R-2025-246 - 9/25/2025 RESOLUTION NO. R-2025-246
WHEREAS, the City of Round Rock ("City") desires to purchase drone program, devices,
hardware, and software, and
WHEREAS, the City is a member of the Sourcewell Cooperative, a cooperative purchasing
program, and
WHEREAS, Unmanned Vehicle Technologies is an approved vendor of the Sourcewell
Cooperative, and
WHEREAS, the City desires to purchase certain goods and services from Unmanned Vehicle
Technologies through Sourcewell Cooperative Contract No. 011223-UNM, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement Between the City of Round Rock and Unmanned Vehicle Technologies for the Purchase of
Drone Program, Devices, Hardware and Software, a copy of said Agreement being attached hereto as
Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 25th day of September, 2025.
CR G MO GAN, Mayor
City of Ro d Rock,Texas
AT ST:
dAaki,L,.
FRANKLIN, City Clerk
0112.20252:4932-0017-1879
EXHIBIT
A
AGREEMENT BETWEEN THE CITY OF ROUND ROCK
AND UNMANNED VEHICLE TECHNOLOGIES
FOR THE PURCHASE OF
DRONE PROGRAM,DEVICES,HARDWARE AND SOFTWARE
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
This Agreement for the purchase of drone program, devices, hardware, and software (the
"Agreement") is made and entered into this the day of , 2025, (the "Effective
Date") by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose
offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the
"City," and UNMANNED VEHICLE TECHNOLOGIES whose offices are located 1722 N.
College Ave., Suite D, Fayetteville, AR 72703 referred to herein as "Vendor."
RECITALS:
WHEREAS,City desires to purchase drone program,devices,hardware,and software(the
"Goods and Services") defined herein; and
WHEREAS, City is a member of the Sourcewell Cooperative Purchasing Program
("Sourcewell")and Vendor is an approved Co-op vendor through Co-op Contract#011223-UNM
(Unmanned Vehicle Technologies:Contract 011223-UNM I Sourcewell)); and
WHEREAS, City desires to purchase certain goods and/or services from Vendor through
the Co-op as set forth herein; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW,THEREFORE,in consideration of the mutual promises contained herein and other
good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,
the parties mutually agree as follows:
1.0 DEFINITIONS
A. Agreement means this binding legal contract between City and Vendor whereby
City agrees to purchase specified goods and/or services and Vendor is obligated to sell same. The
Agreement includes any exhibits,addenda, and/or amendments thereto.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date set out in the introductory paragraph above.
D. Goods and Services mean the specified services,supplies,materials,commodities,
or equipment.
E. Vendor means Unmanned Vehicle Technologies, or any successors or assigns.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall remain in full force and effect until it expires as indicated
below or is terminated in accordance with Section 14.0.
B. This Agreement shall expire March 24, 2027. In the event the Sourcewell Contract
is not renewed for an additional term, or this Agreement shall expire anytime thereafter
in the event the Sourcewell Contract is not further renewed at the end of any renewal term. So
long as the Sourcewell Contract continues to be renewed, this Agreement shall continue to
remain in effect pursuant to the terms and conditions set forth herein, however, in no event shall
the term of this Agreement exceed sixty (60)months from the effective date hereof.
3.0 SCOPE OF WORK
A. The goods and related services which are the subject matter of this Agreement are
described generally herein and referenced in in the attached Exhibit "A," incorporated herein by
reference for all purposes
B. This Agreement shall evidence the entire understanding and agreement between the
parties and shall supersede any prior proposals, correspondence or discussions.
C. Vendor shall satisfactorily provide all deliverables and services described herein
and referenced in Exhibit "A" within the contract term specified. A change in the Scope of
Services or any term of this Agreement, including bonding requirements, must be negotiated and
agreed to in all relevant details, and must be embodied in a valid Supplemental Agreement as
described herein.
4.0 COSTS
A. In consideration for the Goods and Services to be provided by Vendor, City agrees
to pay Vendor the amounts set forth in Exhibit"A".
B. The City is authorized to pay the Vendor an amount not-to-exceed $752,080.73,
for the term of this Agreement.
2
5.0 INVOICES
All invoices shall include, at a minimum, the following information:
1. Name and address of Vendor;
2. Purchase Order Number;
3. Description and quantity of items received; and
4. Delivery dates.
6.0 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement if the governing body of City
does not appropriate funds sufficient to purchase the Goods and Services as determined by City's
budget for the fiscal year in question. City may affect such termination by giving the Vendor
written notice of termination.
