5-18-2021 AGENDA ITEM NO.13 - CONSIDERATION OF FIRE STATION PRE-ALERTING SYSTEMAGENDA ITEM NO. 13
AGENDA STAFF REPORT
City of West Covina I Office of the City Manager
DATE: May 18, 2021
TO: Mayor and City Council
FROM: David Carmany
City Manager
SUBJECT: CONSIDERATION OF FIRE STATION PRE -ALERTING SYSTEM
RECOMMENDATION:
It is recommended that the City Council take the following actions:
1. Approve a purchase order to US Digital Designs, Inc. and Bergelectric, Inc. totaling $167,442 (including
sales tax, delivery, installation, and warranty) for the purchase of a fire station pre -alerting system (based
upon the pricing set forth in Attachment No. 1); and
2. Appropriate $167,442 from the Fire Facilities Development Impact Fund 165 and the General Fund Balance
to Account No. 160.80.7003.7900: and
3. Approve the following resolution:
RESOLUTION NO.2021-51 -A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL
YEAR COMMENCING JULY 1, 2020 AND ENDING JUNE 30, 2021 (US DIGITAL DESIGNS,
INC.)
BACKGROUND:
On March 5, 2019, the City Council approved a purchase order in the amount of $420,637.80 for the purchase of
pre -alerting equipment and installation at dispatch and all five (5) fire stations. The staff report from the March 5,
2019 meeting is included as Attachment No. 2. The equipment was purchased, however, prior to installation it was
determined that an extensive evaluation was required for asbestos, lead and mold at all five (5) fire stations. Staff
was about to commence the evaluations of the fire stations when the COVID-19 pandemic took precedence, and the
project was halted. In August 2020, the City was able to conduct the required evaluations of the fire stations, and is
currently ready to proceed with installation of the pre -alerting equipment that has been purchased.
DISCUSSION:
Staff is in need of completing the project, so fire stations can be alerted. Bergelectric and USDD prepared all
equipment for installation and operation. The equipment and its installation and operation are proprietary, so
USDD and Bergelectric are needed to finish the project. The original purchase order was closed due to inactivity of
the project. The original purchase order expended $255,195.00. A total of $167,442.00 is needed to complete the
project.
As outlined in the March 5, 2019 staff report, the City obtained pricing for the purchase through a cooperative
purchasing agreement between National Purchasing Partners, Government Division ("NPPGov") and USDD.
NPPGov utilized an RFP process that is more stringent than the requirements of the West Covina Municipal Code,
meeting the requirements of Section 2-333(i)(2), which allows for the waiver of formal contract procedures when a
successful bidder for a contract with another local agency makes the same written bid to the City, and the
Purchasing Officer finds that the other local agency originally obtained the bid pursuant to formal contract
procedures at least as rigorous as those of the City. The procurement documents relating to the NPPGov cooperative
purchasing agreement with USDD are included as attachments to Attachment No. 2.
Staff is requesting that the City Council approve a purchase order in the amount of $167,400, which is the amount
necessary to complete the project that was initially approved by the City Council on March 5, 2019.
LEGAL REVIEW:
The City Attorney's Office has reviewed the resolution and approved it as to form.
OPTIONS:
The City Council has the following options
1. Adopt Staff's recommendation;
2. Provide alternative direction.
Prepared by: Vincent Capelle, Fire Chief
Additional Approval: Robbeyn Bird, Finance Director
Fiscal Impact
FISCAL IMPACT:
The total cost for the USDD fire station pre -alerting system is $420,637.80 (including sales tax, delivery,
installation, and warranty). The project has already expended $255,195.00 and needs $167,442.00 to complete the
project. Staff is requesting that the City Council appropriate $167,442.00 from available Fire Facilities
Development Impact Fund 165 Balance and General Fund Balance as follows:
Available Fund Balance
Project Account No.
Amount
Fire Facilities Development Impact Fund 165
160.80.7003.7900
$101.712.80
General Fund
160.80.7003.7900
$65,729.20
Total Amount
$167,442.00
Attachments
Attachment No. 1 - US Digital Design Quote No CA WCV001
Attachment No. 2 - March 5, 2019 Staff Report
Attachment No. 3 - Resolution No. 2021-51 (Budget Amendment)
CITY COUNCIL GOALS & OBJECTIVES: Enhance City Facilities and Infrastructure
Protect Public Safety
ATTACHMENT NO. 1
US DIGITAL DESIGnS
Tempe, Arizona USA
Phoenix G2 - Automated Fire Station Alerting
Quotation to:
West Covina, CA
West Covina Fire Department
Project
G2 Fire Station Alerting System
1 Dispatch Systems / 5 Station Systems
Proposal number:
CA_WCOV001
Revision #
2
[Pricing Protected per Public Procurement Authority (PPA), Master Price Agreement (MPA) and
available to members of National Purchase Partners, LLC dba FlreRescueGPO, dba Public Safety GPO,
dba Law Enforcement GPO and dba NPPGov - more information available at
https://nppgov.com/contract/us-digital-designs] M-5705138
Quote Date:
15-Jan-2019
Quote Expires:
15-Apr-2019
FOR FINAL INSTALLATION CONTACT:
Bergelectric Corp.
Felix Martin: fmartin@bergelectric.com
By:
Luke Eddington
Project Manager
US Digital Designs, Inc.
1835 E Sixth St #27
Tempe, AZ 85281
602-687-1748 direct
480-290-7892fax
leddineton@usdd.com
[This Proposal is subject to corrections due to Errors or Omissions]
PROPRIETARY and CONFIDENTIAL TITLE Page 1 of 25
US DIGITAL DESIGns
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tel 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
NIIMZEME.
CA WCOV001 v2 I DISPATCH -LEVEL
DATE:
QUOTE
PRIMARY DISPATCH G2 FSA SYSTEM
1/15/19
Dispatch center costs typically only need to be assumed once per dispatching agency, no matter how many stations are
dispatched (unless redundant centers or further modifications are needed).
DISPATCH SYSTEM INTERFACES
Item
Unit
MIT
cry
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE E%T
Radio System Interface (Full Console
DI1
LOT
USDD
0
Interface - Requires (owner -furbished)
RSI
$ 13,650.00
$ 12,285.00
$ -
dedicated console, specifically and
solely tasked for Station Alerting)
DI2
LOT
USDD
0
Additional Radio Channel
ARC
$ 4,225.00
$ 3,802.50
$ -
CAD Interface - TBD (USDD-side Only
DI3
LOT
CAD
1
- Customer responsibility to discuss
PCAD-I
$ 11,950.00
$ 10,755.00
$ 10,755.00
CAD -side costs (if any) with their
vendor)
DISPATCH SYSTEM COMPONENTS
Item
Unit
Mir
Oty
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE E%T
G2 Communications Gateway Pair
DC1a
PR
USDD
1
(Hardware for CAD interface) 2@2RU
G2-GW
$ 9,250.00
$ 8,325.00
$ 8,325.00
each
G2 Communications Gateway Pair
DC1b
PR
USDD
0
(Hardware for CAD interface) 2@1 RU
G2-GW
$ 7,220.00
$ 6,498.00
$ -
each
Multi -Port Ethernet Interface Pair (8
DC2
Kit
USDD
1
Ports Total) to support additional
MPE-8
$ 1,175.00
$ 1,057.50
$ 1,057.50
networks
DC3a
Kit
USDD
0
G2 Gateway Audio Radio Interface
GaRi-RM
$ 2,075.00
$ 1,867.50
$ -
(GaRi) - Rack Mount
DC31b
Kit
USDD
1
G2 Gateway Audio Radio Interface
GaRi-FM
$ 2,075.00
$ 1,867.50
$ 1,867.50
(GaRi) - Flange Mount
DC4
Kit
USDD
0
G2 Gateway Audio Serial Interface
GaSi
$ 1,440.00
$ 1,296.00
$ -
(Gast)
DC5
Kit
USDD
0
G2 HDTV REMOTE Module (TV &
TVR
$ 975.00
$ 877.50
$ -
Electrical Outlet by Others)
DC6
Kit
USDD
0
G2 Light Tower Interface
LTI
$ 575.00
$ 517.50
$ -
PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 2 of 25
DISPATCH SYSTEM SERVICES
Item
Unit
Mfr
oty
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE E%T
DS1
HR
USDD
50
Gateway Configuration &
GW-CM
$ 310.00
$ 279.00
$ 13,950.00
Modifications
DS2
LOT
USDD
0
Radio System Interface Modification
RSI-CM
$ 4,225.00
$ 3,802.50
$ -
DS3
LOT
USDD
1
Gateway Installation and Start-up
GW-ISU
$ 6,425.00
$ 5,782.50
$ 5,782.50
DS4
LOT
USDD
1
Gateway Project Management
GW-PM
$ 337.50
$ 303.75
$ 303.75
Training - System Administrator /
DS5a
LOT
USDD
1
Dispatch Supervisor - On -Site (4
TRA-DIS-O
$ 4,025.00
$ 3,622.50
$ 3,622.50
Hours / Train -The -Trainer
Training - System Administrator /
DS5b
LOT
USDD
0
Dispatch Supervisor - Remote
TRA-DIS-R
$ 1,200.00
$ 1,080.00
$ -
Refresh 4 Hours / Train -The -Trainer
Training - Station -Level
DS6a
LOT
USDD
1
Configuration and Equipment Usage
TRA-STA-0
$ 4,025.00
$ 3,622.50
$ 3,622.50
- On -Site 4 Hours / Train -The -Trainer
Training - Station -Level
DS61b
LOT
USDD
0
Configuration and Equipment Usage
TRA-STA-R
$ 1,200.00
$ 1,080.00
$ -
- Remote Refresh (4 Hours / Train -The
Trainer)
Training - Installation Contractor -
On -Site / USDD G2 Certification / (8
DS7a
LOT
USDD
1
Hours / Train -The -Trainer (TBD - only
TRA4C-O
$ 5,325.00
$ 4,792.50
$ 4,792.50
needed if required to use non -certified
contractor)
Training - Installation Contractor - At
Arizona Training Center / USDD G2
DS7b
LOT
USDD
0
Certification / 8 Hours / Train -The-
TRA-IC-AZ
$ 2,725.00
$ 2,452.50
$ -
Trainer (TBD - only needed if required
to use non -certified contractor)
Management Meeting with Customer /
DS8a
HR
USDD
0
at USDD Tempe, AZ location (per Hour
MTG-MGT-U
$ 244.00
$ 219.60
$ -
/ Per Person)
Management Meeting with Customer /
DS8b
LOT
USDD
0
at Customer Site (above per hour/per
MTG-MGT-C
$ -
$ -
$ -
person cost + required travel and
accomodation)
DS9
LOT
USDD
0
Misc Option 1
$ -
$ -
Is -
DS7o
LOT
USDD
0
Misc Option 2
$ -
$ -
Is -
pping Total: $ 126.00
tem Subtotal $ 54,204.75
PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 3 of 25
PRIMARY DISPATCH WARRANTY & SUPPORT
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to
provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under
warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For
additional details, please review current USDD Warranty Statement and Service Agreement
DISPATCH
-LEVEL WARRANTY & OPTIONAL
RECURRING ANNUAL SUPPORT
Item
Unit
Mfr
Oty
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
[STANDARD] tat YEAR WARRANTY
& SUPPORT FOR THIS DISPATCH
SYSTEM (or Component): Telephone /
Remote Access Support (8:00 AM -
2970.675 but No
5:00 PM MST) PLEASE NOTE: An
Charge For Initial
17
HR
USDD
1.5
additional 6 months (for total of 18
RS-IYR-STD
$ 2,200.50
$1,980.45
Warranty Period I
months/1.5 years) of initial warranty
Not Included in
has been offered by USDD for no
Subtotals
additional cost so all stations can be
installed and enjoy same
warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL
YEAR (12-Months) WARRANTY &
SUPPORT FOR THIS DISPATCH
SYSTEM (or Component): Telephone /
18
LOT
USDD
0.0
Remote Access Support (8,00 AM -
RS-AYR-STD
$ 2,200.50
$ 1,980.45
$ -
5:00 PM MST) IF QUANTITY'O' THEN
NO ADDITIONAL SUPPORT IS
ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY
PERIOD
INDIVIDUAL DISPATCH SYSTEMS TOTALS
PRIMARY DISPATCH G2 FSA SYSTEM TOTAL: $ 54,204.75
ENTIRE DISPATCH -LEVEL SUBTOTALS (NOW INCLUDING WARRANTY & OPTIONAL SUPPORT AS WELL)
ALL DISPATCH -LEVEL SYSTEMS SUBTOTAL: $ 54,078.75
ALL DISPATCH -LEVEL SHIPPING SUBTOTAL: $ 126.00
ALL DISPATCH -LEVEL WARRANTY & SUPPORT: $
PRIMARY DISPATCH -LEVEL GRAND TOTAL: $ 54,204.75
(SEE'SECTION TOTALS' PAGE FOR EVEN MORE DETAIL)
PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 4 „r 25
US DIGITAL DESIGns
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tel 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
QUOTE
DATE: 1/15/19
Expires: 4(15/19
STATION 01
Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf
STATION SYSTEM
LICENSES
Item
Unit
Mfr
Qty
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
G2 VOICEALERT - Single Station License.
SL1
Ea
USDD
1
One-Time/Perpetual (unless furthur USDD modification is
VA
$ 1,030.00
$ 927.00
$ 927.00
needed)
G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
SL2
Ea/Yr
USDD
24
as long as system is currently under warranty or elected
G2-APP-DLI
$ 108.00
$ 97.20
N/A - Included
recurring annual support coverage. See'Mobile' Section
for more detail.
STATION SYSTEM
CONTROLLER
Item
Unit
Mfr
City
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SC1
Kit
USDD
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
O tions. 4 Unique Am stones available.
ATX
$ 21,750.00
$ 19,575.00
$ 19,575.00
SC2
Kit
USDD
0
G2 EXPANSION KIT - Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP.
EXP
$ 7,325.00
$ 6,592.50
$ -
Si
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$ -
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$ -
SC5
Ea
TBD
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 830.70
SC6
I Ea
I TBD
1 1
Shelf/Bracket, Wall-Mountfor UPS
UPS-WMB
1 $ 57.001
$ 51.30
$ 51.30
STATION
SYSTEM
PERIPHERAL
COMPONENTS
Nem
Unit
Mfr
CRY
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SP1a
Ea
Atlas
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SP1b
Ea
Atlas
1
Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack
AMP-S
$ 66.00
$ 59.40
$ 59.40
SP2
Ea
USDD
5
G2 COLOR INDICATOR REMOTE Module - Up to
CIR
$ 725.00
$ 652.50
$ 3,262.50
8 unique colors
SP3a
Ea
USDD
0
G2 HDTV REMOTE Module (TV & Electrical Outlet
7VR
$ 975.00
$ 877.50
$ -
by Others; C.E.C. control subject to TV ability)
Flat Panel Monitor / Smart HDTV 40-43" (Electrical
SP3b
Ea
USDD
0
Outlet/Provision By Others; C.E.C. control subject
FP-43
$ 1,377.57
$ 1,239.81
$
to TV ability)
SP3c
Ea
USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tih
FPM-U
$ 107.86
$ 97.07
$ -
SP4
Ea
USDD
0
G21/0 REMOTE Module w/8In&8Out
IOR
$ 1,275.00
$ 1,147.50
$ -
SP5
Ea
USDD
1
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$ 99.00
SP6
Ea
USDD
1
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$ 99.00
SP7
Ea
USDD
0
MESSAGE REMOTE 2 Module (2017 Version
MR2
$ 1,275.00
$ 1,147.50
$ -
22
G2 MESSAGE SIGN (Digital LED) MINI
SP9a
Ea
USDD
0
GammaSign / 12" Active Screen Width / Turn Out
MS-G-M
$ 915.00
$ 823.50
$ -
Timing ONLY
SP9b
Ea
USDD
8
G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050.00
$ 945.00
$ 7,560.00
GammaSign / 24" Active Screen Width
PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 5 of 25
SP9c
Ea
USDD
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.50
$
GammaSign / 36" Active Screen Width
-
MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml
SP9d
Ea
USDD
0
Sfor -E) to any standard mount with VESA 100 hole patlems
MS-AP-S
$ 38.00
$ 34.20
$ -
(mount not included)
MS-G Adapter Plate, DOUBLE, VESA too, one (2) M&
SP9e
Ea
USDD
2
G -S or-E to any standard mount with VESA 100 hole patterns
MS-AP-D
$ 49.00
$ 44.10
$ 88.20
(mount not includes)
MS-G Hanger Kit. Hangs single or double (back-to-back)
SP9f
Ea
USDD
0
Message Signs (Comma Version) from Ceiling. Includes both
MS.HK
$ 73.00
$ 65.70
$ -
suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange
Mounts.
Spit
Ea
USDD
2
MS Mount - Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 516.60
SP12a
Ea
USDD
3
G2 ROOM REMOTE 2 Module / 2017 version 2
RR2
$ 2,025.00
$ 1,822.50
$ 5,467.50
SP12c
Ea
USDD
0
RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity
RR2-AP
$ 46.00
$ 41.40
$ -
RR2 Surface Mount Back Box, for SURFACE
SP72d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.50
$
conduit knock -outs.
SP15
Ea
USDD
15
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 325.00
$ 292.50
$ 4,387.50
0
SP76
Ea
USDD
0
G2 SPEAKER - LED Illuminated - SURFACE
SPK-LED-SM
$ 325.00
$ 292.50
$ -
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a
Ea
USDD
0
Intelligibility in large open indoor areas and with
SPK-OMS
$ 815.00
$ 733.50
$ -
High -Intensity LED Strobe Light Arrays - includes
Cable Hanging Kit (typically requires MR2 for
power/signaUcontrol)
SPK-OMS/OmniStrobe Mounting Bracket / BEAM
SP17b
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$ -
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket /DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStrobe Mounting Bracket /
SP77d
Ea
USDD
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$ -
ceiling
SP18a
Ea
Bogn
9
SPEAKER - STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 688.50
SP16b
Ea
Bogn
0
SPEAKER - STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$ -
Box), 70v
SP19
Ea
Bogn
6
SPEAKER - APP BAY/OUTDOOR - Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,674.00
Surface Mount, 70v
SP20
Ea
TIC
0
jTransformer, Bohm to 70V, External
XFMR
$ 53.00
$ 47.70
$ -
USDD
1
G2 Strobe Light / Red LED
STR
$ 550.00
$ 495.00
$ 495.00
FEa
Ea
I USDD
1 Q
IMiscellaneous
MISC
$ -
Is
Is -
STATION SYSTEM
SERVICES
Item
Unit
Mfr
city
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SS1
Ea
USDD
1
Station Installation Bergelectric Corp
ST-INST
$ 25,719.63
$ 23,147.66
$ 23,147.66
SS2
Ea
USDD
0
Station Remediation (Removal and Disposal of
Legacy Equipment Not currently Assumed or
Included, nor is any related Remediation to Paint,
Drywall, etc.)
ST-INST
$ -
$
$ -
SS3
Ea
USDD
1
Station Configuration & Start -Up
ST-SU
$ 2,281.62
$ 2,053.46
$ 2,053.46
SS4
Ea
USDD
1
Station Project Management
ST-PM
$ 1,037.10
$ 933.39
$ 933.39
SS5
Ea
USDD
1
Station Engineering / Design Services
ST-ES
$ 518.55
$ 466.70
$ 466.70
S56
Ea
USDD
1
Station Documentation
ST-DM
$ 77.78
$ 70.00
$ 70.00
SS7a
Ea
USDD
0
Station Training - Configuration and Equipment.
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
Services Staff)
TRA-UT-O
$ 4,025.00
$ 3,622.50
$ -
PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 6 of 25
SS7b
Ea
USDD
p
Station Training - User/Technician / Remote
TRA-UT-R
$ 600.00
$ 540.00
$ -
Refresh (2 Hours /
Training - Installation Contractor- On -Site /
SS8a
Ea
USDD
0
USDD G2 Certification / 8 Hours / (TBD - only
TRA-IC-O
$ 5,325.00
$ 4,792.50
$ -
needed if requied to use non -certified contractor)
Training - Installation Contractor- At Arizona
SSBb
Ea
USDD
Q
Training Center / USDD G2 Certification / 4 Hours /
TRA-IC-AZ
$ 2,725.00
$ 2,452.50
$ -
(TBD -only needed if required to use non -certified
contractor)
SS9
1 Ea
I USDD
1 p
Miscellaneous/TBD
MISC
1 $ -
is
is
STATION
SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
Item
Unit
Mfr
cry
Descri tion
Part No.
US List Unit
QUOTE UNfr
QUOTE En
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
6300.3825 but No
Telephone / Remote Access Support (8:00 AM -
Charge For Initial
SW 1
YR
USDD
1.5
5:00 PM MST) PLEASE NOTE: An additional 6
RS-I YR-STD
$ 4,666.95
$ 4,200.26
Warranty Period /
months (far total of 18 months/1.5 years) of initial
Not Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
SW2
YR
USDD
0.0
Remote Access Support (8:00 AM - 5:00 PM MST)
RSAYRSTD
$ 4,666.95
$ 4,200.26
$
IF QUANTITY'0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
rrranty & Support: $
ATION SUBTOTAL: $ 74,656.71
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements
subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 7 of 25
Station S stem Installation Notes:
01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided.
02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors.
03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD.
O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included.
07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included.
O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal.
09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation.
12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others.
13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor
support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments.
15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 8 of 25
US DIGITAL DESIGns
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tel 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
QUOTE
DATE: 1/15/19
Expires: 4(15/19
STATION 02
Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf
STATION SYSTEM
LICENSES
Item
Unit
Mfr
Qty
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
G2 VOICEALERT - Single Station License.
SL1
Ea
USDD
1
One-Time/Perpetual (unless furthur USDD modification is
VA
$ 1,030.00
$ 927.00
$ 927.00
needed)
G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
SL2
Ea/Yr
USDD
24
as long as system is currently under warranty or elected
G2-APP-DLI
$ 108.00
$ 97.20
N/A - Included
recurring annual support coverage. See'Mobile' Section
for more detail.
STATION SYSTEM
CONTROLLER
Item
Unit
Mfr
City
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SC1
Kit
USDD
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
O tions. 4 Unique Am stones available.
ATX
$ 21,750.00
$ 19,575.00
$ 19,575.00
SC2
Kit
USDD
0
G2 EXPANSION KIT - Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP.
EXP
$ 7,325.00
$ 6,592.50
$ -
Si
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$ -
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$ -
SC5
Ea
TBD
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 830.70
SC6
I Ea
I TBD
1 1
Shelf/Bracket, Wall-Mountfor UPS
UPS-WMB
1 $ 57.001
$ 51.30
$ 51.30
STATION
SYSTEM
PERIPHERAL
COMPONENTS
Nem
Unit
Mfr
CRY
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SP1a
Ea
Atlas
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SP1b
Ea
Atlas
1
Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack
AMP-S
$ 66.00
$ 59.40
$ 59.40
SP2
Ea
USDD
4
G2 COLOR INDICATOR REMOTE Module - Up to
CIR
$ 725.00
$ 652.50
$ 2,610.00
8 unique colors
SP3a
Ea
USDD
0
G2 HDTV REMOTE Module (TV & Electrical Outlet
7VR
$ 975.00
$ 877.50
$ -
by Others; C.E.C. control subject to TV ability)
Flat Panel Monitor / Smart HDTV 40-43" (Electrical
SP3b
Ea
USDD
0
Outlet/Provision By Others; C.E.C. control subject
FP-43
$ 1,377.57
$ 1,239.81
$
to TV ability)
SP3c
Ea
USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tih
FPM-U
$ 107.86
$ 97.07
$ -
SP4
Ea
USDD
0
G21/0 REMOTE Module w/8In&8Out
IOR
$ 1,275.00
$ 1,147.50
$ -
SP5
Ea
USDD
1
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$ 99.00
SP6
Ea
USDD
1
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$ 99.00
SP7
Ea
USDD
1
MESSAGE REMOTE 2 Module (2017 Version
MR2
$ 1,275.00
$ 1,147.50
$ 1,147.50
22
G2 MESSAGE SIGN (Digital LED) MINI
SP9a
Ea
USDD
0
GammaSign / 12" Active Screen Width / Turn Out
MS-G-M
$ 915.00
$ 823.50
$ -
Timing ONLY
SP9b
Ea
USDD
8
G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050.00
$ 945.00
$ 7,560.00
GammaSign / 24" Active Screen Width
PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 9 of 25
SP9c
Ea
USDD
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.50
$
GammaSign / 36" Active Screen Width
-
MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml
SP9d
Ea
USDD
2
Sfor -E) to any standard mount with VESA 100 hole partems
MS-AP-S
$ 38.00
$ 34.20
$ 68.40
(mount not included)
MS-G Adapter Plate, DOUBLE, VESA too, one (2) M&
SP9e
Ea
USDD
0
G -S or-E to any standard mount with VESA 100 hole patterns
MS-AP-D
$ 49.00
$ 44.10
$ -
(mount not included)
MS-G Hanger Kit. Hangs single or double (back-to-back)
SP9f
Ea
USDD
0
Message Signs (Comma Version) from Ceiling. Includes both
MS.HK
$ 73.00
$ 65.70
$ -
suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange
Mounts.
Spit
Ea
USDD
2
MS Mount - Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 516.60
SP12a
Ea
USDD
2
G2 ROOM REMOTE 2 Module / 2017 version 2
RR2
$ 2,025.00
$ 1,822.50
$ 3,645.00
SP12c
Ea
USDD
0
RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity
RR2-AP
$ 46.00
$ 41.40
$ -
RR2 Surface Mount Back Box, for SURFACE
SP72d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.50
$
conduit knock -outs.
SP15
Ea
USDD
24
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 325.00
$ 292.50
$ 7,020.00
0
SP76
Ea
USDD
0
G2 SPEAKER - LED Illuminated - SURFACE
SPK-LED-SM
$ 325.00
$ 292.50
$ -
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a
Ea
USDD
0
Intelligibility in large open indoor areas and with
SPK-OMS
$ 815.00
$ 733.50
$ -
High -Intensity LED Strobe Light Arrays - includes
Cable Hanging Kit (typically requires MR2 for
power/signaUcontrol)
SPK-OMS/OmniStrobe Mounting Bracket / BEAM
SP17b
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$ -
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket /DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStrobe Mounting Bracket /
SP77d
Ea
USDD
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$ -
ceiling
SP18a
Ea
Bogn
5
SPEAKER - STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 382.50
SP16b
Ea
Bogn
0
SPEAKER - STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$ -
Box), 70v
SP19
Ea
Bogn
7
SPEAKER - APP BAY/OUTDOOR - Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,953.00
Surface Mount, 70v
SP20
Ea
TIC
0
jTransformer, Bohm to 70V, External
XFMR
$ 53.00
$ 47.70
$ -
SP21
Ea
USDD
G2 Strobe Light/ Red LED
STR
$ 550.00
$ 495.00
$ 495.00
SP22
Ea
USDD
Q
Miscellaneous
MISC
$ -
$
$ -
STATION SYSTEM
SERVICES
Item
Unit
Mfr
city
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SS1
Ea
USDD
1
Station Installation Bergelectric Corp
ST-INST
$ 35,482.49
$ 31,934.24
$ 31,934.24
SS2
Ea
USDD
0
Station Remediation (Removal and Disposal of
Legacy Equipment Not currently Assumed or
Included, nor is any related Remediation to Paint,
Drywall, etc.)
ST-INST
$ -
$
$ -
SS3
Ea
USDD
1
Station Configuration & Start -Up
ST-SU
$ 2,130.12
$ 1,917.11
$ 1,917.11
SS4
Ea
USDD
1
Station Project Management
ST-PM
$ 1,065.06
$ 958.55
$ 958.55
SS5
Ea
USDD
1
Station Engineering / Design Services
ST-ES
$ 532.53
$ 479.28
$ 479.28
S56
Ea
USDD
1
Station Documentation
ST-DM
$ 79.88
$ 71.89
$ 71.89
SS7a
Ea
USDD
0
Station Training - Configuration and Equipment.
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
Services Staff)
TRA-UT-O
$ 4,025.00
$ 3,622.50
$ -
PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 10 of 25
SS7b
Ea
USDD
p
Station Training - User/Technician / Remote
TRA-UT-R
$ 600.00
$ 540.00
$ -
Refresh (2 Hours /
Training - Installation Contractor- On -Site /
SS8a
Ea
USDD
0
USDD G2 Certification / 8 Hours / (TED - only
TRA-IC-O
$ 5,325.00
$ 4,792.50
$ -
needed if requied to use non -certified contractor)
Training - Installation Contractor- At Arizona
SSBb
Ea
USDD
Q
Training Center / USDD G2 Certification / 4 Hours /
TRA-IC-AZ
$ 2,725.00
$ 2,452.50
$ -
(TBD -only needed if required to use non -certified
contractor)
SS9
1 Ea
I USDD
1 p
Miscellaneous/TBD
MISC
1 $ -
is
is
STATION
SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
Item
Unit
Mfr
cry
Descri tion
Part No.
US List Unit
QUOTE UNfr
QUOTE En
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
6470.2395 but No
Telephone / Remote Access Support (8:00 AM -
Charge For Initial
SW 1
YR
USDD
1.5
5:00 PM MST) PLEASE NOTE: An additional 6
RS-I YR-STD
$ 4,792.77
$ 4,313.49
Warranty Period /
months (far total of 18 months/1.5 years) of initial
Not Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
SW2
YR
USDD
0.0
Remote Access Support (8:00 AM - 5:00 PM MST)
RSAYRSTD
$ 4,792.77
$ 4,313.49
$
IF QUANTITY'0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
rrranty & Support: $ -
ATION SUBTOTAL: $ 84,687.77
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements
subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 11 of 25
Station S stem Installation Notes:
01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided.
02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors.
03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD.
O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included.
07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included.
O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal.
09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation.
12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others.
13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor
support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments.
15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 12 of 25
US DIGITAL DESIGns
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tel 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
QUOTE
DATE: 1/15/19
Expires: 4(15/19
STATION 03
Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf
STATION SYSTEM
LICENSES
Item
Unit
Mfr
Qty
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
G2 VOICEALERT - Single Station License.
SL1
Ea
USDD
1
One-Time/Perpetual (unless furthur USDD modification is
VA
$ 1,030.00
$ 927.00
$ 927.00
needed)
G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
SL2
Ea/Yr
USDD
24
as long as system is currently under warranty or elected
G2-APP-DLI
$ 108.00
$ 97.20
N/A - Included
recurring annual support coverage. See'Mobile' Section
for more detail.
STATION SYSTEM
CONTROLLER
Item
Unit
Mfr
City
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SC1
Kit
USDD
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
O tions. 4 Unique Am stones available.
ATX
$ 21,750.00
$ 19,575.00
$ 19,575.00
SC2
Kit
USDD
0
G2 EXPANSION KIT - Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP.
EXP
$ 7,325.00
$ 6,592.50
$ -
Si
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$ -
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$ -
SC5
Ea
TBD
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 830.70
SC6
I Ea
I TBD
1 1
Shelf/Bracket, Wall-Mountfor UPS
UPS-WMB
1 $ 57.001
$ 51.30
$ 51.30
STATION
SYSTEM
PERIPHERAL
COMPONENTS
Nem
Unit
Mfr
CRY
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SP1a
Ea
Atlas
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SP1b
Ea
Atlas
1
Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack
AMP-S
$ 66.00
$ 59.40
$ 59.40
SP2
Ea
USDD
4
G2 COLOR INDICATOR REMOTE Module - Up to
CIR
$ 725.00
$ 652.50
$ 2,610.00
8 unique colors
SP3a
Ea
USDD
0
G2 HDTV REMOTE Module (TV & Electrical Outlet
7VR
$ 975.00
$ 877.50
$ -
by Others; C.E.C. control subject to TV ability)
Flat Panel Monitor / Smart HDTV 40-43" (Electrical
SP3b
Ea
USDD
0
Outlet/Provision By Others; C.E.C. control subject
FP-43
$ 1,377.57
$ 1,239.81
$
to TV ability)
SP3c
Ea
USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tih
FPM-U
$ 107.86
$ 97.07
$ -
SP4
Ea
USDD
0
G21/0 REMOTE Module w/8In&8Out
IOR
$ 1,275.00
$ 1,147.50
$ -
SP5
Ea
USDD
1
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$ 99.00
SP6
Ea
USDD
1
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$ 99.00
SP7
Ea
USDD
0
MESSAGE REMOTE 2 Module (2017 Version
MR2
$ 1,275.00
$ 1,147.50
$ -
22
G2 MESSAGE SIGN (Digital LED) MINI
SP9a
Ea
USDD
0
GammaSign / 12" Active Screen Width / Turn Out
MS-G-M
$ 915.00
$ 823.50
$ -
Timing ONLY
SP9b
Ea
USDD
7
1 G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050.00
$ 945.00
$ 6,615.00
GammaSign / 24" Active Screen Width
PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 13 of 25
SP9c
Ea
USDD
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.50
$
GammaSign / 36" Active Screen Width
-
MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml
SP9d
Ea
USDD
2
Sfor -E) to any standard mount with VESA 100 hole partems
MS-AP-S
$ 38.00
$ 34.20
$ 68.40
(mount not included)
MS-G Adapter Plate, DOUBLE, VESA too, one (2) M&
SP9e
Ea
USDD
0
G -S or-E to any standard mount with VESA 100 hole patterns
MS-AP-D
$ 49.00
$ 44.10
$ -
(mount not included)
MS-G Hanger Kit. Hangs single or double (back-to-back)
SP9f
Ea
USDD
0
Message Signs (Comma Version) from Ceiling. Includes both
MS.HK
$ 73.00
$ 65.70
$ -
suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange
Mounts.
Spit
Ea
USDD
2
MS Mount - Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 516.60
SP12a
Ea
USDD
2
G2 ROOM REMOTE 2 Module / 2017 version 2
RR2
$ 2,025.00
$ 1,822.50
$ 3,645.00
SP12c
Ea
USDD
0
RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity
RR2-AP
$ 46.00
$ 41.40
$ -
RR2 Surface Mount Back Box, for SURFACE
SP72d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.50
$
conduit knock -outs.
SP15
Ea
USDD
8
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 325.00
$ 292.50
$ 2,340.00
0
SP76
Ea
USDD
0
G2 SPEAKER - LED Illuminated - SURFACE
SPK-LED-SM
$ 325.00
$ 292.50
$ -
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a
Ea
USDD
0
Intelligibility in large open indoor areas and with
SPK-OMS
$ 815.00
$ 733.50
$ -
High -Intensity LED Strobe Light Arrays - includes
Cable Hanging Kit (typically requires MR2 for
power/signaUcontrol)
SPK-OMS/OmniStrobe Mounting Bracket / BEAM
SP17b
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$ -
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket /DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStrobe Mounting Bracket /
SP77d
Ea
USDD
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$ -
ceiling
SP18a
Ea
Bogn
8
SPEAKER - STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 612.00
SP16b
Ea
Bogn
0
SPEAKER - STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$ -
Box), 70v
SP19
Ea
Bogn
5
SPEAKER - APP BAY/OUTDOOR - Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,395.00
Surface Mount, 70v
SP20
Ea
TIC
0
jTransformer, Bohm to 70V, External
XFMR
$ 53.00
$ 47.70
$ -
SP21
Ea
USDD
0
G2 Strobe Light/ Red LED
STR
$ 550.00
$ 495.00
$ -
SP22
Ea
USDD
Q
Miscellaneous
MISC
$ -
$
$ -
STATION SYSTEM
SERVICES
Item
Unit
Mfr
city
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SS1
Ea
USDD
1
Station Installation Bergelectric Corp
ST-INST
$ 27,581.83
$ 24,823.65
$ 24,823.65
SS2
Ea
USDD
0
Station Remediation (Removal and Disposal of
Legacy Equipment Not currently Assumed or
Included, nor is any related Remediation to Paint,
Drywall, etc.)
ST-INST
$ -
$
$ -
SS3
Ea
USDD
1
Station Configuration & Start -Up
ST-SU
$ 2,240.65
$ 2,016.59
$ 2,016.59
SS4
Ea
USDD
1
Station Project Management
ST-PM
$ 1,120.33
$ 1,008.29
$ 1,008.29
SS5
Ea
USDD
1
Station Engineering / Design Services
ST-ES
$ 448.13
$ 403.32
$ 403.32
S56
Ea
USDD
1
Station Documentation
ST-DM
$ 67.22
$ 60.50
$ 60.50
SS7a
Ea
USDD
0
Station Training - Configuration and Equipment.
