grant funds or payments for grant expenditures if PEMA determines that there has been a violation of this agreement by the Grantee or PEMA determines that the Grantee's expenditures are or were not eligible, proper, or allowable. PEMAI may deobligate Statewide Interconnectivity Funds a. the Grantee's progress towards its approved Project milestones is deemed insufficient. PEMAshall have sole discretion to determine the sufficiency of reimbursed. from any Project at any time if: progress towards approved Project milestones; b. the Grantee changes the scope of thelan approved Project work plan; C. the PSAPS identified in a Project are changed without approval from PEMA; d. the Grantee fails to cooperate with PEMAand the Commonwealth contracted next generation 911 (NG911) service provider or participate in NG911 system e. the Grantee fails to submit Geographic Information System data to the NG911 impairment investigations; or Core Service data hub. 17. Notice. All notices, reports, and requests arising out of, or from, the provisions of this agreement must be in writing and provided to the parties at the addresses provided in Attachment D. The parties may change their designated contact or address by providing written notice to the other party in the manner specified above. 18. Assignment. The Grantee may not assign or transfer its rights or duties under this 19. Amendments and Modifications. Except as provided in paragraphs 2,5, 10(c), and 17, no amendment or modification of this agreement is valid unless made in writing and Independent Contractor. Nothing contained in this agreement is intended or may be construed to, in any respect, create or establish the relationship of partners between the parties, or as constituting the Grantee as the representative or general agent of PEMA agreement. signed by the parties with the same formality as the agreement. 20. for any purpose whatsoever. Page 4 of74 21. Severability. The provisions of this agreement are severable. Ifany provision of this agreement is held to be unenforceable by an authority with proper jurisdiction in the matter, that provision is severed, and the remainder of this agreement will remain binding upon the parties. 22. No Waiver. No delay or failure of PEMA or the Commonwealth to enforce any provision of this agreement or to exercise any right or remedy under this agreement may be construed as a waiver by PEMAor the Commonwealth of the provision or its right or Integration and Merger. When fully executed by the parties, this agreement will be the final and complete agreement between the parties containing all the terms and conditions agreed on by the parties. All representations, understandings, promises, and agreements pertaining to the subject matter of this agreement made prior to or at the time this agreement is executed are superseded by this agreement, unless specifically accepted by any other term or provision of this agreement. There are no conditions precedent to the performance of this agreement, except as expressly set forth in this Counterparts. This agreement may be executed in counterparts, each of which is deemed to be an original (including copies sent to a party by electronic transmission) as against the party signing the counterpart, but which together constitute one and the remedy. 23. agreement. 24. same instrument. 25. Electronic Signatures. This agreement may be signed electronically in accordance with the Pennsylvania Electronic Transactions Act, Act 69 of 1999, 73 P.S. S 2260.301 et seq. 26. Signatories Attestations. By signing this agreement, the individuals signing on behalf of the Grantee Sgners)acknowleage that: a. their electronic signatures confirm that they are authorized to sign this b. they are acting in compliance with the applicable law and the organizational C. they and the Grantee understand that PEMA will rely on these representations and confirmations in its subsequent review and execution of this agreement. agreement and contractually bind the Grantee. and governance documents of the Grantee. d. they are submitting official information to the Commonwealth. e. they are aware that any false statement(s) made to PEMAort the Commonwealth related to this grant may subject them to substantial civil and criminal penalties, including 18 Pa. C.S. $ 4904 (relating to unsworn falsification to authorities). Page 5 of74 The parties, through their authorized representatives, have signed this agreement on the dates indicated below. GRANTEE: Signature Print Name: Title: Date Signature Print Name: Title: Date PENNSYLVANIA EMERGENCY MANAGEMENT AGENCY Executive Director or Designee Date APPROVED AS TO FORM AND LEGALITY: Office of Chief Counsel Date Date Date 30-FA-17.0 30-FA-17.0 Office of General Counsel Office of Attorney General APPROVED: Comptroller Operations Award No: Date Funds Commitment #: Assistance Listing Number # Page 6 of74 ATTACHMENT A Grant Application A.1 Butler County Department of Emergency Services Butler ILEC Post Migration Project Number 2024-077 Contact Name Robert McLafferty Contact Phone (724)284-5211 Contact Email moane@colbulerpaus Priority 8-ILEC Post Migration Legacy 911 Service PSAPS Involved Butler County Department of Emergency Services Status Released Approved Project Work Plan What will the project accomplish? The ILEC Post Migration Legacy 911 Service grant provides the PSAP reimbursement for ILEC 911 tariff network and service costs associated with 911 call delivery which remain post NG911 migration and prior to the OSPs migration tot the NG911 solution. Trunking costs for End Office to Legacy Selective Router or Meet Point and certain ALI and database management charges are expected to remain for the short term and will be eligible for reimbursement. Submission and review of monthly bills will be required to determine amount for reimbursement, Reimbursements Please describe how this project aligns with the Priorities adopted by PEMA The project will fund the 2025 costs of the ILEC 911 tariff network and service costs associated with the post NG911 migration. Documentation provided to support the requested costs. Previous 911 interconnectivity grant applications were approved based upon the ILEC tariff network and will be provided twice per year. ino consultation with the 9-1-1 Advisory Board service costs and alignment with grant application priorities. Where will the work occur? Butler County What is the completion date? 12/31/2025 Page 7 of 74 Milestones Number 1 Description Project Phase Calendar Year Date From Date To 6/30/2025 Completion 2025 1/1/2025 Funds must be used for ILEC tariff network costs that are directly needed for 911 call delivery and post NG911 migration. The ILEC post migration cost is dispersed in two disbursements. Each county listed will follow grant requirements including quarterly reporting and successful maintenance data uploads. Number 2 Description Project Phase Calendar Year Date From Date To 12/31/2025 Completion 2025 7/1/2025 Funds must be used for ILEC tariff network costs that are directly needed for 911 call delivery and post NG911 migration. The ILEC post migration cost is dispersed in two disbursements. Each county listed will follow grant requirements including quarterly reporting and successful maintenance data uploads. Budget Milestone # 1 Cost Type Cost Category 15% ONLY-IL ILEC PSAP comnectiwlylnrasinucure Amount Funded $8,078.16 Estimated Amount $8,078.16 Details Butler County Department of Emergency Services Disbursement for the CY2025 ILEC tariff network costs for post migration for the Butler County. Page 8 of7 74 Milestone # 2 Cost Type Cost Category 15% ONLY-ILEC PSAP Comneclwly/nrasinucure Amount Funded $8,078.16 Estimated Amount $8,078.16 Details Butler County Department of Emergency Services Disbursement for the CY2025 ILEC tariff network costs for post migration for the Butler County. Funding Summary PSAP Total Amount Requested Amount Funded Butler County Department of Emergency Services $16,156.32 $16,156.32 $16,156.32 $16,156.32 Page 9 of74 Grant Application A.2 Butler County Department of Emergency Services Butler NG911 GIS Post Migration Project Number 2024-015 Contact Name Robert McLafferty Contact Phone (724)284-5211 Contact Email melaife@cobulerpaus Priority 7-GIS Post NG911 Migration Maintenance PSAPS Involved Butler County Department of Emergency Services Status Released Approved Project Work Plan What will the project accomplish? Support personnel, professional services, training, hardware, software, and licensing costs associated with maintaining and successfully uploading the required NG9-1-1 GIS data to the GeoComm GIS Data Hub. Successful NG9-1-1 GIS data uploads (defined as being critical error free) should be completed monthly and contain all required NG9-1-1 GIS layers. NG9-1-1 GIS data should also meet the requirements outlined in the standards and best practices in the COMMONWEALTH OF PENNSYLVANANG914 GIS DATA MODELAND BEST PRACTICES GUIDE Version 2 and remain capable of supporting accurate geospatial call routing, including supporting interstate interoperability where applicable. It will also be used to enrich and improve Please describe how this project aligns with the Priorities adopted by PEMA With the county now migrated to NG9-1-1 service, they are pursuing funding for NG9-1-1 GIS data stewardship and maintenance tasks required to support the continuity of accurate geospatial call routing for NG9-1-1 service. These tasks may include but are not limited to: updating and maintaining accurate and current NG9-1-1 GIS data as defined in the COMMONWEALTH OF PENNSYLVANIAI NG911 GIS DATAI MODEL AND BEST PRACTICES GUIDE Version 2; ; successfully (critical error free) uploading all required NG9-1-1 GIS layers to the GeoComm GIS Data Hub at least once a month; Filing and tracking ALI Discrepancy Reports (DRs); Responding to MSAG Change Requests (CRs) from Originating Service Providers (OSPs); Ensuring ongoing topological alignment (free of unintentional gaps and overlaps) of completeness of NG9-1-1 GIS layers in adherence to the standards. in consultation with the 9-1-1 Advisory Board NG911 GIS data with data in neighboring jurisdictions. Page 10 of74 Where will the work occur? Butler County What is the completion date? 12/31/2025 Milestones Number 1 Description Project Phase Calendar Year Date From Date To 12/31/2025 Maintenance 2025 1/1/2025 Funds must be used for GIS personnel, professional services, training, laptops/computers, GIS software or GIS applications that are directly needed to maintain required layers for call delivery. Items such as drones, plotters, GPS units, etc. would not be eligible. The county will have to follow grant requirements including quarterly reporting and successful GIS data uploads. Budget Milestone # 1 Cost Type GIS/Mapping Cost Category Data, Assessment, Maint and Pro Services PSAP Estimated Amount $35,000.00 Details Amount Funded $35,000.00 Butler County Department of Emergency Services The allocation represents supplemental funding to formula-based funds or local revenue to support GIS for NG911 service. Funding Summary PSAP Total Amount Requested Amount Funded Butler County Department of Emergency Services $35,000.00 $35,000.00 $35,000.00 $35,000.00 Page 11 of74 Grant Application A.3 Butler County Department of Emergency Services Butler/Lawrence Recorder Maintenance Project Number 2024-138 Contact Name Robert McLafferty Contact Phone (724)284-5211 Contact Email mdlafe@cobulterpaus Priority 15-E Existing Shared Recorder Maintenance PSAPS Involved Butler County Department of Emergency Services, Lawrence County Department of Public Safety Released Approved Status Project Work Plan What will the project accomplish? Public Safety Answering Points (PSAP) utilize a 911 recorder to capture and store audio from multiple communications channels, including telephone lines, radio transmissions, text messages and NG911 content. Recorder systems are an integrated system of the 911 operation and proper maintenance ensures the availability of the critical infrastructure. Butler and Lawrence Counties partnership established a shared recorder system which increased system resiliency and redundancy while reducing the overall cost of recorder maintenance. The project provides annual maintenance and monitoring services for the shared recorder infrastructure including regular preventative maintenance on equipment and software, monitoring system alarms and repair senvices.Aprolessional consulting firm is not contracted for this project. Please describe how this project aligns with the Priorities adopted by PEMA The project will fund the 2025 recorder yearly maintenance costs for Butler and Lawrence Counties. Previous 911 interconnectivity grant applications were approved based upon the maintenance performance and alignment with grant application priorities. ino consultation with the 9-1-1 Advisory Board Where will the work occur? Butler and Lawrence Counties What is the completion date? 12/31/2025 Page 12 of74 Milestones Number 1 Description Project Phase Calendar Year Date From Date To 12/31/2025 Maintenance 2025 1/1/2025 Funds must be used for recorder maintenance costs that are directly needed to maintain the recorder system. The yearly recorder maintenance cost is dispersed in one milestone disbursement. Each county listed will follow grant requirements including quarterly reporting and successful maintenance data uploads. Budget Milestone # 1 Cost' Type Voice/Data Recorder Amount Funded $13,209.00 Cost Category Maintenance PSAP Estimated Amount $13,209.00 Details network. Butler County Department of Emergency Services Disbursement for the CY2025 recorder maintenance costs for the Butler/Lawrence recorder Milestone # 1 Cost Type Voice/Data Recorder Amount Funded $11,885.00 Cost Category Maintenance PSAP Estimated Amount $11,885.00 Details network. Lawrence County Department of Public Safety Disbursement for the CY2025 recorder maintenance costs for the Butler/Lawrence recorder Page 13of74 Funding Summary PSAP Total Amount Requested Amount Funded Butler County Department of Emergency Services Lawrence County Department of Public Safety $13,209.00 $11,885.00 $25,094.00 $13,209.00 $11,885.00 $25,094.00 Page 14 of74 Grant Application A.4 Butler County Department of Emergency Services ICORRS Radio Maintenance Project Number 2024-130 Contact Name Jolene Burkhardt Contact Phone (724)349-9300 Priority 12-E Existing Shared Radio Maintenance Contact Email Durkhardt@indianacountypa.gov Indiana County Emergency Management Agency, Armstrong County 911, Butler County Department of Emergency Services, Cambria County Management, Lawrence County Department of Public Safety, Mercer County Department of Public Safety, Somerset County Department of Emergency Services, Westmoreland County Department of Public Safety PSAPS Involved Department of Emergency Services, Fayette County Office of Emergency Status Released Approved Project Work Plan What will the project accomplish? Public Safety Answering Points (PSAP) utilize land mobile radio systems to notify, dispatch, and communicate with responders during emergency incidents. Radio systems are a critical component of the 911 operation and proper maintenance ensures the availability of the critical infrastructure. Armstrong, Butler, Cambria, Fayette, Indiana, Lawrence, Mercer, Somerset, and Westmoreland counties have each adopted ordinances and formal governance charter to establish the intercounty radio communications network, known as ICORRS. The partnership established a shared radio system which increased system resiliency and redundancy while reducing the overall cost of radio maintenance. The project provides annual maintenance and monitoring services for the shared radio infrastructure including regular preventative maintenance on equipment and software, monitoring system alarms and repair services. A professional consulting firm is not contracted for this project. in consultation with the 9-1-1 Advisory Board Please describe how this project aligns with the Priorities adopted by PEMA The project will fund the 2025 master site maintenance costs of the ICORRS regional radio system. Previous 911 interconnectivity grant applications were approved based upon the maintenance performance and alignment with grant application priorities. Page 15 of74 Where will the work occur? Armstrong, Butler, Cambria, Fayette, Indiana, Lawrence, Mercer, Somerset and Westmoreland Counties What is the completion date? 12/31/2025 Milestones Number 1 Description Project Phase Calendar Year Date From Date To 12/31/2025 Maintenance 2025 1/1/2025 Funds must be used for master site maintenance costs that are directly needed to maintain the intercounty radio communications network. The yearly radio maintenance cost is dispersed in one milestone disbursement. Each county listed will follow grant requirements including quarterly reporting and successful maintenance data uploads. Budget Milestone # 1 Cost Type Radio Systems Amount Funded $65,743.19 Cost Category Maintenance - Tower Sites Estimated Amount $65,743.19 Details PSAP Indiana County Emergency ManagementAgency Maintenance costs for CY2025 for the intercounty radio communications network. **(Funded Amount Note)** Counties will use Project 2023-157 balance to equal estimated amount request. SUAI for Allegheny add-on: $16,484.91 Page 16of74 Milestone # 1 Cost Type Radio Systems Amount Funded $49,260.54 Cost Category Maintenance - PSAP Estimated Amount $52,965.33 Details PSAP Armstrong County 911 Maintenance costs for CY2025 for the intercounty radio communications network. **(Funded Amount Note)** Counties will use Project 2023-157 balance to equal estimated amount request. Milestone # 1 Cost Type Radio Systems Amount Funded $49,257.53 Cost Category Maintenance - PSAP Estimated Amount $52,965.33 Details PSAP Butler County Department of Emergency Services Maintenance costs for CY2025 for the intercounty radio communications network. **(Funded Amount Note)** Counties will use Project 2023-157 balance to equal estimated amount request. Milestone # 1 Cost Type Radio Systems Amount Funded $52,965.33 Cost Category Maintenance-PSAP Estimated Amount $52,965.33 Details PSAP Cambria County Department of Emergency Services Maintenance costs for CY2025 for the intercounty radio communications network. Page 17of74 Milestone # 1 Cost Type Radio Systems Amount Funded $49,258.28 Cost Category Maintenance - PSAP Estimated Amount $52,965.33 Details PSAP Fayette County Office of Emergency Management Maintenance costs for CY2025 for thei intercounty radio communications network. *(Funded Amount Note)** Counties will use Project 2023-157 balance to equal estimated amount request. Milestone # 1 Cost Type Radio Systems Amount Funded $49,257.54 Cost Category Maintenance- - PSAP Estimated Amount $52,965.33 Details PSAP Lawrence County Department of Public Safety Maintenance costs for CY2025 for the intercounty radio communications network. **(Funded Amount Note)** Counties will use Project 2023-157 balance to equal estimated amount request. Milestone # 1 Cost Type Radio Systems Amount Funded $52,965.33 Cost Category Maintenance-F PSAP Estimated Amount $52,965.33 Details PSAP Mercer County Department of Public Safety Maintenance costs for CY2025 for the intercounty radio communications network. Page 18 of74 Milestone # 1 Cost Type Radio Systems Amount Funded $49,258.33 Cost Category Maintenance - PSAP PSAP Estimated Amount $52,965.33 Details Somerset County Department of Emergency Services Maintenance costs for CY2025 for the intercounty radio communications network. **(Funded Amount Note)** Counties will use Project 2023-157 balance to equal estimated amount request. Milestone # 1 Cost Type Radio Systems Amount Funded $49,257.57 Cost Category Maintenance - PSAP Estimated Amount $52,965.38 Details PSAP Westmoreland County Department of Public Safety Maintenance costs for CY2025 for the intercounty radio communications network. *(Funded Amount Note)** Counties will use Project 2023-157 balance to equal estimated amount request. Funding Summary PSAP Armstrong County 911 Amount Requested Amount Funded $52,965.33 $52,965.33 $52,965.33 $52,965.33 $65,743.19 $52,965.33 $52,965.33 $52,965.33 $52,965.38 $489,465.88 $49,260.54 $49,257.53 $52,965.33 $49,258.28 $65,743.19 $49,257.54 $52,965.33 $49,258.33 $49,257.57 $467,223.64 Butler County Department of Emergency Services Cambria County Department of Emergency Services Fayette County Office of Emergency Management Indiana County Emergency Management Agency Lawrence County Department of Public Safety Mercer County Department of Public Safety Somerset County Department of Emergency Services Westmoreland County Department of Public Safety Total Page 19 of74 Grant Application A.5 Butler County Department of Emergency Services WestCORE ESinet Maintenance Project Number 2024-112 Contact Name Gary Thomas Contact Phone (412)473-1412 Priority 9-Existing ESInet Connectivity Maintenance Contact Email garylhomas@alleghenycountyus Allegheny County Department of Emergency Services, Armstrong County 911, Beaver County Emergency Services, Butler County Department of Emergency Services, Cambria County Department of Emergency Services, Fayette County Office of Emergency Management, Greene Department of Lawrence County Department of Public Safety, Mercer County Department ofPublic Safety, Somerset County Department of Emergency Services, Venango County 911, Washington County Department of Public Safety, PSAPS Involved Emergency Services, Indiana County Emergency Management Agency, Westmoreland County Department of Public Safety Status Released Approved Project Work Plan What will the project accomplish? Public Safety Answering Points (PSAP) utilize an Emergency Services IP Network (ESInet) system to provide robust and reliable network infrastructure that supports the transport of 911 calls for service and additional data to PSAPS. ESInet systems are an integrated system of the 911 operation and proper maintenance ensures the availability of the critical infrastructure. Allegheny, Armstrong, Beaver, Butler, Cambria, Fayette, Greene, Indiana, Lawrence, Mercer, Somerset, Venango, Washington, and Westmoreland Counties partnership established a shared ESInet system which increased system resiliency and redundancy while reducing the overall cost of ESinet maintenance. The project provides annual maintenance and monitoring services for the shared ESInet infrastructure including regular preventative maintenance on equipment and software, monitoring system alarms and repair services. MCP, a professional consulting firm, is contracted for this project. Please describe how this project aligns with the Priorities adopted by PEMA The project will fund the 2025 ESInet yearly maintenance costs for Allegheny, Armstrong, Beaver, Butler, Cambria, Fayette, Greene, Indiana, Lawrence, Mercer, Somerset, Venango, Washington, and Westmoreland Counties. Previous 911 interconnectivity grant applications were approved based upon the maintenance performance and alignment with grant application priorities. in consultation with the 9-1-1 Advisory Board Page 20 of74 Where will the work occur? Allegheny, Armstrong, Beaver, Butler, Cambria, Fayette, Greene, Indiana, Lawrence, Mercer, Somerset, Venango, Washington, and Westmoreland Counties What is the completion date? 12/31/2025 Milestones Number 1 Description Project Phase Calendar Year Date From Date To 3/31/2025 Maintenance 2025 1/1/2025 (Quarter 1 ofC CY2025) Funds must be used for ESInet maintenance costs that are directly needed to maintain the ESInet network. The yearly ESInet maintenance cost is dispersed in quarterly disbursements. Each county listed will follow grant requirements including quarterly reporting and successful maintenance data uploads. Allegheny County (serving as the fiduciary for MCP and Nokia costs only) will follow grant requirements including quarterly reporting and successful maintenance data uploads. Number 2 Description Project Phase Calendar Year Date From Date To 6/30/2025 Maintenance 2025 4/1/2025 (Quarter 2 of CY2025) Funds must be used for ESInet maintenance costs that are directly needed to maintain the ESinet network. The yearly ESlnet maintenance cost is dispersed in quarterly disbursements. Each county listed will follow grant requirements including quarterly reporting and successful maintenance data uploads. Allegheny County (serving as the fiduciary for MCP and Nokia costs only) will follow grant requirements including quarterly reporting and successful maintenance data uploads. Page 21 of74 Number 3 Description Project Phase Calendar Year Date From Date To 9/30/2025 Maintenance 2025 7/1/2025 (Quarter 3 of CY2025) Funds must be used for ESInet maintenance costs that are directly needed to maintain the ESInet network. The yearly ESInet maintenance cost is dispersed in quarterly disbursements. Each county listed will follow grant requirements including quarterly reporting and successful maintenance data uploads. Allegheny County (serving as the fiduciary for MCP and Nokia costs only) will follow grant requirements including quarterly reporting and successful maintenance data uploads. Number 4 Description Project Phase Calendar Year Date From Date To 12/31/2025 Maintenance 2025 10/1/2025 (Quarter 4 of CY2025) Funds must be used for ESInet maintenance costs that are directly needed to maintain the ESInet network. The yearly ESInet maintenance costi is dispersed in quarterly disbursements. Each county listed will follow grant requirements including quarterly reporting and successful maintenance data uploads. Allegheny County (serving as the fiduciary for MCP and Nokia costs only) will follow grant requirements including quarterly reporting and successful maintenance data uploads. Budget Milestone # 1 Cost" Type Cost Category ESinet PSAP Comnectivtylnfrasrucure Amount Funded $1,836,836.00 Estimated Amount $1,836,836.00 Details Allegheny County Department of Emergency Services Disbursement for the CY2025 ESlnet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMAguidelines within the PSAP Portal. ++Project breakdown costs++: MCP-S1,801,836.00 Nokia: $35,000.00 Page 22 of74 Milestone # 1 Cost' Type Cost Category ESInet PSAP Comnecdiwlylnirasnucure Amount Funded $2,580.00 Estimated Amount $2,580.00 Details Allegheny County Department of Emergency Services (Quarter 1 ofC CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $10,320.00 Milestone # 2 Cost Type Cost Category ESInet PSAP comectiwylnrasnucure Amount Funded $2,580.00 Estimated Amount $2,580.00 Details Allegheny County Department ofE Emergency Services (Quarter 2 ofC CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $10,320.00 Page 23 of74 Milestone # 3 Cost Type Cost Category ESInet PSAP compectiwlylntrasnucure Amount Funded $2,580.00 Estimated Amount $2,580.00 Details Allegheny County Department ofE Emergency Services (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESinet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $10,320.00 Milestone # 4 Cost Type Cost Category ESInet PSAP omecivlylntrasnucure Amount Funded $2,580.00 Estimated Amount $2,580.00 Details Allegheny County Department ofE Emergency Services (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $10,320.00 Milestone # 1 Cost Type Cost Category ESinet PSAP compeciwylnrasrucure Amount Funded $2,499.99 Estimated Amount $2,499.99 Details Armstrong County 911 (Quarter 1 ofCY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $9,999.96 Page 24 of7 74 Milestone # 2 Cost' Type Cost Category ESInet PSAP omectiwylnrasnucure Amount Funded $2,499.99 Estimated Amount $2,499.99 Details Armstrong County 911 (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $9,999.96 Milestone # 3 Cost Type Cost Category ESinet PSAP compeciwylnrasinucure Amount Funded $2,499.99 Estimated Amount $2,499.99 Details Armstrong County 911 (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $9,999.96 Milestone # 4 Cost Type Cost Category ESinet PSAP comectiwlylnrasinucure Amount Funded $2,499.99 Estimated Amount $2,499.99 Details Armstrong County 911 (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $9,999.96 Page 25 of7 74 Milestone # 1 Cost Type Cost Category ESinet PSAP Services Comnecdiwlylnirasinucure Amount Funded $1,260.00 Estimated Amount $1,260.00 Details Beaver County Emergency (Quarter 10 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESinet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $5,040.00 Milestone # 2 Cost Type Cost Category ESInet PSAP Services Comnectiwlylnrasinucure Amount Funded $1,260.00 Estimated Amount $1,260.00 Details Beaver County Emergency (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESinet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $5,040.00 Page 26 of74 Milestone # 3 Cost Type Cost Category ESInet PSAP Services Comneciwlylnirasrucure Amount Funded $1,260.00 Estimated Amount $1,260.00 Details Beaver County Emergency (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $5,040.00 Milestone # 4 Cost Type Cost Category ESInet PSAP Services Compeciwlylnirasinucture Amount Funded $1,260.00 Estimated Amount $1,260.00 Details Beaver County Emergency (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $5,040.00 Page 27 of74 Milestone # 1 Cost Type Cost Category ESInet PSAP Comnecdiwly/nrasinucure Amount Funded $3,575.25 Estimated. Amount $3,575.25 Details Butler County Department of Emergency Services (Quarter 10 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $14,301.00 Milestone # 2 Cost Type Cost Category ESinet PSAP connectivity/intrastructure Amount Funded $3,575.25 Estimated Amount $3,575.25 Details Butler County Department of Emergency Services (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $14,301.00 Page 28 of74 Milestone # 3 Cost Type Cost Category ESInet PSAP Comneciwlylnrastnucure Amount Funded $3,575.25 Estimated Amount $3,575.25 Details Butler