7.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be made within thirty (30) days of the date City receives Goods and
Services under this Agreement, the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the Goods and Services, whichever is
later. Vendor may charge interest on an overdue payment at the rate in effect on September 1 of
the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments
made by City in the event:
1. There is a bona fide dispute between City and Vendor,a contractor, subcontractor,
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
2. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
3. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
4. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
3
8.0 GRATUITIES AND BRIBES
City may,by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment,gifts, or otherwise
were offered or given by Vendor or its agents or representatives to any City officer, employee or
elected representative with respect to the performance of this Agreement. In addition,Vendor may
be subject to penalties stated in Title 8 of the Texas Penal Code.
9.0 TAXES
City is exempt from Federal Excise and State Sales Tax;therefore,tax shall not be included
in Vendor's charges.
10.0 INSURANCE
Vendor shall meet all City insurance requirements set forth in the attached Exhibit "B,"
incorporated herein by reference for all purposes.
11.0 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Jason Watson
Police Department
2701 North Mays Street.
Round Rock, TX 78664
(512)671-2868
jwatson(4roundrocktexas.gov
12.0 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
13.0 DEFAULT
If Vendor abandons or defaults under this Agreement,Vendor shall be declared in default
of this Agreement if it does any of the following and fails to cure the issue within thirty(30)days
of receipt of written notice:
1. Fails to fully,timely and faithfully perform any of its material obligations under
this Agreement;
4
2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States
and is unable to perform its material obligations under the Agreement.
14.0 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part,for convenience
and without cause,at any time upon written notice to Vendor,the"Date of Termination."
B. In the event of any default by Vendor,City has the right to terminate this Agreement
for cause,upon ten(10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City,or by mutual agreement to terminate evidenced
in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty(30)days after the Date of Termination,Vendor shall
submit a statement showing in detail the goods and/or services satisfactorily performed under this
Agreement up to the date of termination. City shall then pay Vendor that portion of the charges, if
undisputed. The parties agree that Vendor is not entitled to compensation for services it would
have performed under the remaining term of the Agreement except as provided herein.
15.0 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns,officers,employees and elected officials harmless from and against all suits,actions,legal
proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other
costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or
Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under
this Agreement,no matter how,or to whom,such loss may occur.Nothing herein shall be deemed
to limit the rights of City or Vendor(including, but not limited to the right to seek contribution)
against any third party who may be liable for an indemnified claim.
16.0 COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws,the Charter and Ordinances of the City of Round Rock,
as amended,and with all applicable rules and regulations promulgated by local,state and national
boards, bureaus and agencies.
B. In accordance with Chapter 2271, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
5
written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel
during the term of this Agreement.
C. In accordance with Chapter 2274,Texas Government Code,a governmental entity
may not enter into a contract with a company with at least ten(10)full-time employees for a value
of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a
provision verifying that it: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
during the term of the contract against a firearm entity or firearm trade association. The signatory
executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association, and
it will not discriminate during the term of this Agreement against a firearm entity or firearm trade
association.
D. In accordance with Chapter 2274, Texas Government Code,a governmental entity
may not enter into a contract with a company with at least ten(10)full-time employees for a value
of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a
provision verifying that it: (1)does not boycott energy companies; and(2)will not boycott energy
companies during the term of this Agreement. The signatory executing this Agreement on behalf
of Vendor verifies Vendor does not boycott energy companies, and it will not boycott energy
companies during the term of this Agreement.
17.0 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement.Neither party shall assign,sublet or transfer
any interest in this Agreement without prior written authorization of the other party.
18.0 NOTICES
A. All notices and other communications in connection with this Agreement shall be
in writing and shall be considered given as follows:
1. When delivered personally to recipient's physical or email address as stated below;
or
2. Three(3)days after being deposited in the United States mail,with postage prepaid
to the recipient's address as stated below.
Notice to Vendor:
Vendor: Unmanned Vehicle Technologies
Attn: Chris Baker
Address: 1722 N. College Ave., Suite D
6
Fayetteville, AR 72703
Email: baker@uvt.us
Notice to City:
City Manager Stephanie L. Sandre,City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock, TX 78664
B. Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
19.0 APPLICABLE LAW, ENFORCEMENT, AND VENUE
This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary
by either party with respect to the enforcement of any or all of the terms or conditions herein,
exclusive venue for same shall lie in Williamson County,Texas.This Agreement shall be governed
by and construed in accordance with the laws and court decisions of the State of Texas.
