HomeMy WebLinkAboutAGR-7823.A - CENTRALSQUARE TECHNOLOGIES, LLCDocusign Envelope ID: B146C7F5-398A-4648-938D-1F5A8F883560
Agr 7057 oS
A 6 J.<- 18 23,
1
PROFESSIONAL SERVICES AGREEMENT
CAD/RMS Services]
THIS PROFESSIO` SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this "' day of August 2025 (the "Effective Date") by and
between the CITY OF ORANGE, a municipal corporation ("City"), and CENTRALSQUARE
TECHNOLOGIES, LLC, a Delaware limited liability company ("Contractor"), who agree as
follows:
1. Services. Subject to the terms and conditions set forth in this Agreement,
Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A,"
which is attached hereto and incorporated herein by reference. As a material inducement to City
to enter into this Agreement,Contractor represents and warrants that it has thoroughly investigated
and considered the scope of services and fully understands the difficulties and restrictions in
performing the work. The services which are the subject of this Agreement are not in the usual
course of City's business and City relies on Contractor's representation that it is independently
engaged in the business of providing such services and is experienced in performing the work.
Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner
in conformance with the standards of quality normally observed by an entity providing such
services to a municipal agency. All services provided shall conform to all federal, state and local
laws, rules and regulations and to the best professional standards and practices. The terms and
conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A"
to the contrary.
Scott Jorgensen, Lieutenant ("City's Project Manager"), shall be the person to whom
Contractor will report for the performance of services hereunder. It is understood that Contractor's
performance hereunder shall be under the supervision of City's Project Manager (or his/her
designee), that Contractor shall coordinate its services hereunder with City's Project Manager to
the extent required by City's Project Manager, and that all performances required hereunder by
Contractor shall be performed to the satisfaction of City's Project Manager and the City Manager.
2. Compensation and Fees.
a. Contractor's total compensation for all services performed under this
Agreement, shall not exceed FIFTY-SIX THOUSAND THREE HUNDRED THIRTY-TWO
DOLLARS and 37/100($56,332.37)without the prior written authorization of City.
b. The above compensation shall include all costs, including, but not limited
to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental,
subsistence and all related expenses.
3. Payment.
a. Payment for the annual software support to be provided under this
Agreement is due in accordance with Exhibit"A".
Docusign Envelope ID:B146C7F5-398A-4648-938D-1F5A8F883560
b. All such invoices shall state the basis for the amount invoiced, including
services completed,the number of hours spent and any extra work performed.
c. City will pay Contractor the amount invoiced within thirty (30) days after
the approval of the invoice.
d. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4. Change Orders. No payment for extra services caused by a change in the scope
or complexity of work, or for any other reason, shall be made unless and until such extra services
and a price therefor have been previously authorized in writing and approved by City as an
amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the
services to be performed and compensation therefor. All amendments shall set forth the changes
of work,extension of time,and/or adjustment of the compensation to be paid by City to Contractor
and shall be signed by the City's Project Manager, City Manager or City Council, as applicable.
5. Licenses. Contractor represents that it and any subcontractors it may engage,
possess any and all licenses which are required under state or federal law to perform the work
contemplated by this Agreement and that Contractor and its subcontractors shall maintain all
appropriate licenses, including a City of Orange business license, at its cost, during the
performance of this Agreement.
6. Independent Contractor. At all times during the term of this Agreement,
Contractor shall be an independent contractor and not an employee of City. City shall have the
right to control Contractor only insofar as the result of Contractor's services rendered pursuant to
this Agreement. City shall not have the right to control the means by which Contractor
accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and
expense, furnish all facilities, materials and equipment which may be required for furnishing
services pursuant to this Agreement. Contractor shall be solely responsible for, and shall
indemnify, defend and save City harmless from all matters relating to the payment of its
subcontractors, agents and employees,including compliance with social security withholding and
all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
Contractor acknowledges that it and any subcontractors, agents or employees employed by
Contractor shall not,under any circumstances,be considered employees of City,and that they shall
not be entitled to any of the benefits or rights afforded employees of City,including,but not limited
to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or
health, life,dental, long-term disability or workers'compensation insurance benefits.
7. Contractor Not Agent. Except as City may specify in writing, Contractor shall
have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an
agent. Contractor shall have no authority, express or implied, to bind City to any obligation
whatsoever.