County Department of Emergency Services (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $14,301.00 Milestone # 4 Cost Type Cost Category ESInet PSAP Comnecdiwlylnirasinucure Amount Funded $3,575.25 Estimated Amount $3,575.25 Details Butler County Department of Emergency Services (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $14,301.00 Page 29 of74 Milestone # 1 Cost Type Cost Category ESInet PSAP Comneciwiy/nrasinucure Amount Funded $4,578.50 Estimated Amount $4,578.50 Details Cambria County Department of Emergency Services (Quarter 1 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Crown $1,8894.56 Zito: $16,419.00 Milestone # 2 Cost Type Cost Category ESInet PSAP comeciwiy/nrasinucure Amount Funded $4,578.50 Estimated Amount $4,578.50 Details Cambria County Department of Emergency Services (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Crown $1,8894.56 Zito: $16,419.00 Page 30 of74 Milestone # 3 Cost Type Cost Category ESInet PSAP comnectiwlylnrasinucure Amount Funded $4,578.50 Estimated Amount $4,578.50 Details Cambria County Department of Emergency Services (Quarter 3 ofCY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Crown $1,8894.56 Zito: $16,419.00 Milestone # 4 Cost Type Cost Category ESInet PSAP Comnechwly/nrasinucure Amount Funded $4,578.50 Estimated Amount $4,578.50 Details Cambria County Department of Emergency Services (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Crown $1,8894.56 Zito: $16,419.00 Page 31 of74 Milestone # 1 Cost Type Cost Category ESInet PSAP comnectiwlylnrasinucure Amount Funded $12,294.00 Estimated. Amount $12,294.00 Details Fayette County Office of Emergency Management (Quarter 1 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESinet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $4,800.00 Crown Fiber: $3,789.60 Crown: $40,586.40 Milestone # 2 Cost Type Cost Category ESInet PSAP Comnectiwlylmrasinucure Amount Funded $12,294.00 Estimated Amount $12,294.00 Details Fayette County Office of Emergency Management (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $4,800.00 Crown Fiber: $3,789.60 Crown: $40,586.40 Page 32 of 74 Milestone # 3 Cost Type Cost Category ESInet PSAP comnectiwylnrasnucure Amount Funded $12,294.00 Estimated Amount $12,294.00 Details Fayette County Office of Emergency Management (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $4,800.00 Crown Fiber: $3,789.60 Crown: $40,586.40 Milestone # 4 Cost Type Cost Category ESInet PSAP comneciwlylnrasinucure Amount Funded $12,294.00 Estimated Amount $12,294.00 Details Fayette County Office of Emergency Management (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $4,800.00 Crown Fiber: $3,789.60 Crown: $40,586.40 Page 33 of74 Milestone # 1 Cost Type Cost Category ESInet PSAP comnectiwylnrasnucure Amount Funded $12,266.16 Estimated Amount $12,266.16 Details Greene Department of Emergency Services (Quarter 1 ofCY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $10,808.00 Crown: $38,256.64 Milestone # 2 Cost Type Cost Category ESinet PSAP comectiwylnrasiucure Amount Funded $12,266.16 Estimated Amount $12,266.16 Details Greene Department of Emergency Services (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $10,808.00 Crown: $38,256.64 Page 34 of74 Milestone # 3 Cost Type Cost Category ESInet PSAP Comnectiwlylnirasinucure Amount Funded $12,266.16 Estimated Amount $12,266.16 Details Greene Department of Emergency Services (Quarter 3 ofCY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $10,808.00 Crown: $38,256.64 Milestone # 4 Cost Type Cost Category ESInet PSAP compectiwiylnrasiucure Amount Funded $12,266.16 Estimated Amount $12,266.16 Details Greene Department of Emergency Services (Quarter 4 ofCY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $10,808.00 Crown: $38,256.64 Page 35 of74 Milestone # 1 Cost Type Cost Category ESInet PSAP Comnectiwlylnrasnucure Amount Funded $2,772.00 Estimated Amount $2,772.00 Details Indiana County Emergency Management Agency (Quarter 1 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $5,040.00 Salgiver: $6,048.00 Milestone # 2 Cost Type Cost Category ESInet PSAP Comneciwiy/nrasinucure Amount Funded $2,772.00 Estimated Amount $2,772.00 Details Indiana County Emergency Management Agency (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $5,040.00 Salgiver: $6,048.00 Page 36 of 74 Milestone # 3 Cost Type Cost Category ESInet PSAP comectiwylnrasiucure Amount Funded $2,772.00 Estimated Amount $2,772.00 Details Indiana County Emergency Management. Agency (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $5,040.00 Salgiver: $6,048.00 Milestone # 4 Cost Type Cost Category ESInet PSAP comneciwylnrasiucure Amount Funded $2,772.00 Estimated Amount $2,772.00 Details Indiana County Emergency ManagementAgency (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $5,040.00 Salgiver: $6,048.00 Page 37 of74 Milestone # 1 Cost Type Cost Category ESInet PSAP Comneciwlylnirasinucure Amount Funded $2,147.40 Estimated Amount $2,147.40 Details Lawrence County Department of Public Safety (Quarter 1 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESinet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $4,800.00 Crown: $3,789.60 Milestone # 2 Cost Type Cost Category ESInet PSAP comnectiwlylnrasnucure Amount Funded $2,147.40 Estimated Amount $2,147.40 Details Lawrence County Department of Public Safety (Quarter 20 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESinet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $4,800.00 Crown: $3,789.60 Page 38 of74 Milestone # 3 Cost Type Cost Category ESinet PSAP Comneciwiy/nrasinucure Amount Funded $2,147.40 Estimated Amount $2,147.40 Details Lawrence County Department of Public Safety (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $4,800.00 Crown: $3,789.60 Milestone # 4 Cost Type Cost Category ESInet PSAP Comnectiwiy/nrasinucure Amount Funded $2,147.40 Estimated Amount $2,147.40 Details Lawrence County Department of Public Safety (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESinet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ DQE: $4,800.00 Crown: $3,789.60 Page 39 of74 Milestone # 1 Cost Type Cost Category ESInet PSAP Mercer County Department of Public Safety comneciwiy/nrasinucure Amount Funded $947.50 Estimated Amount $947.50 Details (Quarter 1 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Crown $3,790.00 Milestone # 2 Cost Type Cost Category ESInet PSAP Mercer County Department of Public Safety compectiwly/nrasinucure Amount Funded $947.50 Estimated Amount $947.50 Details (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Crown $3,790.00 Page 40 of74 Milestone # 3 Cost Type Cost Category ESInet PSAP Mercer County Department of Public Safety Comnecdiwlylnfrasrucure Amount Funded $947.50 Estimated Amount $947.50 Details (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Crown $3,790.00 Milestone # 4 Cost Type Cost Category ESInet PSAP Comneciwlylnirasinucure Amount Funded $947.50 Estimated Amount $947.50 Details Mercer County Department of Public Safety (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Crown $3,790.00 Page 41 of74 Milestone # 1 Cost Type Cost Category ESInet PSAP comneciwlylnrasinucure Amount Funded $4,104.75 Estimated Amount $4,104.75 Details Somerset County Department of Emergency Services (Quarter 1 ofC CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Zito $16,419.00 Milestone # 2 Cost Type Cost Category ESInet PSAP comneciwiylnrasinucure Amount Funded $4,104.75 Estimated Amount $4,104.75 Details Somerset County Department of Emergency Services (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Zito $16,419.00 Page 42 of 74 Milestone # 3 Cost Type Cost Category ESInet PSAP Comneciwlylnirasrucure Amount Funded $4,104.75 Estimated Amount $4,104.75 Details Somerset County Department ofE Emergency Services (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Zito $16,419.00 Milestone # 4 Cost Type Cost Category ESinet PSAP Comnectiwlylnirasnucure Amount Funded $4,104.75 Estimated Amount $4,104.75 Details Somerset County Department of Emergency Services (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESinet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Zito $16,419.00 Milestone # 1 Cost Type Cost Category ESInet PSAP Comnectiwlylnrasinucure Amount Funded $2,700.25 Estimated Amount $2,700.25 Details Venango County 911 (Quarter 1 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Zito: $10,801.00 Page 43of74 Milestone # 2 Cost Type Cost Category ESinet PSAP omectiwylnrasrucure Amount Funded $2,700.25 Estimated Amount $2,700.25 Details Venango County 911 (Quarter 2 ofCY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Zito: $10,801.00 Milestone # 3 Cost Type Cost Category ESinet PSAP ompectiwylnrasnucure Amount Funded $2,700.25 Estimated Amount $2,700.25 Details Venango County 911 (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Zito: $10,801.00 Milestone # 4 Cost Type Cost Category ESInet PSAP ompectiwlylntrasrucure Amount Funded $2,700.25 Estimated Amount $2,700.25 Details Venango County 911 (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. ++Project breakdown costs:++ Zito: $10,801.00 Page 44 of 74 Milestone # 1 Cost Type Cost Category ESInet PSAP Comnecdiwly/nrasinucture Amount Funded $2,992.50 Estimated Amount $2,992.50 Details Washington County Department of Public Safety (Quarter 1 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. Milestone # 2 Cost Type Cost Category ESInet PSAP Comnectiwlylnirasnucure Amount Funded $2,992.50 Estimated Amount $2,992.50 Details Washington County Department of Public Safety (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. Page 45 of74 Milestone # 3 Cost' Type Cost Category ESInet PSAP Comnedlwlylnirasnucure Amount Funded $2,992.50 Estimated Amount $2,992.50 Details Washington County Department of Public Safety (Quarter 3 ofCY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. Milestone # 4 Cost Type Cost Category ESInet PSAP Comneciwly/nrasinucure Amount Funded $2,992.50 Estimated Amount $2,992.50 Details Washington County Department of Public Safety (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESinet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. Page 46 of74 Milestone # 1 Cost Type Cost Category ESinet PSAP Comnedhulylnirasinucure Amount Funded $1,733.64 Estimated Amount $1,733.64 Details Westmoreland County Department of Public Safety (Quarter 1 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. Milestone # 2 Cost Type Cost Category ESinet PSAP Comnecdiwlylntrasinucure Amount Funded $1,733.64 Estimated Amount $1,733.64 Details Westmoreland County Department of Public Safety (Quarter 2 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. Page 47 of74 Milestone # 3 Cost Type Cost Category ESInet PSAP Comneciwly/nrasinucture Amount Funded $1,733.64 Estimated. Amount $1,733.64 Details Westmoreland County Department of Public Safety (Quarter 3 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. Milestone # 4 Cost Type Cost Category ESInet PSAP comnectiwlylnrasinucure Amount Funded $1,733.64 Estimated Amount $1,733.64 Details Westmoreland County Department of Public Safety (Quarter 4 of CY2025) Quarterly disbursement for the CY2025 ESInet maintenance costs for the WestCORE ESInet network. County will follow disbursement procedures as outlined by PEMA guidelines within the PSAP Portal. Funding Summary PSAP Amount Requested Amount Funded $1,847,156.00) $1,847,156.00 Allegheny County Department of Emergency Services Armstrong County 911 Beaver County Emergency Services Butler County Department of Emergency Services Cambria County Department of Emergency Services Fayette County Office of Emergency Management Greene Department of Emergency Services Indiana County Emergency Management Agency Lawrence County Department of Public Safety Mercer County Department of Public Safety $9,999.96 $5,040.00 $14,301.00 $18,314.00 $49,176.00 $49,064.64 $11,088.00 $8,589.60 $3,790.00 $9,999.96 $5,040.00 $14,301.00 $18,314.00 $49,176.00 $49,064.64 $11,088.00 $8,589.60 $3,790.00 Page 48 of 74 Somerset County Department of Emergency Services Washington County Department of Public Safety Westmoreland County Department of Public Safety $16,419.00 $10,801.00 $11,970.00 $6,934.56 $16,419.00 $10,801.00 $11,970.00 $6,934.56 Venango County 911 Total $2,062,643.76 $2,062,643.76 Page 49of74 ATTACHMENT B Grant Version Revised-10//2023) Version 2 Commonwealth Standard Terms and Conditions 1. DEFINITIONS Capitalized terms used in these Commonwealth standard terms and conditions that are not otherwise defined in these provisions have the meanings specified in the agreement to which they are attached. 2. INDEMNIFICATION The Grantee shall indemnify and defend the Commonwealth against all third-party claims, suits, demands, losses, damages, costs, and expenses, including without limitation, litigation expenses, attorneys' fees, and liabilities, arising out of or in connection with any activities performed by the Grantee or its employees and agents pursuant to this agreement, as determined by the Commonwealth in its sole discretion. 3. NONDISCRIMINATINATIONISEXUAL HARASSMENT a. Representations. The Grantee represents that it is presently in compliance with and will remain in compliance with all applicable federal, state, and local laws, regulations, and policies relating to nondiscrimination and sexual harassment for the term of the agreement. The Grantee shall, upon request and within the time periods requested by the Commonwealth, furnish all necessary employment documents and records, including EEO-1 reports, and permit access to its books, records, and accounts by the Commonwealth for the purpose of ascertaining compliance with provisions of this b. Nondiscrimination/Sexual Harassment Obligations. The Grantee shall not: ondsermnatonsexua Harassment Clause. i. in any manner discriminate in the hiring of any employee(s) for the performance of the activities required under this agreement or any subgrant agreement, contract, or subcontract, by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the Pennsylvania Human Relations Act ("PHRA") and applicable federal laws, against any citizen of this Commonwealth who is qualified and available to perform the work to ii. in any manner discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the PHRAand applicable federal laws, against or intimidate any of its employees. ii. in any manner discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the PHRAa and applicable federal laws, in the provision of services under this agreement or any which the employment relates. subgrant agreement, contract, or subcontract. Page 50 of74 iv. in any manner discriminate by reason of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of PHRAand applicable federal laws, against any subgrantee, contractor, subcontractor, or supplier who is qualified to perform the work to which this agreement relates. V. in any manner discriminate against employees by reason of participation in or decision to refrain from participating in labor activities protected under the Public Employee Relations Act, Pennsylvania Labor Relations Act, or National Labor Relations Act, as applicable, and to the extent determined by entities charged with the Acts' enforcement and shall comply with any provision of law establishing organizations as employees' exclusive representatives. C.E Establishment of Grantee Policy. The Grantee shall establish and maintain a written nondiscrimination and sexual harassment policy that complies with the applicable law and these Nondscrminaton-senual Harassment provisions and shall inform its employees in writing of the policy. The policy must contain a provision that states that sexual harassment will not be tolerated and employees who practice it will be disciplined. For the entire period of this agreement, the Grantee shall: (1)post its written nondiscrimination and sexual harassment policy or these Nondiscrimination/ Sexual Harassment provisions conspicuously in easily accessible and well-lighted places customarily frequented by employees at or near where the grant activities are performed; or (2) provide electronic notice of the policy or this clause to its employees d. Notification of Violations. The Grantee's obligations pursuant to these provisions are ongoing from the effective date and through the termination date of the agreement. Accordingly, the Grantee shall notify the Commonwealth if, at any time during the term of this agreement, it becomes aware of any actions or occurrences e. Cancellation or Termination of Agreement. The Commonwealth may cancel or terminate this agreement and all money due or to become due under this agreement may be forfeited for a violation of the terms and conditions of these Nondscrimnaton-Senual Harassment provisions. In addition, the granting agency may proceed with debarment or suspension and may place the Grantee in the f.s Subgrant. Agreements, Contracts, and Subcontracts. The Grantee shall include these Nondiscrimnaton'senua Harassment provisions in its subgrant agreements, contracts, and subcontracts with all subgrantees, contractors, and subcontractors providing goods or services under this agreement. The incorporation of these provisions in the Grantor's subgrants, contracts, or subcontracts does not create privity of contract between the Commonwealth and any subgrantee, contractor, or subcontractor, and no third-party beneficiaries are created by those provisions. Ifthe Grantee becomes aware of a subgrantee's, contractor's, or subcontractor's violation of these provisions, the Grantee shall use its best efforts to ensure the subgrantee's, not less than annually. that would result in violation of these provisions. Contractor Responsibility File. contractor's, or subcontractor's compliance with these provisions. Page 51 of74 4. GRANTEE INTEGRITY a. Definitions. For purposes of these Grantee Integrity Provisions, the following definitions apply: . "Affiliate" means two or more entities where (a) a parent entity owns more than 50% of the voting stock of each of the entities; (b) a common shareholder or group of shareholders owns more than 50% of the voting stock of each of the entities; or (c) the entities have a common proprietor or general partner. ii." "Grantee" means the individual or entity, that has entered into this agreement ii. "Grantee Related Parties" means any Affiliates of the Grantee and the Grantee's executive officers, Pennsylvania officers and directors, or owners of five percent iv. "Financial Interest" means ownership of more than a five percent interest in any business or holding a position as an officer, director, trustee, partner, employee, V. "Gratuity" means tendering, giving, or providing anything of more than nominal monetary value including, but not limited to, cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. The exceptions set forth ini the Governor's Code of Conduct, Executive Order 1980-18, as may be amended, 4 Pa. Code vi. Non-Solicitation Award Process" means a method of awarding grants based on predetermined criteria, without the solicitation of grant applications. with the Commonwealth. or more interest in the Grantee. or holding any position of management. $7.153(b), apply. b. Representations and Warranties. .Grantee Representation and Warranties. The Grantee represents, to the best ofi its knowledge and belief, and warrants that within the last five years neither 1. been indicted or convicted of a crime involving moral turpitude or business 2. been suspended, debarred, or otherwise disqualified from entering into 3. had any business license or professional license suspended or revoked; 4. had any sanction or finding of fact imposed as a result of a judicial or administrative proceeding related to fraud, extortion, bribery, bid rigging, 5. been, and are not currently, the subject of a criminal investigation by any federal, state, or local prosecuting or investigative agency or civil antitrust investigation by any federal, state, or local prosecuting or investigative the Grantee nor Grantee Related Parties have: honesty or integrity in any. jurisdiction; any contract with any governmental agency; embezzlement, misrepresentation or anti-trust; and agency. Page 52 of 74 ii. Grantee Explanation. Ift the Grantee cannot make the representations and warranties set forth above at the time of its submission ofi its grant application or ifthe agreement is awarded pursuant to a Non-Solicitation Award Process at the time of the execution of the agreement, the Grantee shall submit a written explanation outlining the reasons why it cannot make those representations and warranties. The Commonwealth may, based on its evaluation of the explanation provided, determine whether it is in the Commonwealth's best interest to iii. Further Representations. By submitting any bills, invoices, or requests for payment pursuant to the agreement, the Grantee further represents that it has not violated any of these Grantee Integrity Provisions during the term of the iv. Notice. The Grantee shall immediately notify the Commonwealth, in writing, if at any time during the term of the agreement it becomes aware of any event that would cause the Grantee's certification or explanation to change. The Grantee acknowledges that the Commonwealth may, in its sole discretion, terminate the agreement for cause ifi it learns that any of the certifications made in these Grantee Integrity Provisions are currently false or misleading due to intervening factual circumstances or were false or misleading or should have been known to execute the agreement. agreement. be false or misleading when entering into the agreement. C. Grantee Responsiblities. During the term of this agreement, the Grantee shall: i. maintain the highest standards of honesty and integrity. ii. take no action in violation of any applicable laws, regulations, or other requirements applicable to the Grantee that govern Commonwealth contracting ili. establish and implement a written business integrity policy that includes, at a minimum, the requirements of these Grantee Integrity Provisions as they relate to the Grantee's activity with the Commonwealth and Commonwealth employees and ensure that its employees comply with the policy. iv. not accept, agree to give, offer, confer, agree to confer, or promise to confer, directly or indirectly, any gratuity or pecuniary benefit to any person, or to influence or attempt to influence any person in violation of any federal or state law, regulation, executive order, statement of policy, management directive, or bulletin applicable to the award of grants or the administration of this or grant administration. agreement. V. not have a financial interest in any other subgrantee, contractor, subcontractor, ors supplier providing services, labor, or material under this agreement, unless the financial interest is disclosed to the Commonwealth in writing and the Commonwealth consents to Grantee's financial interest. The Grantee must disclose the financial interest to the Commonwealth at the time of submission of its grant application, ori if a Non-Solicitation Award Process is used, no later than the date the Grantee signs the agreement. The Commonwealth shall be deemed to have consented if the required disclosure is received and all of the required Commonwealth signatures are affixed. Page 53 of74 vi. comply with the requirements of the Lobbying Disclosure Act (65 Pa.C.S.S vii. comply with the requirements of Section 1641 oft the Pennsylvania Election Code (25 P.S.S 3260a) if this agreement was awarded pursuant to a Non- viii. immediately notify the Commonwealth or the Office of the State Inspector General, in writing, when the Grantee has reason to believe that any breach of ethical standards as set forth in law, the Governor's Code of Conduct, or these Grantee Integrity Provisions has occurred or may occur, including, but not limited to, contact by a Commonwealth officer or employee, which, ifa acted 13A01 et seq.) regardless of the method of award. Solicitation. Award Process. upon, would violate the ethical standards. d. Investigations. Ifa a State Inspector General investigation is initiated, the Grantee shall: .n reimburse the Commonwealth for the reasonable costs ofi investigation incurred by the Office of the State Inspector General for investigations of the Grantee's compliance with the terms of this or any other agreement between the Grantee and the Commonwealth that results in the suspension or debarment of the Grantee. The Grantee shall not be responsible for investigative costs for investigations that do not result in the Grantee's suspension or debarment. ii. cooperate with the Office of the State Inspector General in its investigation of any alleged Commonwealth agency or employee breach of ethical standards and any alleged Grantee non-compliance with these Grantee Integrity Provisions and make identified Grantee employees and volunteers available for iii. upon the inquiry or request of an Inspector General, provide, ori if appropriate, make promptly available for inspection or copying, any information of any type or form deemed relevant by the Office of the State Inspector General to Grantee's integrity and compliance with these provisions. This information may include, but is not be limited to, the Grantee's business or financial records, documents or files of any type or form that refer to or concern this agreement. interviews at reasonable times and places. e. Termination. For violation of any of these Grantee Integrity Provisions, the Commonwealth may terminate this agreement and any other contract with the Grantee, claim liquidated damages in an amount equal to the value of anything received in breach of these Grantee Integrity provisions, claim damages for all additional costs and expenses incurred in obtaining another grantee to complete performance under this agreement, and debar and suspend the Grantee from doing business with the Commonwealth. These rights and remedies are cumulative, and the use or non-use of any one does not preclude the use of all or any other. These rights and remedies are in addition to those the Commonwealth may have under law, statute, regulation, or otherwise. Page 54 of74 f. Subcontracts. The Grantee shall include these Grantee Integrity Provisions in its subgrant agreements, contracts, and subcontracts with all subgrantees, contractors, and subcontractors providing goods or services under this agreement. The incorporation of this provision in the Grantee's subgrant agreements, contracts, and subcontracts shall not create privity of contract between the Commonwealth and any subgrantee, contractor, or subcontractor, and no third-party beneficiaries are created by the inclusion of these provisions. Ift the Grantee becomes aware ofa subgrantee's, contractor's, or subcontractors violation of these provision, the Grantee shall use its best efforts to ensure their compliance with these provisions. 5. CONTRACTOR RESPONSIBILITY a. Definition. For the purpose of these provisions, the term "Contractor" means as any person, including, but not limited to, a bidder, offeror, loan recipient, grantee or lessor, who has furnished or performed or seeks to furnish or perform, goods, supplies, services, leased space, construction or other activity, under a contract, grant, lease, purchase order or reimbursement agreement with the Commonwealth. The term also includes a permittee, licensee, or any agency, political subdivision, instrumentality, public authority, or other public entity in the Commonwealth. b. Contractor Representations. . The Contractor represents for itself and its subgrantees, contractors, and subcontractors required to be disclosed or approved by the Commonwealth, that as of the date of its execution of this agreement, that neither the Contractor, nor any of its subgrantees, contractors, and subcontractors, are under suspension or debarment by the Commonwealth or any governmental entity, instrumentality, or authority and, if the Contractor cannot make this representation, the Contractor shall submit, along with the agreement, a written explanation of why the certification cannot be made. ii. The Contractor represents that, as of the date of its execution of this agreement, ith has no tax liabilities or other Commonwealth obligations, or has filed a timely administrative or judicial appeal, if any liabilities or obligations exist, or is subject to a duly approved deferred payment plan if any liabilities exist. Notification. The Contractor shall notify the Commonwealth if, at any time during the term of the agreement, it becomes delinquent in the payment of taxes, or other Commonwealth obligations, or ifit or, to the best of its knowledge, any of its subgrantees, contractors, or subcontractors are suspended or debarred by the Commonwealth, the federal government, or any other state or governmental entity. The Contractor shall provide this notification within 15 days of the date of suspension d. Default. The Contractor's failure to notify the Commonwealth of its suspension or debarment by the Commonwealtn, any other state, or the federal government constitutes an event of default of the agreement with the Commonwealth. or debarment. Page 55 of74 e. Reimbursement. The Contractor shall reimburse the Commonwealth for the reasonable costs ofi investigation incurred by the Office of State Inspector General for investigations of the Contractor's compliance with the terms of this agreement or any other agreement between the Contractor and the Commonwealth that results in the suspension or debarment of the Contractor. These costs include, but are not limited to, salaries ofi investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for investigative costs for investigations that do not result in the Contractor's suspension f. Suspension and Debarment List. The Contractor may obtain a current list of suspended and debarred Commonwealth contractors by visiting the eMarketplace website at htp/www.emarketplace.state.pa.us and clicking the Debarment list tab. a. No Exclusion. Pursuant to the Americans with Disabilities Act, 42 U.S. Code S 12101, et seq., no qualified individual with a disability may, on thel basis of the disability, be excluded from participation in this agreement or from activities provided b. Compliance. For all goods and services provided pursuant to this agreement, the Grantee shall comply with Title Il of the Americans with Disabilities Act, the "General Prohibitions Against Discrimination" set forth in 28 C.F.R. S 35.130, and all other regulations promulgated under Title Il of the Americans with Disabilities Act that apply C. Indemnification. The Grantee shall indemnify the Commonwealth against all third- party claims, suits, demands, losses, damages, costs, and expenses, including without limitation, litigation expenses, attorneys' fees, and liabilities, arising out of ori in connection with the Grantee's failure or its employee's or agent's failure to comply with the provisions of paragraph a, as determined by the Commonwealth in its sole orc debarment. 