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
Services Staff)
TRA-UT-O
$ 4,025.00
$ 3,622.50
$ -
PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 14 of 25
SS7b
Ea
USDD
p
Station Training - User/Technician / Remote
TRA-UT-R
$ 600.00
$ 540.00
$ -
Refresh (2 Hours /
Training - Installation Contractor- On -Site /
SS8a
Ea
USDD
0
USDD G2 Certification / 8 Hours / (TBD - only
TRA-IC-O
$ 5,325.00
$ 4,792.50
$ -
needed if requied to use non -certified contractor)
Training - Installation Contractor- At Arizona
SSBb
Ea
USDD
Q
Training Center / USDD G2 Certification / 4 Hours /
TRA-IC-AZ
$ 2,725.00
$ 2,452.50
$ -
(TBD -only needed if required to use non -certified
contractor)
SS9
1 Ea
I USDD
1 p
Miscellaneous/TBD
MISC
1 $ -
is
is
STATION
SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
Item
Unit
Mfr
cry
Descri tion
Part No.
US List Unit
QUOTE UNfr
QUOTE En
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
5444.7795 but No
Telephone / Remote Access Support (8:00 AM -
Charge For Initial
SW 1
YR
USDD
1.5
5:00 PM MST) PLEASE NOTE: An additional 6
RS-I YR-STD
$ 4,033.17
$ 3,629.85
Warranty Period /
months (far total of 18 months/1.5 years) of initial
Not Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
SW2
YR
USDD
0.0
Remote Access Support (8:00 AM - 5:00 PM MST)
RSAYRSTD
$ 4,033.17
$ 3,629.85
$
IF QUANTITY'0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
Piping: $ 1,087.00
rrranty & Support: $ -
ATION SUBTOTAL: $ 69,731.04
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements
subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 15 of 25
Station S stem Installation Notes:
01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided.
02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors.
03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD.
O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included.
07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included.
O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal.
09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation.
12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others.
13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor
support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments.
15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 16 of 25
US DIGITAL DESIGns
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tel 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
QUOTE
DATE: 1/15/19
Expires: 4(15/19
STATION 04
Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf
STATION SYSTEM
LICENSES
Item
Unit
Mfr
Qty
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
G2 VOICEALERT - Single Station License.
SL1
Ea
USDD
1
One-Time/Perpetual (unless furthur USDD modification is
VA
$ 1,030.00
$ 927.00
$ 927.00
needed)
G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
SL2
Ea/Yr
USDD
24
as long as system is currently under warranty or elected
G2-APP-DLI
$ 108.00
$ 97.20
N/A - Included
recurring annual support coverage. See'Mobile' Section
for more detail.
STATION SYSTEM
CONTROLLER
Item
Unit
Mfr
City
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SC1
Kit
USDD
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
O tions. 4 Unique Am stones available.
ATX
$ 21,750.00
$ 19,575.00
$ 19,575.00
SC2
Kit
USDD
0
G2 EXPANSION KIT - Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP.
EXP
$ 7,325.00
$ 6,592.50
$ -
Si
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$ -
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$ -
SC5
Ea
TBD
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 830.70
SC6
I Ea
I TBD
1 1
Shelf/Bracket, Wall-Mountfor UPS
UPS-WMB
1 $ 57.001
$ 51.30
$ 51.30
STATION
SYSTEM
PERIPHERAL
COMPONENTS
Nem
Unit
Mfr
CRY
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SP1a
Ea
Atlas
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SP1b
Ea
Atlas
1
Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack
AMP-S
$ 66.00
$ 59.40
$ 59.40
SP2
Ea
USDD
3
G2 COLOR INDICATOR REMOTE Module - Up to
CIR
$ 725.00
$ 652.50
$ 1,957.50
8 unique colors
SP3a
Ea
USDD
0
G2 HDTV REMOTE Module (TV & Electrical Outlet
7VR
$ 975.00
$ 877.50
$ -
by Others; C.E.C. control subject to TV ability)
Flat Panel Monitor / Smart HDTV 40-43" (Electrical
SP3b
Ea
USDD
0
Outlet/Provision By Others; C.E.C. control subject
FP-43
$ 1,377.57
$ 1,239.81
$
to TV ability)
SP3c
Ea
USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tih
FPM-U
$ 107.86
$ 97.07
$ -
SP4
Ea
USDD
0
G21/0 REMOTE Module w/8In&8Out
IOR
$ 1,275.00
$ 1,147.50
$ -
SP5
Ea
USDD
0
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$ -
SP6
Ea
USDD
0
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$ -
SP7
Ea
USDD
0
MESSAGE REMOTE 2 Module (2017 Version
MR2
$ 1,275.00
$ 1,147.50
$ -
22
G2 MESSAGE SIGN (Digital LED) MINI
SP9a
Ea
USDD
0
GammaSign / 12" Active Screen Width / Turn Out
MS-G-M
$ 915.00
$ 823.50
$ -
Timing ONLY
SP9b
Ea
USDD
6
G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050.00
$ 945.00
$ 5,670.00
GammaSign / 24" Active Screen Width
PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 17 of 25
SP9c
Ea
USDD
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.50
$
GammaSign / 36" Active Screen Width
-
MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml
SP9d
Ea
USDD
2
Sfor -E) to any standard mount with VESA 100 hole partems
MS-AP-S
$ 38.00
$ 34.20
$ 68.40
(mount not included)
MS-G Adapter Plate, DOUBLE, VESA too, one (2) M&
SP9e
Ea
USDD
0
G -S or-E to any standard mount with VESA 100 hole patterns
MS-AP-D
$ 49.00
$ 44.10
$ -
(mount not included)
MS-G Hanger Kit. Hangs single or double (back-to-back)
SP9f
Ea
USDD
0
Message Signs (Comma Version) from Ceiling. Includes both
MS.HK
$ 73.00
$ 65.70
$ -
suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange
Mounts.
Spit
Ea
USDD
2
MS Mount - Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 516.60
SP12a
Ea
USDD
3
G2 ROOM REMOTE 2 Module / 2017 version 2
RR2
$ 2,025.00
$ 1,822.50
$ 5,467.50
SP12c
Ea
USDD
0
RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity
RR2-AP
$ 46.00
$ 41.40
$ -
RR2 Surface Mount Back Box, for SURFACE
SP72d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.50
$
conduit knock -outs.
SP15
Ea
USDD
10
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 325.00
$ 292.50
$ 2,925.00
0
SP76
Ea
USDD
0
G2 SPEAKER - LED Illuminated - SURFACE
SPK-LED-SM
$ 325.00
$ 292.50
$ -
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a
Ea
USDD
0
Intelligibility in large open indoor areas and with
SPK-OMS
$ 815.00
$ 733.50
$ -
High -Intensity LED Strobe Light Arrays - includes
Cable Hanging Kit (typically requires MR2 for
power/signaUcontrol)
SPK-OMS/OmniStrobe Mounting Bracket / BEAM
SP17b
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$ -
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket /DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStrobe Mounting Bracket /
SP77d
Ea
USDD
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$ -
ceiling
SP18a
Ea
Bogn
7
SPEAKER - STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 535.50
SP16b
Ea
Bogn
0
SPEAKER - STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$ -
Box), 70v
SP19
Ea
Bogn
5
SPEAKER - APP BAY/OUTDOOR - Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,395.00
Surface Mount, 70v
SP20
Ea
TIC
0
jTransformer, Bohm to 70V, External
XFMR
$ 53.00
$ 47.70
$ -
SP21
Ea
USDD
0
G2 Strobe Light/ Red LED
STR
$ 550.00
$ 495.00
$ -
SP22
Ea
USDD
Q
Miscellaneous
MISC
$ -
$
$ -
STATION SYSTEM
SERVICES
Item
Unit
Mfr
city
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SS1
Ea
USDD
1
Station Installation Bergelectric Corp
ST-INST
$ 27,269.54
$ 24,542.58
$ 24,542.58
SS2
Ea
USDD
0
Station Remediation (Removal and Disposal of
Legacy Equipment Not currently Assumed or
Included, nor is any related Remediation to Paint,
Drywall, etc.)
ST-INST
$ -
$
$ -
SS3
Ea
USDD
1
Station Configuration & Start -Up
ST-SU
$ 2,270.40
$ 2,043.36
$ 2,043.36
SS4
Ea
USDD
1
Station Project Management
ST-PM
$ 1,135.20
$ 1,021.68
$ 1,021.68
SS5
Ea
USDD
1
Station Engineering / Design Services
ST-ES
$ 454.08
$ 408.67
$ 408.67
S56
Ea
USDD
1
Station Documentation
ST-DM
$ 68.11
$ 61.30
$ 61.30
SS7a
Ea
USDD
0
Station Training - Configuration and Equipment.
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
Services Staff)
TRA-UT-O
$ 4,025.00
$ 3,622.50
$ -
PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 18 of 25
SS7b
Ea
USDD
p
Station Training - User/Technician / Remote
TRA-UT-R
$ 600.00
$ 540.00
$ -
Refresh (2 Hours /
Training - Installation Contractor- On -Site /
SS8a
Ea
USDD
0
USDD G2 Certification / 8 Hours / (TBD - only
TRA-IC-O
$ 5,325.00
$ 4,792.50
$ -
needed if requied to use non -certified contractor)
Training - Installation Contractor- At Arizona
SSBb
Ea
USDD
Q
Training Center / USDD G2 Certification / 4 Hours /
TRA-IC-AZ
$ 2,725.00
$ 2,452.50
$ -
(TBD -only needed if required to use non -certified
contractor)
SS9
1 Ea
I USDD
1 p
Miscellaneous/TBD
MISC
1 $ -
is
is
STATION
SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
Item
Unit
Mfr
cry
Descri tion
Part No.
US List Unit
QUOTE UNfr
QUOTE En
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
5517.072 but No
Telephone / Remote Access Support (8:00 AM -
Charge For Initial
SW 1
YR
USDD
1.5
5:00 PM MST) PLEASE NOTE: An additional 6
RS-I YR-STD
$ 4,086.72
$ 3,678.05
Warranty Period /
months (far total of 18 months/1.5 years) of initial
Not Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
SW2
YR
USDD
0.0
Remote Access Support (8:00 AM - 5:00 PM MST)
RSAYRSTD
$ 4,086.72
$ 3,678.05
$
IF QUANTITY'0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
Piping: $ 1,071.00
rrranty & Support: $ -
ATION SUBTOTAL: $ 70,015.80
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements
subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 19 of 25
Station S stem Installation Notes:
01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided.
02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors.
03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD.
O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included.
07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included.
O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal.
09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation.
12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others.
13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor
support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments.
15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 20 of 25
US DIGITAL DESIGns
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tel 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
QUOTE
DATE: 1/15/19
Expires: 4/15/19
STATION 05
Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf
STATION SYSTEM
LICENSES
Item
UnU
Mir
Qty
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
G2 VOICEALERT - Single Station License.
SL1
Ea
USDD
1
One-Time/Perpetual (unless furthur USDD modification is
VA
$ 1,030.00
$ 927.00
$ 927.00
needed)
G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
SL2
Ea/Yr
USDD
24
as long as system is currently under warranty or elected
G2-APP-DLI
$ 108.00
$ 97.20
N/A - Included
recurring annual support coverage. See'Mobile' Section
for more detail.
STATION SYSTEM
CONTROLLER
Item
Unit
Mfr
City
Description
Pen No.
US List Unit
QUOTE UNIT
QUOTE EXT
SC1
Kit
USDD
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
O tions. 4 Unique Am stones available.
ATX
$ 21,750.00
$ 19,575.00
$ 19,575.00
SC2
Kit
USDD
0
G2 EXPANSION KIT - Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP.
EXP
$ 7,325.00
$ 6,592.50
$ -
Si
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$ -
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$ -
SC5
Ea
Ti
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 830.70
SC6
I Ea
I TBD
1 1
Shelf/Bracket, Wall-Mountfor UPS
UPS-WMB
1 $ 57.001
$ 51.30
$ 51.30
STATION
SYSTEM
PERIPHERAL
COMPONENTS
Nem
Unix
Mfr
CRY
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SP1a
Ea
Ana.
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SP1b
Ea
An.
1
Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack
AMP-S
$ 66.00
$ 59.40
$ 59.40
SP2
Ea
USDD
3
G2 COLOR INDICATOR REMOTE Module - Up to
CIR
$ 725.00
$ 652.50
$ 1,957.50
8 unique colors
SP3a
Ea
USDD
0
G2 HDTV REMOTE Module (TV & Electrical Outlet
7VR
$ 975.00
$ 877.50
$ -
by Others; C.E.C. control subject to TV ability)
Flat Panel Monitor / Smart HDTV 40-43" (Electrical
SP3b
Ea
USDD
0
Outlet/Provision By Others; C.E.C. control subject
FP-43
$ 1,377.57
$ 1,239.81
$
to TV ability)
SP3c
Ea
USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tih
FPM-U
$ 107.86
$ 97.07
$ -
SP4
Ea
USDD
0
G21/0 REMOTE Module w/8In&8Out
IOR
$ 1,275.00
$ 1,147.50
$ -
SP5
Ea
USDD
0
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$ -
SP6
Ea
USDD
0
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$ -
SP7
Ea
USDD
0
MESSAGE REMOTE 2 Module (2017 Version
MR2
$ 1,275.00
$ 1,147.50
$ -
22
G2 MESSAGE SIGN (Digital LED) MINI
SP9a
Ea
USDD
0
GammaSign / 12" Active Screen Width / Turn Out
MS-G-M
$ 915.00
$ 823.50
$ -
Timing ONLY
SP9b
Ea
USDD
6
G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050.00
$ 945.00
$ 5,670.00
GammaSign / 24" Active Screen Width
PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 21 of 25
SP9c
Ea
USDD
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.50
$
GammaSign / 36" Active Screen Width
-
MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml
SP9d
Ea
USDD
2
Sfor -E) to any standard mount with VESA 100 hole pattems
MS-AP-S
$ 38.00
$ 34.20
$ 68.40
(mount not included)
MS-G Adapter Plate, DOUBLE, VESA too, one (2) M&
SP9e
Ea
USDD
0
G -S or-E to any standard mount with VESA 100 hole patterns
MS-AP-D
$ 49.00
$ 44.10
$ -
(mount not included)
MS-G Hanger Kit. Hangs single or double (back-to-back)
SP9f
Ea
USDD
0
Message Signs (Comma Version) from Ceiling. Includes both
MS.HK
$ 73.00
$ 65.70
$ -
suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange
Mounts.
Spit
Ea
USDD
2
MS Mount - Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 516.60
SP12a
Ea
USDD
2
G2 ROOM REMOTE 2 Module / 2017 version 2
RR2
$ 2,025.00
$ 1,822.50
$ 3,645.00
SP12c
Ea
USDD
0
RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity
RR2-AP
$ 46.00
$ 41.40
$ -
RR2 Surface Mount Back Box, for SURFACE
SP72d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.50
$
conduit knock -outs.
SP15
Ea
USDD
13
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 325.00
$ 292.50
$ 3,802.50
0
SP76
Ea
USDD
0
G2 SPEAKER - LED Illuminated - SURFACE
SPK-LED-SM
$ 325.00
$ 292.50
$ -
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a
Ea
USDD
0
Intelligibility in large open indoor areas and with
SPK-OMS
$ 815.00
$ 733.50
$ -
High -Intensity LED Strobe Light Arrays - includes
Cable Hanging Kit (typically requires MR2 for
power/signaUcontrol)
SPK-OMS/OmniStrobe Mounting Bracket / BEAM
SP17b
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$ -
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket /DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStrobe Mounting Bracket /
SP77d
Ea
USDD
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$ -
ceiling
SP18a
Ea
Bogn
4
SPEAKER - STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 306.00
SP16b
Ea
Bogn
0
SPEAKER - STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$ -
Box), 70v
SP19
Ea
Bogn
5
SPEAKER - APP BAY/OUTDOOR - Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,395.00
Surface Mount, 70v
SP20
Ea
TIC
0
jTransformer, Bohm to 70V, External
XFMR
$ 53.00
$ 47.70
$ -
SP21
Ea
USDD
0
G2 Strobe Light/ Red LED
STR
$ 550.00
$ 495.00
$ -
SP22
Ea
USDD
Q
Miscellaneous
MISC
$ -
$
$ -
STATION SYSTEM
SERVICES
Item
Unit
Mfr
city
Description
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
SS1
Ea
USDD
1
Station Installation Bergelectric Corp
ST-INST
$ 25,296.32
$ 22,766.69
$ 22,766.69
SS2
Ea
USDD
0
Station Remediation (Removal and Disposal of
Legacy Equipment Not currently Assumed or
Included, nor is any related Remediation to Paint,
Drywall, etc.)
ST-INST
$ -
$
$ -
SS3
Ea
USDD
1
Station Configuration & Start -Up
ST-SU
$ 2,205.15
$ 1,984.64
$ 1,984.64
SS4
Ea
USDD
1
Station Project Management
ST-PM
$ 1,323.09
$ 1,190.78
$ 1,190.78
SS5
Ea
USDD
1
Station Engineering / Design Services
ST-ES
$ 661.55
$ 595.39
$ 595.39
S56
Ea
USDD
1
Station Documentation
ST-DM
$ 66.15
$ 59.54
$ 59.54
SS7a
Ea
USDD
0
Station Training - Configuration and Equipment.
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
Services Staff)
TRA-UT-O
$ 4,025.00
$ 3,622.50
$ -
PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 22 of 25
SS7b
Ea
USDD
p
Station Training - User/Technician / Remote
TRA-UT-R
$ 600.00
$ 540.00
$ -
Refresh (2 Hours /
Training - Installation Contractor- On -Site /
SS8a
Ea
USDD
0
USDD G2 Certification / 8 Hours / (TED - only
TRA-IC-O
$ 5,325.00
$ 4,792.50
$ -
needed if requied to use non -certified contractor)
Training - Installation Contractor- At Arizona
SSBb
Ea
USDD
Q
Training Center / USDD G2 Certification / 4 Hours /
TRA-IC-AZ
$ 2,725.00
$ 2,452.50
$ -
(TBD -only needed if required to use non -certified
contractor)
SS9
1 Ea
I USDD
1 p
Miscellaneous/TBD
MISC
1 $ -
is
is
STATION
SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
Item
Unit
Mfr
cry
Descri tion
Part No.
US List Unit
QUOTE UNfr
QUOTE En
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
5358.5145 but No
Telephone / Remote Access Support (8:00 AM -
Charge For Initial
SW 1
YR
USDD
1.5
5:00 PM MST) PLEASE NOTE: An additional 6
RS-I YR-STD
$ 3,969.27
$ 3,572.34
Warranty Period /
months (far total of 18 months/1.5 years) of initial
Not Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
SW2
YR
USDD
0.0
Remote Access Support (8:00 AM - 5:00 PM MST)
RSAYRSTD
$ 3,969.27
$ 3,572.34
$
IF QUANTITY'0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
rrranty & Support: $ -
ATION SUBTOTAL: $ 67,341.73
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements
subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 23 of 25
Station S stem Installation Notes:
01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided.
02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors.
03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD.
O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included.
07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included.
O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal.
09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation.
12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others.
13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor
support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments.
15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 24 of 25
US DIGITAL DESIGns
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tel 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
REEMEMEMOM
CA WCOV001 v2 JSection Totals
QUOTE
DATE: 1/15/19
SECTION TOTALS
[UNLESS OTHERWISE NOTED, ALL PRICES ARE $US]
DISPATCH -LEVEL SUBTOTAL
$
54,204.75
Includes: PRIMARY DISPATCH G2 FSA SYSTEM:
PRIMARY DISPATCH WARRANTY & SUPPORT:
$
$
54,204.75
-
STATION -LEVEL SUBTOTAL
366,433.05
Includes: STATION 01 SYSTEM:
STATION 01 WARRANTY & SUPPORT:
$
$
74,656.71
-
Includes: STATION 02 SYSTEM:
STATION 02 WARRANTY & SUPPORT:
$
$
84,687.77
-
InCludes: STATION 03 SYSTEM:
STATION 03 WARRANTY & SUPPORT:
$
$
69,731.04
-
Includes: STATION 04 SYSTEM:
STATION 04 WARRANTY & SUPPORT:
$
$
70,015.80
-
Includes: STATION 05 SYSTEM:
STATION 05 WARRANTY & SUPPORT:
$
$
67,341.73
-
Notes: Bergelectric Corp will be doing the installation.
US Digital Designs System Total
$
420,637.80
(TBD By Customer) Customer must elect to choose any coverage they require beyond initial warranty period, or
USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping
Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements
subject to change if system design is modified. For additional details, please review current USDD Warranty
Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL SECTION TOTALS Page 25 of 25
ATTACHMENT NO. 2
AGENDA STAFF REPORT
City of West Covina I Office of the City Manager
DATE: March 5, 2019
TO: Mayor and City Council
FROM: Chris Freeland
City Manager
SUBJECT: FIRE STATION PRE -ALERTING SYSTEM
RECOMMENDATION:
It is recommended that the City Council take the following actions:
1. Approve a purchase order for US Digital Designs, Inc., in the amount of $420,637.80 (including sales tax,
delivery, installation, and warranty) for the purchase of a fire station pre -alerting system and waive formal
contract procedures based upon a finding that the requirements of West Covina Municipal Code Chapter 2,
Article VII, Division 2, Sec. 2-333(i)(2), which allows such waivers are met because another local agency
originally obtained the bid pursuant to formal contract procedures at least as rigorous as those of the city.
2. Appropriate $420,637.80 from the General Fund Balance to Account No. 160.80.7003.7900; and
3. Approve the following resolution:
RESOLUTION NO.2019-12 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL
YEAR COMMENCING JULY 1, 2018, AND ENDING JUNE 30, 2019 (US DIGITAL DESIGNS,
INC.)
BACKGROUND:
The West Covina Fire Department ("Fire Department") provides 24-hour emergency response and is required to
provide a fire station control and emergency response alerting system ("fire station pre -alerting system") in which
emergency responses are received at each fire station. The current fire station alerting system is not afire station
pre -alerting system and was originally purchased from Zetron before the use of modem voice -data networks. For a
number of years, the hardware associated with the Zetron fire station alerting system has been failing. Staff
contacted Zetron and determined that the fire station alerting system has reached its end -of -life as replacement parts
are unavailable. The process to alert each fire station is delayed because Dispatch personnel need to manually alert
each unit at each fire station.
A new fire station pre -alerting system will improve Fire Department response times by leveraging the capability of
the City's voice -data network to alert multiple fire stations of separate emergency incidents simultaneously. The
new fire station pre -alerting system will send the vocal and visual notifications and alarms using an Internet
Protocol (IP) pathway that does not need to wait for the dispatch channel to be clear, allowing the broadcast of an
event immediately upon assignment (less than one second delay). In comparison, the current Zetron fire station
alerting system is radio based which causes delays in alerting multiple stations because paging tones take time to go
through. With a network -based fire station pre -alerting system, all alerting goes out nearly simultaneously, within
microseconds of each other. With the new fire station pre -alerting system, the Dispatcher commits a call and the
information is sent to the proper units automatically.
DISCUSSION:
The current Zetron fire station alerting system has experienced systemic system failure and is no longer supported.
The City needs to replace the Zetron fire station alerting system due to system obsolescence, a lack of reliable, cost
effective support, and unavailability of replacement parts. While the system has experienced failures that have
been repaired, staff is concerned that the system may completely fail and not come back online.
To facilitate the purchase, Staff identified a cooperative public agency agreement between National Purchasing
Partners, Government Division ("NPPGov"), and US Digital Designs, Inc. ("USDD"). NPPGov is a non-profit that
provides group purchasing, marketing, and administrative support for governmental entities. Public agencies may
purchase products and services by leveraging NPPGov contracts with the confidence that all government
requirements for competitive bidding have been met. Access to NPPGov contracts is free for public agencies with
no purchasing obligations. USDD is an engineering and product development company specializing in the design
and manufacture of fire station pre -alerting systems. Other agencies in Southern California that utilize USDD's fire
station pre -alerting system includes the City of San Diego, City of Burbank, and City of Downey.
The USDD agreement with NPPGov extends the following terms to the City:
• Ten percent discount off the published list price, or a cost avoidance of approximately $42,000 during the
initial term.
• Integration with station egress lighting to light the exit path with eye sensitive LED lights; speakers with a red
illuminating light to calmly light up the room and gradual ramped up tones; and LED message display
hardware to visually display the emergency information for the firefighters.
• Networking hardware is utilized to have communications over the network that will sync the data
transmissions from the Dispatch center to the fire stations. The network hardware will also help configure
the other network hardware and equipment in the fire stations.
• Fire station pre -alerting mobile application which can be assessed from mobile devices already assigned to
each fire apparatus. The mobile application will provide the fire stations with simultaneous alerts, such as
dispatch announcements, administrative alerts, information technology (IT) support notifications, and
application update notifications. The mobile alerts show incident location using the devices' built-in
mapping capabilities, enabling users to save notifications for future reference, and provides the Fire
Department with a dependable means of redundant notification for situational awareness and efficient
response purposes.
• Leverage existing interface from CAD system to USDD fire station pre -alerting system and inter -agency
interface link with other regional agencies using USDD (avoiding a new costly interface or work -around).
NPPGov utilized an RFP process that is more stringent than the requirements of the West Covina Municipal
Code.The RFP was published in USA Today, Daily Journal of Commerce, and on the following websites:
nppgov.com, www.procurementauthority.org and findrfp.com. The RFP was mailed directly to six companies
known to provide such equipment and services. The contract was awarded to one of three bidders only after
considers the factors of pricing, product line, conformance with RFP requirements, customer service, and
experience, among others.
Staff is proposing to purchase a fire station pre -alerting system that will link all five fire stations with the Public
Safety Dispatch center. The fire station pre -alerting system will be purchased from USDD by piggybacking off the
NPPGov Master Price Agreement Contact No. V1311614. Prior to awarding the agreement, the following steps
were taken:
• NPPGov issued a Request for Proposals (RFP) No. 1425 (Station Alerting) on October 22, 2014, which was
publicized in USA Today and in the Daily Journal of Commerce.
• RFP No. 1425 (Station Alerting) identified evaluation factors and their relative importance.
• Three proposals were received and evaluated based on the criteria contained in the RFP.
• USDD was awarded the contract.
The West Covina Municipal Code Chapter 2, Article VII, Division 2, Sec. 2-333(i)(2), authorizes the City to
contract for equipment and services directly with vendors on terms obtained pursuant to a competitive procurement
process led by another county, city, special district, or other local agency whose formal contract procedures are at
least as rigorous as those of the City.
The Zetron system is one component of the Fire Station alert system. In addition, the microwave communication
hardware system, which allows the communication between fire stations and other City facilities has been failing
and needs to be replaced. Staff is examining replacement costs for this system, as well as other alternatives.
OPTIONS:
The City Council has the following options:
I. Approve Staff a recommendation;
2. Reject the NPPGov contract and direct staff to issue an RFP. Because this is already an NPPGov contract, it
is unlikely that a lower bid for the same equipment will be received; or
3. Provide alternative direction.
Prepared by: Larry Whithom, Fire Chief
Fiscal Impact
FISCAL IMPACT:
The total cost for the US Digital Design (USDD) fire station pre -alerting system is $420,637.80 (including sales
taxdelivery, installation, and warranty). -
, -- -.w _-.-.
Project # Project Account # GL Account # Funding Needed
19038 19038.160.7900 160.80.7003.7900 $420,(i37.80
_._.._._.... _ _ ..--......... ._..-._._......
There are no available funds in the current operating budget. Funding would need to be appropriated from the
General Fund Reserves.
Attachments
Attachment No. I - US Digital Design Quote No. CA WCV001
Attachment No. 2 - NPPGov Master Price Agreement Contract No. VH11614
Attachment No. 3 - Public Procurement Authority Notice Solicitation RFP No. 1425
Attachment No. 4 - Public Procurement Authority Solicitation Synopsis No. 1425
Attachment No. 5 - Budget Amendment Resolution No. 2019-12
Budget Amendment - Exhibit 1
CITY....,,~
COUNCIL GOALS & OBJECTIVES: Identify Resources to Provide Better Public Safety
ATTACHMENT NO. 1
US DIGITAL DESIGnS
Tempe, Arizona USA
Phoenix G2 - Automated Fire Station Alerting
Quotation to:
West Covina, CA
West Covina Fire Department
Project:
G2 Fire Station Alerting System
1 Dispatch Systems / 5 Station Systems
Proposal number:
CA_WCOV001
Revision If
2
[Pricing Protected per Public Procurement Authority (PPA), Master Price Agreement (MPA) and
available to members of National Purchase Partners, LLC dba FireRescueGPO, dba Public Safety GPO,
dba Law Enforcement GPO and dba NPPGov - more information available at
https://nppgov.com/contract/us-digital-designs] M-5705138
Quote Date:
15-Jan-2019
Quote Expires:
15-Apr-2019
FOR FINAL INSTALLATION CONTACT:
Bergelectric Corp.
Felix Martin: (martin@bergelectric.com
By:
Luke Eddington
Project Manager
US Digital Designs, Inc.
1835 E Sixth St #27
Tempe, AZ 85281
602-687-1748 direct
480-290-7892fax
leddineton a usdd.com
[This Proposal is subject to corrections due to Errors or Omissions]
PROPRIETARY and CONFIDENTIAL TITLE Pagel of25
US DIGITAL DESIGIIs
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tot 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 DISPATCH -LEVEL
QUOTE
DATE: 1/15119
;A.l��
, .� .._mow, ,. ._..z.�,�o...^' ".. _..
.. .../._..�w.v uq.�w.�
�- _ � ...... ..:y
�r-,.�.r1ry r .....
r .:
iffi�Rww.�
t-
a,-.° r..T
fr' - --r ss tla"5 ,„.,H.,,,�__.:::�
sfG. P,-rrr: ,,.a1e;11a(}1dit3r
.A. SE; Iii
.-.,-,:qi3®
Radio Systerri Interface (Full Console
DI1
LOT
USDD
0
Interface - Requires (owner: -furbished)
RSI $ 13,650.00
$ 12,285.00
$ _
dedicated console, specifically and
solely tasked for Station Alerting)
DI2 :.
LOT
USDD
0
Additional Radio Channel.
ARC
$ 4,225.00
$ 3,802.50
$
CAD Interface - TED (USDD-side Only
DI3
LOT
CAD
1-
Customer responsibility to discuss
PCAD-1
$ 11,950 00
$10,755.00
$ 10,755,00
CAD side costs (if any) with their
vendor)
tl1111..
_== r.
:'.'I".._
,. ,_... T"�.e9FIJIp.a*- ��.rP951
R,y.:�la!W.r
G2 Communications Gateway Pair
DC1a
PR
USDD
1
(Hardware for CAD Interface) 2@2RU
I G2-GW +
$ 9,250,00
$ 8,325,00
$ 8,325.00
each
r
G2 Communications Gateway Pair
DC11i.
PR
OSDD
0 :
(Hardware for CAD Interface) 2@1 RU
G2-GW
$ 7,220.00
$ 6,498.00
$
each
Multi -Port Ethernet Interface Pair IS
DC2
Kit
USDD
1
Ports Total) to support additional
+ MPE-8
$ 1,175.00
$ 1,057.50
$ 4,057.50
networks
USDD
G2 Gateway Audio Radio Interface
2,076,00
DC3a
Kit
0
(GaRi) - Rack Mount
GaRt-RM
$
$ 1,867.50
$ -
DC3b
Kit
USDD
1
G2 Gateway Audio Radio Interface
GaRi-FM ,..
$ 2NUO
$ 1,867.50
$ 1,867.50
(GaRi) - Flange Mount
DC4
Kit
USDD
0
G2 Gateway Audio Serial interface
Gast
$ 1,440.00
$ 1,296.00
$
(GaSi)
DC5 '
Kit
USDD
p
G2 HDTV REMOTE Module (N &
NR
$ 975.00
$ 877.50
$
Electrical Outlet by Others)
DC6 f
Kit
USDD 1
0 1
G2 Light Tower Interface
LTI ':
$ 575.00
$ 517.50
$
PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 2 of26
... v.
., 31 t_
'�,rM .,,
, qt :�;>
r r
, .. ,e k a r";s
..
o, PaR; "a.' -,=I""
. ..
W�� WON .
pfST : a
. '^✓-A OT_"1,
., „a
DS1
HR
UsoD
5p
Gateway Configuration 8
GW-CM
$ 310.00
$ 279.00
$ 13,950.00
.:Modifications
DS2
LOT
USDD
0
Radio System Interface Modification
i RSI-CM
$ 4,225,00
$ 3,802.60
$ -
DS3r
LOT
USDD
1
Gateway Installation and Start-up
GW-ISU `
$ 6,425.00
$ 5,782.50
$ 5,782.50
DS4
LOT
USDD
1
Gateway Project Management
GW-PM
$ 337.50
$ 303.75
$ 303.75
Training - System Administrator /
DS5a
LOT
USDD
1
Dispatch Supervisor- On -Site (4
TRA•DIS•O
$ 4,025.00
$ 3,622.50
$ 3,622.50
Hours / Train -The -Trainer)
'.
Training -System Administrator
DS5b
LOT
USDD
0
Dispatch Supervisor- Remote
TRA-DIS•R
$ 1,200.00
$ 1,080.00
$
:.
Refresh 4 Hours / Train The Trainer
Training • Station -Level r
DS6a
LOT
USDD
1
Configuration and Equipment Usage
TRA-STA-O
$ 4,025.00
$ 3,622.50
$ 3,622.50
- On -Site 4 Hours / Train -The -Trainer
'..
Training - Station -Level
DS6b.
LOT
USDD
0
Configuration and Equipment Usage
..TRA-STA-R
$ 1,200.00
$ 1,080.00
$ -
Remote Refresh (4 Hours / Train -The
Trainer)
Training - Installation Contractor
On -Site / USDD G2 Certification / (8
DS7a
LOT
USDD
1 r
Hours / Train -The -Trainer (TBD - only
TRA.IC.O '.
$ 5,325.00
$ 4,792.60
$ 4,792.50
needed If required to use non -certified
contractor)
Training - Installation Contractor At
Arizona Training Center I USDD G2
DS7b
LOT
USDD
0 ::
Certification /f8 Hours / Train -The-
TRA-IC-AZ
$ 2,726.00
$ 2,452.60
$
Trainer (TBD:- only needed if required
to use non -certified contractor)
Management Meeting with Customer /
DS8a
HR
USDD
0
at USDD Tempe, AZ location (per Hour
MTG-MGT-U'
$ 244.00
$ 219.80
$
/ Per Person)
Management Meeting with Customer /
DSBh'
LOT
USDD
0
at Customer Site (above per hour/per
MTG-MGT-C
$ -.
$
$
:.
person cost +required travel and
accomodalion)
DS9 1
LOT
USDD
0
Misc Option 1
$ -I
$ -',
$
DS10
LOT
USDD
0
1 Misc Option 2I
'..
$ -:
$ -'..
$
PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page S or25
I PRIMARY DISPATCH WARRANTY & SUPPORT I
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to
provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaibie to customer while under
warranty or elected recurring annual support. Support Agreements subject to change If system design is modified. For
additional details, please review current USDD Warranty Statement and Service Agreement
DISPATCH
-LEVEL WARRANTY & OPTIONAL
RECURRING ANNUAL SUPPORT
Item
Unit
Mfr
Qty
Description
Part No.
US Liat Unit
QUOTE UNIT
QUOTE EXT
[STANDARD] 1st YEAR WARRANTY
& SUPPORT FOR THIS DISPATCH
SYSTEM (or Component): Telephone /
Remote Access Support (8:00 AM -
2970.675 but No
5:00 PM MST) PLEASE NOTE: An
Charge For Initial
17
HR
USDD
1.5
additional 6 months (for total of 18
RS-IYR-STD
$ 2,200,50
$1,980.45
Warranty Period /
months/1.5 years) of initial warranty
Not Included in
has been offered by USDD for no
Subtotals
additional cost so all stations can be
installed and enjoy same
warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL
YEAR (12-Months) WARRANTY &
SUPPORT FOR THIS DISPATCH
SYSTEM (or Component): Telephone /
18
LOT
USDD
0.0
Remote Access Support (8:00 AM -
RS-AYR-STD
$ 2,200.50
$ 13980.45
$ -
5:00 PM MST) IF QUANTITY'O' THEN
NO ADDITIONAL SUPPORT IS
ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY
PERIOD
INDIVIDUAL DISPATCH SYSTEMS TOTALS
(SEE 'SECTION TOTALS' PAGE FOR EVEN MORE DETAIL)
PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 4 of 25
US DIGITAL DESIGns
QUOTE
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tat 480-290-7892 fax DATE: 1115119
Expires: 4/16119
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
STATION
SYSTEM
LICENSES
Rem
Unit
MfrsI
Qtv
Descrlane.