8. Designated Persons. Only those qualified persons authorized by City's Project
Manager,or as designated in Exhibit"A,"shall perform work provided for under this Agreement.
2
I?ocusign Envelope,(D:B146C7F5-398A-4648-938D-1F5A8F883560
It is understood by the parties that clerical and other nonprofessional work may be performed by
persons other than those designated.
9. Assignment or Subcontracting. No assignment or subcontracting by Contractor
of any part of this Agreement or of funds to be received under this Agreement shall be of any force
or effect unless the assignment has the prior written approval of City. City may terminate this
Agreement rather than accept any proposed assignment or subcontracting. Such assignment or
subcontracting may be approved by the City Manager or his/her designee.
10. Time of Completion. Contractor shall commence the work provided for in this
Agreement in accordance with the time period set forth in Exhibit "A" hereto or as otherwise
agreed to by and between the representatives of the parties.
11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall
do all things necessary and incidental to the prosecution of Contractor's work.
12. Reserved.
13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its
control, other than those delays caused by City, shall be an extension of time. No matter what the
cause of the delay,Contractor must document any delay and request an extension of time in writing
at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the
length of the delay outside Contractor's control. If Contractor believes that delays caused by City
will cause it to incur additional costs, it must specify, in writing, why the delay has caused
additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No
additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above,
absent a written amendment to this Agreement.
14. Products of Contractor. Excluding the Contractor's,or if applicable a third party
vendor's, intellectual property, including but not limited to the software and its associated
documents, materials, manuals, and other products written, produced or provided by Contractor
for this Agreement shall become the property of City upon receipt. Contractor shall deliver all
such products to City prior to payment for same. City may use, reuse or otherwise utilize such
products without restriction. Software and its associated documentation are licensed in accordance
with the Consultant's, or if applicable,third party vendor's software license provisions.
15. Equal Employment Opportunity. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color,religion, sex, national origin,mental or physical disability, or
any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed,
and that employees are treated during employment, without regard to their race, color, religion,
sex,national origin,mental or physical disability,or any other basis prohibited by applicable law.
Such actions shall include,but not be limited to the following: employment,upgrading,demotion
or transfer,recruitment or recruitment advertising,layoff or termination,rates of pay or other forms
of compensation and selection for training, including apprenticeship. Contractor agrees to post in
3
Docusign Envelope ID:B146C7F5-398A-4648-938D-1F5A8F883560
conspicuous places, available to employees and applicants for employment, a notice setting forth
provisions of this non-discrimination clause.
b. Contractor shall, in all solicitations and advertisements for employees
placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex, national origin, mental or physical
disability,or any other basis prohibited by applicable law.
c. Contractor shall cause the foregoing paragraphs(a)and(b)to be inserted in
all subcontracts for any work covered by this Agreement, provided that the foregoing provisions
shall not apply to subcontracts for standard commercial supplies or raw materials.
16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the
making, or in any way attempt to use its position as a consultant to influence any decision of City
in which Contractor knows or has reason to know that Contractor, its officers, partners, or
employees have a financial interest as defined in Section 87103 of the Government Code.
17. Indemnity. As to claims arising under this Agreement, Contractor agrees to hold
City, its officers, agents and employees harmless from any and all claims, liabilities or losses for
personal injury,death or property damage,including workers compensation claims, arising out of
or in connection with work undertaken or equipment provided pursuant to this Agreement to the
extent any such claim is caused by or results from any wrongful or negligent acts or omissions,or
intentional misconduct of Contractor, its employees or its agents. Further, Contractor agrees to
provide City, its officers, agents and employees, at the request of City and at Contractor's sole
expense, with the defense of any and all such actions, suits or other legal proceedings brought
against City, its officers, agents and employees arising out of or in connection with the work
undertaken pursuant to this Agreement.Contractor shall pay any judgement or settlement rendered
against the City, its agents, officers and employees, including any award for attorneys' fees.
Contractor shall not be liable for the indemnification and defense of City on claims or litigation to
the extent that such claims or litigation arise from the sole negligence or wrongful act or omission
of the City. In cases of joint liability Contractor's indemnity obligations hereunder shall be
reduced to the extent of such actions or omissions based on the principle of comparative fault.