6.A AMERICANS WITH DISABILITIES ACT for under this agreement. tos state and local governments. discretion. 7. APPLICABLE LAW AND FORUM This agreement is governed by and must be interpreted and enforced in accordance with the laws of the Commonwealth of Pennsylvania (without regard to any conflict of laws provisions) and the decisions oft the Pennsylvania courts. The Grantee consents to the jurisdiction of any court of the Commonwealth of Pennsylvania and any federal courts in Pennsylvania and waives any claim or defense that such forum is not convenient or proper. Any Pennsylvania court or tribunal has in personam jurisdiction over the Grantee, and the Grantee consents to service of process in any manner authorized by Pennsylvania law. This provision may not be interpreted as a waiver or limitation of the Commonwealth's rights or defenses. 8. RIGHT TO KNOW LAW a. Applicability. The Pennsylvania Right-to-Know Law, 65 P.S. SS 67.101-3104, ("RTKL')apples to this agreement. Page 56 of 74 b. Grantee Assistance. If the Commonwealth needs the Grantee's assistance in any matter arising out of the RTKL related to this agreement, the Commonwealth shall notify the Grantee that it requires the Grantee's assistance, and the Grantee shall access to, and copies of, any document ori information in the Grantee's possession (Requested Information) arising out of this agreement that the Commonwealth reasonably believes is a public record under the RTKL, within ii. any other assistance as the Commonwealth may reasonably request, in order to Trade Secret or Confidential Proprietary Information. If the Grantee considers the Requested Information to include a Trade Secret or Confidential Proprietary Information, as those terms are defined by the RTKL, or other information that the Grantee considers exempt from production under the RTKL, the Grantee shall notify the Commonwealth and provide, within seven calendar days of receipt of the written notice a written statement, signed by a representative of the Grantee, that explains why the requested material is exempt from public disclosure under the RTKL. If the Commonwealth determines that the Requested Information is clearly not exempt from disclosure, the Grantee shall provide the Requested Information to the Commonwealth within five business days of receipt of written notice of the provide to the Commonwealth: ten calendar days after receipt of written notification; and comply with the RTKL with respect tot this agreement. Commonwealth's determination. d. Reimbursement C Commonwealth Reimbursement. If the Grantee fails to provide the Requested Information and the Commonwealth is ordered to produce the Requested Information, the Grantee shall reimburse the Commonwealth for any damages, penalties, or costs that the Commonwealth may incur as a result oft the Grantee's failure, including any statutory damages assessed against the ii. Grantor Reimbursement. The Commonwealth will reimburse the Grantee for any costs that the Grantee incurs as a direct result of complying with these provisions only to the extent allowed under the fee schedule established by the Office of Open Records or as otherwise provided by the RTKL. Commonwealth. e. Challenges of Commonwealth Release. The Grantee may file a legal challenge to any Commonwealth decision to release a record to the public with the Office of Open Records, or in the Pennsylvania Courts, however, the Grantee shall reimburse the Commonwealth for any legal expenses incurred by the Commonwealth as a result of the challenge, including any damages, penalties or costs that the Commonwealth may incur as a result of the Grantee's legal challenge, regardless of the outcome. f.V Waiver. As between the parties, the Grantee waives all rights or remedies that may be available toi it as a result of the Commonwealthn's disclosure of Requested Information pursuant to the RTKL. Page 57 of74 g. Survival. The Grantee's obligations contained in this Section survive the termination ore expiration of this agreement. 9. OFFSET The Commonwealth may set off the amount of any state tax liability or other obligation of the Grantee, or its subsidiaries, owed to the Commonwealth against any payments due the Grantee under any contract between the Commonwealth and Grantee. 10. AUTOMATED CLEARING HOUSE (ACH) PAYMENTS a. Payment Method. The Commonwealth shall make payments to the Grantee through the Automated Clearing House (ACH). Within 10 days of the grant award, the Grantee must submit or must have submitted its ACH information within its user profile in the Commonwealth's Master Database. The Grantee may enroll to receive remittance information via electronic addenda and email (e-Remittance). ACH and e-Remittance htps/www.budgetpagowsencesfonvenonPagesDrec-Deposit-ande- b. Unique Identifier. The Grantee must submit a unique invoice number with each invoice submitted. The Commonwealth shall list the Grantee's unique invoice number on its ACH remittance advice to enable the Grantee to properly apply the state C.A ACH Information in the Commonwealth's Master Database. The Grantee shall ensure that the ACH information contained in Commonwealths Master Database is accurate and complete. The Grantee's failure to maintain accurate and complete information is available at the following: Remittance.aspx agency's payment to the respective invoice or program. information may result in delays in payments. 11. WORKER PROTECTION AND INVESTMENT The Grantee shall comply with all applicable Pennsylvania state labor laws and worker safety laws including, but not limited to, the following: a. Construction Workplace Misclassification Act; b. Employment of Minors Child Labor Act; C. Minimum Wage Act; d. Prevailing Wage Act; e. Equal Pay Law; f. Employer to Pay Employment Medical Examination Fee Act; g. Seasonal Farm Labor Act; h. Wage Payment and Collection Law; - Industrial Homework Law; ( Construction Industry Employee Verification. Act; Page 58 of 74 MULTIPLE 417680 333980 329120 MULTIPLE 420430 473050 MULTIPLE 445280 454430 MULTIPLE 446260 MULTIPLE 411060 429060 421880 329670 338400 454450 Foster Care 423940 423940 423940 423940 MI Male Intensive 349.36 55.30 435.34 57.76 365.11 72.63 510.01 107.56 6.34 556.20 6.04 563.18 6.04 563.18 346.30 8.02 432.98 74.20 432.98 74.20 432.98 74.20 972.54 159.92 1,132.46 70.29 674.41 70.29 674.41 35.60 59.00 41.60 59.07 50.00 59.07 51.00 131.58 404.66 493.10 437.74 617.57 562.54 569.22 569.22 354.32 507.18 507.18 507.18 Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day ES Enhanced Supervision- Males LQ La Sa Quik Sexual Offenses FS Female Sexual Offenders SS Secure-Male Sex Offenders SC Secure-Male Detention SC Secure-Male Detention IL Specialized Indepl Living SM Specialized Setting Mental Health Focus SM Specialized Setting Mental Health Focus SM Specialized Setting Mental Health Focus CC Complex Cases DN Manor Detention DN Manor Detention IF Intensive PP Pregnant & Parenting TF Teen Focused 744.70 744.70 94.60 100.67 109.07 182.58 AO Foster Care Services Agency Owned Families United Network Foster Services 437510 437510 437510 437510 437510 437510 437510 437510 CK Outcome Focused Foster Care- Child 0-21 Outcome MC Focused Foster Care Mother/Child Outcome TF Focused Foster Care- Transitional- Ages 14+ IF Outcome Focused Foster Care Intensive MO Specialized Levell IN Medical MT Specialized Level IIN Medical MH Specialized Level III Medical MF Specialized Level IV Medical 28.00 44.97 41.00 84.62 87.00 58.11 36.00 72.90 22.28 24.23 21.42 18.72 16.31 21.11 12.64 9.15 72.97 125.62 145.11 108.90 46.51 40.14 37.42 21.79 Day Day Day Day Day Day Day Day If you have any questions or require further information, please give my office a call. Thank you. Independence HEALTH SYSTEM 12/12/24 Protocol for Independence Health System To provide Occupational Medicine services for Butler County P.O. Box 1208 Butler, PA 16003-0128, Purpose: Completion of Occupational Medicine testing for Butler Countye employees. 1. Scope of Work 2. Staffing and Equipment provided to complete work A. The following services will be provided as noted: 1. Physicals (Employment, DOT, Fit for Duty) 2. Drug Testing (Blood, Breath Alcohol, Hair, Oral and Urine) 3. Lab Testing (as requested by Butler County) 4. Services (as requested by Butler County) 5. Titers (as requested by Butler County) 6. Vaccinations (as requested by Butler County) 7. X-rays (as requested by Butler County) B. Forms to company in advance for completion 1. None Document Management drug test. 1. Employee will be given a release form to allow company to receive results of the Butler Memorial Hospital . ClarionHospital . FrickHospital e Latrobe Hospital . Westmoreland Hospital wwwindependena.katn Independence HEALTH SYSTEM 2. Employer and Employee will be given appropriate copies of paper work at the time 3. MRO copy of CCF for drug collections will be Faxed or Emailed the day of collection. 4. Lab copy of CCF will be sent with drug samples via FedEx to CRL our lab. ofvisit. D. Estimate, Invoicing, Authorization 1. Employer information: a. Will be billed for only services provided. b, Agreed to make payment 30 days aftert testing via check or credit card. Breakdown: 1) See attached Price list charges for 2024 which will take affect for Butler County. January 1*, 2025 Additional services or onsite testing may influence above estimate; and will be adjusted E. Authorized employer representative consent and terms of conditions. accordingly with employer notification. am the authorized employee representative.1acknowledge the above services and process to be true and accurate. lauthorize payment for the above services. Payment will be rendered in 30 days from date of service. Printed Name: Signature: Date: For any questions, please contact William Wise Occupational Medicine: 724-284-4160 Butier Memorial Hospital . ClarionHospital e FrickHospital . Latrobe Hospital . Westmoreland Hospital wwwaindependense.keatn Independence HEALTH SYSTEM Charge for Occupational Medicine Testing 2024 SERVICES PHYSICALS AUDIOGRAM HANDHELD.. AUDIOGRAM BOOTH... BLOOD PRESSURE CHECK.. EAR LAVAGE.. EKG.. GLUCOMETER. .$35 BASIC PHYSICAL.. .$35 BUS PHYSICAL. $15 COMBO BUS/CDL DOT.. $30 COMMERCIAL DRIVERS.. $65 DRIVERS LICENSE.. .$15 FIT FOR DUTY ROUTINE. $75 FIT FOR DUTY.. $35 SPORTS PHYSICALS. $20 BLOOD DRUG TEST.. .$15 BREATH ALCOHOL. $12 BREATH ALCOHOL CONFIRMATION. .$60 FAILED ATTEMPT BAT. $30 FAILED ATTEMPT UDS.. HAIR NON-DOT COLLECTION. HAIR + MRO COLLECTION. .$10 OBSERVED COLLECTION. $60 ORAL DRUG TEST.. .$75 RAPID UDS.. $100 RAPID UDS CONFIRMATION. $176 UDS COLLECTION ONLY DOT/NON-DO.-:35 $30 UDS + OUR MRO DOT/NON-DOT. .$75 $95 .$135 .$95 $45 .$90 .$150 $275 $10 $40 $55 $40 $45 $25 $30 $30 $90 .$40 $TBD $45 $35 .$90 PFT BUT/SEN.. $75/CLAR/GREEN.- .$40 FIT FOR DUTY COMPLEX. QUANTATIVE PORTACOUNT FIT TEST... .$100 FORM COMPLETION. QUALITATIVE HOOD FIT TEST. RESPIRATORY EXAM ONLY. RESPIRATORY FIT/PHYSICAL. RESPIRATORY QUESTIONNAIRE. RESP. QUESTIONNAIRE PROVIDER.. URINE DIP.. URINE PREGNANCY. VISION w MACHINE (COMPLEX)., VISION SIMPLE.. $55 $10 DRUG TESTING VACCINATIONS per INJECTION ADMINISTRATION FEE.. FLU.. FLU HIGH DOSE.. HEPATITIS B... MMR. PPD.. RABIES ADMIN. FEE ONLY.. RABIES SMC.. Tdap... TETANUS. TETANUS DIPTH. (TD). VARICELLA. $100 $462 .$90 .$70 .$70 $304 Butey/MemonalHopta . ClarionHospital . FrickHospital . LatrobeHospital . Westmoreland Hospital wwindapendmcalalta Independence HEALTH SYSTEM Charge for Occupational Medicine Testing 2024 LABS TITERS ALT. Cadmium. CBC W Diff.. Chromium.. CMP. GGT.. IRON.. LDH.. LEAD. LEAD ZZP.. LIPID PROFILE. LYME SCREEN.. LYME WESTERN BLOT. MAGNESIUM. MERCURY. MOLYBDENUM PSA SCREENING. TB GOLD.. RABIES TITER.. UA W MICRO.. URIC ACID. URINE PHENOL. VANADIUM. VENIPUNCTURE. .$20 HEPATITIS B CORE IgM... $75 HEPATITIS B HBSAG. $30 HEPATITIS B SURFACE AB.. $70 HEPATITIS C AB.. $30 MUMPS AB IgG.. .$25 RABIES. .$10 RUBELLA. .$10 RUBEOLA. $42 VARICELLA. .$50 .$50 .$40 .$40 .$51 $70 .$51 .$185 .$49 .$41 .$46 X-RAYS .$40 CERVICAL SPINE 4-5 VIEW.. .$70 CHEST1 1 VIEW. .$15 CHEST 2 VIEW.. .$56 CHEST B READER. .$100 DORSAL VIEW. .$63 LUMBAR 11 VIEW. .$145 LUMBAR 2-3 VIEW.. .$185 LUMBAR 5 VIEW.. .$130 $135 .$135 .$100 .$130 .$70 .$125 .$125 .$15 .$10 .$150 ABG... $130 .$20 RESPIRATORY .$250 ButlerA MemorialHospital . ClarionH Hospital . FrickHospital . LatrobeHospital e WesmoreandHospitas wwwindepandmalbaia Independence HEALTH SYSTEM Charge for Occupational Medicine Testing 2024 SERVICES PHYSICALS AUDIOGRAM HANDHELD..5. AUDIOGRAM BOOTH.5. BLOOD PRESSURE CHECK.. EAR LAVAGE. EKG..3. GLUCOMETER. $35 BASIC PHYSICALR. $35 BUS PHYSICALIS. $15 COMBO BUS/CDL DOT.M.. $30 COMMERCIAL DRIVERS..E. $65 DRIVERS LICENSE.. $15 FIT FOR DUTYROUTINE. $75 FIT FOR DUTY.. $35 SPORTS PHYSICALS.-.515. $75 .$95 $135 .$95 .$45 $90 .$150 $275 $10 $40 .$55 $40 .$25 $30 .$30 $90 .$40 $TBD .$45 4$35 PFT BUT/SEN.... 575/CIAR/GREEN. $40 FIT FOR DUTY COMPLEX. QUANTATIVE PORTACOUNT FIT TEST.. $100 FORM COMPLETION. QUALITATIVE HOOD FIT TEST.. RESPIRATORY EXAM ONLY.. RESPIRATORY FIT/PHYSICAL RESPIRATORY QUESTIONNAIRE. URINE DIP..5. URINE PREGNANCY. VISION w MACHINE (COMPLEX), VISION SIMPLE.. $55 $10 DRUGTESTING RESP. QUESTIONNAIRE PROVIDER..PIp.520 BLOOD DRUG TEST.. $15 BREATH ALCOHOLE5. $60 FAILED ATTEMPT BAT. $30 FAILED ATTEMPT UDS.. $12 BREATH ALCOHOL CONFIRMATION. $45 HAIR NON-DOT COLLECTION..S. HAIR + MRO COLLECTION-t.5. $10 OBSERVED COLLECTION.-. RQ. $60 ORAL DRUG TEST.. $75 RAPID UDS...... $100 RAPID UDS CONFIRMATION. VACCINATIONS per INJECTION ADMINISTRATION FEE. FLU.. FLU HIGH DOSE.. HEPATITIS B.. MMR.. PPD..5.. RABIES ADMIN. FEE ONLY.. RABIES SMC.. Tdap.:t.A5. TETANUS. TETANUS DIPTH. (TD)..15. VARICELLA.. .$176 UDS COLLECTION ONLY DOTNONDOT-9BP"0 .$30 UDS + OUR MRO DOT/AON-DOTA16-590 .$100 .$462 .$90 $70 .$70 $304 Butler Memorial Hospital e ClarionHospital . FrickHospital e Latrobe Hospital . WestmorelandHospital mmandepandemca.atn - a Independence HEALTH SYSTEM Charge for Occupational Medicine Testing 2024 LABS TITERS ALT.. Cadmium. CBC w Diff...2. Chromium. CMP. GGT. IRON.. LDH. LEAD. LEAD ZZP. LIPID PROFILE-.535. LYME SCREEN. LYME WESTERN BLOT. MAGNESIUM. MERCURY. MOLYBDENUM. PSASCREENING. TB GOLD.. RABIES TITER.. UA w MICRO.. URIC ACID.. URINE PHENOL.. VANADIUM.. VENIPUNCTURE. $20 HEPATITIS B CORE IgM... $75 HEPATITIS BI HBSAG. .$30 HEPATITIS B SURFACE AB. $70 HEPATITIS CAB. $30 MUMPS AB IgG.. $25 RABIES. $10 RUBELLA.. .$10 RUBEOLA.. .$42 VARICELLA.. $50 .$50 $40 $40 .$51 $70 .$51 $185 .$49 $41 .$46 X-RAYS $40 CERVICAL SPINE 4-5 VIEW.. $70 CHEST1 VIEW..5. $15 CHEST2V VIEW...25. $56 CHEST B READER..R0. $100 DORSAL VIEW.. .$63 LUMBAR 1 VIEW.. .$145 LUMBAR 2-3 VIEW..5. .$185 LUMBAR 51 VIEW.. .$15 $10 .$150 ABG. $130 $20 $130 .$135 $135 .$100 .$130 4.$70 .$125 $125 RESPIRATORY $250 Butler Memorial Hospital e ClarionHospital e FrickHospital e LatrobeH Hospital . WestmorelandHospital waniependenca.kaith BOARD OF COUNTY COMMISSIONERS Leslie A. Osche, Chairman Kimberly D. Geyer, Vice-Chairman Kevin E. Boozel, M.S. Secretary Brandon Savochka Human Services Director William Kepple Human Services Fiscal Officer Amanda Feltenberger Director of Integrated. Services HUMAN SERVICES DEPARTMENT COUNTY GOVERNMENT CENTER. ANNEX-1"FLOOR 1241 WESTI DIAMOND STREET, P.O. BOX1208 BUTLER, PA 16003-1208 Butler Countp TELEPHONE: (24)28-5114-TID: USERS: (724)284-5473 FAX: (724)284-5128-E EMAIL: bomhmr@cobuterpaus DATE: TO: FROM: RE: December 12, 2024 Lori Altman Human Resources Director/Chief Clerk Brandon Savochka Human Services Director Human Services Agreements Commissioners Public Meeting - December 18, 2024 lam requesting Commissioners approval oft the following Human Services items: Children & Youth 1. Approval of the following Butler County Children and Youth/Juvenile Probation contracts for July 1, 2024 -J June 30, 2025: Adelphoi USA Abel Interviews/Testing: Only 491.55 Per test 1,490.26 Each 191.74 Hour 482.99 Pert test 3,272.52 Per Service 9.90 15min. 88.23 Day 13,151.76 Per Session Abel Assessments Psychological Evaluations Polygraphs Diagnostic Transportation Services-Authorized Only Prevention, Treatment and Aftercare Program Aggression Replacement Training MULTIPLE 459880 448150 474850 444040 318370 MH Mental Health Focus MH Mental Health Focus MH Mental Health Focus MH Mental Health Focus MH Mental Health Focus 377.50 73.32 377.50 73.32 377.50 73.32 377.50 73.32 377.50 73.32 450.82 450.82 Day 450.82 450.82 Day 450.82 Day Day Day Cybersecurity Online Terms Acknowledgement This Cybersecurity Online Terms Acknowledgement (this Acknowleagement) is entered intol between Motorola Solutions, 1. Applicability and Self Deletion. This Cybersecurity Online Terms Acknowledgement applies to the extent cybersecurity products and services, including Remote Security Update Service, Security Update Service, and Managed Detection & Response subscription services, are purchased by or otherwise provided to Customer, including through 2. Online Terms Acknowledgement, The Parties acknowledge and agree that the terms of the Cyber Subscription Renewals and! Integrations Addendum available at ntelmww.molorohasomsomierEenewalsintegrations are incorporated in and form part of the Parties' agreement as it relates to any cybersecurity products or services sold or provided to Customer. Bysigning the signature block below, Customer certifies thati it has read and agrees to the provisions set forth and linked on-line in this Acknowledgement. To the extent Customer is unable to access the above referenced online terms for any reason, Customer may request a paper copy from Motorola. The signatory to this Acknowledgement represents and warrants that he or she has the requisite authority to bind Customer to this Acknowledgement and 3. Entire Agreement. This Acknowledgement supplements any and all applicable and existing agreements and supersedes any contrary terms as it relates to Customer's purchase of cybersecurity products and services. This Acknowledgement and referenced terms constitute the entire agreement of the parties regarding the subject matter hereof and as set outi in the referenced terms, and supersedes all previous agreements, proposals, and understandings, whether 4. Execution and Amendments. This Acknowledgement may be executed in multiple counterparts, and will have the same legal force and effect as if the Parties had executed it as a single document. The Parties may sign in writing or signature. An electronic signature, facsimile copy, or computeri image of a signature, will be treated, and will have the same effect as an original signature, and will have the same effect, as an original signed copy of this document. This Acknowledgement may be amended or modified only by a written instrument signed by authorized representatives of both Inc. ("Motorola") and the entity set forth in the signature block below ("Customer"). bundled or integrated offerings or otherwise. NOTE: This Acknowledgement is self deleting if not applicable under this Section1 1. referenced online terms. written or oral, relating to this subject matter. electronic Parties. by Revised Sep 3, 2022 During the term of this Agreement and continuing for a period of two (2) years thereafter, Customer will not hire, engage on contract, solicit the employment of, or recommend employment to any third party of any employee of Motorola ori its subcontractors without the prior written authorization of Motorola. This provision applies only to those employees of Motorola or its subcontractors who are responsible for rendering services under this Agreement. Ifthis provision is found to be overly broad under applicable law, it will be modified as necessary to conform to applicable law. Allt tools, equipment, dies, gauges, models, drawings or other materials paid for or furnished by Motorola for the purpose of this Agreement will be and remain the sole property of Motorola. Customer will safeguard all such property while iti isi in Customer's custody or control, be liable for any loss or damage to this property, and return itt to Motorola upon request. This property will be held by Customer for Motorola's use without charge and may be removed from Customer's premises by 17.1. Ifany court renders any portion of this Agreement unenforceable, the remaining terms will continue in full force and 17.2. This Agreement and the rights and duties of the parties willl bei interpreted in accordance with thel laws of the State in Section 16. MATERIALS, TOOLS AND EQUIPMENT Motorola at any time without restriction. Section 17. GENERAL TERMS effect. which the Services are performed. 17.3. Failure to exercise any right will not operate as a waiver of that right, power, or privilege. 17.4. Neither party is liable for delays or lack of performance resulting from any causes that are beyond that party's 17.5. Motorola may subcontract any of the work, but subcontracting will not relieve Motorola of its duties under this 17.6. Except as provided herein, neither Party may assign this Agreement or any of its rights or obligations hereunder without the prior written consent of the other Party, which consent will not be unreasonably withheld. Any attempted assignment, delegation, or transfer without the necessary consent will be void. Notwithstanding the foregoing, Motorola may assign this Agreement to any of its affiliates or its right to receive payment without the prior consent of Customer. In addition, in the event Motorola separates one or more of its businesses (each a' "Separated Business"), whether by wayofa sale, establishment of a joint venture, spin-off or otherwise (each a "Separation Event"), Motorola may, without the prior written consent of the other Party and at no additional cost to Motorola, assign this Agreement such that it will continue to benefit the Separated Business and its affiliates (and Motorola and its affiliates, to the extent applicable) following the 17.7. THIS AGREEMENT WILL RENEW, FOR AN ADDITIONAL ONE (1) YEAR TERM, ON EVERY ANNIVERSARY OF THE START DATE UNLESS EITHER THE COVER PAGE SPECIFICALLY STATES A TERMINATION DATE OR ONE PARTYNOTIFIES THE OTHER INWRITING OF ITS INTENTION TO DISCONTINUE THE AGREEMENT NOT LESS THAN THIRTY(30) DAYS OF THAT ANNIVERSARY DATE. At the anniversary date, Motorola may adjust the price of the 17.8. IfMotorola provides Services after the termination or expiration of this Agreement, the terms and conditions in effect at the time of the termination or expiration will apply to those Services and Customer agrees to pay for those services on a 17.9 This Agreement may be executed in one or more counterparts, all of which shall be considered part of the Agreement. The parties may execute this Agreementi in writing, or by electronic signature, and any suche electronic signature shall have the same legal effect as a handwritten signature for the purposes of validity, enforceability and admissibility. In addition, an electronic signature, a true and correct facsimile copy or computer image of this Agreement shall be treated as reasonable control, such as strikes, material shortages, or acts of God. Agreement. Separation Event. Services to reflect its current rates. time and materials basis at Motorola's then effective hourly rates. and shall have the same effect as an original signed copy of this document Revised Sep 3, 2022 other rights available to it under law, may immediately terminate this Agreement effective upon giving a written notice of 10.2. Any termination of this Agreement will not relieve either party of obligations previously incurred pursuant to this Agreement, including payments which may be due and owing at the time of termination. All sums owed by Customer to Motorola will become due and payable immediately upon termination of this Agreement. Upon the effective date of 10.3lfthe Customer terminates this Agreement before the end of the Term, for any reason other than Motorola default, then the Customer will pay to Motorola an early termination fee equal to the discount applied to the last three (3) years of Service Except for personal injury or death, Motorola's total liability, whether for breach of contract, warranty, negligence, strict liabilityi in tort, or otherwise, willl be limited to the direct damages recoverable under law, but not to exceed the price of twelve (12) months of Service provided under this Agreement. ALTHOUGH THE PARTIES ACKNOWLEDGE THE POSSIBILITY OF SUCH LOSSES OR DAMAGES, THEY AGREE THAT MOTOROLA WILL NOT BE LIABLE FOR ANY COMMERCIAL LOSS; INCONVENIENCE; LOSS OF USE, TIME, DATA, GOODWILL, REVENUES, PROFITS OR SAVINGS; OR OTHER SPECIAL, INCIDENTAL, INDIRECT, OR CONSEQUENTIAL DAMAGES IN ANY WAY RELATED TOORARISING FROM THIS AGREEMENT OR THE PERFORMANCE OF SERVICES BY MOTOROLAPURSUANT TOTHIS AGREEMENT. No action for contract breach or otherwise relating to the transactions contemplated by this Agreement may be brought more than one (1) year after the accrual of the cause of action, except for money due upon an open account. This limitation of liability will survive the expiration or termination of this Agreement and applies notwithstanding any contrary provision. 