P.nNo
US List Unit
QUOTE UNIT
'QUOTE EXT
G2 VOICEALERT- Single Station Ucense.
SL1
Ea
USDD
1
One-TimelPerpetual(unless furthur USDD modification is
VA
$ 1,030.00
$ 927.00
$ 927.00
needed)
G2 MOBILE FSAS APP - lSingle Device License. Up
to 24 Ucensas-Per-ATX are offered at $0.00 cost each
SL2
Ea/Yr
USDD
24
as long as system is currently under warranty or elected
G2-APP-DLI
$ 108.00
$ 97.20
N/A - Included
resorting annual support coverage. See'Mobile'Section
furriers detail
STATION
SYSTEM
CONTROLLER
Item :'.
Unit
MR,
Qty
Descd Lion
Part Na
US UM UnIt
:000TEUNIT
'QUOTE EXT
SC1
Kit
USDD
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4Unique Amps/Zones available
ATX
$ 21,750.00.
$ 19,575.00
$ 19,675.00
SC2
Kit
USDD
"
0
G2 EXPANSION KIT -Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP
EXP
$ 7,325.00
$ ` 6,692.50
$
SC3
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$
SC5
Ea
TUO
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 630.70
SC6
Ea
Teo
1
Shelf/Bracket, Wall -Mount for UPS
UPS-WMB
$ 57.00
$ 51.30
$ 51.30
STATION SYSTEM
PERIPHERAL COMPONENTS
Item '
Unit
Mfr
" Cry
Desorl ban
Part No.
US List Unit
QUOTE UNIT
:QUOTE EXT
SPia
Ea
Arles
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SP1 b
Ea
Al..
1
Shelf, Under Table or Wall Mount, for I 112 Rack
AMP-S
$ 66.00
$ 69.40
$ 59.40
SP2
Ea
USDD
5
G2 COLOR INDICATOR REMOTE Module- Up to.
CIR
$ 725.00
$ 652.50
$ 3,262.50
8 unique Colors
SP3a
Ea
USDD
0
G2 HDTV REMOTE Module (TV & Electrical Outlet
TVR
$ `.975.00
$ ' 877.50
$
by Others; O.E.O. control subject to TV ability)
Flat Panel Monitor Smart HDTV 40-43" (Electrical
SP3b
Ea
USDD
0
OulletlProvislon By Others; C.E.C. Control subject
FP43
$ 1,377.57
$ 1,239.81
$
to TV ability
SP3c
Ea
USDD
0
Flat Panel/TV Mount -Universal 23"-46"Tilt
FPM-U
$ 107.86
$ 97.07
$
SP4 f
Ea
USDD
p
G21/0 REMOTE Module w/ 81n & 8 Out
[OR
$ 1,275.00
$ '1,147.60
$ -
SP5
Ea
USDD
1
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$ 99.00
SP6
Ea
USDD
1
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$ 99.00
SP7 '.:
Ea
USDD
0
G2 MESSAGE REMOTE 2 Module (2017 Version
MR2
$-.1,275.00
$ 7,147.50
$
2)
G2 MESSAGE SIGN (Digital LED) MINI
SP9a
Ea
USDD
0
GammaSign / 12" Active Screen Width / Turn Out
MS-G-M
$ 915.00
$ 823.50
$ -
Timing ONLY
SP91b
Ea
USDD
8
G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050 00
$ 945.00
$ 7,560.00
GammaSign / 24" Active Screen Width
-
PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 5 of25
SP90
Ea
USED
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.60
$
GammaSign / 36" Active Screen Width
MS-G Adapter Plate, SINGLE. VESA 100, loins 1 MS
SP9d
Ea
USDD
0
Smr-E) to any standard mountwlth VESA 100 hole patterns
MS-AP-S
$ 38.00
$ 34.20
$
(mount not included) r
MS-G Adapter Plate, DOUBLE, via A 1oc loins tz1 Ms
SP9e
Ea
USOD
2
G-Sor-E to any standard mount voth VE5A too hole patterns
MS-AP-D
$ 49.00
$ 44.10
$ 88.20
(mount not Included)
MS-G Hanger Kit. Hangs single or double (back -(aback)
SP91'
Ea
USDD
0
Message Signs (Gammas Version) from Calling. Includes both
MS-HK
$ 73.00
$ 65.70
$
suspended ceiling T-Bar Scissor Ceps and HarAPan Flange
Mount,
SPIT
Ea
USED
2
MS Mount- Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 616.60
SP12a
Ea
USDD
3
G2 ROOM REMOTE 2 Module 12017 version 2
RR2
$ '2,025.00
$ 1,822.60
$ 5,467.60
SP12c
Ea
USDD
0
RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity
RR2-AP
$ 46.00
$ 41.40
$
RR2 Surface Mount Back Box, for SURFACE
SP12d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB.
$ 175.00
$ 167.50
$
conduit knack -outs.
SP15
Ea
DISCO
15,
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 325.00
$ 292.60
$ 4,387.50
70v
SP16
Ea
USDD
0
G2 SPEAKER- LED Illuminated - SURFACE
SPK-LED-SM
$ 325.00
$ 292.50
$
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a
Ea
uSOq
0
Intelligibility in large open indoor areas and with
SPK-OMS
$ 815.00
$ 733.50
$
High -Intensity LED Strobe Light Arrays -includes
Cable Hanging Kit (typically requires MR2 for
power/signal/control
SPK-OMS/OmniStrobe Mounting Bracket BEAM
SP171d
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket/DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStmbe Mounting Bracket/
SP17d
Ea
USOD
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$
ceiling
SP18a
Ea
Bohn
g
SPEAKER -STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 688.50
SP18b
Ea
Begin
0
SPEAKER- STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$
Box), 70v
SP19
Ea
Bogn
5
SPEAKER -APE BAY/OUTDOOR- Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,674.00
Surface Mount, 70v
SP20
Ea
TIC
0
Transformer, Bohm to 70V, External
XFMR
$ 53.00
$ 47.70
$
SP21
Ea
uso0 I
1
G2 Strobe Light/ Red LED
STIR
$ 550.00
$ 495.00
$ 496.00
SP22
Ea
USDD
0
Miscellaneous
MISC
$ -
$ -
$
STATION
SYSTEM
SERVICES,..
Item I
Unit
Mir
I Cry
Description
Part No
US List Unit
QUOTE UNIT
:QUOTE EXT
SS1
Ea
USDD
1
Station Installation Bergelectric Corp
ST-INST
$ ` 25,719.63
$ 23,147.66
$ 23,147.66
Station Remediation (Removal and Disposal of
SS2
Ea
DISCO
0
Legacy Equipment Not currently Assumed or
ST-INST
$
$
$
Included, nor is any related Remadialk n to Paint,
Drywall, etc)
SS3
Ea
USDD.
1
Station Configuration & Start -Up
ST-SU
$ `; 2,281.62
$ 2,053.46
$ 2,053.46
SS4
Ea
USDD
1
Station Project Management
ST-PM
$ 1,037.10
$ :933.39
$ 933.39
SS5
Ea
USDD
'.1
Station Engineering I Design Services
ST-ES
$ 518.55
$ '466.70
$ 466.70
SS6
Ea
USDD
1 ;
Station Documentation
ST-DM `:.
$ 77.78
$ 70.00
$ 70.00
Station Training -Configuration and Equipment.
SS7a
Ea
USDD
0
On-Site@Station. 4 Hours, 1 Visit. (for Technical
TRA-UT-O
$ -. 4,025.00
$ 3,622.60
$
Services Ste
PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 6 or25
SS71a
Ea
USDD
0
Station Training - User/Technician / Remote
TRA-UT-R
$ 600.00
$ 540.00
$
Refresh (2 Hours /
Training- Installation Contractor -On-Site/
Ssua.
Ea
USDD
0
USED G2 Certification/8 Hours/QBD - only
TRA4C-O
$ 5,325.00
$ 4,792.50
E
needed If requred to use non -certified Contractor)
Training- Installation Contractor - At Arizona
SSeb
Ea
uso0
0
Training Center USDD G2 Certification / 4 Hours /
TRA-IC-AZ
$ 2,725.00
$ 2,462.50
$
(TBD-.only needed If required to use non -certified
contractor)
SS9
1Ea
usoD
Q
MiscellaneousrrBD
MISC
$ -
$ -
$
STATION SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
Item
Unit
Mfr
I Qty
Descri lion
Part No.
US List Unit
I QUOTEUNIT
QUOTE EXT
[STANDARD] 1st YEAR WARRANTY& SUPPORT
FOR THIS STATION SYSTEM (or component):
6300.3825 but No
Telephone J Remote Access Support (8:00 AM -
Charge For Initial
SWi
YR
USDD
1.5
5:00 PM MST) PLEASE NOTE: An additional
RS-1YR-STD
$ 4,6fi6.95
$ 4,200.26
Warranty Period /
months (for total of 18 months/1.5 years) of initial
Nott Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations n be installed and
Co
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone!
SW2
YR
USDD
0.0
Remote Access Support (8:00 AM - 5:00 PM MST)
RS-AYR-STD
$ 4,666.95
$ 4,200.26
$
IF QUANTITY'0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
&Support: $
SUBTOTAL: $ 74,666.71
ier must elect to Choose any coverage they require beyond Initial warranty period, or USDD will not be authorized to provide any service or support.
Smart Phone Alerting App and Mapping Services only avaible to customer while under wananty or elected recurring annual support. Support Agree
: to change if system design is modified. For additional details, please revlew current USDD Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM page 7 of 25
Station System Installation Notes:
01 - Unless specifically detailed in this proposal, no installation by USDD or It's subcontractors Is assumed or provided.
02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certifted Contractors.
03- USDD can source, quality, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD.
05- Unless specifically detailed in this proposal, installation to be performed during normal working hours.
06- Unless specifically detailed In this proposal, no permit fees or material charges have been Included.
07- Unless specifically detailed in this proposal, no removal or remediation has been assumed or included.
08- Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,inciuded or budgeted for In this proposal.
09 - USED PSAS Equipment to be made available by owner to installation Contractor prior to on -site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - if applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation.
12-A t electrical power, including (but not limited to) raceway,cenduit, backboxes, service panels, high -voltage wiring and fixtures by others.
13-All communications pathway infrastm cure (network, radio, etc.) by others unless specifically detailed in this proposal.
14 - USDD cannot warrant nor support any owner -furbished (3rd-Party) system or component we are required to integrate with. USDD cannot warrant nor
support any system or component it has not proofed engineering for and has not spectrally authorized for use within public safety environments.
15-Any misuse, unauthorized modification, Improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USED shall render this limited womanly null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 8 of25
US DIGITAL DESIGIIS
QUOTE
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 to/ 460-290-7892 fax DATE: 1116119
Expires: 4116119
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
STATION
SYSTEM:
LICENSES
Hem -
Unit
MfrsI
Qtv
Descri tion
part No.
US fistD O
QUOTEUNIT
QUOTE EXT
G2 VOICEALERT- Single Station Ucense.
SL1
Ea.
USDD
1
One-Time/Perpetual (unless mrthur USDD mod18caton is
VA
$ 1,030.00
$ 927.00
$ - 927.00
needed)
G2 MOBILE FSAS APP- Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
SL2
Ea/Yr
USDD
24
as long as system is currently under warranty or elected
G2-APP-DLI
$ 108.00
$ 97.20
NIA -Included
recurring annual support coverage. See'Mobile' Section
for more detail
STATION
SYSTEM
CONTROLLER
Item'.
Unit
Mir +:
Qty
Descntion
Pad No.
US UstUnit
QUOTE UNIT
.QUOTE EXT
Sol
Kit
USDD
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4Unique Am stones available.
ATX
$ 21,750.00
$ 19,676.00
$ 19,575.00
SC2
Kit
USDD
0.:
G2 EXPANSION KIT -Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP.
EXP
$ 7,325 00
$ 6,692.50
$
SC3
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$
SC5
Ea
Teo
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 830.70
SC6
Ea
Teo
1
Shelf/Bracket, Wall -Mount for UPS
UPS-WMB
$ 57.00
$ 51.30
1 $ 61.30
STATION
SYSTEM.
PERIPHERAL
COMPONENTS
It.. ±
Unit
Mfr':'
QLY
Description
Pad No.
US List unit
:QUOTE UNIT
:QUOTE EXT
SPta
Ea
Auas
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SPib
Ea
Auas
1
Shelf, Under Table or Wall Mount, for lU 1/2 Rack
AMP-S
$ 66.00
$ 59.40
$ 69.40
SP2
Ea
usoD
4
G2 COLOR INDICATOR REMOTE Module Up to.
CUR
$ 725.00
$ 652.50
$ 2,610.00
8 unique colors
SP3a
Ea
USDD
'. 0
G2 HDTV REMOTE Module (TV.& EleElectrical Outlet
TVR
$ 975.00
$ 877,50
$
by Others; C.E.C. Control subject to TV ability)
Flat Panel Monitor/ Smart HDTV 40-43" (Electrical
SP31b
Ea
USDD
0
Outlet/Provision By Others; C.E.C. control subject
FP-43
$ 1,377.57
$ 1,239.81
$
to TV ability
SP3c
Ea
I USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tilt
FPM-U
$ 107.86
$ 97.07
$
SP4
Ea
USDD
0
G21/0 REMOTE Module w/ 81n & 8 Out
IOR
$ 1,275.00
$ . 1,147.60
$ -
SP5
Ea
USDD
1
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$ 99.00
Sing
Ea
USDD
1
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$ 99.00
SP7
Ea
USDD
1
G2 MESSAGE REMOTE 2 Module (2017 Version
MR2
$ 1,275.00
$ 1,147.50
$ 1,147.60
2)
G2 MESSAGE SIGN (Digital LED) MINI -
SP9a
Ea
USDO
0
GammaSign / 12" Active Screen Width / Turn Out
MS-G-M
$ 915.00
$ 823.60
$
Timing ONLY
SP9b
Ea
USDD
8
G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050 00
$ 945.00
$ - 7.560.00
GammaSign / 24" Active Screen Width
-
PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 9 of 2S
SP9c
Ea
usoo
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.60
$
GammaSign / 36" Active Screen Width
MS-G Adapter Plate, SINGLE. VESA 100, loins 1 Ms
SP9d
Ea
USDD
2
Sor-Eto any standard mountwith VESA 100 hole patterns
MS-AP-S
$ 38.00
$ 34.20
$ 68.40
(mount not included)
MS-G Adapter Plate, DOUBLE, VESA 100, ioina(2) Ms
SP9e
Ea
USDD
g
G-Sor-E to any standard mount Win VESA 100 hole gmems
MS-AP-D
$ 49.00
$ 44.10
$
(mount not included)
MS-GHanger Kit. Hangs single or tlouble(back-to-back)
SP91'
Ea
USDD
0
Message signs (Gamma Version) from Ceiling. Includes both
MS-HK
$ 73.00
$ 66.70
$
suspended ceiling T-Bar Scissor Clips and Hard Pan Flange
Mounts.
Sail
Ea
usoo
2
MS Mount -Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 516.60
SP12a
Ea
usoo
2
G2 ROOM REMOTE 2 Module 12017 version 2
` `RR2
$ 2,025.00
$ 1,822.60
$ 3,645.00
SP120
Ea
usoo
0
RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity
RR2-AP
$ 46.00
$ 41.40
$
RR2 Surface Mount Back Box, for SURFACE
SP12d
Ea
usoo
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.60
$
conduit knack -outs.
SPi5
Ea
usoo
24
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 32500
$ 292.50
$ 7,020.00
70v
SP16
Ea
USDD
0
G2 SPEAKER- LED Illuminated - SURFACE
SPK-LED-SM
$ 325.00
$ 292.60
$
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a
Ea
usoo
0
Intelligibility in large open Indoor areas and with
SPK-OMS
$ 815.00
$ 733.50
$
High -Intensity LED Strobe Light Arrays -includes
Cable Hanging Kit (typically requires MR2 for
power/signal/control)
SPK-OMS/OmniStrobe Mounting Bracket/ BEAM
SP17b
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket/DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStrobe Mounting Bracket/
SP17d
Ea
usoo
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$
ceiling
SP18a
Ea
Bogn
5
SPEAKER -STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 382.50
SP181a
Ea
Bogn
0
SPEAKER -STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$
Box), 70v
SP19
Ea
Bogn
7
SPEAKER -APP BAY/OUTDOOR - Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,963.00
Surface Mount, 70v
SP20
Ea
TIC
0
Transformer, Bohm to 7OV, External
XFMR
$ 53.00
$ 47.70
$
SP21
Ea
usoo
1
G2 Strobe Light/ Red LED
STR
$ 550.00
$ 495.00
SP22
Ea
USED
0
IMIscellaneous
MISC
STATION SYSTEM'.
SERVICES '+
Item':
Unit
Mir 'a
Ql
Description
Pan No.
US Us! Unit
QUOTE UNIT
`QUOTE EXT
SS7
Ea :
USDD
1
Station Installation Bergelecti is Corp
ST-INST
$ 35,482.49
$ 31,934.24
$ 31,934.24
`.
Station Remediatlon (Removal and Disposal of
SS2
Ea
usoo
0
Legacy Equipment Not currently Assumed or
ST-INST
$
$
$
Included, nor is any related Remediatlon to Paint,
Drywall, etc.)
SS3
Ea
usoo
1
Station Configuration & StartUp
ST-SU <
$ 2,130.12
$ 1,917.11
$ 1,917.11.
SS4
Ea
usoo
1
Station Project Management
ST-PM
$ 1,065.06
$ '968.56
$ ' 968.65
SS5 "
Ea
USDD
1
Station Engineering / Design Services
ST-ES
$ 532,53
$ '-479.28
$-479.28
SS6
Ea..
USDD
1
Station Documentation
ST-DM
$ <79.88
$ 71.89
$ '71.89
Station Training-. Configuration and Equipment.
SS7a
Ea
USDD
0
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
TRA UT-O
$ 4,025 00
$ 3,622.60
$
Services Statffl
PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 10 of 25
SS71b
Ea
USDD
0
Station Training- Userrrechnician/Remote
TRA-UT-R
$ 600.00
$ 540.00
$
Refresh (2 Hours /
Training- Installation Contractor -On-Site/
SS8a
Ea
USDD
0
USED G2 Certification/8 Hours/ (TBD - only
TRA-IC-O
$ 5,325,00
$ 4,792.60
$
needed if requied to use non -certified Contractor)
Training- Installation Contractor - At Arizona
SSBb.
Ea
usOD
0
Training Center / USDD G2 Certification 14 Hours /
o
TR4-IC-AZ
$ 2,725.00
$ '2,452.60
$
(TBD -only needed if required louse non certified
_
contractor)
SS9
Ea
I USDD
1 0
MiscellaneousRBD
MISC
$ -
Is
I $
STATION SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
It..
Unit
Mir
City
Desori Lion
Part No.
US List Unit
I QUOTEUNIT
QUOTE EXT
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
6470.2395 but No
Telephone / Remote Access Support (8:00 AM -
Charge For Initial
SWi
YR
usoD
1.5
5:00 PM MST) PLEASE NOTE: An additional
RS-STD-STD
$ 4,792.77
$ 4,373.49
Warranty Period /
months (for total of 18 months/1.5 years) of Initial
Not Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
SW2
YR
DECO
0.0
Remote Access Support (8:OOAM - 5:00 PM MST)
RS-AYR-STD
$ 4,792.77
$ 4,313.49
$
IF QUANTITY V THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
& Support: $
SUBTOTAL:. $ 84,687.77
ter must elect ro choose any coverage they require beyond Initial warranty period, or USDD will not be authorized to provide any service or support.
Smart Phone Ateding App and Mapping Services only availed to customer while underwimanty, or elected recurring annual support. SupportAgree
to change If system design Is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 11 arts
Station S stem Installation Notes:
01 - Unless speciflcally detailed In this proposal, no Installation by USED or It's subcontractors is assumed or provided.
02- Because these are mission -critical systems, USED can only warrant and support systems installed by G2 Trained and Certified Contractors.
03- USED can source, quality, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD.
05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
06- Unless specifically detailed in this proposal, no permit fees or material charges have been Included.
07- Unless specifically detailed In this proposal, no removal or emaciation has been assumed or included.
08- Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,lncluded or budgeted for in this proposal.
09- USDD FSAS Equipment to be made available by owner to Installation Contractor prior to or im arrival
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - If applicable, Gas Control Shutoff Valve Addendum (to USED and installation contractor) must be signed poor to installation.
12-All electrical power, Including (but not limited to) raceway,condult, backboxes, service panels, high -voltage wiring and fixtures by others.
13-All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14- USED cannot warrant nor support any owner -furbished (3rd-Party) system or component we are required to integrate with. USDD cannot warrant nor
support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments.
15-Any misuse, unauthorized modification, Improper Installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USED shall render this limited warranty null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 12 of25
US DIGITGL DESIGns
QUOTE
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 rat 480-290-7892fax DATE: 1/15/19
Expires: 4115/19
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
STATION SYSTEM
LICENSES
Item +:.
Unit
Mfr
QEY
De3cn hon
Part No
US List Unit
QUOTE UNIT
:QUOTE EXT
G2 VOICEALERT- Single Station License
SL1
Ea
USDD
1
One-Time/Perpetual(unless funhur USDD modification is
VA
$ 1,03000
$ 927.00
$ 927.00
needed)
G2 MOBILE FSAS APP- Single Device License.. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
SL2
Ea(Yr
USDD
24
as long as system is currently under warranty or elected
G2-APP-DLI.
$-108.00
$ 97.20
-.NIA - Included
retorting annual supppncoverage.. See 'Mobile' Section
for more detaJ -
STATION SYSTEM
CONTROLLER
Item
Unit
Mir
iQt
Description
Part No.
US List Una
QUOTE UNIT
:QUOTE EXT
SCi
Kit
USDD
1
G2 ATX STATION CONTROLLER -
power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available.
ATX
$ 21,750.00
$ 19,676.00
$ 19,576.00
SC2
Kit
USDD
0
G2 EXPANSION KIT- Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP.
EXP
$ ` 7,325.00
$ 6,692.50
$
SC3
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$
SC4
Kit
USDD
0
Base Plate for ATX of EXP
ATX-P
$ 54.00
$ 48.60
$
SC5
Ea
TBD
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 830.70
SC6
I Ea
I Teo
1 1
Shelf/Bracket, Wall -Mount for UPS
UPS-WMB
1 $ 5T00
$ 51.301
$ 51.30
STATION SYSTEM
PERIPHERAL COMPONENTS
Item
Unit
Mfr
Cry
Description
Pdri
US List Unit
:QUOTE UNIT
:QUOTE EXT
SPia
Ea
AOas
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SP1b
Ea
Arad
1
Shelf, Under Table or Wail Mount, for 1U 1/2 Rack
AMP-S
$ 66.00
$ 59.40
$ 59.40
SP2
Ea
USDD
4
G2 COLOR INDICATOR REMOTE Module -.Up to
CIR
$-725.00
$ '652.50
$ 2,610.00
8 unique colors
SP3a
Ea
USDD
0
G2 HDTV REMOTE Module (TV & Electrical Outlet
TVR
$ 875.00
$ ` 877.50
$
by Others; C.E.C. control subject to TV ability)
Flat Panel Monitor/ Smart HDTV 40-43" (Electrical
SP31h
Ea
USDD
0
OutletlProvision By Others; C.E.C. control subject
FP43
$ 1,377.57
$ 1,239.81
$
to TV ability)
SP3c
Ea
USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tilt
FPM-U
$ 107.86
$ 97.07
$
SP4
Ea
USDD
0
G21/0 REMOTE Module w/81n&8Out
IOR
$ '1,275.00
$ 1,147.60
$ -
SP5
Ea
USDD
1
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$ 99.00
SP6
Ea
USDD
1
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$ 99.00
SP7
Ea
USDD
0
G2 MESSAGE REMOTE 2 Module (2017 Version
MR2 - '
$ 9,275.00
$ 1,147.50
$ -
2)
G2 MESSAGE SIGN (Digital LED) MINI
SP9a
Ea
USDD
0
GammaSign 112" Active Screen Width/Turn Out
MS-G-M
$ 915.00
$ 823.50
$
Timing ONLY
SP9b
Ea
USDD
7 y
G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050.00
$ 945.00
$ 6,615.00
GammaSign /24"Active Screen Width
PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 13 of 2a
SP9c
Ea
USDD
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ ' 1,575.00
$ 1,417.60
$
GammaSign / 36" Active Screen Width
MS-G Adapter Plate, SINGLE. VESA 100, mrs 1 MSG
SP9d
Ea
USDD
2
S or-E to any standard mount w,Ih VESA 100 hole patterns
MS-AP-S
$ 38.00
$ 34.20
$ 68.40
(mount not Included)
MS-G Adapter Plate, DOUBLE, VESA too loins (2) MS
SP9e
Ea
USDD
0
6 -Sfm-E) to any standard mount Win VESA 100 hole paaems
MS-AP-D
$ 49.00
$ 44.10
$
(mount not Included)
MS-G Hanger Kit. Hangs single or double (back-to-back)
SP9f
Ea
USDD
0
Message Signs (Gamma Version) mono Calling. Includes both
MS-HK
$ 73.00
$ 66.70
$
suspended ceiling T-Bar Scissor Clips and Ham Pau Flange
Mount,
SP11
Ea
USDD
2
MS Mount- Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 616.60
SP12a
Ea
USDD
2
G2 ROOM REMOTE 2 Module 12017 version 2
RR2 :
$ 2,025.00
$ 1,822.50
$ ` 3,646.00
SP12c
Ea
USDD
0
RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity
RR2-AP
$ 46.00
$ 41.40
$
RR2 Surface Mount Back Box, for SURFACE
SP12d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.50
$
conduit knock -outs.
SP15
Ea
USDD
$
G2 SPEAKER -LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 325.00
$ 292.50
$ 2,340.00
70v
SPi6
Ea
Usoo
0
G2 SPEAKER - LED Illuminated - SURFACE
SPK-LEDSM
$ 32500
$ 292.50
$
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a.
Ea
USDD
0
Intelligibility in large open indoor areas and with
SPK-OMS
$-.815.00
$-733.50
$ -
High -Intensity LED Strobe Light Arrays - includes
Cable Hanging Kit (typically requires I for
power/signal/control)
SPK-OMS/OmniStrobe Mounting Bracket / BEAM
SP17b
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$ -
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket/DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmmStrcbe Mounting Bracket/
SP17d
Ea
USDD
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$
ceiling
SP18a
Ea
Bogn
8
SPEAKER- STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 612.00
SP18b
Ea
Bogn
0
SPEAKER- STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$
Box), 70v
SP19
Ea
Bogn
5
SPEAKER -APP BAY/OUTDOOR- Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,396.00
Surface Mount, 70v
SP20
Ea
TIC
0
Transformer, Bohm to 70V, External
XFMR
$ 53.00
$ 47.70
$
SP21
Ea
USDD
0
G2 Strobe Light/ Red LED
STR
$ 550.00
$ 495.00
$
SP22
Ea
USDD
0
Miscellaneous
MISC
$ -
$
$
STATION SYSTEM
SERVICES
It.. 1:
Unit
Mir
Cut,
Descri flan
Part No.
US List Unit
QUOTEUNIT
QUOTE EXT
SS1
Ea
USDD
1
Station Installation Bergelectrlc Corp
ST-INST
$ 27,581.83
$ 24,823.65
$ 24,823.65
Station Remediation (Removal and Disposal of
SS2 :
Ea
USDD
0
Legacy Equipment Not currently Assumed or
ST-INST
$
$
$
-
Included, nor Is any related Remediation to Paint,
Drywall, etc.)
SS3
Ea
USDD
1
Station Configuration $ Start -Up
ST-SU
$ `: 2,240.65
$ 2,016.69
$ :2,016.59
SS4 `
'Ea
USDD
1
Station Project Management
ST-PM `.
$ : 1,120.33
$ 1,008.29
$ 1,008.29
SS5 '.
'Ea
USDD
1
Station Engineering f Design Services
ST-ES
$ 448.13
$ 403.32
$ 403.32
SS6
Ea
USDD
1
Station Documentation
ST-DM '.
It ' :67.22
$ 60.50
$ 60.50
-
Station Training -Configuration and Equipment.
SS7a
Ea
Usoo
0
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
TRA-UT-O
$ 4,025.00
$ 3,622.60
$ -
,.
Services Stuff)
PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 14 m`25
S57b
Ea
USDD
0.
Station Training - UserRechnician / Remote
TRA-UT-R
$ 600.00
$ 540.00
$
Refresh(2 Hours/
Training- Installation Contractor -On-Site/
SS8a
Ea
USED
0
USDD G2 Certification 18 Hours! (TBD -only
TRA-IC-O
$ 5,325.00
$ 4,792.60
$
needed if requied to use non -certified contractor)
Training- Installation Contractor - At Arizona
SS810
Ea
USDD
0
Training Center USDD G2 Certification Hours/
TRA-IC-Az
$ 2,725.00
$ 2,462.60
$
(TBD- only needed if required to use non-certifed
contraclor)
i
SS9
Ea
USDD
0
Miscellan touslTBD
MISC
$ -
$
$
STATION SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
Item
Unit
Mir
I Div
Desari tion
Part No.
US List Unit
I QUOTEUNIT
QUOTE EXT
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
5444.7795 but No
Telephone / Remote Access Support (8:00 AM -
Charge For Initial
SWt
YR
us0o
1.5
500 PM MST) PLEASE NOTE: An additional6
RS-IYR-STD
$ 4,033.17
$ 3,629.85
Warranty Period/
months (for total of 18 months/1.5 years) of initial
Not Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
SW2
YR
USDD
0.0
Remote Access Support (8:00 AM - 5:00 PM MST)
RS-AYR-STD
$ 4,033.17
$ 3,629.85
$
IF QUANTITY'o' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
& Support: '.$
SUBTOTAL: $ 69,731.04
ter must elect to choose any coverage they require beyond Initial warranty period, or USDD vrill not be authorized to provide any service or support.
Smari Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected retuning annual support. Support Agree
to change if system design is modified. For additional details, please review current USED Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Pace 15 or 25
Station System Installation Notes:
01 - Unless specifically detailed In this proposal, no installation by USED or it's subcontractors is assumed or provided.
02- Because these are mission-ratical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors.
03- USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by Installation contractor - G2 PSAS warranted, serviced and supported by USDD.
05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
06- Unless specifically detailed in this proposal, no permit fees or material charges have been included.
07- Unless specifically detailed In this proposal, no removal or remediation has been assumed or included.
06- Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,included or budgeted for in this proposal.
09- USDD FSAS Equipment to be made available by owner to installation Contractor prior to ou-site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - if applicable, Gas Control Shooing Valve Addendum (to USDD and installation contractor) must be signed prior to installation.
12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wining and fixtures by others.
13 -All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14- USED cannot warrant nor support any owner-furbished(3rd-Pady) system or component we are required to integrate with. USED cannot warrant nor
support any system or component It has not proofed engineering for and has not specifically authorized for use within public safety environments.
15-Any misuse, unauthorized modification, Improper Installation, excessive shock, attempted repair, accident, or Improper or negligent use, storage,
transportation, or handling by any patty other than USDD shall render this limited warranty null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 16 of25
US DIGITAL DESIGns
QUOTE
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-6733 ref 480.290-7892fax DATE: 1115119
Expires: 4115119
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
STATION
SYSTEM:
LICENSES
Item -
Unit
Mfr:
Qty
Description
Pad No.
US List Unit
QUOTE UNIT
(QUOTE EXT
G2VOICEALERT- Single Station License.
BILL
Ea
USDD
1
One-Time/Perpetual(unless fnthur USDD modificafion is
VA
$ 1,030.00
$ ,927.00
$ 927.00
needed) -
G2 MOBILE FSAS APP -. Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
SL2
Ea/Yr
USDD
24
as long as system is currently under warranty or elected
G2.APP-DLI
$ 108.00
$ 97.20
N/A - Included
recuning annual support coverage. See'Mobile Section
for more detail
STATION
SYSTEM'.
CONTROLLER
Item l
Unit
Mfr':'
Qty
Descri lion
Part No.
USUat Unit
QUOTE UNIT
(QUOTE EXT
SC7
Kit
USDD
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available
ATX
$ 21,750.00
$ 19,675.00
$ '. 19,575.00
SC2.
Kit
USDD
0
G2 EXPANSION KIT - Allows ability to
Power/Signal/Control up to 12 more peripheral
Remote options per EXP.
EXP
$ '7,325.00
$ 6,692.50
$ -
SC3
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$ -
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$
SC5
Ea
TaD
1
ATX UPS, Standard
UPS -STD
$ 923.00
$ 830.70
$ 830.70
SC6
Ea
Teo
1
Shelf/Bracket, Wall-Mountfor UPS
UPS-WMB
$ 57 0
$ 51.30
$ 61.30
STATION SYSTEM:
PERIPHERAL COMPONENTS
Item'+'
UnitrAd
Mr,
Qt
Description
Part No.
US❑st Unit
'QUOTEUNIT
000TEEXT
SP1a
Ea
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
$ 888.30
SP1b
Ea
1
Shelf, Under Table or Wail Mount, for tU 1/2 Rack
AMP-S
$ 66.00
$ 59.40
$ 59.40
Ea
3
G2 COLOR INDICATOR REMOTE Module Up toSP2
CIR
$ 725.00
$ 652.50
$ 1,967.50
Bunique colors
Ea
0
G2 HDTV REMOTE Module (TV & Electrical OuBetSP3a
TVR$
975A0
$ 877.50
$
by Others; C.E.C. control subject to TV ability)
Flat Panel Monitor/ Smart HDTV 40-43" (Electrical
SP3b
Ea
0
OutieUProvision By Others; C.E.C. control subject
FP-43
$ 1,377.57
$ 1,239.81
$
to TV ability)
SP3c
Ea
USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tilt
FPM-U
$ 107.86
$ 97.07
$
SP4
Ea
USDD
0
G2110 REMOTE Module w/ B In & 8 Out
IOR
$ 1,275.00
$ 1,147.50.
$
SP5
Ea
USDD
0
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$
SP6
Ea
USDD
0
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$
SP7 :
Ea
usOD
0
G2 MESSAGE REMOTE 2 Module (2017 Version
MRZ
$ 1,275.00
$ 1,147.50
$
2)
G2 MESSAGE SIGN (Digital LED) MINI
SP9a
Ea
USDD
0
GammaSign /12" Active Screen Width/Turn Out
MS-G-M -'
$ 915.00
$ 823.60
$
Timing ONLY
SP9b
Ea
USDD
6
G2 MESSAGE SIGN (Digital LED) STANDARD
MS-G-S
$ 1,050.00
$ 945.00
$ 5,670.00
GamaSign/24"Acfive Screen Width
m
PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 17 of25
SP90
Ea
USDD
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.60
$
GammaSign /36" Active Screen Width
MS-G Adapter Plate, SINGLE. VESA too, loins t MSG
SP9d
Ea
USDD
2
S(,,ET tc any standard mount Whi VESA 100 hole patterns
MS-AP-S
$ 38.00
$ 34.20
$ 68.40
(mount not included)
MS-G Adapter Plate, DOUBLE, VESA 1do, loins r2) MR -
Stage
Ea
USDD
0
G-Sor-E to any standard ...or with VESA too net. patterns
MS-AP-D
$ 49.00
$ 44.10
$ -
(mountnot Included)
MS-G Hanger Kit. Hangs singly ordmm,l.(back-to-back)
SP9f
Ea
USDD
0
Message Signs (Gamma Version) from Calling. includes both
MS-HK
$ 73.00
$ 65.70
$
suspended ceiling T-Bar Scissor Clips and Hard -Pen Flange
Mounts.
SPI I
Ea
USDD
2
MS Mount -Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 258.30
$ 516.60
SP12a
Ea
USDD
3
G2 ROOM REMOTE 2 Module / 2017 version 2
RR2
$ 2,025.00
$ 1,822.50.
$ ' 5,467.60
SP12c
Ea
USDD
0
RR2 Adpaler Plate, for Retrofit in RRl Wail Cavity
RR2-AP
$ 46.00
$ 41.40
$
RR2 Surface Mount Back Box, for SURFACE
SP12d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.50
$ -
conduit knock -outs.