20.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City.This Agreement may only be amended or supplemented by mutual agreement of
the parties hereto in writing.
21.0 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement,or a breach thereof shall be decided by any arbitration
proceeding,including without limitation,any proceeding under the Federal Arbitration Act(9 USC
Section 1-14)or any applicable state arbitration statute.
22.0 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no way
affect the validity or enforceability of any other portion or provision of this Agreement. Any void
provision shall be deemed severed from this Agreement, and the balance of this Agreement shall
be construed and enforced as if this Agreement did not contain the particular portion or provision
held to be void.The parties further agree to amend this Agreement to replace any stricken provision
with a valid provision that comes as close as possible to the intent of the stricken provision. The
provisions of this section shall not prevent this entire Agreement from being void should a provision
which is of the essence of this Agreement be determined void.
7
23.0 MISCELLANEOUS PROVISIONS
A. Standard of Care. Vendor represents that it employs trained, experienced, and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities, and duties shall be performed in a manner according to
generally accepted industry practices.
B. Time is of the Essence. The parties agree that, from time to time, certain unique
transactions may have special requirements relative to timing and, accordingly, the parties will
identify those transactions and exercise best efforts to accomplish those transactions within the
stated timeframe. Other timing requirements will be met in a commercially reasonable manner.
Where damage is caused to City due to Vendor's failure to perform in the special timing
requirement circumstances,City may pursue any remedy available without waiver of any of City's
additional legal rights or remedies.
C. Binding Agreement. This Agreement shall extend to and be binding upon and
inure to the benefit of the parties' respective heirs, executors, administrators, successors and
assigns.
D. Multiple Counterparts. This Agreement may be executed in multiple
counterparts,any one of which shall be considered an original of this document; and all of which,
when taken together, shall constitute one and the same instrument.
[Signatures on the following page.]
8
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
Unmanned Vehicle Technologies
By: E�
Printed Name: Christopher Baker
Title: Director of Remote Operations
Date Signed: August 19th 2025
City of Round Rock, Texas
By:
Printed Name:
Title:
Date Signed:
For City,Attest:
By:
Ann Franklin, City Clerk
For City, Approved as to Form:
By:
Stephanie L. Sandre, City Attorney
9
EXHIBIT "A"
10
Unmanned Vehicle Technologies,LLC
1* /*111111r 1722 N College Avenue,Suite D
VFayetteville,AR 72703
Invoicing Address: Round Rock,TX Police Department,Jason Watson
Round Rock,TX Police Department,City of Round Rock- 2701 N. Mays Street
Accounts Payable Round Rock TX 78665
221 E. Main Street United States
Round Rock TX 78664
United States
t. +1 512-671-2779
Shipping Address:
Round Rock,TX Police Department,Jason Watson
2701 N. Mays Street
Round Rock TX 78665
United States
t. +1 512-671-2868
Quotation # S0222955
Recurring Plan: Quotation Date: Expiration: Salesperson:
1 year 04/18/2025 09/30/2025 Chris Baker
DESCRIPTION QUANTITY UNIT DISC.% TAXES AMOUNT
PRICE
DJI Dock 3
[101-157-1001] DJI Dock 3 1.000 15,890.00 5.00 $15,095.50
Equipped with Matrice 4D or Matrice 4TD high-performance drones,DJI Units
Dock 3 empowers 24/7 remote operations and,for the first time,supports
mobile vehicle-mounted deployment,effortlessly adapting to various
environments.The drones utilize the same cameras as the Matrice 4
Series but offer improved flight and protection performance.
Built to withstand extreme heat, DJI Dock 3 operates and charges
seamlessly even in temperatures soaring up to 122°F(50° C),ensuring
efficient operations.
Subtotal $15,095.50
Docked Aircraft
Thank you for choosing UVT!