12.1. This Agreement supersedes all prior and concurrent agreements and understandings between the parties, whether written or oral, related to the Services, and there are no agreements or representations concerning the subject matter of this Agreement except for those expressed herein. The Agreement may not be amended or modified except by a written 12.2. Customer agrees to reference this Agreement on any purchase order issued in furtherance of this Agreement, however, an omission oft the reference to this Agreement will not affect its applicability. Inno event wille either party be bound by any terms contained in a Customer purchase order, acknowledgement, or other writings unless: the purchase order, acknowledgement, or other writing specifically refers to this Agreement; clearly indicate the intention of both parties to override and modify this Agreement; and the purchase order, acknowledgement, or other writing is signed by authorized Section 13. PROPRIETARY INFORMATION; CONFIDENTIALITY; INTELLECTUAL PROPERTY RIGHTS 13.1. Any information or data int the form of specifications, drawings, reprints, technical information or otherwise furnished to Customer under this Agreement will remain Motorola's property, willl be deemed proprietary, willl be kept confidential, and will be promptly returned at Motorola's request. Customer may not disclose, without Motorola's written permission or as required by law, any confidential information or data to any person, or use confidential information or data for any purpose other than performing its obligations under this Agreement. The obligations set forth in this Section survive the expiration or 13.2. Unless otherwise agreed in writing, no commercial or technical information disclosed in any manner or at any time by Customer to Motorola will be deemed secret or confidential. Motorola will have no obligation to provide Customer with 13.3. This Agreement does not grant directly or byi implication, estoppel, or otherwise, any ownership right or license under any Motorola patent, copyright, trade secret, or other intellectual property, including any intellectual property created as a Customer is solely responsible for obtaining licenses or other authorizations required by the Federal Communications Commission or any othert federal, state, orl local government: agency andi for complying with allr rules and regulations required byg governmental agencies. Neither Motorola nor any of its employees is an agent or representative of Customer in any termination to the defaulting party. termination, Motorola will have no further obligation to provide Services. payments for the original Term. Section 11. LIMITATION OF LIABILITY Section 12. EXCLUSIVE TERMS AND CONDITIONS agreement signed by authorized representatives of both parties. representatives of both parties. termination of this Agreement. access to its confidential and proprietary information, including cost and pricing data. result of or related to the Equipment sold or Services performed under this Agreement. Section 14. FCC LICENSES AND OTHER AUTHORIZATIONS governmental matters. Revised Sep 3, 2022 Section 15. COVENANT NOT TO EMPLOY 5.2. Unless specificallyi included ini this Agreement, Service excludes items that are consumed in the normal operation of the Equipment, such as batteries or magnetic tapes.; upgrading or reprogramming, Equipment; accessories, belt clips, battery chargers, custom or special products, modified units, or software; and repair or maintenance of anyt transmission line, antenna, microwave equipment, tower or tower lighting, duplexer, combiner, or multicoupler. Motorola has no obligations for any transmission medium, such as telephone lines, computer networks, thei internet or the worldwide web, or 5.3 This Agreement pricing provided does not take into account prevailing wage requirements. Should prevailing wage regulations be applicable tot this project, the pricing shall be subject to change to reflect compliance with those regulations. Service will! be provided at thel location specifiedi int this Agreement. When Motorola performs service at Customer's location, Customer will provide Motorola, at no charge, ar non-hazardous work environment with adequate shelter, heat, light, and power and with full and free access to the Equipment. Waivers of liability from Motorola or its subcontractors willr not be imposed as a site access requirement. Customer will provide all information pertaining to the hardware and software elements of any system with which the Equipment is interfacing so that Motorola may perform its Services. Unless otherwise stated in this Agreement, the hours of Service willl be 8:30 a.m. to 4:30 p.m., local time, excluding weekends and holidays. Unless otherwise statedi in this Agreement, the price fort the Services exclude any charges or expenses associated with helicopter or other unusual access requirements; ift these charges or expenses are reasonably incurred by Motorola in rendering the Services, Customer agrees to reimburse Motorola for those charges and expenses. Customer will provide Motorola with designated points of contact (list of names and phone numbers) that will be available twenty-four (24) hours per day, seven (7) days per week, and an escalation procedure to enable Customer's personnel to 8.1 Customer affirms that aj purchase order or notice to proceed is not required for the duration of this service contract. and will appropriate funds each year through the contract end date. Unless aiternative payment terms are stated in this Agreement, Motorola willi invoice Customer in advance for each payment period. All other charges willl bel billed monthly,and 8.2 Customer will reimburse Motorola for all property taxes, sales and use taxes, excise taxes, and other taxes or assessments that are levied as a result of Services rendered under this Agreement (excepti income, profit, and franchise taxes of Motorola) bya any governmental entity. The Customer will pay all invoices as received from Motorola. At the time of execution of this Agreement, the Customer will provide all necessary reference information to include oni invoices for 8.3 For multi-year service agreements, at the end of the first year of the Agreement and each year thereafter, a CPI percentage change calculation shall be performed using the U.S.Department of Labor, Consumer Price Index, all Items, Unadjusted Urban Areas (CPI-U). Should the annual inflation ratei increase greater than 3% during the previous year, Motorola shall have the right toi increase all future maintenance prices by the CPI increase amount exceeding 3%. All items, nots seasonally adjusted shall be used as the measure of CPI for this price adjustment. Measurement will take place once the annual average for the! New' Year has been posted byt the Bureau ofl Labor Statistics. For purposes of illustration, if in year 5t the CPI reported an increase of 8%, Motorola mayi increase the Year 6 price by 5% (8%-3% base) Motorola warrants thati its Services under this Agreement willl bet free of defects ini materials and workmanship fora aperiod of ninety (90) days from the date the performance oft the Services are completed. In the event of al breach of this warranty, Customer's sole remedy is to require Motorola to re-perform the non-conforming Service or tor refund, on a pro-rata basis, the fees paid for the non-conforming Service. MOTOROLADISCLANMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR 10.1. Ifeither party defaults in the performance of this Agreement, the other party will give to the non-performing partya a written and detailed notice of the default. The non-performing partyv willl have thirty (30) days thereafter to provide av written plan to cure the default that is acceptable to the other party and begin implementing the cure plani immediately after plan approval. If the non-performing party fails to provide or implement the cure plan, then thei injured party, in addition to any for Equipment malfunction caused byt thet transmission medium. Section 6. TIME. ANDI PLACE OF SERVICE Section 7. CUSTOMER CONTACT maintain contact, as needed, with Motorola. Section 8. INVOICING ANDI PAYMENT Customer must pay each invoice in U.S. dollars within twenty (20) days of the invoice date. payment in accordance with this Agreement. Section 9. WARRANTY PURPOSE. Section 10. DEFAULTTERMINATION Revised Sep 3, 2022 Service Terms and Conditions Motorola Solutions Inc. ("Motorola") and the customer named ini this Agreement ("Customer")! herebya agree as follows: These Maintenance Service Terms and Conditions apply to service contracts whereby Motorola will provide to Customer either (1) maintenance, support, or other services under al Motorola Service. Agreement, or (2) installation services undera 2.1. "Agreement" means these Maintenance Service Terms and Conditions; the cover page fort the Service Agreement or thel Installation Agreement, as applicable; and any other attachments, all of which are incorporated herein by this reference. Ini interpreting this Agreement and resolving any ambiguities, these Maintenance Service Terms and Conditions take precedence over any cover page, and the cover page takes precedence over any attachments, unless the cover page or 2.2. Equipment" means the equipment thati is specified int the attachments ori is subsequently added tot this Agreement. 2.3. "Services" means thosei installation, maintenance, support, training, and other services described int this Agreement. Customer accepts these Maintenance Service Terms and Conditions and agrees to pay the prices set forth in the Agreement. This Agreement becomes binding only when accepted in writing by Motorola. The term oft this Agreement 4.1. Motorola will provide the Services described in this Agreement ori in a more detailed statement of work or other document attached tot this Agreement. At Customer's request, Motorola may also provide additional services at Motorola's 4.2. IfMotorola is providing Services for Equipment, Motorola parts or parts of equal quality willl be used; the Equipment will be serviced at! levels set forthi int the manufacturer's product manuals; andi routine service procedures that are prescribed 4.3. IfCustomer purchases from Motorola additional equipment that becomes part of the same system as the initial Equipment, the additional equipment may be added tot this Agreement and will be billed at the applicable rates after the 4.4. All Equipment must be in good working order on the Start Date or when additional equipment is added to the Agreement. Upon reasonable request by! Motorola, Customer will provide a complete serial and model number list of the Equipment. Customer must promptly notifyMotorolal in writing when any Equipment is lost, damaged, stolen or taken out of service. Customer's obligation to pay Service fees for this Equipment will terminate at the end of the month in which 4.5. Customer must specifically identify any Equipment thati is labeled intrinsically safe for use in hazardous Section 1. APPLICABILITY Motorola Installation Agreement. Section 2. DEFINITIONS AND INTERPRETATION attachment states otherwise. Section 3. ACCEPTANCE begins on the "Start Date" indicated in this Agreement. Section 4. SCOPE OF SERVICES then-applicable rates for the services. by Motorola will bet followed. warranty for that additional equipment expires. Motorola receives the written notice. environments. 4.6. IfEquipment cannot, in Motorola's reasonable opinion, be properly or economically: serviced fora anyr reason, Motorola may modify the scope of Services related to that Equipment; remove that Equipment from the Agreement; or increase the 4.7. Customer must promptly notify Motorola of any Equipment failure. Motorola will respond to Customer's notification in 5.1. Service excludes the repair or replacement of Equipment that has become defective or damaged from use in other than the normal, customary, intended, and authorized manner; use noti in compliance with applicable industry standards; excessive wear and tear; or accident, liquids, power surges, neglect, acts of God or other force majeure events. price to Service that Equipment. amanner consistent with the level of Service purchased as indicated in this Agreement. Section 5. EXCLUDED SERVICES Revised Sep 3, 2022 MOTOROLASOLUTIONS SERVICE AGREEMENT Contract Number: USC000290144 Contract Modifier: RO2-SEP-2420.0343 500 WI Monroe St Chicago, IL 60661 (800) 247-2346 Date: 10-DEC-2024 Company Name: Butler County Emergency Services Attn.: Steve Bicehouse Billing Address: 309 Sunnyview Cir City, State, Zip Code: Butler, PA 16001 Customer Contact: Steve Biçehouse Phone: 724-284-5211 QTY MODEL/OPTION P.O.#: N/A Customer#: 1011680776 Bill to Tag#: 0001 Contract Start Date: 01-JAN-2025 Contract End Date: 31-DEC-2027 Payment Cycle: ANNUALLY Currency: USD ANNUAL EXT $9,585.83 $0.00 SOLUTIONS SERVICES DESCRIPTION EXTENDED. AMT $28,757.49 $28,757.49 $0.00 $28,757.49 **#** Recurring Services **** SVC01SVC2012C CONTRACT ADMNSTRATONSERVCE Sub Total Taxes SPECIAL INSTRUCTIONS. ATTACHSTATEMENT OFV WORKE FORF PERFORMANCE Grand Total DESCRIPTIONS $9,585.83 THIS SERVICE AMOUNTI IS SUBJECT TOS STATE ANDI LOCAL TAXING URISD/CTIONSWMERE. APPLICABLE, TOBEV VERIFIEDBY MOTOROLA To be invoiced each year in the Annual Contract. Amount of: 3-year Total: $28,757.49 Ihave received Applicable Statements of Work which describe the Services and cybersecurity services provided on this Agreement. Motorola's Terms and Conditions, including the Cybersecurity Online Terms Acknowledgement, are attached htps.lwww.moterlasorolasolutions.comlen. us/managed-supporlsenvlceslcberrsecurifly.htm) byreference. Bysigning below Customer acknowledges these terms and conditions govern all Services under this Service Agreement. hereto and incorporate the Cyber Addendum (available at AUTHORIZED CUSTOMER SIGNATURE CUSTOMER (PRINT NAME) Seth Koch TITLE DATE 12/11/24 DATE Customer Support Mgr (CSM) TITLE 443-613-3139 PHONE MOTOROLA REPRESENTATIVE (SIGNATURE) MOTOROLAI REPRESENTATIVE (PRINT NAME) SETHKOCH ATTACHMENT D Points of Contact The contact person for this agreement for PEMAshall be: Name: Greg Kline DepartmenvAgency: PEMA Telephone Number: (717)651-2218 Email: gregkine@pa.gov Address: 1310 ElmertonAvenue, Harrisburg, PA17110 The contact person fort this agreement for [Grantee Namel shall be: Name: Robert McLafferty DepartmentAgency: Butler County Department of Emergency Services Address: 120 McCune Drive, Butler, 16001 Telephone Number: (724)284-5211 Email: mcare@cobuterpaus Page 74 of74 Radio Tower Sites Maintenance Costs to maintain radio tower sites and equipment. Examples None of eligible costs include: FCC license and frequency fees Emergency repairs Fire suppression Pest control Road and vegetation maintenance Snow removal VOICE/DATA RECORDER Digital Voice/Data Recorder Costs to support a voice/data (logging) recorder system: None Server hardware Software Workstation(s) solution Peripherals (including monitor, keyboard, and mouse) Annual subscription costs for a third-party hosted Maintenance None Service contracts for voice/data (logging) recorder system maintenance Using the 2024 Eligibility Factors List: The 2024 Eligibility Factors List groups costs that enhance, operate, or maintain a 911 system by Cost Type and Cost Category. For each Cost Category, general criteria are provided in the Eligible Uses column that counties must use to determine and justify eligibility. Counties are responsible to demonstrate that costs meet the Eligible Uses criteria on the Annual Report, or during a biennial audit. Items that do not meet the Eligible Uses criteria are not eligible for 911 funding. Page 73 of74 PUBLIC EDUCATION Public Education Costs include any materials that educate the community on 911 None issues, such as the appropriate use of 911. Examples of eligible costs include: Education and outreach material development (pamphlets, videos, posters, newsletters, and other resource materials) Public service announcements Website development as it pertains to 911 RADIO SYSTEMS Radio System Hardwarel Costs for core radio system components from the dispatch None Software positions to the antenna. Costs include: Radio consoles Transceivers Receivers Servers Modems lowers/shelters/ower sites Broadband infrastructure Headsets Important Eligibility Criteria Notes: Eligible costs are limited to the primary PSAP and Purchase of land/real estate and related taxes are not primary back-up PSAP an eligible cost Radio System Maintenance PSAP None Costs for core radio system maintenance from the dispatch positions to the antenna Page 72 of74 PERSONNEL Salaries/Benefits None Salary or benefit costs directly associated with personnel operating a 911 system. Important Eligibility Criteria Notes: Ifpersonnel have duties outside of 911, only the percentage of time related to 911 duties is eligible for funding Training/Travel None 911 training course costs Travel costs tampotaton.ogrgman, for personnel directly associated with operating a 911 system to: Attend training, continuing education courses, and meetings related to 911 service delivery o Support 911 operations Pre-Employment Costs/ Costs associated with the recruitment, hiring and screening of None Post-Employment Costs trainees and telecommunicators. Examples of eligible costs include: Physicals and other required tests Job posingsadverisements Employee random drug testing Medical release/return to work physicals Fitness for duty evaluations 911 Professional Associations None Costs for 911 personnel to join or maintain membership in a 911 professional association Subscription fees for 911-related publications Costs for 911 related certifications such as ENP, RPL, etc. Page 71 of74 Office Supplies Costs include those supplies used for 911 operations. Office None supplies are considered the normal, routinely consumable materials necessary to perform the duties of a PSAP such as: Paper, pens, pencils, ink, postage, staples, etc. The list is not inclusive but eligible costs are strictly limited to Some examples to demonstrate ineligible costs include: office supplies. Small appliances Holiday decorations/supples Greeting cards/picture frames Smoking urns Landscaping supplies Club store memberships Telecommunicator Recognition Costs for 9-1-1 telecommunicator recognition. Examples of None eligible costs include: Plaques, certificates, pins, shirts, and comparable items that are reasonable in amount Important Eligibility Criteria Note: Items of monetary value, such as gift cards, are not eligible for 911 funding Uniforms None Uniforms for telecommunicators while performing duties within the PSAP Workstation Furniture None Furniture that houses PSAP workstation equipment where the primary call-taking and dispatch functions occur Chairs/seating at the positions Page 70 of74 MENTAL HEALTH WELLNESS Mental Health Costs to support Mental Health Wellness awareness, training, New cost education prevention and intervention: Program development Training and education groups type added Intervention with trained clinicians or peer support OFFICE OPERATIONS Communications Communications costs for PSAP administrative staff: None Cellular service/equpment Air cards Pager service/equipment Meals for extended/ emergency events None Subsistence for 911 personnel working during a no- notice emergency event (in conjunction with a county EOC activation) such as a blizzard, active shooter, flood, etc. Office Equipment Software Costs for typical office equipment to perform the duties of a None PSAP: Examples of eligible costs include: Copiers, fax machines, paper shredders, printers, Laptops, computers, and monitors Software used for PSAP administration (l.e., Furniture for administrative staff dedicated to 911 laminators scheduling) Page 69of74 Utilities Public utility costs for the PSAP and radio tower sites: None Power Water Sewage/septic services/storm water Internet access Cable television GEOGRAPHIC INFORMATION SYSTEM (GIS) MAPPING GIS Hardware/Sofware) Costs to support GIS data creation/maintenance: None Workstations GIS server hardware Software Peripherals (including printers/plotters, monitors, keyboards, and mouse) Workstations to support GIS data creation/ maintenance Important Eligibility Criteria Notes: GIS personnel costs should be reported under Personnel GIS Data Development, Assessment, Maintenance, and Professional Services None Services procured from a vendor to support the creation, assessment, improvement, and maintenance of 911- related GIS data and data layers. MASS NOTIFICATION Public Alerting/Warning Costs to support a mass notification, public alerting/warning None SYSTEM System system: Hardware Software Workstation(s) solution Peripherals (including monitor, keyboard, and mouse) Annual subscription costs for a third-party hosted Page 68 of74 Services Contracts/ Maintenance-PSAP Service and maintenance costs at the PSAP. Costs include: None Fire suppression Pest control Cleaning services Mat rental maintenance Annual service contracts for UPS, generator, or HVAC Insurance costs for PSAP facilities and equipment Important Eligibility Criteria Notes: For insurance costs to be eligible, a county must provide clear documentation that the shows the insurance policy is for 911 only and the cost specific to Ifinsurance is included in indirect costs for a county, only the portion related to PSAP facilities and equipment is eligible. Other types of insurance are not 911. eligible. Facility Supplies Costs for supplies needed to support PSAP operations. Costs None are strictly limited to: Cleaning supplies Restroom supplies Sanitary supplies Some examples to demonstrate eligible costs include paper towels, hand soaplsanitizer, trash can liners, disinfectant wipes, first aid, mops/brooms, etc. Uninterruptable Power Backup power supply, including transfer and bypass switches, None Supply (UPS) and power conditioning in the event of a commercial power failure or fluctuation at the PSAP and radio tower sites. Workstation UPS to support workstations not otherwise covered by a facility-based UPS system are an eligible cost. Page 67 of74 Repairs Non-cosmetic facility repairs at the primary PSAP necessary for None 911 perations.Non-cosmetic repairs are those that do not add significant value to the property or extend its life. They are reasonable in amount and necessary to keep the property in habitable condition. Repairs generally considered restoring an item to its previous good condition. Examples of repairs include: Repainting a room directly related to 911 operations Repairing a leaking roof Replacing a broken window Repairing existing plumbing Repairing existing appliances Renovations are not eligible for 911 funds. Arenovation is considered an improvement that adds something that previously was not there, upgrading something that was existing, or adapting something to a new use. Renovations are usually more intensive than repairs and usually involve greater cost. Examples of renovations include: Regrading lots/parking lots Replacing an entire roof Replacing all windows Replacing existing plumbing Adding an addition or remodeling an existing facility Note: Renovations would be considered on a case-by-case basis only for involuntary PSAP physical consolidation projects. PEMA recognizes that every PSAP consolidation project is different and faces a unique set of challenges. Funding situations that fall outside of the outlined PSAP Consolidation Funding Guidelines will be considered by PEMAonac case-by- case basis. Page 66 of74 Mobile Communications Maintenance costs for a Mobile Communications Unit used as None Unit Maintenance the primary back up PSAP. Maintenance in this Cost Category refers to items such as: Registration Inspection Batteries Other routine maintenance costs for a mobile communications unit used as the primary back-up PSAP Important Eligibility Criteria Notes: 911 system maintenance (i.e., CHE, CAD, etc.)s should be reported in the appropriate Cost Type and Cost Only the percentage of costs related to 911 duties are Mobile Communications Unit maintenance costs are eligible ONLYwhen the PSAP has no other back upl Category eligible for funding alternate facility Relocation Expenses Costs for moving 911 equipment or operations to during a None planned transition or emergency: Transportation Professional services Rent Payments made for use of a facility in support of 911 service None delivery: Rent for PSAP facilities Rent for remote radio sites Page 65 of74 FACILITIES Access Control/Security Costs to acquire or maintain access control and other security None Systems systems for PSAPS and tower sites. Examples of eligible costs includes: Keys Access cards Card readers Cameras Video montors/recording equipment Controller systems Emergency Power Generator Costs for emergency power generation at the PSAPa and Tower None Sites: Generator Fuel Fuel storage tank costs Heating, Ventilation, and Cooling (HVAC) None Environmental control of temperature and humidity equipment within the PSAP, the PSAP equipment room and tower sites Page 64 of74 Wired or Wireless Connectivity Connectivity costs that support the transport of911 callers and/ None ori information. Eligible costs include costs to provision connectivity between the call origination services, PSAPS and other public safety entities, including (but not limited to): Wireline trunks/ines Wireless trunks Fiber optic circuits Microwave links Administrative lines Ring-down circuits Tandem trunks Maintenance None Service contracts for connectivity hardware/software maintenance CONTRACTED SERVICES Call Taking and Dispatch Fees None Fees paid to another PSAP for handling of 911 calls Professional Services Professional services procured from contractors or consultants None for: Procurement assistance (including legal fees) System nlegatonmpemenaton support System design and planning PSAP operational policy development Engineering Administrative assistance Page 63 of 74 Call Taking Protocoll Quality Assurance Emergency Medical/Fire/Police Dispatch (EMD/EFD/EPD) None system costs: Hardware software CAD system integration Maintenance Softwarellicenses - includes quality assurance Mobile Data System Interface Costs directly related to the 911 system and radio tower sites to None enable and connect mobile data systems: Equipment Server-side (PSAP side) software Client-side software that interfaces with the server- side software at the PSAP is an eligible cost Records Management System (RMS) Interface None Required CAD interfaces or modules (ON THE CADI PSAP SIDE ONLY) that populate RMS (EOC software, web publishing, and field reporting systems for response agencies, etc.) with CAD data CONNECTIVITY! Emergency Services IP Transport and connectivity costs to connect multiple PSAPS None INFRASTRUCTURE Networks (ESInet) together in a regional or state-level ESInet. Examples of eligible costs include: Hardware Software Networking equipment Security applances/soflware Third-party services for hosted solutions Page 62 of74 Call Accounting/ Costs to implement MIS system that monitors call activity, logs None Telephony Management call activity to a database, and permits canned report Information System (MIS) generation. Includes: Software MIS server hardware Software mouse) solution Peripherals (including printer, monitor, keyboard, and Annual subscription costs for a third-party hosted Interpretation Service None Services procured from a vendor to provide on- demand language interpretation COMPUTER AIDED CAD Hardware/Soflware) CAD costs to support processing of CAD events from initial call None DISPATCH (CAD) Workstations entry to final disposition: Server hardware Software: Includes CAD modules, interfaces (e.g., paging, CAD-to-CAD, etc.), and cybersecurity Peripherals (including printers, monitors, keyboards, and mouse) Workstations Eligible costs are limited to the primary PSAP and primary backup PSAP. CAD Maintenance None Service contracts for CAD hardware/software maintenance Licensing fees Page 61 of74 ATTACHMENT C 2024 Eligibility Factors List COST TYPE CALL HANDLING COST CATEGORY ELIGIBLE USES CHANGES IN-2024 None CHE Hardware/Sofware CHE costs to support 911 call processing: EQUIPMENT (CHE) Workstations Server hardware Software and mouse) Workstations Master clock/time sync equipment ANI/ALI controllers Automatic call distribution (ACD) Peripherals (including printers, monitors, keyboards, Eligible costs are limited to the primary PSAP and primary backup PSAP. CHE Maintenance None Service contracts for CHE hardware/software maintenance Licensing fees Headsets None Operator headsets Related equipment used to connect the headset for processing and dispatching a 911 call Maintenance/repairs Page 60 of74 k. Act 102: Prohibition on Excessive Overtime in Healthcare; A Apprenticeship and Training Act; and m. Inspection of Employment Records Law. Page 59 of7 74 BOARD OF COUNTY COMMISSIONERS Lesle A. Osche, Chairman Kimberly! D. Geyer, Viçe Chairman Kevin E. Boozel, Secretary Beth A. Herold, RN. BSN, MBA Administrator Building 3, Sunnyview Home Complex - 111 Sunnyview Circle 2 38 0 Years 2 of 2 Service Suite 10I - Butler. PA 16001-3547 Butler County Area Agency on Aging Phone (724)282-3008 Fax (724)282-1466 Toll Free 1-888-367-2434 Fax (724)283-6844 Protective Service (724),283-6955 aintorcobuler.maus Advisory Board Candidate InitialTerm: January 1,2 2025-June: 30, 2028 Cindy Clark - Cindy would like the opportunity to givc back to the community now that she is retired. She feels she can contribute to the community by utilizing her more than 45 ycars of nursing and management carcer experience. Cindy received her Bachelor of Science degree from Villa Maria College, (now the Nursing School of Gannon University in Eric) and later earned her MBA from Duquesne University. She began her nursing carcer at Butler Memorial Hospital. She then devoted over 33 years to the Visiting Nurses Association, Western PA. During her tenure at the VNA she became the VP of Hospice and the CIO of that organization. She then went on to work for 9 morc years at the VA Medical Center here in Butler, in the home care arena, setting up Cindy fecls her background and cxperience gives her an appreciation of what our County'selderly and Veteran populations needs are & welcomes the opportunity to participate in this capacity. in-home services and caring for Veterans. Cindy is a resident of Butler County. BUTLER COUNTY HUMAN SERVICES Area Agency onA Aging" . Children& &) Youth Services Drug&A Alcohol*E Early Intervention & Inlellectuall Disabilities Mentalh Health Area Ageney on Aging Advisory) Board Application NAME: ADDRESS: PHONENUMBER EMAILI ADDRESS: BIRTHDATE: Cindy Clark LAST4OFSOCIAL SECURITYNUMBEK BRIEF DESCRIPTION OF WHY YOU' WOULDLIKETOBEON THE. AGING ADVISORY BOARD: Now thatla am retired, Ffeel Ican contribute to the community by utilizing my 45+ year uingandmansgamasicaerasyatanmsadmyBasealordfSsiengs degree from' Villal Maria College (now the Nursing School of Gannon Universily in Erie) and later eamed my! MBA from Duquesnel University. After beginning my nursing career at Butler wemona Hospta,wUked ford over. 33 years atthe Visiting Nurses Assocation, Westem PA, rising through ther ranks to eventually become the VP ofi Hospice and the CIO oft that aganizalion. IhenmocedalthVAMedcal Centerherin! Butlerfor Smomgearsin the home care arena, selling upi in-home services and caring for Veterans. I belleve my background! lends aself well tpi an apprecialion ofwhat our county's elderly and' Veteran popuaions needs are ad would Le toparticipate mnt this capacity. Thank yout fort the opportunity! PLEASE. INDICATE. ANY OTHER BOARDS YOU ARE OR HAVE BEEN AFFILIATED WITH AND TIME: SERVED: Lutheran Seniorlife VNA, Westem PA- 20231 through Current Lusinda (Cindy) Clark 10/23/2024 SIGNATURE: DATE: BOARD OF COUNTY COMMISSIONERS Leslie A. Osche, Chairman Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, Secretary Beth A. Herold, RN, BSN, MBA Administrator 1 2 9 38 0 Years 2 of 2 Service Building 3, Sunnyview Home Complex- 111 Sunnyvicw Circle Suite 101 - Butler. PA 16001-3547 Butler County Area Agency on Aging Phonc (724)282-3008 Fax (724)282-1466 Toll Frce I-888-367-2434 Fax (724)283-6844 Protective Service (724)283-6955 minforzcobulezpa.us Advisory Board Candidate Initial Term: January 1,2025-June 30, 2027 Mara Flick - Mara will bc filling the vacant term of Martha Brown. from the Butler County Housing and Redcvelopment Authority, whosc term was set to end June 30, 2027. Mara also currently works at the Housing and Redevelopment Authority. She is looking to network and interact with colleagues as well as to givc back to the community. She was previously employed with both the Allegheny County & Butler County Area Agencies on Aging. Mara has a passion Mara fecls that joining the Advisory Board of the Arca Agency on Aging would mutually benefit for serving seniors and finding ways for them to meet their necds. both agencies to share information and resources. Mara is a resident of Butler County. BUTLER COUNTY HUMAN SERVICES Area Agency on Aging Children & Youth Services Druga & Alcohol Early! Intervention & Intellectual Disabilities MentalHealth Area Agency on Aging Advisory Board Application NAME: Mara Flick ADDRESS: PHONEI NUMBER: EMAIL ADDRESS: BIRTHDATE: LAST4OF SOCIAL SECURITY NUMBER: BRIEF DESCRIPTION OF WHY YOU WOULD LIKETOI BE ON THE. AGING ADVISORY Iwant to network and interact with colleagues as well as give back to the Butler County community. Ipreviously was employed with the Allegheny County Area Agency on Aging and the Butler County Area Agency on Aging and have aj passion for serving seniors and finding ways for them to meet their needs. Icurrently work for the Butler Conty Housing and Redevelopment Authority and feel that joining the Aging Board would be mutually beneficial to PLEASE INDICATE ANY OTHER BOARDS YOU ARE OR HAVE BEEN AFFILIATED Iam currently serving on the Tri County WIB youth Committee as the co-chair. BOARD: both agencies to share information and resources. WITH. AND TIME SERVED: SIGNATURE: Mona lick DATE: Woolaoay Esri Inc 380 New York Street Redlands CA 92373 esri Subject: Renewal Quotation Date: 11/07/2024 To: Ashley Leslie Organization: County of Butler Information Technology Dept Phone #: 7242845329 Faxi #: From: Cameron Usher Email: cusher@esri.com Fax #: 909-307-3083 Phone #: + 19093695702 Ext. 5702 Number of pages transmitted (including this cover sheet): 4 Quotation #26250221 Document Date: 11/07/2024 Please find the attached quotation for your forthcoming term. Keeping your term current may entitle you to exclusive benefits, and if you choose too discontinue your coverage, you will become ineligible for these valuable If your quote is regarding software maintenance renewal, visit the following website for details regarding the maintenance program benefits http:l/www.esri.cm/appsproducts/mantenance.qualrying.ctm All maintenance fees from the date of discontinuation will be due and payable if you decide to reactivate your coverage at a later date. Please note: Certain programs and license types may have varying benefits. Complimentary User Conference registrations, software support, and softw are and data updates are not included in all programs. Customers who have multiple copies of certain Esri licenses may have the option of supporting some of their licenses with secondary maintenance. For information about the terms of use for Esri products as well as Ify you have any questions or need additional information, please contact benefits and services. at your licensing level purchase order terms and conditions, please visit htp/www.er.comlegalcensngsorwware-lcense.ntm Customer Service at 888-377-4575 option 5. 