SP15
Ea
usOD
10
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$-325.00
$ 292.50
$ 2,925.00
70v
SP76
Ea
USDD
0
G2 SPEAKER- LED Illuminated - SURFACE
SPK-LEDSM
$ 325.00
$ ,292.60
$
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SP17a
Ea
USDD
0
Intelligibility in large open indoor areas and with
SPK-OMS
$ 815.00
$ '733.50
$
High -Intensity LED Strobe Light Arrays -includes
Cable Hanging Kit (typically requires MR2 for
power/signal/wntrol)
SPK-OMS/OmniStrobe Mounting Bracket BEAM
SP17b
Ea
USDD
0
FLANGE CLIP -for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket/DROP
SP17c
Ea
USDD
g
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 4&00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStrobe Mounting Bracket/
SP17d
Ea
USDO
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$
ceiling
SP18a
Ea
Bogn
7
SPEAKER- STANDARD, FLUSH Mount, 70v
SPK-STD-FM
$ 85.00
$ 76.50
$ 635.50
SP18b
Ea
Bogn
0
SPEAKER- STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$ -
Box), 70v
SP19
Ea
Bogn
5
SPEAKER -APP BAY/OUTDOOR- Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,395.00
Surface Mount, 70v
SP20
Ea
TIC
0
Transformer, Bohm to 70V, External
XFMR
$ 53.00
$ 47.70
$
SP21
Ea
USDD
p
G2 Strobe Light / Red LED
STR
$ 550.00
$ 495.00
$
SP22
Ea
USDD
0
Miscellaneous
MISC
$ - I
$
$
STATION
SYSTEM
SERVICES 1
Item
Unit
Mfr ':
Q
Description
Part No.
US Fist Unit
QUOTE UNIT
'QUOTE EXT
SS1
Ea
USDD
1
Station Installation Bergelectric Corp
ST-INST `.
$ '27,269.54
$ 24,542,58
$ 24,642.68
Station Remedialion (Removal and Disposal of
SS2
Ea
USDD
0
Legacy Equipment Not currently Assumed or
ST-INST
$
$
$
Included, nor Is any related Remediation to Paint,
Drywall, etc.)
SS3
Ea
USDD
1
Station Configuration & Start -Up
'ST-SU
$ 2,270.401
$ 2,043.36
$ 2,043.36
SS4
£a
USDD
1
Station Project Management
ST PM
$1,135.201
$ 1,021.68
$ 1,021.68
SS5 -.
Ea
USDD
q
Station Engineering I Design Services
ST-ES
$ 454.081
$ 408.67
$ 408.67
SS6 ':
`Ea
USDD
'1
Station Documentation
ST-DM
$ 68.111
$ 61.30
$ 61.30
Station Training -Configuration and Equipment.
SS7a
Ea
USDD
0 -
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
TRA-UT-O
$ 4,025.00
$ 3,622.60
$ -
Services Stafffi
PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 18 of25
SS7b
Ea
USDD
0
Station Training - User/Techniclan / Remote
TRA-UT-R
$ 600.00
$ 640.00
$
Refresh (2 Hours /
Training- Installation Contractor -On-Site/
Wes
' ED
USDD
0
USDD G2 Certification 18 Hours / (TBD - only
TRA-IC-0
$ 5,325.00
$ 4,792.60
$
needed If requied to use non -certified contractor)
Training- Installation Contractor -At Arizona
SSeb
Ea
USDD
0
ati
Training Center/ USDD G2 Certification Hours/
TRA-IC-AZ
$ 2,725.00
$ 2,452.50
$ _
(TBD -only needed If required to use non -certified
Contractor)
i
SS9
Ea
USDD
0
MiscellaneousrTBD
MISC
$ -
$ -
$ -
STATION SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
Item
Unit
Mir
Div
D.a.rirnfl.nt
Part No.
US List Unit
QUOTE UNIT
QUOTE UT
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
5517.072 but No
Telephone / Remote Access Support (8:00 AM -
Charge For initial
SW1
YR
USDD
1.5
5:00 PM MST) PLEASE NOTE: An additional 6
RS-1YR-STD
$ 4,086.72
$ 3,678.05
Warranty Period /
months (for total of 18 months/1.5 years) of initial
Not Included in
warranty has been offered by USDD for no
Subtotals
additional cost so all stations Can be installed and
enjoy same warranty/support starHslop dates)
(STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone!
SW2
YR
USDD
0.0
Remote Access Support(8:00 AM-5:00 PM MST)
RS-AYR-STD
$ 4,086.72
$ 3,678.05
$
IF QUANTITY'0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
tem:
$ - ` 68,944.80
iping:
$ 1,071.0
Tanty & Support:
$
,TION SUBTOTAL:
$. 70,016.80
or must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agrer
to change If system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
PROPRIETARYand CONFIDENTIAL STATION 04 SYSTEM Page 19 of25
Station System Installation Notes:
01 - Unless specifically detailed in this proposal, no installation by USED or It's subcontractors is assumed or provided.
02- Because these are mission critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors.
03- USDD can source, quality, train and certify Local Licensed Regional Subcontrators where needed.
04 - Installation warranted by Installation contractor- G2 FSAS warranted, serviced and supported by USDD.
05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
06 - Unless specifically detailed in this proposal, no permit fees or material charges have been included.
07 - Unless specifically detailed in this proposal, no removal or emanation has been assumed or included.
08 - Unless specifically detailed In this proposal, no bonds of any type (performance, bid) have been assumed,included or budgeted for In this proposal.
09- USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - if applicable, Gas Control Shutoff Valve Addendum (to USED and installation contractor) must be signed prior to installation.
12 - A t electrical power, Including (but not limited to) oraway,conduit, backboxes, service panels, high -voltage wiring and futures by others.
13 - All communications pathway Infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14- USDD cannot warrant nor support any owner-furbished(3rd-Party) system or component we are required to integrate with. USDD cannot warrant nor
support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments.
15-Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USDD shall render this limited womanly null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 20 of25
US DIGITAL DESIGns
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 far 480-290-7892 fax
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
CA WCOV001 v2 STATION -LEVEL
STATION SYSTEM
LICENSES
Item
Unit
Mfr:::
Qty
Descri pan
Part No.
US List Unit
QUOTE UNIT
QUOTE EXT
G2 VOICEALERT- Single Station License.
SL1
Ea
USDD
1
One-Time/Perpelual(unless mdhur USDD modification is
VA
$ 1,030.00
$ 927.00
$ '927.00
needed)
G2 MOBILE FSAS APP -Single Device License.. Up
to 24 Licenses-Per-ATX are offered at $0.00 coat each
SL2 `
Ea(Yr
USOQ
24
as long as system is currently under warranty orelected
32-APP-DLI
$ 108.00
$ '97.20
N/A -.Included
recurring annual support coverage, See'MoIA& Section
for more detail
STATION
SYSTEM.
CONTROLLER
Item ::
Unit
Mfr':.
Ql
Oes,ri two
Pad No.
US UsfUnit
QUOTE UNIT
'QUOTE EY7r
SCt
Kit
USDD.
1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique AmpsfZones available.
ATX
$ 21,750.00
$ 19,675.00
$ 19,576.00
SC2
Kit
USDD
' 0
G2 EXPANSION KIT -Allows ability to.
Power/Signal/Control up to 12 more peripheral
Remoteo lions per EXP.
EXP
-
$ -. 7,325.00
$ 6,692.60
$ --
SC3
Kit
USDD
0
Rack Mount Ears for ATX or EXP
ATX-E
$ 54.00
$ 48.60
$ -
SC4
Kit
USDD
0
Base Plate for ATX or EXP
ATX-P
$ 54.00
$ 48.60
$ -
SC5
Ea
TUD
1
ATX UPS, Standard
UPS -STD
$ 0
830.70
$ 830.70
SC6
Ea
To
fa,
0
$ 51.30
$ 51.30
STATION SYSTEM.
PERIPHERAL COMPONENTS
item':
Unit
Mfr?
CRY
Description
Part No.
US List Unit
.QUOTE'. UNIT
:QUOTE EXT
SP1a
Ea
Auas
1
Audio Amplifier, External, Standard
AMP
$ 987.00
$ 888.30
If 888.30
SP1b
Ea
Alas
1
Shelf, Under Table or Wall Mount, for 1U 1/2 Rack
AMP-S
$ 66.00
$ 69.40
$ 59.40
SP2
Ea
usOD
3
G2 COLOR INDICATOR REMOTE Module Up to
CIR
$ 725.00
$ 662.50
$ 1,957.50
eunique colors
SP3a
Ea
USDD
0
G2 HDTV REMOTE Module (TV & Electrical Outlet
NR
$ 975.oD
$ 877.50
$
by Others; C.E.C. control subject to TV ability)
Flat Panel Monitor/ Smart HDTV 40-43" (Electrical
SP3b
Ea
USDD
0
Outlet/Provision By Others; C.E.C. control subject
FP-43
$ 1,377.57
$ 1,239.81
$
to TV ability)
SP3c
Ea
USDD
0
Flat Panel / TV Mount- Universal 23"-46" Tilt
FPWU
$ 107.86
$ 97.07
$
SP4
Ea
USDD
0
G21/0 REMOTE Module w/ 81n & 8 Out
IOR
$ 1,275.00
$ 1,147.50
$ -
SP5
Ea
USDD
0
Push Button, Standard (Black)
PB-B
$ 110.00
$ 99.00
$
SP6
Ea
USDD
0
Push Button, Emergency (Red)
PB-R
$ 110.00
$ 99.00
$
SP7 '..
Ea
usOD
D
G2 MESSAGE REMOTE 2 Module (2017 Version
MR2
$ 1,275.00
$ 1,147.60
$
2)
G2 MESSAGE SIGN (Digital LED) MINI
SP9a :
Ea
USDD
0 :
GammaSign /12" Active Screen Width/Turn Out
MS-GW
$ 915.00
$ f823.50
$
Timing ONLY
SP9b
Ea :
USDD
6
G2 MESSAGE SIGN (Digital LED) STANDARD
M$-G-S :
$ 1,050.00
$ 945.00
$ 6,670.00
GammaSign /24" Active Screen Width
-
PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 21 of25
SP90
Ea
USDD
0
G2 MESSAGE SIGN (Digital LED) EXTENDED
MS-G-E
$ 1,575.00
$ 1,417.60
$
GammaSign / 36" Active Screen Width
MS-G Adapter Plate, SINGLE. VESA tooloans 1 MSG
SP9d
Ea
USDD
2
B or-E to any standard mountwith VESA 100 hole patterns
MS-AP-S
$ 38.00
$ 34.20
$ 68.40
(mount not incWded)
MS-G Adapter Plate, DOUBLE, VESA 100 loins (2) Ms
SP9e
Ea
USDD
0
G -S(.,-El to any standard mount wlh VESA 100 hole patterns
MS-AP-O
$ 49.00
$ 44.10
$
(mount not Included)
MS-G Hanger Kit. Hangs single or double(back-a-barld
SP9f
Ea
USDD
0
Message Signs(Gamma Version) pace Ceiling. Includes both
MS-HK
$ 73.00
$ 66.70
$
suspended ceillm T-Bar Scissor Clips and HahLPan Flange
Mounts.
Sin 11
Ea
USDD
2
MS Mount -Articulating, Long reach
MS-MNT-ART-L
$ 287.00
$ 268.30
$ 516.60
SP12a
Ea
USDD
1 2
JG2 ROOM REMOTE 2 Module /2017 version 2
RR2
$ 2,025.00
$ 1,822.60
$ 3,645.00
SP12c
Ea
USDD
0
RR2 Adpaler Plate, for Retrofit in RR1 Wail Cavity
RR2-AP
$ 46.00
$ 41.40
$
RR2 Surface Mount Back Box, for SURFACE
SP12d
Ea
USDD
0
MOUNT (hard wall) installation. Three (3) 3/4"
RR2-BB
$ 175.00
$ 157.50
$
conduit knock -outs.
SP15
Ea
USDD
13.
G2 SPEAKER - LED Illuminated - FLUSH Mount,
SPK-LED-FM
$ 325.00
$ 292.50
$ 3,802.50
70v '
SP16
Ea
USED
0
G2 SPEAKER- LED Illuminated - SURFACE
SPK-LED-SM
$ 325.00
$ 292.50
$
I
Mount (Metal Box), 70v
G2 SPEAKER - OmniStrobe- Omnidirectional
Alerting Speaker, optimized for high Vocal
SPi7a
Ea
USDD
0
Intelligibility in large open indoor areas and with
SPK-OMS
$ 815.00
$ 733.60
$
High -Intensity LED Strobe Light Arrays -includes
Cable Hanging Kit (typically requires MR2 for
power/signaVcontrol)
SPK-OMS/OmniStrobe Mounting Bracket / BEAM
SP17b
Ea
USDD
0
FLANGE CLIP- for mounting directly onto an
SPK-OMS-BFC
$ 13.00
$ 11.70
$
exposed (1/8-14") I -Beam
SPK-OMS/OmniStrobe Mounting Bracket/DROP
SP17c
Ea
USDD
0
CEILING BRACKET- for mounting directly to T-Bar
SPK-OMS-DCB
$ 48.00
$ 43.20
$
in Suspended Ceiling
SPK-OMS/OmniStrobe Mounting Bracket /
SP17d
Ea
USDD
0
SURFACE MOUNT- for mounting directly to hard
SPK-OMS-SMB
$ 42.00
$ 37.80
$
ceiling
SP18a
Ea
Sogn
1 4
SPEAKER- STANDARD, FLUSH Mount, 70V
SPK-STD-FM
$ 85.00
$ 76.50
$ 306.00
SP18b
Ea
Bogo
0
SPEAKER -STANDARD, SURFACE Mount (Metal
SPK-STD-SM
$ 85.00
$ 76.50
$
Box), 70v
SP79
Ea
Begin
5
SPEAKER- APP BAY/OUTDOOR- Weatherized,
SPK-W-SM
$ 310.00
$ 279.00
$ 1,396.00
Surface Mount, 70v
SP20
Ea
TC
0
1 Transformer, Bohm l0 70V, External
XFMR
$ 53.00
$ 47.70
$
SP21
Ea
USDD
0
G2 Strobe Light/ Red LED
STIR
$ 550.00
$ '496.00
$
SP22
I Ea
USDD
0
Miscellaneous
MISC
$ -
$
$ -
STATION
SYSTEM.
SERVICES
Item
Unit
Mfr
Qty
Description
Part No.
US Ust Unit
QUOTE UNIT
:QUOTE E%T
SSt '.
Ea
USDD
1
Station Installation Bergelectrlc Corp
ST-INST
$ 25,296.32
$ 22,766.69
$ 22,766.69
Station Remediation (Removal and Disposal of
SS2 :
Ea
U8DD
0
Legacy Equipment Not currently Assumed or
ST4NST :
$
$
$
Included, nor is any related Remediation to Paint,
Drywall, etc.)
SS3
Ea
USDD
I 1
Station Configuration & Start -Up
ST-SU
$ 2,205.15
$ 1,984.64
$ 1,984.64
SS4
Ea
u$DD
1
Station Project Management
:ST-PM
$ 1,323.09
$ 1,190.78
$ 1,190.78
SS5
Ea
USDD
1
Station Engineering / Design Services
ST-ES
$ 661.55
$ 595.39
$ 695.39
SS6. `.'
Ea
USDD
1
Station Documentation
ST-DM
$ 66.15
$ 69.64
$ 59.54
Station Training - Configuration and Equipment.
SS7a
Ea
usoD
0
On -Site @ Station. 4 Hours, 1 Visit. (for Technical
TRA-UT-O
$ 4,025.00
$ 3,622.50
$
Services Stat
PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 22 of25
SS7b
Ea
usOD
0
Station Training - User/Technician / Remote
IRA-UT-R
$ 600.00
$ 540.00
$
Refresh (2 Hours /
Training- Installation Contractor -On-Site/
SS8a
Ea
USDD
0
USDD G2 Certification 18 Hours / (TBD -only
TRA-IC-O
$ 5,325.00
$ 4,792.60
$
needed if requled to use non -certified contractor)
Training- Installation Contractor - At Arizona
SS8b
Ea
USDD
p
Training Center/ USDD G2 Certification/4 Hours/
TRA-IC-Az
$ '.. 2,725.00
$ 2,452.50
$
(TBD -.only needed if required to use non -certified
Contractor)
i
SS9
Ea
UsoD
p
MiscellaneousITBID
MISC
$ -
$
$
STATION SYSTEM
WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
It..
Unit
Mfr
I Cry
Description
Part No
US List Unit
I QUOTEUNIT
QUOTE EXT
[STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
5358.5145 but No
Telephone / Remote Access Support (8:00 AM -
Charge For Initial
SW1
YR
USDD
1.5
5:00 PM MST) PLEASE NOTE: An additional
RS-IYR-STD
$ 3,969.27
$ 3,672.34
Warranty Period /
months (for total of 18 months/1.5 years) of initial
Not Included In
warranty has been offered by USED for no
Subtotals
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
[STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone!
SW2
YR
USDD
0.0
Remote Access Support(8:00 AM-5:00 PM MST)
RS-AYR-STD
$ 3,969.27
$ 3,572.34
$
IF OUANTITY'O' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
$ 66,289.73
'. $ 1,052.00
& Support: $
SUBTOTAL: $ '.67,341.73
ier must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Smart Phone Alerting And and Mapping Services only avaible to customer while under warranty or elected recording annual support. Support Agree
to change H system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 23 of25
Station System Installation Notes:
01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors Is assumed or provided.
02- Because these are mission -critical systems, USED can only warrant and support systems installed by G2 Trained and Certified Contractors.
03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontmiors where needed.
04 - installation warranted by installation contractor - G2 ERAS warranted, serviced and supported by USED,
05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours.
06 - Unless specifcally detailed in this proposal, no permit fees or material charges have been included.
07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included.
08- Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,included or budgeted for in this proposal.
09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival.
10 - Structural backing for system devices and other millwork (not specifically detailed) by others.
11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation.
12- Aill electrical power, including (but not limited to) raceway,conduil, backboxes, serrice panels, high -voltage wiring and fixtures by others.
13-All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal.
14- USDD cannot warrant nor support any owner-furbished(3rd-Pally) system or component we are required to Integrate with. USED cannot warrant nor
support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments.
15-Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage,
transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect
PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 24 of25
US DIGITAL DESIGns
QUOTE
1835 E. Sixth St. Suite #27
Tempe, Arizona 85281
877-551-8733 tat 480-290-7892 fax DATE: 1115/19
Expires: 4115/19
Quote SUBMITTED TO:
West Covina, CA
West Covina Fire Department
�.�
CA WCOV001 Section Totals v2
SECTION TOTALS
[UNLESS OTHERWISE: NOTED, ALL PRICES ARE $USj
DISPATCWLEUEL SUBTOTAL
4,204,75 `
Includes: PRIMARY DISPATCH G2FSASYSTEM:
PRIMARY DISPATCH WARRANTY & SUPPORT:
$
$
54,204.75`
STA7ION•LEUEL, $Ul$TOTAL
366,433.05'
Includes: STATION 01 SYSTEM:
STATION 01 WARRANTY & SUPPORT:
$
$
74,656.71
-
includes: STATION 02 SYSTEM:
STATION 02 WARRANTY & SUPPORT:
$
$
84,687,77
-
includeS: STATION 03 SYSTEM:
STATION 03 WARRANTY & SUPPORT: '
$
$
69,731,04
-
includeS: STATION 04 SYSTEM:
STATION 04 WARRANTY & SUPPORT:
$
$
70,015.80
-
includeS: STATION 05 SYSTEM
STATION 05 WARRANTY & SUPPORT::
$
$
67,341.731
-
Notes: Bergelectric Corp will be doing the installation.'
US Digital Designs System Total
$
420,637.80
(TSD By Customer) Customer must elect to choose any coverage they require beyond Initial warranty period, or
USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping
Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements
subject to change If system design is modified. For additional details, please review current USDD Warranty
Statement and Service Agreement
PROPRIETARY and CONFIDENTIAL SECTION TOTALS Page 25 .1725
ATTACHMENT NO. 2
Contract # VH11614
PUBLIC PROCUREMENT AUTHORITY
MASTER PRICE AGREEMENT
This Master Price Agreement is effective as of the date of the last signature below (the
"Effective Date") by and between the PUBLIC PROCUREMENT AUTHORITY, an Oregon public
corporation under ORS Chapter 190 ("Purchaser") and US Digital Designs, Inc., an Arizona
corporation ("Vendor"). Purchaser and Vendor are sometimes hereinafter referred to collectively as
the "Parties" and individually as a "Party."
RECITALS
WHEREAS, the Vendor is in the business of selling certain Station Alerting Systems and
related products and services, as further described herein; and
WHEREAS, the Vendor desires to sell and the Purchaser desires to purchase certain products
and related services all upon and subject to the terms and conditions set forth herein; and
WHEREAS, Purchaser and Vendor desire to extend the terms of this Master Price
Agreement to benefit other qualified government members of National Purchasing Partners, LLC
dba FireRescue GPO, dba Public Safety GPO, dba Law Enforcement GPO and dba NPPGov;
NOW, THEREFORE, Vendor and Purchaser, intending to be legally bound, hereby agree as
follows:
ARTICLE I - CERTAIN DEFINITIONS
1.1 "Agreement" shall mean this Master Price Agreement, including the main body of
this Agreement and Attachments A-F, including Purchaser's Request for Proposal REP No. 1425
(herein "RFP") and Vendor's Proposal submitted in response to the RFP (herein "Vendor's
Proposal") as referenced and incorporated herein as though fully set forth (sometimes referred to
collectively as the "Contract Documents").
1.2 "Applicable Law(s)" shall mean all applicable federal, state and local laws, statutes,
ordinances, codes, rules, regulations, standards, orders and other governmental requirements of any
kind.
1.3 "Employee Taxes" shall mean all taxes, assessments, charges and other amounts
whatsoever payable in respect of, and measured by the wages of, the Vendor's employees (or
subcontractors), as required by the Federal Social Security Act and all amendments thereto and/or
any other applicable federal, state or local law.
1.4 "EUAA" means an End User Acknowledgement and Agreement hereafter entered
into between Vendor and a Purchaser (other than the Lead Contracting Agency) in a form acceptable
to Vendor in its sole discretion, which shall address, among other issues (i) the warranty applicable
to the Products and Services, (ii) Vendor's retention of its intellectual property rights, (iii) licensing
of Vendor's intellectual property rights to Purchaser, (iv) the terms of installation, technical
specifications, and scope of work, and (v) any other terms and conditions necessary to facilitate and
govern the transaction. A sample EUAA is attached at Attachment F.
1.5 "Intellectual Property" means any and all rights of USDD related to USDD's
products, Software, and Hardware, existing from time to time under patent law, copyright law, trade
secret law, trademark law, unfair competition law, and any and all other proprietary rights, and any
and all derivative works, work product, applications, renewals, extensions and restorations thereof,
now or hereafter in force and effect worldwide.
1.6 "Lead Contracting Agency" shall mean the Public Procurement Authority, which is
the governmental entity that issued the Request for Proposal and awarded this resulting Master Price
Agreement.
1.7 "National Purchasing Partners" or "NPP" is a subsidiary of two nonprofit health care
systems. The Government Division of NPP, herein after referred to as "NPPGov", provides group
purchasing marketing and administrative support for governmental entities within the membership.
NPPGov's membership includes participating public entities across North America.
1.8 "Participating Agencies" shall mean the governmental and non-profit entities (other
than the Lead Contracting Agency) that access and purchase Product and Services through this
Agreement.
1.9 "Products and Services" shall mean the products and/or services to be sold by Vendor
hereunder as identified and described on Attachment A hereto, as may be updated from time to time
by Vendor to reflect products and/or services offered by Vendor generally to its customers.
1.10 "Purchase Order" shall mean any authorized written order for Products and Services
sent by Purchaser to Vendor via mail, courier, overnight delivery service, email, fax and/or other
mode of transmission as Purchaser and Vendor may from time to time agree.
1.11 "Purchaser's Destination" shall mean such delivery location(s) or destination(s) as
Purchaser may prescribe from time to time.
1.12 "Unemployment Insurance" shall mean the contribution required of Vendor, as an
employer, in respect of and measured by, the wages of its employees (or subcontractors) as required
by any applicable federal, state or local unemployment insurance law or regulation.
ARTICLE 2 - AGREEMENT TO SELL
2.1 Vendor hereby agrees to sell to Purchaser such Products and Services as Purchaser
may order from time to time by Purchase Order, all in accordance with and subject to the terms,
covenants and conditions of this Agreement. Purchaser agrees to purchase those Products and
Services ordered by Purchaser by Purchase Order in accordance with and subject to the terms,
covenants and conditions of this Agreement.
2.2 All Purchase Orders issued by Purchaser to Vendor for Products during the term (as
hereinafter defined) of this Agreement are subject to the provisions of this Agreement as though
fully set forth in such Purchase Order. Once issued, Purchaser shall not withdraw its Purchase Order
except as otherwise set forth in this Article. In the event that the provisions of this Agreement
conflict with any Purchase Order issued by Purchaser to Vendor, the provisions of this Agreement
shall govern.
2.3 Purchaser agrees that no Purchase Order issued hereunder shall be binding on Vendor
unless and until the following contingencies ("Contingencies") are satisfied or waived in writing by
Vendor:
2.3.1 The Purchaser and Vendor have entered into an EUAA in a form acceptable
to Vendor in its sole discretion; and
2.3.2 The execution of a separate written contract between Vendor and Purchaser,
in a form acceptable to Vendor in its sole and absolute discretion, for service
and maintenance of the System after expiration of the warranty period for the
Products and Services delivered hereunder (the "Service Agreement").
2.4 Vendor may reject any Purchase Order issued under this Agreement upon written
notice to if at any time it determines, in its sole discretion, that any of the Contingencies have failed
or are unlikely to occur. At any time after the issuance of a Purchase Order, Purchaser may give
Vendor notice of its intent to withdraw the Purchase Order if the Contingencies are not satisfied or
waived within 180 days of the notice. Thereafter, within the 180 day period, Vendor may provide
written notice to Purchaser of (i) its consent to withdrawal of the Purchase Order, or (ii) the
satisfaction or waiver of the Contingencies. If Vendor consents to withdrawal of the Purchase
Order, the Purchase Order shall be deemed withdrawn as of the effective date of Vendor's notice. If
Vendor gives notice of the waiver or satisfaction of the Contingencies, Purchaser shall not withdraw
the Purchase Order. If Vendor fails to give notice of waiver or satisfaction of the Contingencies, the
Purchase Order shall be deemed withdrawn at the expiration of the 180 day period.
2.5 Notwithstanding any other provision of this Agreement to the contrary, the Lead
Contracting Agency shall have no obligation to order or purchase any Products and Services
hereunder and the placement of any Purchase Order shall be in the sole discretion of the
Participating Agencies.
2.6 This Agreement is not exclusive. Vendor expressly acknowledges and agrees that
Purchaser may purchase, at its sole discretion, Products and Services that are identical or similar to
the Products and Services described in this Agreement from any third party. Purchaser expressly
acknowledges and agrees that Vendor may sell, at its sole discretion, Products and Services that are
identical or similar to the Products and Services described in this Agreement to any third party,
including Participating Agencies, either through this Agreement or any other agreement.
2.7 In case of any conflict or inconsistency between the EUAA and the Contract
Documents, the EUAA shall control. In case of any conflict or inconsistency between any of the
Contract Documents, the documents shall prevail and apply in the following order of priority:
(i) This Agreement;
(ii) Vendor's Proposal; and
(iii) The RFP.
2.8 Extension of contract terms to Participating Agencies:
2.8.1 Vendor agrees to extend the same terms, covenants and conditions available to
Purchaser under this Agreement to Participating Agencies that have executed
an Intergovernmental Cooperative Purchasing Agreement ("IGA") as may be
required by each Participating Agency's local laws and regulations, in
accordance with Attachment C. Each Participating Agency will be
exclusively responsible for and deal directly with Vendor on matters relating
to the EUAA, the Service Agreement, and ordering, delivery, inspection,
acceptance, invoicing, and payment for Products and Services in accordance
with the terms and conditions of this Agreement as if it were "Purchaser"
hereunder. Any disputes between a Participating Agency and Vendor will be
resolved directly between them under and in accordance with the laws of the
State in which the Participating Agency exists. Pursuant to the IGA, the Lead
Contracting Agency shall not incur any liability as a result of the access and
utilization of this Agreement by other Participating Agencies.
2.8.2 This Solicitation meets the public contracting requirements of the Lead
Contracting Agency and may not be appropriate under or meet Participating
Agencies' procurement laws. Participating Agencies are urged to seek
independent review by their legal counsel to ensure compliance with all local
and state solicitation requirements.
2.9 Oregon Public Agencies are prohibited from use of products and services offered
under this contract that are already provided by qualified nonprofit agencies for disabled individuals
as listed on the Department of Administrative Service's Procurement List ("Procurement List")
pursuant to ORS 279.835-.855. See www.OregonRehabilitation.org/qrf for more information.
Vendor shall not sell products and services identified on the Procurement List (e.g., reconditioned
toner cartridges) to Purchaser or Participating Agencies within the state of Oregon.
ARTICLE 3 - TERM AND TERMINATION
3.1 The initial contract term shall be for two (2) calendar years from the effective date of
this Agreement ("Initial Term"). Upon termination of the original two (2) year term, this Agreement
shall automatically extend for up to three (3) successive one (1) year periods (each a "Renewal
Term"); provided however, that the Lead Contracting Agency and/or the Vendor may opt to decline
extension of the Master Price Agreement by providing notification in writing at least thirty (30)
calendar days prior to the annual automatic extension anniversary of the original Master Price
Agreement term.
3.2 Either Vendor or the Lead Contracting Agency may terminate this Agreement by
written notice to the other party if the other party breaches any of its obligations hereunder and fails
to remedy the breach within thirty (30) days after receiving written notice of such breach from the
non -breaching party.
3.3 The forgoing terms of this Article apply only between Vendor and the Lead
Contracting Agency. The "Term and Termination" terms as between Vendor and any Participating
Agency may be addressed in the EUAA.
3.4 Termination of this Agreement shall have no effect on any EUAA entered into prior
to such termination. Vendor shall not enter into an EUAA in reliance on this Agreement subsequent
to the termination of this Agreement.
I]RUN [sJ1J�S213Is) I [M 19MI9][41WNMMILugY1M►I MMYI_ MYNAMI
4.1 Purchaser shall pay Vendor for all Products and Services ordered and delivered in
compliance with the terms and conditions of this Agreement at the pricing specified for each such
Product and Service on Attachment A, plus actual shipping costs. The pricing schedule set forth on
Attachment A hereto shall remain fixed for the Term of this Agreement.
4.2 Vendor shall submit original invoices to Purchaser in form and substance and format
reasonably acceptable to Purchaser. All invoices must reference the Purchaser's Purchase Order
number, contain an itemization of amounts for Products and Services purchased during the
applicable invoice period and any other information reasonably requested by Purchaser, and must
otherwise comply with the provisions of this Agreement. Invoices shall be addressed as directed by
Purchaser. Additional invoicing terms may be addressed in the EUAA.
4.3 Unless otherwise specified, Purchaser is responsible for any and all applicable sales
taxes. Attachment A or Vendor's Proposal (Attachment D) or the EUAA shall specify any and all
other taxes, costs, and duties of any kind which Purchaser is required to pay with respect to the sale
of Products and Services covered by this Agreement and all charges for packing, packaging and
loading.
4.4 Price reductions or discount increases may be offered at any time during the contract
term and shall become effective upon notice of acceptance from Purchaser.
4.5 Subject to Attachments A and F herein, Vendor shall offer delivery and/or shipping
costs prepaid FOB at Purchaser's Destination. If there are handling fees, these also shall be
included in the pricing. All shipping costs prepaid by Vendor shall be itemized and included in
Vendor's invoices and payable by Purchaser.
4.6 Unless otherwise directed by Purchaser for expedited orders, Vendor shall utilize
such common carrier for the delivery of Products and Services as Vendor may select; provided,
however, that for expedited orders Vendor shall obtain delivery services hereunder at rates and terms
not less favorable than those paid by Vendor for its own account or for the account of any other
similarly situated customer of Vendor.
4.7 Vendor shall have the risk of loss of or damage to any Products until passage of title
to Purchaser. Purchaser shall have the risk of loss of or damage to the Products after title has passed
to Purchaser. Title passes to Purchaser upon delivery of Products to Purchaser's Destination.
ARTICLE 5 — INSURANCE
5.1 During the term of this Agreement, Vendor shall maintain at its own cost and expense
(and shall cause any subcontractor to maintain) insurance policies providing insurance of the kind
and in the amounts generally carried by reasonably prudent manufacturers in the industry, with one
or more reputable insurance companies licensed to do business in Oregon and any other state or
jurisdiction where Products and Services are sold hereunder. Such certificates of insurance shall be
made available to the Lead Contracting Agency upon 48 hours notice. BY SIGNING THE
AGREEMENT PAGE THE VENDOR AGREES TO THIS REQUIREMENT AND FAILURE TO
MEET THIS REQUIREMENT WILL RESULT IN CANCELLATION OF THIS MASTER PRICE
AGREEMENT.
5.2 All insurance required herein shall be maintained in full force and effect until all
work or service required to be performed under the terms of this Agreement is satisfactorily
completed and formally accepted. Any failure to comply with the claim reporting provisions of the
insurance policies or any breach of an insurance policy warranty shall not affect coverage afforded
under the insurance policies to protect the Public Procurement Authority. The insurance policies may
provide coverage that contains deductibles or self -insured retentions. Such deductible and/or self -
insured retentions shall not be applicable with respect to the coverage provided to the Public
Procurement Authority under such policies. Vendor shall be solely responsible for the deductible
and/or self -insured retention.
5.3 Vendor shall carry Workers' Compensation insurance to cover obligations imposed
by federal and state statutes having jurisdiction over Vendor's employees engaged in the
performance of the work or services, as well as Employer's Liability insurance. Vendor waives all
rights against the Lead Contracting Agency and its agents, officers, directors and employees for
recovery of damages to the extent these damages are covered by the Workers' Compensation
insurance obtained by Vendor pursuant to this agreement.
5.4 Insurance required herein shall not be permitted to expire, be canceled, or materially
changed without thirty -days (30-days) prior written notice to the Lead Contracting Authority.
5.5 The forgoing terms of this Article apply only between Vendor and the Lead
Contracting Agency. Insurance required by any Participating Agency may be addressed in the
EUAA.
ARTICLE 6 — INDEMNIFICATION AND HOLD HARMLESS
6.1 Vendor agrees that it shall indemnify, defend and hold harmless Lead Contracting
Agency, its respective officials, directors, employees and agents (collectively, the "Indemnitees")
from and against any and all damages, claims, losses, expenses, costs, obligations and liabilities
(including without limitation reasonable attorney's fees), suffered directly or indirectly by any of the
Indemnitees by reason of, or arising out of, (i) any breach of any covenant, representation or
warranty made by Vendor in this Agreement, (ii) any failure by Vendor to perform or fulfill any of
its obligations, covenants or agreements set forth in this Agreement, (iii) the negligence or
intentional misconduct of Vendor, any subcontractor of Vendor, or any of their respective employees
or agents, (iv) any failure of Vendor, its subcontractors, or their respective employees to comply
with any Applicable Law, (v) any litigation, proceeding or claim by any third party relating in any
way to the obligations of Vendor under this Agreement or Vendor's performance under this
Agreement, (vi) any Employee Taxes or Unemployment Insurance, or (vii) any claim alleging that
the Products and Services or any part thereof infringe any third party's U.S. patent, copyright,
trademark, trade secret or other intellectual property interest. Such obligation to indemnify shall not
apply where the damage, claim, loss, expense, cost, obligation or liability is due to the breach of this
Agreement by, or negligence or willful misconduct of Lead Contracting Agency or its officials,
directors, employees, agents or contractors. The indemnity obligation set forth herein shall be limited
to the amounts available and ultimately collected on the insurance policies required to be carried by
Vendor under Article 5. The indemnity obligations of Vendor under this Article shall survive the
expiration or termination of this Agreement for two years.
6.2 LIMITATION OF LIABILITY: IN NO EVENT SHALL EITHER PARTY BE
LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR
EXEMPLARY DAMAGES IN CONNECTION WITH OR ARISING OUT OF THIS
AGREEMENT, INCLUDING, BUT NOT LIMITED TO, DAMAGES FOR INJURIES TO
PERSONS OR TO PROPERTY OR LOSS OF PROFITS OR LOSS OF FUTURE BUSINESS OR
REPUTATION, WHETHER BASED ON TORT OR BREACH OF CONTRACT OR OTHER
BASIS, EVEN IF IT HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES.