Page:1 /8
`� ` , Unmanned Vehicle Technologies,LLC
D v l'a 1722 N College Avenue,Suite D
1 Fayetteville,AR 72703
[101-156-1026] DJI Matrice 4TD Standalone 1.000 7,640.00 5.00 $7,258.00
The all-new Matrice 4TD offers extended flight time,a high-resolution Units
thermal camera,a new near-infrared (NIR)auxiliary light,and a laser range
finder. It is also designed specifically for the DJI Dock 3,enabling truly
remote,beyond-visual line-of-sight operations.When paired with the DJI
RC Plus 2 Enterprise,the DJI Matrice 4TD can be operated as a
standalone drone,increasing operational capabilities over the Matrice 4T
thanks to its IP-rated design.The Matrice 4TD's fixed arm configuration
promotes more stable flight,though it sacrifices portability over the
Matrice 4T.
In The Box:
1 x DJI Matrice 4TD Aircraft
3x DJI Matrice 4D Series Propeller Pairs
1 x USB-A to USB-C Cable
1x Combo 1.5mm/2.5mm Hex Driver
lx Miscellaneous Screw Pack
Subtotal $7,258.00
DJI Dock Accessories
[101-156-1019] DJI Matrice 4D Series Battery 20.000 420.00 5.00 0°%o $7,980.00
4 Batteries/year for 5 year contract,unless manufacturer EOL. Units
Thank you for choosing UVT!
Page:2/ 8
‘ Unmanned l' Vehicle Technologies,LLC
D v a ` , 1722 N College Avenue,Suite D
Fayetteville,AR 72703
[101-156-1011] DJI RC Plus 2 Enterprise 1.000 2,010.00 5.00 0°%o $1,909.50
The DJI RC Plus 2 Enterprise is a high-performance remote controller Units
designed for seamless integration with the DJI Matrice 4 Series drones. It
features a high-brightness display,ensuring clear visibility even under
strong sunlight. With an IP54 protection rating,it operates reliably in
temperatures ranging from-20°C to 50°C(-4°F to 122°F). Equipped with
the powerful 04 Enterprise video transmission system,a built-in high-gain
antenna array,and support for both SDR and 4G hybrid transmission, it
provides a stable and smooth video feed in both urban and mountainous
environments.
The DJI RC Plus 2 Enterprise is an essential tool for professionals seeking
reliable and efficient drone operation across various environments.
Key Features:
*High-Brightness Display:The integrated screen offers exceptional clarity,
ensuring optimal visibility even in direct sunlight.
*Durable Design:With an IP54 protection rating,the controller is
dustproof and splashproof,suitable for various environmental conditions.
*Wide Operating Temperature Range: Functions effectively in
temperatures from-20°C to 50°C(-4°F to 122°F),accommodating diverse
operational needs.
*Advanced Video Transmission:The 04 Enterprise system,combined
with a high-gain antenna array,supports SDR and 4G hybrid transmission,
ensuring stable and smooth video feeds in complex terrains.
Note: Operating frequencies may vary by country and region. Please refer
to local laws and regulations for more information.
[101-156-1009] DJI AS1 Speaker 1.000 290.00 5.00 $275.50
The DJI AS1 Speaker enhances your drone operations with powerful Units
audio capabilities,delivering up to 114 decibels at 1 meter and a
broadcast range extending up to 300 meters.
It supports real-time broadcasting with echo suppression,recorded
messages,media imports,and text-to-speech functionality. Its lightweight
design (92.5 g with bracket) minimizes impact on drone performance,and
quick-release hand-tightened screws ensure easy and secure installation.
Compatible with DJI Matrice 4 Series drones,the AS1 Speaker is an
essential accessory for effective aerial communication.
Enhance your drone's communication capabilities with the DJI AS1
Speaker,designed for seamless integration with the DJI Matrice 4 Series.
Thank you for choosing UVT!
Page:3/ 8
t
�' ilk , T Unmanned Vehicle Technologies,LLC
DQ 1722 N College Avenue,Suite D
laV Fayetteville,AR 72703
[101-156-1010] DJI AL1 Spotlight 1.000 430.00 5.00 $408.50
The DJI AL1 Spotlight enhances your drone's capabilities with powerful Units
illumination,offering both always-on and strobe modes. It can clearly
illuminate subjects even from a distance of 100 meters. Additionally,it
intelligently links with the gimbal,following the camera's movements to
ensure the illuminated area matches the camera's view. It also offers a
wide field-of-view lighting mode,illuminating up to 2,200 square meters,
ideal for large-scale operations.
Compatible with DJI Matrice 4 Series drones,the AL1 Spotlight is an
essential accessory for professionals requiring reliable and adaptable
aerial lighting solutions.