380 New York Street Phone: + 190936957025702 Fax# #:909-307-3083 esri Redlands, CA 92373 Quotation Date: 11/07/2024 Quotation Number: 26250221 Contract Number: 00274262.0 Send Purchase Orders To: Environmental Systems Research Institute, Inc. 380 New York Street Redlands, CA 92373-8100 Attn: Cameron Usher Please include the following remittance address on your Purchase Order: Environmental Systems Research Institute, Inc. P.O. Box 741076 Los Angeles, CA 90074-1076 County of Butler Information Technology Dept PO Box 1208 Butler PA 16003 Attn: Ashley Leslie Email: gbson@co.Duter.paus Phone: 7242845329 Customer Number: 3748 Item Qty Material# 10 1 52384 For questions regarding this document, please contact Customer Service at 888-377-4575. Unit Price 3,475.00 Extended Price Subject to Terms and Conditions of PA State Contract Number 440002588. 3,475.00 ArcGIS Desktop Advanced Concurrent Use Primary Maintenance Start Date: 02/06/2025 End Date: 02/05/2026 Subscription ID: 4879683118 Start Date: 02/06/2025 End Date: 02/05/2026 Subscription ID: 4879683118 Start Date: 02/06/2025 End Date: 02/05/2026 Subscription ID: 4879683118 1010 1 86497 1,750.00 1,750.00 ArcGIS Desktop Standard Concurrent Use Primary Maintenance 2010 2 86500 1,400.00 2,800.00 ArcGIS Desktop Standard Concurrent Use Secondary Maintenance 3010 1 87194 810.00 810.00 Please note Esri has introduced a price change and this quote reflects current pricing for your organization. Iti is important to ust that weare Your renewal provides access to all the benefits you are familiar with, which you can review at pponcmanene able to continue to deliver value through enhancements to products, solutions, and capabilities. For questions related tot the price change, please reach out to your assigned Esri Account Manager. Quotation is valid for 90 days from document date. Any estimated sales and/or use tax has been calculated as of the date of this quotation and is merely provided as a convenience for your organization's budgetary purposes. Esri reserves the right to adjust and collect sales and/or use tax at the actual date of invoicing. If your organization ist tax exempt or pays state taxes directly, then prior toi invoicing, your organization must provide Esri with a copy of a current Esri may charge a fee to cover expenses related to any customer requirement to use a proprietary vendor management, procurement, or To expedite your order, please reference your customer number and this quotation number on your purchase order. tax exemption certificate issued by your state'st taxing authority for the given) jurisdiction. invoice program. 380 New York Street Redlands, CA 92373 Fax #:909-307-3083 Quotation Page2 esri Phone: + 190936957025702 Date: 11/07/2024 Item Qty Material# Quotation Number: 26250221 Contract Number: 00274262.0 Unit Price Extended Price ArcGIS Desktop Basic Concurrent Use Primary Maintenance Start Date: 02/06/2025 End Date: 02/05/2026 Subscription ID: 4879683118 Start Date: 02/06/2025 End Date: 02/05/2026 Subscription ID: 4879683118 4010 1 87195 580.00 580.00 ArcGIS Desktop Basic Concurrent Use Secondary Maintenance 5010 1 165537 4,810.45 4,810.45 ArcGIS Online Professional Plus (formerly Advanced) User Type Annual Subscription Start Date: 11/30/2024 End Date: 02/05/2026 Subscription ID: 4879683118 Start Date: 02/06/2025 End Date: 02/05/2026 6010 1 109839 2,354.00 2,354.00 ArcGIS for Server Enterprise Standard Up to Four Cores Migrated Maintenance 7010 1 109841 8,828.00 8,828.00 ArcGIS for Server Enterprise Advanced Up to Four Cores Migrated Maintenance Start Date: 02/06/2025 End Date: 02/05/2026 Item Subtotal Estimated Tax 25,407.45 0.00 Total USD 25,407.45 DUNS/CEC: 06-313-4175 CAGE: OAMS3 380 New York Street Redlands, CA 92373 Fax #:909-307-3083 Quotation Page 3 esrr Phone: + 190936957025702 Date: 11/07/2024 Quotation No: 26250221 Customer No: 3748 Contract No: 00274262.0 Unit Price Item Qty Material# Extended Price Renew online by using a credit card, purchase order, or by requesting an invoice at ttps:/www.esr.comlen-usquote-order/renew. Ifthere are any changes required to your quotation please respond to this email and indicate any changes in your invoice Ify you choose to discontinue your support, you will become ineligible for support benefits and services. All maintenance fees from the date of discontinuation will be due and payable if you decide to reactivate your support coverage at a later date. The items on this quotation are subject to and governed by the terms of this quotation, the most current product specific mtpllaseisevi.comcontemuemtenatwmadwly.poaaapactemsalusel-sopd. and your applicable signed agreement with Esri. If no such agreement covers any item quoted, then Esri's standard terms and conditions found at ntipllassets.esr.comlcontenlcamesnsristesmedlalegalma-fulma-tul-pdr apply to your purchase of that item. Federal government entities and government prime contractors authorized under FAR51.1 may purchase under the terms of Esri's http://www.esricom/en-uslega/termsstate-supplemental apply to some state and local government purchases. All terms of this quotation wi ill bei incorporated into and become part of any additional agreement regarding Esri's offerings. Acceptance of this quotation is limited to the terms of this quotation. Esri objects to and expressly rejects any different or additional terms contained in any purchase order, offer, or confirmation sent to or to be sent by buyer. Unless prohibited by law, the quotation information is confidential and may not be copied or released other than for the express purpose of system selection and purchase/license. The information may not be given to outside parties or used for any other purpose In order to expedite processing, please reference the quotation number and any/all applicable Esri contract number(s) (e.g. authorization. scope of use document found at GSA Federal Supply Schedule. Supplemental terms and conditions found at without consent from Esri. Delivery is FOB Origin. MPA, EA, GSA, BPA) on your ordering document. GORDIAN Job Order JOC Contract No.: 2021JOCC-21 New. Job Order X Modify an Existing Job Order Job Order Number: 123423.02 Job Order Title: Contact: Phone: Butler Co Parks & Rec Alameda Park Excavation Lance Welliver 7242845383 Contractor Name: Clark Contractors, Inc. Contact: Phone: Clifton Clark (814)623-9400 Work to be Performed Work to! be performed as per thel Final Scope of Work and the Price Proposal dated and as per the terms and Grinder pump and vault- Flush Sewer Line Connection 6" pipe- Water Service Valve and connection Backwater conditions of. JOC Contract No 2021JOCC-21. Brief Task Order Description: Check' Valve Time of Performance Liquidated Damages Validation Information Estimated Start Date: Estimated Completetion Date: Will apply: Willl NOT apply: Option 2- Non Prevailing Wage 01 0.9476 Job Order Firm Fixed Price: $23,405.40 Owner Purchase Order: Approvals Project Manager Date Contractor Representative Date Agency Representative Date Agency Representative Date Agency Representative Date Agency Representative Date Task Order Page 1of1 12/6/2024 GORDIAN Scope of Work To: Lance Welliver KPN- Butler County No Address Input 7242845383 Job Order No: Job Order Title: From: Clifton Clark Clark Contractors, Inc. 145 Clark Building Road Bedford, PA 15522 (814)623-9400 123423.02 Butler Col Parks & Rec Alameda Park Excavation Thef following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the PLUMBING SCOPE OF WORK: EXCAVATE, BACKFILL AND GRADE WATER PIPING, GRAVITYAND FORCED SANITARY PIPING AS SHOWN ONI DRAWINGS SP5, CD2 & CD3. INSTALL1 11 1/2" TYPE KI WATER FRON SADDLE TAP' TO5 OUTSIDE BUILDING THAT INCLUDES CURB STOPI CURB BOXI METER CROCKAND CONNECTION OF WATER FROM THE BUILDING (PROVIDED BY OTHERS). INSTALL 4" SCH.40F PVC GRAVITY SANITARY PIPE 5' OUTSIDE BUILDING WITH" TRAP, CLEAN OUTTOE ONE GRINDER PUMP, INSTALL1 1/4" SDR21 FORCED MAIN PIPING FROME ONE GRINDER PUMP TOI MANHOLE/ AS SHOWN ON THE SP5, CD2 & CD3 DRAWINGS. PROPOSAL EXCUDES. ANY ELECTRIC WIRING, EQUIPMENT AND ELECTRICAL CONNECTIONS, EXCAVATION FOR ELECTRIC WORK, SAW CUTTING, REMOVALAND REPLACEMENT OF ANY CONCRETE, PAVING, SITE PREP WORK FORI BUILDING, TIE-INF FEE, INSPECTION, ANDI PERMIT FEES. THIS PROPOSAL IS STRICTLY PLUMBING WORK. AS SHOWN. ANY ADDITIONAL/ AND OR UNFORESEENI PLUMBING WORKI EXCAVATION items set forth below shall be considered part of this scope of work. WILLI BE DEEMED. AS SUPPLEMENTAL WORK ORDER. Subject to the terms and conditions of. JOC Contract 2021JOCC-21. Lance Welliver, Requestor Date Clifton Clark, President Date Scope ofWork Page 1of1 12/6/2024 Contractor's Cost Proposal- Summary (L/E/M) Date: December 06, 2024 Re: IQC Master Contract #: JOC Work Order #: Owner PO#: Title: Contractor: Proposal Value: 2021JOCC-21 123423.02 Butler Co Parks & RecA Alamedal Park Excavation Clark Contractors, Inc. $23,405.40 EXCAVATION Proposal Total $23,405.40 $23,405.40 This Proposal totalr represents the correct total fort thep proposal. Any discrepancy! between line totals, sub-totals andt the proposalt totali isc due ton rounding oft the! line totals ands sub-totals. Thel Percentage of NPP on this Proposal: % Contractor's Cost Proposal-s Summary (LEM) Report Pago 1of1 12/6/2024 Contractor's Cost Proposal - Detail (L/E/M) Date: December 06, 2024 Re: IQC Master Contract #: JOC Work Order #: Owner PO#: Title: Contractor: Proposal Value: 2021JOCC-21 123423.02 Butler Co Parks &F Rec Alameda Park Excavation Clark Contractors, Inc. $23,405.40 Sect. ltem Mod. UOM Description Line Total $7,015.92 $5,467.42 $7,268.96 $1,314.74 Labor Equlp. Material (Excludes) EXCAVATION 1 0122 23 000225 0122 23 000287 3 0122 23 001165 0171 13 000003 DAY 2,0001 To2,400 LB Capacity, 72" Wide, Skid-Steer Loader With Full-Time DAY 3/4 CYHydraulic Excavator' With Full-Time Operator DAY 13 CYRear Dump Truck With Full-Time Truck Driver Operator Installation Installation Installation Quantity 6.00 Quantity 4.00 X Quantity 4.00 X Unit Price 1,233.98 x Unit Price 1,442.44 x Unit Price 1,917.73 x Factor 0.9476 Factor 0.9476 Factor 0.9476 Total 7,015.92 Total 5,467.42 Total 7,268.96 EA Equipment Delivery, Pickup, Mobilization And Demobilization UsingAT Tractor Traller With Up To 53 Bedincludes loading, tie-down ofe equipment, delivery of equipment, off loading on site, rigging, dismanting, loadingf for retum and transporting away. For equipment such as bulldozers, motor scrapers, hydraulic excavators, gradalls, road graders, loader-backhoes, heavy duty construction! loaders, tractors, pavers, rollers, bridgef finishers, straight mast construction forklifts, telescoping! boom rought terrain construction forklifts, telescoping and articulating boom man! lifts with >40' boom lengths, etc. Quantity 1.00 x Quantity 8.64 Quantity 222.61 x Quantity 10.00 x Quantity 3.00 x Quantity 4.00 x Unit Price 1,387.44 x Unit Price 56.43 x Unit Price 6.98 x Factor 0.9476 Factor 0.9476 Factor 0.9476 : Total 1,314.74 Total 462.01 Total 1,472.40 Installation Installation Etcetera Installation 5 3105 13 000004 6 3123 16 130013 CY 3/8" Minus, ASTM C33, Screened/Washed Bedding Sand $462.01 $1,472.40 CY Compaction of FIl or Subbase for Trenches by Vibratory Plate, Air Tamper, #57 STONE, 189.63 CY SANITARY/WATER TRENCH, 14.54 CYV WATER METER, 1.30 CY CURB STOP, EA Wheat Straw Mulch BaleCovers 350 SF forming a unlform mat through which 20t to4 40% of the original grounds surface can! be seen. MSF Athletic Mix, Hydro OrA Air Seeding8 LB/MSF spread rate. Mixture of three varieties ofc drought resistant bluegrass, tallf fescue andI Kentucky bluegrass. 2.60 CLEAN OUTS, 14.54 PUMP STATION 7329113 160019 8 3292 19 130024 9 3305 97 230006 Subtotal for EXCAVATION $83.48 $279.87 $40.60 $23,405.40 Unit Price 8.81 x Unit Price 98.45 x Unit Price 10.71 x Factor 0.9476 Factor 0.9476 E Factor 0.9476 Total 83.48 Total 279.87 Total 40.60 Installation Installation Installation CLF 3"Detectable Utility' Waming Tape Contractor's Cost Proposal- Detail (LEM) Report Page 1of2 12/6/2024 Contractor's Cost Proposal - Detail (L/E/M) Continues.. Job Order No: Job Order Title: Proposal Total 123423.02 Butler Co Parks & Rec Alameda Park Excavation $23,405.40 This Proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due tor rounding oft the line totals and sub-totals. The Percentage of NPP on this Proposal: % Contractor's Cost Proposal- -Detail (LEM) Report Page 20f2 12/6/2024 GORDIAN Job Order JOC Contract No.: 2021JOCC-23 New Job Order Modify an Existing Job Order Job Order Number: 123423.00 Job Order Title: Contact: Phone: Butler Co Parks & Rec Alameda Park Plumbing Updates Lance Welliver 7242845383 Contractor Name: Clark Contractors, Inc. Contact: Phone: Clifton Clark (814) 623-9400 Work to be Performed Work tol be performed as pert the Final Scope of Work and the Price Proposal dated 11/20/2023, and as pert the Grinder pump and vault- Flush Sewer Line Connection 6" pipe- Water Service Valve and connection Backwater terms and conditions ofJ JOC Contract No 2021JOCC-23. Brief Task Order Description: Check Valve Time of Performance Liquidated Damages Validation Information Estimated Start! Date: Estimated Completetion Date: Will apply: Willl NOT apply: X Option 2- Prevailing! Wage Norma. 1.1670 Job Order Firm Fixed Price: $51,918.77 Owner Purchase Order: Approvals Project Manager Date Contractor Representative Date Date Agency Representative Date Agency Representative Agency Representative Date Agency Representative Date Task Order Page 1of1 12/6/2024 GORDIAN Scope of Work To: Lance Welliver KPN-E Butler County No Address Input 7242845383 Job Order No: Job Order" Title: From: Clifton Clark Clark Contractors, Inc. 145 Clark Building Road Bedford, PA 15522 (814)623-9400 123423.00 Butler Co Parks & Rec Alameda Park Plumbing Updates The following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the PLUMBING SCOPE OF WORK: EXCAVATE, BACKFILL/ AND GRADE WATER PIPING, GRAVITYAND FORCED SANITARY PIPING AS SHOWN ON DRAWINGS SP5, CD2 & CD3. INSTALL1 1/2" TYPE K WATER FRON SADDLE TAPTOSOUTSIDE BUILDING THAT INCLUDES CURB STOPI CURB BOX METER CROCK AND CONNECTION OF WATER FROM THE BUILDING (PROVIDED BY OTHERS). INSTALL 4" SCH.40 PVC GRAVITY SANITARY PIPE 5' OUTSIDE BUILDING WITH TRAP, CLEAN OUTT TOE ONE GRINDER PUMP, INSTALL1 1/4" SDR: 21 FORCED MAIN PIPING FROM E ONE GRINDER PUMP TO MANHOLE. AS SHOWN ON THE SP5, CD2 & CD3 DRAWINGS. PROPOSAL EXCUDES ANY ELECTRIC WIRING, EQUIPMENT AND ELECTRICAL CONNECTIONS, EXCAVATION FORI ELECTRIC WORK, SAW CUTTING, REMOVAL ANDI REPLACEMENT OF ANY CONCRETE, PAVING, SITE PREP WORK FORI BUILDING, TIE-IN FEE, INSPECTION. ANDI PERMIT FEES. THIS PROPOSAL IS STRICTLY PLUMBING WORK AS SHOWN. ANY ADDITIONALAND OR UNFORESEENI PLUMBING WORKI EXCAVATION items set forth below shall be considered part oft this scope of work. WILL BE DEEMED. ASUPPLEMENTAL WORK ORDER. Subject to the terms and conditions of. JOC Contract 2021JOCC-23. Lance Welliver, Requestor Date Clifton Clark, President Date Scope ofWork Pageiof1 12/6/2024 Contractor's Cost Proposal - Summary (L/E/M) Date: December 06, 2024 Re: IQC Master Contract #: JOC Work Order #: Owner PO#: Title: Contractor: Proposal Value: E ONE GRINDER PUMP E ONE GRINDER PUMP PACKAGE SANIARY SANITARY WATER Proposal Total 2021JOCC-23 123423.00 Clark Contractors, Inc. $51,918.77 Butler Co Parks & Rec Alamedal Park Plumbing' Updates $1,527.90 $21,710.38 $101.11 $9,295.75 $19,283.63 $51,918.77 This Proposal total represents the correct total for the proposal. Any discrepancy between linet totals, sub-totals and the proposal total is due to rounding oft thel linet totals and sub-totals. The Percentage of NPP on this Proposal: 41.82% of1 Page 12/6/2024 Contractor's Cost Proposal- Summary (UE/M) Report Contractor's Cost Proposal - Detail (L/E/M) Date: December 06, 2024 Re: IQCI Master Contract #: JOCI Work Order# #: Owner PO#: Title: Contractor: Proposal Value: 2021JOCC-23 123423.00 Clark Contractors, Inc. $51,918.77 Butler Co Parks & Rec Alamedal Park Plumbing Updates Sect. ltem Mod. UOM Description Line Total $1,490.61 Labor Equip. Material (Excludes) EONE GRINDERI PUMP 0122_20 000025 HR PlumberFor tasks noti includedi in the Construction Task Cataloge and as 2-PLUMBERS FORSHOURS EACH ONE ONE GRINDER PUMPI INSTALLATION directed by owner only. Quantity 10.00 X ForF Foreperson, Add Quantity 5.00 Unit Price 127.73 x Unit Price 6.39 x Factor 1,1670 = Factor 1.1670 Total 1,490.61 Total 37.29 Installation Installation 0122_20 000025 0002 Subtotal for E ONE GRINDER PUMP E ONE GRINDER PUMP PACKAGE 3 22_00 00. 00'0012 $37.29 $1,527.90 $21,710.38 EONE DUPLEX SEWAGE GRINDER PUMP PACKAGE Quantity 1.00. Unit Price 18,603,58 x Factor 1.1670 Total 21,710.38 NPP Installation' SEEATTACHED TEPCO QUOTE Subtotal for EONE GRINDER PUMPI PACKAGE $21,710.38 $101.11 SANIARY 0505 19 000151 EA 3/8" Bolt Diameter, 304/18-8 Stainless Steel, Multi-Set Drop-InAnchor Quantity 3.00 X Unit Price 28.88 x Factor 1.1670 Total 101,11 Installation FORCED MAIN, MANHOLE DROPF PIPE SUPPORT Subtotal for SANIARY SANITARY 0241 19 130210 6 0241 19 130224 7 2205 76 000011 $101.11 $369.87 $20.31 $2,419.10 EA Drill 4"0 Diameter Core In8 8" Concrete! Manhole Quantity 1.00 IN 1/2" Diameter Drilling In Concrete Per! Inch OfD Depth Quantity 7.50 x FORCED MAIN, MANHOLEI DROPE PIPE ANCHORS: 2.5"E EACH EA 4"H Heavy! DutyF Floor Cleanout, Round Top, Cast Iron With Cast Bronze Screw Plug/ And! Nickel Bronze Cover Quantity 2.00 x INSPECTION! PORT/CLEANC OUT Unit Price 316.94 x Unit Price 2.32 x Unit Price 1,036.46 x Factor 1.1670 Factor 1.1670 Factor 1.1670 Total 369.87 Total 20.31 Total 2,419.10 Installation MANHOLE Installation Installation Contractor's Cost Proposal- Detail (L/E/M) Report Page 1of4 12/6/2024 Contractor's Cost Proposal - Detail (L/E/M) Continues.. Job Order No: Job Order' Title: SANITARY 8 2205 76 000013 123423.00 Butler Co Parks & Rec Alameda Park Plumbing Updates EA 6"H Heavy! Duty Floor Cleanout, Round Top, Cast Iron With Cast Bronze! Screw $2,030.63 Plug And! Nicke! Bronze Cover Quantity Installation 1.00 x FORCED MAIN SHUT OFF Quantity Installation 1.00 EA 1-1/4", 1-1/2" Or2" Threaded Bronze Plug Quantity Installation 1.00 x FORCED MAIN MANHOLE CLEAN OUT PLUG EA 4"Polyvinyi Chloride (PVC) DWV Sanitary Tees Quantity Installation 1.00 X VENTED TRAP EA 4"F Polyvinyl Chloride (PVC) DWVP-Traps Quantity Installation 1.00 SANITARY TRAP EA 4"Castl Iron VandalF Proof Hooded' Vent Cap Quantity Installation 1.00 EA 4"S Steel Pipe Sleeve Withl Link Seals Quantity Installation 1.00 x 4'HOLEWITH1 1/4"IPS PIPE LINK SEAL Bronze Trim Gate Valve Quantity Installation 1.00 FORCEDI MAIN Body, Ball Valve Quantity Installation 1.00 x FORCEDI MAIN CLEANC OUT Quantity Installation 3.00 x Quantity Installation 1.00 x SANITARY INSPECTION" TEE Adapters Quantity Installation 1.00 FORCED MAIN CLEANC OUT UnitF Price 1,740.04 x Unit Price 97.00 X UnitF Price 83.87 x Unit Price 169.68 x Unit Price 439.93 x UnitF Price 519.45 x Unit Price 314.00 X Unit Price 288.24 x Unit Price 96.55 x Unit Price 29.33 x Unit Price 244.78 x UnitF Price 35.04 x Factor 1.1670 Factor 1.1670 = Factor 1,1670 = Factor 1.1670 Factor 1,1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 n Factor 1,1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Total 2,030.63 Total 113.20 Total 97,88 Total 198.02 Total 513.40 Total 606.20 Total 366.44 Total 336.38 Total 112.67 Total 102.68 Total 285.66 Total 40.89 9 2205 76 000013 0119 MOD For Wide! Flange, Add $113.20 $97.88 $198.02 $513.40 $606.20 $366.44 $336.38 10 2205 76 000055 11 221316 000568 12 22131 16 000610 13 2213 16 000925 14 23 05 17 000013 15 230523_000015 EA 1-1/2" Diameter, Class 125 Non-Rising! Stem, Threaded, Cast Iron! Body, 16 2305 23 000065 EA 1"T Threaded Or Sweated, 125 LB, Regular Port, Carbon Steel Trim, Brass $112.67 17 23 05 29 000100 18 2321 13 232268 19 2321_13_232310 EA 1-1/4" Adjustable Swivel Steel Ring (Cooper B-Line B3170) FORCED MAIN, MANHOLE DROPE PIPE SUPPORT EA 4"Schedule 40F Polyvinyl Chloride (PVC) Tees $102.68 $285.66 $40.89 EA 1"Schedule 40 Polyvinyl Chloride (PVC) Socket Weld) X1 Threaded! Male Contractor's Cost Proposal- Detail (L/E/M) Report Page2of4 12/6/2024 Contractor's Cost Proposal - Detail (L/E/M) Continues.. Job Order No: Job Order Title: SANITARY 20 23_21 13 232321 123423.00 Butler Co Parks & Rec Alameda Park Plumbing Updates EA 1-1/4" Schedule 40F Polyvinyl Chloride (PVC) Socket Weld X1 Threaded Female $54.69 Adapters Installation Installation FORCED MAIN Installation FORCED MAIN Installation FORCED MAIN CLEAN OUT Installation Installation FORCED MAIN Installation Installation FORCED MAIN SHUT OFF Quantity 1.00 % Quantity 100.00 x Quantity 3.00 x Quantity 1.00 x Quantity 2.00 x Quantity 3.00 x Quantity 2.00 X Quantity 1.00 x Unit Price 46.86 x Unit Price 3.83 x Unit Price 43.20 x Unit Price 43.20 x Unit Price 63.27 x Unit Price 32.78 x Unit Price 55.21 x Unit Price 503.71 x Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 = Factor 1.1670 Total 54.69 Total 446.96 Total 151.24 Total 50.41 Total 147.67 Total 114.76 Total 128.86 Total 587.83 FORCEDI MAIN MANHOLE CLEAN OUIT 21 3314 13 230260 22 331413 230286 23 3314_13_230286 24 3314_13_230299 25 331413 230312 26 3314 13 230313 27 3314_23 000020 LF 1-1/4" Class 200, SDR 21 Polyvinyl Chloride (PVC)F Pressure Pipe $446.96 $151.24 $50.41 $147.67 $114.76 $128.86 $587.83 EA 1-1/4" 45 Degree Elbow, Class 200, SDR: 21 Polyvinyl Chloride (PVC) EA 1-1/4" 45 Degree Elbow, Class 200, SDR21F Polyvinyl Chloride (PVC) EA 1-1/4" Tees Or Wyes, Class 200 SDR 21 Polyvinyl Chloride (PVC) 1-WYE, FORCED MAIN CLEAN OUT, 1-T TEE MANHOLE PIPING EA 1-1/4" Coupling, Class 200 SDR: 21 Polyvinyl Chloride (PVC) EA 1-1/2" Coupling, Class 200 SDR: 21 Polyvinyl Chloride (PVC) 112X-REDUCING COUPLINGS, SHUT OFF EA 48" To 60" High Round Head Cast Iron Roadway Or Curb Valve Boxes Subtotal for SANITARY WATER 28 22 05 23 000007 29 22111 19 000146 30 2211 19 000146 0038 31 3301 10 580002 $9,295.75 $355.51 $1,276.09 $69.62 $1,094.45 Page3of4 12/6/2024 EA 1-1/2" Diameter, 200 PSI, Non-Rising Stem, Crimped Bronze Gate Valve EA 1-1/2" Threaded Double Check Valve Assembly' With Quarter Turn Shut-offs Quantity 1.00 x (Watts 007 QTor7 719 QT Series) Quantity 1.00 For Work Inl Restricted' Working Space, Add Quantity 1.00 X Gas Chlorination Method Quantity 1.00 X Unit Price 304.64 x Unit Price 1,093.48 x Unit Price 59.66 x Unit Price 937.83 x Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Total 355.51 Total 1,276.09 Total 69.62 Total 1,094.45 Installation Installation Installation Installation EA Setting Up And Removing Equipment For Water Main Dsniecton/Slenizaton, Contractor's Cost Proposal- Detail (L/E/M) Report Contractor's Cost Proposal - Detail (L/E/M) Continues.. Job Order No: Job Order Title: WATER 32 3301 10 580004 33 3301 30 510127 34 3305 63 000062 35 3314_13390020 36 331413 530019 37 331423 000020 38 331913 230005 Subtotal for WATER Proposal Total 123423.00 Butler Co Parks & Rec Alameda Park Plumbing Updates LF UpTo4" Diameter Pipe Water Main DshtectonSlenizaion EA 1-1/2" Coupling, Steel Body (Compression), 5" Middle Ring With Armored $24.51 $486.36 $11,327.18 $2,516.05 $310.26 $587.83 $1,235.77 $19,283.63 $51,918.77 Quantity 60.00 Quantity 2.00 Quantity 1.00 Quantity 100.00 x Body Service Saddle (Smith-Blair 313) Quantity 1.00 Quantity 1.00 x Quantity 1.00 Unit Price 0.35 x Unit Price 208.38 x Unit Price 9,706.24 x Unit Price 21.56 Unit Price 265.86 Unit Price 503.71 Unit Price 1,058.93 Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Factor 1.1670 Total 24.51 Total 486.36 Total 11,327.18 Total 2,516.05 Total 310.26 Total 587.83 Total 1,235.77 Installation Gasket Installation Installation Installation Installation Installation Meter Installation EA 4'x4'x 15' Deep Precast Concrete Meter Pit LF 1-1/2" Typel K Copper Water Distribution Pipe EA 3"Diameter, x 1-1/4" To 1-1/2" Tap Double Bale Epoxy Coated Ductile Iron EA 48"1 To 60" High Round Head Cast Iron Roadway Or Curb Valve Boxes EA 1-1/2" Diameter, 01 To 100 GPM, Screwed, Disk Type, Bronze' Water Supply This Proposal total represents the correct totalf fort thep proposal. Any discrepancy! between line totals, sub-totals and the proposalt totali is duet to rounding of the line totals and sub-totals. The Percentage of NPP on this Proposal: 41.82% Contractor's Cost Proposai- Detail (UE/M)F Report Page 4of4 12/6/2024 LEVAL LOGITICS S pcasName #: njaas MARTIN FURNITURE 2345 BRITANNIA BLVD REC HRS 700-1500 SAN DIEGO N ELENA PRIETO POr Consgrees: Nama ansAdcrcs. Housion, IK 112U5 Customer Service (800) 888-4949 Corporato Ofice: (800) 821-9956 01047 PLEASS ENTERCOWPLE'E NAME. ANDA ADDRES5 DF SHIPPER AND CONSIGNEE 12/CDe4 SAN C Ongin?7: C Dest. Shippers Account Number MART2321B TRANSPORT DOCUMENT hejobsoe 38948407 oe AABN2500590 CA 92154 TPhoner 8002685609 jBOL D.902525 Consignces/ccount? Number SPX033160D MOVEMENT# Copes 1.2and3ofthis Transpon Documont aro onginels and have thos same valdily. us agreed that the goods descnbed haren are accepled m apparent good order and condton (except 0s noled) for! camage SUBJECT1 TOCONDITIONS OF CONTRACT ONT THE REVERSE SIDE HEREOF ALLGOODS MAY BE CARRIEO, BY ANY OTHER MEANS INCLUDING ROAD OR ANY OTHER CARRIER UNLESS SPECIFIC CONTRARYI INSTRUCTIONS. ARE GIVEN HEREON BY1 THE SHIPPER, AND SHIPPER AGREES1 THAT THE SHIPMENT MAY BE CARRIED VIAI INTERMEDIATE! STOPPING PLACES WHICH1 THE CARRIER DEEMS APPROPRIATE THE SHIPPER'S ATTENTION IS DRAWN TO THE NOTICE CONCERNING CARRIERS UIMITATIONS OFL LIABILITY. Shpper mayi increase such bmitation afl habdityto declanngangher valuef forc carnage and payng as supplemental charge drequred. DOMESTCTRANSBORDEN LOCAL J CHARTER NFO/SAME DAY JPRIORITY (NDAYby noon) a REGULAR DAY (NDAY by 5PM) 22nd DAY JECONOMY JDATE SPECIFIC JSATURDAY J SUNDAY TRUCKLOAD JHOLDI FOR PICKUP FMCNO. 4490 DIRECT CEVA FAA-IACe: SW9310028 OCEAN JDOORTOPORT JDOOR TOF PORT SAXONDURG DISTRICT CUURT 333 W MAIM ST STE 103 SAXONBURG ContacvBroker PGWHZ2FNHIH BIL.INGA ADDRESS NPPEIS 1AccL AMAZON.COM PO BOX 80683 SEATTLE INTL AIR JCUSTOMS CLEARANCE JCHARTER JNOW JPREMIUM JVALUE JDIRECTIATA JHOTSHOT J PORT TOF PORT JPORT TOF PORT J REGULAR JPORT TOD DOOR JPORT TO DOOR JNEXTDAY JDOOR TODOOR JDOOR TODOOR JLIFTGATE JCUSTOMS 3 TWO PERSON CLEARANCE JINSIDE PA 16056 Phone: 7PA3529465 BOLO AMAZDO9A1 JFREE DOMICILE JFREE DOMICILE The terms and conditions as noted on the reverse side of this" Transport Document are jnot applicable for OCEAN shipments. These shipments willl be subject to the Terms and Conditions oft the appointed carrieri including Limitation of Liability. Prepaid 3 Third Party Customs Value 3 Collect C.O.D. OUTBOUND FREIGHT FROM DC 3 WA 98109--0683 Declared Value Amount ol Insurance EAEXRASIESIA SEKVICERID) DUE DATERI2/13724 CODA Amount INSURANCE- -icamer olfers insuranca, ands such msurencois These commodties. lechnology or sofware were exported trom the Unted Statos and in accordance with tho export adminstraton requestodina accordance wtht thec condtions thereot, indicate amoun! to regulabons. Dvorsion contray lou US. law prohibted. The exporter authorizes CEVA to eCt as forwarding agent for export control Dos insuredi intgures mt box marked "Amount al Insurance" ando cusioms purposes. No. of Gross Pieces Weight Description of Goods Schedule B# (INT'L) Dimensions 154 URNITURE ITEMS 26,8 48 33 3 jolas UN: ORID 154 ums shpmen! contains dangerous goods ASF PERAITACHED SHIPPERS DECLARATION. 