ARTICLE 7 — WARRANTIES
Purchaser shall refer to Vendor's Proposal for all Vendor and manufacturer express
warranties, as well as those warranties provided under Attachment B herein.
ARTICLE 8 - RESERVED
ARTICLE 9 — RESERVED
ARTICLE 10 - COMPLIANCE WITH LAWS
10.1 Vendor agrees to comply with all Applicable Laws and, at Vendor's expense, secure
and maintain in full force during the term of this Agreement, all licenses, permits, approvals,
authorizations, registrations and certificates, if any, required by Applicable Laws in connection with
the performance of its obligations hereunder. At Purchaser's request, Vendor shall provide to
Purchaser copies of any or all such licenses, permits, approvals, authorizations, registrations and
certificates.
10.2 Purchaser has taken all required governmental action to authorize its execution of this
Agreement and there is no governmental or legal impediment against Purchaser's execution of this
Agreement or performance of its obligations hereunder.
ARTICLE 11— PUBLICITY / INTELLECTUAL PROPERTY AND LICENCE
11.1 No news releases, public announcements, advertising materials, or confirmation of
same, concerning any part of this Agreement or any Purchase Order issued hereunder shall be issued
or made without the prior written approval of the Parties. Neither Party shall in any advertising, sales
materials or in any other way use any of the names or logos of the other Party without the prior
written approval of the other Party.
11.2 Purchaser hereby agrees and acknowledges that USDD owns all rights, title, and
interest in and to the Intellectual Property. Purchaser agrees to not remove, obscure, or alter
USDD's or any third party's copyright notice, trademarks, or other proprietary rights notices affixed
to or contained within or accessed in conjunction with or through USDD's products. Nothing herein
shall be deemed to give, transfer, or convey to Purchaser any rights in the Intellectual Property other
than the license to use the Software, as set forth below.
11.3 At all times that Purchaser is in compliance with the terms of this MPA and any
applicable EUAA, Purchaser shall have a non-exclusive, non -transferable, fully paid license to use
the Software in conjunction with the Products and Services.
ARTICLE 12 - RIGHT TO AUDIT
Subject to Vendor's reasonable security and confidentiality procedures, Purchaser, or any
third party retained by Purchaser, may upon prior reasonable notice to Vendor, during normal
business hours, audit the books, records and accounts of Vendor to the extent that such books,
records and accounts pertain to the sale of any Products and Services hereunder or otherwise relate
to the performance of this Agreement by Vendor. Vendor shall maintain all such books, records and
accounts in the ordinary course of its business. All such audits shall be at the expense and risk of
Purchaser and take place on site at USDD's primary place of business, or at such other reasonably
convenient location determined in USDD's sole discretion. In addition to all other sums payable
under this Agreement, Purchaser shall pay Vendor for all costs, labor, office space and materials
provided to Purchaser by Vendor in connection with any Audit (collectively "Audit Costs"). Labor
rates shall be Vendor's then current list rates without discount. Costs, office space, and materials
shall be priced at Vendor's cost plus 20%. Audit Costs shall be invoiced and paid as provided in
Article 4 and Purchaser shall be solely responsible for issuing any purchase orders, PO numbers, or
other authorizations necessary to facilitate such payment. Audit Costs shall include any and all time
spent and costs or fees incurred in processing and collecting such payment. The Purchaser's right to
audit under this Article 12 shall survive the expiration or termination of this Agreement for a period
of three (3) years after the date of such expiration or termination.
ARTICLE 13 - REMEDIES
Except as otherwise provided herein, any right or remedy of Vendor or Purchaser set forth in
this Agreement shall not be exclusive, and, in addition thereto, Vendor and Purchaser shall have all
rights and remedies under applicable law, including without limitation, equitable relief. The
provisions of this Article shall survive the expiration or termination of this Agreement.
ARTICLE 14 - RELATIONSHIP OF PARTIES
Vendor is an independent contractor and is not an agent, servant, employee, legal
representative, partner or joint venturer of Purchaser. Nothing herein shall be deemed or construed
as creating a joint venture or partnership between Vendor and Purchaser. Neither Party has the
power or authority to bind or commit the other.
ARTICLE 15 - NOTICES
All notices required or permitted to be given or made in this Agreement shall be in writing.
Such notice(s) shall be deemed to be duly given or made if delivered by hand, by certified or
registered mail or by nationally recognized overnight courier to the address specified below:
If to Lead Contracting Agency:
Public Procurement Authority
25030 SW Parkway Ave.
Suite 330
Wilsonville OR 97070
ATTN: Heidi Arnold
If to Vendor:
US DIGITAL DESIGNS, INC.
1835 E. Sixth Street, Suite 27
Tempe, Arizona 85281
ATTN: Maribeth Kascht
Either Party may change its notice address by giving the other Party written notice of such change in
the manner specified above. This Article is applicable only between Vendor and the Lead
Contracting Agency. Notice terms between any Participating Agency and Vendor may be addressed
in the EUAA.
ARTICLE 16 - FORCE MAJEURE
Except for Purchaser's obligation to pay for Products and Services delivered, delay in
performance or non-performance of any obligation contained herein shall be excused to the extent
such failure or non-performance is caused by force majeure. For purposes of this Agreement, "force
majeure" shall mean any cause or agency preventing performance of an obligation which is beyond
the reasonable control of either Party hereto, including without limitation, fire, flood, sabotage,
shipwreck, embargo, strike, explosion, labor trouble, accident, riot, acts of governmental authority
(including, without limitation, acts based on laws or regulations now in existence as well as those
enacted in the future), acts of nature, and delays or failure in obtaining raw materials, supplies or
transportation. A Party affected by force majeure shall promptly provide notice to the other,
explaining the nature and expected duration thereof, and shall act diligently to remedy the
interruption or delay if it is reasonably capable of being remedied.
ARTICLE 17 - WAIVER
No delay or failure by either Party to exercise any right, remedy or power herein shall impair
such Party's right to exercise such right, remedy or power or be construed to be a waiver of any
default or an acquiescence therein; and any single or partial exercise of any such right, remedy or
power shall not preclude any other or further exercise thereof or the exercise of any other right,
remedy or power. No waiver hereunder shall be valid unless set forth in writing executed by the
waiving Party and then only to the extent expressly set forth in such writing.
ARTICLE 18 - PARTIES BOUND; ASSIGNMENT
This Agreement shall inure to the benefit of and shall be binding upon the respective
successors and assigns of the Parties hereto, but it may not be assigned in whole or in part by Vendor
without prior written notice to Purchaser. Notwithstanding the foregoing, Vendor may subcontract
any installation services to one or more of its USDD certified installers. Vendor shall not delegate
its duties under this Agreement nor assign monies due or to become due to it hereunder without prior
written consent of Purchaser. Purchaser may freely assign this Agreement to an instrumentality
thereof or to a third party responsible for administering this Agreement on behalf of Purchaser.
ARTICLE 19 - SEVERABILITY
To the extent possible, each provision of this Agreement shall be interpreted in such a
manner as to be effective and valid under applicable law. If any provision of this Agreement is
declared invalid or unenforceable, by judicial determination or otherwise, such provision shall not
invalidate or render unenforceable the entire Agreement, but rather the entire Agreement shall be
construed as if not containing the particular invalid or unenforceable provision or provisions and the
rights and obligations of the Parties shall be construed and enforced accordingly.
ARTICLE 20 - INCORPORATION• ENTIRE AGREEMENT
20.1 All the provisions of the Attachments hereto are hereby incorporated herein and
made a part of this Agreement.
20.2 This Agreement (including Attachments and Contract Documents hereto)
constitutes the entire agreement of the Parties relating to the subject matter hereof and supersedes
any and all prior written and oral agreements or understandings relating to such subject matter.
ARTICLE 21 - HEADINGS
Headings used in this Agreement are for convenience of reference only and shall in no way
be used to construe or limit the provisions set forth in this Agreement.
ARTICLE 22 - MODIFICATIONS
This Agreement may be modified or amended only in writing executed by Vendor and the
Lead Contracting Agency. The Lead Contracting Agency and each Participating Agency contracting
hereunder acknowledge and agree that any EUAA entered into in connection with any Purchase
Order hereunder shall constitute a modification of this Agreement as between the Vendor and the
Participating Agency executing the EUAA. Any EUAA or other modification of this Agreement as
between Vendor and any Participating Agency shall not be deemed a modification of this Agreement
for the benefit of the Lead Contracting Agency or any other Participating Agency.
ARTICLE 23 - GOVERNING LAW
This Agreement shall be governed by and interpreted in accordance with the laws of the state
of Oregon or, in the case of a Participating Agency's use of this agreement, the laws of the state in
which the Participating Agency exists, without regard to its choice of law provisions.
ARTICLE 24 - COUNTERPARTS
This Agreement may be executed in counterparts all of which together shall constitute one
and the same Agreement.
AauA Aupst 21 2015
ATTACHMENT A
to Master Price Agreement by and between VENDOR and PURCHASER.
PRODUCTS SERVICES SPECIFICATIONS AND PRICES
I:\Ai11C1
Ir14lA IWLI -111: IJ1NJI-Ill
Percentage (%) off
List Price*
(OR fixed price if % off
pricing is not available)
Dispatch Center Equipment 10%off all
Item 1. Communications Gateway Pair(G21GW) Dispatch Center
Item 2. G2 Gateway Audio Serial Interface (GaSI) Equipment
Item 3. HDTV Remote Module (TVR)
Item 4. G2 Light Tower Interface (LT1)
Fire Station Equipment Item
1. G2 Voice Alert (VA)
Item 2.
G2 Mobile FSAS App (G2IAPPIDL)
Item 3.
G2 ATX Station Controller (ATX)
Item 4.
Rack Mount Ears (ATXIE)
Item 5.
Base Plate (ATXIP)
Item 6.
ATX Expansion Kit (ATXIEXP)
Item 7.
Audio Extension Module (AUDIEXT)
Item 8.
Fiber LAN Module (2) (FIBILANIKIT)
Item 9.
G2 Room Remote Module (RR)
Item 10. RR Trim Plate, for Flush Mount (RRITP)
Item 11. RR Back Straps — for solid wall flushimounting (RRIBS)
Item 12. RR Back Box, for solidlwall flush mounting (RRIBB)
Item 13. G2 Message Remote Module (MR)
Item 14. G2 Sign Remote Module (SR)
Item 15. G2 HDTV Remote Module (TVR)
Item 16. G2 Message Sign, Digital LED (GammaSign) (MSIG)
Item 17. G2 Message Sign, Digital LED (Beta Brite) (MSIB)
Item 18. MS Adapter Plate, Vesa 100 (MSIADPTIV100)
Item 19, MS TielStraps (pair) joins two MSs (MSIADPTISTRP)
Item 20. MS Mount —Articulating Std. reach (MSIM NTIARTIS)
Item 21. MS Mount —Articulating Long reach (MSIMNTIARTIL)
Item 22. MS Mounts —X2 Armt, Artic., Long (MSIMNTIARTILX2)
Item 23. G2 Double MS Kit (MR, 901deg Mount, x2MS) (MSIX2K)
Item 24. G2 1/0 Remote w/8 in & out (IOR)
10% off all
Fire Station Equipment
Item 25, G2 Strobe Light / Red LED (STR)
Item 26. G2 Color Indicator Remote— up to 8 unique colors (CIR)
Item 27. Push Button, standard (black) (PBIB)
Item 28. Push Button, Emergency (red) (PBIR)
Item 29. Audio Amplifier, external, standard (AMP)
Item 20. Speaker—APP/Weatherized (A25), Surface 70v (SPKIWISM)
Item 21. Speaker —standard flush mount, 80/70v (S86) (SPKISTDIFM)
Item 22. Speaker —surface mount (MB) 80/70v (SPKISTDISM)
Item 23. G2 LED speaker— Flush Mount 8O/70v (SPKILEDIFM)
Item 24. G2 LED speaker —Surface Mount (MB) 80/70v (SPKILEDISM)
Item 25. Transformer, 8ohm to 70v, external (XFMR)
Item 27. ATX UPS, standard (UPSISTD)
Item 28. UPS Extended Runtime battery (UPSIEXT)
Labor Services
10% off hourly rates
• Project Management
• Engineering Services
• Installation
Support Services
Maintenance Services (applicable only during Warranty Period to items NOT
10% off hourly rates
covered under Warranty —discount does not apply to post -warranty Service
Agreement)
The same terms, conditions and pricing of this Agreement may be extended to
Participating Agencies. In the event the terms of this Agreement is extended to
Participating Agencies, each Participating Agency shall be solely responsible for the
ordering of goods and services under this Agreement. The Lead Contracting Agency
shall not be liable in any fashion for any violation by a Participating Agency, and the
Participating Agency shall hold Lead Contract Agency harmless from any liability that
may arise from action or inaction of the Participating Agency.
ATTACHMENT B
to Master Price Agreement by and between VENDOR and PURCHASER.
ADDITIONAL SELLER WARRANTIES NOT INCLUDED IN PROPOSAL
To the extent possible, Vendor will make available all warranties from third party manufacturers
of Products not manufactured by Vendor, as well as any warranties identified in this Agreement
and Vendor's Proposal.
14
ATTACHMENT C
to Master Price Agreement by and between VENDOR and PURCHASER.
PARTICIPATING AGENCIES
The Lead Contracting Agency in cooperation with National Purchasing Partners entered
into this Agreement on behalf of other government agencies that desire to access this Agreement
to purchase Products and Services. Vendor must deal directly with any Participating Agency
concerning the EUAA, Service Agreement, placement of orders, issuance of the purchase orders,
contractual disputes, invoicing, and payment. The Lead Contracting Agency shall not be held
liable for any costs, damages, etc., incurred by any Participating Agency.
Any subsequent contract entered into between Vendor and any Participating Agency shall
be construed to be in accordance with and governed by the laws of the state in which the
Participating Agency exists. Each Participating Agency is required to execute an
Intergovernmental Cooperative Purchasing Agreement ("IGA"), as set forth on the NPPGov web
site, www.npp og v.com, www.firerescue-gpo.com, and www.lawenforcementgpo.com. The IGA
allows the Participating Agency to purchase Products and Services from the Vendor in
accordance with each Participating Agency's legal requirements as if it were the "Purchaser"
hereunder. Any references in this Agreement to the Lead Contracting Agency shall not apply to
any subsequent contract entered into between Vendor and any Participating Agency.
15
ATTACHMENT D
to Master Price Agreement by and between VENDOR and PURCHASER.
Vendor's Proposal
(The Vendor's Proposal is not attached hereto.)
(The Vendor's Proposal is incorporated herein.)
16
ATTACHMENT E
to Master Price Agreement by and between VENDOR and PURCHASER.
Purchaser's Request for Proposal
(The Purchaser's Request for Proposal is not attached hereto.)
(The Purchaser's Request for Proposal is incorporated herein.)
17
ATTACHMENT F
to Master Price Agreement by and between VENDOR and PURCHASER.
Form End User Aelmowledgement and Agreement
18
US DIGITAL DESIGns
END USER'S ACKNOWLEDGMENT AND AGREEMENT
This End User's Acknowledgment and Agreement ("EUAA") is made by and between US Digital Designs,
Inc. ("USDD"), with its principal place of business at 1835 East Sixth Street, Suite 27, Tempe, Arizona
85281 and the following entity ("End User"):
[End User]
[division or department]
[Contact person]
[address]
[address]
[phone numbers]
[email address]
Recitals
a. The Public Procurement Authority ("PPA"), a subdivision of the State of Oregon, issued its
Request for Proposal # 1425 ("RFP").
b. USDD submitted its response to the REP on December 8, 2014.
c. The PPA issued a Notice of Award on March 6, 2015.
d. The PPA and USDD entered into a Master Price Agreement dated ("MPA") for the
purchase of USDD "Products" and "Services" (as defined below), which agreement is made
available by its terms for use by End User.
e. End User has or intends to issue a Purchase Order to USDD under the terms of the MPA for the
acquisition of USDD Products and Services.
f. USDD's obligation to perform under the MPA is contingent, in part, on USDD's receipt of End
User's acknowledgement and agreement regarding (i) the "Warranty" (as defined below), (ii)
USDD's retention of all rights to its "Intellectual Property" (as defined below), (iii) the software
license set forth herein, (iv) the terms of installation, technical specifications, and scopes of work,
and (v) other terms and conditions necessary to facilitate and govern the transaction (collectively
"Contingencies"). This EUAA is intended to provide that acknowledgement and agreement.
19
g. End User desires to purchase the Products and Services described in the "Quote" (as defined
below) through the MPA and in accordance with the provisions of this EUAA.
Therefore, in order to satisfy the Contingencies and facilitate the transaction, and for other good and
valuable consideration, the receipt and sufficiency of which is hereby acknowledged, USDD and End User
hereby agree as follows:
1. Definitions. For purposes of this EUAA, the following terms shall have the following meanings:
a, "Additional Services" means any and all services performed by USDD at the instruction
or request of End User through its authorized personnel, including any Engineering
Services, that are not specifically included in the "Scope of Work" (as defined below).
b. "Communications Gateway" means the pair of redundant servers used as the master
communications hub for the System as set forth in the Quote.
c. "Dispatch Customer" means any fire district, department, station, or other agency for
which End User provides dispatch services.
d. "Engineering Services" means engineering or project management services performed by
USDD's employees, agents or contractors directly related to planning and documenting
the layout, design, project schedule, installation, and functionality of the System as a
whole and at each individual installation site.
e. "GaSi Audio Interface" means the proprietary USDD VoiceAlert Radio Hardware
component integrated into the Communications Gateway.
f. "Hardware" means a physically tangible electro-mechanical system or sub -system and
associated documentation provided to End User by USDD, provided however, that
Hardware shall not include any televisions, monitors, iPads or computer tablets
manufactured by third parties.
g. "Intellectual Property" means any and all rights of USDD related to USDD's products,
Software, and Hardware, existing from time to time under patent law, copyright law,
trade secret law, trademark law, unfair competition law, and any and all other proprietary
rights, and any and all derivative works, work product, applications, renewals, extensions
and restorations thereof, now or hereafter in force and effect worldwide.
h. "Products" means the Hardware, Software and other tangible goods, equipment, supplies
and components included in the Quote.
i. "Quote" means the document attached as Exhibit C.
j. "Scope of Work" means the document attached at Exhibit B. Scope of Work excludes
any goods or services to be provided under the Service Agreement. The Scope of Work
applies only to the Products and Services included in the Quote.
k. "Service Agreement" means the document attached as Exhibit D.
1. "Services" means the installation, configuration, startup, testing, training, and other
services set forth in the Scope of Work as limited by the Quote.
in. "Software" means software programs, including embedded software, firmware,
executable code, linkable object code, and source code, including any updates,
20
modifications, revisions, copies, documentation, and design data that are licensed to End
User by USDD under this Agreement.
n. "Station Controller" means the CPU and related computer components (whether USDD's
ATX or ATU model) to be installed at each fire station as described in the Quote.
o. "System" means all hardware and Software purchased by End User through the MPA or
directly from USDD under any contract, purchase order, or arrangement that is used
exclusively by End User as part of its fire station alerting system, including without
limitation the "POCS" (as defined below), provided however, that the term "System"
specifically excludes any components, hardware, or software provided by third parties,
including without limitation End User's computers, lap tops, computer peripherals,
monitors, televisions, routers, switches, operating systems, computer programs,
applications, intemet and network connections, and any other parts or items not provided
to End User directly by USDD. System also excludes any consumer electronics
purchased through USDD (such as televisions purchased for use as monitors or signs,
iPads, computer tablets, monitors and like merchandise).
p. "VoiceAtert Radio" means the Software that controls the GaSi Audio Interface and
functionality of the optional radio alert system.
q. "Warranty" means the New System Warranty attached as Exhibit E
Undefined technical terms, specifications and acronyms used throughout this EUAA shall have the
meanings generally attributed to them in the fire station alerting industry.
2. Products and Services. Upon receipt of a Purchase Order ("PO") from End User for Products
and Services described in the Quote, USDD will provide the Products and perform the Services pursuant to
the terms of the this EUAA and the MPA. The Quote is subject to correction for errors and omissions,
including the omission of any excise, use, or transaction levy, use fees, access fees, programs fees, audit
fees, or other costs or reductions to the purchase price imposed by any code, statute, rule, regulation,
executive order or program not specifically included as a line item in the Quote. Upon delivery to End
User's site, End User shall bear all risk of loss or damage to any Products occurring thereafter.
3. Invoices and Payment.
a. All Products and Services identified in the Quote are being purchased by End User
through the MPA.
b. USDD shall invoice End User directly for (i) any Products and Services delivered to or
performed for End User (ii) all Additional Services, and (iii) all Products provided to End
User that are not identified in the Quote on a monthly basis. All invoices shall be due
and payable within thirty days of receipt in United States currency, free of exchange, or
any other charges.
c. Invoices unpaid for 30 days are subject to interest at 18% per annum.
4. Design and Installation Services.
a. Within 30 days after the execution of this EUAA or USDD's receipt of End User's PO,
whichever is later, the parties shall participate in a project meeting at a place and in a
manner as shall be reasonably convenient ("Project Meeting"). End User will use its best
efforts to have all necessary representatives of its Dispatch Customers present at the
Project Meeting.
21
b. Either party may elect to participate in the Project Meeting remotely via video or
telephone conference.
e. USDD will provide a proposed project schedule for discussion at that time or otherwise
consult with End User and its Dispatch Customers regarding development of a project
schedule.
d. Thereafter, USDD and End User will collaborate to plan and document the layout, and
installation protocols for each individual installation site and finalize the project schedule
(collectively the "Design Phase") consistent with the Quote and the Statement of Work.
[Alternate Language — if cost of installation is unknown — strike paragraph d above and insert
following]
e. Thereafter, USDD and End User will collaborate to plan and document the Products,
layout, and installation protocols for each individual installation sight and finalize the
project schedule (collectively the "Design Phase").
f. As part of the Design Phase, USDD shall obtain bids from one or more of its certified
installation contractors for installation of the Products at each installation site.
g. All bids shall be for a set flat price.
h. USDD shall submit said bids to the End User together with its recommendation for
acceptance ("Bid Recommendation").
i. Unless End User objects in writing to the Bid Recommendation within seven days of its
receipt thereof, USDD may accept the recommended bid and engage the contractor to
perform the Installation.
j. The pricing for the Installation shall be the installation contractor's final bid price
(together with the price of any subsequently approved change orders), plus 15% of the
total cost of the Installation.
k. End User shall issue its authorization to proceed with delivery of the Products and
Services set forth in the Quote within 5 days of completion of the Design Phase,
I. Upon issuance of End User's authorization to proceed, no changes will be made to the
design of the System except upon written change order.
5. Subsequent Purchases. At any time during the term of the MPA, End User may purchase
additional Products and Services, through the MPA, by issuance of a PO incorporating the terms of this
EUAA.
6. Training. Pursuant to a mutually agreed upon schedule, USDD shall provide training as set forth
in the Scope of Work for the price stated in the Quote. Except as otherwise set forth in the Quote, all
additional training provided by USDD shall be charged at the hourly rates applicable under the MPA, plus
reasonable costs and expenses incurred by USDD related to the training. Reasonable costs and expenses
shall include air fare, lodging, meals, ground transportation, shipping, document reproduction, and other
reasonably necessary costs and expenses related to the training. No additional training shall be provided
until the parties have executed an agreement setting forth the scope, cost, and schedule for the additional
training,
7. Acceptance of Station Installation. Upon substantial completion of installation at each fire
station and at the End User's dispatch center, USDD or its subcontractor shall prepare and deliver to End
22
User a written request for End User's acceptance of the installation ("Request for Acceptance"), Upon
presentation of the Request for Acceptance, End User shall inspect the station installation and (i) accept the
installation as presented, or (ii) accept the installation subject to completion of specified tasks necessary for
the installation to comply with the Scope of Work ("Punch List"); or (iii) reject the installation by written
notice to USDD specifically identifying the defects and deficiencies of the installation that are not in
compliance with the Scope of Work ("Rejection Notice"), If End User accepts the installation subject to a
Punch List, the installation shall be deemed materially complete. The Punch List shall specifically identify
each task or item that is not in compliance with the Scope of Work and proposed dates for completion,
which in all instances shall be reasonable, but not less than 10 days. Thereafter, USDD shall address all
Punch List items in a timely and reasonable fashion and the installation shall be deemed complete and
accepted. If End User rejects the installation the Rejection Notice shall specifically identify each defect,
deficiency, task or item that is not in compliance with the Scope of Work and proposed dates for
completion, which in all instances shall be reasonable, but not less than 10 days. Thereafter, USED shall
cause the installation to comply with the Scope of Work and submit a second Request for Acceptance.
8. System Acceptance Testing. Within 60 days of the date the entire System installation is
substantially complete and basic functionality has been demonstrated to the System Administrator, USDD
and End User shall jointly develop a written acceptance testing procedure ("ATP") and commence a test of
the System ("Acceptance Test") consistent with the ATP. The ATP shall be based on the System standards
and criteria set forth in the Scope of Work and the final configuration of the System as actually installed.
Failure of the End User to participate in the development of the ATP and to jointly perform the Acceptance
Test with USED in good faith shall constitute End User's irrevocable acceptance of the System. Upon
successful completion of the Acceptance Test, including correction by USDD of any defects or deficiencies
identified during the Acceptance Test period, End User shall provide USED with a "Certificate of
Completion" in a form acceptable to USDD. If End User believes the Acceptance Test was unsuccessful,
and if End User has complied with all "End User Obligations" (as defined below), End User may within
seven days of the date on which the Acceptance Test is complete, provide USED with written notice
specifying the standards or criteria not met ("Failure Notice"). If within 30 days of the Failure Notice,
USDD has not caused the System to meet the standards and criteria set forth in the Failure Notice, End
User may pursue its remedies under the MPA and this EUAA. Failure of End User to provide a timely
Failure Notice shall constitute End User's irrevocable acceptance of the System.
9. Reserved
10. Warranty. USDD warrants and guarantees its Products and Services subject to the terms and
limitations set forth in the Warranty. The End User's rights and remedies with respect to Products and
Services found to be defective in material or workmanship shall be limited exclusively to the rights and
remedies set forth in the Warranty.
it. Service and Support Option. Upon expiration of the "Warranty Period" (as defined in the
Warranty), End User may elect to purchase certain support and maintenance services on the terms and
conditions set forth in the Service Agreement, executed contemporaneously herewith. Under the terms of
the Service Agreement End User shall have four one-year options to purchase certain support and
maintenance services directly from USDD (each a "Service Option"), The compensation to be paid to
USDD under the Service Agreement is the "Annual Fee" (as defined in the Service Agreement). USED
may invoice End User for the Annual Fee as set forth in the Service Agreement. End User shall have no
obligation to pay the invoice for the Annual Fee unless it elects to exercise its Service Option as set forth in
the Service Agreement. After the expiration of the Warranty Period, USDD shall have no obligation to
provide the services set forth in the Service Agreement unless and until End User exercises the Service
Option and pays the Annual Fee. The "Lead Contracting Agency" (as defined in the MPA) is not a party to
the Service Agreement. The Service Agreement is a separate contract entered into directly between USDD
and End User and is not in any way part of or governed by the MPA.
12. Intellectual Property. End User hereby agrees and acknowledges that USDD owns all rights,
title, and interest in and to the Intellectual Property. End User agrees to not remove, obscure, or alter
USDD's or any third party's copyright notice, trademarks, or other proprietary rights notices affixed to or
23
contained within or accessed in conjunction with or through USDD's products. Nothing herein shall be
deemed to give, transfer, or convey to End User any rights in the Intellectual Property other than the license
to use the Software, as set forth below.
13. License. At all times that End User is in compliance with the terms of this EUAA and the MPA,
End User shall have a non-exclusive, non -transferable, fully paid license to use the Software in conjunction
with the System.
14. Insurance.
a.USDD shall purchase and maintain such insurance as required below for claims which may arise
out of or result from, USDD's operations under this Agreement, whether such operations
are by USDD or by any subcontractor, or by anyone directly employed by them, or by
anyone for whose acts or omissions anyone of them may be liable.
b. USDD shall secure the following coverages and comply with all provisions noted.
Certificates of Insurance shall be issued evidencing such coverage to the End User
throughout the term of this Agreement:
Commercial General Liability Insurance with limits of $1,500,000 per occurrence,
$2,000,000 general aggregate, $2,000,000 products and completed operations total
limit, and $1,500,000 personal injury and advertising liability.
ii. Workers' Compensation and Employer's Liability with Workers' Compensation
limits as required by [enter End User's State] and Employer's Liability limits of
$500,000/$500,000/$500,000.
C. USDD has or shall submit the Certificates of Insurance evidencing coverage as specified
above. Notwithstanding the foregoing, if after submission of the Certificate of Insurance End User
authorizes USDD or its contractors to proceed with the performance of this Agreement, it shall be
conclusively presumed and determined that the insurance described in the Certificates of Insurance is in full
compliance with the requirements set forth above, and such requirements shall be deemed revised and
amended to require only the coverages provided in the Certificate of Insurance. These terms are effective
and shall be controlling whether the Certificate of Insurance is provided before or after the date of this
EUAA.
15. End User Point of Contact. End User shall assign a single natural person to manage the
installation and administration of the System (the "System Administrator"). End User shall provide USDD
with written notice of such assignment prior to the first Project Meeting. End User shall provide written
notice to USDD of any change of System Administrator, The System Administrator shall have the
principal responsibility of overseeing and managing this EUAA on behalf of End User and shall be the
primary point of contact for End User. End User will ensure that the System Administrator is reasonably
available to USDD and USDD may rely on the direction of the System Administrator in performing its
duties hereunder, including without limit, direction to provide Additional Services.
16. End User Obligations. End User, either directly or through a third party, shall take and perform
(and shall cause its Dispatch Customers to take and perform) all reasonable action necessary to facilitate
USDD's performance of the Services hereunder. Without limiting the foregoing, End User shall be
responsible for the following:
a. The provision of VPN or other means for remote access to the System for installation,
testing, and remote access support;
24
b. The procurement and/or provision of all computers, peripherals, and consumables
(collectively "End User Equipment"), including printer paper, toner and ink necessary for
the installation, testing and functionality of the System;
c. For each "Communications Gateway" location, End User shall:
i. Provide rack or cabinet space of at least 2 RU for the installation of the
Communications Gateway server pairs;
ii. Provide 2 15A/120V AC outlets for Communications Gateways within 4' of
Communications Gateway installation location, preferably on a UPS/generator
circuit;
iii. Provide 3 10/100 BASET LAN ports for Communications Gateways, which
must have connectivity to the End User's CAD system interface server for the
station alerting interfaces, and connectivity to the fire station networks for
station alerting;
iv. Provide 3 CATS patch cables from LAN ports to Communications Gateway
installation location;
v. Prior to shipment of any Products, assign 4 IP addresses on the network where
the Communications Gateways will reside, and provide the addresses to USDD,
together with the subnet mask and default gateway address (two IP addresses are
for physical Communications Gateways, one IP address is for the active
Communications Gateway, and one IP address is for the Spider IF KVM); and
vi. Provide VPN access to the 4 IP addresses assigned to the Communications
Gateways (access will be required for SSH (22), HTTP (80), and HTTPS (443));
d. Provide the voice and data radio system, data network infrastructure, CAD system and
CAD interface (on the CAD system itself), dispatch computers with current version web
browser, and personnel skilled in End User's radio and data systems;
e. If End User purchases the VoiceAlert Radio connections option, for the Communications
Gateway to radio system connection, End User shall:
i. Procure and install radio control station(s) or radio console(s), if necessary, and
integrate with existing radio system, which must have PTT input, audio input,
and COR output for fill System functionality;
ii. Provide any third party console software licenses as necessary;
iii. Provide network access from Communications Gateways to radio consoles, if
necessary;
iv. Provide 1 10/10013ASET LAN port for the USDD GaSi Audio Interface, which
must have connectivity to the Communications Gateways;
v. Provide I CAT5 patch cable from LAN port to USDD GaSi Audio Interface
installation location; and
vi. Provide 1 IP address, subnet mask and default gateway address for the GaSi
Audio Interface;
f. At each ATX or ATU Station Controller installation site, End User shall:
25
i. Provide mounting location for Station Controller;
ii. Provide 115A/120V AC outlet within 4' of the Station Controller location
preferably on a Generator circuit;
iii. Provide mounting location for Station Controller UPS, if necessary;
iv. Provide 1 10/100 BASET LAN connection within 6' of the Station Controller
from station LAN with 2-way TCP/IP and UDP/IP connectivity to
Communications Gateway network (dispatch center or computer equipment
location);
v. Provide 1 IP address, subnet mask, and default gateway for each station
location;
vi. Provide VPN access to the IP addresses assigned to the Station Controllers,
which must provide access for SSH (22), HTTP (80), and HTTPS (443);
vii. Provide connection to 70 volt speaker system if existing speaker system is to be
used;
viii. Provide dispatch radio for audio source for dispatch alerting, if necessary; and
is, Provide connections from telephone intercom, secondary dispatch radio, or other
existing audio sources to the Station Controller, if necessary;
g. Any configuration and regular maintenance that is normally undertaken by the user or
operator as described in any operating manuals for the End User Equipment, including
the replacement of UPS batteries as necessary;
h. Providing all reasonable security and bearing all risk of loss or damage to any Products
delivered to, stored at, or installed on End User property;
i. Providing a stable means of data transmission between the Communications Gateway
and each Station Controller serviced by the System necessary for the installation, testing
and functionality of the System; such means of data transmission may include, but is not
limited to, TCP/IP, data modems, leased lines, radios, etc;
j. The correct use of the Products and System in accordance with the manufacturer and
USDD's operating instructions;
k. The security, accessibility, and integrity of the System, End User Equipment, and
installation site; and
1. Performing all duties of "Customer" set forth in the SOW.
17. Termination
a. By End User. If the MPA, any PO, or this EUAA is canceled or terminated by End User
or the Lead Contracting Agency for any reason other than USDD's breach, End User
shall immediately pay USDD for all work in progress, Services rendered, all inventoried
or ordered Products, and all other costs incurred by USDD related to this transaction.
b. By USDD. If End User refuses or fails to perform any of its obligations in accordance
with this EUAA or the MPA, USDD shall provide written notice thereof to End User
("Default Notice"). The Default Notice shall specifically describe the nature of the
26
alleged failure and demand that End User cure such failure within a specified reasonable
time period, which in the event of a failure to make timely payment shall be 10 days, and
in all other events shall not be less than 30 days ("Cure Period"). If End User fails to
cure the failure within the Cure Period, such failure shall be deemed a default under this
EUAA. In such event, USDD shall have the right to terminate this EUAA by written
notice to End User, and End User shall immediately pay USDD for all work in progress,
Services rendered, all inventoried or ordered Products, and all other costs incurred by
USDD related to this transaction.
c. For Failure to Complete Design Phase. If the parties cannot complete the initial
Design Phase within 30 days of the initial Project Meeting, either party may terminate
this EUAA by written notice to the other. In such event, End User shall immediately pay
USDD for all work in progress, services rendered, all inventoried or ordered Products,
and all other costs incurred by USDD related to this transaction.
I8. Assignment. The Parties shall not assign in whole or in part this EUAA without the prior written
consent of the other Party, which consent may not be unreasonably withheld. Notwithstanding the
foregoing, USDD may freely transfer its rights under this EUAA in the event of a sale of all or substantially
all of its assets or stock. Additionally, USDD may subcontract any or all of the Installation and Products
manufacturing.
19. Reserved.
20. Notices. Whenever any provision of this EUAA requires the giving of written notice, it shall be
deemed to have been validly given if delivered (i) in person, (ii) by registered mail, postage pre -paid, (iii)
by a nationally recognized overnight courier service, or (iv) electronically via facsimile copy or email,
provided that the sender obtains confirmation of transmission, to the following:
For the End User:
Name:
Title:
Address:
Fax:
Email:
For USDD:
US Digital Designs, Inc.
Attention: Dominic Magnoni
1835 East 61h Street, Suite 27
Tempe, Arizona 85281
Fax: 480-290-7892
Email: dmagnoni@usdd.com
21. Headings and Usage. The headings, captions, and section numbers contained herein are provided
for convenience only and are not part of the terms of this EUAA. When the context of the words used in
this EUAA indicate that such is the intent, words in the singular shall include the plural, and vice versa, and
the references to the masculine, feminine or neuter shall be construed as the gender of the person, persons,
entity or entities actually referred to require.