Note:The performance of the Matrice 4 Series aircraft's propulsion and
vision system may be affected after the spotlight is mounted. Fly with
caution.
[101-156-1015] DJI Matrice 4D Series Low-Noise Anti-Ice Propellers 20.000 39.00 5.00 0°%o $741.00
4 complete sets of propellers/year,unless manufacturer EOL. Units
[101-156-1017] DJI Matrice 4D Series 240W Charging Hub 1.000 131.00 5.00 0°%o $ 124.45
Units
[101-156-1016] DJI 240W Power Adapter 1.000 190.00 5.00 $180.50
Units
Subtotal $11,619.45
Dock 3 Repeater(D-RTK3)
Thank you for choosing UVT!
Page:4/8
`� jIA
` , Unmanned Vehicle Technologies,LLC
s V
VFayetteville,AR 72703
[101-124-1009] DJI D-RTK 3 Relay Fixed Deployment Version 1.000 3,030.00 5.00 0% $2,878.50
The DJI D-RTK 3 Relay Fixed Deployment Version from Unmanned Vehicle Units
Technologies(UVT)is an advanced solution designed to extend your
drone's communication range while delivering centimeter-level RTK
accuracy. Purpose-built for Dock 3,this relay overcomes signal gaps in
obstructed areas,ensuring consistent and reliable data transmission. With
PoE(Power over Ethernet)for quick installation, it connects directly to
Dock 3's third port for a streamlined and efficient setup.This version
currently supports Dock 3 in relay mode only,with future updates planned
for compatibility with the Matrice 4 Series.
Key Features:
Extended Communication Range:Overcomes signal gaps to enhance
transmission coverage and maintain continuous connectivity.
High-Precision RTK Data: Delivers centimeter-level positioning accuracy
for critical operations.
Seamless Integration: PoE-powered for simple installation and connects
directly to Dock 3's third port.
Exclusive to Dock 3: Designed specifically for Dock 3,supporting relay
mode only(no base or rover functionality).
Future Compatibility: Upcoming firmware updates will support the Matrice
4 Series,ensuring long-term operational flexibility.
Subtotal $2,878.50
Dock Installation and Training
[SRV-PM-103] UVT DJI Dock Installation and Setup 1.000 6,000.00 5.00 0°%o $ 5,700.00
Units
*Customer to provide 110v power and ethernet connectivity at the
deployment site. UVT will provide cabling to the termination box within 3
feet of the dock installation site. UVT will recommend seal tite
connections into the termination box,to ensure that cabling is protected.
Subtotal $ 5,700.00
DroneSense
[SRV-DS-1010] DroneSense Class 2 Dock Annual License 5.000 7,900.00 5.00 0°%o $37,525.00
This quote is subject to and incorporates by reference the Platform Terms Units
&Conditions located at dronesense.com/terms-and-conditions.
Thank you for choosing UVT!
Page: 5/8
`� r' ` , Unmanned Vehicle Technologies,LLC
Dv a 1722 N College Avenue,Suite D
Fayetteville,AR 72703
[SRV-DS-1001] DroneSense Class 1 Annual License 10.000 1,700.00 5.00 0% $16,150.00
Class 1 UAS License for 1-Year(DJI Mavic Series,Autel EVO/EVO II, Units
Parrot ANAFI)
Includes software license for DroneSense Mobile and DroneSense Web
for all organization users,initial setup and online training,technical
support as outlined in DroneSense's Terms and Conditions,and Fair Use
Storage on DroneSense cloud.
This quote is subject to and incorporates by reference the Platform Terms
&Conditions located at dronesense.com/terms-and-conditions.
[SRV-DS-1002] DroneSense Class 2 Annual License 10.000 2,900.00 5.00 0% $27,550.00
Class 2 UAS License for 1-Year(DJI Matrice Series) Units
Includes software license for DroneSense Mobile and DroneSense Web
for all organization users,initial setup and online training,technical
support as outlined in DroneSense's Terms and Conditions,and Fair Use
Storage on DroneSense cloud.
This quote is subject to and incorporates by reference the Platform Terms
&Conditions located at dronesense.com/terms-and-conditions.
[SRV-DS-1007] DroneSense Advanced Geospatial Features Annual 20.000 200.00 5.00 0% $3,800.00
License Units
This quote is subject to and incorporates by reference the Platform Terms
&Conditions located at dronesense.com/terms-and-conditions.