24HR CONTACT NUMBER. DOCK INSP HAWB REVIEW a/dey DRIVER AGENTAVEHIÇLE Date AG Dosia Glimpla PUTIMEDATE raa4 3pm Recoiveaysoodc ZAi Icortily thal the cargo doss no! contain any unauthonzed explosives, inçondianes or nazardous matenals. consent to PUBOUPTPIQUDTE searcno of trus cargo lam aware that this endorsemont and ariginal signature along wth other shipping documents. willl be retainedo onf fe for all least 30 days 91 Company Namo PnntNamo H: 60v blype blyce Executec on( (aale) DR-0001/Rev. 09/19) 0) Signature of Shippero Dr 4s agent c.o.D. Checke Total Collect Charges .00 plak EVAInDV PHOTOID YESINO IDe a(place) Signalure olissuingo Carrier or sAgent NONN NEGOTIABLE AIRBILLS SUBJECT TOCONDITIONS SET FORTHO ONF REVEASE SIDE HEREOF no .a n GORDIAN Job Order JOC Contract No.: 2021JOCC-22 New. Job Order X Modify an Existing Job Order Job Order Number: 123423.01 Job Order Title: Contact: Phone: Butler Co Parks & Rec Alameda Park Plumbing Updates Electrical Lance Welliver 7242845383 Contractor Name: Schultheis Electric Contact: Phone: Timothy Schulteis 724-537-5157 Work to be Performed Work to be performed as per thel Final Scope of Work and the Price Proposal dated 11/25/2024, and as per the Grinder pump and vault- Flush Sewer Line Connection 6" pipe. Water Service Valve and connection Backwater terms and conditions of. JOC Contract No 2021JOCC-22. Brief Task Order Description: Check' Valve Time of Performance Liquidated Damages Validation Information Estimated Start Date: Estimated Completetion Date: Will apply: Will NOT apply: Option 2-1 Prevalling Wage Norma. 1.0558 Job Order Firm Fixed Price: $11,892.81 Owner Purchase Order: Approvals Project Manager Date Contractor Representative Date Agency Representative Date Agency Representative Date Agency Representative Date Agency Representative Date Task Order Page1of1 11/25/2024 SRDIAN Scope of Work To: Lance' Welliver KPN- -B Butler County No Address Input 7242845383 Job Order No: Job Order' Title: From: Timothy Schulteis Schultheis Electric POI Box 798 Latrobe, PA 15650 123423.01 Butler Co Parks & Rec Alameda Park Plumbing Updates Electrical Thef following items detail the scope ofv work as discussed at the site. All requirements necessary to accomplish the PLUMBING SCOPE OF WORK: EXCAVATE, BACKFILLAND GRADE WATERI PIPING, GRAVITYAND! FORCED SANITARY PIPING AS SHOWN ONI DRAWINGS SP5, CD2 & CD3. INSTALL 11 1/2" TYPE KV WATER FRON SADDLE TAP1 TO5' OUTSIDE BUILDING THAT INCLUDES CURB STOPI CURB BOXI METER CROCK AND CONNECTION OF WATERI FROM THE BUILDING (PROVIDEDI BY OTHERS). INSTALL 4" SCH.40 PVC GRAVITY: SANITARY PIPE 5' OUTSIDE BUILDING WITH TRAP, CLEAN OUTTOE ONE GRINDER PUMP, INSTALL11 1/4" SDR: 21 FORCED MAINI PIPINGI FROM E ONE GRINDER PUMP TO MANHOLE AS SHOWN ON THE SP5, CD2 & CD3 DRAWINGS. PROPOSAL EXCUDES. ANYE ELECTRIC WIRING, EQUIPMENT AND ELECTRICAL CONNECTIONS, EXCAVATION FOR ELECTRIC WORK, SAW CUTTING, REMOVALI AND REPLACEMENT OF ANY CONCRETE, PAVING, SITE PREPI WORKI FORI BUILDING, TIE-IN FEE, INSPECTION. AND PERMIT FEES. THISI PROPOSAL IS STRICTLY PLUMBING WORK AS SHOWN. ANYA ADDITIONALA AND OR UNFORESEEN PLUMBING WORK/ EXCAVATION items set forth below shall! be considered part oft thiss scope of work. WILLE BE DEEMED. ASUPPLEMENTAL WORK ORDER. Subject to the terms and conditions of. JOC Contract 2021JOCC-22. Lance Welliver, Requestor Date Timothy Schulteis, President Date Scope ofv Work Pageiof1 11/25/2024 Contractor's Cost Proposal - Summary (LE/M) Date: November 25, 2024 Re: IQC Master Contract #: JOC Work Order #: Owner PO#: Title: Contractor: Proposal Value: 2021JOCC-22 123423.01 Schultheis Electric $11,892.81 Butler Cof Parks &F Rec Alameda Park Plumbing Updates Electrical Section-01 Section -02 Section -05 Section- -26 Proposal Total $1,210.71 $860.42 $238.36 $9,583.32 $11,892.81 This Proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals andt the proposalt total is duet tor rounding oft the line totals and sub-totals. The Percentage of NPP on this Proposal: % Contractor's Cost Proposal- Summary (UEM) Report Page 1of1 11/25/2024 Contractor's Cost Proposal - Detail (L/E/M) Date: November 25, 2024 IQCI Master Contract #: JOC Work Ordert #: Owner PO#: Title: Contractor: Proposal Value: Re: 2021JOCC-22 123423.01 Schultheis Electric $11,892.81 Butler Co Parks &F Rec Alameda Park Plumbing Updates Electrical Sect. Item Mod. UOM Doscription Line Total $1,153.02 Labor Equip. Material (Excludes) Section-01 0122 20 000010 HR ElectricianFor tasks noti included in the Construction Task Cataloge and as directed by owner only. Quantity 8.00 grinder pump, startup and testing. Quantity Installation 8.00 x UnitF Price 136.51 X Unit Price 6.83 x Factor 1.0558 Factor 1.0558 Total 1,153.02 Total 57.69 Installation installation ofg grinder pump control panel, terminations ofg grinder pump control panel andt terminate atthe 2 0122 20 000010 0002 MOD ForF Foreperson, Add $57.69 $1,210.71 $860.42 Subtotal for Section -01 Section. -02 3 0241 19 130291 EA Core Drill Minimum ChargeFor projects where thet total core driling chargei is less than the minimum charge, use task' "Minimum Charge For Core Dilling" exclusively. Task "Minimum Charge For Core Driling" should not be used in conjunction with any other tasks int this section. Does nota apply tos sections "Dilling In Concretel Per Inch or Depth" or" "Drilling! In Brick OrE Block Per Inch OfDepth" or "Dilling In' Wood Or Plastic Per Inch Of Depth". Quantity 1.00 x Unit Price 814.95 x Factor 1.0558 Total 860.42 Installation Subtotal for Section 02 Section -05 0505 19 000009 $860.42 $238.36 EA 3/8" Diameter x2-314'Length, Zinc Piated Steel, Wedge Anchor Expansion 4eacht for mounting disconnect switch, transformer, grinder pump control panel and wireway MLF #12/ AWG, Type THHN-THWN, 600 Volt, Copper, Single Stranded Cable, MLF 9Conductor: #12 AWG, Stranded, Type TC Control Cable EA 3/4", One Hole Iron Condult Strap Bolt Installation Quantity 16.00 X Unit Price 14.11 x Factor 1.0558 n Total 238.36 Subtotal for Section 05 Section-26 5 26 05 19 160279 2605_19 160479 2605 29 000179 $238.36 $301.91 $218.40 $76.12 Installed In Conduit Quantity 0.30 x Quantity 0.05 x Quantity 14.00 x Unit Price 953.17 x Unit Price 4,137.21 x Unit Price 5.15 x Factor 1.0558 Factor 1.0558 Factor 1.0558 Total 301.91 Total 218.40 Total 76.12 Installation Installation Installation Contractor's Cost Proposal- -Detail (LEM) Report Page 1of4 11/25/2024 Contractor's Cost Proposal - Detail (L/E/M) Continues.. Job Order No: Job Order Title: Section-26 123423.01 Butler Co Parks & Rec Alameda Park Plumbing Updates Electrical 26 05 29 000179 0069 MOD For Installation On Concrete (includes Drilling And Fastener), Add $20.27 $15.63 $2.53 $73.17 $14.19 $18.96 $2.03 $257.62 $311.57 $97.07 $106.13 $57.79 $112.76 $64.09 $237.75 Quantity 16.00 Quantity 2.00 Quantity 2.00 X Quantity 14.00 Quantity 14.00 X Quantity 2.00 Quantity 2.00 Quantity 20.00 X Quantity 10.00 X Quantity 2.00 Quantity 1.00 x Quantity 2.00 x Quantity 3.00 x Quantity 2.00 x Quantity 6.00 x Unit Price 1.20 x Unit Price 7.40 x Unit! Price 1.20 x Unit Price 4.95 Unit Price 0,96 x Unit Price 8.98 X Unit Price 0.96 x Unit Price 12.20 x Unit Price 29.51 x Unit Price 45.97 x Unit Price 100.52 x Unit Price 27.37 x Unit Price 35.60 x Unit Price 30.35 x Unit Price 37.53 x Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558. Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Total 20.27 Total 15.63 Total 2.53 Total 73.17 Total 14.19 Total 18.96 Total 2.03 Total 257.62 Total 311.57 Total 97.07 Total 106.13 Total 57.79 Total 112.76 Total 64.09 Total 237.75 Installation Installation Installation Installation Installation Installation Installation Installation Installation Installation Installation Installation Installation Installation Installation 2605 29 000183 EA 2", Onel Hole Iron Conduit Strap 10 2605 29 000183 0069 MOD For Installation On Concrete (Includes DrillingAnd Fastener), Add 11 2605 29 000203 EA 3/4" Condult, Clamp! Back Spacer 12 2605 29 000203 0069 MOD For Installation On Concrete (Includes Drilling/ And Fastener), Add 13 2605 29 000207 EA 2" Conduit, Clamp Back Spacer 14 2605 29 000207 0069 MOD For Installation On Concrete (Includes Drilling And Fastener), Add 15 2605 33 130063 16 2605 33 130057 17 26_05 33 130076 18 2605 33 130080 19 2605_33 130325 20 260533 130326 21 26053 33 130373 22 2605 33 130374 LF 3/4" Rigid Galvanized Steel (RGS) Condult With Threaded Coupling LF 2"F Rigid Galvanized Steel (RGS) Conduit With Threaded Coupling EA 3/4" Rigid Galvanized: Steel (RGS) 90 Degree Standard Radius Elbow EA 2" Rigid Galvanized: Steel (RGS) 901 Degree Standard Radius Elbow EA 3/4"x12"1 Long, Rigid Galvanized Steel (RGS) Nipple EA 1"x1 12"L Long, Rigid Galvanized Steel (RGS)N Nipple EA 3/4" Rigid Galvanized Steel (RGS) Water Tight Conduit Hubs EA 1"R Rigid Galvanized: Steel (RGS) Water" Tight Conduit Hubs Contractor's Cost Proposal- Detail (LEM)F Report Page 2of4 11/25/2024 Contractor's Cost Proposal - Detail (L/E/M) Continues.. Job Order No: Job Order Title: Section-26 23 2605 33 130377 24 26_05 33 130453 25 2605 33 130460 26 2605 33 130464 27 2605 33 130602 28 2605 33 130613 29 2605 33 13.0657 30 2605 33 130712 31 2605 33 130888 32 2605 33 130901 33 2605 33 130976 34 2605 33 130989 35 2605 33 131751 36 2605 33 131762 37 26053 33 131773 123423.01 Butier Co Parks & Rec Alameda Park Plumbing Updates Electrical EA 2"F Rigid Galvanized Steel (RGS)V Water Tighto Conduit Hubs EA 2"Rigid Galvanized Steel (RGS) Sealing Filting. Vertical/Horizontal EA 3/4" Rigid Galvanized Steel (RGS) Threaded Coupling EA 2"Rigld Galvanized! Steel (RGS)7 Threaded Coupling LF 3/4" Electrical Metallic Tubing (EMT)Conduit EA 3/4" Electrical Metallic Tubing (EMT)9 90 Degree Elbow $72.59 $335.68 $146.02 $103.22 $408.59 $148.49 $184.98 $85.73 $274.72 $66.01 $37.84 $39.70 $30.07 $35.47 $50.19 Quantity Installation 1.00 Quantity Installation 1.00 Quantity Installation 6.00 Quantity Installation 2.00 Quantity Installation 50.00 x Quantity Installation 8.00 Quantity Installation 16.00 x 2pere elbow Connector Quantity Installation 8.00 x Quantity Installation 20.00 x Quantity Installation 1.00 X Quantity Installation 1.00 X Quantity Installation 1.00 Quantity Installation 4.00 % Quantity Installation 2.00 x Quantity Installation 2.00 x UnitF Price 68.75 x UnitF Price 317.94 x Unit Price 23.05 x Unit Price 48.88 x Unit Price 7.74 x Unit Price 17.58 x Unit Price 10.95 x Unit Price 10.15 x Unit Price 13.01 x Unit Price 62.52 x Unit Price 35.84 x Unit Price 37.60 x Unit Price 7.12 x Unit Price 16.80 x Unit Price 23.77 x Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 a Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Total 72.59 Total 335.68 Total 146.02 Total 103.22 Total 408.59 Total 148.49 Total 184.98 Total 85.73 Total 274.72 Total 66.01 Total 37.84 Total 39.70 Total 30.07 Total 35.47 Total 50.19 EA 3/4" Electrical Metallic1 Tubing (EMT) Raintight Compression Coupling EA 3/4" Electrical Metallic Tubing (EMT)Insulated! Straight Box Compression LF 2"Schedule4 40 Polyvinyl Chloride (PVC) Conduit With Coupled End EA 2"Schedule 40F Polyvinyl Chloride (PVC) Conduit 90 Degree ElbowSee CSI section 260 05331 13-1722 for conduit field bending. EA 2"Polyvinyl Chloride (PVC) Conduit Female Adapter EA 2"Polyvinyl Chloride (PVC) Condult BellE EndA And Plug LF 3/4" Flexible Liquid TightA Metallic Conduit EA 3/4" Straightl Liquid Tight Connector EA 3/4"9 90 Degree Anglel Liquid1 Tight Connector Contractor's Cost Proposal- -Dotail (LE/M) Report Page 3of4 11/25/2024 Contractor's Cost Proposal - Detail (L/E/M) Continues.. Job Order No: Job Order' Title: Section-26 38 2605 33 131944 39 2605 33 230022 40 2605 33 230023 41 2622 13 000043 42 26_28 13 000021 43 2628 16 130003 44 2628 16 130010 45 2628 16 160 0005 Subtotal for Section-26 Proposal Total 123423.01 Butler Co Parks & Rec Alameda Park Plumbing Updates Electrical EA 3/4"1 Type LB, Threaded, Two Hub CastA Aluminum Conduit Body With Cover LF 6'x6,NEMA: 3R, Surface! Mounted Wireway With Screw Cover EA 6"x6",End! Platel For Surface Mountedy Wireway With Screw Cover EA 1KVA,1Phase, 240V Volt- 120/240 Volt, Isolation" Transformer Providing a 208-120/240V: single phaset transformer per drawing EA 15A Amperes, 250 VoltAC, 200 kAmpl I.R., Ferrule Type, Class RK1, Time EA 1Pole, 120/240 Volt, 151 To 30 Amperes, Branch Circuit Breaker, 10,000 EA 2Pole, 151 To 30A Amperes, 120/240 Volt, Branch Circuit Breaker, 10,000 EA 30A Amperes, 240 Volt Class, 11 Phase, 21 Wire, 2 Blades And Fuseholders, Heavy Duty Fusible, NEMA1E Enclosure, Neutral Kit, Safety Switch $172.54 $217.24 $53.68 $4,217.97 $79.78 $68.70 $111.71 $654.41 $9,583.32 $11,892.81 Quantity 2.00 Quantity 2.00 Quantity 2.00 x Quantity 1.00 Delay Fuse Quantity Installation 2.00 Amperes Interrupting Capacity Quantity Installation 1.00 Amperes Interrupting Capacity Quantity Installation 1.00 Quantity Installation 1.00 x Unit Price 81.71 x Unit Price 102.88 x Unit Price 25.42 x Unit Price 3,995.05 x Unit Price 37.78 x Unit Price 65.07 x Unit Price 105.81 X Unit Price 619.82 x Factor 1.0558 = Factor 1.0558 = Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Factor 1.0558 Total 172.54 Total 217.24 Total 53.68 Total 4,217.97 Total 79.78 Total 68.70 Total 111.71 Total 654.41 Installation Installation Installation Installation This Proposalt total represents the correct totalf fort thep proposal. Any discrepancy between line totals, sub-totals andt thep proposalt totali is due tor rounding oft thel linet totals ands sub-totals. The Percentage of NPP on this Proposal: % Contractor's Cost Proposal. Detail (LEM) Report Page 4of4 11/25/2024 AECOM Reporting and Recommendations: Final Report Compilation of Findings Thef final report will summarize the RFPe evaluation process, highlighting the strengths, weaknesses, and rankings of each Armstrong: Armstrong's proposal aligns strongly with RFP goals, targeting 95% ARMSTRONG 100% fiber XGS-PON technology with 10Gbps speeds. While comprehensive, a plan for the remaining 5% of BSLs is absent. Financially, they propose $15-18M with detailed cost breakdowns, though some assumptions require further analysis. The proposal reflects deep local knowledge and addresses challenges like make-ready costs. Armstrong's experience in the state and county, commitment to digital inclusion, affordability initiatives, and community partnerships are standout strengths. Slightly higher costs are offset by these advantages and a strong alignment with BEAD proposal: of BEAD-eligible Broadband Serviceable Locations (BSLS) in the county using requirements. and service 10Gbps oferings, though Brightspeed: Brightspeed's plan deploys scalable XGS-PON technology with 2 in the county. High-cost areas are excluded without offering an alternate solution, covering only 55% ofBEAD-eligible locations brightspeed limiting alignment with County goals. Their $12M financial plan, with a $1M County match, leverages multiple funding sources but omits nearly half the county BSLS. Brightspeed supports affordability and digital literacy but lacks localized engagement strategies. Backed by CenturyLink and Apollo Global Management, they demonstrate strong financials and regional growth. Comcast: Comcast brings decades of Tier 1 experience and financial stability, with an all-fiber, gigabit-speed approach aligned with BEAD standards. However, their proposal lacks any specifics on unserved or underserved areas in the county, ambitious but generic, and financial details for Butler County are minimal, despite d providing no map or detailed commitments. The 24-month phased deployment is COMCAST assurances of meeting PBDA's private match. Digital inclusion efforts are limited to the corporate Intemet Essentials program, with no locally tailored initiatives. While the company is highly qualified, the proposal feels less focused and less prepared for the county's specific needs. The rankings from the evaluation are as follows: Averaged Evaluation Results Proposal Name Armstrong Brightspeed Comcast Unserved Areas (30%) Approach Technical Financial Plan Digital Experience (10%) 100.0 100.0 100.0 Total Weighted Score 91.0 75.4 57.0 (20%) 86.7 73.3 50.0 Inclusion (15%) 86.7 83.3 58.3 (25%) 91.7 81.7 60.0 93.3 58.7 26.7 The table above represents the averaged total weighted scores from evaluators. This approach enables a balanced evaluation of each proposal, highlighting Armstrong as the consistent leading candidate across all criteria. 1/6 AECOM Detailed Evaluation Summary The evaluation findings are structured around key criteria: Technical Capabilities Armstrong: Armstrong's proposal leverages advanced XGS-PON technology capable of delivering symmetrical speeds of up to 10 Gbps, ensuring robust bandwidth for both upload and download. This technology is a future- proof solution, designed to accommodate increasing demand for high-speed internet in residential and business areas. Armstrong also outlined a well-defined deployment strategy, which includes scalability and redundancy, ensuring reliable service for underserved and unserved areas. Their approach demonstrates strong adherence to BEAD priorities and a clear understanding of the technical challenges associated with large- scale broadband infrastructure projects. Brightspeed similarly proposed deploying XGS-PON technology, emphasizing its scalability and efficiency for both urban and rural environments. Their plan details distributed tap architecture for dense areas and spliced solutions for rural deployments, striking a balance between cost-efficiency and performance. However, while the technical approach is sound, Brightspeed's Evaluation Criteria Total Weighted Score Experience (10%) Digital Inclusion (15%) Financial Plan (20%) Technical Approach (25%) Unserved Areas (30%) Brightspeed: 0 20 40 60 80 100 Armstrong Brightspeed Comcast limited geographic scope-serving only 55% of eligible locations--restricts its overall impact relative to the County's Comcast proposed an all-fiber solution, aligning with BEAD priorities for high-speed, reliable, and scalable broadband infrastructure. The network would provide gigabit speeds with low latency, meeting BEAD's "Priority Broadband Project" criteria. However, Comcast's proposal lacks the detailed deployment plans included in Armstrong's and Brightspeed's submissions. Withouts specifics on network architecture, a map ofe existing and proposed network design, or even a proposed plan or timeline for implementation, Comcast's technical approach, while feasible, does not demonstrate the same level of readiness or commitment to addressing the County's immediate broadband needs. broadband goals. Comcast: Financial Stability Armstrong: Armstrong presented a clear, well-balanced financial strategy. The proposal detailed a mix of funding sources, including BEAD grants, County matching funds, and Armstrong's own contributions. This comprehensive approach indicates Armstrong's preparedness to manage the financial demands of the project without overburdening County resources. The transparency and feasibility of Armstrong's financial plan enhance its credibility as a partner. Brightspeed emphasized its financial backing by Apollo Global Management, which has allocated up to $5 billion for broadband investments across its 20-state footprint. Brightspeed's strong capitalization is a testament to its financial viability. However, the proposal relied on a significant County match and BEAD funds, which may require additional Brightspeed: negotiation to align with Butler County's budget and funding priorities. 2/6 AECOM Comçast: As ap publicly traded company with extensive national operations, Comcast demonstrated significant financial stability. The company highlighted its strong financial position through references toi its annual reports and Form 10-K filings with the U.S. Securities and Exchange Commission. Comcast's financial capacity is a clear advantage, providing assurance of its ability to manage large-scale projects and long-term commitments. Scalability and Coverage Armstrong: Armstrong leads in coverage, committing to serve 95%-100% of Butler County's BEAD-eligible locations. This comprehensive approach aligns directly with the County's goal of universal broadband access. Armstrong's focus on scalability ensures that the network can accommodate future expansions and evolving technological needs, makingi it Brightspeed's proposal covers 55% ofe eligible locations, significantly limiting itsi impact compared to Armstrong. While Brightspeed cited cost-eficiency and technical limitations as reasons for its partial coverage, this approach does not fully meet the County's objectives. Expanding beyond the proposed service area' would require additional negotiation Comcast's proposal lacks a specific commitment to coverage. The company expressed willingness to collaborate with the County to define service areas but did not provide a concrete plan or coverage percentage. While Comcast's flexibility is noted, the absence of a definitive service area reduces the proposal's alignment with the County's a long-term solution for the County. Brightspeed: and funding, potentially delaying the project. Comcast: immediate broadband expansion goals. Alignment with County Objectives Armstrong: Armstrong aligns most closely with Butler County's goal of achieving universal broadband coverage. The company's commitment to serving nearly all eligible locations in the county, combined with its strong technical and financial approach, positions Armstrong as a leading candidate to meet the County's broadband needs. Armstrong's proposal Brightspeed's proposal partially aligns with the County's objectives, offering a strong technical solution but limited geographic coverage. While the company shows potential for effective collaboration, its inability to serve the majority oft the County's eligible locations diminishes its overall alignment with the County's universal coverage goals. Comcast's proposal is the least aligned with the County's objectives. While the company demonstrates financial stability and technical capabilities, the lack ofs specific coverage commitments and detailed deployment plans limits its suitability. Comcast's emphasis on collaboration rather than clear deliverables makes ita less competitive option in demonstrates a deep understanding of the County's objectives and BEAD requirements. Brightspeed: Comcast: meeting the County's broadband goals. Recommendations for the Best-Fit Provider(s) Primary Recommendation: Armstrong Based on the evaluation findings, Armstrong is strongly recommended as the best-fitp provider to partner with Butler County. Several key factors contribute to this recommendation: 1. High Alignment with County's Universal Broadband Goals Armstrong's proposal demonstrates a commitment to serving 95%-100% of BEAD-eligible locations within Butler County. This coverage aligns directly with the County's goal of achieving universal broadband access, ensuring that unserved and underserved areas are prioritized. Armstrong's phased approach includes detailed mapping and planning, which highlights their readiness to meet the County's objectives. 3/6 AECOM 2. Financial and' Technical. Approach Armstrong's financial plani is transparent and well-structured, blending BEAD funds, County matching contributions, and Armstrong's own investments. This balance off funding sources minimizes risk fori the County while ensuring project feasibility. On the technical side, Armstrong's adoption of XGS-PON technology supports high-speed symmetrical internet capabilities, scalable to future demand. Theirf focus on reliability and Armstrong has ap proven track record of completing large-scale broadband projects in Pennsylvania. Their extensive experience in managing public-private partnerships, combined witht their technical expertise, provides confidence in their ability to deliver on time and within budget. The proposal reflects a deep understanding of BEAD program requirements and the logistical challenges ofr rural broadband deployment, further supporting Armstrong's comprehensive proposal positions them as a reliable, forward-thinking partner for Butler County. Their commitment to universal coverage, a strong technical plan, and financial stability make them the most suitable provider tol help the County achieve its broadband expansion goals whiler maximizing the impact of BEAD funding. redundancy ensures the network will serve as al long-term solution. 3. Demonstrated. Ability to Execute Large-Scale Broadband Projects their suitability. Secondary Recommendation: Brightspeed While Armstrong is the recommended primary partner, Brightspeed isi identified as a viable secondary option. However, their inclusion as ap partner is contingent upon several conditions: 1. Potential to Address Gaps in Coverage Brightspeed's proposal currently plans to serve 55% of BEAD-eligible locations, leaving significant portions of the county without service. While this does not fully align with the County's universal broadband goals, Brightspeed's technical capabilities and commitment to affordablei intemet options make them a candidate for targeted deployments ina areas not covered by Armstrong. Negotiations should focus on expanding Brightspeed's proposal includes robust affordability initiatives, such as participation int the FCC's Affordable Connectivity! Program (ACP) and other digital literacy efforts. These programs align with the County's objectives tor not only expand broadband access but also ensure its affordability andi inclusivity for low-income residents. Their strong commitment to digital inclusion can complement Armstrong's deployment efforts, particularly in Brightspeed's inclusion as a partner would require renegotiation of their coverage commitments. The County should work closely with Brightspeed toi identify additional areas for service expansion, particularly in high- priority locations where Armstrong's network may face challenges or delays. Brightspeed's ability tos scale their deployment inr response tot these negotiations willl be a critical factori in determining their suitability. Brightspeed's coverage to address more underserved locations. 2. Strength in Digital Inclusion and Affordability lower-income or high-need areas. 3. Negotiations to Expand Coverage Next Steps 1. Initiate Negotiations with Armstrong The County should begin discussions with Armstrong tof finalize the terms of the partnership agreement. This step Defining the Scope of Work: Work with Armstrong to confirm the service areas, deployment timeline, and coverage Addressing Remaining Questions: Clarify any outstanding detailsi in Armstrong's proposal, such as specific Meeting BEAD Guidelines: Collaborate with Armstrong to meet all BEAD funding requirements, including technical involves: expectations to align with the County's universal broadband goals. strategies for overcoming geographic or logistical challenges. standards, affordability commitments, and reporting obligations. 4/6 9/9 uoreoudde ay poddns 01 sseooud uogenjene ay1 woyy eep asn Auqejeos pue *Augepioye 'ebeJeAoo jesiaAjun Burpnypul 'sjeob CV38 4IIA jpefoud ey jo quewube ey1 ezseydws :sybuans joafoid Guny645H . seppoud we.boud CV38! jo Buipueisiapun. J1ey pue juewkojdep puegpeouq u! esiedxe Jay ebe.enal uoeoydde eAppedwos e dojenep 0, (pepnjpuyy # peedsyybug pue) buouswy 4IIA Ajesop YOM :suepiAoud YHAA Bupesogelos e 0! sdes paloud uoisuedxe puegpeouq ay1 Joy papeau Buipuny ey aunoas 01 jeguasse SI uoyeoydde aV38 Inysseoonsy :apnjou! eJeded Buonsuuy 411AA uopeoddy aV38 Joj aedeud'y palod ay JOy yomewesy jebel Buous e yslgeise pue sysu azjwiuw ueo Ajunoo a41 'esunoo jebal YAIM Ajasojp bupeuipJooo kg 'eppueuy Buipnypul 'oefod ey 41M paeoosse sysu jeguajod ejebpw pue Ayuepi SIB pue Auiger buisseppy . e41 puenbejes tey1 sjoe.uoo ey ul suoisiAoJd apnjoul 01 jasunoo jebal 41IAA YOM :sisauajul Ajunos Bugoayoud e pueqpeouq ajels pue seuepinb aV38 01 eJeype 'saunjonus burode pue 'suojeoole Buipuny 'suopeoyoeds jeojuype) Buipnpul 'diysieuped ay jo sjpedse lle jeyi AyueA eoueydwos ajeis pue jeuapoy bupoew . wuyuoo 0, sluawaabe diyseuped pasodod ay jo MeJABJ ybno1oy e jonpuoo sueL 1oenuoo BuymejAey . jeJepay pue ejes 4IM Ajdwoo sesseooud pue sjueweaube le teyl wyuoo 01 dojs jeonuo e s! lasunoo jebel Bubebus 'sebueyeyo jeuoeedo pue 'eojuypa, eoueydwos-uou. JO sauojsew pessiw JOJ sapeued se yons 'sisaJajul s,Ajunoo 'sajpiod sluewanba weboud aV38 pue sjeo6 Ajunoo 4M juawubye :sapnppul SI4.L suopeinba lasunoo jebe7 41JA ejeuipioos "€ 'sagunwwoo le ssouoe Aynba eojAes ezjwixew pue abeJenoo peaidsepim oAalype o) Auiqe s,Ajunoo ey1 seoueyue. Jauped Kejuewadwos e se paads1ybug GuIAjOAuI apinoid ues uoisnjou! pue Augepoye uo snooy Guous s,paedsi4bug :seAgepiur uoisnyoul jebia Buibe.eAe7 . bumoie 'sabueleyp JO sXejap siajunooue buonswwy aseo uI uejd dnypeq e dojenea :sueld Kouabupuos Bumas . s,buouswy 4IM eje.bejul IIAA soye s.paeds,4bug MO4 euyea sepugisuodses pue sejou oyioeds Bulynuep . JO suogeool penesepun Ajuoud-ybi4 Bupebiel apnpu! pinoo SI4L pesodoud Apuauno %99 a41 puoXeq eaJe eojwes pasodoud. 41e41 puedxa 01 paadsiybug 41A ajegoboN sjuounuwos abeenoo pepuedxa Bupojdxa . aJeym seeje uI Apeinoed 'ebeJenoo s,buouswy: juewejddns 0) Japinoud Aepuooes es se leguejod seyo peadsyybug 'seaue paau-ybiy. JO ewoouI-Mo! uI Ayeppadsa 'sjeob puegpeouq s,Aqunoo e41 o! enjeA pappe pefod ay uo unjuowow ulejuiew 01 u! dejs 0) peeds1ybug 'seonose. jo uoyeoydnp JO depeno Buiplone quewkojdep 'seaue ypea-oj-pey uI juewkojdep s,buonswy buguewajdwos :apnypu! sseooud $I41 uI sdejs Kay sabueleyo eoey Kew buouswy sopiAoid dnyoeg e se peedsybug abebua 'Z buipuny GV38 jo ppedul ay buiziwxew e14A seAlpelgo puegpeouq SI Bujelype. JoJ uogepunoy Buous e ajeeo ueo Aunoo ey1 'buonswy 41IAA swel ayi Gukyipyos Kg AuaAyap *ppen pue ssauboud. Jojuowu 0! 