The total liability of Contractor for any claim or damage arising under this Agreement or
renewals thereof, whether in contract, tort, by way of indemnification or under stature shall be
limited to (i) direct damages which shall not exceed the fees paid for the services under this
Agreement by Client to Contractor for the twelve(12)month term during which the cause of action
for such claim or damage arose or(ii) in the case of bodily injury or property damage for which
defense and indemnity coverage is provided by Contractor's insurance carrier(s), the coverage
limits of such insurance.
IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR INDIRECT, INCIDENTAL
OR CONSEQUENTIAL DAMAGES ARISING FROM OR RELATED TO THIS
AGREEMENT, REGARDLESS OF WHETHER A PARTY HAD KNOWLEDGE OF THE
POSSIBILITY OF ANY SUCH LOSS DAMAGE.
4
Docusign Envelope ID.B146C7F5-398A-4648-938D-1F5A8F883560
18. Insurance.
a. Contractor shall carry workers' compensation insurance as required by law
for the protection of its employees during the progress of the work. Contractor understands that it
is an independent contractor and not entitled to any workers' compensation benefits under any
City program.
b. Contractor shall maintain during the life of this Agreement the following
minimum amount of comprehensive general liability insurance or commercial general liability
insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the
insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover
bodily injury, death and property damage and be written on an occurrence basis.
c. Contractor shall maintain during the life of this Agreement, the following
minimum amount of automotive liability insurance: the greater of(1) a combined single limit of
One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or
available to Contractor. Said insurance shall cover bodily injury, death and property damage for
all owned,non-owned and hired vehicles and be written on an occurrence basis.
d. Any insurance proceeds in excess of or broader than the minimum required
coverage and/or minimum required limits which are applicable to a given loss shall be available
to City. No representation is made that the minimum insurance requirements of this Agreement
are sufficient to cover the obligations of Contractor under this Agreement.
e. Each policy of general liability and automotive liability shall provide that
City,its officers, officials, agents, and employees are declared to be additional insureds under the
terms of the policy, but only with respect to the work performed by Contractor under this
Agreement. A policy endorsement to that effect shall be provided to City along with the certificate
of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences
that City is an additional insured as a contracting party. The minimum coverage required by
Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability
insurance that is provided as part of the general or automobile liability minimums set forth herein
shall be maintained for the duration of the Agreement.
f.Contractor shall maintain during the life of this Agreement professional
liability insurance covering errors and omissions arising out of the performance of this Agreement
with a minimum limit of One Million Dollars ($1,000,000)per claim. Contractor agrees to keep
such policy in force and effect for at least five (5) years from the date of completion of this
Agreement.
g. The insurance policies maintained by Contractor shall be primary insurance
and no insurance held or owned by City shall be called upon to cover any loss under the policy.
Contractor will determine its own needs in procurement of insurance to cover liabilities other than
as stated above.
h. Before Contractor performs any work or prepares or delivers any materials,
Contractor shall furnish certificates of insurance and endorsements, as required by City,
5
Docusign Envelope ID: B146C7F5-398A-4648-938D-1F5A8F883560
evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which
shall provide that the insurance in force will not be canceled or allowed to lapse without at least
ten(10)days' prior written notice to City.
i.Except for professional liability insurance coverage that may be required by
this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to
conduct the pertinent line of insurance business in California and having a rating of Grade A or
better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of
professional liability insurance coverage, such coverage shall be issued by companies either
licensed or admitted to conduct business in California so long as such insurer possesses the
aforementioned Best rating.
j Contractor shall immediately notify City if any required insurance lapses or
is otherwise modified and cease performance of this Agreement unless otherwise directed by City.
In such a case, City may procure insurance or self-insure the risk and charge Contractor for such
costs and any and all damages resulting therefrom, by way of set-off from any sums owed
Contractor.
k. Contractor agrees that in the event of loss due to any of the perils for which
it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery.
Contractor hereby grants to City,on behalf of any insurer providing insurance to either Contractor
or City with respect to the services of Contractor herein,a waiver of any right to subrogation which
any such insurer may acquire against City by virtue of the payment of any loss under such
insurance.
1.Contractor shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor to City for
review and approval. All coverages for subcontractors shall be subject to all of the requirements
stated herein.
19. Termination. City may for any reason terminate this Agreement by giving
Contractor not less than five(5) days' written notice of intent to terminate. Upon receipt of such
notice, Contractor shall immediately cease work, unless the notice from City provides otherwise.
Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily
provided and all allowable reimbursements incurred to the date of termination in compliance with
this Agreement, unless termination by City shall be for cause, in which event City may withhold
any disputed compensation. City shall not be liable for any claim of lost profits.
20. Maintenance and Inspection of Records. In accordance with generally accepted
accounting principles, Contractor and its subcontractors shall maintain reasonably full and
complete books, documents, papers, accounting records, and other information (collectively, the
records")pertaining to the costs of and completion of services performed under this Agreement.
City and its authorized representatives shall have access to and the right to audit and reproduce
any of Contractor's records regarding the services provided under this Agreement. Contractor shall
maintain all such records for a period of at least three (3)years after termination or completion of
this Agreement. Contractor agrees to make available all such records for inspection or audit at its
6
Docusign Envelope.ID;.R146C7F5-398A-4648-938D-1F5A8F883560
offices during normal business hours and upon three(3)days'notice from City, and copies thereof
shall be furnished if requested.
21. Compliance with all Laws/Immigration Laws.
a. Contractor shall be knowledgeable of and comply with all local, state and
federal laws which may apply to the performance of this Agreement.
b. If the work provided for in this Agreement constitutes a"public works,"as
that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must
be paid, to the extent Contractor's employees will perform any work that falls within any of the
classifications for which the Department of Labor Relations of the State of California promulgates
prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it,
shall pay not less than the specified prevailing rates of wages to all such workers. The general
prevailing wage determinations for crafts can be located on the website of the Department of
Industrial Relations(www.dir.ca.gov/DLSR). Additionally,to perform work under this Contract,
Contractor must meet all State registration requirements and criteria,including project compliance
monitoring.
c. Contractor represents and warrants that it:
1) Has complied and shall at all times during the term of this
Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes,
and orders, including, without limitation, the Immigration Reform and Control Act of 1986
IRCA); and
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of
this Agreement; and
3) Has properly maintained, and shall at all times during the term of
this Agreement properly maintain, all related employment documentation records including,
without limitation, the completion and maintenance of the Form I-9 for each of Contractor's
employees; and
4) Has responded, and shall at all times during the term of this
Agreement respond, in a timely fashion to any government inspection requests relating to
immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the
Department of Homeland Security, the Department of Labor, or the Social Security
Administration.
d. Contractor shall require all subcontractors or subconsultants to make the
same representations and warranties as set forth in Subsection 21.c.
e. Contractor shall, upon request of City, provide a list of all employees
working under this Agreement and shall provide,to the reasonable satisfaction of City,verification
that all such employees are eligible to work in the United States. All costs associated with such
7
Docusign Envelope ID:B146C7F5-398A-4648=938D-1F5A8F883560
verification shall be borne by Contractor. Once such request has been made, Contractor may not
change employees working under this Agreement without written notice to City, accompanied by
the verification required herein for such employees.
f.Contractor shall require all subcontractors or sub-consultants to make the
same verification as set forth in Subsection 21.e.
g. If Contractor or subcontractor knowingly employs an employee providing
work under this Agreement who is not authorized to work in the United States, and/or fails to
follow federal laws to determine the status of such employee,that shall constitute a material breach
of this Agreement and may be cause for immediate termination of this Agreement by City.
h. Contractor agrees to indemnify and hold City, its officers, officials, agents
and employees harmless for,of and from any loss,including but not limited to fines,penalties and
corrective measures City may sustain by reason of Contractor's failure to comply with said laws,
rules and regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance
with and governed by the laws of the State of California and Contractor agrees to submit to the
jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in
Orange County, California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No
other agreement,oral or written,pertaining to the work to be performed under this Agreement shall
be of any force or effect unless it is in writing and signed by both parties. Any work performed
which is inconsistent with or in violation of the provisions of this Agreement shall not be
compensated.
24. Notice. Except as otherwise provided herein, all notices required under this
Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail,
postage prepaid, to each party at the address listed below. Either party may change the notice
address by notifying the other party in writing. Notices shall be deemed received upon receipt of
same or within three (3)days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e-
mail shall be deemed received on the date of the e-mail transmission.