22. Waiver. No failure or delay, in any one or more instances, to enforce or require strict compliance
with any term of this EUAA shall be deemed to be a waiver of such tern nor shall such failure or delay be
deemed a waiver of any other breach of any other term contained in this EUAA.
27
23. Execution in Counterparts. This EUAA may be executed in counterparts, all of which taken
together shall be deemed one original. The date of this EUAA shall be the latest date on which any party
executes this EUAA.
24. Entire Agreement. This EUAA contains the entire understanding between the parties, and
supersedes any prior understandings and agreements between or among them with respect to the subject
matter hereof. This EUAA supersedes and replaces the "terms and conditions" section set forth in the
Quote, if any. This EUAA may not be amended, altered, or changed except by the express written
agreement of the parties. The terms of this EUAA shall take precedence over any conflicting terms in any
PO or the MPA.
25. Joint Effort. This EUAA has been drafted through the joint efforts of the parties and shall not be
construed against any party on the basis that such party is the drafter of this EUAA or any term thereof.
The Parties represent and warrant to each other that each Party has had the opportunity to review this
Contract with counsel of its own choosing, that each Party has either reviewed this Contract with counsel or
has elected to forego such review, and that no Party shall deny the validity of this Contract on the grounds
that the Party did not understand the nature and consequences of this Contract or did not have the advice of
counsel.
26. Savings Clause. In the event any part, provision, or term of this EUAA is deemed to be illegal or
unenforceable, this EUAA shall be construed as if such unenforceable part, provision, or tern had not been
included herein. Such illegal or unenforceable part, provision, or term shall be deemed revised to the
extent necessary to cure its defect and such revision and the remainder of the EUAA shall be and remain in
full force and effect.
27. End User Representative. The undersigned representative of End User hereby represents and
warrants that s/he has the authority to bind End User and that the execution, delivery and performance by
End User under this EUAA will not violate the provisions of any law, rule, regulation or policy, and will
not conflict with or result in the breach or termination or constitute a default under any agreement or
instrument to which End User is a party.
28. Incorporation of all Recitals and Exhibits. All recitals, exhibits, addenda, schedules and other
documents referenced herein and attached hereto are hereby fully incorporated and made a part hereof by
this reference as if the terms and content thereof had been fully set forth in the body of this EUAA.
29. Third Party Beneficiaries. Except as otherwise expressly set forth herein, this Contract does not
and is not intended to confer any rights, benefits or remedies upon any person or entity other than the
Parties.
30. Additional Acts and Documents. Each Party hereto agrees to do all such things and take all such
actions and to make, execute and deliver such other documents and instruments as shall be reasonably
requested by the other Party to carry out the provisions, intent and purposes of this Contract.
[End User]: US Digital Designs, Inc.:
By: By:
Name:
Its:
Date: Dar
DOMINIC MAGNONI,
Vice President
28
EXHIBIT A
Reserved
F
EXHIBIT B
Scope of Work
30
EXHIBIT C
Quote
31
EXHIBIT D
Service Agreement
32
EXHIBIT E
Warranty
US DIGITAL DESIGnS
NEW SYSTEM WARRANTY
1. Warranty. Subject to the terms, conditions and limitations contained herein, US Digital Designs,
Inc. ("USDD") warrants that the System shall not contain any material defects and shall function in
material conformity with the descriptions and specifications set forth in the EUAA for a period of 18
months from the final execution date of the EUAA ("Warranty Period"). Capitalized terms used herein and
not specifically defined in this Warranty shall have the meanings set forth in the EUAA.
2. Hardware Defects. If a Hardware defect arises and a valid claim is made within the Warranty
Period, USDD, at its option, will either (1) repair the hardware defect at no charge, using new parts or parts
equivalent to new in performance and reliability or (2) exchange the product with a product that is new or
equivalent to new in performance and reliability and is at least functionally equivalent to the original
product. Any replacement product or part, including a user -installable part that has been installed in
accordance with instructions provided by USDD, shall remain under warranty during the Warranty Period
or for 90 days from the date of repair, whichever is later. When a product or part is exchanged, any
replacement item becomes the End User's property and the replaced item becomes the property of USDD.
Parts provided by USDD in fulfillment of its warranty obligation must be used in the System for which
warranty service is claimed. End User shall be responsible for and bear all risks and costs of shipping any
Hardware to USDD for repair. USDD shall be responsible for and bear all risks and costs of returning any
Hardware to End User after repair or replacement. Replacement Hardware will be returned to End User
configured as it was when the Hardware was originally purchased, subject to applicable updates.
33
3. System Maintenance and Support. During the Warranty Period, USDD shall provide Software
updates and maintenance for the System (collectively the "Support Services"). The Services shall include
the following:
a. Technical phone support Monday through Friday from 08:00 to 17:30 MST, excluding
USDD holidays;
b. Remote access support Monday through Friday from 08:00 to 17:30 MST, excluding
USDD holidays;
C. 24 hour per day telephone access for End User's System Administrator or designee to
USDD's senior staff and engineers in the event of a "Mission Critical Failure" (as defined below); and
it. Updates for all System Software, as and when released by USDD.
4. Claims. Prior to making a Warranty claim or requesting Support Services, End User is
encouraged to review USDD's online help resources. Thereafter, to make a valid claim hereunder, End
User must contact USDD technical support and describe the problem or defect with specificity. The first
such contact must occur during the Warranty Period. USDD's technical support contact information can be
found on USDD's web site at httn//stationalertine com/home(about-usdd(contact-usdd/. End User must
use its best efforts to assist in diagnosing defects, follow USDD's technical instructions, and fully
cooperate in the diagnostic process. Failure to do so shall relieve USDD of any further obligation
hereunder.
5. Mission Critical Failure. "Mission Critical Failure" means a failure in the materials,
workmanship or design of the System that causes any fire station served by the System to be incapable of
receiving dispatches through all communications paths, provided however, that any such failure caused by
operator error, internet or telephony service outages, misuse or neglect of the System or any cause outside
of USDD's direct control does not constitute a Mission Critical Failure. End User's use of Emergency
Support in the absence of a Mission Critical Failure shall constitute Additional Services under the EUAA,
which will be charged at USDD's then current rates.
6. Exclusions and Limitations. USDD's obligations under this Warranty are contingent on the End
User providing USDD with VPN access or other means for remote access to the System for remote
diagnosis. USDD does not warrant that the operation of the System, Hardware, Software, or any related
peripherals will be uninterrupted or error -free. USDD is not responsible for damage arising from End
User's failure to follow instructions relating to the product's use. This Warranty does not apply to any
Hardware or Software not used in conjunction with the System and for its intended purpose. This Warranty
does not apply to monitors or televisions manufactured by third parties. Recovery and reinstallation of
Hardware and user data (including passwords) are not covered under this Warranty. This Warranty does
not apply: (a) to consumable parts, such as batteries, unless damage has occurred due to a defect in
materials or workmanship; (b) to cosmetic damage, including but not limited to scratches, dents and broken
plastic on ports; (c) to damage caused by use with non-USDD products; (d) to damage caused by accident,
abuse, misuse, flood, lightning, fire, earthquake or other external causes; (e) to damage caused by operating
the product outside the permitted or intended uses described by USDD; (f) to damage or failure caused by
installation or service (including upgrades and expansions) performed by anyone who is not a
representative of USDD or a USDD authorized installer or service provider; (g) to a product or part that has
been modified to alter functionality or capability without the written permission of USDD; or (h) if any
serial number has been removed or defaced. If at any time during the Warranty Period, Customer operates
the System in a virtualized environment not provided by USDD or on any server other than dedicated
servers provided by USDD, this Warranty shall not apply to server performance or compatibility with the
remainder of the System. TO THE EXTENT PERMITTED BY LAW, THIS WARRANTY AND
REMEDIES SET FORTH ABOVE ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES,
REMEDIES AND CONDITIONS, WHETHER ORAL OR WRITTEN, EXPRESS OR IMPLIED. AS
PERMITTED BY APPLICABLE LAW, USDD SPECIFICALLY DISCLAIMS ANY AND ALL
IMPLIED WARRANTIES, INCLUDING, WITHOUT LIMITATION, WARRANTIES OF
34
MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE AND WARRANTIES
AGAINST HIDDEN OR LATENT DEFECTS. If USDD cannot lawfully disclaim implied warranties
then to the extent permitted by law, all such warranties shall be limited in duration to the duration of this
express Warranty and to repair or replacement service as determined by USDD in its sole discretion. No
reseller, agent, or employee is authorized to make any modification, extension, or addition to this Warranty.
If any term is held to be illegal or unenforceable, the legality or enforceability of the remaining terms shall
not be affected or impaired. EXCEPT AS PROVIDED IN THIS WARRANTY AND TO THE EXTENT
PERMITTED BY LAW, USDD IS NOT RESPONSIBLE FOR INDIRECT SPECIAL, INCIDENTAL OR
CONSEQUENTIAL DAMAGES RESULTING FROM ANY BREACH OF WARRANTY OR
CONDITION, OR UNDER ANY OTHER LEGAL THEORY, INCLUDING BUT NOT LIMITED TO
LOSS OF USE; LOSS OF REVENUE; LOSS OF THE USE OF MONEY; LOSS OF ANTICIPATED
SAVINGS; LOSS OF GOODWILL; LOSS OF REPUTATION; and LOSS OF, DAMAGE TO OR
CORRUPTION OF DATA. USDD IS NOT RESPONSIBLE FOR ANY INDIRECT LOSS OR
DAMAGE HOWSOEVER CAUSED INCLUDING THE REPLACEMENT OF EQUIPMENT AND
PROPERTY, ANY COSTS OF RECOVERING PROGRAMMING OR REPRODUCING ANY
PROGRAM OR DATA STORED OR USED WITH USDD PRODUCTS, AND ANY FAILURE TO
MAINTAIN THE CONFIDENTIALITY OF DATA STORED ON THE PRODUCT. USDD disclaims any
representation that it will be able to repair any Hardware under this Warranty or make a product exchange
without risk to or loss of the programs or data stored thereon.
35
ATTACHMENT NO. 3
NOTICE OF SOLICITATION
PUBLIC PROCUREMENT AUTHORITY
RFP NUMBER 1425
SOLICITATION FOR: STATION ALERTING
Notice is hereby given sealed proposals will be received by the Public Procurement Authority at the address
listed below, until 5:00 PM PST on December 10, 2014 for STATION ALERTING for the Public
Procurement Authority and government members of National Purchasing Partners across the nation, including
Oregon and Idaho governmental units incorporated by "ATTACHMENT H" of the RFP, WIPHE members
identified in "ATTACHMENT G" of the RFP, as well as government units in all other states. Significant sales
potential exists because the resulting Master Price Agreement for national proposers will include piggy backing
language that will permit use of the Master Price Agreement nationwide without the need for Participating
Agencies to duplicate the formal solicitation process and expend staff resources and funds.
All Proposals must be signed, sealed and addressed to
Mailing Address:
PPA STATION ALERTING RFP #1425
Public Procurement Authority
c/o Heidi Chames
25030 SW Parkway Ave.
Suite 330
Wilsonville, OR 97070
and marked 'RFP NUMBER 1425 FOR STATION ALERTING"
NOTE: THE PUBLIC PROCUREMENT AUTHORITY WILL NOT ACCEPT PROPOSAL ENVELOPES
WITH INSUFFICIENT POSTAGE.
INQUIRIES:
PPA STATION ALERTING RFP #1425
Public Procurement Authority
c/o Heidi Chames
25030 SW Parkway Ave.
Suite 330
Wilsonville, OR 97070
855-524-4572 or questions(a,ProcurementAuthoritv.ore
NOTE: PUBLIC PROCUREMENT AUTHORITY PUBLISHES ITS NOTICE OF SOLICITATIONS IN THE
OREGON DAILY JOURNAL OF COMMERCE, USA TODAY, AND ONLINE AT
www.ProcurementAuthoritv.org, www.findrfp.com and
www.nppgovernment.com
REQUESTS FOR PROPOSALS (RFP's) ARE AVAILABLE FOR VIEWING AND/OR DOWNLOADING
ONLINE AT www.ProcurementAuthoritV.ora, www.findrfp.com and
www.nppgovernment.com
PUBLIC PROCUREMENT AUTHORITY
STATION ALERTING REQUEST FOR PROPOSAL
TABLE OF CONTENTS
SECTION:
1 INTENT
2 SCOPE OF WORK
3 SPECIAL TERMS & CONDITIONS
RFP NUMBER 1425
ATTACHMENTS:
1. ATTACHMENT A—
INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT
2. ATTACHMENT B—
PROPOSER PROFILE WORKBOOK
4. ATTACHMENT C—
SPECIFICATIONS
5. ATTACHMENT D —
PRICING SCHEDULE
6. ATTACHMENT E —
PROPOSAL EVALUATION FORM
7. ATTACHMENT F—
ORS CHAPTER 279 REQUIREMENTS
8. ATTACHMENT G —
WIPHE RESPONSE FORM
9. ATTACHMENT H—
STATE REQUIREMENTS
IMPORTANT
PLEASE READ BEFORE SUBMITTING YOUR PROPOSAL
SOLICITATIONS FOR: STATION ALERTING
1.0 INTENT:
1.1 GENERAL INTENT
The Public Procurement Authority (PPA) serves as the "Lead Contracting Agency" for this
solicitation on behalf of its members, and as authorized by the Public Procurement Authority
Intergovernmental Agreement, which is an agreement for intergovernmental cooperation
among select local Oregon governments and recognized under ORS Chapter 190, in
association with National Purchasing Partners, LLC (NPP), on behalf of NPP's government
members (hereinafter referred to as "Participating Agencies") across the nation, including
members ofFireRescue GPO (FRGPO) and Public Safety GPO (PSGPO), Idaho and Oregon
local government units (ATTACHMENT H), and WIPHE members (ATTACHMENT G), as
well as government units in all other states, as authorized under the terms of the
Intergovernmental Cooperative Purchasing Agreement executed by all Lead Contracting and
Participating Agencies, a cooperative procurement group, is soliciting proposals from
qualified companies (hereinafter refereed to as "Vendor") to enter into a Master Price
Agreement for STATION ALERTING.
The intent of this Interstate Cooperative Procurement Solicitation (Solicitation) is to invite
Proposers active in the retail and wholesale of STATION ALERTING to submit a
competitive pricing proposal offering STATION ALERTING to PPA, which will then be
made available to NPP members locally and nationwide; to reduce expenses by eliminating
multiple requests for proposals and multiple responses by Vendors; and to obtain discounted
pricing through volume purchasing. Significant sales potential exists because the Master
Price Agreement will be used nationwide without the need for Participating Agencies to
duplicate the formal solicitation process and expend staff resources. Preferably, the
successful Proposer will provide its entire catalog ("catalog discount") or products and/or
services in order that NPP, FRGPO, and PSGPO members who wish to access the Master
Price Agreement may order a broad range of goods and services as needed.
With the exception of successful local Proposer(s) capable of servicing PPA and NPP
members within the state of Oregon, successful Proposer(s) should have a strong national
presence for STATION ALERTING for use by government agencies nationwide.
This Solicitation meets Oregon public contracting requirements and may not be
appropriate under or meet Pa•ticipatingAgencies' procnn•ennent laws. Participating
Agencies are urged to seek independent review by their legal counsel to ensure compliance
with all local and state solicitation requirements.
1.2 POTENTIAL MARKET
The Public Procurement Authority is publishing this RFP with the express purpose to create
publicly awarded contracts for use by it members, which may also benefit the thousands of
fellow members of NPP, FireRescue GPO and Public Safety GPO. These are nationwide
programs representing member government agencies in all 50 states. We encourage
proposer's response be a collaborative effort including manufacturer and distributor (when
they are not the same company) to ensure nationwide contract utilization.
Proposer's response should also take into consideration the considerable market potential for
this solicitation. Because the successful bid will be incorporated into a nationwide purchasing
program including thousands of local government participants, the PPA believes that
contracts created from this solicitation will provide vendors with a significant market
advantage. Members of NPP, FireRescue GPO and Public Safety GPO and current vendors
who participate in the program indicate the ability to shorten the sale cycle by eliminating the
need to complete individual RFP processes is a significant advantage to participation.
The PPA believes that participation in the NPP purchasing program, benefits both its
participating agencies and successful proposers. NPP engages with successful proposers who
complete the Vendor Administration Agreement through a marketing and sales partnership.
This partnership includes (but is not limited to) contract promotion to members, contract
administration support to potential customers and live customer phone support.
1.3 REQUIREMENTS
Solicitation is subject to the Public Procurement Authority's General Conditions &
Instructions to Proposer(s), if any, and the following requirements:
1.3.1 This RFP and resulting Master Price Agreement is anticipated for use by the Public
Procurement Authority's government members as well as other NPP member
government entities and eligible nonprofit entities across the nation. The Public
Procurement Authority has entered into an Intergovernmental (interlocal)
Cooperative Purchasing Agreement with other Participating Agencies for the
propose of obtaining Master Price Agreements with various vendors. Interlocal
purchasing agreements allow Participating Agencies to make purchases at the Public
Procurement Authority's accepted proposal price, terms and conditions, provided
that the Participating Agency has satisfied all of its local and state cooperative
procurement requirements. By submitting a proposal, the Proposer(s) agrees to make
the same proposal terms and price, exclusive of any possible rebates, incentives,
freight and transportation fees, available to other Participating Agencies. The Public
Procurement Authority and NPP will not incur any direct liability with respect to
specifications, delivery, payment, or any other aspect of purchases by such
Participating Agencies or nonprofit institutions. A true and correct copy of the
Intergovernmental Cooperative Purchasing Agreement is attached hereto as
"ATTACHMENT A".
The successful Proposer must deal directly with the Participating Agencies
concerning the placement of orders, disputes, invoicing and payment. The Public
Procurement Authority and NPP shall not be held liable for any costs or damages
incurred by or as a result of the actions of the Vendor or any Participating Agency.
Successful Proposers must comply with the state and local laws, rules and
regulations in each state and locality where the product or service is provided.
1.3.2 Each Participating Agency shall execute a Participating Agency Endorsement and
Authorization included in the Intergovernmental Cooperative Purchasing Agreement.
While the terms of the Master Price Agreement shall govern the general pricing
terms, each Participating Agency may request modification of the Master Price
Agreement in accordance with each Participating Agency's state and/or local
purchasing laws, rules, regulations and procedures. Each Participating Agency may,
at its discretion, and upon written agreement by the Participating Agency and
Successful Proposer, request additional legal and procedural provisions not included
herein that the successful Proposer must adhere to if it wishes to conduct business
with said Participating Agency using the Master Price Agreement.
1.3.3 NPP, FireRescue GPO and Public Safety GPO provide vendor exposure and
marketing support for the successful Proposer's products and services throughout its
membership. Successful Proposers servicing the awarded contract to NPP members
shall pay a Contract Administration Fee representing 1% percent of actual net sales
under the Master Price Agreement as established in the NPP Vendor Administration
Agreement (available upon request). A portion of the 1% fee is paid to the Western
Fire Chiefs Association pursuant to agreements with NPP, Fire Rescue GPO, and
Public Safety GPO. Western Fire Chiefs Association also administers the
solicitation and bidding processes for the PPA pursuant to a separate Administration
Agreement at no cost to the PPA or its members.
1.4 MULTIPLE AWARDS
Multiple awards may be granted to meet the requirements of this Solicitation provided that
such awards are differentiated by product make and model, service, and/or distribution
regions and capabilities of the successful Proposers. Specifically, the Public Procurement
Authority will award separate contracts to Proposers in order to cover all local and national
geographical markets, electronic purchasing capabilities, and products and services identified
in this Request for Proposal, as well as the diverse and large number of Participating
Agencies. The award of multiple contracts is to be determined upon receipt and review of all
proposals, and based upon the general criteria provided herein. The Public Procurement
Authority may solicit proposals from local qualified companies with or without a national
presence provided that the successful Proposer is able to provide the Public Procurement
Authority with the products and services requested. Multiple awards will ensure fulfillment
of current and future requirements of the diverse and large number of Participating Agencies.
In the event a local Proposer with no national distribution capabilities best meets the proposal
selection criteria, multiple local and nationwide responsive proposals may be awarded
simultaneously in the best interests of local commerce, the Public Procurement Authority's
compliance with local laws, and the Participating Agencies nationwide.
Proposers shall be able to serve the needs of the NPP membership on a national basis.
However, this requirement shall not exclude local Proposers without a national presence that
are capable of meeting the requirements of the Public Procurement Authority within the state
of Oregon.
1.5 CONTRACT USAGE
The actual utilization of any Master Price Agreement will be at the sole discretion of the
Participating Agencies. It is the intent of this Request for Proposal and resulting Master Price
Agreement that members of NPP, FireRescue GPO, and Public Safety GPO (Participating
Agencies) may buy directly from Successful Proposers without the need for further
solicitation. However, Participating Agencies are urged to seek independent review by their
legal counsel to ensure compliance with all local and state solicitation requirements as well as
the need of further notice prior to utilizing the Master Price Agreement
1.6 BACKGROUND OF NPP
NPP, owned by two healthcare organizations, provides group purchasing opportunities and
purchasing administrative support for governmental entities and nonprofit institutions
within its membership. NPP's membership includes participating public and nonprofit
entities across North America.
1.7 EQUAL OPPORTUNITY
The Public Procurement Authority encourages Minority and Women -owned Small
Business Proposers to submit proposals.
Oregon Public Agencies are prohibited from use of products and services offered under this
contract that are already provided by qualified nonprofit agencies for disabled individuals as
listed on the Department of Administrative Service's Procurement List pursuant to ORS
279.835-.855. Please see irtvty.OregonRehabilitation.a•g/grffor more information.
2.0 SCOPE OF WORK:
2.1 REQUIREMENTS OF PROPOSERS SUBMITTING A RESPONSE:
Proposers must present clear and concise evidence indicating Proposer's ability to comply
with the requirements stated herein and to provide and deliver the specified products and
services to Participating Agencies.
2.1.1 PROPOSER COMMITMENTS
Each Proposer is required to commit to low pricing, and accurate and timely
reporting to NPP pursuant to the reporting requirements identified in the NPP
Vendor Administration Agreement. In addition, successful Proposer(s) with a
national presence must commit to marketing of the Master Price Agreement
nationwide and that the sales force will be trained, engaged and committed to
offering NPP pricing to member government agencies nationwide, including the
opportunity for NPP to train the Vendor sales staff.
2.1.2 PROPOSERS MUST COMPLETE "ATTACHMENT B" —PROPOSER
PROFILE WORKBOOK".
2.2 PRODUCTS AND SERVICES:
2.2.1 Provide a description of the STATION ALERTING offered as set forth in
ATTACHMENT C. The primary objective is for the Proposer(s) to provide the
Proposer(s)'s entire catalog of products and services ("catalog discount") that are
responsive to this RFP so that participating agencies may order a broad range of
products and services as appropriate for their needs.
2.2.2 All products offered must be new, unused and most current product lines, unless
otherwise clearly identified as remanufactured goods.
2.2.3 Describe any special programs that Proposer offers that shall improve the ability of
the Participating Agencies access to the products, such as retail store availability,
expedited delivery intervals, item sourcing, or other unique plans and services.
2.2.4 Explain any additional pricing incentives that may be available such as large volume
purchases, cash terms, or rebates to Participating Agencies. However, steeper
discounts are preferred to rebates.
2.2.5 Additional Benefits: Proposer shall identify any other added value it offers to the
Public Procurement Authority and Participating Agencies (e.g. convenience cards,
individual/member discounts, etc.)
2.3 PRICING:
2.3.1 Pricing for the products and services may be based on "ATTACHMENT D" -
PRICING SCHEDULE as follows:
A. A fixed percentage (%) off marked price based on the Proposer's catalog or
retail store price for each CATEGORY specified in ATTACHMENT D —
PRICING SCHEDULE. Proposer shall identify the catalog used.
Option (A) is preferred. If option (A) is not feasible proposer may use option (B)
provided proposer includes a justification.
B. Alternatively, contract pricing may be based upon fixed prices
(contingencies for economic price adjustments must be identified in the
proposal), or a combination fixed percentage off and firm fixed prices.
Proposer may offer additional discounts to purchasers based on volume.
2.3.2 If proposer responds with pricing option `B" the following applies. Prices for items
listed in the PRICING SCHEDULE ("ATTACHMENT D") shall remain firm for a
period of six (6) months. Thereafter, Proposers may request price increases based on
manufacturer costs, cost of labor and/or materials which must be supported by
appropriate documentation. Proposers may also add or delete products and options
identified on the Pricing Schedule, provided that any additions reasonably fall within
the intent of the original Pricing Schedule category. If PPA agrees to the price
increase or product or option modification, PPA may approve in writing, including
electronic mail, without the need for a written amendment to the Master Price
Agreement.
2.3.3 All pricing proposals shall clearly explain how freight and/or delivery costs are
determined as described in ATTACHMENT D PRICING SCHEDULE herein.
2.3.4 If applicable, please describe any discounts offered to individual employees or
volunteers of the PPA or Participating Agency.
2.4 TAX:
Proposers shall strictly adhere to all federal, state and local tax requirements applicable to
their operation, or to any contract or activity resulting from this solicitation.
3.0 SPECIAL TERMS & CONDITIONS:
3.1 MASTER PRICE AGREEMENT TERM:
As a result of this Solicitation the successful Proposer(s) shall be awarded a Master Price
Agreement for a two (2) year period. Subject to a written agreement signed by the Public
Procurement Authority and Successful Proposer, the Master Price Agreement may be
extended up to a maximum of three (3), one (1) year periods. At least thirty (30) calendar
days prior to the expiration of the current term the Proposer(s) shall be notified in writing by
the Public Procurement Authority of the intention to extend the Master Price Agreement.
3.2 MASTER PRICE AGREEMENT ACCESS PROVISIONS
Utilization of the Master Price Agreement will be at the discretion of the Public Procurement
Authority and Participating Agencies. The Public Procurement Authority shall be under no
obligation to purchase off of the Master Price Agreement. Assuming all local competitive
solicitation requirements have been met, Participating Agencies may purchase directly from
the successful Proposer(s) without the need for further solicitation.
3.3 INDEMNIFICATIONS AND INSURANCE:
3.3.1 Indemnification
The successful Proposer shall indemnify the PPA and NPP as specified in the Master
Agreement.
3.3.2 Insurance Requirements.
Proposer(s), at Proposer(s)'s own expense, shall purchase and maintain the herein
stipulated minimum insurance from a reputable company or companies duly licensed
by the State of Oregon. In lieu of State of Oregon licensing, the stipulated insurance
may be purchased from a company or companies, which are authorized to do
business in the State of Oregon, provided that said insurance companies, meet the
approval of the Public Procurement Authority. The form of any insurance policies
and forms must be acceptable to the Public Procurement Authority.
Proposer(s)'s insurance shall be primary insurance with respect to the Public
Procurement Authority, and any insurance or self-insurance maintained by the Public
Procurement Authority shall not contribute to it.
Award of this Solicitation is contingent upon the required insurance policies and/or
endorsements identified herein. The Public Procurement Authority shall not be
obligated, however, to review such policies and/or endorsements or to advise
Proposer(s) of any deficiencies in such policies and endorsements, and such receipt
shall not relieve Proposer(s) from, or be deemed a waiver of the Public Procurement
Authority's right to insist on strict fulfillment of Proposer(s)'s obligations under this
REP.
The insurance policies required by this RFP, except Workers' Compensation, shall
name the Public Procurement Authority, its agents, representatives, officers,
directors, officials and employees as an Additional Insured.
The policies required hereunder, except Workers' Compensation, shall contain a
waiver of transfer of rights of recovery (subrogation) against the Public Procurement
Authority, its agents, representatives, officers, directors, officials and employees for
any claims arising out of Proposer(s)'s work or service.
3.3.3 Commercial, automobile and workers' compensation insurance.
3.3.3.1 Commercial General Liability. Proposer(s) shall maintain Commercial
General Liability Insurance (CGL) and, if necessary, Commercial Umbrella
Insurance. The policy shall include coverage for bodily injury, broad form
property damage, personal injury, products and completed operations and
blanket contractual coverage including, but not limited to, the liability
assumed under the indemnification provisions of the Master Price
Agreement.
3.3.3.2 Automobile Liability. Proposer(s) shall maintain Automobile Liability
Insurance and, if necessary, Commercial Umbrella Insurance. If hazardous
substances, materials, or wastes are to be transported, MCS 90 endorsement
shall be included.
3.3.3.3 Workers' Compensation. Proposer(s) shall cant' Workers' Compensation
insurance to cover obligations imposed by federal and state statutes having
jurisdiction over Proposer(s)'s employees engaged in the performance of
the work or services, as well as Employer's Liability insurance.
In case any work is subcontracted, Proposer(s) will require the
SubProposer(s) to provide Workers' Compensation and Employer's
Liability insurance to at least the same extent as required of Proposer(s).
4.0 SCHEDULE, RESPONSE PREPARATION AND SUBMISSION
4.1 SCHEDULE OF EVENTS
4.1.1 Publication of request for proposal
Publication of this Solicitation conforms with ORS 279, to include Public Notice by
publication in a newspaper of general circulation in the area where the Public
Procurement Authority is located no less than 30 days prior to the proposal due date,
as well as posting of the Public Notice on the web site that typically posts Public
Notices concerning the Public Procurement Authority.
Solicitation Notice Publications: October 22, 2014; October 27, 2014
4.1.2 Question and answer period
The PPA will post questions and answers concerning this Solicitation for a period of
seven (7) days after initial publication of the Notice of Solicitation or October 29,
2014, whichever occurs later. All questions shall be submitted in writing via email
to questions@ProourementAuthority.org. The Public Procurement Authority
reserves the right to accept and answer questions after the seven (7) day question and
answer period has expired.
4.1.3 Submission of proposals
There will be no mandatory pre -proposal meeting. All questions must be submitted
via email as directed above. If necessary, questions can be submitted in writing to
Public Procurement Authority, c/o Heidi Chames, 25030 SW Parkway Avenue, Suite
330, Wilsonville, OR 97070 or questions@ProcurementAuthority.org. All questions
and answers will be posted with the original solicitation on the Public Procurement
Authority website at www.ProcurementAuthority.org.
Deadline for submission of proposals is 5:00 PM PST on December 10 2014.
Heidi Chames must receive all proposals before 5:00 PM PST on the above date in
the office of the Public Procurement Authority, c/o Heidi Chames, 25030 SW
Parkway Avenue, Suite 330, Wilsonville, OR 97070.
Approximate opening date: 9:00 AM PST on December 11, 2014 at the
office of the Public Procurement Authority, c/o Heidi Chames, 25030 SW
Parkway Avenue, Suite 330, Wilsonville, OR 97070, Approximate proposal
selection and negotiation: December 11.2014 to January 30.2015.
Approximate award date:January 30, 2015.
All responses to this proposal become the property of the Public Procurement
Authority and (other than pricing) will be held confidential, to the extent permissible
by law. The Public Procurement Authority will not be held accountable if parties
other than the Public Procurement Authority obtain material from proposal responses
without the written consent of the Proposer(s).
4.2 REVIEW, INQUIRIES AND NOTICES:
4.2.1 The solicitation documents may be reviewed in person at the following address:
Public Procurement Authority
c/o Heidi Chames
25030 SW Parkway Ave.
Suite 330
Wilsonville, OR 97070
All inquiries concerning information herein shall be addressed to:
Public Procurement Authority
c/o Heidi Chames
25030 SW Parkway Ave.
Suite 330
Wilsonville, OR 97070
Administrative telephone inquiries shall be addressed to:
Heidi Chames, 855-524-4572
Email inquiries shall be addressed to:
questions(7,Pi'ocurementAuth01'Itw.org
Inquiries may be submitted by telephone but must be followed up in writing. No
oral communication is binding on the Public Procurement Authority.
4.2.2 Proposal Interpretation of the RFP Documents and Issuance of Addenda
If any Proposer(s) finds discrepancy in, or omissions from, or is in doubt to the true
meaning of any part of the REP document, he/she shall submit to:
Public Procurement Authority
c/o Heidi Chames
25030 SW Parkway Ave.
Suite 330
Wilsonville, OR 97070
A written request for a clarification or interpretation thereof at least ten (10) calendar
days prior to the REP closing date.
The Public Procurement Authority is not responsible for any explanation,
clarification, interpretation, or approval made or given in any manner, except by
addenda. Addenda, if necessary, will be issued not later than five (5) days prior to
the RFP closing date by publication on the Public Procurement Authority's web site
and NPP website.
4.3 INSTRUCTIONS FOR PREPARING AND SUBMITTING PROPOSALS:
Proposers are to provide two (2) hard copies and two (2) electronic copies of the
complete proposal. Electronic copies are to be submitted on a USB flash drive with the
core response in a file less than 10 MB, when possible. Electronic files may be used by
the evaluation committee so they should be organized and named in an easy to
understand manner. Proposers are to address proposals identified with return address,
solicitation number and title in the following manner:
REP 1425: STATION ALERTING
Public Procurement Authority
c/o Heidi Chames
25030 SW Parkway Ave.
Suite 330
Wilsonville, OR 97070
All prices shall be held firm for a period of sixty (60) days after the Solicitation closing date.
Any Proposer may withdraw its proposal if a Master Price Agreement has not been executed
within sixty (60) days from the RFP closing date.
4.4 EXCEPTIONS AND DEVIATIONS TO THE RFP
The Proposer shall identify and list all exceptions taken to all sections of this RFP and list
these exceptions, referencing the section (paragraph) where the exception exists and stating
the proposed revision. The Proposer shall list these exceptions under the heading, "Exception
to the Solicitation, RFP Numberl425." Exceptions not listed under the heading, "Exception to
the Solicitation, REP Number 1425," shall be considered invalid. The Public Procurement
Authority reserves the right to reject, render the proposal non -responsive, enter into
negotiation on any of the Proposer exceptions, or accept them outright.
The Proposer shall detail any and all deviations from specifications, if any, as requested. The
Public Procurement Authority may accept or reject deviations, and all Public Procurement
Authority decisions shall be final.
4.5 RESPONSE FORMAT AND CONTENT:
To aid in the evaluation, it is desired that all proposals follow the same general format. The
proposals are to be submitted in binders and have sections tabbed as follows:
4.5.1 Letter of Transmittal
4.5.2 Table of Contents
4.5.3 Short introduction and executive summary. This section shall contain an outline of
the general approach utilized in the proposal.
4.5.4 The proposal should contain a statement of all of the programs and services
proposed, including conclusions and generalized recommendations. Proposals
should be all-inclusive, detailing the proposer's best offer. Additional related
services should be incorporated into the proposal, if applicable.
Format Proposal to specifically address each individual sub -section and sub -set of
the SCOPE OF WORK (Section 2.0).
4.5.5 Qualifications —This section shall describe the Proposer's ability and experience
related to the programs and services proposed.
4.5.6 Exceptions to the Proposal Solicitation, RFP Solicitation Number 1425
4.5.7 PRICING SCHEDULE ("ATTACHMENT D")
4.5.8 PROPOSER PROFILE WORKBOOK ("ATTACHMENT B")
4.5.9 Complete, Current Catalog Pricing shall be submitted on a CD.
5.0 EVALUATION AND POST SUBMISSION
5.1 EVALUATION OF PROPOSAL — SELECTION FACTORS:
A Proposal Analysis Committee will be appointed by the Public Procurement Authority on
behalf of its membership to evaluate each Proposal and prepare a scoring of each Proposal.
Each Proposal received and reviewed shall be awarded points under each criterion solely on
the judgment and determination of the Analysis Committee and the PPA. There is a
maximum score of 500 points and proposer's average total score must be at least 200 points
for consideration of an award. Proposals will be evaluated on the following criteria and
further defined in the Proposal Evaluation Form (ATTACHMENT E) utilizing the point
system indicated on the form
1) Pricing 2) Product Line 3) Conformance 4) Marketing 5) Customer Service 6) Coverage 7)
Proven Experience & References
At the Public Procurement Authority's option, Proposers may be invited to make
presentations to the Evaluation Committee. Public Procurement Authority reserves the right
to make multiple awards to meet the national membership needs of this Solicitation.
5.1.1 Additional criteria/preferences that are not necessarily awarded points.
5.1.1.1 Pursuant to ORS 279, Lead Contracting Agency shall give preference to the
procurement of goods manufactured from recycled materials.
5.1.1.2 Pursuant to ORS 279, Lead Contracting Agency shall give preference to
goods and services that have been manufactured or produced within the
State of Oregon if price, fitness, availability and quality are otherwise equal;
and the Lead Contracting Agency shall add a percent increase to the
proposal of a nonresident Proposer equal to the percent, if any, of the
preference given to the Proposer in the state in which the Proposer resides.