'soyew Augejunosoe pue 'sauyawn buodas sauojsew aouewoped buipnjpul '46IsJaAO pafod. Joy omewesy e dojaned :seunseew Auqeunosoy bulysiqes3 . WODEV AECOM Accurate and Complete Documentation: Compile all required documentation, including detailed service maps, financial plans, technical: specifications, and deployment timelines. Confirm açcuracy and completeness to avoid Engaging Stakeholders: Coordinate with County staff, community leaders, and other stakeholders to demonstrate Awell-prepared BEAD application will position the County to secure the funding necessary to achieve its broadband delays int the review process. broad support for the project and highlight its potential impact on! local communities. expansion goals. By following these steps, Butler County can build strong partnerships, secure essential funding, and move closer to providing broadband access to alli its residents and businesses. These actions create a clear pathway for success while addressing potential challenges and leveraging opportunities for collaboration. 6/6 Butler County Board of Commissioners Economic Development and Planning 124 W. Diamond Street, PO Box 1208, Butler, PA 16003-1208 Phone; 724.284.5300 Fax724.284.5315 TDD724.284.5473 Commissioners Leslie. A. Osche, Chairman Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, Secretary ChiefofEconomic Development & Planning Mark Gordon TO: FROM: RE: Board of Butler County Commissioners Wendy Leslie, CDBG Coordinator Public Meeting December 18, 2024 The following item(s) are for the public meeting: 1.) Bid opening results for the AC Valley Water and Waste Water project Bids were opened publicly in the County Controller's office on Monday, December 9, 2024 at approximately 9:05. Details will be covered at the public meeting. BUTLER COUNTY PROCUREMENT POLICY Policy must be compliant with IRS code and be updated accordingly. This manual contains all policies and procedures adopted by the Board of Commissioners relating to the procurement of all supplies, capital equipment, and services. This manual supersedes the current policy and all amendments. The Board of Commissioners reserves the right to enforce, amend, or change this Procurement Policy at any time, and to waive any informalities ifi it is deemed to bei in the best interest of the County in accordance with the laws that govern the County Code. Effective January 1, 2025 POLICY AND PROCEDURES ON PURCHASING AND PROCUREMENT SECTIONI-POLICY Itis is the policy of the Board of Commissioners to utilize to the fullest extent possible, the centralized procurement of all necessary supplies, capital equipment, and services for all departments and agencies of the County. A. PURCHASING AUTHORITY AND RESPONSIBILITY: The obligation and function oft the Procurement Department is to ensure the purchase of quality items or services at the lowest possible price and to be compliant with all statutory requirements applicable toa all purchases. This procurement task can generally be completed in a short period of time; however, there are occasions when it will involve a longer period of time. Therefore, Department Heads should use good. judgment and proper planning for the purchase ofr necessary items. When possible and practical, it is the responsibility of the Department Head to plan ahead and anticipate their procurement requests to be compliant with all statutory requirements of the County Code by notifying the Procurement Department in advance allowing time to bid or obtain quotes for In general, the Procurement Department, under the authority of the Board of Commissioners, is responsible for the purchase of the County's government needs in terms of supplies, materials, equipment, and certain services. The Procurement Department will not be responsible for the Parts and labor to repair vehicles and equipment (including BART buses), towing, oil changes, gas (if gas card is not working), fuel, cleaning, lettering (decals), registration, keys, fire extinguisher maintenance, tires, batteries, body work (rust, dents, etc.), brakes, light bulbs, fluids, filters, and communication equipment maintenance and repair. Utilities, payments for insurance, payments for contracted or court ordered attorney services, expenditures for or on behalf of jurors, court ordered services, legal advertisements, unanticipated supply purchases where store/vendor (Example: Wal- Mart, Home Depot) refuses Purchase Orders, memberships, postage, lease payments, monthly storage/destruction fees, onsite meeting expenses, travel expenses (follow current travel policy), professional service contracts, maintenance agreement fees, construction contracts, uniforms, employee drug testing, npectiowcetifcaepem: fees, contracted expenses for maintenance items (e.g., pesticide control, carpet/mat cleaning), copier fees, subscriptions, publications (legal or otherwise), dues and memberships, consulting service contracts, CSBG and CDBG contracts, printing supply fees, pagers, advertising, cell phones, drug tests, subcontracts, food gift certificates, food warehouse equipment maintenance and repair, auctioneers, concession and seasonal items for Alameda Park, Alameda Park nsinuctoryentertainmen, and other such expenses directed by the thei items needed. following: Board of Commissioners. In general, maintenance agreements for equipment and services may be contracted through the vendor who sold the original equipment or another professional source agency who performs such services. Itis agreed that these services may be considered professional in nature. As equipment ages, it is understood that rate increases may be incurred and reflected in the cost of the renewal invoices. Itis the responsibility of the Department Head to determine if such increases are necessary and reasonable. The Procurement Director may also be consulted. Ifagreed, the Department Head will then renew such agreement by submitting the invoice and voucher for payment, and will notify Accounts Payable of their approval of the rate increase by signing the invoice. In the instance ofa warranty extension for a product that was previously purchased, and for which the original warranty extension has or will soon expire, then, in such instance, thel Department Head shall take the warranty extension to the Procurement Director to review, approve, and sign such extension if appropriate. Neither the Procurement Department nor Accounts Payable shall be asked to approve or reconcile invoices for the above items. Questions regarding these expenses should be directed to the Department Head who submitted the invoice. Except as noted above for warranty extensions, the Failure to comply with the terms and conditions of these purchasing procedures by any County employee may result in a personal surcharge and/or disciplinary action, up to and including termination of employment. Department Heads will be responsible to make certain their employees follow these procedures and be consistent with County Code and any and all applicable regulations. Department Heads will be held accountable and will be subject to disciplinary action for the failure of their employees to follow procedures. In general, the Procurement Department is responsible for advertising and awarding formal and informal bids and quotes; however, there are some exceptions Procurement Director shall not be required to sign off on such expenses. where this is handled directly by the Department Head. B. VOUCHER APPROVAL: A Voucher should be prepared directly through the Munis system with all appropriate backup and forwarded to the Controller for payment. The cover sheet Voucher must be signed as follows: (1)t the full signature or initials of the approving Department Head, or (2) the full signature stamp of the approving Department Head, or (3) the full signature of the approving Department Head and initials all executed by the approved designee. Examples: (1) John Q. Public (signature) or JQP, or (2) full signature Department Head stamp or (3) full signature/designee's initials). The list of names (Department Head and authorized designees), initials, and signature of the approving Department Head must be submitted to the Procurement Director for approval. The Procurement Director will forward this list of said authorized and approved names to the Controller. IT IS THE RESPONSIBILITY OF THE DEPARTMENT HEADTO KEEP SUCH LIST CURRENT ANDTO NOTIFY THE PROCUREMENT DIRECTOR IN WRITING IMMEDIATELY OF ANY CHANGES. : - VENDORS: All vendors will make their initial and subsequent contacts expressing interest in supplying the County's needs to the Procurement Department who will, as appropriate, refer them to the user departments. Ifvendors establish contact directly with the user department without the prior approval of the Procurement Department, said department will refer the vendor to the Procurement Department. 2 D. MAIN TELEPHONE AND DATA LINE SYSTEMS: All telephone changes, additions, or alterations (i.e., moving a jack) will be submitted to the Facilities and Operations Department for review in writing on a Job Requisition Form or by an email from a Job Requisitions for telephones and related hardware need to include a funded line item number for the purchase approved material. Facilities and Operations will obtain approval from the Procurement Supervisor to the Facilities and Operations Department. Director and enter thei item into the Munis system. E. COOPERATIVE PURCHASING: The Board of Commissioners may elect to utilize Cooperative Purchasing Agreements. Such participation may be adopted by official action at a Board of Commissioners Public Meeting. The Procurement Director shall provide to the Controller a current list of Board of Commissioner's authorized cooperative agreements (including date ofa approval and update as appropriate.) The County may purchase items or services from State Contracts or other cooperative agreements. Any items purchased need not be submitted for either the County's informal process or the formal, advertised bidding process. However, Procurement and/or Department Head must verify that the particular item(s) to be purchased is on the State Contract and supply documentation of such verification. Specific items to be included in the verification documentations are as follows: the cover page of the referenced contract, the page listing the model number and price corresponding to each item appearing on the vendor's invoice, and if the contract specifies a certain percentage Itis recognized that the exact specific format and documentation of such verification is not spelled out within the guidelines of the County Code. Therefore, it is agreed upon that a good faith effort to verify exact pricing and part numbers from the published contracts or web sites shall be made. Iti is also recognized that not all pricing and part numbers appear on the published actual contracts. In those cases, the awarded vendors' quote referencing the official contract number shall be sufficient. In general, it is recognized that the County may utilize the State Contracts, as well as other cooperative purchasing agreements as a practical matter. It will be up to the discretion of the Procurement Director and the requesting department to determine if other bids are practical or discount from the "published vendor price". necessary. F. SPECIFICATIONS: It is the responsibility of the Department Head to provide complete, written specifications for the 1. Specification Review: The Procurement Department, in cooperation with user departments, a. Ifmore than one (1) vendor can supply the commodity covered under the specifications. The objective is to maximize competition via bids or telephone quotes. The Procurement Department will be responsible for creating and updating a County vendor list; goods and services they wish to purchase. should review specifications to determine: b. that the specifications are clearly written; that items which have been purchased as standard items are not now considered specialty items by the vendor; 3 d. that specifications do not include unnecessary details which may increase costs or create an availability problem; however, items requiring installation shall be included in the bid specifications; e. that new technology has not rendered the existing specifications obsolete. 2. Item Preference: Pursuant to Section 508 of the County Code, County offices may state their preference for items to be purchased. When possible, the Procurement Department may honor the request, based on guidelines outlined in the Procurement Policy. The Procurement Department does not have absolute authority to purchase the type or brand of equipment 3. Authority to Challenge Specifications: Initial specifications will be written by the user department. The Procurement Department will have the authority and responsibility to challenge specifications submitted by user departments describing the requirements of commodities to be a. The specifications do not contain sufficient information to permit the Procurement b. The specification limits the number of suppliers to a single source, thereby precluding maximum competitive bidding. The user department must show the compelling reason(s) for a particular type or model of commodity and whether there are other suitable competitive products or, in the event there are not, whether there are alternative vendors selling the When writing specifications, pricing should include, but not be limited to, items such as shipping costs, maintenance costs, County personnel used for pickup, delivery, and mileage, requested. purchased. This challenge will be based on the following criteria: Department to obtain meaningful proposals or bids from suppliers. desired product. etc. ECIONIEGENERAL The Procurement Department is responsible for advertising and awarding formal and informal bids and quotes. The Procurement Department may delegate this responsibility back to the Department Head, as a practical matter, as long as the Department Head provides accurate documentation that can be verified by the Procurement Department. A. STATUTORYI REQUIREMENIS: 1. Iti is the policy of the County to abide by the statutory requirements of the County Code as to threshold amounts for when contracts for services and personal property require public bidding and when they require written or telephonic price quotes. 4 Current statutory requirements provide that all contracts for services and personal property where the amount exceeds the sum oftwelve thousand five hundred dollars ($12,500), shall be written. Ifthe amount exceeds twenty-three thousand two hundred dollars ($23,200), except as otherwise hereinafter specified, a formal bidding process (RFP) must occur via the advertising process. Contracts and purchases shall not be made except with and from the lowest responsible and responsive bidder submitting al bid in conformity with the specifications approved by the Board of Commissioners for the contract or purchase, after due notice in one newspaper of general circulation, published or circulating in the County, at least two (2) times at intervals of not less than three (3) days where daily newspapers of general circulation are employed for such publication, or in case weekly newspapers are employed then the notice shall be published once a week for two (2) successive weeks. The first advertisement shall be published not less than ten (10) days prior to the date fixed for the opening of bids. The requirements of this subsection need not be followed in cases of emergency, but in such cases the actual emergency shall be declared Itis the responsibility of the Department Head to inform the Procurement Director of any purchase request that might exceed the then current threshold for bidding and provide written specifications sO that public bidding requirements can be met. It is understood that Department Heads shall not intentionally "piece meal" to avoid bidding requirements, and attempt to plan ahead to comply with all statutory requirements of the County Code, whenever practical and It is also understood and recognized that at times some purchases may be needed throughout the year and do not constitute a combined or sole single contract, since those items are ordered as 2. Current statutory requirements provide for written or telephonic price quotations from at least three (3) qualified and responsible contractors for all purchase orders that exceed twelve thousand five hundred dollars ($12,500) but are less than the amount requiring advertisement and competitive bidding which is twenty-three thousand nine two dollars ($23,200), or, in lieu of price quotations, a memorandum shall be kept on file showing that fewer than three (3) qualified contractors exist in the market area within which it is practicable to obtain quotations. A written record of telephone price quotations shall be made and shall contain at least the date of the quotation, the name of the contractor and the contractor's representative, the construction, reconstruction, repair, maintenance or work which was the subject ofthe quotation and the price. In the event that legislation is enacted by the Commonwealth of Pennsylvania that amends these statutory thresholds then this policy shall be automatically amended to include the threshold 3. Informal price quotes are not required for purchases below eleven thousand eight hundred dollars The Board of Commissioners or the Procurement Department may require formal advertised bidding even though it is not statutorily required ifit is deemed to be in the County's best interest. and stated by Resolution of the Board of Commissioners. possible. needed or unanticipated. limits of the new legislation, as ofthe date of enactment. ($11,800), but are a sound business practice. B. AWARDS: 1. All contract awards and the acceptance ofbids will be made by the Board of Commissioners upon the recommendation of the Procurement Department and user department. The requirement that the County award contracts to the lowest responsible bidder is mandated by the County Code. An original of all contracts shall be filed with the Controller. All contracts must be noted with the Public Meeting approval date before filing with the Controller. 5 2. The lowest responsible bidder is defined as that bidder whose bid represents the lowest overall cost to the County while meeting all specifications oft the bid request package. Responsiveness in terms ofs specifications shall be determined by thel Procurement Department and user department. 3. When it does become necessary to award a contract to other than the lowest bidder, such an award will be made only when the lowest bid does not respond to all the requirements of the 4. When there are tie bids equal in all respects (not just in price), such bids will be awarded specifications included in the bid request package. according to the requirements of Section 1801 of the County Code. C. 1 PRICES AND TERMS OF PURCHASE ORDERS AND CONTRACTS: Prices, terms, and items listed on vendors' invoices should be those reflected on the County's purchase order. Prices and terms will be entered on the requisitions received from the user departments by the Procurement Department. In those cases, where the invoice prices and/or terms are at a variance with the contract or purchase order, Accounts Payable will reconcile them with the user department. D. DEFINITIONS: 1. Capital Equipment: An asset purchase that has an acquisition cost that is equal to or greater than five thousand dollars ($5,000); has a useful life oftwo (1) or more years, is not consumed in the normal course oft business; and is a stand-alone item that is not permanently attached to or For the following Human Services Departments (Mental Health, Early Intervention/nielectual Disabilities, Drug & Alcohol, and Children and Youth Services), their purchases of computers and computer related equipment shall be approved by their Senior Programmer and Director of Human Services, who will tag or otherwise inventory and identify by serial # and keep a separate accounting for these purchases. For the Domestic Relations Department, their purchases of computers and computer related equipment shall be approved by Court Administration and Director ofDomestic Relations, who will tag or otherwise inventory andi identify by serial # and keep as separate accounting for these purchases. For all other departments (including Area Agency on. Aging and Community Action Program), purchases of computers and computer related equipment shall be approved by Information' Technology, who will tag or otherwise inventory and identify by serial # and keep a separate accounting for these purchases. For all departments, the tag number or serial number for the Capital item shall be noted on the documentation provided to Accounts Payable prior to it being submitted to the Controller for 2. Capital Improvement: Any permanent structure or other asset added to aj property that adds to its value. In general, it is any value-added activity or cost to a long-term or permanent asset that 3. Emergency: The requirements in Section II, B(1)a and (2) oft the Procurement Policy need not be followed in cases of emergency, i.e., HVAC, plumbing, electrical, any issue with safety, 9-1-1 equipment, and food/drink for a Hazmat emergency, but in such cases the actual emergency shall be declared and stated' by Resolution of the Board of Commissioners, as required by Section 1802 integrated into al building or structure. payment. increases its value. of the County Code. 6 The purchase of vehicle parts (Motor Pool cannot stock parts due to lack of space) based primarily on price, quality (when appropriate, based on past experience with various parts) and 4. Invoices: A written detailed listing of goods shipped or services rendered, with an account ofall 5. Purchase Order: A written authorization for a vendor to supply goods or services at a specified price over a specified period of time. Acceptance of the purchase order constitutes a purchase contract and is legally binding on all parties. A Purchase Order is created before the goods and services are purchased, not when an invoice is generated. It is not intended to be used for the The Procurement Department is not requiredito't review or authorize payments for any items not procured through the Procurement process via aj pre-existing purchase order. Itis recognized that al Department Head may, from time to time, submit legitimate invoices without al Purchase Order as ar routine expense. Itis also recognized that in general and when practical, all departments will The Board of Commissioners or their designee retain the right to determine when a Purchase Order is necessary and is the sole authority to enforce the Procurement Policy and may waive any informality ifit isi in the best interests ofthe County of Butler, under the guidelines oft the County 6. Purchase Requisition: A written formal request for goods, supplies, or equipment generated by 7. Expense: An expenditure oft money, time, labor, or resources to accomplish a result; especiallya availability, sO that vehicles can be repaired in at timely manner. costs; an itemized bill. payment of an invoice or expenses. strive to utilize the purchasing process. Code. the Munis system. business expenditure chargeable against revenue for a specific period. ECIONIL-FROCEDURES A. PURCHASE REQUISITIONS: The first step in the procurement process begins with the preparation of a Purchase Requisition by the user department. Purchase Requisitions are generated by the Munis system. The Purchase Requisition must be initiated prior to obtaining goods and cannot be generated after an invoice has All information on the Purchase Requisition must be accurate and complete. The following 1. Full Account Code: Each department has been provided with the account codes by the Controller's Office. Itis the responsibility of each Department Head to be familiar with the 2. Full Description, Quantity, Item Number (if known) and Brand Name: Include as much 3. Cost Estimate: The department should have a general idea of the cost of the item being requested, or specific pricing ifa a non-bid purchase (see bid/quote requirements) and determine if been created. information must be included: proper codes for the department and to mark them on the requisition. information about the product as possible. there is money int the budget. 7 4. Special Instructions and Delivery Time Requirements: Include a reasonable delivery date to All requisitions must be approved by the Department Head, appropriate Row Officer, or authorized employee. An official list of authorized employees shall be furnished to the Controller's Office. Any changes to a department's authorized personnel should be directed to the Procurement Director, Controller and Information Services immediately. The official list and any changes to it must be Personal items or items not deemed necessary for day to day operations of the County shall not be approved for purchase. These items include but are not limited to: fans, heaters, tissues, medications, cleaning supplies (outside of those purchased by Facilities and Operations), appliances, food, beverages, eating utensils, etc. Additionally, any computer accessories, (keyboards, speakers, mice etc..) must be authorized by Information Technologies prior to being ordered. The Director of The Procurement Department will check the accuracy of the Purchase Requisition. If the Purchase Requisition is complete and includes cost estimates, it is approved for al Purchase Order. Ifa advertised bids are required, the Procurement Department prepares and advertises for bids in The Procurement Department and the user department will evaluate the bids received and recommend Ifthe bid is not approved by the Board of Commissioners, then (a) another bid is approved, (b) no bids are accepted and the purchase is denied, or (c) the Procurement Department is instructed to Ift the bid is approved by the Board of Commissioners, then the Procurement Department will prepare Ifbids are not required, based on specifications provided by the user department, price quotations are obtained by phone, written inquiry or from catalogs and al Purchase Order is prepared. The Procurement Department will keep one (1) copy oft the Purchase Order for their file, send one (1) copy to the selected vendor, send one (1) copy to Accounts Payable, and send one (1) copy to avoid emergency orders and additional costs. approved by the Board of Commissioners or the Procurement Director. Procurement can make an exception ifa valid reason exists. accordance with the County Code. the lowest responsible bid to the Board of Commissioners for approval. solicit bids again. the Purchase Order. Facilities and Operations for all their Purchase Orders. The vendor will supply the ordered goods or services. When a user department prepares a Purchase Requisition for goods or equipment that is job specific or has special needed features, the user department shall supply specifications along with the Purchase Requisition to the Procurement Department. The specifications shall detail the special needs or particular requirements of the user department. Once the Purchase Requisition is entered into the Munis system, it will be forwarded to the Procurement Department to proceed with procurement. B. PURCHASE ORDERS: The second step in the process is the Purchase Order. The Procurement Department prepares the Purchase Order once the Purchase Requisition is received from the user department. The Purchasing Department has authority to issue blanket Purchase Orders. 8 Once the Purchase Order is prepared, the funds allocated to the purchase shall be automatically encumbered. - RECEIVING! PROCEDURES: 1. Receiving Delivery: Upon receipt of the purchased items at the place designated on the Purchase Requisition and Purchase Order, the user department accepting the delivery is charged with the duty of checking the item(s) or bulk cargo and confirming that the quantity and general specifications of each item is as described on the Purchase Order. Ift the receiving employee is not the Department Head or his or her authorized designee, then the Department Head or his or her designee must sign and date all documents, including the packing slip before they are forwarded to Accounts Payable. Any deviation must be noted on the packing slip. NOTE: When all document backup noted above is in. good order, it should. be forwarded 2. Partial Acceptance: If the vendor is unable to fulfill the complete order, and the department is willing to accept the merchandise as a partial delivery, the receiver should sign the receipt and 3. Substitute Items: Ifthe type ofi item received differs from the type ofi item ordered, as long as the price is the same and the department is willing to accept the merchandise, this change must be immediately to Accounts Payable. make a note that an additional delivery is expected. noted on the receipt and packing slip. SECTIONIV-NON-SPECIFIC: JOB-RELATED PURCHASES A. GENERAL: The contracts or purchases made by the Board of Commissioners which shall not require advertising, 1. Those for maintenance, repairs or replacements for water, electric light, or other public works of the County where they do not constitute new additions, extensions or enlargements of existing facilities and equipment. Security may be required by the Board of Commissioners as in other 2. Those made for improvements, repairs and maintenance of any kind, made or provided by the County through its own employees. This shall not apply to construction materials used in a street bidding or price quotations, as hereinbefore provided, are as follows: cases for work done. improvement. B. ANTICIPATED CAPITAL IMPROVEMENTS AND CAPITAL EQUIPMENT: All anticipated capital improvement projects and all anticipated purchases of any capital equipment must be identified and reported to the Board of Commissioners during the budget preparation process. These items must be contained in the budget for the respective office for the year of the project and will be determined based upon available funds. These capital improvements shall be listed and given to the Procurement Director in order to coordinate like projects. 