CONTRACTOR" CITY"
CentralSquare Technologies,LLC City of Orange
100 Business Center Dr. 300 E. Chapman Avenue
Lake Mary,FL 32746 Orange,CA 92866-1591
Attn.: Ron Anderson Attn.: Scott Jorgensen,Lieutenant
Telephone: (800)727-8088 Telephone: (714)744-7356
E-Mail: ron.anderson@centralsquare.com E-Mail: sjorgensen@orangepd.org
25. Counterparts. This Agreement may be executed in one or more counterparts,each
of which shall be deemed an original, but all of which together shall constitute one and the same
8
Docusign Envelope ID:B146C7F5-398A-4648-938D-1F5A8F883560 .
instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as
original signatures.
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
CENTRALSQUARE TECHNOLOGIES, LLC, CITY OF ORANGE, a municipal corporation
a Delaware limited liability company
DocuSIgned by:
id, I stAt ,By: By' 020000777A2S417 .
Printed Name: Daniel R. Slater, Mayor
Title:
By: ATTEST:
Printed Name: Signed by:
Title:
DB20000D00Cr43A..,
Pamela Coleman, City Clerk
APPROVED AS TO FORM:
DoceSigned by:
r1^,d i: ,
G.lC 4715i.O.JSwEA...
Nathalie Adourian
Senior Assistant City Attorney
NOTE:City requires the following signature(s) on behalf of the Contractor:
1)the Chairman of the Board,the President or a Vice-President,AND (2)the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary
or an Assistant Treasurer. If only one corporate officer exists or one corporate
officer holds more than one corporate office,please so indicate. OR
The corporate officer named in a corporate resolution as authorized to enter
into this Agreement. A copy of the corporate resolution, certified by the
Secretary close in time to the execution of the Agreement,must be provided to
City.
9
Docusign Envelope ID:B146C7F5-398A-4648-938D-1 F5A8F883560
instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as
original signatures.
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the
year and day first above written.
CONTRACTOR" CITY"
CENTRALSQUARE TECHNOLOGIES, LLC, CITY OF ORANGE, a municipal corporation
a Delaware limited liability company
DoouSlpnitd by:
Initial
I tti &l rso, fit
By• 1111G15FGI0iandF11 By:
Printed Name:Ron Anderson Daniel R. Slater,Mayor
Title: Chief Revenue Officer
DocuSigned by:
DS 7/28/2025
EABy.LPArieescd+ .ce_
ATTEST:
Printed Name arry Medintz
Title: General Counsel&Corporate Secretary
7/28/2025
Pamela Coleman, City Clerk
APPROVED AS TO FORM:
Nathalie Adourian
Senior Assistant City Attorney
NOTE: City requires the following signature(s) on behalf of the Contractor:
1)the Chairman of the Board, the President or a Vice-President,AND(2)the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary
or an Assistant Treasurer. If only one corporate officer exists or one corporate
officer holds more than one corporate office,please so indicate. OR
The corporate officer named in a corporate resolution as authorized to enter
into this Agreement. A copy of the corporate resolution, certified by the
Secretary close in time to the execution of the Agreement,must be provided to
City.