[SRV-DS-1011] DroneSense Screen Share Only Annual License 5.000 900.00 5.00 0% $4,275.00
This quote is subject to and incorporates by reference the Platform Terms Units
&Conditions located at dronesense.com/terms-and-conditions.
Subtotal $89,300.00
uAvionix Casia-G
[159-102-1003]uAvionix Casia G Annual Subscription 30.000 19,500.00 5.00 0% $ 555,750.00
Units
Subtotal $555,750.00
Consulting
[SRV-BVLOS-103]UVT Part 91.113(b) BVLOS w/DAA Waiver Consulting 1.000 5,000.00 5.00 0% $4,750.00
Units
Subtotal $4,750.00
UVT ProLine Services-Complimentary for First Responders
Thank you for choosing UVT!
Page:6/8
�' ` , T Unmanned Vehicle Technologies,LLC
D Q 1722 N College Avenue,Suite D
UV Fayetteville,AR 72703
[SRV-PLS-103]UVT ProLine Support Premium 1.000 1,199.00 100.00 0°% $0.00
UVT ProLine Support offers you direct access to our technical and Units
operational support teams.With ProLine Support Premium,this access is
provided 24x7x365 to ensure you always have the support you need.
Subtotal $0.00
Sroucewell
[SRV-111j Sourcewell Contract-011223-UNM 1.000 0.00 0.00 0°%o $0.00
Units
Subtotal $0.00
Shipping
UPS Ground 1.000 448.53 0.00 $448.53
Units
Subtotal $448.53
All quotations are offered in good faith with our most accurate and up to date pricing. Due to the recent implementation of
tariffs on many of the items that UVT offers,prices are subject to change without notice.UVT will do everything possible to
honor the pricing offered,however price changes associated with additional tariffs will void existing quotations containing
affected items.Our team will continuously work to keep our customers informed as soon as possible if any associated orders
are affected by these changes.
Subtotal $0.00
Untaxed Amount $692,799.98
Taxes on$669,133.45 $0.00
Total $692,799.98
Yearly Breakdown
Year 1 = $ 176,759.98
Year 2= $129,010.00
Year 3 = $129,010.00
Year 4= $ 129,010.00
Year 5= $ 129,010.00
The completion of this transaction via payment, Purchase Order,or electronic signature indicates your acceptance of our Terms &
Thank you for choosing UVT!
Page:7/8
Unmanned Vehicle Technologies,LLC
Dv A 1722 N College Avenue,Suite D
Fayetteville,AR 72703
Conditions,available online at www.uvt.us/terms.
The contents of this document are confidential and proprietary and are intended only for the recipient specified herein. It is strictly
forbidden to share the contents of this document with any third party,without receiving the prior written consent of UVT.
Thank you for choosing UVT!
Page:8/8
Exhibit "B"
Insurance Requirements
7,
ROUND ROCK TEXAS
City of Round Rock
Insurance Requirements
1. INSURANCE: The Vendor("Contractor")shall procure and maintain at its sole cost and expense for
the duration of the agreement or purchase order resulting from a response to the
Solicitation/Specification, insurance against claims for injuries to persons or damages to property
which may arise from or in connection with the performance of the work as a result of the solicitation
by the successful respondent, its agents, representatives, volunteers, employees or subcontractors.
1.1. Certificates of Insurance and endorsements shall be furnished to the City of Round Rock("City")
and approved by the City before work commences.
1.2. The following standard insurance policies shall be required:
1.2.1. General Liability Policy
1.2.2. Automobile Liability Policy
1.2.3. Worker's Compensation Policy
1.3. The following general requirements are applicable to all policies:
1.3.1. Only insurance companies licensed and admitted to conduct business in the State of
Texas shall be accepted.
1.3.2. Deductibles are acceptable only on a
per occurrence basis for property damage only.
1.3.3. Claims made policies shall not be accepted, except for Professional Liability
Insurance.
1.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City.
1.3.5. Policies shall include, but not be limited to, the following minimum limits:
1.3.5.1. Minimum General liability Coverage of 100/300/100.
• $100,000 per accident
• $300,000 policy limits
• $100,000 per person
1.3.5.2. Property Damage Insurance with minimum limits of$100,000 for each
occurrence.