All proposers shall identify the state to which it is a resident bidder.
5.1.1.3 Proposer shall comply with all federal, state and local laws applicable to the
work under the Master Price Agreement awarded as a result of this
Solicitation, including, without limitation, the provisions of ORS, as set
forth on "ATTACHMENT F", attached hereto and incorporated herein by
this reference.
5.1.1.4 Pursuant to Section 1.5, the Lead Contracting Agency encourages Minority
and Women -owned Small Business Proposers to submit proposals.
5.2 RIGHT OF PUBLIC PROCUREMENT AUTHORITY TO AWARD OR REJECT
PROPOSALS
5.11 The Request for Proposal does not commit the Public Procurement Authority to
award a Master Price Agreement for the products or services specified within the
Request for Proposal document. The Public Procurement Authority may cancel the
procurement or reject any or all proposals in accordance with ORS 279. Under no
circumstance will the Public Procurement Authority pay the costs incurred in the
preparation of a response to this request.
5.2.2 The Public Procurement Authority reserves the right to:
5.2.2.1 Accept or reject any or all proposals received as a result of the Request for
Proposals;
5.2.2.2 Negotiate with any qualified Proposer(s);
5.2.2.3 Accept a proposal and subsequent offers for a Master Price Agreement from
other than the lowest cost proposer;
5.2.2.4 Waive or modify any irregularities in proposals received, after prior
notifications to the Proposer(s).
5.2.3 Oral interpretations or statements cannot modify the provisions of this Request for
Proposal. If inquiries or comments by Reposers raise issues that require
clarification by the Public Procurement Authority, or the Public Procurement
Authority decides to revise any part of this Request for Proposal, addenda will be
provided to all persons who receive the Request for Proposal. Receipt of an
addendum must be acknowledged by signing and returning it with the proposal.
5.2.4 The award, if there is one, will be made to that Proposer(s) who is determined to be
the most qualified, responsible and responsive within a competitive price range
based upon the evaluation of the information furnished under this RFP.
5.3 WITHDRAWAL OF PROPOSAL
At any time prior to the hour and date set for the receipt of proposals, the Proposer(s) may
withdraw its proposal. Withdrawal will not preclude the submission of another proposal prior
to the deadline.
5.4 PROTEST PROCESS
A prospective Proposer may protest the procurement process of the Solicitation Document for
an Agreement solicited under ORS 279. Before seekingjudicial review, a prospective
Proposer must file a written protest with the Public Procurement Authority and exhaust all
administrative remedies. Written protests must be delivered to the Public Procurement
Authority at 25030 SW Parkway Avenue, Suite 330, Wilsonville, OR 97070 not less than ten
(10) days prior to the date upon which all proposals are due. The written protest shall contain
a statement of the desired changes to the procurement process or solicitation document that
the protester believes will remedy the conditions upon which the protest is based. The Public
Procurement Authority shall consider the protest if it is timely filed and meets the conditions
set forth in ORS 279. The Public Procurement Authority shall respond pursuant to ORS 279.
If the Public Procurement Authority upholds the protest, in whole or in part, the Public
Procurement Authority may in its sole discretion either issue an Addendum reflecting its
disposition or cancel the procurement or solicitation. The Public Procurement Authority may
extend the due date of proposals if it determines an extension is necessary to consider and
respond to the protest.
A Proposer may protest the Award of the Contract, or the intent to Award the Contract, if the
conditions set forth in ORS 279 are satisfied. Judicial review of the protest and the Public
Procurement Authority's decision shall be governed by ORS 279.
5.5 NON -ASSIGNMENT
If a Master Price Agreement is awarded, it shall not be assigned in part or in total.
5.6 POST AWARD MEETING:
The successful Proposer(s) may be required to attend a post -award meeting with the PPA to
discuss the terms and conditions of the Master Price Agreement.
5.7 PROPOSAL FINAL CERTIFICATION
The Proposer must certify the following
a) I hereby certify, that the Proposal contained herein, fully and exactly complies with the
instruction for proposers and specifications as they appear in this Notice of Solicitation.
b) I hereby further certify that I am authorized by the Board of Directors or Corporate
Officers of the Corporation to sign the Requests for Proposals and proposals in the name of
the corporation listed below:
Proposer Name:
Signature:
Name Typed:
Title:
Proposer is a resident bidder of the state of
Date:
ATTACHMENT A
INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT
This Intergovernmental Agreement (Agreement) is by and between the "Lead
Contracting Agency" and participating government entities ("Participating Agencies"), that
are members of National Purchasing Partners ("NPP"), including members of FireRescue
GPO and Public Safety GPO, that agree to the terms and conditions of this Agreement. The
Lead Contracting Agency and all Participating Agencies shall be considered as "parties" to
this agreement.
WHEREAS, upon completion of a formal competitive solicitation and selection
process, the Lead Contracting Agency has entered into Master Price Agreements with one or
more Vendors to provide goods and services, often based on national sales volume
projections;
WHEREAS, NPP provides group purchasing, marketing and administrative support
for governmental entities. NPP's marketing and administrative services are free to its
membership, which includes participating public entities and nonprofit institutions
throughout North America.
WHEREAS, NPP has instituted a cooperative purchasing program under which
member Participating Agencies may reciprocally utilize competitively solicited Master Price
Agreements awarded by the Lead Contracting Agency;
WHEREAS, the Master Price Agreements provide that all qualified government
members of NPP may purchase goods and services on the same terms, conditions and pricing
as the Lead Contracting Agency, subject to applicable local and state laws of the
Participating Agencies;
WHEREAS, the parties agree to comply with the requirements of the
Intergovernmental Cooperation Act as may be applicable to the local and state laws of the
Participating Agencies;
WHEREAS, the parties desire to conserve and leverage resources, and to improve the
efficiency and economy of the procurement process while reducing solicitation and
procurement costs;
WHEREAS, the parties are authorized and eligible to contract with governmental
bodies and Vendors to perform governmental functions and services, including the purchase
of goods and services; and
WHEREAS, the parties desire to contract with Vendors under the terms of the Master
Price Agreements;
NOW, THEREFORE, the parties agree as follows:
ARTICLE 1: LEGAL AUTHORITY
Each party represents and warrants that it is eligible to participate in this Agreement
because it is a local government created and operated to provide one or more governmental
functions and possesses adequate legal authority to enter into this Agreement.
ARTICLE 2: APPLICABLE LAWS
The procurement of goods and services subject to this Agreement shall be conducted
in accordance with and subject to the relevant statutes, ordinances, rules, and regulations that
govern each party's procurement policies. Competitive Solicitations are intended to meet the
public contracting requirements of the Lead Contracting Agency and may not be appropriate
under, or satisfy Participating Agencies' procurement laws. It is the responsibility of each
party to ensure it has met all applicable solicitation and procurement requirements.
Participating Agencies are urged to seek independent review by their legal counsel to ensure
compliance with all local and state solicitation requirements.
ARTICLE 3: USE OF BID PROPOSAL OR PRICE AGREEMENT
a. A "procuring party" is defined as the Lead Contracting Agency or any
Participating Agency that desires to purchase from the Master Price Agreements
awarded by the Lead Contracting Agency.
b. Each procuring party shall be solely responsible for their own purchase of goods
and services under this Agreement. A non -procuring party shall not be liable in
any fashion for any violation of law or contract by a procuring party, and the
procuring party shall hold non -procuring parties and all unrelated procuring
parties harmless from any liability that may arise from action or inaction of the
procuring party.
c. The procuring party shall not use this agreement as a method for obtaining
additional concessions or reduced prices for similar goods and services outside
the scope of the Master Price Agreement.
d. The exercise of any rights or remedies by the procuring party shall be the
exclusive obligation of such procuring party.
e. The cooperative use of bids, proposals or price agreements obtained by a party to
this Agreement shall be in accordance with the terms and conditions of the bid,
proposal or price agreement, except as modified where otherwise allowed or
required by applicable law, and does not relieve the party of its other solicitation
requirements under state law or local policies.
ARTICLE 4: PAYMENT OBLIGATIONS
The procuring party will make timely payments to Vendors for goods and services
received in accordance with the terms and conditions of the procurement. Payment for goods
and services, inspections and acceptance of goods and services ordered by the procuring
party shall be the exclusive obligation of such procuring party. Disputes between procuring
party and Vendor shall be resolved in accordance with the law and venue rules of the state of
the procuring party.
ARTICLE 5: COMMENCEMENT DATE
This Agreement shall take effect after execution of the "Lead Contracting Agency
Endorsement and Authorization" or "Participating Agency Endorsement and Authorization,"
as applicable.
ARTICLE 6: TERMINATION OF AGREEMENT
This Agreement shall remain in effect until terminated by a party giving 30 days
written notice to "Lead Contracting Agency"
ARTICLE 7: ENTIRE AGREEMENT
This Agreement and any attachments, as provided herein, constitute the complete
Agreement between the parties hereto, and supersede any and all oral and written agreements
between the parties relating to matters herein.
ARTICLE 8: CHANGES AND AMENDMENTS
This Agreement may be amended only by a written amendment executed by all
parties, except that any alterations, additions, or deletions of this Agreement which are
required by changes in Federal and State law or regulations are automatically incorporated
into this Agreement without written amendment hereto and shall become effective on the
date designated by such law or regulation.
ARTICLE 9: SEVERABILITY
All parties agree that should any provision of this Agreement be determined to be
invalid or unenforceable, such determination shall not affect any other term of this
Agreement, which shall continue in full force and effect.
THIS INSTRUMENT HAS BEEN EXECUTED IN TWO OR MORE ORIGINALS BY
EXECUTION AND ATTACHMENT OF "THE LEAD CONTRACTING AGENCY
ENDORSEMENT AND AUTHORIZATION" OR "PARTICIPATING AGENCY
ENDORSEMENT AND AUTHORIZATION," AS APPLICABLE. ONCE EXECUTED, IT IS
THE RESPONSIBILITY OF EACH PARTY TO FILE THIS AGREEMENT WITH THE
PROPER AGENCY IF RE, QUIRED BY LOCAL OR STATE LAW.
PUBLIC PROCUREMENT AUTHORITY
ENDORSEMENT AND AUTHORIZATION
The undersigned acknowledges, on behalf of the Public Procurement Authority
("Lead Contacting Agency") that he/she has read and agrees to the general terms and
conditions set forth in the enclosed Intergovernmental Cooperative Purchasing Agreement
regulating use of the Master Price Agreements and purchase of goods and services that from
time to time are made available by the Public Procurement Authority to Participating
Agencies locally, regionally, and nationally through NPP. Copies of Master Price
Agreements and any amendments thereto made available by the Public Procurement
Authority will be provided to Participating Agencies and NPP to facilitate use by
Participating Agencies.
The undersigned understands that the purchase of goods and services under the
provisions of the Intergovernmental Cooperative Purchasing Agreement is at the absolute
discretion of the Participating Agencies.
The undersigned affirms that he/she is an agent of the Public Procurement Authority
and is duly authorized to sign this Public Procurement Authority Endorsement and
Authorization.
SAMPLE
Date:
BY:
ITS:
Public Procurement Authority Contact Information:
Contact Person:
Address:
Telephone
PARTICIPATING AGENCY
ENDORSEMENT AND AUTHORIZATION
The undersigned acknowledges, on behalf of ("Participating
Agency") that he/she has read and agrees to the general terms and conditions set forth in the
enclosed Intergovernmental Cooperative Purchasing Agreement regulating use of the Master
Price Agreements and purchase of goods and services that from time to time are made
available by the Lead Contracting Agency to Participating Agencies locally, regionally, and
nationally through NPP.
The undersigned further acknowledges that the purchase of goods and services under
the provisions of the Intergovernmental Cooperative Purchasing Agreement is at the absolute
discretion of the Participating Agency and that neither the Lead Contracting Agency nor NPP
shall be held liable for any costs or damages incurred by or as a result of the actions of the
Vendor or any other Participating Agency. Upon award of contract, the Vendor shall deal
directly with the Participating Agency concerning the placement of orders, disputes,
invoicing and payment.
The undersigned affirms that he/she is an agent of
authorized to sign this Participating Agency Endorsement and Authorization.
BY:
ITS:
Participating Agency Contact Information:
Contact Person:
Address:
Telephone No.:
Email:
and is duly
ATTACHMENT B
Proposer Profile Workbook to be completed by all responders as directed
herein
1.0 General questions (Section 1.1 only to be completed by vendors with a national presence; i.e.
vendors with a sales territory in 25 states or more).
1.1 The "Yes" or "No" questions below are to help evaluators familiarize themselves with
national vendors. Circle "Yes" or "No" as it applies to your company.
✓ Do you have a national sales force adequate in size to meet the demands of multiple agencies
and their unique needs for the products and services listed herein?
Yes or No
✓ Do you have a national distribution network?
Yes or No
✓ Can you provide product availability to meet the requirements for materials and services listed
herein for government and nonprofit agencies nationwide in a timely manner?
Yes or No
✓ Does your company have the ability to provide toll -free telephone/fax access, and an online
presence?
Yes or No
✓ Can you provide a single point of contact (National Account Manager) to interact with the
lead agency and NPP staff?
Yes or No
✓ Are you a strong competitor in the industry with a minimum of three consecutive years of
demonstrated success in all business practices and pursuits?
Yes or No
1.2 Additional Information:
1.2.1 Provide at least three references of government agencies within the United States that
have purchased products/services from Proposer similar to those specified in this
solicitation within the last year. Include:
1.2.3.1.1 Agency name and address
1.2.3.1.2 Contact name, phone and/or email
1.2.3.1.3 Description of products/services sold and date.
1.2.3.1.4 PPA may use other information, however learned, in evaluation of the
response.
1.2.2 OPTIONAL: If a Dun and Bradstreet Comprehensive Report (or similar) for your
company is available, please submit it with your response.
1.2.3 OPTIONAL: Attach any case studies, white papers and/or testimonials supporting your
company and products/services.
2.0 ABOUT PROPOSER:
2.1 Complete Exhibit 1
2.2 Complete the following table
2.2.1 State of incorporation:
2.2.2 Federal Tax Identification
Number:
2.2.3 If applicable to the product(s) and/or service(s), describe the Proposer's ability to conduct
E-commerce. Insert response in box below
2.2.4 Describe Proposer's system for processing orders from point of customer contact through
delivery and billing. Insert response in box below
2.2.5 Describe Proposer's ability to provide detailed electronic reporting of quarterly sales
correlated with NPP member ID numbers of Participating Agency purchases as set forth in
Addendum A to Vendor Administration Agreement (VAA), a copy of which is available upon
request from the PPA. Insert response in box below
2.2.6 Describe the capacity of Proposer to meet Minority and Women Business Enterprises
(MWBE) preferences, which may vary among Participating Agencies. [Insert response in box
below
3.0 DISTRIBUTION SYSTEM:
3.1 Describe distribution of products and services through Proposer's distribution system
(including Alaska and Hawaii if applicable). [Insert response in box below]
3.2 Provide Proposer's shipping and delivery policy, including standard delivery time and any
options and costs for expedited delivery and return policies. Insert response in box below
3.3 If applicable, detail the sub -contracting process (ordering, shipment, invoicing) for those
products not carried in Proposer's distribution center. The process shall be transparent to the
Participating Agencies. Insert response in box below
3.4 What is Proposer's backorder policy? Is your policy to classify as "immediate or cancel"
(requiring the Participating Agency to reorder if item is backordered) or "good until cancelled"?
Insert response in box below
4.0 MARKETING:
4.1 Outline Proposer's plan for marketing the Products and Services to the Participating Agencies
on a local and national basis. Include any marketing incentives such as committed dollars for
advertising, conferences/travel and custom marketing materials. [may attach marketing plan or
1 4.2 Explain how Proposer will educate its local and national sales force about the use of the
Master Price Agreement. Insert response in box below
5.0 Proposer point of contact (POC) who will administer, coordinate, and manage this program with
NPP and the Public Procurement Authority.
Contact Person:
Title:
Mailing Address:
City:
State & Zi
Email Address:
Phone #:
Fax #:
* Attach current resume of National Account Manager that will be the POC manaEjng this contract.
6.0 CUSTOMER SUPPORT SERVICES:
Ex lain Proposer's policy regarding each of the following if applicable to product(s) and/or service(s):
6.1 Auditing for order completeness. Insert response in box below
6.2 Replacement policy (i.e., damaged or defective goods). Insert response in box below
6.3 Minimum order requirement (e.g., Individual item vs. case lot). [Insert response in box
below
6.4 Customer service hours da s of o eration Insert res onse in boxes below
Monday:Tuesday:Wednesda
Thursda
Frida Saturda
Sunda
6.5 S ecialOrders. insert response inbox below
6.6 Post sale services issues. Insert response in box below
6.7 Repair services, including repair warranty programs, if any. Proposer shall identify, where
applicable, authorized factory repair facilities that will honor the warranty of items on contract.
Insert response in box below
6.8 Technical support services Proposer provides. Insert response in box below
6.9 Product substitution policy. Insert response in box below
6.10 Identify trade-in program criteria if applicable). Insert response in box below
6.11. After hours service includin weekends and holida s Insert res
onse in boxes below
Monday:
Tuesday:
Wednesda
Thursda :
,M
Saturda Sunda
6.12 Shipment tracking. fInsert response in box below
6.13 Back order tracldng process. Insert response in box below
6.14 Return Item process, including any/all associated fees (e.g., restocking, shipping,
turnaround time on returns). [Insert response in box below]
6.15 Electronic billing. Insert response in box below
6.16 Explain how Proposer will resolve complaints, issues, or challenges. [Insert response in box
below
6.17 Other services not already covered. Insert response in box below
7.0 DELIVERY AND FREIGHT CHARGES:
7.1 Identify delivery and/or shipping costs or provide a shipping rate schedule based on weight,
item, and/or destination for all items ordered within the continental U.S. (and Hawaii/Alaska)
The Proposer shall identify all exceptions to this shipping rate schedule. [Insert response in box
below
7.2 Identify policy for transfer of product ownership (delivery) and damage/issue resolution.
Insert response in box below
Exhibit I
Product/Service Coverage
STATION ALERTING
RETAIL, DISTRIBUTION AND SERVICE/SUPPORT LOCATIONS
Number of retail
stores in each state?
(leave blank for
none)
Number of
distribution centers
in each state?
(leave blank for
none
Number of support
locations in each
slate? (leave blank
for none)
ALABAMA
ALASKA
ARIZONA
ARKANSAS
CALIFORNIA
COLORADO
CONNECTICUT
DELAWARE
FLORIDA
GEORGIA
HAWAII
IDAHO
ILLINOIS
INDIANA
IOWA
KANSAS
KENTUCKY
LOUISIANA
MAINE
MARYLAND
MASSACHUSETTS
MICHIGAN
MINNESOTA
MISSISSIPPI
MISSOURI
MONTANA
NEBRASKA
NEVADA
NEW HAMPSHIRE
NEW JERSEY
NEW MEXICO
NEW YORK
NORTH CAROLINA
NORTH DAKOTA
OHIO
OKLAHOMA
OREGON
PENNSYLVANIA
RHODE ISLAND
SOUTH CAROLINA
SOUTH DAKOTA
TENNESSEE
TEXAS
UTAH
VERMONT
VIRGINIA
WASHINGTON
WEST VIRGINIA
WISCONSIN
WYOMING
THIS FORM MUST BE SIGNED AND RETURNED WITH SOLICITATION RESPONSE
Exhibit 2
Declaration of Non Collusion
The undersigned does hereby declare that there has been no collusion between the
undersigned, the Public Procurement Authority, and National Purchasing Partners, and in
further support of said Declaration, states as follows:
The person, firm, association, co -partnership or corporation herein named has not,
either directly or indirectly, participated in any collusion, or otherwise taken any action in
restraint of free competitive bidding or solicitation in the preparation and submission of a
proposal to the Public Procurement Authority for consideration in the award of a contract or
Master Price Agreement negotiated as a result of this Request for Proposal.
DATED this day of
(Name of Firm)
Title:
(Authorized Signature)
ATTACHMENT C
SPECIFICATIONS
STATION ALERTING
Approach
Describe the Proposer's approach to:
• Project Management
• Installation
o System must be available as both a turn -key solution with the Proposer
responsible for system installation and as a system that the customer can install
with its own resources, depending on the customer's requirement
Training
o Proposer must offer the following training classes:
• Dispatcher Training
• System Administrator Training
• Fire Station Personnel Training
o All training must be available in a train -the -trainer format
o Proposer must offer training at the customer's premises
Testing and Cutover
System Requirements
General Requirements
• General description of proposed system(s)
• System must be specifically designed to operate as a Fire Station Alerting System
• System must be IP and software -based and/or configurable based on each customer's
requirements
• System must be current and compliant with all existing NFPA standards associated with
fire station alerting, including NFPA 1221 (current edition at time of purchase)
• System must be scalable and of modular design, allowing addition of fire stations,
vehicles and personnel as needed for all potential customers
• System must be flexible and expandable to meet future changes required by the customer
• System must be able to transmitting alerts over multiple redundant communications
paths, including IP and radio networks
• The system must be able to integrate with a customer's existing computer network and
RF communications infrastructure
• System must be able to send a notification to all fire stations or selected fire stations
simultaneously
• System must be able to alert by group, station, or unit
• System must be able to support all dispatch messages, general announcements, unit
relocations and unit status changes
• System must be able to send distinct tones for the different classes of equipment, such as
ambulances, engines, ladders and rescue vehicles
• System must be able to process multiple distinct alert notifications that may be generated
in very rapid succession due to multiple events occurring
Dispatch Requirements
• System must be able to seamlessly integrate with a customer's Computer Aided Dispatch
System (CAD)
• System must provide for dispatch center system monitoring, be able to generate reports
and transmit manual dispatches and general announcement messages to one, multiple or
all fire stations simultaneously
• System must have the capability, for incidents, to create automated voice dispatch alerts
that announce simultaneously in multiple stations and over radio
• Automated voice announcements supported must include: dispatch announcements,
announcements of move -ups, and non -emergency messages
• System must include a software tool that the customer can use to modify automated voice
pronunciations and add new words (streets, names, etc.), without vendor involvement
• System must be able to send distinct tones for the different classes of equipment, such as
ambulances, engines, ladders and rescue vehicles
• System must be able to monitor the network connectivity to each fire station and provide
immediate visual and audible alerts/notifications if any connectivity problems are
detected to both the dispatcher and the fire station(s) affected
• System must be able to monitor the status of each notification sent and provide
immediate visual and audible alerts/notifications to the dispatcher in cases of any failed
notifications
• System must be able to be duplicated its entirety at a backup dispatch location or disaster
recovery site
Fire Station Requirements
• System must be able to provide an audible alert over the fire station speakers
• System must be able to integrate with speakers already installed in the fire station(s)
• System must be able to display incident information on visual displays, such as monitors
and reader boards
• System must be able to provide browser -based mapping capabilities to identify the
incident location on a map and display the map on a selected display device in the fire
station
• Backup power (UPS) must be available as an option for all system fire station equipment.
The switchover to backup power must be instantaneous, automatic and without loss of
data or communications.
• System must be able to offer zoned alerting that is programmable to allow various
alerting configurations based upon time of day
• System must be able to allow multiple stations and zones to be alerted with a single
notification message
• System must be able to provide ramped audio designed to "soften" the waking experience
of station personnel during an alarm dispatch
• System must be able to use multi -colored visual indicators specific to responding
apparatus
• System must offer a form of night vision lighting as an option
• System must offer a fire station turn -out timer as an option
• System must be able to open apparatus bay doors, shut down appliances, control lighting
and operate other sensory devices
• System must be able to provide a dispatch printout with the same information that is
announced upon receipt of a CAD dispatch announcement
• System must be able to allow fire station personnel to manually acknowledge that a
notification was received
• System must be able to allow fire station personnel to use an emergency crew alert button
by front door to alert crew to walk in emergencies
• System must be able to conduct a test of the equipment at a fire station through the use of
a push button or similar device. When this button is activated a test automated dispatch
will occur over the fire station's speaker system
Warranty and Maintenance Requirements
• Proposer must provide technical support on a 24n1365 basis
• Proposer must provide both remote and on -site support, depending on the customer's
requirement
• Proposer must have the capability to provide technical support remotely to the system via
a VPN or similar connection
• System must be able to automatically detect when a critical event or failure occurs within
the system and automatically alert support personnel using all or a combination of the
following methods; visually, audibly, email, pager or phone call
• System must be able to push all software updates from a central location to all or selected
fire stations without requiring visits to individual fire stations to install the updates
Pricing
Equipment[Hardware
Based on the categories below, identify the system equipment and hardware device options
available with the proposed system and include a part number for each item. Provide a Unit
Price for each item and identify the percent discount off list price that the Proposer will offer
through this Contract.
Dispatch Center Equipment
Item & Part # Unit Price % Discount
Item I
Item 2
Item 3
Item 4
Item 5
Fire Station Equipment
Item & Part # Unit Price % Discount
Item I
Item 2
Item 3
Item 4
Item 5
Etc.
Labor/Services
Provide an hourly labor rate for each of the labor categories below that are applicable to the
Proposer. Indicate the percent discount off list price the Proposer will offer through this
Contract.
Proiect Management
Program Manager
Project Manager
Enl4ineerine
Network Engineer I
Network Engineer II
Network Engineer III
Network Engineer IV
Quality Assurance Engineer I
Quality Assurance Engineer II
Quality Assurance Engineer III
Quality Assurance Engineer IV
Software Engineer I
Software Engineer II
Software Engineer III
Software Engineer W
System Engineer/Architect I
System Engineer/Architect II
System Engineer/Architect III.
System Engineer/Architect IV
Installation
Installation Technician I
Installation Technician II
Installation Technician III
Installation Supervisor I
Installation Supervisor II
Support Services
Database Administrator I
Database Administrator II
Database Administrator III
Field Support Specialist I
Field Support Specialist II
Field Support Specialist III
Field Support Supervisor I
Field Support Supervisor II
Hardware Support Specialist I
Hardware Support Specialist II
Hardware Support Specialist III
System Administrator I
System Administrator 11
System Administrator III
System Support Specialist I
System Support Specialist II
System Support Specialist III
System Support Specialist IV
Training Specialist I
Training Specialist II
Training Specialist III
ATTACHMENT D
PRICING SCHEDULE
PRODUCT CATEGORIES:
The intent is for each Proposer to submit their complete product line so that Participating Agencies
may order a wide array of products and services as appropriate for their needs. Proposer is encouraged
but is not required to respond to all categories. Proposer may suggest additional categories and sub-
categories as applicable. Proposer may subcontract items Proposer does not supply.
The Proposer should not necessarily limit the proposal to the performance of the services in
accordance with this document but should outline any additional services and their costs if the
Proposer deems them necessary to accomplish the program.
STATION ALERTING PRICING SCHEDULE
Product Category
Percentage (%) off
List Price*
(OR fixed price if % off
pricing is not available
Dispatch Center Equipment
- Item 1
- Item 2
- Item 3
etc.
Fire Station Equipment
- Item 1
- Item 2
- Item 3
Labor Services
- Project Management
- Engineering Services
- Installation
- Support Services
Maintenance Services
Other
* Identify source of list price and publication date or expiration date.
Pricing and resulting relative discount to PPA and NPP membership shall be clearly delineated on each
proposal. Contract pricing shall be based upon:
1) Fixed discount(s) off published price list(s) or catalog(s)
2) Firm fixed price with economic adjustment (contingencies for economic price adjustments must
be identified in the proposal)
3) A combination of the above.
ATTACHMENT E
PROPOSAL EVALUATION FORM
Proposals will be evaluated usine a two-step process.
The first step evaluates the responsiveness of the proposer and determines 1) if the
proposer is deemed fully responsive enabling the proposal to move to the second step
and 2) if the proposal will be evaluated as a local response (within the State of Oregon)
or a national response (covering the entire U.S. or a large region of the U.S.).
The second step of the evaluation process will only occur with proposals deemed fully
responsive from the first step. The second step fully evaluates the proposers response
based on the criteria found in the proposal evaluation form.
STEP 1
Proposal Responsiveness
Component
YES
NO
Submitted on time
Proposal signed
Completed Proposer Workbook
Included pricing structure
Included references
Deemed Fully Responsive
YES
NO
Categorized as Local or National
Local
National
Proposal Evaluation Form
STEP 2
Full Evaluation of Proposal
Point Value Definitions
5- Excellent — Substantially exceeds requirements
4-Very Good- Meet all requirements
3- Good — Meets most requirements
2- Satisfactory — Minimally meets requirements
1- Unsatisfactory— Requirements essentially not met
0- No Response provided
Component
Weight
Possible
Total
Evaluator's Comments
Evaluated
Points
Points
(0-5)
(Weight
x PP)
Pricing: Product
Comments:
price analysis and
discounts proposed
20
including favorable
pricing for
cooperative
purchasing.
Product Line:
Comments:
Product line offered
25
in indicated
coverage area,
considering
geographic
distribution
limitations,
warranties, any
sub -proposers and
coordination of
manufacturer and
distribution in
response.
Conformance:
Comments:
Completeness of
proposal and the
10
degree to which the
Proposer responds
to the terms and all
requirements of the
RFP requirements
and specifications.
Marketinq: The
Comments:
Proposer's
marketing plan to
20
promote the
resulting contractual
agreement and
ability to incorporate
use of agreement in
their sales system
throughout
indicated coverage
region.
Customer Service:
Comments
Support dedicated
to Lead Contracting
5
and Participating
Agencies. Ability to
conduct e-
commerce and
meet promised
deliverytimelines.
Coverage: Ability to
Comments:
provide products
and services for
10
indicated coverage
region including
distribution, retail &
service facilities and
staff availability.
*Note Exhibit 1 from
PPW
Proven Experience
Comments:
& References:
Proposer's success
10
in providing
products and
services in a timely
manner including
Past Performance
Information (PPI)
review.
General Comments:
TOTAL
100
Name of Evaluator
Signature
Date
ATTACHMENT F
ORS CHAPTERS 279 (AS MAY BE AMENDED) REQUIREMENTS
Successful Proposer (Contractor) shall comply with the requirements of this ATTACHMENT F to the extent required by
any applicable federal or state law.
(1) Contactor shall pay promptly, as due, all persons supplying labor or materials for the prosecution of the work
provided for in the contract, and shall be responsible for such payment of all persons supplying such labor or
material to any Subcontractor.
(2) Contractor shall promptly pay all contributions or amounts due the Industrial Accident Fund from such Contractor
or Subcontractor incurred in the performance of the contract.
(3) Contractor shall not permit any lien or claim to be filed or prosecuted against the District on account of any labor
or material furnished and agrees to assume responsibility for satisfaction of any such lien so filed or prosecuted.
(4) Contractor and any Subcontractor shall pay to the Department of Revenue all sums withheld from employees
pursuant to ORS 316.617,
(5) if Contractor fails, neglects or refuses to make prompt payment of any claim for labor or materials furnished to the
Contractor or a Subcontractor by any person in connection with the contract as such claim becomes due, the
District may pay such claim to the persons furnishing the labor or material and charge the amount of payment
against funds due or to become due Contractor by reason of the contract. The payment of a claim in the manner
authorized hereby shall not relieve the Contractor or his surety from his or its obligation with respect to any unpaid
claim. If the District is unable to determine the validity of any claim for labor or material furnished, the District
may withhold from any current payment due Contractor an amount equal to said claim until its validity is
determined and the claim, if valid, is paid.
(6) Contractor shall promptly, as due, make payment to any person, co -partnership, association, or corporation,
furnishing medical, surgical and hospital care or other needed care and attention, incident to sickness or injury, to
employees of such Contractor, of all sums which the Contractor agrees to pay for such services and all monies and
sums which the Contractor collected or deducted from the wages of employees pursuant to any law, contract or
agreement for the purpose of providing or paying for such service.
(7) Contractor shall pay employees for overtime work performed under the contact in accordance with ORS 653.010
to 653.261 and the Fair Labor Standards Act of 1938 (29 USC 201, et seq.)
(8) The Contractor must give notice to employees who work on this contract in writing, either at the time of hire or
before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the
number of hours per day and the days per week that the employees may be required to work.
(9) All subject employers working under the contractor either employers that will comply with ORS 656.017, or
employers that are exempt under ORS 656.126.
(10) All sums due the State Unemployment Compensation Fund from the Contractor or any Subcontractor in
connection with the performance of the contact shall be promptly so paid.
(I1) The contract may be canceled at the election of District for any willful failure on the part of Contactor to faithfully
perform the contract according to its terms.
(12) Contractor certifies compliance with all applicable Oregon tax laws, in accordance with ORS 305.385.
(13) Contactor certifies that it has not discriminated against minorities, women or emerging small business enterprises
in obtaining any required subcontractors.
ATTACHMENT G
WIPHE RESPONSE FORM
THIS FORM MUST BE RETURNED WITH SOLICITATION RESPONSE
Vendor servicing Washington State AGREES to sell items included in this solicitation to WIPHE
institutions at prices offered, unless otherwise noted below:
DOES NOT agree to sell to WIPHE Institutions.
AGREES to sell to WIPHE Institutions at same prices and discounts, with the following
exceptions: (attach additional pages as necessary)
Vendor must state geographic areas or specific institution(s) listed below within the State of
Washington that are EXCLUDED from the contract(s) resulting from this solicitation:
Washington Institutions of Public Higher Education (WIPHE). See list on following page.