1/
9
Docusign Envelope ID:B146C7F5-398A-4648-938D-1F5A8F883560
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
Docusign Envelope ID:B146C7F5-398A-4648-938D-1 F5A8F883560
Invoice
C E N T R A L S Q U A R E Invoice No Date Page
TECHNOLOGIES
439877 6/10/2025 1 of 5
Tritech Software Systems, a CentralSquare Company
1000 Business Center Drive
Lake Mary, FL 32746
Billing Inquiries:Accounts.Receivable@centralsquare.com
Bill To Ship To
Orange Police, CA Orange Police,CA
Hilda Montoya Hilda Montoya
1107 N Batavia Street 1107 N Batavia Street
Orange CA 92867 Orange CA 92867
United States United States
Customer No Customer Name Customer PO# Currency Due Date
12649 Orange Police, CA USD 7/10/2025
Invoice Sequence Number 1 of 1
Description Units Rate Extended
Quote No.Q-212588
1 Enterprise RMS NIBRS Module Annual Maintenance Fee- 1 2,735.53 2,735.53
Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
2 Inform CAD Mapping Test or Training Annual Maintenance Fee- 1 63.33 63.33
Annual Maintenance Fee
Inform CAD Mapping Test or Training Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
3 Inform CAD Mapping Annual Maintenance Fee-Annual 8 63.32 506.58
Maintenance Fee
Inform CAD Mapping Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
4 Enterprise CAD Situational Awareness Manager(SAM)Annual 1 1,266.47 1,266.47
Maintenance Fee-Annual Maintenance Fee
Enterprise CAD Situational Awareness Manager(SAM)Annual
Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
5 Inform CAD The GISLink Utility Position Annual Maintenance F- 1 633.23 633.23
Annual Maintenance Fee
Inform CAD The GISLink Utility Position Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
6 Inform CAD Position Annual Maintenance Fee-Annual 8 1,266.47 10,131.74
Maintenance Fee
Inform CAD Position Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
7 Inform CAD Test or Training System Annual Maintenance Fee- 1 1,025.83 1,025.83
Annual Maintenance Fee
Inform CAD Test or Training System Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
8 Inform CAD Server Software Annual Maintenance Fee-Annual 1 3,799.40 3,799.40
Maintenance Fee
Inform CAD Server Software Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
Docusign Envelope ID:.B146C7F5-398A-4648-938D-1 F5A8F883560
Invoice
C E N T R A L S Q U A R E Invoice No Date Page
TECHNOLOGIES 439877 6/10/2025 2 of 5
Tritech Software Systems, a CentralSquare Company
1000 Business Center Drive
Lake Mary, FL 32746
Billing Inquiries:Accounts.Receivable@centralsquare.com
Bill To Ship To
Orange Police, CA Orange Police, CA
Hilda Montoya Hilda Montoya
1107 N Batavia Street 1107 N Batavia Street
Orange CA 92867 Orange CA 92867
United States United States
Customer No Customer Name Customer PO# Currency Due Date
12649 Orange Police, CA USD 7/10/2025
Invoice Sequence Number 1 of 1
Description Units Rate Extended
9 Inform CAD Routing Server Annual Maintenance Fee-Annual 1 2,368.30 2,368.30
Maintenance Fee
Inform CAD Routing Server Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
10 Inform CAD Rotation Provider Annual Maintenance Fee-Annual 1 1,266.47 1,266.47
Maintenance Fee
Inform CAD Rotation Provider Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
11 Inform CAD the Archive Server Software Annual Maintenance Fe 1 316.62 316.62
Annual Maintenance Fee
Inform CAD the Archive Server Software Annual Maintenance
Fee
Maintenance:Start:7/1/2025, End:11/28/2025
12 Inform RMS Accident Annual Maintenance Fee-Annual 1 0.00 0.00
Maintenance Fee
Inform RMS Accident Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
13 Inform RMS Evidence and Barcoding Annual Maintenance Fee- 1 0.00 0.00
Annual Maintenance Fee
Inform RMS Evidence and Barcoding Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
14 Inform RMS GIS(With CAD)Annual Maintenance Fee-Annual 1 0.00 0.00
Maintenance Fee
Inform RMS GIS(With CAD)Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
15 Inform RMS Test or Training System Annual Maintenance Fee- 1 1,019.76 1,019.76
Annual Maintenance Fee
Inform RMS Test or Training System Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
16 Inform FBR Server Software Annual Maintenance Fee-Annual 1 0.00 0.00
Maintenance Fee
Inform FBR Server Software Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
Docusign Envelope ID:B146C7F5-398A-4648-938D-1F5A8F883560
Invoice
C E N T R A L S Q U A R E Invoice No Date Page
TECHNOLOGIES 439877 6/10/2025 3 of 5
Tritech Software Systems, a CentralSquare Company
1000 Business Center Drive
Lake Mary, FL 32746
Billing Inquiries:Accounts.Receivable@centralsquare.com