1.3.5.3.Automobile Liability Insurance for all owned, non-owned, and hired vehicles
with minimum limits for Bodily Injury of$100,000.00 each person, and
$300,000.00 for each occurrence, and Property Damage Minimum limits of
$100,000 for each occurrence.
1.3.5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00
Employers Liability Insurance.
1.3.6. Coverage shall be maintained for two years minimum after the termination of the
Agreement.
Page 1 of 6 DATED:AUGUST 2024
ROUND ROCK TEXAS
1.4. The City shall be entitled, upon request, and without expense to receive copies of insurance
policies and all endorsements thereto and may make reasonable request for deletion, revision,
or modification of particular policy terms, conditions, limitations, or exclusions (except where
policy provisions are established by law or regulation binding either of the parties hereto or the
underwriter of any of such policies). Upon such request by the City, the Contractor shall
exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the
cost thereof. All insurance and bonds shall meet the requirements of the solicitation
specification and the insurance endorsements stated below.
1.5. The Contractor agrees that with respect to the required insurance, all insurance contracts
and certificate(s) of insurance will contain and state, in writing, on the certificate or its
attachment, the following provisions:
1.5.1. Provide for an additional insurance endorsement clause declaring the Contractor's.
insurance as primary.
1.5.2. Name the City and its officers, employees, and elected officials as additional insured's,
(as the interest of each insured may appear)as to all applicable coverage.
1.5.3. Provide thirty days' notice to the City of cancellation, non-renewal, or material changes.
1.5.4. Remove all language on the certificate of insurance indicating:
1.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City;
and,
1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the
company, its agents, or representatives.
1.5.5. Provide for notice to the City at the addresses listed below by registered mail:
1.5.6. The Contractor agrees to waive subrogation against the City, its officers, employees,
and elected officials for injuries, including death, property damage, or any other loss
to the extent same may be covered by the proceeds of insurance.
1.5.7. Provide that all provisions of the agreement concerning liability, duty, and standard of
care together with the indemnification provision, shall be underwritten by contractual
liability coverage sufficient to include such obligations within applicable policies.
& All s of, �e#ir^ Insura ce st e€erencetk►e ojoct
1.5.9. The Contractor shall notify the City in the event of any change in coverage and shall
give such notices not less than thirty days prior notice to the change, which notice
shall be accomplished by a replacement Certificate of Insurance.
1.5.10. All notices shall be mailed to the City at the following addresses:
Chief Procurement Officer City Attorney
City of Round Rock City of Round Rock
221 East Main 309 East Main
Round Rock,TX 78664 Round Rock, TX 78664
Page 2 of 6 DATED:AUGUST 2024
ROUND ROCK TFXA`-
2. WORKERS COMPENSATION INSURANCE
2.1. Texas Labor Code, Section 406.096 requires workers' compensation insurance coverage for all
persons providing services on building or construction projects for a governmental entity.
2.1.1. Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate
of authority to self-insure issued by the Texas Workers' Compensation Commission, or
a coverage agreement(TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing
statutory workers' compensation insurance coverage for the person's or entity's
employees providing services on a project, for the duration of the project.
2.1.2. Duration of the project- includes the time from the beginning of the work on the project
until the Contractor's/person's work on the project has been completed and accepted
by the City.
2.2. Persons providing services on the project("subcontractor") in Section 406.096—includes all
persons or entities performing all or part of the services the Contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner- operators, employees of any such entity, or employees of any entity, which furnishes
persons to provide services on the project. "Services" include, without limitation, providing,
hauling, or delivering equipment or materials, or providing labor, transportation, or other
services related to a project. "Services"does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.
2.3. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44)for all employees of the Contractor
providing services on the project, for the duration of the project.
2.4. The Contractor must provide a certificate of coverage to the City prior to being
awarded the agreement.
2.5. If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project, the Contractor shall, prior to the end of the coverage
period, file a new certificate of coverage with the City showing that coverage has been
extended.
2.6. The Contractor shall obtain from each person providing services on a project, and provide to
the City:
2.6.1. a certificate of coverage, prior to that person beginning work on the project, so the
City will have on file certificates of coverage showing coverage for all persons
providing services on the project; and
2.6.2. no later than seven (7) calendar days after receipt by the Contractor a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
2.7. The Contractor shall retain all required certificates of coverage for the duration of the
project and for two (2) years thereafter.