If Vendor agrees to sell to the WIPHE Institutions, a WIPHE Contract number will be assigned and the
information will be reported to the Council of Presidents. The Council of Presidents notifies all the other
schools when a WIPHE contract has been awarded and a master list will be maintained and the WIPHE
website updated. WIPHE shall determine, at its absolute discretion, whether it shall accept and/or utilize
the contract resulting from the Request for Proposal
Washington Institutions of Public Higher Education (WIPHE)
FOUR-YEAR UNIVERSITIES
CENTRAL WASHINGTON UNIVERSITY
EASTERN WASHINGTON UNIVERSITY
THE EVERGREEN STATE COLLEGE
UNIVERSITY OF WASHINGTON
WASHINGTON STATE UNIVERSITY
WESTERN WASHINGTON UNIVERSITY
COMMUNITY AND TECHNICAL COLLEGES:
BATES Technical College
BELLEVUE Community College
BELLINGHAM Technical College
BIG BEND Community College
CASCADE Community College
CASCADIA College
CENTRALIA College
CLARK College
CLOVER PARK Technical College
COLUMBIA BASIN College
EDMONDS Community College
EVERETT Community College
GRAYS HARBOR College
GREEN RIVER Community College
HIGHLINE Community College
LAKE WASHINGTON Technical College
LOWER COLUMBIA College
OLYMPIC College
PENINSULA College
PIERCE College
RENTON Technical College
SEATTLE CENTRAL Community Colleges
SHORELINE Community College
SI{AGIT Valley College
SOUTH PUGET SOUND Community College
SPOICANE Community Colleges
STATE BOARD for Technical & Community
Colleges
WENATCHEE Valley College
YAKIMA Valley Community College
WHATCOM Community College
Miscellaneous local agencies within Washington State*
ADAMS COUNTY
PUYALLUP SCHOOL DIST 3
KITSAP COUNTY
FIFE SCHOOL DIST 417
RIVERVIEW SCHOOL DIST 407
GONZAGA UNIVERSITY
PLANNED PARENTHOOD OF WESTERN
WASHINGTON
SNOHOMISH COUNTY
MASON COUNTY
FEDERAL WAY SCHOOL DIST
SPOKANE COUNTY
ISSAQUAH SCHOOL DIST 411
ADAMS COUNTY FIRE DISTRICT
ADAMS COUNTY HEALTH DISTRICT
AFFILIATED HEALTH SERVICES
ALDERWOOD WATER DISTRICT
ANACORTES PORT OF
ANACORTES SCHOOL DISTRICT 103
ANNAPOLIS WATER DISTRICT
ASOTIN COUNTY
AUBURN SCHOOL DISTRICT 408
BAINBRIDGE IS SCHOOL DISTRICT 303
BAINBRIDGE ISLAND FIRE DEPARTMENT
BAINBRIDGE ISLAND PARKS
BATTLE GROUND SCHOOL DISTRICT 119
BELLEVUE SCHOOL DISTRICT 405
BELLINGHAM PORT OF
BELLINGHAM SCHOOL DISTRICT 501
BENTON COUNTY
BENTON COUNTY FIRE DISTRICT
BENTON COUNTY PUD
BENTON FRANKLIN COUNTY
BENTON FRANKLIN PRIVTE INDUST CNCL
BENTON PORT OF
BETHEL SCHOOL DISTRICT 403
BIG BROTHERS BIG SISTERS OF KING CO
BIRCH BAY WATER & SEWER DISTRICT
BLANCHET SCHOOL DISTRICT
BREMERTON KITSAP CO HEALTH DISTRICT
BREMERTON PORT OF
BREMERTON SCHOOL DISTRICT 100
BURLINGTON EDISON SCHOOL DIST 100
CANCER RESEARCH AND BOISTATISTICS
CASCADE BLUE MT FD SHR
CASCADE IRRIGATION DISTRICT
CASHMERE SCHOOL DISTRICT 222
CATHOLIC COMM SVCS OF ICING CO
CENTRAL KITSAP SCHOOL DISTRICT 401
CENTRAL WAS COMP MENTAL HEALTH
CENTRALIA SCHOOL DISTRICT 40
CHEHALIS SCHOOL DISTRICT 302
CHELAN COUNTY
CHELAN COUNTY COMMUNITY HOSPITAL
CHELAN COUNTY FIRE DISTRICT
CHELAN COUNTY PUD 1
CHELAN DOUGLAS COUNTY HEALTH DIST
CHENEY CARE CENTER
CHILD CARE RESOURCE & REFERRAL
CI-ULDRENS THERAPY CENTER
CHIMACUM SCHOOL DISTRICT 49
CLALLAM COUNTY
CLALLAM COUNTY FIRE DISTRICT
CLALLAM COUNTY HOSPITAL DISTRICT
CLALLAM COUNTY PUD
CLARK COUNTY
CLARK COUNTY FIRE DISTRICT
CLARK COUNTY PUD
CLE ELUM-ROSLYN SCHOOL DISTRICT 404
CLOVER PARK SCHOOL DISTRICT 400
CNTRL WHIDBEY FIRE & RESCUE
COAL CREEK UTILITY DISTRICT
COALITION AGAINST DOMESTIC VIOLENCE
COLUMBIA COUNTY
COLUMBIA IRRIGATION DISTRICT
COLUMBIA MOSQUITO CONTROL DISTRICT
COMMUNITY CHRISTIAN ACADEMY
COMMUNITY PSYCHIATRIC CLINIC
COMMUNITY TRANSIT
CONFEDERATED TRIBES OF CHEHALIS
CONSOLIDATED DIKING IMPROVEMENT DIST
CONSOLIDATED IRRIGATION
COWLITZ COUNTY
COWLITZ COUNTY FIRE DISTRICT
COWLITZ COUNTY PUD
CROSS VALLEY WATER DISTRICT
DAYTON SCHOOL DISTRICT 2
DOUGLASCOUNTY
DOUGLAS COUNTY FIRE DISTRICT
DOUGLASCOUNTYPUD
DRUG ABUSE PREVENTION CENTER
E COLUMBIA BASIN IRRIGATION DIST
EAST WENATCHEE WATER
EATONVILLE SCHOOL DIST 404
EDMONDS SCHOOL DISTRICT 15
EDUCATIONAL SERVICE DIST 114
EDUCATIONAL SERVICE DISTRICT 113
ELLENSBURG SCHOOL DIST 401
ENUMCLAW SCHOOL DIST
EVERETT PORT OF
EVERETT PUBLICE FACILITIES DIST
EVERGREEN MANOR INC
EVERGREEN SCHOOL DIST 114
FEDERAL WAY FD
FERRY COUNTY
FERRY COUNTY PUBLIC HOSPITAL
FERRY OKAHOGAN FPD
FOSS WATERWAY DEVELOPMENT AUTHORITY
FRANKLIN COUNTY
FRANKLIN COUNTY PUD
FRANKLIN PIERCE SCHOOL DIST 402
FRIDAY HARBOR PORT OF
GARDENA FARMS IRRIGATION DIST 13
GARFIELD COUNTY
GRAND COULEE PROJECT
GRANDVIEW SCHOOL DIST It6/200
GRANITE FALLS SCHOOL DIST 332
GRANT COUNTY
GRANT COUNTY HEALTH DIST
GRANT COUNTY PUD
GRAYS HARBOR COUNTY
GRAYS HARBOR COUNTY FIRE DIST
GRAYS HARBOR COUNTY PUD # 1
GRAYS HARBOR PORT OF
GRAYS HARBOR PUB DEV AUTH
GRAYS HARBOR TRANSIT
GRIFFIN SCHOOL DIST 324
IIARBORVIEW MEDICAL CENTER
HAZEL DELL SEWER DIST
HEALTHY MOTHERS HEALTHY BABIES COAL
HIGHLINE SCHOOL DIST 401
HIGHLINE WATER DIST
HOMESIGHT
HOPELINK
HOQUTAM SCHOOL DIST 28
HOUSING AUTHORITY OF PORTLAND
ILWACO PORT OF
INCHELIUM SCHOOL DIST 70
ISLAND COUNTY
ISLAND COUNTY FIRE DIST
JEFFERSON COUNTY
JEFFERSON COUNTY FIRE DIST
JEFFERSON COUNTY LIBRARY
JEFFERSON COUNTY PUD
JEFFERSON GENERAL HOSPITAL
KARCHER CREEI{ SEWER DIST
KELSO SCHOOL DIST 458
KENNEWICK GENERAL HOSPITAL
KENNEWICK SCHOOL DISTRICT 17
KENT SCHOOL DIST 415
KETTLE FALLS SCHOOL DIST 212
KING COUNTY
KING COUNTY FIRE DIST
KING COUNTY HOUSING AUTHORITY
KING COUNTY LIBRARY
KING COUNTY WATER SEWER
KINGSTON PORT OF
KITSAP COUNTY FIRE & RESCUE
KITSAP COUNTY LIBRARY
KITSAP COUNTY PUD 1
KITTITAS COUNTY
KITTITAS COUNTY PUD
KITTITAS COUNTY RECLAMATION DIST
KLICKITAT COUNTY
KLICKITAT COUNTY PUD
LAKE CHELAN RECLAMATION DIST
LAKE STEVENS SCHOOL DIST 4
LAKE WASHINGTON SCHOOL DIST 414
LAKEHAVEN UTILITY DIST
LAKEWOOD SCHOOL DIST 306
LEWIS CO PUD I
LEWIS COUNTY
LEWIS COUNTY FIRE DIST
LEWIS PUBLIC TRANSPORTATION
LIBERTY LAKE SEWER & WATER DIST
LINCOLN COUNTY
LINCOLN COUNTY FIRE DIST
PORT ANGELES SCHOOL DISTRICT 121
LONGVIEW PORT OF
PRESCOTT SCHOOL DIST
LONGVIEW SCHOOL DIST 122
PUGET SOUND CLEAN AIR AGENCY
LOTT WASTEWATER ALLIANCE
PUGET SOUND SCHOOL DIST
LUMMI INDIAN NAT10N
QUINCY COLUMBIA BASIN IRRIG DIST
MANCHESTER WATER DIST
RICHLAND SCHOOL DIST 400
MARYSVILLE SCHOOL DIST 25
S ITSAP SCHOOL DISTRICT 402
MASON COUNTY FIRE DIST
S SNOHOMISH CO PUBLIC FAC DIST
MASON COUNTY PUD
SAFEPLACE
MEAD SCHOOL DIST 354
SAMISH WATER DIST
METRO PARK DISTRICT OF TACOMA
SAMMAMISH WATER AND SEWER DIST
MID COLUMBIA LIBRARY
SAN JUAN COUNTY
MIDWAY SEWER DISTRICT
SAN JUAN COUNTY FIRE DIST
MONROE SCHOOL DIST 103
SEA MAR COMM HEALTH CTR
MORTON SCHOOL DIST 214
SEATTLE JEWISH PRIMARY SCHOOL
MOSES LAKE PORT OF
SEATTLE PORT OF
MOUNT BAKER SCHOOL DIST
SEATTLE SCHOOL DIST 1
MT VERNON SCHOOL DISTRICT 320
SEATTLE UNIVERSITY
MUKILTEO SCHOOL DIST 6
SECOND AMENDMENT FOUNDATION
MUKILTEO WATER DIST
SECOND CHANCE INC
NAVAL STATION EVERETT
SENIOR OPPORTUNITY SERVICES
NE TRI COUNTY HEALTH DIST
SHELTON SCHOOL DISTRICT 309
NORTH CENTRAL REGIONAL LIBRARY DIST
SILVERDALE WATER
NORTH KITSAP SCHOOL DIST 400
SKAGIT COUNTY
NORTH SHORE UTILITY DISTRICT
SKAGIT COUNTY CONSERVATION DIST
NORTH THURSTON SCHOOL DISTRICT
SKAGIT COUNTY FIRE DIST
NORTHSHORE SCHOOL DIST 417
SKAGIT COUNTY ISLAND HOSPITAL
NORTHWEST KIDNEY CTR
SKAGIT COUNTY PORT OF
NORTHWEST WORK FORCE DEVELOPMENT CO
SKAGIT COUNTY PUD 1
NW REGIONAL COUNCIL
SKAGIT TRANSIT
OAK HARBOR SCHOOL DIST 201
SKAMANIA COUNTY
OAKVILLE SCHOOL DIST 400
SKOOKUM INC
OCOSTA SCHOOL DIST 172
SNOHOMISH COUNTY LIBRARY
OKANOGAN COUNTY
SNOHOMISH COUNTY PUD
OKANOGAN COUNTY FIRE DIST
SNOHOMISH HEALTH DISTRICT
OKANOGAN COUNTY PUD
SNOHOMISH SCHOOL DISTRICT 201
OKANOGAN SCHOOL DISTRICT
SOAP LAKE SCHOOL DISTRICT 156
OLYMPIA PORT OF
SOOS CREEK WATER AND SEWER DIST
OLYMPIA SCHOOL DISTRICT I11
SOUND TRANSIT
OLYMPIA THURSTON CHAMBER FOUNDATION
SOUTH COLUMBIA BASIN IRRIG DIST
OLYMPIC AREA AGENCY ON AGING
SOUTH EAST EFFECTIVE DEVELOPMENT
OLYMPIC MEMORIAL HOSPITAL DIST
SOUTH SOUND MENTAL HEALTH SERVICES
OLYMPIC REGION CLEAN AIR AGENCY
SOUTHWEST YOUTH & FAMILY SERVICES
OLYMPIC VIEW WATER & SEWER DIST
SPECIAL MOBILITY SERVICES INC
OLYMPUS TERRACE SEWER DIST
SPOKANE CO AIR POLLUTION CNTRL
PACIFIC COUNTY
AUTHORITY
PACIFIC COUNTY FIRE
SPOKANE COUNTY FIRE DIST
PARATRANSIT SERVICES
SPOKANE COUNTY LIBRARY
PASCO SCHOOL DIST
SPOKANE SCHOOL DISTRICT 81
PEND OREILLE COUNTY CONSERV DIST
ST JOSEPH/MARQUETTE SCHOOL
PEND OREILLE COUNTY PUB HOSP DIST
STANWOOD SCHOOL DIST 410
PEND OREILLE COUNTY PUD
STEVENS COUNTY
PENINSULA SCHOOL DISTRICT 401
STEVENS COUNTY PUD
PERRY TECHNICAL INSTITUTE
STILLAGUAMISH TRIBE OF INDIANS
PIERCE COUNTY
SUMNER SCHOOL DISTRICT 320
PIERCE COUNTY FIRE DIST
SUNNYSIDE PORT OF
PORT ANGELES PORT OF
SUNNYSIDE SCHOOL DISTRICT 201
SUQUAMISH TRIBE
WA STATE PUBLIC STADIUM AUTHORITY
SW CLEAN AIR AGENCY
WAHKIAKUM COUNTY
SWINOMISH TRIBE
WALLA WALLA COLLEGE
TACOMA DAY CHILD CARE AND PRESCHOOL
WALLA WALLA COUNTY
TACOMA MUSICAL PLAYHOUSE
WALLA WALLA COUNTY FIRE DISTRICT
TACOMA PORT OF
WALLA WALLA PORT OF
TACOMA SCHOOL DISTRICT 10
WALLA WALLA SD 140
TACOMA-PIERCE CO
WASHINGTON ASSOCIATION
TAHOMA SCHOOL DISTRICT 409
WASHINGTON COUNTIES RISK POOL
TERRACE HEIGHTS SEWER DISTRICT
WASHINGTON FIRE COMMISSIONERS ASSOC
THURSTON COMMUNITY TELEVISION
WASHINGTON HEALTH CARE ASSOCIATION
THURSTON COUNTY
WASHINGTON PUBLIC AFFAIRS NETWORK
THURSTON COUNTY CONSERVATION DIST
WASHINGTON STATE MIGRANT COUNCIL
THURSTON COUNTY FIRE DISTRICT
WEST VALLEY SCHOOL DISTRICT 208
TOPPENISH SCHOOL DISTRICT 202
WEST VALLEY SCHOOL DISTRICT 363
TOUCHET SO 300
WESTERN FOUNDATION TIE
TRIUMPH TREATMENT SERVICES
WHATCOM CONSERVATION DIST
TUKWILA SCHOOL DIST 406
WHATCOM COUNTY
TUMWATER SCHOOL DISTRICT 33
WHATCOM COUNTY FIRE DISTRICT
U S DEPARTMENT OF TRANSPORTATION
WHATCOM COUNTY RURAL LIBRARY DIST
UNITED WAY OF ICING COUNTY
WHIDBEY GENERAL HOSPITAL
UNIVERSITY PLACE SCHOOL DIST
WHITMAN COUNTY
UPPER SICAGIT INDIAN TRIBE
WHITWORTH WATER
VAL VUE SEWER DISTRICT
WILLAPA COUNSELING CENTER
VALLEY TRANSIT
WILLAPA VALLEY SCHOOL DISTRICT 160
VALLEY WATER DISTRICT
WILLAPA VALLEY WATER DISTRICT
VANCOUVER PORT OF
WINLOCK SCHOOL DISTRICT 232
VANCOUVER SCHOOL DISTRICT 37
WOODINVILLE FIRE & LIFE SAFETY DIST
VASHON ISLAND SCHOOL DISTRICT 402
WOODLAND PORT OF
VERA IRRIGATION
YAKIMA COUNTY
VETERANS ADMINISTRATION
YAKIMA COUNTY FIRE DISTRICT
VOLUNTEERS OF AMERICA
YAKIMA COUNTY REGIONAL LIBRARY
WA ASSOC OF SCHOOL ADMINISTRATORS
YAKIMA SCHOOL DISTRICT 7
WA ASSOC SHERIFFS & POLICE CHIEFS
YAKIMA VALLEY FARMWORKERS CLINIC
WA GOVERNMENTAL ENTITY POOL
YAKIMA-TIETON IRRIGATION DISTRICT
WA LABOR COUNCIL AFL-CIO
YELM COMMUNITY SCHOOL DISTRICT
WA PUBLIC PORTS ASSOCIATION
YMCA - TACOMA PIERCE COUNTY
WA RESEARCH COUNCIL
YMCA OF GREATER SEATTLE
WA ST ASSOCIATION OF COUNTIES
*Washington State cities and other unnamed Washington State local and municipal agencies may also utilize the resulting
Master Price Agreement; provided they enter into the Intergovernmental Cooperative Purchasing Agreement.
ATTACHMENT H
LOCAL GOVERNMENT UNITS BY STATE
Oregon's Incorporated Cities
Adair Village
Donald
John Day
Nyasa
Tangent
Adams
Drain
Johnson Ci
Oakland
The Dalles
Adrian
Dufur
Jordan Valley
Oakridge
Tigard
Albany
Dundee
Joseph
Ontario
Tillamook
AlnirY
Dunes City
Junction City
Oregon City
Toledo
Antelope
Durham
Keizer
Paisley
Troutdale
Arlington
Eagle Point
King City
Pendleton
Tualatin
Ashland
Echo
Klamath Falls
Philomath
Turner
Astoria
Elgin
La Grande
Phoenix
Ukiah
Athena
Elkton
La Pine
Pilot Rock
Umatilla
Aumsville
Enterprise
Lafayette
Port Orford
Union
Aurora
Estacada
Lake Oswego
Portland
Unity
Baker City
Eugene
Lakeside
Powers
Vale
Bandon
Fairview
Lakeview
Prairie City
Veneta
Banks
Falls City
Lebanon
Prescott
Vernonia
Barlow
Florence
Lexington
Prineville
Waldport
Bay City
Forest Grove
Lincoln City
Rainier
Wallowa
Beaverton
Fossil
Lonerock
Redmond
Warrenton
Bend
Garbaldi
Long Creek
Reedsport
Wasco
Boardman
Gaston
Lostine
Richland
Waterloo
Bonanza
Gates
Lowell
Riddle
West Linn
Brookings
Gearhart
Lyons
Rivergrove
Westin
Brownsville
Gervais
Madras
Rockaway
Weston
Bums
Gladstone
Malin
Rogue Beach
Wheeler
Butte Falls
Glendale
Manzanita
Roseburg
Willamina
Canby
Gold Beach
Mau in
Rufus
Wilsonville
Cannon Beach
Gold Hill
Maywood Park
Salem
Winston
Canyon City
Granite
McMinnville
Scappoose
Wood Village
Canyonville
Grants Pass
Medford
Scio
Woodburn
Carlton
Grass Valley
Merrill
Scott Mills
Yachats
Cascade Locks
Greenhorn
Metolius
Seaside
Yamhill
Cave Junction
Gresham
Mill City
Seneca
Yonealla
Central Point
Haines
Millersburg
Shady Cove
Chilo uin
Halfway
Milton-Freewater
Shaniko
Clatskanie
Halsey
Milwaukie
Sheridan
Coburg
Harrisburg
Mitchell
Sherwood
Columbia City
Helix
Molalla
Siletz
Condon
Heppner
Monmouth
Silverton
Coos Bay
Hermiston
Monroe
Sisters
Coquille
Hillsboro
Monument
Sodaville
Cornelius
Hines
Moro
Spray
Corvallis
Hood River
Mosier
Springfield
Cottage Grove
Hubbard
Mt. Angel
St. Helens
Cove
Huntington
Mt. Vernon
St. Paul
Creswell
Idanha
Myrtle Creek
Stanfield
Culver
Imbler
Myrtle Point
Slayton
Dallas
Independence
Nehalem
Sublimity
Damascus
Ione
Newberg
Summerville
Dayton
Irrigon
Newport
Sumpter
Dayville
Island City
North Bend
Sutherlin
De oe Bay
Jacksonville
North Plains
Sweet Home
Detroit
Jefferson
North Powder
Talent
Idaho's Incorporated Cities
Aberdeen
Donnelly
Horseshoe Bend
Moscow
Shelley
Ace uia
Dover
Idaho City
Mountain Home
Shoshone
Albion
Downey
Idaho Falls
MurraySoda
Springs
American Falls
Driggs
Island Park
Nampa
Spirit Lake
Ammon
Eagle
Jerome
New Meadows
St. Anthony
Arco
Elk City
uliaetta
New Plymouth
St. Maries
Ashton
Emmett
Kamiah
Nez erce
Stanley
Bancroft
Fairfield
Kellogg
Orofino
Star
Bellevue
Franklin
Ketchum
Parma
Stites
Boise
Fruitland
Kimberly
Payette
Su ar Ci
Bonners Ferry
Garden City
Kooskia
Pierce
Sun Valle
Buhl
Garden Valley
Kona
Pocatello
Tetonia
Burley
Genesee
Lava Hot Springs
Post Falls
Troy
Caldwell
Glenns Ferry
Lewiston
Potlatch
Twin Falls
Cambridge
Gooding
Preston
Victor
Carey
Grand'ean
Malad
Priest River
Wallace
Cascade
Grace
Malta
Rathdrum
Wardner
Challis
Gran eville
Marsing
RexburgWei
e
Chubbuck
Halley
McCall
Richfield
Weiser
Coeur d'Alene
Harrison
McCammon
Rigby
Wendell
Cottonwood
Hauser
Melba
Riggms
Whitebird
Council
Hayden
Meridian
Rupert
Dalton Gardens
He burn
Middleton
Salmon
Dietrich
Hidden Springs
Montpelier
Sandpoint
This is not a complete list of all Idaho cities, but all other Idaho cities shall be incorporated by this reference.
Idaho's Counties
Ada
Bonneville
Custer
Kootenai
Owyhee
Adams
Boundary
Elmore
Latah
Payette
Bannock
Butte
Franklin
Lemhi
Power
Bear Lake
Camas
Fremont
Lewis
Shoshone
Benewah
Canyon
Gem
Lincoln
Teton
Bingham
Caribou
Gooding
Madison
Twin Falls
Blaine
Cassia
Idaho
Minidoka
Valley
Boise
Clark
Jefferson
Nez Perce
Washington
Bonner
Clearwater
Jerome
Oneida
All other Idaho local government units shall be incorporated by this reference.
ATTACHMENT NO. 4
PUBLIC PROCUREMENT AUTHORITY
STATION ALERTING Solicitation Synopsis
Solicitation No. 1425
Intent
The Public Procurement Authority (PPA) served as Lead Agency to solicit proposals for
STATION ALERTING. PPA works in cooperation with National Purchasing Partners "NPP"
and its Government Division dba NPPGov, dba FireRescue GPO, dba Law Enforcement
GPO and dba Public Safety GPO (collectively hereinafter "NPPGov"), to service the PPA
and NPPGov membership. The published Request for Proposal (RFP) contained
provisions that permitted all members of PPA and NPPGov throughout the nation to
"piggy -back" off the resulting Master Price Agreement.
Determination for issuing RFP vs. Sealed Bid
PPA has determined that it is advantageous for PPA to procure STATION ALERTING using
the competitive RFP process rather than sealed bidding. Sealed bidding limits
evaluation of offers solely to compliance with the requirements, provides no
opportunity to compare the product and service offerings among the vendors, prohibits
revision of the offers, and uses price as the predominate deciding factor. Such
limitations prevent PPA from awarding the most advantageous contract(s) for PPA and
its members.
Procedure
PPA issued an RFP (1425) on October 22, 2014.
The RFP was published in USA Today on October 27, 2014.
The RFP was published in the Daily Journal of Commerce on January 12, 2015.
The original RFP close date was December 10, 2014 but was extended to February 12,
2015 due to publication requirements.
The RFP was awarded on March 17, 2015.
The RFP was posted to the following web sites: www.nppgov.com,
www.procurementauthority.org, and www.findrfp.com
The text of the published notice of solicitation is as follows:
Public Procurement Authority (PPA)
NOTICE OF SOLICITATION
PPA intends to enter into a master price agreement for the procurement of the following products and services to
PPA members and available to all members of the national cooperative purchasing program National Purchasing
Partners, LLC ("NPPGov").
Fire Apparatus #1420
Industrial and Medical Gases, Accessories and Equipment #f1415
Station Alerting 41425
Responses due 5:00 pm February 12, 2015
For information or a copy of the Request for Proposal contact PPA, Heidi Arnold at 855-524-4572, questions@
procurementauthority.org or download at www.procurementauthority.org
PPA received proposals from the following vendors:
1. Purvis Systems
2. Westnet
3. US Digital Designs
Proposals were evaluated by PPA based on the criteria contained in the RFP and the
following successful proposers were selected:
National
• Purvis Systems
• US Digital Designs
Evaluation
The evaluation was based on the following criteria as described in the RFP (weighted):
Component Evaluated
Weight
Pricing: Product price analysis and discounts proposed including
favorable pricing for cooperative purchasing.
20
Product Line: Product line offered in indicated coverage area,
considering geographic distribution limitations, warranties, any sub-
25
proposers and coordination of manufacturer and distribution in
response.
Conformance: Completeness of proposal and the degree to which the
Proposer responds to the terms and all requirements of the RFP
requirements and specifications.
10
Marketing: The Proposer's marketing plan to promote the resulting
contractual agreement and ability to incorporate use of agreement in
their sales system throughout indicated coverage region.
20
Customer Service: Support dedicated to Lead Contracting and
Participating Agencies. Ability to conduct e-commerce and meet
promised delivery timelines.
5
Coverage: Ability to provide products and services for indicated
coverage region including distribution, retail & service facilities and
staff availability.
10
`Note Exhibit I from PPW
Proven Experience & References: Proposer's success in providing
products and services in a timely manner including Past Performance
Information (PPI) review.
10
TOTAL
100
Pricing Structure
Purvis Systems: Proposer provided a discount off list price discount. See Price
List Attachment in the resulting Master Price Agreement.
US Digital Designs: Proposer provided a discount off list price discount. See
Price List Attachment in the resulting Master Price Agreement.
Additional Information
National Purchasing Partners
1100Olive Way
Suite #1020
Seattle, WA 98101
Bruce Busch, Senior VP and Legal Counsel
bruce.busch@mynpp.com
(206)494-4556
www.nppgov.com
AFFIDAVIT OF MAILING
STATE OF Oregon
ss.
COUNTY OF Washington
1, Heidi Chames, being first duly sworn on oath, depose and state that I am a Contract
Manager for Public Procurement Authority, a government entity performing public
procurement functions. On this 22nd day of October, 2014, 1 caused to be deposited in
the United States mail at Wilsonville, Washington County, Oregon, with first class
postage prepaid, one each copy of the attached NOTICE OF SOLICITATION for the
MASTER AGREEMENT FOR STATION ALERTING to the following addresses:
First Es Alerting
Locution Systems
Dawn Matheny
Brigette Baneto
15542Chemical Lane
14813 SW 153rd Place
Huntington Beach, CA 92649
Miami, FL 33196 .
Purvis
Dave Rocco
Senior Account Manager
88 Silva Lane
Middleton, RI 02842
Mach Alerting —Motorola
Dwayne Sakumoto
Senior Account Manager
PO Box 230470
Anchorage, AK 99523
ProComm Alaska
Gary Peters
PrmidenHCEO
2100 E. W Ave.
Anchorage, AK 99507
US Digital Design
Erik Hanson
1835 E Sixth St Suite N27
Tempe, AZ 85281
SUBSCRIBED AND SWORN TO before me this ;VP' day of OC-1-019cr , 2014 by
Heidi Chames,
OFFICIAL STAMP
ASHLEY N MALSON
NOTARY PUBLIC•OREGON
1 COMMISSION NO. 923306
MY COMMISSION EXPIRES JANUARY 01, 2019
NOTARVITUBLIC in the State of Oregon
Residing at �r
My commission a pares: /1 !R _
AFFIDAVIT OF PUBLICATION
OFFICIAL
DJC
921 S.W. Washington St. Suite 210 / Portland, OR 97205-28.10
(503) 226-1311
STATE OF OREGON, COUNTY OF MULTNOMAH--as.
I, Marc Caplan , being first duly sworn, depose and say that I am a Public Notice Manager of the Daily Journal of
Commerce , a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as
defined by ORS 193.010 and 193.020; published at Portland in the aforesaid County and State; that I know from my personal
knowledge that the Goods and Services notice described as
Notice of Solicitation
Public Procurement Authority; Bid Location Wilsonville, OR, Clackamas County; Due 02/1212015 at 05:00
PM
a printed copy of which is hereto annexed, was published in the entire issue of said newspaper for 1 time(s) in the fallowing
Issues:
1/12/2016
State of Oregon
County of Multnomah
SIGNED OR ATTESTED BEFORE ME
ON THE 12th DAY OF January, 2016
Caplan
of Oregon
OFFICIAL STAMP
JOSHUA KAMUSIA COATES
NOTARY PUBLIC -OREGON
COMMISSION NO.933669
MY COMMISSION EXPIRES NOVEMBER 03, 2018
Heidi Arnold Order No.: 10666917
Public Procurement Authority Client Reference No:
26030 SW Parkway Ave Ste 330
Wilsonville, OR 97070-9609
russell
Johns
Conn ecun9 publishers advertisers
June 15, 2015
To Whom It May Concern:
I am a duly authorized representative of Russell Johns Associates LLC, company handling the advertising
matters for USA TODAY, a daily newspaper distributed within the US.
The ad for Public Procurement Authority was published in said newspaper within the National
Marketplace Today section of the October 27, 2014 edition of USA TODAY.
CAMIKA C. WINTER
Notary NNW. W19 dFbMa
MyComrm.232
E 0 07, 201E
State of Florida
County of Pinellas
On this 17 day of U n e , I attest that the attached document is a true, exact, complete, and unaltered
learsheet.
• W Z m9
F maR x s ut � �p�pi
fY a .� upi m LL O m
MOIL,
•
�J
y e Q YI �+
Q
L N O..Y- L O O@
O`.ON Oww OJ N. m CpO.
6BE
W 2
mu z¢,
�...wmoay�i +�= E o�
.
CD�m
Oo
O O.:N g O w O
y
_
o
G
o
�oY�i
V
I F� �_
_ MOI
�•.l� 8F�
N
W y�o1O
LL,Z�a'
a
1 Q ®-
N
'�Wd
r I
Wm E506
= QM
W
I
Z�¢w
mwE
6
I • cc
1
pp
U 'rnam
z �.Ea
o
� =a te
.----
t�ut9 - �
Oa
_ao>
�a„$8
N e�
H
--
9Cmti
E
m
�O� H
o'UE$
8m ®
Sa
g@
0Q ¢
E
UJM w4� ¢E .-
�l
{g
mJn2y.�
IA
• Ot Q'
EEO
ZQOO� W y:
Lum c
5
Lu-j
ino
S y 0 O 2 p O+4•'
1q 3 is
z
gEEEE
N 5' N
•.
• • •
Na�YOaw:zO Qui':�
rz �K-a b �• a
wEa`�
'3'
..
a�i
O W 0 0 2 LL G
S m�z0z��v 0#502
tC
d a` o W C
o
O.
•
J J N U
p�(C� G 5G
Ii p O2 m
6
Z J co
W
NLLZy
2m7 Oom
mr22,12
Qm�O
W
O mo0.�
a$z N
> ss o
�nSoaa
Ma
NP
A
w
~aTyN.�
SQa
m
_
3tivE • o°i3 °'�
�"oac �•
Qn S.0
'v$�o
S'm8N'cm
�
a
w 'a
so
u
mm • u
a3FS
g-5-
r5"�mo�
a
g�Um
Sao-'
m
Ewa S
Z
W
u.cl,Rpocp�q'�.'�y;.�w''�.'v�...�c`°��y•P `�C'dP•ve�A°�,w'^�j'o&
Iz
WWWp w5 g 45
aBkkfi €wa. w w•S gm& a
I
ATTACHMENT NO. 5
RESOLUTION NO.2019-12
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
WEST COVINA, CALIFORNIA, ADOPTING A BUDGET
AMENDMENT FOR THE FISCAL YEAR COMMENCING
JULY 1, 2018, AND ENDING JUNE 30, 2019 (U.S. DIGITAL
DESIGNS, INC.)
WHEREAS, the City Manager, on May 14, 2018, June 11, 2018, July 2, 2018, and July
12, 2018 held preliminary budget workshops and submitted to the City Council aproposed budget
for the appropriation of funds for the City for West Covina and the Successor Agency to former
West Covina Redevelopment Agency operating budget and the Capital Improvement Program for
Fiscal Year 2018-19; and
WHEREAS, on July 2, 2018, the City Council approved Resolution 2018-96, a resolution
to continue appropriations consistent with the Adopted Fiscal Year 2017-18 City of West Covina
and Successor Agency to the former West Covina Redevelopment Agency operating budget and
the Capital Improvement Program until the adoption of the Fiscal Year 2018-19 Annual Budget;
and
WHEREAS, amendments must periodically be made to the budget to conform to changed
circumstances following adoption of the budget.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF WEST COVINA,
CALIFORNIA DOES RESOLVE AS FOLLOWS:
SECTION 1. Budget Adjustment No. 075 is hereby approved as reflected on Exhibit No.
1, attached hereto.
SECTION 2. The City Clerk shall certify to the adoption of this Resolution.
PASSED, APPROVED, AND ADOPTED this 5' day of March, 2019.
Lloyd Johnson
Mayor
APPROVED AS TO FORM ATTEST
Scott E. Porter
City Attorney
Nickolas S. Lewis
City Clerk
I, HEREBY CERTIFY that the foregoing resolution was duly adopted by the City Council
of the City of West Covina, California, at a regular meeting thereof on the 5h day of March, 2019
by the following vote of the City Council:
AYES:
NOES:
ABSENT:
ABSTAIN:
Nickolas S. Lewis
City Clerk
EXHIBIT 1
BA # 75
CITY OF WEST COVINA Posted By:
BUDGET AMENDMENT Date Posted:
Date: 03/05/2019 Fiscal Year: 2018-19
Requested by: Vincent Capella Amount: $420,637.80
Dept/Div: Fire Department Description: Fire Station Pre -Alerting System
EXPENDITURES
rroposea
Account Number Dept/Account Description Current Budget Amendment Amended Budget
160.80.7003.7900 Ca tial Projects/Fire Station - 420 637.80 420 637.80
Dispatch Improvements
REVENUES
Account Number
Account Description
Current Budget
Proposed
Amendment
Amended Budget
REASON/JUSTIFICATION Please be s ecific
To replace the existing fire station alerting system (Zetron) with a new fire station pre -alerting system (US
Digital Designs).
APPROVALS
City Council Approval Date (if required, attach minutes): ❑ Approval Not Required
Dept Head Approval: Date:
Finance Director: Date:
Funds Available? ❑ Yes ❑No
Ay Manager: Date:
f over $100,000)
❑ Approved ❑ Denied
ATTACHMENT NO.3
RESOLUTION NO.2021-51
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET
AMENDMENT FOR THE FISCAL YEAR COMMENCING
JULY 1, 2020 AND ENDING JUNE 30, 2021 (US DIGITAL
DESIGNS, INC.)
WHEREAS, the City Manager, on or about June 23, 2020, submitted to the City Council
a proposed budget for the appropriation and expenditure of funds for the City of West Covina for
Fiscal Year 2020-2 1; and
WHEREAS, following duly given notice and prior to budget adoption, the City Council
held public meetings, receiving, considering and evaluating all comments, and adopted a budget
for the fiscal year commencing July 1, 2020 and ending June 30, 2021; and
WHEREAS, amendments must periodically be made to the budget to conform to changed
circumstances following adoption of the budget.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF WEST COVINA,
CALIFORNIA DOES HEREBY RESOLVE AS FOLLOWS:
SECTION 1. The City Council hereby approves Budget Amendment No. 042, attached
hereto as Exhibit "A."
SECTION 2. The City Clerk shall certify to the adoption of this resolution and shall enter
the same in the book of original resolutions and it shall become effective immediately.
APPROVED AND ADOPTED this 18th day of May, 2021.
APPROVED AS TO FORM
Thomas P. Duarte
City Attorney
Letty Lopez-Viado
Mayor
ATTEST
Lisa Sherrick
Assistant City Clerk
I, LISA SBERRICK, ASSISTANT CITY CLERK of the City of West Covina, California,
do hereby certify that the foregoing Resolution No. 2021-51 was duly adopted by the City Council
of the City of West Covina, California, at a regular meeting thereof held on the 18th day of May,
2021, by the following vote of the City Council:
AYES:
NOES:
ABSENT:
ABSTAIN:
Lisa Sherrick
Assistant City Clerk
Exhibit "A"
CITY OF WEST COVINA
BUDGET AMENDMENT
Date: 5/18/21
Requested by: Vincent A. Capelle
Dept/Div: Fire
EXPENDITURES
BA #
Posted By:
Date Posted:
Fiscal Year: 2020-2021
Amount: $167,442.00
Fire Station Pre-Alerrtinq system
Account Number
Dept/Account Description
Current Budget
Proposed
Amendment
Amended Budget
160.80.7003.7900
Fire Station Dispatch
Improvements
$167,442.00
$167,442.00
110.95.9500.9160
Transfer Out
$65,729.00
$65,729.00
165.95.9510.9160
Transfer Out
$101,713.00
$101,713.00
REVENUES
Account Number
Account Description
Current Budget
Proposed
Amendment
Amended Budget
160.00.9165
Transfer In
$101,713.00
SOS 713.00
160.00.9110
Transfer In
$65,729.00
65 729.00
REASON/JUSTIFICATION (Please be specific)
Fire Station alerting system was approved thru Resolution 2019-12 however the project was not completed do to
asbestos testing. Budget Amendment is needed to complete the project.
APPROVALS
City Council Approval Date (if required, attach minutes): 5/18/21 ❑ Approval Not Required
Dept Head Approval:
Date:
Finance Director: Date:
Funds Available? ❑ Yes ❑No
City Manager: Date:
Comment: ❑ Approved ❑ Denied