Bill To Ship To
Orange Police, CA Orange Police,CA
Hilda Montoya Hilda Montoya
1107 N Batavia Street 1107 N Batavia Street
Orange CA 92867 Orange CA 92867
United States United States
Customer No Customer Name Customer PO# Currency Due Date
112649 Orange Police, CA USD 7/10/2025
Invoice Sequence Number 1 of 1
Description Units Rate Extended
17 Inform RMS Reporting Server License Annual Maintenance Fee-1 0.00 0.00
Annual Maintenance Fee
Inform RMS Reporting Server License Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
18 NCIC/State Software Inform RMS Concurrent User Annual 1 0.00 0.00
Mainte-Annual Maintenance Fee
NCIC/State Software Inform RMS Concurrent User Annual
Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
19 Inform RMS Concurrent User License Annual Maintenance Fee- 1 0.00 0.00
Annual Maintenance Fee
Inform RMS Concurrent User License Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
20 Inform RMS Server Software Annual Maintenance Fee-Annual 1 13,009.45 13,009.45
Maintenance Fee
Inform RMS Server Software Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
21 CentralSquare Message Switch Annual Maintenance Fee- 1 2,786.23 2,786.23
Annual Maintenance Fee
CentralSquare Message Switch Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
22 Standard ANI/ALI Interface Annual Maintenance Fee-Annual 1 1,139.83 1,139.83
Maintenance Fee
Standard ANI/ALI Interface Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
23 NCIC/State Query Position for Inform CAD Annual Maintenance-7 63.32 443.27
Annual Maintenance Fee
NCIC/State Query Position for Inform CAD Annual Maintenance
Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
24 Inform Mobile Test or Training System Annual Maintenance Fee- 1 1,203.14 1,203.14
Annual Maintenance Fee
Inform Mobile Test or Training System Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
Docusign Envelope ID:B146C7F5-398A-4648-938D-1F5A8F883560
Invoice
C E N T R A L S Q U A R E Invoice No Date Page
TECHNOLOGIES 439877 6/1012025 4 of 5
Tritech Software Systems, a CentralSquare Company
1000 Business Center Drive
Lake Mary, FL 32746
Billing Inquiries:Accounts.Receivable@centralsquare.com
Bill To Ship To
Orange Police, CA Orange Police, CA
Hilda Montoya Hilda Montoya
1107 N Batavia Street 1107 N Batavia Street
Orange CA 92867 Orange CA 92867
United States United States
Customer No Customer Name Customer PO# Currency Due Date
12649 Orange Police, CA USD 7/10/2025
Invoice Sequence Number 1 of 1
Description Units Rate Extended
25 Inform FBR User Annual Maintenance Fee-Annual Maintenance 1 0.00 0.00
Fee
Inform FBR User Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
26 Inform Mobile Mapping Annual Maintenance Fee-Annual 1 1,342.46 1,342.46
Maintenance Fee
Inform Mobile Mapping Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
27 Inform Mobile Base Position with CJIS/NCIC Forms Annual Main 1 6,712.28 6,712.28
Annual Maintenance Fee
Inform Mobile Base Position with CJIS/NCIC Forms Annual
Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
28 Inform Mobile Server Software Annual Maintenance Fee-Annual 1 3,166.17 3,166.17
Maintenance Fee
Inform Mobile Server Software Annual Maintenance Fee
Maintenance:Start:7/1/2025, End: 11/28/2025
29 Inform CAD Mapping Annual Maintenance Fee-Annual 1 66.49 66.49
Maintenance Fee
Enterprise CAD Mapping Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
30 Inform CAD Position Annual Maintenance Fee-Annual 1 1,329.79 1,329.79
Maintenance Fee
Enterprise CAD Position Annual Maintenance Fee
Maintenance:Start:7/1/2025, End:11/28/2025
Docusign Envelope ID:B146C7F5-398A-4648-938D-1F5A8F883560
Invoice
C E N T R A L S Q U A R E Invoice No Date Page
TECHNOLOGIES
439877 6/10/2025 5 of 5
Tritech Software Systems, a CentralSquare Company
1000 Business Center Drive
Lake Mary, FL 32746
Billing Inquiries:Accounts.Receivable@centralsquare.com
Bill To Ship To
Orange Police,CA Orange Police, CA
Hilda Montoya Hilda Montoya
1107 N Batavia Street 1107 N Batavia Street
Orange CA 92867 Orange CA 92867
United States United States
Customer No Customer Name Customer PO# Currency Due Date
12649 Orange Police, CA USD 7/10/202,5
Invoice Sequence Number 1 of 1
Please include invoice number(s)on your remittance advice. Subtotal 56,332.37
ACH: Tax 0.00
Routing Number 121000358
Account Number 1416612641 Invoice Total 56,332.37
E-mail payment details to:Accounts.Receivable@CentralSquare.com
Check:Payments Applied 0.00
12709 Collection Center Drive
Chicago, IL 60693 Balance Due USD 56,332.37