1. Each capital improvement will be memorialized by a written contract. being prepared may. jeopardize the purchase for that year. 2. Failure on the part of a Department Head to list and anticipate purchases at the time the budget is 9 3. The procedure fora a capital purchase will be in accord with the appropriate procedures as outlined in the Procurement Policy. SECTION V-I INVENTORY OF COUNTY PROPERTY Accounts Payable will be responsible for managing and accounting for all County property. All departments must submit an Inventory Change Form to Accounts Payable when requesting equipment or furniture be moved to another department or discarded. Asset numbers for all new purchases will be assigned by Accounts Payable. SECTION VI- DISPOSAL OF USED COUNTY PROPERTY The Procurement Department will be in charge of and responsible for the disposal of unwanted County property. The Board of Commissioners may sell any such property at auction, but the provisions as to notice contained in this section shall be likewise observed as to the holding of auction sales on items with avalue of over two thousand ($2,000.00) dollars. This auction shall be advertised once in at least one The Procurement Department and the Facilities and Operations Department will share responsibility in the disposal of property as it is retired but no less than once a year. All departments should strive to newspaper of general circulation in the County. consolidate all disposal ofproperty to maximize returns and efficiency. SECTION VII- STATE CONTRACTS The Procurement Department will provide copies of the State Contracts and or quotes for Purchase Orders that exceed twenty-three thousand two hundred dollars ($22,200) to the County Controller in accordance with the County Code, and in accordance with the Procurement Policy guidelines. See The above items should be reviewed to determine the best benefit to the County, at the discretion of Cooperative Purchasing - Section I(D). thel Procurement Director and the requesting department. 10 Presented at December 18, 2024 Public Meeting SETTLED ASSESSMENT APPEAL APPELLANT: CASE NUMBER ORIGINAL FAIR MARKET VALUE NEW FAIR MARKET VALUE $4,900,000.00 for 2022 $4,900,000.00 for 2023 AHIP PA Cranberry Properties LP 2021-40318 $6,980,886..00 INTEGRATING WORKFORCESOLUTIONS IR-CUNIYWORATORCI INVESIMENTI - BOARD, ,INC. PULLMAN COMMERCE CENTER 1121 HOLLYWOOD DRIVE, SUITE #201 BUTLER, PA 16001 PHONE: (724) 282-9341 . FAX: (724):2 282-4896 TGWI DB December 2, 2024 County of Butler Board of Commissioners 124) W. Diamond Street P.O. Box: 1208 Butler, PA 16003-1208 Dear Commissioners, This letter will serve as notification that Kerrie DeChurch, Assistant Regional Director-Northwest Regioni fort the PAI Department ofL Labor & Industry-Bureauo ofWorkforce Partnership & Operations, has agreed to serve as the required D2-State Employment Service Under Wagner-Peyser board member on the Tri-County Workforce Development Board representing Armastrong-uter-indans counties. According to BWDAg guidelines, ar nominee int the D2 membership categoryis notr required to have a formal nomination letter submitted. Therefore, we request that you add Kerrie D-Churehsappointment to the December 18, 2024 agenda for the term below. Term Start Date: 12/23/2024 Ify you! have any questions, please let us know. Term End Date: 09/30/2027 Thank you. Sincerely, TCWIB Executive Director Mepkoy WEBSITE: www.tricoumtywib.org E-MAIL: wib@tricoumymib.rs ARPA SUBRECIPIENT AGREEMENT BUTLER COUNTY,PENNSYLVANA Between and CONNOQUENESSING TOWNSHIP FOR. AMERICAN! RESCUE PLANACT( CARPAFUNDSFOR Township 5371 Plan Update and Proposed Sanitary System THIS AGREEMENT is made between Butler County ("County") and Connoquenessing Township WHEREAS, onl Marchl 11,2021, President. Josephl R. Biden signed into law the American Rescuel Plan. Act WHEREAS, on May 10, 2021, thel United States Department oft the' Treasury ("U.S. Treasury"published guidance regarding the allowable usage of the Coronavirus State and Local Fiscal Recovery Funds ("CLFRF") tol be disseminated to local governments in accordance with the ARPA; and WHEREAS, the County developed a Municipal Infrastructure Plan (MIP) to assist local municipalities WHEREAS, the Recipient, a Township, submitted a written request to the County for $332,665.59 in CLFRF funds to support their updating ofthe! 537 Plan and proposed sanitary system; and WHEREAS, under section 602(c)(3) oft the ARPA, the County may transfer funds to a Township for the WHEREAS, in an effort to provide additional guidance regarding the eligible uses of CLFRF funds, the U.S. Treasury published a document containing answers to Frequently Asked Questions regarding Coronavirus State and Local Fiscal Recovery Funds as ofJuly 27,2022 ("FAQ"); and WHEREAS, Section 4.1 ofthe FAQ states thati investments in water, sewer, and broadband infrastructure, making necessary investments to improve access to clean drinking water, to support vital wastewater and stormwater infrastructure, and to expand affordable access to broadband internet is one oft the four eligible WHEREAS, during their regular public meeting on December 18, 2024, thel Butler County Commissioners ("Commissioners") approved the aforementioned request from the Recipient subject to all federal, state, and local guidelines regarding the usage ofCLFRF funds, including any contractual guidelines set forth by the Commissioners, as well as any audit requirements established by thel Pennsylvania Department oft the (TOWNSHIP), located in Butler County ("Recipient"). of2021 ("ARPA"); and with infrastructure needs; and purpose of meeting ARPA's goals; and use categories for CLFRF funds: and Auditor General ("AG"); and WHEREAS, the County and Recipient desire to enter into this Agreement. reference, and the terms and conditions set forthl below, the parties agree as follows: NOW, THEREFORE, in consideration of the foregoing recitals which are incorporated herein by ARPA Subrecipient Agreement Pagelof6 1. ETKCIVEDATZANDTAM This Agreement shall commence when last executed by all parties and remain in effect no later than December 15, 2026, unless terminated by the County in writing. 2. ERANDTOTALCIERE FUNDSTO1 BE DISSEMINATEDTORECIPIENT The grand total subaward of CLFRF funds to be disseminated by the County to the Recipient as part oft this Agreement shall not exceed $332,665.59. 3. LIMITATIONS REGARDING THE USE OF CLFRF FUNDS Thel Recipient shall ensure that all expenditures utilizing CLFRF funds received in accordance with this Agreement shall be limited to only those eligible services outlined in section 4.1 of U.S. Treasury ARPA FAQ, which states that recipients must demonstrate that funding uses directly address a negative economic impact oft the COVID-19 public health emergency including funds used for water, sewer, and broadband infrastructure. Recipient acknowledges that, ifit should receive or be awarded any other funds (from any source) in relation to the designated project, the CLFRF funds shall be deemed tol bea as secondary source ofp project funds and shall only be expended after the depletion of any and all other funds received by thel Recipient. REPORTING REQUIREMENTSTO) ENSURE COMPLIANCE WITH ARPA In order to ensure compliance with the existing ARPA guidelines set forthl by the U.S. Treasury. = while also ensuring that all expenditures within the scope of the Agreement adhere to future guidelines that may be established by the U.S. Treasury during the term of this Agreement - the Recipient, when requesting reimbursement for eligible expenditures on an itemized invoice, and shall also provide any backup documentation to support such expenditures. Said invoice must include a statement, signed by the Recipient, indicating that all expenditures therein comport with the guidelines of the ARPA as set forth by the U.S. Treasury. Reimbursement requests shall be . TIMELINE REGARDINGTHE: DISSEMINATIONOFI FUNDS' TO RECIPIENT Upon receipt of the Recipient's complete reimbursement request, the County shall disseminate funds for all eligible ARPA expenditures therein within sixty (60) days of receipt of said reimbursement request. The dissemination of CLFRF funds shall only occur after the County reviews the Recipient's reimbursement request to ensure that all expenditures detailed therein qualify for reimbursement in accordance with all published federal, state, and local guidance regarding the use ofCLFRF funds as specified in the ARPA. All payments from the County to the Recipient are contingent on the availability of CLFRF funds to the County, and further subject to all applicable federal, state, and local laws regarding the governance of CLFRF funds within the submitted to the County no more than once per month. ARPA. 6. EVOLUTIONOF ARPA GUIDANE FROM' THE U.S.1 TREASURY The County may request additional information from the Recipient, as needed, to meet any additional guidelines regarding the use of CLFRF funds that may be established by the U.S. Treasury during the scope of this Agreement. ARPA Subrecipient Agreement Page 20 of6 7. TERMINATION 2024. This agreement shall be terminated should the Recipient not fulfill the requirements of the grant including the stipulation that all funds must be contractedobligated no later than December 31, 8. INDEPENDENT CONTRACTOR Each party under the Agreement shall be for all purposes an independent Contractor. Nothing contained herein will be deemed to create an association, aj partnership, aj joint venture, ora relationship of principal and agent, or employer and employee between the parties. Thel Recipient shall not be, or be deemed to be, or act or purport to act, as an employee, agent, or representative ofthe County for any purpose. 9. HOLD HARMLESS AND INDEMNIFICATION The Recipient agrees to defend, indemnify, and hold the County, its officers, officials, employees, agents, and volunteers harmless from and against any and all claims, injuries, damages, losses or expenses, including without limitation personal injury, bodily injury, sickness, disease, or death, or damage to or destruction of property, which are alleged or proven tol be caused in whole ori in part by an act or omission oft the Recipient, its officers, directors, employees, and/or agents relating to the Recipient' 's performance or failure to perform under this Agreement. This section shall survive the expiration or termination of this Agreement. 10. COMPLIANCE WITHLAWS AND GUIDELINES The Recipient shall comply with all federal, state, and local laws and all requirements and published guidance set forth regarding the usage ofa any and all monies appropriated under the ARPA. 11. MAINTENANCE AND AUDIT RECORDS The Recipient shall maintain records, books, documents, and other materials relevant to its performance under this Agreement. These records shall bes subject to inspection, review, and audit by the County or its designees, the SAO, and the U.S. Treasury for five (5) years following termination oft this Agreement. Ifiti is determined during the course of the audit that the Recipient was reimbursed for unallowable costs under this Agreement or any, the Recipient agrees to promptly reimburse the County for such payments upon request. 12. NOTICES Any notices desired or required to be given hereunder shall be in writing, and shall be deemed received three (3) days after deposit with the US Postal Service (postage fully prepaid, certified mail, return receipt requested), and addressed to the party to which it is intended at its last known address, or to such person or address as either party shall designate to the other from time to time in writing forwarded in like manner: CONNOQUENESSINGTOWNSHIP 102 Township Drive Renfrew, PA 16053 ARPA Subrecipient Agreement Page e3of6 COUNTY Government Center 124 W1 Diamond Street Butler,PA16001 13. IMPROPER INFLUENCE Each party warrants that it did not and will not employ, retain, or contract with any person or entity on a contingent compensation basis for the purpose of seeking, obtaining, maintaining, or extending this Agreement. Each party agrees, warrants, and represents that no gratuity whatsoever has been or will be offered or conferred with a view towards obtaining, maintaining, or extending this Agreement. 14. CONFLICTOF) INTEREST The elected and appointed offiçials and employees oft the parties shall not have any personal interest, direct or indirect, which gives rise to a conflict ofi interest. 15. TIME 16. SURVIVAL Time is ofthe essence in this Agreement. Thej provisions of this Agreement that by their sense and purpose should survive expiration or termination ofthe. Agreement shall so survive. Those provisions include without limitation Indemnification and Maintenance and Audit of Records. 17. AMENDMENT No amendment or modification to the Agreement shall be effective without prior written consent ofthe authorized representatives of the parties. 18. GOVERNINGLAW, VENUE The. Agreement shall be governed in all respects by the laws of the Commonwealth of Pennsylvania, both as to interpretation and performance, without regard to conflicts oflaw or choice oflaw provisions. Any action arising out of or in conjunction with the. Agreement may be instituted and maintained only in the Court of Common! Pleas, Butler County, Pennsylvania. No failure on the part of the County to exercise, and no delay in exercising, any right hereunder shall operate as a waiver thereof, nor shall any single or partial exercise by the County of any right hereunder preclude any other or further exercise thereof or the exercise of any other right. The remedies herein provided are cumulative and not exclusive of any remedy available tot the 19. NON-WAIVER County at law or in equity. 20. BINDING. EFFECT respective successors. This Agreement shall be binding upon and inure to the benefit of the parties hereto and their ARPA Subrecipient Agreement Page4of6 21. ASSIGNMENT Thel Recipient shall not assign or transfer any ofi itsi interests in or obligations under this Agreement without the prior written consent of the County. 22. ENTIRE AGREEMENT This Agreement constitutes the entire agreement between the County and thel Recipient for the use of funds received under this Agreement and it supersedes all prior or contemporaneous communications and proposals, whether electronic, oral, or written between the parties with respect to this Agreement. 23. NOTHIRD-PARTY BENEFICIARIES Nothing herein shall or be deemed to create or confer any right, action, or benefit in, to, or on the part of any person or entity that is not aj party to this Agreement. This provision shall not limit any obligation which either party has tot the U.S. Treasury in connection with the use of ARPA funds, including the obligations toj provide access to records and cooperate with audits as provided in this Agreement. 24. CIVIL RIGHTS COMPLIANCE Recipients of Federal financial assistance from the U.S. Treasury are: required to meet legal requirements relating to nondiscrimination and nondiscriminatory use ofl Federal funds. Those requirements include ensuring that entities receiving Federal financial assistance from the U.S. Treasury do not deny benefits or services, or otherwise discriminate on thel basis of race, color, national origin (including limited English proficiency), disability, age, or sex (including sexual orientation and gender identity), in accordance with the following authorities: Title VI ofthe Civill Rights Act of1964 (Title VI) Public Law 88-352, 42 U.S.C. 2000d-1 et seq., and the Department's implementing regulations, 31 CFR part 22; Section 504 ofthel Rehabilitation. Act of 1973 (Section 504), Publicl Law 93-112, as amended by Public Law 93-516, 29 U.S.C. 794; Title IX oft the Education Amendments of 1972 (Titlel IX), 201 U.S.C. 1681 et seq., and the Department'si implementing regulations, 31 CFR part 28; Agel Discrimination Act of 1975, Public Law 94-135, 42 U.S.C. 6101 et seq., and thel Department implementing regulations at 31 CFR part 23. 25. SEVERABILITY Int the event that one or more provisions oft this Agreement shall be determined tol be invalid by any court of competent jurisdiction or agency having jurisdiction thereof, the remainder of the Agreement shall remain ini full force and effect and thei invalid provisions shall be deemed deleted. 26. CONTERPARTS This Agreement may be executed in on or more counterparts, any of which shall be deemed an original, but all ofwhich together shall constitute one and the samei instrument. 27. AUTHORIZATION Each party signing below warrants to the other party, that they have the full power and authority to execute this Agreement on behalfofthe party for whom they sign. ARPA Subrecipient Agreement Page 5of6 IN WITNESS WHEREOF, this Agreement is executed and shall become effective as of the date signed below: Dated this 4+h dayof_ Decembec2m24 Connoquenessing Township Ah - Attest: mgaHaman,Semtony Name/Title Ricky Kradel,Vice- Chairman ATTEST: BUTLER COUNTY! BOARD OF COMMISSIONERS Lori E. Altman, Leslie A. Osche, Chairman Director of Human Resources/Chief fClerk Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, M.S., Secretary ARPA Subrecipient Agreement Page 6of6 RESOLUTION NO. 2024-20 WHEREAS, the County of Butler collects fees through ACT137,Recorder of Deeds funds, to support and/or enhance local affordable housing efforts in the County of Butler; and WHEREAS, said funds are available to be used to further affordable housing efforts within WHEREAS, the partnership between the Butler County Homeownership Program, the Butler County Court system, the Butler County Bar Association and lenders known as the "Credit Crunch Collaborative" has had a positive impact on the successful mitigation of mortgage WHEREAS, the County of Butler desires to allocate funds from its ACT 137 Program in order to allow the Butler County Home Ownership and Housing Counseling Program to continue top provide its housing counseling program (as administered by the Housing Authority of the County of Butler) for services beginning January 1, 2025 through December 31, 2025; and WHEREAS, the Butler County Commissioners have determined that such funding would be consistent with the promulgation of affordable housing efforts within the County of Butler as NOW, THEREFORE, BE IT RESOLVED BY THE BUTLER COUNTY BOARD OF COUNTY The County of Butler hereby allocates up to TwentyFive-Thousand Dollars ($25,000.00) from its ACT137 funds pending availability of 2025 funding gfor the period of January 1, 2025t through December 31, 2025, to be used to provide services throughthe Butler CountyHome Ownership andH HousingCounseling Programasa administered by the Butler County Housing Authority. Services provided under this program may include pre-occupancy, rental, delnquency/deraur, eviction/foreclosure prevention, pre- opportunities and fair housing counseling. Acopy of the Fee Schedule for services is RESOLVED AND ADOPTED, this 18th day of December, 2024, at a regular meeting of the Butler the County of Butler; and foreclosures through multiple federal, state and local initiatives; and contemplated by ACT 137. COMMISSIONERS, ASFOLLOWS: purchasepostpurcnase counseling, first-time romeuyer.momeownerny attached hereto, incorporated herein, andi marked Exhibit"A". County Board of Commissioners. ATTEST: BOARD OF COMMISSIONERS Leslie A. Osche, Chairman Lori Altman, Human Resources Director/Chief Clerk Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, M.S., Secretary EXHIBIT "A" Fee Schedule BUTLER COUNTYHOMEOMEOWNERSHIP PROGRAM UNDER THE DIRECTIONOF TEMOUCAITONITOFTNE: COUNTYO OF BUTLER FEE SCHEDULE FOR "CREDIT CRUNCH COLLABORATIVE EFFORTS HOUSING COUNSELING SERVICES ETACTVZJAMLARYI3BS Service Provided Credit Assistance Class Mortgage. Assistance Class Hours provided 3hours 3hours Total Fee for Service $250/class $250/class $100/hour One on One Housing Counseling Average 81 Hours Class is the point of entry to services. Estimate of2 hours fort the following: Budget/Credit Review Provide Free Credit Report Evaluate! Resouree/Assets'and Liabilities Provide an. Action Plan Referral to Community Programs Including but not limited to: Utility assistance Food banks/food programs Employment Services Child Care Services Social Service. Agencies Clothing assistance Review any Programs/loans Products/Programs ie: Weatherization Program, FHA Products, PHFA ONE Hour is saved for Document Reviews Lender Negotiations Follow ups Filing and. Attending Conciliation Hearings RESOLUTION NO. 2024-21 WHEREAS, the County of Butler collects fees through ACT13,Recorder: of Deeds funds, to support and/or enhance local affordable housing efforts in the County of Butler; and WHEREAS, said funds are available to be used to further affordable housing efforts within WHEREAS, the County of Butler desires to allocate funds from its ACT 137 Program in order to allow the Housing Authority of the County of Butler to provide assistance and administration of the Emergency Residential Rehabilitation Program beginning January 1, WHEREAS, the Butler County Commissioners have determined that such funding would be consistent with the promulgation of affordable housing efforts within the County of Butler as NOW, THEREFORE, BE IT RESOLVED BY THE BUTLER COUNTY BOARD OF COUNTY the County of Butler; and 2025 through December 31, 2025; and contemplated by ACT 137. COMMISSIONERS, ASFOLLOWS: The County of Butler hereby allocates up to One-Hundred-Tnousand Dollars ($100,000.00) from its ACT1371 funds pending availability of 2025 fundingfor the period of January 1, 2025 through December 31, 2025 for the purposes of allowing the Housing Authority of the County of Butler to continue to administer the Emergency Residential Rehabilitation Program. Services provided under this program is to provide safe, decent, and sanitary housing for very low, low, and moderate-income homeowners. This is accomplished by repairing and/or replacing anylall items in the home that are a threat to life, health and/or safety. Ad copy of the Guidelines for services is attached hereto, RESOLVED AND. ADOPTED, this 18th day of December, 2024, at a regular meeting of the Butler incorporated herein, andi marked Exhibit"A". County Board of Commissioners. ATTEST: BOARD OF COMMISSIONERS Leslie A. Osche, Chairman Lori Altman, Human Resources Director/Chief Clerk Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, M.S., Secretary EXHIBIT "A" Emergency Residential Rehabilitation Program Emergency Residential Rehabilitation Program Purpose A. The purpose of the Butler County Emergency Residential Rehabilitation Program is to provide safe, decent, and sanitary housing for very low, low, and moderate income homeowners. This is accomplished by repairing and/or replacing any/all items ini the B. Ton meet these needs, The County of Butler and the Housing Authority oft the County of home that are a threat to life, health and/ors safety. Butler is offering these homeowners a grant. Program Overview Eligible Homeowner order of Priority: 1. Elderly (age 62 and older) or Disabled 2. Families with young children (under 12) 3. Very lowi income (at or below 30% oft the median income) 4. All other applicants The Gross Total Household Income cannot exceed 80% of the median income. The Guidelines used will be based on the date oft the application. Income thresholds are updated annually. Eligible Emergency items must be of an emergency nature and NOT homeowner maintenance and/or neglect. Eligible item that are at threat to life, health and/orsafety'includes, but is not limited to: Furnace replacement, Electrical repairs, Hot Water tank replacement, Structural Damage repairs, or ewer/Sol/Water/Gas line replacements. For this program, a pool of contractors is developed who would be able to respond to these emergency repair calls within 3-5 days from the Notice to Proceed. A rapid response from the contractor in regard to their proposal including cost and a detailed solution of the repair and material needed for the repalir/replacement would be required. All jobs must be reasonably Contracts would be rotated and called on an as needed basis according to their area of specialty. No sub-contracting is permitted for this grant. Three quotes for each job are Referrals will be received from Butler County Social Service Agencies and by telephone call priced in order to receive approval. required. requests. Eligibility information and inspections will be conducted simultaneously. RESOLUTION NO. 2024-22 REDEVELOPMENT AUTHORITY LAND BANK FUNDING Resolution of the County of Butler for authorization to allocate Affordable Housing Deeds Fee Funds (Act 137) in the amount of up to Seventy-Five Thousand and 00/100 Dollars ($75,000.00) for purposes of assisting the Redevelopment Authority of the County of Butler to continue Land Bank operations. WHEREAS, the County of Butler has previously designated the Redevelopment Authority of the County of Butler to serve as the Butler County Land Bank; and WHEREAS, Act 137 Funds are to be used for local Blight Prevention and Mitigation WHEREAS, the Redevelopment Authority of the County of Butler is continuing its activities related to the Butler County Land Bank and its Blight Prevention and Mitigation roles. Programs throughout Butler County; and NOW, THEREFORE, BE IT RESOLVED that the County of Butler hereby approves and authorizes the allocation of Act 137 funds in the amount of up to Seventy-Five Thousand and 00/100 Dollars ($75,000.00) pending availability of 2025 funds for purposes of allowing the Redevelopment Authority of Butler County to continue operations as the Butler County Land Bank, for the period of January 1, 2025 through December 31, 2025. RESOLVED AND ADOPTED, the 18th day of December, 2024, at a regularly scheduled public meeting of the Board of County Commissioners of the County of Butler, Commonwealth of Pennsylvania. ATTEST: Lori E. Altman BOARD OF COMMISSIONERS Leslie A. Osche, Chairman Human Resources Director/Chief Clerk Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, M.S., Secretary RESOLUTION NUMBER 2024-23 ADOPTION OF THE 2025 BUDGET WHEREAS, the duly elected and qualified Commissioners of the County of Butler desire that the proposed Budget for 2025 be adopted and pursuant to 16P.S. S 1780 et. seq., the 2024 Butler County Total Budgeted Funds as proposed is hereby presented. THEREFORE, BE IT RESOLVED, ANDI ITI IS HEREBY RESOLVED, that the 2025 Butler County Total Budgeted Funds as presented to the Board of Commissioners in the total sum of Two Hundred Fifty Seven Million, Forty Seven Thousand, Six Hundred Six Dollars ($257,047,606) ish hereby approved and adopted. RESOLVED this 18th day of December, 2024. ATTEST: BOARD OF COMMISSIONERS Leslie A. Osche, Chairman Lori E. Altman, Director of Human Resources/Chief Clerk Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, M.S., Secretary RESOLUTION NUMBER 2024-24 2025 GENERAL REVENUE REAL ESTATE TAX WHEREAS, in accordance with the requirements of the 2025 County General Fund Budget, the following tax is hereby imposed: THEREFORE, BE IT RESOLVED, AND IT IS HEREBY RESOLVED, that the the County of Butler, pursuant to the authority granted to it by law (16 P.S. S 1770, as amended) hereby levies on all real estate subject to taxation for the County purposes, 21.839 mills on the assessed valuation of taxable property or fraction thereof, to wit, $2.1839 on each one hundred dollars ($100)ofassessed valuation oft taxable property or fraction thereof for the fiscal year 2025. RESOLVED this 18th day of December, 2024. ATTEST: BOARD OF COMMSSIONERS Leslie A. Osche, Chairman Lori E. Altman, Director of Human Resources/Chief Clerk Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, M.S., Secretary RESOLUTION NUMBER 2024-25 2025 DEBT SERVICE REAL ESTATE TAX WHEREAS, in accordance with the requirements of the 2025 County General Fund Budget, the following tax is hereby imposed: THEREFORE, BE IT RESOLVED, AND IT IS HEREBY RESOLVED, that the County of Butler, pursuant to the authority granted to it by law (16P.S. S 1770, as amended) hereby levies on all real estate subject to taxation for payment ofi interest and principal on indebtedness incurred pursuant to the act of July 12, 1972 (P.L. 781, No. 185), known as the "Local Government Unit Debt Act" or any prior or subsequent act governing the incurrence of indebtedness, 2.852 mills on the assessed valuation of taxable property or fraction thereof, to wit, $.2852 cents on each one hundred dollars ($100) of assessed valuation of taxable property or fraction thereof for the fiscal year 2025. RESOLVED this 18th day of December, 2024. ATTEST: BOARD OF COMMISSIONERS Leslie A. Osche, Chairman Lori E. Altman, Director of Human Resources/Chief Clerk Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, M.S., Secretary RESOLUTION NUMBER 2024-26 2025 BUTLER COUNTY COMMUNITY COLLEGE REAL ESTATE TAX WHEREAS, in accordance with the requirements of the 2025 County General Fund Budget, the following tax is hereby imposed: THEREFORE, BE IT RESOLVED, AND IT IS HEREBY RESOLVED, that the County of Butler, pursuant to the authority granted to it by law (16 P.S. S 1770, as amended) hereby levies on all real estate subject tot taxation for payment tot the Butler County Community College pursuant to 19P.S. 19-1909A, 2.935 mills on the assessed valuation oft taxable property or fraction thereof, towit, $.2935 cents on each one hundred dollars ($100) )ofassessed valuation oft taxable property or fraction thereof for the fiscal year 2025. RESOLVED this 18th day of December, 2024. ATTEST: BOARD OF COMMISSIONERS Leslie A. Osche, Chairman Lori E. Altman, Director of Human Resources/Chief Clerk Kimberly D. Geyer, Vice Chairman Kevin E. Boozel, M.S., Secretary