2.8. The Contractor shall notify the City in writing by certified mail or personal delivery, within ten
(10) calendar days after the Contractor knew or should have known, or any change that
materially affects the provision of coverage of any person providing services on the project.
2.9. The Contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
Page 3 of 6 DATED:AUGUST 2024
ROUND ROCK TFXAH
2.10. The Contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
2.10.1. provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44)for all its employees
providing services on the project, for the duration of the project.
2.10.2. provide to the Contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees of
the person providing services on a project, for the duration of the project.
2.10.3. provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project.
2.10.3.1. obtain from each other person with whom it contracts, and provide to the
Contractor:
2.10.3.1.1. a certificate of coverage, prior to the other person beginning work on
the project; and
2.10.3.1.2.a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project.
2.10.3.2. retain all required certificates of coverage on file for the duration of
the project and for two (2) years thereafter;
2.10.3.3. notify the City in writing by certified mail or personal delivery, within ten
(10) calendar days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
2.10.3.4. contractually require each person with whom it contracts, to perform as
required by paragraphs (2.1 thru 2.7), with the certificates of coverage to
be provided to the person for whom they are providing services.
2.10.3.5. By signing the solicitation associated with the specification, or providing, or
causing to be provided a certificate of coverage, the Contractor is
representing to the City that all employees of the Contractor who will
provide services on the project will be covered by workers' compensation
coverage for the duration of the project, that the coverage will be based on
proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or,
in the case of a self-insured, with the Commission's Division of Self-
Insurance Regulation. Providing false or misleading information may
subject the Contractor to administrative penalties, criminal penalties, civil
penalties, or other civil actions.
2.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of
contract by the Contractor that entitles the City to declare the agreement
void if the Contractor does not remedy the breach within ten (10)calendar
days after receipt of notice of breach from the City.
Page 4 of 6 DATED:AUGUST 2024
7
ROUND ROCK TEXAS
(Instructions for completing and submitting a certificate to the City of Round Rock)
Complete the certificate of insurance with the information listed below as required:
A) Certificate of Insurance date
B) Producer (Insurance Agency) Information -complete name, address, telephone information, & email
address.
C) Insured's(Insurance Policy Holder)Information-complete name&address information
D) Insurer(name/names of insurance company) (The City requires all insurance companies to be Authorized to
do business in the State of Texas)
E) NAIC # (National Association of Insurance Commissioners, a # that is assigned by the State to all insurance
companies)
F) Insurer letter represents which insurance company provides which type of coverage from D.
G) General Liability Insurance Policy-must have an (x) in box. Also, "Occurrence"type policy -must have an
(x) in the box (occurrence policy preferred but claims made policy can be accepted with special approval)
H) This section shall be filled in with"Y"for yes under Additional Insured for all coverages, except for Professional
Liability and Workers' Compensation. There shall also be a "Y" for yes under all coverages for subrogation
waived.
I) Automobile Liability Insurance—must be checked for Any Auto, All Owned Autos, Hired Autos
J) Umbrella Coverage—must be checked in this section and by occurrence whenever it is required
bywritten contract and in accordance with the contract value.
K) Worker's Compensation and Employers Liability Insurance - information must be completed in this section
of the certificate of insurance form(if applicable)
L) Builder's Risk Policy—for construction projects as designated by the City of Round Rock.
Professional Liability Coverage—for professional services if required by the City of Round
Rock.
M) Insurance Policy#'s
N) Insurance policy effective dates(always check for current dates)
0) Insurance Policy limits
P) This section is to list projects, dates of projects,or location of project. Endorsements to the insurance policy(ies)
must be provided separately and not in this section. The following endorsements are required by the City of
Round Rock.
(1) Adding the City of Round Rock as an additional insured.The "additional insured" endorsement is not
required for professional liability and workers compensation insurance;and
(2) Waiver of Subrogation
(3) Primary and Non-Contributory
(4) Cancellation Notice
Q) City of Round Rock's name and address information must be listed in this section.
R) Notice of cancellation,non-renewal,or material change to the insurance policy(ies)must be provided to the City
of Round Rock in accordance with a cancellation notice endorsement to the policy and/or per the policy
provisions based on the endorsement adding the City as an additional insured. (Sec. 1811.155,Tex. Ins.Code)
S) The certificate must be signed by the Authorized Agent in this section of the certificate form.
Page 5 of 6 DATED:AUGUST 2024